Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Item I6
I6 BOARD OF COUNTY COMMISSIONERS COUNTY of MONROE Mayor James K.Scholl,District 3 The Florida Keys Mayor Pro Tern Michelle Lincoln,District 2 Craig Cates,District 1 David Rice,District 4 Holly Merrill Raschein,District 5 Board of County Commissioners Meeting February 19, 2025 Agenda Item Number: I6 2023-3661 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 seven (7) change orders considered and approved by the County Administrator/Assistant Administrator during the month of January, 2025. 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 Change Order Report.pdf FINANCIAL IMPACT: 2871 N/A 2872 § o \ \ \ \ \ \ \ f \ \\\ . \ \ 6> 0 _ - - - - \=2 \\ \ � \\\ \ \ \\\\ \\ ED _ \ \\\ \ \ \\\\ \ \ \\\\\\\\ \\ \\\ \ \\\\\\ \\ j o Im 32 ; (??2(I( tE?)? f?¥¥¥f¥ (?? (J( ; ( ;()((!(/ 26 f k2 - - _ \ \ \ / \ \ ) ! \ >0 j {{/ : `Im UO 11 06 k ° ^ ` ) § 5 5 \ § § § 10 ) z z z z > z \\� \\ \\ \\ \\ \\ \\ {/ j{ j{ j{ j{ E+ j{ «: ! Zj \ ONROE COUNTY/ DEPARTMENT OF AIRPORTS CONTRACT CHANGE ORDER PROJECT TITLE: CHANGE ORDER NO: 001 Key West International Airport INITIATION DATE: December 10, 2024 Noise Insulation Program Construction of NIP Group 1 CONTRACT DATE: October 16, 2024 TO CONTRACTOR: Marino Construction Group, Inc. The Contract is changed as follows: Original Contract Sum......... ......... ......... . ... .... ......... . .,.,_—....$1,473,006.00 Net change by previously authorized Change Orders....................................................... $0.00 Contract Sum prior to this Change order was.......................................................$1,473,006.00 Contract Sum will be decreased by this Change Order...........................................<$11,809.00> The new Contract Sum including this Change Order is................................... ....$1,461,197.00 The Contract Time will be changed by...............................................................................0 Days The date of Substantial Completion as of the date of this Change Order is............June 29, 2025 Detailed description of change order and justification: Delete 3014 Fla lerAvenue: < 112 135m00> Add 2805 Fla ler Avenue: 100 326.00 Total Deductive Chan a Order Amount: $11 809.00 This change Order is a 0.80% deduction of the original contract 12rice. Not valid until signed by Owner Architect if a licabte and Contractor ARCHITECT: Fcr�� 12/10/2 4 Date CONTRACTOR: Date. DIRECTOR OF AIRPORTS: 12.17.2024 Date COUNTY/ASSISTANT ADMINISTRATOR: Date NROE COUNTY ATTOnNEYD AOVEQ FORM PEI) O1 CA ASSIST 1U ATTORNEY Date --12J-18124 2874 Change Order Attachment per Ordinance No. 004-1999 • Change Order was not included in the original contract specifications. Yes® No❑ If Yes, explanation: One properly owner scheduled for renovation elected to drop out of the Program. • Change Order was included in the original specifications. Yes® No❑ If Yes, explanation of change in price: The property that dropped out was part of the Base Bid and was Included in the original contract sum.The replacement property was Bid Additive Item No. 5 and was not included in the original contract sum. • Change Order exceeds$25,000 or 5%of contract price (whichever is greater). Yes❑ No If Yes, explanation as to why it is not subject for a calling for bids: • Project architect approves the change order. Yes® No❑ If no, explanation of why: • Change Order is correcting an error or omission in design document. Yes❑No Should a claim under the applicable professional liability policy be made? Yes❑ No Explain: 2875 Docusign Envelope ID: 1 FA8E3A0-5BF4-40D4-8F69-78A163229FC3 M.C.A.INSTR.8800.2 Enclosure(1) 3/28/2017 Page 3 MONROE COUNTY/ENGINEERING/PROJECT MANAGEMENT CONTRACT CHANGE ORDER PROJECT TITLE: KWIA Concourse A&Terminal Improvements CHANGE ORDER NO.: 38 INITIATION DATE: 12/6/2024 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 Aously authozied Change Order $ 13,189,575.56 The(Contract Sum)(Guaranteed Mxium Price)priorto this Chage order was $ 114,651,346.56 The(Contract Sum)(Guaranteed Mxium Price)will be('IIII°bi Ilip Il,iq:1 by this Change Order $ 138,480.60 The new(Contract Sum)(Guaranteed Mxium Price) including this Change Order is $ 114,789,827.16 The Contract Time will be(LllinnchM:ng:,:led,1 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 104;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 104 ODP Reversal-D&B $ 138,480.60 Total: $ 138,480.60 This change order is N/A%of the original contract price. Not valid until signed by Owner,Architect(' appsiRe9lel;and Contractor isfbp(ur � wrtt 12/10/2024 1 14:24:13 PST ARCHITECT: Et�l3� r, JWs16.flA%-5.Kopec-McFaranland Joh Drrbdfisigned��b�y:: �y �� DATE: CONTRACTORS: ( S QIrA t 'OU In �&)` �^ W1141:1 1rn @5eiRSTNV2A Viz ff4 L45:5 5:09 DE-gT EXECUTIVE DIRECTOR OF AIRPORTS 12/18/2024 05: 59:26 PST R15653P3t1dredn d DATE: COUNTY/DEPUTY ADMINISTRATOR DATE: 01 NR O ATTORNEY ArRJ LA� PEDF10 J!, CADG-" ASSI WSW ATTORNEY Date 12/18/24 2876 Docusign Envelope ID: 1 FA8E3A0-5BF4-40D4-8F69-78A163229FC3 KC NV PCCO #038 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 #038: PCO 104 - ODP Reversal 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: 12/06/2024 CREATED BY: Sacha Rodriguez(NV2A/Gulf Keystar JV) CONTRACT STATUS: Approved REVISION: 0 DESIGNATED REVIEWER: REVIEWED BY: DUE DATE: REVIEW DATE: 12/06/2024 INVOICED DATE: PAID DATE: SCHEDULEIMPACT: EXECUTED: No REVISED SUBSTANTIAL SIGNED CHANGE ORDER COMPLETION DATE: RECEIVED DATE: CONTRACT FOR: 20-2039-01:Key West International Airport TOTAL AMOUNT: $138,480.60 Concourse A DESCRIPTION: As per the attached approved PCO 104,the Florida Department of Revenue&the tax savings program that has been established with the Board of County Commissioners of Monroe County. ATTACHMENTS: PCO 104-ODP Reversal-David Allen DB,pdf POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO# I Title Schedule Impact Amount 104 1 ODP Reversal-D&B Tile $138,480.60 Total: $138,480.60 CHANGE ORDER LINE ITEMS: PCO#104:ODP Reversal-D&B Tile # Budget Code Description Amount 1 09-.60.10.10.S Cermaic IPorcelian Tile.Subcontractor Material Reversal-D&B Tile $129,626.99 2 09-.60.10.10.S Cermaic IPorcelian Tile.Subcontractor Non-Taxable Items-Reversal $1,000.99 3 09-.60.10.10.S Cermaic IPorcelian Tile.Subcontractor Tax Savings Credit-Reversal $7,852.62 Grand Total: $138,480.60 The original(Contract Sum) $101,461,771.00 Net change by previously authorized Change Orders $13,189,575.56 The contract sum prior to this Change Order was $114,651,346.56 The contract sum will be increased by this Change Order in the amount of $138,480.60 The new contract sum including this Change Order will be $114,789,827.16 The contract time will not be changed by this Change Order. DS Initial DS Rt,C A� ,�� L12877 l�J � NV2A/Gulf Keystar JV Page 1 of 2 Printed On: 12/6/2024 Docusign Envelope ID: 1 FA8E3A0-5BF4-40D4-8F69-78A163229FC3 GULF BUILING NV KCK 'YTuR PCCO #038 LDS IDS DS &tiv-r 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 3 DocuSigned by: (Signed by: f Signed by: --- ��n r,UVlSfb V S, i`e /10/2024 14:2 .1 PST 7595'c�ierer 062E1EB4233B487... SS IE65F52F4C2F4D3... 12/18/2024 05:59:26 PST SIGNATURE DATE Ri cS aNAT�l Ei ckl and DATE SIGNATURE 12/19�1624 1 15 NV2A/Gulf Keystar JV Page 2 of 2 Printed On: 12/6/2024 12:48 PIS 2878 Docusign Envelope ID: 1 FA8E3A0-5BF4-40D4-8F69-78A163229FC3 K GULF eu„ LDING PCO #104 0" KIEYST`*'R 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 #104: ODP Reversal - D&B Tile 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 NUMBER/REVISION: 104/0 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: 11/5/2024 REFERENCE: David Allen_D&B(REVERSAL) 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 Reversal-D&B Tile CHANGE REASON:ODP POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE#178-ODP Reversal-D&B Tile This PCO is being issued to VOID PO#B-PO-1024-0000045 issued to D&B Tile via ODP Request 20-2039-013 on 10/03/2024.This PO is being voided due to vendor deposit terms not being accepted by BOCC. ATTACHMENTS: 01.B-PO-1024-00000045 D&B Tile-VOID.pdf # Budget Code Description Amount 1 09-.60.10.10.S Cermaic IPorcelian Tile.Subcontractor Material Reversal-D&B Tile $129,626.99 2 09-.60.10.10.S Cermaic IPorcelian Tile.Subcontractor Non-Taxable Items-Reversal $1,000.99 3 09-.60.10.10.S Cermaic IPorcelian Tile.Subcontractor Tax Savings Credit-Reversal $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 33040 Miami, Florida 33156 Signed by: by:11/12/2024 1 :18.24by ST p[T(,(�, Sfe (U,rS. 6a w C�oocuSigned p p � 13/2024 1 07: 83ETZP,esas7 11/6/2024 1 10:0: 062E1 EB4233B48Z.. SIGNATURE DATE '-MWAW1RE2F4D3-. DATE SIGNATURE DATE Christopher S. Kopec Richard Strickland Sac ha Rodriguez NV2A/Gulf Keystar JV Page 1 of 1 Printed On: 11/5/2024 04:22 PM ES-2879 Docusign Envelope ID: 1 FA8E3A0-5BF4-40D4-8F69-78A163229FC3 guard of Count '°'� .v�_' Y y Purchase Order Commissioners 500 Whitehead Street Key West, FL 33040 Purchase Order Number B-PO-1024-00000045 United States of America Purchase Order Date 10/03/2024 Tax Exempt#: Requested Delivery Date ' Payment Terms Due on Receipt 85-8013825294C-7 Payment Type Check Buyer Ernie Simeone Phone Number +1 (305)8095207 Email Simeone-Emie@MonroeCounty- FL.Gov Page 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: 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) Gurrenc Total Lines Amount Total Tax Amount Total PO Amount USD 130 627.98 0.00 130 627.98 Shipping Terms Shipping Method Shipping Instruction 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 Conc A-ODP#18- 130,627.98 David Allen Co-D&B Tile- Porcelain Tile Messages Purchase Order Number must appear on all correspondence,invoices,shipping papers and packages. kl- VOID Tina Boan-Purchasing Agent 2880 Docusign Envelope ID:DB8AB901 0AA1-4DE8-A9A3-6CB54B1399C89 C0 C0 CN M(..A WITIR BOW 2 Erldmuire.�(0.I 3/2'alzei� MO N ROE COU NTY/DEPARTM ENT OF Al R PORTS CONTRACT CHANGE ORDER PRWECT'Tlfld,* KWIA Concourse A&Terminal Improvements CHANGE ORDER NO 039 lN11 lI IATION DA lE° 8/5;3, 'i TO COWRACTORe /Gulf Keystar)V CONTRACTDAFE: 8/17/2022 ....................................................... The Contract is changed as follows: The Original(Contract Sum)(Guaranteed Maxwm Price) $ 101,461,771.00 Net change by previously authozied Change Order 5 13,328,056.16 The(Contract Sum)(Guaranteed Malum Price)prior to thh;Chage order was 114,799,827.16 The(Contract Sum)(Guaranteed Mxium Pace)will be hllicreased(by this Change Order 197,859,54 The new(Contract Sum)(Guaranteed Mxium Price) including this Change Order is $ 114,987,686.70 The Contract Time will be(clhan,gedj<by TBD days The date of Substantial Completion as of the date of this Change Order is 418/2025_ Detailed Description of change order and justification: As per the attached PCCB°s 66,76,79,R0,R7,97g 102,and iO3,this change order includes the crests associated with the changes listed below For POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: --fc-ou Title Schedule Impact Arnould 066 CTS Added sewer lateral 45,060 97 076 Stee,Fab Clerestory Plates 49,38504 079 IRG Conformed Set Changes J9,109 20h 080 Dash Door&Glass,Conformed Set Change, $ 11,83481 087 Steel Fab Gates I Thru 7 vestibule Steel 70,89509 097 Cladding Systems Custom Color and Fasc'a Module 19,03263 102 Lotspelch Remove and Replace Full Height Roof tall 7,467,90 103 Loispeich InW,construction Behind Signalle 3,,292 30 Total: S 119�,959 S4 This change order is 0.20%of the original contract price Not valid until signed by Owner,Architect(if applicable),and Contractor T PST ARCHITECT; DATE, DocuSigned or 12/15/2024 1 05:41:57 PST CONTRACTORS: LI,�. �- DATE9I®ried by. 1/6/2025 1 10:47:07 PST EXECU1.1VE DIRECTOR OF AIRPORTS DATL COUNTY/DEPUTY ADMINISTRATOR .......................... -- ------------ ........ DATE VROE COUNTY ATTORNVy '—"`-N1 as PROV A§, FORM PEN MERCADDO, SR. ASSISTANT d0l NTY ATTORNEY DATE: Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 �V ZULLp you ll *t own"'(�� m PCCO #039 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 #039: PCO's: 066,076,079, 080, 087, 097, 1023103 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: 12/10/2024 CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) CONTRACT STATUS: Approved REVISION: 0 DESIGNATED REVIEWER: REVIEWED BY: DUE DATE; REVIEW DATE. 12/10/2024 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: $197,859.54 Concourse A DESCRIPTION: This PCCO authorizes the scope of work of the following approved PCO's: •PCO 066:CTS-Added Sewer Lateral-new layout to route the sanitary line north of gridline A up to column line 3 for KWIA project(20-2039- 01)in accordance with RFI's 259.2 and 259.3. •PCO 076:Steel Fab-Clerestory Plates-furnish and install(196)steel plates 1/4 x 4"x 9"in accordance with Drawing A/CFS-3.0 in Cold- Formed Metal Framing Submittal#05 4000-001-0.Steel plates will be prime painted, but the holes will not be included. •PCO 079:IRG-Conformed Set Changes-credit associated with the Signage scope of work in the Conformed Set Contract Documents compared to the 90%Contract Documents for the KWIA project(20-2039-01) •PCO 080: Dash Door&Glass-Conformed Set Changes cost associated with the Door Schedule changes in the Conformed Set Contract Documents compared to the 90%Contract Documents for the KWIA project(20-2039-01) •PCO 087:Steel Fab-Gates 1 Thru 7 Vestibule Steel-furnish and install(6)HSS 2-1/2x2-1/2x3/16x 8'-2"columns, (2)HSS 12x4x1/4x9'- 7"Headers and(2)HSS 12x4x6'-O"Headers for 7 Gates vestibules per Submittal#08 4313-001 Revision 1:Aluminum Framed Storefronts- Shop Drawings. •PCO 097:Cladding Systems-Custom Color&Fascia Module-cost associated with substituting the stock color with a custom color-UC 43350 Bone White and change the fascia panel from a 26"module to a 30"module in accordance with AE's direction. •PCO 102: Lotspeich-Remove and Replace Full Height Roof Wall-costs associated with removing the currently installed engineered 4"light gauge framing and sheathing assembly and replacing it with 6"stud framing to comply with the NOA for the STO Powerwall system for KWIA project(20-2039-01). •PCO 103: Lotspeich-Infill Construction-authorize 8"wide infill construction behind the signs ST-131 and ST-132, per Submittal Package #10 1400-2.1:Signage Shop Drawings.The infill construction detail specifies light gauge framing and blocking to serve as attachment points for the signage.This framing and blocking will be covered with drywall and finished to Level 4. ATTACHMENTS: PCO 103-Lotspeich-Infill®Construction®B.pdf,PCO 102®Lotspeich®Remove and Replace Fu.pdf, PCO 097-Cladding Systems-Custom Color and Fascia Module.pdf, PCO 087®Steel®Fab er®Gates 1®Thru 7®Vest FEepdf,PCO 080 Dash Door and Glass($11 834.81).pdf,PCO 079 IRG Conformed Set($9 109.20).pdf, PCO 076®Steel®Fab®Clerestory Plates-Rev 01 FEepdf,PCO 066®CTS®Added®Sewer Lateral®FEepdf NV2A/Gulf Keystar JV Page 1 of 2 Printed On: 12/10/2024 11:55 A 2882 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 �� � r��u� oa�ua�u�� " � PCCO #039 POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO# Title Schedule Impact Amount 066 CTS-Added Sewer Lateral $45,060.97 076 Steel Fab-Clerestory Plates $49,385.04 079 IRG-Conformed Set Changes ($9,109.20) 080 Dash Door&Glass-Conformed Set Changes $11,834.81 087 Steel Fab-Gates 1 Thru 7 Vestibule Steel $70,895.09 097 Cladding Systems-Custom Color and Fascia Module $19,032.63 102 Lotspeich-Remove and Replace Full Height Roof Wall $7,467.90 103 Lotspeich-Infill Construction Behind Signage $3,292.30 Total: $197,859.54 The original(Contract Sum) $101,461,771.00 Net change by previously authorized Change Orders $13,328,056.16 The contract sum prior to this Change Order was $114,789,827.16 The contract sum will be increased by this Change Order in the amount of $197,859.54 The new contract sum including this Change Order will be $114,987,686.70 The contract time will not be changed by this Change Order. DS DS 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 Signed by: Signed by: DocuSigned by DocuSigned by: 062E1E84233B487... E �2F4M... E9093827A754'87— E�U59717D29E34A5... SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 12/17/2024 1 14:01:38 PST 1/6/2025 1 10:47:07 PST 12/15/2024 1 05:41:57 PST NV2A/Gulf Keystar JV Page 2 of 2 Printed On: 12/10/2024 11:55 Al�2883 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 GULF BUILDING PCO #066 N V 10 KSYST*R 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 #066: CTS - Added Sewer Lateral 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 NUMBER/REVISION: 066/1 CONTRACT: 20-2039-01 -Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) STATUS: Pending-In Review CREATED DATE: 5/6/2024 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: $45,060.97 POTENTIAL CHANGE ORDER TITLE:CTS-Added Sewer Lateral CHANGE REASON:A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CTS-Added Sewer Lateral According to the RFI#259.2 and#259.3,this change order authorizes the new layout to route the sanitary line north of gridline A up to column line 3 for KWIA project(20-2039-01).This work is executed in three steps: • West side of passenger tunnels, • Passenger tunnels, • East side of passenger tunnels. Three bollards are added in accordance with the most recent RFI#259.3 response on 6/25/2024. Cost breakdown,approved layout, RFI's#259.2 and#259.3 are as attached. ATTACHMENTS: RFI 259.2-sanitary Iine.pdf, _CharleyToppino and Sons-KWIA Terminal-Sewer Lateral RFI 259.3 Rev 01.pdf , _RFI 4259.3.pdf # Budget Code Description Amount 1 33-.30.00.00.S Sanitary Sewer.S u bcontractor Added Sewer Lateral $40,964.52 2 99-.99.99.66.0 Procore OH&P.Other Prime Contract Markup $4,096.45 Grand Total: $45,060.97 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 G Sqnadi by, aocu6iUmd by t1,r aw ern Z�t,.0 [A SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 10/1/2024 05:44:51 PDT 10/18/2024 1 09:32:18 PDT 9/30/2024 1 15:04:59 PDT NV2A/Gulf Keystar JV Page 1 of 1 Printed On:9/30/2024 04:50 PM ED'2884 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 qw""' Price Quotation Attention: NV2A,Key Star Construction&Gulf Building DATE: 8/22/24 One Detran Center 9100 South Dadeland Blvd.,Suite 600 Miami,FL 33156 ITEMIZED QUANTITIES Location: Key West International Airport-Key West,FL 33040 Scope: Added Sewer Lateral,Downspout,Cleanout,and Bollards RFI 259.3 It.. Description Quantity Units M8'4.50 $ m Cost Notes 1 Foreman 36.0 HR ,463.20 2 Operator 35.0 HR ,042.003 Laborer 36.0 HR 965.604 Laborer 36.0 HR 1,955.50 5 Laborer 35.0 HR $ 54.50 $ 1,955.50 6 Excavator 36.0 1 HR $ 162.50 1$ 5850.D0 7 Bobcat 35.0 HR $ 130.00 $ 4,580.00 8 6"Sewer Pipe,Dawns out Connection,Cleanout and Fittin s 149 LF of 6"Pie 1.0 LS $ 2,272.96 $ 2,272.96 9 489 Rack 30.0 Tons $ 89.12 $ 2,673.60 10 Bollards 3.0 EA $ 1,757.D0 $ 5,271.D0 Subtotal $ 33,149.55 11 Overhead&Profit(10%) 1.0 LS $ 3,314.96 $ 3,314.96 12 MabilizatianlDemobilization 3.0 EA $ 1,500.00 $ 4,500.00 13 General Conditions 1.0 LS $ $ Total: $ 40,964.52 Notes: Installation of the sewer lateral will re sire multi e mobilizations for our pipe crew. Exclusions: Prepared by: Estimator Charley Toppino&Sons,Inc. Sheet 1 of 1 Date: 8/22/24 Signature: Date: 2885 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 �� M1,E'r u,rr,r r ua NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and Y5w t 'tit' 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 #259.2: Sanitary Line at Col 2 Mech Rm 303 Follow Up Status Closed on 03/22/24 To Mike Eckhardt(McFarland Johnson,Inc.) From Ryan Donnelly(NV2A/Gulf Keystar JV) Philip Joerdens(Atkins North America,Inc.) 9100 South Dadeland Blvd,Suite 600 Christopher Kopec(McFarland Johnson, Inc.) Miami, Florida 33156 Serafina Schwerer(Atkins North America, Inc.) Date Initiated Mar 19,2024 Due Date Mar 26,2024 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), Ryan Donnelly(NV2A/Gulf Keystar JV),Gregg Gaston (NV2A/Gulf Keystar JV),Alex Hyppolite(NV2A/Gulf Keystar JV),Gustavo Lazaro(NV2A/Gulf Keystar JV),Jose McSherry(NV2A/Gulf Keystar JV), Antonio Pinto(NV2A/Gulf Keystar JV),Claudio Santos(NV2A/Gulf Keystar JV), Mansour Sodagari (NV2A/Gulf Keystar JV) Trade Civil Activity Question Question from Ryan Donnelly NV2A/Gulf Keystar JV on Tuesday, Mar 19, 2024 at 11:18 AM EDT As a follow-up to the response to RFI#259.1,we hereby propose to route the 4"sanitary line north of gridline A up to column line 3 as shown on attached sketch sk-RFI#259.2-01. From the stub-up at column line 3, it will run west overhead to the mechanical room floor drain.Please confirm proposed layout is acceptable. Attachments RFI#259.2 Sketch,pdf ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, Official Response Response from Serafina Schwerer Atkins North America,Inc.on Wednesday, Mar 20, 2024 at 04:16 PM EDT No exceptions taken providing the Contractor field verifies that no utility conflicts will occur,and the design intent is met. Contractor shall provide as-built markups for incorporation into record drawings. The work outlined in this RFI response will be at no additional cost to the Owner. ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, Official Response Response from Mike Eckhardt McFarland Johnson,Inc.on Wednesday, Mar 20, 2024 at 08:44 AM EDT No issue from the plumbing perspective.4"SAN line to be pitched at 1/8"per foot.This relocates Note#5 on P111 A from Column A2 to Column A3. NV2A/Gulf Keystar JV Page 1 of 2 Printed On:Apr 29,2024 02:38 PM E" 2886 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 RFI#259.2-Sanitary Line at Col 2 Mech Rm 303 Follow Up Project:20-2039-01 KWIA Concourse A and Terminal Improvements Program All Replies Response from Serafina Schwerer Atkins North America,Inc.on Wednesday, Mar 20, 2024 at 04:16 PM EDT No exceptions taken providing the Contractor field verifies that no utility conflicts will occur,and the design intent is met. Contractor shall provide as-built markups for incorporation into record drawings. The work outlined in this RFI response will be at no additional cost to the Owner. Response from Mike Eckhardt McFarland Johnson,Inc.on Wednesday, Mar 20, 2024 at 08:44 AM EDT No issue from the plumbing perspective.4"SAN line to be pitched at 1/8"per foot.This relocates Note#5 on P111 A from Column A2 to Column A3. NV2A/Gulf Keystar JV Page 2 of 2 Printed On:Apr 29,2024 02:38 PM E" 2887 6/L ...8Ob'wj-jb1Nf0XzWd921ONIlLBb'b'b'b'b'b'nVON!riO5bzN^^3OOlnm-161zNb0AAbWaNTOMO011-l[N1MlpfWLWOy�wyy/l!ew/WOO'@D!}}o-�oollno//:sdlly uj vwa N WWY, J11� G J !1 I eft �! y 4 a LL i w, N" ., a aw a, a t) �l u womii IX w.n «! rtw Wuew ary.. I /�� wawa .,��� �oaowR �, /lily wwww"w"" w� o � 11 , "ww "rt, wwwww,w" .w",... , � 1 as aw�aa ... w aw art o�01 00 00 �l fl " 1 m U .no ? I,ar6�ow+ww•<wrwr r...w w.w, "��... ,�"www�rt wNJ Iw,Gk2��iof }�r�/ co Q /--M,� am���� uumlllllll r Ul Nil Q j, uuu Q a w 0 1 2888 o lool}nO-ae2e-1 one}snO-I1eW Wd Ob:b`b.,,, Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 �� M1,E'r u,rr,r r ua NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and Y5w t"*A 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 #259.3: Sanitary Line at CL A3 Status Closed on 06/25/24 To Serafina Schwerer(Atkins North America, Inc.) From Ryan Donnelly(NV2A/Gulf Keystar JV) Philip Joerdens(Atkins North America,Inc.) 9100 South Dadeland Blvd,Suite 600 Christopher Kopec(McFarland Johnson, Inc.) Miami, Florida 33156 Date Initiated Jun 11,2024 Due Date Jun 18,2024 Location Project Stage Cost Impact Schedule Impact Spec Section Cost Code Drawing Number Reference Linked Drawings C-311, P111A,C-411,C-902,C-500 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),Jose McSherry(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 Civil Activity Question Question from Ryan Donnelly NV2A/Gulf Keystar JV on Tuesday,Jun 11, 2024 at 04:20 PM EDT The response to RFI 259.2,dated 3/20/24,indicates that the underground sanitary line running from east to west along gridline A may be stubbed up at column A3.The sanitary line is sitting on the pile cap at column A3,and cannot be installed lower than it currently is.Please see the KWIA RFI 259.3 Attachment.The top of the concrete apron is 3'12"from the top of the 6"sanitary line. Detail 2 on Sheet C-411,dated 3/23/23,indicates that the pipe is to be installed a minimum of 12"below the P-211 base. Please advise if this line may be downsized to 3"to provide more cover above this sanitary line. If this is not acceptable, please advise. Attachments KWIA RFI 259.3 Attachment,pdf NV2A/Gulf Keystar JV Page 1 of 3 Printed On:Sep 30,2024 04:06 PM E" 2889 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 RFI#259.3-Sanitary Line at CL A3 Project:20-2039-01 KWIA Concourse A and Terminal Improvements Program ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, Official Response Response from Philip Joerdens Atkins North America,Inc.on Tuesday,Jun 25, 2024 at 12:56 PM EDT Further clarification following full team review call last week and coordination with the airport. See attached sketch for full details however,the pipe from above ground shall come down Column A3 and then angle to the northwest above ground and over the pile cap(per the detail included herein)before turning down into the ground. Once in the ground,it will slope at approximately 1%(slope driven by invert of portion of pipe already in the ground)and make a series of 45-degree bends to the northeast and then east before a cleanout is added and the pipe is connected to the portion already constructed. See attached detail and plan markup. Attachments RFI 259.3 Rev 2-Plan Markup(editable).pdf ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, Official Response Response from Philip Joerdens Atkins North America,Inc.on Thursday,Jun 13, 2024 at 06:07 PM EDT After further coordination with the airport regarding protection of the above ground pipe as provided in the previous response to RFI 259.3,the previous solution is not acceptable to the airport. An acceptable alternate solution is as follows: Contractor shall modify above ground piping to come down column A2 and follow Detail 1/C-411 before turning east and sloping to meet underground pipe previously installed per this RFI(approximate slope should be roughly 1%). A marked up plan is attached with this revised routing. Since this column has a deeper pile cap, it has been confirmed based on DESIGN drawings that adequate clearances are available for the pipe as shown in detail 1 on sheet C-411 and bollards will not be required. A marked up detail with calculated elevations based on the design plans is attached for reference only and elevations and clearances may vary based on as-built conditions. Contractor shall follow the detail clearances and may reduce the 12"clearance between top of pipe and bottom of P-211 per the detail only if 12-inch minimum cannot be provided and pipe is immediately above the pile cap per the detail. Attachments RFI 259.3 Rev 1 Detail Markup,png, RFI 259.3 Rev 1 Plan Markup,pdf ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, Official Response Response from Philip Joerdens Atkins North America,Inc.on Wednesday,Jun 12, 2024 at 08:49 AM EDT Contractor's proposed solution to reduce the pipe diameter to 3"is not acceptable. Leader feeding the portion in question is 4"and reducing the pipe to 3"as proposed would restrict potential flow and reduce capacity. Further,a reduction to 3"does not provide sufficient concrete depth nor base thickness. Contractor shall maintain the plan view alignment but revise the pipe cleanout and elbow placement by moving the 90-degree elbow to just above the finished grade of the PCC apron,run a segment of pipe parallel to the apron(or 1/8"per foot if achievable)for the length of the pile and then once beyond the pile cap,turn down into the ground. Segment of pipe going into the ground beyond the pile cap shall maintain a 3-inch minimum clearance from pile cap before connecting to previously planned pipe alignment. Pipe above ground shall be protected with shallow foundation bollards per detail 8,sheet C-311 placed outside of the pile cap and outside of the tug lane. Location of bollards shall be field verified but recommended placement is shown in attached plan markup. Revision to sanitary pipe routing shall be at no additional cost to the owner as current routing which conflicted with pile cap was proposed by the contractor and previously submitted as a PCO already. Attachments A3 Sanitary Connection Modification.pdf All Replies Response from Philip Joerdens Atkins North America,Inc.on Tuesday,Jun 25, 2024 at 12:56 PM EDT Further clarification following full team review call last week and coordination with the airport. See attached sketch for full details however,the pipe from above ground shall come down Column A3 and then angle to the northwest above ground and over the pile cap(per the detail included herein)before turning down into the ground. Once in the ground,it will slope at approximately 1%(slope driven by invert of portion of pipe already in the ground)and make a series of 45-degree bends to the northeast and then east before a cleanout is added and the pipe is connected to the portion already constructed. See attached detail and plan markup. Attachments RFI 259.3 Rev 2-Plan Markup(editable).pdf NV2A/Gulf Keystar JV Page 2 of 3 Printed On:Sep 30,2024 04:06 PM E" 2890 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 RFI#259.3-Sanitary Line at CL A3 Project:20-2039-01 KWIA Concourse A and Terminal Improvements Program Response from Philip Joerdens Atkins North America,Inc.on Thursday,Jun 13, 2024 at 06:07 PM EDT After further coordination with the airport regarding protection of the above ground pipe as provided in the previous response to RFI 259.3,the previous solution is not acceptable to the airport. An acceptable alternate solution is as follows: Contractor shall modify above ground piping to come down column A2 and follow Detail 1/C-411 before turning east and sloping to meet underground pipe previously installed per this RFI(approximate slope should be roughly 1%). A marked up plan is attached with this revised routing. Since this column has a deeper pile cap, it has been confirmed based on DESIGN drawings that adequate clearances are available for the pipe as shown in detail 1 on sheet C-411 and bollards will not be required. A marked up detail with calculated elevations based on the design plans is attached for reference only and elevations and clearances may vary based on as-built conditions. Contractor shall follow the detail clearances and may reduce the 12"clearance between top of pipe and bottom of P-211 per the detail only if 12-inch minimum cannot be provided and pipe is immediately above the pile cap per the detail. Attachments RFI 259.3 Rev 1 Detail Markup,png, RFI 259.3 Rev 1 Plan Markup,pdf Response from Philip Joerdens Atkins North America,Inc.on Wednesday,Jun 12, 2024 at 08:49 AM EDT Contractor's proposed solution to reduce the pipe diameter to 3"is not acceptable. Leader feeding the portion in question is 4"and reducing the pipe to 3"as proposed would restrict potential flow and reduce capacity. Further,a reduction to 3"does not provide sufficient concrete depth nor base thickness. Contractor shall maintain the plan view alignment but revise the pipe cleanout and elbow placement by moving the 90-degree elbow to just above the finished grade of the PCC apron,run a segment of pipe parallel to the apron(or 1/8"per foot if achievable)for the length of the pile and then once beyond the pile cap,turn down into the ground. Segment of pipe going into the ground beyond the pile cap shall maintain a 3-inch minimum clearance from pile cap before connecting to previously planned pipe alignment. Pipe above ground shall be protected with shallow foundation bollards per detail 8,sheet C-311 placed outside of the pile cap and outside of the tug lane. Location of bollards shall be field verified but recommended placement is shown in attached plan markup. Revision to sanitary pipe routing shall be at no additional cost to the owner as current routing which conflicted with pile cap was proposed by the contractor and previously submitted as a PCO already. Attachments A3 Sanitary Connection Modification,pdf NV2A/Gulf Keystar JV Page 3 of 3 Printed On:Sep 30,2024 04:06 PM E" 2891 : ! \ . \)§() 39VN�dsIJo»A�3 _ r 2 !«9] Jd; , �oUe�No� vlNw�q�g»�> :! Q !)<I) — . . \@ \ {2\! \ƒ2ƒ - - o a a'aA'Me 110ABSOOHs 6tI2 a£anm»a2 2Nmo�]Owmn :: . . . . . . m s ` \\ ?f . d . y;y . \\ � we•>w : . .: _ ....:�����2�\\•\ � 'Al,� ) y yaa . ±K{ i MIU \/�\ \ , IC\ > . . w � . } 2892 +� V1 30VNOVd SN)JOM ATJV3 z O s CUBY ��s o iUOdUIV,bN011bNd31N11S3M l3>i w a w Sri 1 o ��tip�o ObOSS-l9'3SaM AOA'P^I9 310nasOOH S l6t C oar P NOliVIAVAOlN3]AiH ld34A1NnooJ ]OHNOW iN3n o U 1 Lj C1� C1� t tt Ifs � F m r US 41°� e F � P �1 � . m h 1 J I a,. , . l" 19. n i. f1�; h all l� hh �.'da{" ,",,;� .,, � _:. © � � y({�� � �� i mp' n� IPPPd Iffs I , 1 I y 2893 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 GULF BUILDING PCO #076 N V 10 KSYST*R 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 #076: Steel Fab - Clerestory Plates 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 NUMBER/REVISION: 076/1 CONTRACT: 20-2039-01 -Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) STATUS: Pending-In Review CREATED DATE: 7/22/2024 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: $49,385.04 POTENTIAL CHANGE ORDER TITLE:Steel Fab-Clerestory Plates CHANGE REASON:A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Steel Fab-Clerestory Plates This change order includes the costs associated with furnish and install(196)steel plates 1/4 x 4"x 9"in accordance with Drawing A/CFS-3.0 in Cold- Formed Metal Framing Submittal#05 4000-001-0.Steel plates will be prime painted, but the holes will not be included. Cost breakdown and the drawing are attached. ATTACHMENTS: 22596 RCO 009®Clerestory An Ig es,pdf, _CFS-3,0 in Cold-Formed Metal Framing Submittal#05 4000-001-O,pdf # Budget Code Description Amount 1 05-.12.10.00.S Structural Steel Framing I Clerestory Angles $44,895.49 Joist.Subcontractor 2 99-.99.99.66.0 Procore OH&P.Other Prime Contract Markup $4,489.55 Grand Total: $49,385.04 Christopher Kopec(McFarland Johnson, Key West International Airport NV2A/Gulf Keystar JV Inc.) 49 Court Street,Suite 240 3491 South Roosevelt Boulevard 9100 South Dadeland Blvd,Suite 600 Binghamton, New York 13901 Key West, Florida 33040 Miami, Florida 33156 ar4u6igmd by. ;$ila�"7'�4C 70 d�"M1:;�2`i3ti�1�'� �d i�i�W,r,�'Y 9t,;,'5"�bi""d '��Wu#✓d'"a 4'�I;%l'2`" '�: SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 11/22/2024 10:37:43 PST 12/2/2024 1 10:48:54 PST 11/22/2024 1 09:03:05 PST NV2A/Gulf Keystar JV Page 1 of 1 Printed On: 11/22/2024 11:37 AM ES'2894 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 REQUEST FOR CHANGE ORDER Fi 721 N.E. 44th Street NUMBER: 009.0 Fort Lauderdale, FL 33334 Phone: 954-772-0440 ct Fax: 954-938-7527 TITLE: RCO#009.0, Clerestory Angles DATE: 07/09/24 PROJECT: 22596 Key West IACA&Terminal JOB: 22596 TO: Antonio Pinto NV2A REASON: Price and Procced Dir CIC REFERENCE: Phone: Fax: DESCRIPTION OF CHANGE Clerestory angles-Cost associated with FURNISH AND INSTALL (196) PL 1/4 x 4" x 9". Steel to be prime painted- Holes not included Item Description Quantity Units Unit Price Net Amount 001 T Materials Add 499.80 Lb 1.24 618.55 002T Shop labor standard add 15.00 Hour 70.00 1,050.00 003T Shipping 1.00 Lot 1,500.00 1,500.00 004 Foreman standard 40.00 Hour 84.25 3,370.00 005 Ironworker standard 400.00 Hour 82.99 33,196.00 006 Housing-Add 1.00 Lot 4,000.00 4,000.00 007 Per Diem.5 Guys x 14 Days 70.00 Day 50.00 3,500.00 008 Welding Machine 200.00 Hour 2.80 560.00 009T Sales Tax at 0.07 222.00 222.00 010 Overhead at 0.1 4,801.66 4,801.66 By my signature below, I attest that I am authorized by my firm to enter into an agreement to purchase goods and/or services. As the Buyer, I hereby authorize Steel Fabricators, L.L.C. to proceed with the additional work described herein and do guarantee compensation on the basis noted above. If schedule impact listed below is zero or not listed, additional contract time required will be determined by Steel Fabricators at the time of implementation due to changes described above. The Contract Sum Will be Increased .......................................5.2..8.1..&1.2................. ...... The Contract Time Will Not be Changed TBD V ACCEPTED: NV2A BY: Antonio Pinto BY: DATE: DATE: PAGE 1 O 2895 FORM: F CO 01 RTF x x d to � M c - a Q d N > L N O y0 � C \ v p � U � m O 0 O ¢ v m H N � N (b Q d aj GJ � u G j N O p C N O RS 00 � N � C � tp Q [6 Q N d c-I L p N N N � 9 N X L � p v d v at D L -;j- 00 al Q �� J Q � L � Z - p 00 a1 Q � O Z L � O u O 0 U 00 U h0 rn rn � o LO v v 00 v U Cl) O� o Qi l.7 tD W Q 0 V Q v Q o v 0 v Ol 0 00 a rn N pp N N O 2i p O p D N W O .-I N M � t to Ih w 41 O cy N M VI tD N W m O .-I v N ti ti N ti N ti N ti ti N N Q u N O 2896 0 LLLL-bZ9-SO£3NOHd WOJ ONNMNION300bS MMM 1RE006Z b}9N 'ONI I.NHd WOO HOI3dS10-1 '.a30MNe0r w o ya.,o aOd�3aMd3ad I a JNRI33NIJN3 (f31ONSV3,`YJ$ o � O.: l3'1S3h1 A3N oo�+ bZOZIbZS'.31tl0 u¢i LL S1N3W3AONdWI IVNIM:01'R V zi ajnOONOO V aad-AS Nnnvaa 3 U 12iOd2iIV IVNOIlHN2131N1 1S3M J.3J4 aad'.a33NION3 9801Etl� 0049-£L9�S58) ¢wQ W W wZ w Z y c r y Q a Q 5 o woi�ez 0 0 z w W w P p U w W � N p wpNp� - °uz O� F _W W F r a J a a a� F = o w '< W PI LL .33 17 17 N � _ n� w 1 w W w w Z , �e w t m C- - J J _ w INV a w x w ° >ww s W LU."' _ z � WILL LL s v,� 2897 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 G U �L F m AV ............................ B U I L 0 1 N G PCO #079 EAr N 11 w K1EYS—'T"*-R NV2AJGu1f Kaystar,P1 Project:=14034,0 t-,KWIiA Conemume Aanpdi'Tafm6rwl 9 11 OQ)Smith Dadcqand BPAI,SWte 000! prografn 1.1d n i�,F�jokla 3 I 1,1A4 3941 Soutli Roovweft Blvd, Phtm:(M)Z33,50160 Koay W*.,;t,Honda 3,1040 Prime Contract Potential Change Order #07'9** URG - Conformed Set Changes M Key West InNairt;Alonoll Nrpod FROW NVM4-kilf KnyOar JV 349,1 scwth Row&vwen Bailf"wat'd S11 100 904jffi()huJaJand HNKI, Suite 600 Key Werst,Fkarida 330401 Mkam,Ficrida 33156 PCO NUMBERIREVISION.- 079y11 CONTRACT, 200)19141-Key W681 hirporl Conorjurut A REQUEST RECEIVED FROM. CREATED BY: Marwor Sodagad jNV2AiGutf Keystar JV) STATUS: Flerxflog-In Rv*i6w CREATED,DAM 8M,024 REFERMCE: PRIME' CONTRACT wmo CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING METHOD: Anitrard Baaw.d SCHEDULE IIAPACr PAID IN'IFIJNI UI N�� EXECUTED: NO SIGNED CHANGE ORDER RECEIVED DATE, TOTAL AMOUNT. ($9,1auq POTENTIAL CHANGE ORDER TITLE: IRG-0.,,nfnm-w.,d Set Chwilges CHANGE REASOV Affi.Dosilign Chimigoes POTEN11AL CHANGE ORDER DF&CRIPTOON:(Pw Coafracl k 0hzAryyWAs F(wVdxN.v) Ths,C hawle 04,dtw rndvdc,%,tho corls,amoxkitod Wiftw the chaingesin III*SkMage sc:npa cfwark ki the Conforirmul SO of dwj,�qn furivwklg;<vfflparwl I0 the 910%contraf:,,q Dc ourriefflS forthe K\VIA If f'61,60(204039-01). 'nv osarswo ore rinscrlprq onand ct)%M firwArkwi;vq rnwokled in the attachwi documnit,This Nan 4jo(kd1tv dacm.sn"t arkire,&%,airiyother etxgds 119'4f,-,cu%J tq thif 150,jpo ofm"xK ATTACHMENTS. 55^�q v'dl ............... ..1-1-1.,..'ll'I------ Sm4get Code Descriplioll Amount ae�10,1410,101'S Wi0nri E'�xbwior and Into Ox UV IC00d Pfr4liwAli l SV WKIO ................................... ........................ ............. ..............—"',-',"'........... Grand Total. (1,109,20) ............... Christopher Kopoc(McFasiand.lohnson, Key West Interriational Airport NV2A40if Keystar JV Ins.) 4f)Cram Str"O.Smito 240 �3491 SuAl ii Rtm"—.,vt-J1 blkyulevard 9 1010 Saudii Oadefand BNJ,35wite 601 N&Nyork 13901 IKOY W&S,4,1°10(08 33040 100rfiil,Fbrida,13156 Christopher Digitally signed by Christopher Kopec '00 011 Date:2024.09.05 11:56:00 .... .. Kopec -04'00' 9.5.2024 S$GNATUIRE DATE StGNATURF 0 XiT fF AT 10 AT I- 2898 NN0AX,kflf KeyrA,,it JV pmfyns 1 of 1 Pdriterl Oin,8M12624 04`2%IPM F()T Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 a m o m N N m i-3 ii ( o u'1 W O I� o o O N 0 o O Ln N M o o] u') 0 0 m N m ti of o] of of (D M Ih V of N of of (D o of -! � m N m N L,'i o o] m m m m N cD V h Sri cD V tri o (D m m o h m w u m ba m M .-1 N m lh .-1 M M 'I 'I N V a m m m v ti .-1 Ih (D o m h 9 0 LD M 'I Lr OJ m M m r, ' N Ln � O ' O w N m Ln .-I V V m U � U fR £9 fA fA £4 63 fA £4 to fA £4 fA fH £4 fA fA fA N3 £4 fH fA fA £9 fH £4 fA to £4 V3 fA fA H} £4 Il] O O N 1� ati N w N O O w O M w O O m m 0 M N O N m m N Ln e-I N ei N m w M M e-I Ln m O 1, M N w N N aO aO M m a7 m O Ii V L6 e4 C] C] 00 M fV fV [V lV fV a-I cV N a-I L9 1, L9 C] L9 m m m C V M ei N 1� ey . . . V V N . N V W m a-I m LD O M a-I N {D V r� Ln aD O Ln oO w oD Ln {D M V O m N V Ln m M (D Ln m 1� O N N m O 1� ati fD N 1� ati a-i ei a n N ey to 't fi a-I e9 a-1 tD - - - to - - - - M - - - - to to to - - to to to to . to to . to . Y3 to EH EA d3 0 0 0 0 0 0] 0 0 0 N 0 c-1 Ln O uJ u'1 O h M O O Ln O] O m 0 0 o Ln o N O] u'1 Ln o M M uq M O] m m m o n m ".. m (D m W m M c-i m u'1 m o W c-i O O M V c-i M (D V e-i n A M N in M 1� (D cD N N N m o c] 0 0 h M W m N (D m Ln M 0 .-1 .ti ti o N a o v £4 to to tH 63 £4 to - — to — to tH - l-J3 to — — — to tR £4 to ER 63 L cO cf LD -I N LD GO O N O m 0 0 0 0 0 m m m m 0 O m O m m O e-1 c-1 W e-1 m V C M (D (D M m ci m M e-1 N N c-1 V c-i r1 cy c-1 c-i c-1 c-1 r1 e-1 � Q LD o N N E4 to fA fH ER to fA fA to to to to tH to fA to to tH to fA to tH fA 14 U3 3 d O Q 9 U N 61 E 0 0 0 0 of O W W O O Ln 0 0 1� n 0 0 0 0 0 0 0 LC) M LD LL p O o 0 0 0 0] c-1 N N u'i o Ln o o (D M O M m o o o N N e-1 R U O N ," v. ri a v ui o Di cfl v ri r1 Di ri L(i co d > M . .-1 .-1 . . m - o o - - m - o m (a O m .-1 0 0' of w (D m (D Ih N .� .-1 M m .-1 .ti .-1 V N (n N a O y N r r o LD coo W' o H o QO � � .-1 O LU t» t» t» t» to to to .» t» esr +» d W • O m� m m m in o r1 m i+ m N cmi N Ln Ln LD 1l Ln V a-I m 7 m fD c-I m O V M N m N m N a-1 N I, m h m a I, M O c` P I, n Ln m I, M m O M m V N m Ln m 1, n In O o] m r1 Q) �"� C6 V Ln ID ID V V V 0 0 ei m fM L' 1� M V 7 m ''t W > LO W m O V m a-i N N M a-i eti ati a N m c-1 C O N m a-I N N N fA i!T H7 H! M to to fiT -(a fH fA iA fA dT to fA M M M dT to tIT VT iR fR iR tH tH to -- O] .-I rl m m O m Ln O O C9 O W lsJ LC) LC) o] Il N u'1 m o M (`] n o] o] N O 14 Ln 'Zi O (D c-1 N W M I N O 460 0 N N N o o] c-1 0 0] o N o mIhO] LDoo] (Dm V N LD Ih N M LqI. co � w 'T N6 •-1ti NLLI £s t» t» t» t» t» >rs t» t» t» t» V CC U) Ln o .-I Ln LD a Ln o 0 0 0 0 o LD o 0 f, u'1 N CD N o N m W u� (D � � M m m N _ [". lil cy M N LD m coM LD a m CO m M N d O '+ /� cD V ' m o In o .-1 oO LD m .-1 N �o V V/ (, M M M m e-I e-I e-I e-I r-I tY L z ri m o c-1 N x N 9 fA fA fA fp fA fA fA fA fA fAOL tR lL u'l o Ih Y r-: Ln o m o 0 0 0 om o o m o o d >m r Ln m N LD N m o] m ti N t6 If:" N W m o N lh h ' W W W N D o M m d M NM M (D m o w w LD o I, o w o I, r O O] Ln Il V n 't Lfl V LD M M c-I N m p] I�� N w Ln m e-I e-I e-I N e-I e-I e-I e-I e-I D_ 6 N m cm-1 N o2} a .n t» t» to t» t» t» t» t» .» t» t» t» t» t» t» t» t» t» t» t» t» t» t» t» to � U y m N U 0 o L d a i¢ is a U o N n d c c o 0 o o U' = n '29 is d U' m °` U z n c c R a 0 0 LL L <o m o c o U � � c >� O > m � W O O oO- (D D f w a a oLI a�i aRi co a aUi o a a > U ¢ ¢ j:i °u CJ'J m ra un cc OO O m W � � � d � � ¢ ¢ ¢ LL LL . C M i l.L W r M m ¢ c d O ¢ LL Q a O d -11111 ¢ m r > > X } nl �)61 2899 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 GULF' BUILDING NV K =" KSY'ST*R N ' l'kl(,lw tf eyaturar JV Project-20h,2039,01."IWAA Ufvolurse A and Toremurrsal Impreycer mils la t0t)Sr;arrth ID„eteyarr,at Blvd Sualte tat l t'ra trwar'p"m MwBlrarni,Fkuo kl a 331,56 nl l&�,)uwth Roosevelt Blv^dl t"lhonae 121,3-5000 Key Writ,I Wkta 3lt�* `rime Contract Poit,ential Change Order # I : Dash Dolor & Glass Conformed Set Changes, tDr KeyWest FRM NWAI ulf Kif l st f JV 3491 o urlu foloslovill Bo0e rnar 1IM E0ah>ku`aid a ndt Bf9d,Suite 600, Key War tmt^,rrrt ai3N)44,) MAtrare,lq Fiorbt4_r tlllMtta PDO NUMBEWREVISIOW 0801 CONTRACT, E-y i3ll-61 "gay aW eml InitermaholvAll Airport Conco nrrinn A REQUEST RECEIVED EB u t CREATED IBA, Maararawurr ( .x;ad�NVMG atl Keyistair HIV) t"A',russ _ T;�er tlr� In Rw%koewv CREATED DATE.: 8,�W2,0,ZA _ REFERENCE:ENCE: PRWE CONY ACT hi CHANGEORDER: FIELD CHANGE, No LOCATION: ACCOUNTLDGMETHOD., Aea,aurat B araiul DItEDtJLE WADT PAID IN FUILU NO EXECUTEM No _ EI NED CHARGE ORDER RECEIVED DATE, °TOTAL.AMOUNT-, $1 nk8`t4 8 T POTENTIAL CHANGE ORDER Tt"IL E;t"l,isfi T"tarw ML Muawa -dear,04"aaleul Slat,t.ta4ralla,r DItAN,GE REASON,,AJ°E lMaor,,n ru CMairilaams POTENTIAL CHANGE ORDER DESCRIPTION.I"'lhe t raaWac(Is Chw,iafpsldA:r l alil"w^rrv.al 7hila Change Order arualudes the wis0s aa4ii Wtr the to 0v.G nfoiYrod uSet art Bemign d9raTl cotniparod to 1W 1,10% lkeirutrld rVOCAM IAS Carr the ttIMIIA ti, The Cirrern e t;,Mrder¢Irsrrrut,t,on aarlal cosl Iaroi;,fiMucetaawvv�e tale prerwwlded in the a taaichaael ulear.aarmacrent, "t'tnarir Clluaryja Chid tr doesn't aaWrerar any etMarr tMrrwrtr amtla"f atal by tMltut lvxpe of wawa P. AT'TADIIIaIEItT 'a Un?"rta. ,naa..1r...lir,TM;t rtg. Arta PC01,,tatl ..... Budget Code DesrtrltatLera Ata,eaaral ... , � w r l,2eaa'la ave l Baal tl�r rwtuwuur�VnnMra.d�tararr�r 1ID���M*tt,,l � t(h MOD, r aaarr,trr�tauaes r� t°�twarwlww�re �et;<ataalwat r L ntyt uabmwitrHna,tu,r „ tyli awM.ai,t.twtr 1.1 tre ,ars,t�TI I'A I Dt�troa,r t dma'' Ce 1r.aia r e� a r : � .t lalnurluatr "41 layr,ttwt w,.�,,, ..,...... .. �� m�,.,.„ �,,. w w ... a. .. wr4ta "I'elelc tlfit34.B1 Chrl ta,latter II IfAcNaart4edf Jelar,4on, Ivey Weal Interrr ttertaall ALa port; NV All uall K'eyster J' M II 49 Court Stfol Surlte 240 M91 Salulh t°lawvwra yell Bloutevrartl .9100 South D ad6i�,,a°a^4di B#vul,SuuM 601 Bir ighaarrttalra,Now P';Lik QW31 MY West,t te,mim8,a=143 Fkk6l4,)331516 Christopher Digitally signed by I" Christopher Kopec ell Date:2024.09.0511:58:52 " , '" ,, Kopec -04'00 ^" � � 9.5.2024w �� " . MIdn ATU E DATE SIGNATURE DA ZE " It �LI I DATE 2900 M AlmX'wil I ay',ataar N Page 1 d 1 Pffi on er:t On,W412,024 08,:4191 MIAA t lYl Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 DASHDash Door& Glass Change Order Request 8800 NW 23rd Street DOOR &ODII Miami, FL 33172 Order Number: PCO-01 R1 GLASS Tel: (305)477-1164 Order Date: 06/06/2024 www.dashdoor.com To: NV2A Gulf Keystar JV Project: Key West IACA&Terminal 9100 South Dadeland Blvd 3941 South Roosevelt Blvd. Suite 600 Key West FL 33040 Miami FL 33156 We will not proceed,order,or deliver until we have an authorized signature and approval on this form or your written change order to proceed. Submitted To: Antonio Pinto Client Job#: 22063140 Plans Attached El ElTakeoff Attached Submitted By: Mario Rios Client PCOM Specifications Attached ❑ Description of Work Material 100A, 136, 147C, 150E, 225, 226, 235B, 239, 305, 306, 310, 317, 327 Freight Labor Use Tax P&P Bond- 1% Not REASON FOR CHANGE ORDER: Revision 1 "Conformed Drawings"set dated 05.05.2023 changes. - Please sign and/or provide a written directive to proceed referencing this change order. Dash Door&Glass shall not proceed with verba change orders/directives. -The project schedule shall be extended for the times that are involved in this change order for any material lead-times and installation. - Lead time for Hollow Metal Doors is 10-12 weeks from directive to proceed [and approved submittals]. - Lead time for Hollow Metal Frames is 10-12 weeks from directive to proceed [and approved submittals]. - Lead time for Hardware is 8-10 weeks from directive to proceed [and approved submittals]. -This change order does NOT include material expediting or overtime(e.g., nights or weekends). If client requests to expediting/overtime option, please notify your Dash Door&Glass Project Manager to explore the add'I costs. -This price does not include amending/revising shop drawings for the AORs approval. If required, DD&G will provide a fee for that servi This Change Order Includes the following for openings: 100A, 136, 147C, 225, 226, 235B, 239, 305, 306, 310, 317, 327 Requested Amount of Change $10,758.92 Approved: Name: Date: Company: Date: 2901 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 Change Order Order: PCO-01 R1 Continued... Date: 06/06/2024 Description of Work Scope: -New HM door at existing opening 100A, (Need to confirm existing hardware to ensure new door is prepped correctly) -New HM door, HM frame and Hardware at opening 136 -Frame type changed at opening 147C, provide frame with transom -Opening 226 changed to opening 225.Added 90 Min Fire Rating and changed Jamb Depth -New Opening 226 added HW set. Existing door&frame to remain -New HM door&hardware at opening 235B, existing frame to remain (Need to confirm existing hinge/strike locations of HM frame) -Opening 239 Removed from scope -Opening 305 added 45 Min Fire Rating and updated HW Set -Openings 306, 317&327 added 45 Min Fire Rating -Opening 310 added 90 Min Fire Rating -Material: $8,369.52 -Installation: $1,120.00 -Freight/Delivery to Jobsite: $577.01 -Use Tax:$585.87 -Bond: $106.52 Page 2 of 2 2902 mms%nEnvelope ID:DmAB 901KAA l4DE8 G9A 98ce 4Bm9C 9 \ � \ � � � � � (n \ § § k LU o E 0 ) § } 3 E � � 2 2 az § \ \ 7 \ \ \ § / ) co 11 / a\ j / 0 > y\ . \ w \ ) ( \ G ) w \ 0 } \ \ \ ° ® / a a \ \ \ : z > ® « A y z = s g 2 ( § \ » .. & ) r \ e » e * « « : : : 7 I \ « 2903 mms%nEnvelope ID:DmAB 901KAA l4DE8 G9A 98ce 4Bm9C 9 \ � \ ¥ \ 0 . � ai / \ 2 § j \ ƒ § § 6 \ � k ( � \ \ — \ \ I \ k ) } k \ f f ) ~ r 2904 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 C 6 O O Q7 O s A i w c — .� pSj O N a O o p` N o 0 o Z t a N c m t 06 a N a) 9 N U) o.o o t N N N O 0'0cn qqz� m t o N 5 m L A 4 U L U) O N C N L m O C CV N O a 0 d cg -a 5 a Qj `o Q c g cu a 8U L `., O c 5 t � u� U) N .� N C '� N 22 N (6 O N oU m C a2f N U U U I a m Q7 °6 O C O (4. a LL o is m 5 ~ `o ui a o O a 's y� $ a m 0 b Cc: Z QOj N C O CO N O L@@ 9 7 �C] y-,mt f6 '5 Q� N 5 Nen a) U i3 G01 t s c 6 o o m '^ a O N V o ts U -O d C m m O_ Q N O O O N i 8 O m 0.= c oour N O Y VNi C O U R U L) f6.N 5 t�� 9 C_ O C a Q Cc N � N N O U w C Q p wu� -6 N N N m c6 B (O CO p p NO a t m co U U n wb3 'b o U Z U o m.4 g O N m Y U ' Z t o c o o 0 a $ c N L m N C N O O tLN� U al > O N m N O N U N O m� Q U C ,C Q0 O � 2 �2 'n ao ' o o ca o a7 p 3 5 u) y a N O N O O (6 C C C L i5 a s a—Ni m � 5 s `o U c� cc aQ� .N F a) ca a U L C U C a m O C O N C N m (6= T O ` Ql m N U 9 Q mN C � - C -6 t�O�� � Y77 O � p_N a Z �97 a N CL o o L�� Q -8 C C O Q C yy Q7 d U C-L N O O O N Q L en (n J 7 N O 7 U) L cn O�0:::) O N m V 006 a i� N� N .� m ca N q�$ O C 'a¢ O (4 U `O N N O Q ._ O .r �a c� o z � o PCi M 2905 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 as a a L S O LL � z 2 o 0 o CL o $ 3 o � a a CI3 s 0 z 7R 6 � s N � a -2 E �_ $ Q b A ai Y $ N N D g a Co w Ln m cu Nm b C3 11 co N 2906 mms%nEnvelope ID:DmAB 901KAA l4DE8 G9A 98ce 4Bm9C 9 ) k \ d 2 \ \ z � \ / \ \ CL _ } )9 \ k LO / \ \ 0 f § 7 / k ' \ / q d _U01) \ @ @ 7 ( \ z 3 2 z @ £ ) ) A ] f eCOL ` \ \ / k - \\ ` { ) I k ƒ \ @ ` 0 2 \ k % k ® $ n $ m \ ) / / \ \ 2 C) k / 5 U) , E k k ° \ 0 [ ?2 k ƒ\ / j # )\ 2 z 7 \ \\ \ 2 8 \2 7 \ , £2 / ) EpI ) . . \ \§ \ } / 3 3 2 3 3 + ± C:) w + + w 2907 mms%nEnvelope ID:DmAB 901KAA l4DE8 G9A 98ce Amy 9 \ � \ \ � \ ) ')b \ k E - o . � § � £ ) }§ U § }§ 0 z 2 / a 2 < 2 ... O � O =\ /m 0 0 � § § w =) § =\ C3 C:) \ \ \ \ \\� 2908 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 0 a bA c� 0. G Q J W LL W m H W N U) U) U` U� Q J z O W U W uj z O z 0� LL d U m DJ E Y c U L J a ow +�+ Q w= W LE z � LL9 0 of J Of 8� of � o� � 0 0 CIO = � o L 0 ~ o O uj o U O U Q CD 0 J Of U) CD 0 � Z W o6O J W ❑ 0 z 0 W W U)W a m m Q J W LL O W LLLL CDW F M z J (� � CV v w W LW -It w O 0 00 of 7 � 2E ? 2 U W N W(gO LU it 0 a a m O ~ WW W M O C7 � U O rn w _j F W F W W N W m°tS Q J � N 8 0 Q Q Od 8 J � W a' 0 6� �Q O Lu CD M w < o : 0 ' LL, 0 0 w0 Qa mw o m - jr a o a o on a0 a' `C� p CW ~O m ~O z0 1,g O Z (� > Za'z z CO.� O w = O Cl) cn a w LL LLJ Q O �J w U O J LL J O LL J W fn J LL LLa0 LL T W CD Cl W CDC LO W L C L D w L 1 0 O L 0 ? m c Q D I c Q D C7 F J W U U Z U LU LQ 6 6 co g U)JJ w F-JJ [IfW 6JJw W o m W a- CO LU gXZ Z oXZ Z ofLLJ Xzz 0, 18 o 0 0 16 bo a>oo Ua>OU oa> � Of LL pO Coo a W WLLJ $ a � zz z� zz Of� z G5Q cuLL, z cnLU z Of R cn z Q LCif LL W tD Q J C.� �C-)00 J C.� Cn V J (n 0 a0f� LLLLLLJJJ CDCM a O a0 aO Oc flU)o5 0c 9tnr� 0cl)- o � �? w w �? Wdodcio Wdodcid wdomci zdz 0 z = 0 of z g� _ C:) CV C-i = CV CD M 2909 mms%nEnvelope ID:DmAB 901KAA l4DE8 G9A 98ce Amy 9 \ \ \ \� \ \Et FP \ / , j ; a z ! \ ) \ =77 z = 77 rw-x--x w w -1 o - w � - U - m w § _ � ) \ L f � \ \ 2 - « � o _ \ \ \ \ / § / § j z IT \ X\ : [ ® ® \ \ \ ® ) - - - - } ` ~ Dino w } n P � z ! » : , j : \ : j v \ _ z \ :, , , ::  K n ! : : : ; : : : | ® : ` : : " : ~ : ~ : ~ : : : : 2910 mms%nEnvelope ID:DmAB 901KAA l4DE8 G9A 98ce Amy 9 F-1 w � � o w / ww ww � U m w § � ) \ LL f _ - 2 « � _ 0 o � \ ) / \ \ \ \ \ \ \ \) \ _ & \ < 0 z a } » \ a \ \ � ` : I ` ^ 2911 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 U � Q � a Z Z � a J F Z Q m � a a � i m a ti r m � � a Y O a d O U N C O N Q F O U Z N N O 0 x w w ❑ n y W W U Q K K m ¢ � O o a � — x w ❑ m � >W W F p > Z D W U (7 a J Z z W N Z O LL O ti a 4 03 W O W W O O W O Q Q Q 0 u _ q i a m uzi �w cQ7 m m c� u� uY] LL LL c7 �x �x i J a a a u� a n z w U U e Z Z l�L c� x x x a m m — c� a emaQamm � wwLLLL � � � � � � � � 2912 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 z a s�a N U 2 Q N Q Z N Z W �N — _ Z Q W �m U o W LL U' W N p O a d U 7 yx W O tl10 N LU J LL 0 w a cn a N� Z p a a LU J W LULU C � a ; � Q a o - Naa s om � U y O c J M C w � a= y a � p � a J W y � LL W d 2913 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 z a s�a N U I Q T W N Q Z z W ¢N U o W LL U' U o W LL U' W N p O a d c] C1 W 3 Iw I w U O T v c w J � U- C O - v a m r a a oiS c c O `x H n d Q G > a w I v v w o w � - LL QQ W U W U O T5 N. d LJ �� v m ti C7 � o o � ti o a s � < U W � J C w = a z w z 0 a J # W y W LL W d 2914 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 z a s�a N U I Q N Q Z v N z w O a a c] • p[ o ( o m � I � '1 r cn W J LL 0 w a m o2S o i i Cl) � I Z O a W J W W a a o - Naa s om � a � U y � c J C w � a= y a � p � a wW y � w LL W d 2915 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 z a s�a N U I Q T W N Q Z z W �N — _ Z Q U o W LL U' W N p O a d U 7 yx W O tl10 N LU J LL 0 w a cn a z 0 P > s� —1 LU a LU LL a o - o � N a a s U <� W � J Q C F a � J Z � ['l w LL W d 2916 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 z a s�a N U I Q N Q Z N Z W ¢N — _ Z Q U o W LL U' W N p O a d U yx W O tl10 N W J LL 0 w a m a rn z p o P a > LU w w W I� a o - Naa s om � U G W _ J _ F � a w � � m z 0 a w y w LL W d 2917 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 a � M ; o aa a z " z a w a m m ❑ a z m w - w m Y O a a O U H p l o-c LL Z _O t— W € J W [ O [ O s o-c z Q m U p w LL X = c7 m iv � 3 ❑ O Z LL'I a o a >n n w f n 3 4 4 7 /ra/i// � flail w w m u t F Z Hy w�+ a ag a 2918 mms%nEnvelope ID:DmAB 901KAA l4DE8 G9A 98ce Amy 9 � \ � 2 o ® $ _ > w : w : O O : . . ❑ : �����'��� \ � � .. ....... . .... . . . .... \ \ \ \ .� ^ 2919 mms%nEnvelope ID:DmAB 901KAA l4DE8 G9A 98ce Amy 9 U) 2 0 � > w —i w w O O ❑ � \ \ \ \ \ )WV) : , „ 2920 Docusign Envelope ID:DB8AB901-DAA1-4DE8-A9A3-6CB54B999C89 SCHEDULE OF FINISH HARDWARE PROJECT Name: C/O PC01 KEY WEST IACA&TERMINAL(PCO 1) Address: 3491 S ROOSEVELT BLVD KEY WEST FL 33040 CONTRACTOR Name: NV2A GROUP Address: 9100 SOUTH DADELAND BLVD MIAMI FL 33156 ARCHITECT Name: MCFARLAND JOHNSON Address: 2409 NORTH ROOSEVELT BLVD, SUITE 4 KEY WEST FL 33040 DASH DOOR&GLASS C/O PC01 KEY WEST IACA&TERMINAL(PCO 1) DASH 8800 NW 23RD ST. Prepared Date:1-17-2024 MIAMI,FL 33172 22063140 DOOR &. WWW.dashdoor.com Submitted By: BENJAMIN SCHULTZ 011111 D G L AS S Prepared By: AMY DALSING,AHC,DHT Page 19 of 38 2921 Docusign Envelope ID:DB8AB901-DAA1-4DE8-A9A3-6CB54B999C89 GENERAL HARDWARE NOTES c MUM 1.The i runt of tlis F brdvxere SchedLie is to shaNi rifon-13den c iy. Apxo✓al of this Schedule mull take preoede oe omer-arty infenretim gimen by the Arcited:ural❑tannings&Spedficafioh&Therefor a the installer rr st use the a pprra,ed hardv"e schedule for installation 2 Dash Door&(lass mull riot be held resporsi ble for factory delays F 6rr oem vuI I be ordered prorrplly once vue home received all irtomretien and APPFlOvED F brdv"e Sched Ae- E:msy attenpt mull be made to n-antain the Rnjecfs Nlateiai❑alimery Sdhedule& a Doc-&Frarr e i nforrretion as sham is not intended for the use of other Trades and Dash DDcr&(lass mull not be held responsible for its acnxacy. 4.Gosh Door&(lass is riot responsible for n-raiding IlniHardmi eto Bdsting Conditions a hbBademull be acceptedun! agreed by Dash Door&Gass ininviting prior toanywork being perferrrEd 6.Any F;—=mgcrr.or Changes rrede after receipt of Approved F brdv%re Schedules mull be si-4ect to a R-ocessing&Engineering Fee in addition to Mterial C1rde.Al changes mull then be Trade on Su plerentary Ciders. IVli edal nD lunge-required mil I be turned over to Cannes Attic Stodc 7.All Lode&C3,Ai nciers rr st be installed as per the Approved Har cMere Schedule and Key Schedda Lash Gba-&Class mull not be responsible if this procedure is rot follaned and if Locks&C)Ai ndas are not correctly located in aooarlance vith the Approved Schedules. 8 CCX4a-head Stops or F-ddes mast be instal led first When used in ocnju rd icn moth DDo-Closes a All Eat Devices for Doors other than-W o-49'm et be Tni rrred in the field by the Installer. 10.Pony Tools;V Endhes,lnstnictions&Maintenance Sheets or informefion pad<ed wth Locks,Closers,Exit Dr r hoes& other F-br c Aerie Iters are to be tumhed over to the Canner. 11.Sorr a nndel Door Closes are adaptable to a multi ple mans of installation Wthout further pats requ fired The fdloning are #Tee(3)corrrron rrehods of applications: a Stardiard FlEglar Arm Door Mimed(All Side} bl Parallel Ann Frame Stop N1xxt (Rosh Side). c Tap Jamb Above DDor Nbu-t(Roshh Side). —Before installation of Door(loser,refer to the Fbrcknare Schedule fo the rret hod of application°ree of Soong for each opening and use the appropriate Ten-plate ancYo-Ir-stallatien Instruction. The degree of the cpering listed is appr®dn>to&should not be used to install the Door Closer.The Installer rrvst deterri ne the N&Arrtrn Degree of the opening based on Field Conditions before installing the Door-Closer. 12 Al Fi rdv"e mist be installed moth the Fasteners praeded byte Manufacturer. The use of Fasteners other than those prcmded can cause Ftar c Aere Failure&Vad the Marx fade er's Wa anty. la The use of Fouxer Tools IS NOT fa-installation of F-6rrrnare as this causes C,artighte i ng&Carr ages to the Fastener F bad&Thisvull cause FimiAar-e Failure&also Veid the Man facu nYs VVanarty. 14.Bedmiciah mist remiewVVall Magnet TerrplaLe,Installation Instn rtion and Fbrdo"e Schedule to determine proper-location of Magnet Juxd ion Box 15 Even if a Marx afadu s indurdes ThrurBdts or Sic--Nets&Belts as part of tihel r Stardtarri Fastener Pddkacle the Installer shall refer to the Architects Specifications for proper Fastener usage EEFCF;E Drilling Doors for Bolts 16.For SurfaoeAWied F brdnere,Arcitec xd Dra�nings&Spedfied Nbuhting desaiptiens mull take preoedenoe amer Mbrnufachx&ssLpdied Ntxxrting Instru dcns&Installe's--a- sted minting location& 17.Any FTples required fa-VVnng cf all Si eace Applied Becb-ionic F-lardoere to be done in the field bythe Installation Contractor. DASH DOOR&GLASS C/O PCO1 KEY WEST IACA&TERMINAL(PCO 1) DASH 8800 NW 23RD ST. DOOR & MIAMI,FL 33172 22063140 WWW.daShdoor.com Submitted By: BENJAMIN SCHULTZ 011, GLASS' Prepared By: AMY DALSING,AHC,DHT Page 20 of 38 2922 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 KEYING NOTES THIS IS TO BE A NEW BEST PATENDED KEY SYSTEM WITH "UNKNOWN" KEYWAY - OWNER TO PROVIDE KEYWAY Permanent cylinders are to be BEST, SMALL FORMAT INTERCHANGEABLE CORES, COMBINATED, 7-PIN WITH: 1. 2 Keys for each permanent core, 2. 6 Master keys 3. 2 Control Keys, 4. Provide Cut Keys, nickel silver, with standard bows, stamped with the phrase "DO NOT DUPLICATE." 5. Furnish 12 Construction Keys & 2 Construction Control Keys for the owner's use during project. Keying for all locks to be determined during a keying meeting to be arranged between BEST ACCESS and the Owner at a later date. Owner's Representative Contact information & final keys/cores shop to address or to scheule a keying meeting as required. NAME: ----------------------------------------------------- PHONE NUMBER: ------------------------------------------- EMAIL: ADDRESS:— OWNER SHALL RETURN CONSTRUCTION CORES TO DASH DOOR & GLASS AFTER PROJECT CLOSE OUT. O & M INFORMATION * NOTE: It is the responsibility of the General Contractor to keep and provide any special tools supplied by the hardware manufacturer. These are packed with each piece of hardware and should be incorporated into the close out documents at the end of the project. 0 DA DASH DOOR&GLASS C/O PC01 KEY WEST IACA&TERMINAL(PCO 1) SH 8800 NW 23RD ST. DOOR & MIAMI,FL 33172 22063140 www.dashdoor.com Submitted By: BENJAMIN SCHULTZ D G L AS S Prepared By: AMY DALSING,AHC,DHT Page 21 of 38 2923 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 HARDWARE MANUFACTURERS Abbreviation Name ABH ABH BES BEST ACCESS SYSTEMS BHI BEST Hinges BPH BEST PHI DKB DORMA KABA PEM PEMKO ROC ROCKWOOD SEC SECURITRON TRI TRIMCO DASH DOOR&GLASS C/O PCO1 KEY WEST IACA&TERMINAL(PCO 1) DASH8800 NW 23RD ST. MIAMI,FL 33172 22063140 DOOR &,, www.dashdoor.com Submitted By: BENJAMIN SCHULTZ OD GLASS Prepared By: AMY DALSING,AHC,DHT Page 22 of 38 2924 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 HARDWARE FINISHES Finish Description 26D CHROMIUM PLATED, SATIN 626 US26D SATIN CHROMIUM PLATED 630 SATIN STAINLESS STEEL, 300 SERIES 630W 689 ALUMINUM A MILL FINISH ALUMINUM BK BLACK BL BLACK C CLEAR ANODIZED ALUMINUM GREY GREY US28 SATIN ALUMINUM US32D SATIN STAINLESS STEEL USP PAINTED PRIMED """"' """0 DA DASH DOOR&GLASS C/O PC01 KEY WEST IACA&TERMINAL(PCO 1) SH 8800 NW 23RD ST. DOOR & MIAMI,FL 33172 22063140 www.dashdoor.com Submitted By: BENJAMIN SCHULTZ D GLASS, Prepared By: AMY DALSING,AHC,DHT Page 23 of 38 2925 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 DOOR INDEX Mark Heading# Mark Heading# Mark Heading# 100A 22.1 136 32.1 147C 16 225 87 235B 87.2 226 87.1 239 73.1 305 47 306 45 310 65 317 53 327C 21 150E 28 DASHDASH DOOR&GLASS C/O PC01 KEY WEST IACA&TERMINAL(PCO 1) 8800 NW 23RD ST. Prepared Date: 1-17-2024 MIAMI,FL 33172 22063140 DOOR &,, Submitted B www.dashdoor.com Y: BENJAMIN SCHULTZ 011D GLASS Prepared By: AMY DALSING,AHC,DHT Page 24 of 38 2926 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 HARDWARE SCHEDULE Heading 16 Mark KeyGroup Qty Mode Description Location Size /Material/Rating Hand Degree 147C 1 SGL DOOR EXTERIOR FROM OPEN 3-3 x 7-0 x 1 3/4 RHR 90 OFFICE 147C HMD Door/HMF Frame NON-RTD Door/NON-RTD Frame Arch Set Name: 15 Opening to receive: Attached Qty UM Type Description To Finish Mfgr 3 EA HINGE,5, HVY WT CB199 5 X 4-1/2 X NRP 630W BHI 1 EA ELECTRIC POWER PT1000EZ US28 ABH TRANSFER 1 EA ELECTRIC MORTISE LOCK 45HW-7-TWEU-I4-J X BEST PREFERRED PATENTED X C 626 BES ELECTRONICALLY UNLOCKED 1 EA CONSTRUCTION CORE 7190224 BES 1 EA CLOSER, PARALLEL ARM HD8016 X SDS X PC X SNDTPK 689 BES MOUNT CLOSER ON PUSH SIDE OF DOOR 1 EA KICK PLATE K1050 X 3BE X CSK X 10 X 37 US32D ROC 1 EA WALL STOP 1209W 630 TRI 1 EA THRESHOLD 2005AV X MSES25 X 39 W A PEM 1 EA GASKETING S88BL18 BL PEM 1 EA DOOR POSITION SWITCH DPS-M-BK(B/O, FOR REF ONLY) BK SEC 1 EA POWER SUPPLY DKPS-2A DKB 1 EA WIRING HARNESS WH-6E BHI FROM POWER TRANSFER TO POWER SUPPLY CECO TRANSOM FL#4553,CECO FL#16355.4,ASSEMBLY 10,NOT WATER INFILTRATION RATED NOTE: GASKETING PER FL#REQUIREMENTS. NOTE: RACEWAY AND MOLEX CONNECTION CABLE BY HOLLOW METAL MANUFACTURER. NOTE: CARD READER,CARD-KEYPAD,DOOR POSITION SWITCH,WALL MOUNTED ALARM,WIRING DIAGRAMS AND OTHER ELECTRICAL ACCESSORIES NOT LISTED TO BE PROVIDED AND INSTALLED BY OTHERS,NOT DASH DOOR&GLASS. OPERATIONAL DESCRIPTION: CARD READER ON THE EXTERIOR RELEASES TRIM ON ELECTRONIC LOCKSETALLOWING ENTRY. CARD-KEYPAD ON THE INTERIOR SHUNTS ALARM AND RELEASES TRIM ALLOWING EGRESS. MECHANICAL KEY IN CYLINDER RETRACTS LATCHBOLT FOR ENTRY. DOOR RE-LOCKS AFTER CLOSURE. 3-11-2024 ADD TRANSOM TO FRAME PER REVISION 1. —CONTRACTOR TO PROVIDE DOOR POSITION SWITCH TEMPLATE. DASH DOOR&GLASS C/O PC01 KEY WEST IACA&TERMINAL(PCO 1) DAS�H 8800 NW 23RD ST. Prepared Date: 1-17-2024 DOOR & MIAMI,FL 33172 22063140 , www.dashdoor.com Submitted By: BENJAMIN SCHULTZ 011111 D G L AS S Prepared By: AMY DALSING,AHC,DHT Page 25 of 38 2927 Docusign Envelope ID:DB8AB901-0AA1-4DE8-A9A3-6CB54B999C89 HARDWARE SCHEDULE Heading 21 Mark KeyGroup Qty Mode Description Location Size /Material/Rating Hand Degree 327C 1 SGL DOOR EXTERIOR FROM 3-0 x 7-6 x 1 3/4 LHR 90 MECHANICAL 327 HMD Door/HMF Frame 45 MIN Door/45 MIN Frame Arch Set Name: 39 Opening to receive: Attached Qty UM Type Description To Finish Mfgr 3 EA HINGE,4 1/2, HVY WT CB1994-1/2 X4-1/2 X NRP 630W BHI 1 EA ELECTRIC POWER PT1000EZ US28 ABH TRANSFER 1 EA ELECTRIC MORTISE LOCK 45HW-7-TDEU-I4-J X BEST PREFERRED PATENTED X C X 626 BES ELECTRONICALLY RQE UNLOCKED 1 EA CONSTRUCTION CORE 7190224 BES 1 EA CLOSER, PARALLEL ARM HD8016 X SDS X PC X SNDTPK 689 BES MOUNT CLOSER ON PUSH SIDE OF DOOR 1 EA THRESHOLD 2005AV X MSES25 X 36 W A PEM 1 EA GASKETING S88BL20 BL PEM 1 EA DOOR POSITION SWITCH DPS-M-BK(B/O, FOR REF ONLY) BK SEC 1 EA WIRING HARNESS WH-6E BHI FROM POWER TRANSFER TO POWER SUPPLY CECO FL3 16355.2,ASSEMBLY 17,NOT WATER INFILTRATION RATED NOTE: GASKETING PER FL#REQUIREMENTS. NOTE: RACEWAY AND MOLEX CONNECTION CABLE BY HOLLOW METAL MANUFACTURER. NOTE: CARD READER, DOOR POSITION SWITCH,WALL MOUNTED ALARM,WIRING DIAGRAMS AND OTHER ELECTRICAL ACCESSORIES NOT LISTED TO BE PROVIDED AND INSTALLED BY OTHERS,NOT DASH DOOR&GLASS. OPERATIONAL DESCRIPTION: CARD READER RELEASES TRIM ON ELECTRONIC LOCKSET ALLOWING ENTRY. RQE SWITCH SIGNALS REQUEST TO EXIT. MECHANICAL KEY IN OUTSIDE CYLINDER RETRACTS LATCHBOLT FOR ENTRY. DOOR RE-LOCKS AFTER CLOSURE. FREE EGRESS AT ALL TIMES BY INSIDE LEVER. 3-11-2024 ADD 45 MIN FIRE RATING PER REVISION 1. —CONTRACTOR TO PROVIDE DOOR POSITION SWITCH TEMPLATE. DASH DOOR&GLASS C/O PC01 KEY WEST IACA&TERMINAL(PCO 1) DAS�H 8800 NW 23RD ST. Prepared Date: 1-17-2024 DOOR & MIAMI,FL 33172 22063140 , www.dashdoor.com Submitted By: BENJAMIN SCHULTZ 011111 D G L AS S Prepared By: AMY DALSING,AHC,DHT Page 26 of 38 2928 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 HARDWARE SCHEDULE Heading 22.1 Mark KeyGroup Qty Mode Description Location Size /Material/Rating Hand Degree 100A 1 SGL DOOR EXTERIOR TO TUG 3-4 x 7-0 x 1 3/4 RH 90 LANE 159 HMD Door/EXST Frame NON-RTD Door/NON-RTD Frame Arch Set Name: EX Opening to receive: Attached Qty UM Type Description To Finish Mfgr NOTE: ALL HARDWARE IS EXISTING TO REMAIN/REUSE. —CONTRACTOR TO PROVIDE SIZE,QUANTITYAND THICKNESS OF EXISTING HINGES,MODEL OF EXISTING LOCKAND ANY OTHER HARDWARE ATTACHED OR REQUIRED FOR THIS DOOR 2-21-2024 NEW DOOR ADDER PER 5-5-2023 CONFORMED DOCS. DASH DOOR&GLASS C/O PC01 KEY WEST IACA&TERMINAL(PCO 1) DAS�H 8800 NW 23RD ST. Prepared Date: 1-17-2024 DOOR & MIAMI,FL 33172 22063140 , www.dashdoor.com Submitted By: BENJAMIN SCHULTZ 011111 D G L AS S Prepared By: AMY DALSING,AHC,DHT Page 27 of 38 2929 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 HARDWARE SCHEDULE Heading 28 Mark KeyGroup Qty Mode Description Location Size /Material/Rating Hand Degree 150E 1 SGL DOOR EXTERIOR FROM ATO 3-0 x 7-0 x 1 3/4 RHR 90 SUITE#1 150 HMD Door/EXST Frame NON-RTD Door/NON-RTD Frame Arch Set Name: 11 Opening to receive: Attached Qty UM Type Description To Finish Mfgr 3 EA HINGE,4 1/2, HVY WT CB1994-1/2 X4-1/2 X NRP 630W BHI 1 EA ELECTRIC POWER PT1000EZ US28 ABH TRANSFER 1 EA ELECTRIC MORTISE LOCK 45HW-7-TDEU-I4-J X BEST PREFERRED PATENTED X C X 626 BES ELECTRONICALLY RQE UNLOCKED 1 EA CONSTRUCTION CORE 7190224 BES 1 EA CLOSER, PARALLEL ARM HD8016 X AF80P X PC X SNDTPK 689 BES MOUNT CLOSER ON PUSH SIDE OF DOOR 1 EA KICK PLATE K1050 X 3BE X CSK X 10 X 34 US32D ROC 1 EA THRESHOLD 2005AV X MSES25 X 36 W A PEM 1 EA GASKETING S88BL17 BL PEM 1 EA DOOR POSITION SWITCH DPS-M-BK(B/O, FOR REF ONLY) BK SEC 1 EA POWER SUPPLY DKPS-2A DKB 1 EA WIRING HARNESS WH-6E BHI FROM POWER TRANSFER TO POWER SUPPLY CECO FL3 16355.4,ASSEMBLY 20,NOT WATER INFILTRATION RATED NOTE: GASKETING PER FL#REQUIREMENTS. NOTE: RACEWAY AND MOLEX CONNECTION CABLE BY HOLLOW METAL MANUFACTURER. NOTE: CARD READER,DOOR POSITION SWITCH,WALL MOUNTED ALARM,WIRING DIAGRAMS AND OTHER ELECTRICAL ACCESSORIES NOT LISTED TO BE PROVIDED AND INSTALLED BY OTHERS,NOT DASH DOOR&GLASS. OPERATIONAL DESCRIPTION: DOOR NORMALLY CLOSED AND LOCKED. CARD READER RELEASES TRIM ON ELECTRONIC LOCKSET ALLOWING ENTRY. RQE SWITCH SIGNALS REQUEST TO EXIT. MECHANICAL KEY IN OUTSIDE CYLINDER RETRACTS LATCHBOLT FOR ENTRY. DOOR RE-LOCKS AFTER CLOSURE. FREE EGRESS AT ALL TIMES BY INSIDE LEVER. —CONTRACTOR TO PROVIDE DOOR POSITION SWITCH TEMPLATE. DASH DOOR&GLASS C/O PC01 KEY WEST IACA&TERMINAL(PCO 1) DAS�H 8800 NW 23RD ST. Prepared Date: 1-17-2024 DOOR & MIAMI,FL 33172 22063140 , www.dashdoor.com Submitted By: BENJAMIN SCHULTZ 011111 D G L AS S Prepared By: AMY DALSING,AHC,DHT Page 28 of 38 2930 Docusign Envelope ID:DB8AB901-0AA1-4DE8-A9A3-6CB54B999C89 HARDWARE SCHEDULE Heading 32.1 Mark KeyGroup Qty Mode Description Location Size /Material/Rating Hand Degree 136 1 SGL DOOR CORRIDOR 153 TO 3-0 x 7-0 x 1 3/4 LH 90 CONCESSION OFFICE 136 HMD Door/HMF Frame NON-RTD Door/NON-RTD Frame Arch Set Name: 05 Opening to receive: Attached Qty UM Type Description To Finish Mfgr 3 EA HINGE,4 1/2, STD WT FBB179 4-1/2 X 4-1/2 26D BHI 1 EA MORTISE LOCK 45H-7-R-14-H X BEST PREFERRED PATENTED 626 BES CLASSROOM 1 EA WALL STOP 1270WV 630 TRI 3 EA SILENCER 1229A GREY TRI 3-11-2023 NEW DOOR,FRAME AND HARDWARE PER REVISION 1. —ARCHITECT TO CONFIRM HARDWARE SET REQUIRED. NO HARDWARE WAS SPECIFIED FOR THIS OPENING. DASH DOOR&GLASS C/O PC01 KEY WEST IACA&TERMINAL(PCO 1) DAS�H 8800 NW 23RD ST. Prepared Date: 1-17-2024 DOOR & MIAMI,FL 33172 22063140 , www.dashdoor.com Submitted By: BENJAMIN SCHULTZ 011111 D G L AS S Prepared By: AMY DALSING,AHC,DHT Page 29 of 38 2931 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 HARDWARE SCHEDULE Heading 45 Mark KeyGroup Qty Mode Description Location Size /Material/Rating Hand Deg Act/InAct 306 1 PR DOORS HOLDROOM 302 FROM 3-0/3-0 x 7-0 x 1 3/4 RHRA 90/90 STORAGE 306 HMD Door/HMF Frame 45 MIN Door/45 MIN Frame Arch Set Name: 21 Opening to receive: Attached Qty UM Type Description To Finish Mfgr 6 EA HINGE,4 1/2, STD WT FBB179 4-1/2 X 4-1/2 X NRP BOTH 26D BHI 1 EA FLUSH BOLT,AUTOMATIC, 1863P INACT US32D ABH CORNER 1 EA DUST PROOF STRIKE 1870 US32D ABH 1 EA MORTISE LOCK 45H-7-D-14-H X BEST PREFERRED PATENTED BOTH 626 BES STOREROOM 1 EA CONSTRUCTION CORE 7190224 BES 1 EA COORDINATOR, BAR 3721 USP ABH INSTALL COORDINATOR PRIOR TO CLOSERS 2 EA MOUNTING BRACKET 3752 USP ABH 2 EA CLOSER, PARALLEL ARM HD8016 X DS X PC X SNDTPK BOTH 689 BES MOUNT CLOSER ON PUSH SIDE OF DOOR 1 EA GASKETING S88BL20 BL PEM 2 EA ASTRAGAL 29324CNB X 84 BOTH C PEM 3-11-2024 ADD 45 MIN FIRE RATING PER REVISION 1. DASH DOOR&GLASS C/O PC01 KEY WEST IACA&TERMINAL(PCO 1) DAS�H 8800 NW 23RD ST. Prepared Date: 1-17-2024 DOOR & MIAMI,FL 33172 22063140 , www.dashdoor.com Submitted By: BENJAMIN SCHULTZ 011111 D G L AS S Prepared By: AMY DALSING,AHC,DHT Page 30 of 38 2932 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 HARDWARE SCHEDULE Heading 47 Mark KeyGroup Qty Mode Description Location Size /Material/Rating Hand Deg Act/InAct 305 1 PR DOORS HOLDROOM 302 FROM 3-0/3-0 x 7-0 x 1 3/4 RHRA 90/90 ELECTRICAL 305 HMD Door/HMF Frame 45 MIN Door/45 MIN Frame Arch Set Name: 23 Opening to receive: Attached Qty UM Type Description To Finish Mfgr 6 EA HINGE,4 1/2, STD WT FBB179 4-1/2 X 4-1/2 X NRP BOTH 26D BHI 1 EA ELECTRIC POWER PT1000EZ ACT US28 ABH TRANSFER 1 EA CVR EXIT DEVICE EXIT 3ROFL2801 X LBR X NO TRIM X S519 X 3-0 X 7-0 INACT 630 BPH ONLY 1 EA CVR EXIT DEVICE KEY 3ROC-MLR-TS-FL2803 X LBR X 4903D X S519 X 3-0 X 7-0 ACT 630 BPH RETRACTS LATCHBOLT 1 EA RIM CYLINDER STANDARD 12E-7-2-S2-RP2 X BEST PREFERRED PATENTED 626 BES RIM 1 EA CONSTRUCTION CORE 7190224 BES 2 EA CLOSER, PARALLEL ARM HD8016 X AF80P X PC X SNDTPK BOTH 689 BES MOUNT CLOSER ON PUSH SIDE OF DOOR 2 EA WALL STOP 1270WV 630 TRI 1 EA GASKETING S88BL20 BL PEM 2 EA ASTRAGAL 29324CNB X 84 BOTH C PEM 2 EA DOOR POSITION SWITCH DPS-M-BK(B/O, FOR REF ONLY) BOTH BK SEC 1 EA POWER SUPPLY RPSMLR2BB BPH 1 EA WIRING HARNESS WH-6E BHI FROM POWER TRANSFER TO POWER SUPPLY NOTE: RACEWAY AND MOLEX CONNECTION CABLE BY HOLLOW METAL MANUFACTURER. NOTE: CARD READER,DOOR POSITION SWITCHES,WALL MOUNTED ALARM,WIRING DIAGRAMS AND OTHER ELECTRICAL ACCESSORIES NOT LISTED TO BE PROVIDED AND INSTALLED BY OTHERS,NOT DASH DOOR&GLASS. OPERATIONAL DESCRIPTION: DOOR NORMALLY CLOSED AND LOCKED.CARD READER RETRACTS LATCHBOLT ON EXIT DEVICE ALLOWING ENTRY. MECHANICAL KEY IN OUTSIDE CYLINDER RETRACTS LATCHBOLT FOR ENTRY. DOOR RE-LOCKS AFTER CLOSURE. TS SWITCH IN THE PUSH RAILSIGNALS REQUEST TO EXIT. DOOR POSITION SWITCH MONITORS THE DOOR STATUS. FREE EGRESS AT ALL TIMES BYTOUCHBAR. 3-11-2024 ADD 45 MIN FIRE RATING PER REVISION 1. —CONTRACTOR TO PROVIDE DOOR POSITION SWITCH TEMPLATE. DASH DOOR&GLASS C/O PC01 KEY WEST IACA&TERMINAL(PCO 1) DAS�H 8800 NW 23RD ST. Prepared Date: 1-17-2024 DOOR & MIAMI,FL 33172 22063140 , www.dashdoor.com Submitted By: BENJAMIN SCHULTZ 011111 D G L AS S Prepared By: AMY DALSING,AHC,DHT Page 31 of 38 2933 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 HARDWARE SCHEDULE Heading 53 Mark KeyGroup Qty Mode Description Location Size /Material/Rating Hand Degree 317 1 SGL DOOR VESTIBULE 318 TO 4-0 x 7-0 x 1 3/4 LH 90 TRASH 317 HMD Door/HMF Frame 45 MIN Door/45 MIN Frame Arch Set Name: 30 Opening to receive: Attached Qty UM Type Description To Finish Mfgr 3 EA HINGE,5, HVY WT FBB168 5 X 4-1/2 26D BHI 1 EA ELECTRIC POWER PT1000EZ US28 ABH TRANSFER 1 EA ELECTRIC MORTISE LOCK 45HW-7-DEU-14-H X BEST PREFERRED PATENTED X C X 626 BES ELECTRONICALLY RQE UNLOCKED 1 EA CONSTRUCTION CORE 7190224 BES 1 EA CLOSER, REGULAR ARM HD8056 X AF80P X PC X SNDTPK 689 BES MOUNT CLOSER ON PULL SIDE OF DOOR 1 EA ARMOR PLATE K1050 X 4BE X CSK X 34 X 46 US32D ROC 1 EA WALL STOP 1270WV 630 TRI 1 EA GASKETING S88BL18 BL PEM 1 EA DOOR POSITION SWITCH DPS-M-BK(B/O, FOR REF ONLY) BK SEC 1 EA POWER SUPPLY DKPS-2A DKB 1 EA WIRING HARNESS WH-6E BHI FROM POWER TRANSFER TO POWER SUPPLY NOTE: RACEWAY AND MOLEX CONNECTION CABLE BY HOLLOW METAL MANUFACTURER. NOTE: CARD READER,DOOR POSITION SWITCH,WIRING DIAGRAMS AND OTHER ELECTRICAL ACCESSORIES NOT LISTED TO BE PROVIDED AND INSTALLED BY OTHERS,NOT DASH DOOR&GLASS. OPERATIONALDESCRIPTION: CARD READER RELEASES TRIM ON ELECTRONIC LOCKSETALLOWING ENTRY. RQE SWITCH SIGNALS REQUEST TO EXIT. MECHANICAL KEY IN OUTSIDE CYLINDER RETRACTS LATCHBOLT FOR ENTRY. DOOR RE-LOCKS AFTER CLOSURE. DOOR POSITION SWITCH MONITORS THE DOOR STATUS. FREE EGRESS AT ALL TIMES BY INSIDE LEVER. 3-11-2024 ADD 45 MIN FIRE RATING PER REVISION 1. —CONTRACTOR TO PROVIDE DOOR POSITION SWITCH TEMPLATE. DASH DOOR&GLASS C/O PC01 KEY WEST IACA&TERMINAL(PCO 1) DAS�H 8800 NW 23RD ST. Prepared Date: 1-17-2024 DOOR & MIAMI,FL 33172 22063140 , www.dashdoor.com Submitted By: BENJAMIN SCHULTZ 011111 D G L AS S Prepared By: AMY DALSING,AHC,DHT Page 32 of 38 2934 Docusign Envelope ID:DB8AB901-0AA1-4DE8-A9A3-6CB54B999C89 HARDWARE SCHEDULE Heading 65 Mark KeyGroup Qty Mode Description Location Size /Material/Rating Hand Degree 310 1 SGL DOOR HOLDROOM 302 FROM 3-0 x 7-0 x 1 3/4 RHR 180 IT/COMM 310 HMD Door/HMF Frame 90 MIN Door/90 MIN Frame Arch Set Name: 41 Opening to receive: Attached Qty UM Type Description To Finish Mfgr 3 EA HINGE,4 1/2, STD WT FBB179 4-1/2 X 4-1/2 X NRP 26D BHI 1 EA ELECTRIC POWER PT1000EZ US28 ABH TRANSFER 1 EA ELECTRIC MORTISE LOCK 45HW-7-DEU-14-H X BEST PREFERRED PATENTED X C X 626 BES ELECTRONICALLY RQE UNLOCKED 1 EA CONSTRUCTION CORE 7190224 BES 1 EA CLOSER, PARALLEL ARM HD8016 X AF80P X PC X SNDTPK 689 BES MOUNT CLOSER ON PUSH SIDE OF DOOR 1 EA KICK PLATE K1050 X 3BE X CSK X 10 X 34 US32D ROC 1 EA WALL STOP 1270WV 630 TRI 1 EA GASKETING S88BL17 BL PEM 1 EA DOOR POSITION SWITCH DPS-M-BK(B/O, FOR REF ONLY) BK SEC 1 EA POWER SUPPLY DKPS-2A DKB 1 EA WIRING HARNESS WH-6E BHI FROM POWER TRANSFER TO POWER SUPPLY NOTE: RACEWAY AND MOLEX CONNECTION CABLE BY HOLLOW METAL MANUFACTURER. NOTE: CARD READER,DOOR POSITION SWITCH,WALL MOUNTED ALARM,WIRING DIAGRAMS AND OTHER ELECTRICAL ACCESSORIES NOT LISTED TO BE PROVIDED AND INSTALLED BY OTHERS,NOT DASH DOOR&GLASS. OPERATIONAL DESCRIPTION: CARD READER RELEASES TRIM ON ELECTRONIC LOCKSET ALLOWING ENTRY. RQE SWITCH SIGNALS REQUEST TO EXIT. MECHANICAL KEY IN OUTSIDE CYLINDER RETRACTS LATCHBOLT FOR ENTRY. DOOR RE-LOCKS AFTER CLOSURE. DOOR POSITION SWITCH MONITORS THE DOOR STATUS. FREE EGRESS AT ALL TIMES BY INSIDE LEVER. 3-11-2024 ADD 90 MIN FIRE RATING TO OPENING PER REVISION 1. —CONTRACTOR TO PROVIDE DOOR POSITION SWITCH TEMPLATE. DASH DOOR&GLASS C/O PC01 KEY WEST IACA&TERMINAL(PCO 1) DAS�H 8800 NW 23RD ST. Prepared Date: 1-17-2024 DOOR & MIAMI,FL 33172 22063140 , www.dashdoor.com Submitted By: BENJAMIN SCHULTZ 011111 D G L AS S Prepared By: AMY DALSING,AHC,DHT Page 33 of 38 2935 Docusign Envelope ID:DB8AB901-0AA1-4DE8-A9A3-6CB54B999C89 HARDWARE SCHEDULE Heading 73.1 Mark KeyGroup Qty Mode Description Location Size /Material/Rating Hand Degree 239 1 SGL DOOR OPENING DELETED PER 3-0 x 7-0 x 1 3/4 RH 90 REVISION 1 TO OPENING EXST Door/EXST Frame DELETED PER REVISION 1 NON-RTD Door/NON-RTD Frame Arch Set Name: 50 Opening to receive: Attached Qty UM Type Description To Finish Mfgr 3-11-2024 DOOR,FRAME AND HARDWARE DELETED PER REVISION 1. DASH DOOR&GLASS C/O PC01 KEY WEST IACA&TERMINAL(PCO 1) DAS�H 8800 NW 23RD ST. Prepared Date: 1-17-2024 DOOR & MIAMI,FL 33172 22063140 , www.dashdoor.com Submitted By: BENJAMIN SCHULTZ 011111 D G L AS S Prepared By: AMY DALSING,AHC,DHT Page 34 of 38 2936 Docusign Envelope ID:DB8AB901-0AA1-4DE8-A9A3-6CB54B999C89 HARDWARE SCHEDULE Heading 87 Mark KeyGroup Qty Mode Description Location Size /Material/Rating Hand Degree 225 1 SGL DOOR SECURITY CHECKPOINT 3-0 x 7-0 x 1 3/4 RHR 90 228 FROM TSA COMM 225 HMD Door/HMF Frame 90 MIN Door/90 MIN Frame Arch Set Name: 62 Opening to receive: Attached Qty UM Type Description To Finish Mfgr 3 EA HINGE,4 1/2, STD WT FBB179 4-1/2 X 4-1/2 X NRP 26D BHI 1 EA ELECTRIC POWER PT1000EZ US28 ABH TRANSFER 1 EA ELECTRIC MORTISE LOCK 45HW-7-DEU-14-H X BEST PREFERRED PATENTED X C X 626 BES ELECTRONICALLY RQE UNLOCKED 1 EA CONSTRUCTION CORE 7190224 BES 1 EA CLOSER, PARALLEL ARM HD8016 X AF80P X PC X SNDTPK 689 BES MOUNT CLOSER ON PUSH SIDE OF DOOR 1 EA WALL STOP 1270WV 630 TRI 1 EA GASKETING S88BL17 BL PEM 1 EA DOOR POSITION SWITCH DPS-M-BK(B/O, FOR REF ONLY) BK SEC 1 EA POWER SUPPLY DKPS-2A DKB 1 EA WIRING HARNESS WH-6E BHI FROM POWER TRANSFER TO POWER SUPPLY NOTE: RACEWAY AND MOLEX CONNECTION CABLE BY HOLLOW METAL MANUFACTURER. NOTE: CARD READERS,DOOR POSITION SWITCH,WIRING DIAGRAMS AND OTHER ELECTRICAL ACCESSORIES NOT LISTED TO BE PROVIDED AND INSTALLED BY OTHERS,NOT DASH DOOR&GLASS. OPERATIONAL DESCRIPTION: CARD READER RELEASES TRIM ON ELECTRONIC LOCKSET ALLOWING ENTRY. ROE SWITCH SIGNALS REQUEST TO EXIT. MECHANICAL KEY IN OUTSIDE CYLINDER RETRACTS LATCHBOLT FOR ENTRY. DOOR RE-LOCKS AFTER CLOSURE. DOOR POSITION SWITCH MONITORS THE DOOR STATUS. FREE EGRESS AT ALL TIMES BY INSIDE LEVER. 3-11-2024 CHANGE OPENING NUMBER FROM 226 TO 225,ADD 90MIN FIRE RATING,CHANGE JAMB DEPTH PER REVISION 1. —CONTRACTOR TO PROVIDE DOOR POSITION SWITCH TEMPLATE. DASH DOOR&GLASS C/O PC01 KEY WEST IACA&TERMINAL(PCO 1) DAS�H 8800 NW 23RD ST. Prepared Date: 1-17-2024 DOOR & MIAMI,FL 33172 22063140 , www.dashdoor.com Submitted By: BENJAMIN SCHULTZ 011111 D G L AS S Prepared By: AMY DALSING,AHC,DHT Page 35 of 38 2937 Docusign Envelope ID:DB8AB901-0AA1-4DE8-A9A3-6CB54B999C89 HARDWARE SCHEDULE Heading 87.1 Mark KeyGroup Qty Mode Description Location Size /Material/Rating Hand Degree 226 1 SGL DOOR CORRIDOR 235 FROM 3-10 x 7-0 x 1 3/4 LHR 90 ELEVATOR MACHINE EXST Door/EXST Frame ROOM 226 NON-RTD Door/NON-RTD Frame Arch Set Name: 62 Opening to receive: Attached Qty UM Type Description To Finish Mfgr 3 EA HINGE,5, HVY WT FBB168 5 X 4-1/2 X NRP 26D BHI 1 EA ELECTRIC POWER PT1000EZ US28 ABH TRANSFER 1 EA ELECTRIC MORTISE LOCK 45HW-7-DEU-14-H X BEST PREFERRED PATENTED X C X 626 BES ELECTRONICALLY RQE UNLOCKED 1 EA CONSTRUCTION CORE 7190224 BES 1 EA CLOSER, PARALLEL ARM HD8016 X AF80P X PC X SNDTPK 689 BES MOUNT CLOSER ON PUSH SIDE OF DOOR 1 EA WALL STOP 1270WV 630 TRI 1 EA DOOR POSITION SWITCH DPS-M-BK(B/O, FOR REF ONLY) BK SEC 1 EA GASKETING S88BL18 BL PEM 1 EA WIRING HARNESS WH-6E BHI FROM POWER TRANSFER TO POWER SUPPLY 1 EA POWER SUPPLY DKPS-2A DKB NOTE: RACEWAY AND MOLEX CONNECTION CABLE BY HOLLOW METAL MANUFACTURER. NOTE: CARD READERS,DOOR POSITION SWITCH,WIRING DIAGRAMS AND OTHER ELECTRICAL ACCESSORIES NOT LISTED TO BE PROVIDED AND INSTALLED BY OTHERS,NOT DASH DOOR&GLASS. OPERATIONAL DESCRIPTION: CARD READER RELEASES TRIM ON ELECTRONIC LOCKSET ALLOWING ENTRY. ROE SWITCH SIGNALS REQUEST TO EXIT. MECHANICAL KEY IN OUTSIDE CYLINDER RETRACTS LATCHBOLT FOR ENTRY. DOOR RE-LOCKS AFTER CLOSURE. DOOR POSITION SWITCH MONITORS THE DOOR STATUS. FREE EGRESS AT ALL TIMES BY INSIDE LEVER. 3-11-2024 ADD HARDWARE SET#62 PER REVISION 1. —CONTRACTOR TO PROVIDE DOOR POSITION SWITCH TEMPLATE. DASH DOOR&GLASS C/O PC01 KEY WEST IACA&TERMINAL(PCO 1) DAS�H 8800 NW 23RD ST. Prepared Date: 1-17-2024 DOOR & MIAMI,FL 33172 22063140 , www.dashdoor.com Submitted By: BENJAMIN SCHULTZ 011111 D G L AS S Prepared By: AMY DALSING,AHC,DHT Page 36 of 38 2938 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 HARDWARE SCHEDULE Heading 87.2 Mark KeyGroup Qty Mode Description Location Size /Material/Rating Hand Degree 235B 1 SGL DOOR TSA QUEUE 227 FROM 3-4 x 7-0 x 1 3/4 LHR 90 CORRIDOR 235 HMD Door/EXST Frame NON-RTD Door/NON-RTD Frame Arch Set Name: 62 Opening to receive: Attached Qty UM Type Description To Finish Mfgr 3 EA HINGE,5, HVY WT FBB168 5 X 4-1/2 X NRP 26D BHI 1 EA ELECTRIC POWER PT1000EZ US28 ABH TRANSFER 1 EA ELECTRIC MORTISE LOCK 45HW-7-DEU-14-H X BEST PREFERRED PATENTED X C X 626 BES ELECTRONICALLY RQE UNLOCKED 1 EA CONSTRUCTION CORE 7190224 BES 1 EA CLOSER, PARALLEL ARM HD8016 X AF80P X PC X SNDTPK 689 BES MOUNT CLOSER ON PUSH SIDE OF DOOR 1 EA WALL STOP 1270WV 630 TRI 1 EA GASKETING S88BL18 BL PEM 1 EA DOOR POSITION SWITCH DPS-M-BK(B/O, FOR REF ONLY) BK SEC 1 EA POWER SUPPLY DKPS-2A DKB 1 EA WIRING HARNESS WH-6E BHI FROM POWER TRANSFER TO POWER SUPPLY NOTE: RACEWAY AND MOLEX CONNECTION CABLE BY HOLLOW METAL MANUFACTURER. NOTE: CARD READERS,DOOR POSITION SWITCH,WIRING DIAGRAMS AND OTHER ELECTRICAL ACCESSORIES NOT LISTED TO BE PROVIDED AND INSTALLED BY OTHERS,NOT DASH DOOR&GLASS. OPERATIONAL DESCRIPTION: CARD READER RELEASES TRIM ON ELECTRONIC LOCKSET ALLOWING ENTRY. ROE SWITCH SIGNALS REQUEST TO EXIT. MECHANICAL KEY IN OUTSIDE CYLINDER RETRACTS LATCHBOLT FOR ENTRY. DOOR RE-LOCKS AFTER CLOSURE. DOOR POSITION SWITCH MONITORS THE DOOR STATUS. FREE EGRESS AT ALL TIMES BY INSIDE LEVER. 3-11-2024 ADD HARDWARE SET#62,ADD FLUSH HOLLOW METAL DOOR PER REVISION 1. —CONTRACTOR TO PROVIDE DOOR POSITION SWITCH TEMPLATE. DASH DOOR&GLASS C/O PC01 KEY WEST IACA&TERMINAL(PCO 1) DAS�H 8800 NW 23RD ST. Prepared Date: 1-17-2024 DOOR & MIAMI,FL 33172 22063140 , www.dashdoor.com Submitted By: BENJAMIN SCHULTZ 011111 D G L AS S Prepared By: AMY DALSING,AHC,DHT Page 37 of 38 2939 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 HARDWARE SCHEDULE End of Schedule DASH DOOR&GLASS C/O PCO1 KEY WEST IACA&TERMINAL(PCO 1) DAS�H 8800 NW 23RD ST. Prepared Date: 1-17-2024 DOOR & MIAMI,FL 33172 22063140 , www.dashdoor.com Submitted By: BENJAMIN SCHULTZ 011111 D G L AS S Prepared By: AMY DALSING,AHC,DHT Page 38 of 38 2940 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 Nm " 14 GULF BUILDING PCO #087 V K C"::7 KSYST*R NV2A/Gulf Keystar JV Project:20-2039-01 -KWIA Concourse A and Terminal Improvements Y 1 p 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 #087: Steel Fab - Gates 1 Thru 7 Vestibule Steel 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 NUMBER/REVISION: 087/1 CONTRACT: 20-2039-01 -Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) STATUS: Pending-In Review CREATED DATE: 8/20/2024 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: $70,895.09 POTENTIAL CHANGE ORDER TITLE:Steel Fab-Gates 1 Thru 7 Vestibule Steel CHANGE REASON:A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Steel Fab-Gates 1 Thru 7 Vestibule Steel This change order includes the costs associated with furnish and install(6)HSS 2-1/2x2-1/2x3/16x 8'-2"columns, (2)HSS 12x4x1/4x9'-7"Headers and (2)HSS 12x4x6'-O"Headers for 7 Gates vestibules per Submittal#08 4313-001 Revision 1:Aluminum Framed Storefronts-Shop Drawings. Cost breakdown and backup are attached for further details. ATTACHMENTS: 22596 RCO 010®Gates 1 thru 7-Steel.pdf, Submittal#003-Rev-2®Aluminum®Framed®Storefronts-Reduced.pdf # Budget Code Description Amount 1 05-.12.10.00.S Structural Steel Framing Gates 1-7 Vestibule Steel $64,450.08 Joist.Subcontractor 2 99-.99.99.66.0 Procore OH&P.Other Prime Contract Markup $6,445.01 Grand Total: $70,895.09 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 —tv 'i bupu, "J a wa9i uai d: r: Aa Pra ta°r:9;W 51GNA1 UKt DATE SIGNATURE DATE SIGNATURE DATE 11/22/2024 1 10:46:03 PST 12/2/2024 1 10:49:55 PST 11/22/2024 1 09:10:14 PST NV2A/Gulf Keystar JV Page 1 of 1 Printed On: 11/22/2024 11:57 AM ES'2941 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 lot REQUEST FOR CHANGE ORDER 721 N.E. 44th Street NUMBER: 010.0 a Fort Lauderdale, FL 33334 Phone: 954-772-0440 Low Fax: 954-938-7527 TITLE: RCO#010.0, Gates 1 thru 7 Steel DATE: 07/26/24 PROJECT: 22596 Key West IACA&Terminal JOB: 22596 TO: Antonio Pinto NV2A REASON: Price Only CIC REFERENCE: Phone: Fax: DESCRIPTION OF CHANGE Gates 1 thru 7- Cost associated with FURNISH AND INSTALL (6) HSS 2-1/2x2-1/2x3/16x 8'-2" columns, (2) HSS 12x4x1/4x9'-7" Headers and (2) HSS 12x4x6'-0" Headers. Typical of(7) Gates. Total (70) pieces. Steel to be prime painted. Item Description Quantity Units Unit Price Net Amount 001T Detailing standard 20.00 Hour 77.00 1,540.00 002T Materials Add 7,592.08 Lb 2.04 15,474.56 003T Shop labor standard add 60.00 Hour 70.00 4,200.00 004T Shipping 1.00 Lot 1,500.00 1,500.00 005 Foreman standard 40.00 Hour 84.25 3,370.00 006 Ironworker(standard) 400.00 Hour 82.99 33,196.00 007 Housing-Add 1.00 Lot 4,000.00 4,000.00 008 Per Diem.5 Guys x 14 Days 70.00 Day 50.00 3,500.00 009 Welding Machine 200.00 Hour 2.80 560.00 010T Sales Tax at 0.07 1,590.00 1,590.00 011 Overhead at 0.1 6,893.06 6,893.06 By my signature below, I attest that I am authorized by my firm to enter into an agreement to purchase goods and/or services. As the Buyer, I hereby authorize Steel Fabricators, L.L.C. to proceed with the additional work described herein and do guarantee compensation on the basis noted above. If schedule impact listed below is zero or not listed, additional contract time required will be determined by Steel Fabricators at the time of implementation due to changes described above. The Contract Sum Will be Increased 7°5°82.3.6.2. The Contract Time Will be Increased 25 days m,;M VI;„.;R„+I i18.50rr''D, ..... �$ 6�,1!1 15 83 M S ACCEPTED: NV2A BY: Antonio Pinto BY: DATE: DATE: PAGE 1 O 2942 FORM: F CO 01 RTF x X Q N 6 Q1 U_ LO E E E E N O co v U U L7 0 3 = 0 o d a d a c U' U' (D (D x C n x N y 3 .-I Q L+ Vl H � = N N - Gl Gl d v a a Q o v x o x x O � U a6 = Gl o tD - _ m n v v N N rn p o N � x c-I m N W c-I N N N 00 c-I N -0 c-I LD c-I W a v v m n LIZ m o N O u � fJ S LT LT L}L} W L D 0) � � L M a)x p to � N N h N 00 00 M D 00 w 14 -0 � Q 7 2 00 N zT r� O O ns v Z Q Q W O 0) LD V1 Q z � � S N L a+ L dl ' (6 � U dl O Q to O ♦+ h U N a a ti ti n F 00 U 0 N W W 00 `� l.7 Lp0 Lfl O Lh V1 m L @ ' J 00 (p aj m m m Q -0 O N QV O M O O Ln 00 Q Q Q Q LU 0 ti GJ M Q _ X N o v a a cN 'T -ZT m c N N 00 m to J to N LD Ln N O pp 47 N 0 CL O p D N C LU O � .-I N M � Ln tD h 07 41 O cy N M � Lf1 lD h 00 41 O .-I 0 2943 III un ti MXII ZSSH 'K:�nx7XZL S WeE) CrIz/ 9 X OZ SSH IIII 04a M 9-1,6 co O ICU E ............ co ................. (D U) LU J) 00 U) E U), m O 0 , M C) < oo o C) X IV— 0 C) CD I a) Ir- - 'V- C) o CD cl C) X 00 U) C) W cn x rn coo CO, �2 < I , cr E oc C) U) (n QD C: o m ill) C: cs,j C) vi CD .2 cl,J oc 0) CD > CL C: LU rn D 0 0 0 2944 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 �� ;rw, Feu NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and C Y t*t' 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 #08 4313-003.2 - Aluminum-Framed Storefronts - Shop Drawings 08 4313 - Aluminum-Framed Storefronts Distribution Summary Distributed by Ryan Donnelly(NV2A/Gulf Keystar JV)on Feb 26, 2024 To Eiliv Rosen(Crawford-Tracey Corp),Gustavo Lazaro(NV2A/Gulf Keystar JV), Ryan Donnelly(NV2A/Gulf Keystar JV),Tim Bergeron(NV2A/Gulf Keystar JV),Antonio Pinto(NV2A/Gulf Keystar JV),Alex Hyppolite(NV2A/Gulf Keystar JV),Jose McSherry (NV2A/Gulf Keystar JV),Gregg Gaston(NV2A/Gulf Keystar JV),Claudio Santos(NV2A/Gulf Keystar JV),Mansour Sodagari (NV2A/Gulf Keystar JV) Message Attached please find KWIA Submittal#08 4313-3-2—Aluminum-Framed Storefronts-Shop Drawings to be revised& resubmitted. Please let me know if you have any questions. Attachments Name Response Attachments Comments Judy Telford(Mead&Hunt) Revise and Transmittal Submittal-08 REVISE AND RESUBMIT See attached.pdf for Resubmit 4313-001-1 -Aluminum- MH comments Note: Please review the attached Framed Storefronts-Rev 1 Transmittal PDF for the full formatted text. (Responded and Closed).pdf,08 4313-003-2 -MH Response.pdf, Transmittal Submittal-08 4313-001-1 -Aluminum- Framed Storefronts-Rev 1 (Responded and Closed).pdf Revision 2 Submittal Manager Ryan Donnelly(NV2A/Gulf Keystar JV) Status Closed Date Created Jan 8,2024 Issue Date Jan 8,2024 Spec Section 08 4313-Aluminum-Framed Storefronts Responsible Crawford-Tracey Corp Received From Contractor Received Date Submit By Jan 31,2023 Final Due Date Mar 1,2024 Lead Time Cost Code Location Type Shop Drawing Approvers Ryan Donnelly(NV2A/Gulf Keystar JV),Tang Fang (Mead&Hunt),Christopher Kopec(McFarland Johnson, Inc.), Don Koppy (Mead&Hunt), Frederick Mock(McFarland Johnson, Inc.),Judy Telford(Mead&Hunt),Tonya Wood(Mead&Hunt) Ball in Court Distribution Alex Hyppolite(NV2A/Gulf Keystar JV),Antonio Pinto(NV2A/Gulf Keystar JV),Gustavo Lazaro(NV2A/Gulf Keystar JV), Mansour Sodagari(NV2A/Gulf Keystar JV),Claudio Santos(NV2A/Gulf Keystar JV),Gregg Gaston(NV2A/Gulf Keystar JV), Jose McSherry(NV2A/Gulf Keystar JV),Ryan Donnelly(NV2A/Gulf Keystar JV),Tim Bergeron(NV2A/Gulf Keystar JV) Description Track Procurement No Notes NV2A/Gulf Keystar JV Page 1 of 2 Printed On:Aug 20,2024 06:35 PM E" 2945 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 Submittal#08 4313-003.2-Aluminum-Framed Storefronts-Shop Project:20-2039-01 KWIA Concourse A and Terminal Improvements Drawings Program Submittal Workflow Name Sent Date Due Date Returned Date Response Attachments General Information Attachments Eiliv Rosen Jan 15,2024 Feb 14,2024 Submitted 0184 13 uuru,il kihimuvqiinii S ufefioni>pdili'. Comment See attached for interior package and the door hardware package. There seems to be a lock in the substitution request form, so I included a note in the description. Ryan Donnelly Feb 16,2024 Feb 23,2024 Feb 16,2024 Reviewed by NGK 08 431 3-003-2-Aluminum Storefront.pdf IImllFang 1u1::+ '106, 102,,1 1'0nrI, 0!bI 4r,miuq +,hri,ItDphnr Kophnc 4u b °16 '9�2 1 h0 i H I, 1t;,r,4 I'nmiiurlI "mr 1^'ofop" 4r b '1 C '112,1 Mar I, 0?4 I'r,rrorlanq Fro fi,� k p,r9rrck Feb 14 '12,1 1',w I, 20?4 I'errrlang Judy Telford Feb 16,2024 Mar 1,2024 Feb 26,2024 Revise and Resubmit Transmittal Submittal-08 4313-001-1 - Aluminum-Framed Storefronts-Rev 1 (Responded and Closed)odf(ir;„auinreunQ Transmittal Submittal-08 4313-001-1 - Aluminum-Framed Storefronts-Rev 1 (Responded and Closed),pdf(Cwu.uinrerut) 08 431 3-003-2-MH Response.pdf(t.uuinrti,nt) Comment REVISE AND RESUBMIT See attached.pdf for MH comments Note:Please review the attached Transmittal PDF for the full formatted text. Ic rr, s ur"(,rr d Feb '16 1102,4 1',I uu I 4rem inn NV2A/Gulf Keystar JV Page 2 of 2 Printed On:Aug 20,2024 06:35 PM E" 2946 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 °7 0 StiIIIIIII iiiiiii iiiiii t IIIIIIII v� �q iiiuu g�uuow uii i � I qead & Il lllint, V111c. 1099 II`gw d-vwlni IF!! id, 1310b, ry„,iV Dallas; I 5211 LhOU41 13ta �s I11ROl::u11 EYW Key West Conc A &Terminal IDA Su"II',q..0 2/26/2024 Program 4317400-200125.01 gull j C..u..: 08 4313-001-1 - Aluminum- Sq..,u '4" II All IIu:): 08 4313-001-1 - Framed Storefronts - Rev 1 Aluminum- Framed Storefronts - Rev 1 u" Submittal a li.V sSP4�..11 �All 1111) 00270 Revise and Resubmit - Exceptions VTA!! Procore Taken S l3[::;. SECL V,C:a q"q 084313 tlr+ q"kll p uq'�II"i V"tl"I11:::1114A 11 q..I11C,P4 Judy Telford Mead & Hunt, Inc. Judy Telford@meadhunt 469-646-0160 �..01 'k'!%l qII — — — ;�Dl qII 1"1II'�J"Y — — PgA1II — — — I1Hu1W'kW ryand@gulfbuilding.co ryand@gulfbuilding.com m u 11:a"1AF�lk:S REVISE AND RESUBMIT See attached .pdf for MH comments ;pq...uAPIJ II V.L.,l 1 I`A II Il ) 2/20/2024 'gN..ur4Bl:,Il: I ES,!, q VP11LVil111`J 08 4313-003-2 - MH Response.pdf F"LII'"IAIf�llk;S IIML�S: Donald Koppy (Mead & Hunt) Tang Fang 2947 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 ,, Z rc, AUILDrN 20-2039-01 - KWIA Concourse NV q° A and Terminal Improvements Program 3941 South Roosevelt Blvd. NV2A/Gulf Keystar Key West, Florida 33040 9100 South DalMland Blvd,Suite 600 United States Miami, Florida 33156 United States (786) 233-5060 Title Submittal Manager Aluminum-Framed Storefronts-Shop Drawings Ryan Donnelly Spec Section Type 08 4313 -Aluminum-Framed Storefronts Shop Drawing Number Rev 08 4313-003 2 ................................................................................................................................................................................................................................................................................................................................................................................................. ........................................................................................................................................................................................................................................................................................................................................................................................... Description suuBawl r°rAlll,,,, 1::U:,,..:V1E'w None ApIll Ill II:::xcelFnaglia ins" alken IIIAl as INoted Ill Ca ir-i'ecitlloin s Ill (Resu lbirrnliitgaIll IY of lReRquuliired) I 11 IReAse and IRe uull:.no�ruo'q II.i.xcepn'glio ns" al eln FM L"ffi EYS,T R Rejected III �Project: u 03 n 0o by "��� � Aeceple8 Irnfolrurullion<ll 9ulroul Ill A.celnge8 lngzlru"ru<glialn«ll al l �Y � Q Ro ylo' 4»�1us I aat If ee�iiewe N AXIffbVU WA14 g'fftv"0MIid (0 glotbot"M0Y,4,(,WTk4 Wl cill 4ArslYulnens6 sil ng6inesesir's action on[Irlis SsulCaanlhHall Its l sollielly ssn fire Ihnkaainnnarlioin �a Iq alfa kYffg�q YdRbdt�.*'4q#"gid wl' Ark'.i iWdiyff�affD D$'D1'i'ffh' "9 �"�fl,�" +�tl�°�'h M siwlfbir niiQ4ed and its sinult�lect to the Foll11owrdiiing::4'fir«WP'Iiftect'sIlEirngliineeir's review its IliiirrruiY4ed �' ttsa vre iri ffgyiing gamnau•all eswunlgaaattiilblilliYity vn i ttlln Rlh e de:siigun e:eomacel tt off Rllne cte it nlµlleted Project jilil, App't ws$ Lit t h"o I'lil Abmill t"xll,„4 oul retvyve (1 ".vdkb n'lkfu/xigb for (t as«a ku.unsRlieonling warlhnralle as limndiicaa'red Ilsyy the Contract Il)eoasauirrcneeutttt s,airnd for ggsirneiraall d griMaiw 4 Iq@kaVf cemnnlhzllliaaince with the uenffaninnneariion Kgil vein in the Contract Ilaana;vinusrunits. I19an deralilled r A...: check gaff quaantifiie.s or dilim+anslieum was iinade: Allopireovreall of a specific iteinn sllnaallll iimf hu`tt'nP,;.q"gilsfxvy oli d, �,Mwg"'ffR°'�,y'h,.„n„gY��`,R$Y), A G g4du�'DCq�uk"W mneaun aalhxlpirovaall of aaun a asse.mmallally of wlhaildh fire uteirri Its as coils ulhowneunR. I1.611slhaebslitilhaun molt 9yn( w,vk Wth wD 1"Nar tir".XMIS, a/g 'bkl"g "d"Mg n' 4"k" f VPXX in W;af Yff !r'A maeo'raaflllabns do inia'tt aumuinstir utte:as contract inno it ifica tilismo and do not irsllieve RIPoe: C ointtir aatoir from a oinnpolliauunce wrdu0.lho Contract Il aawCUrne.inis,egirsvge irinuunvg wewdes aind °RAg&�' Wri,D!C°tl'N"w.yMrC Ytt ', ire gaullaarlioins.Coinbraadoir slYn«allll be ssollenllyr re^slpona»'ublle fair seoirnlpIl;gumneg w ililnfire C airibract IC.')ane.nuna+ernss,as mee llll as w iilihn SnulgalFalliie:ir"i011Mainnnffae.ttevire.ir"s iiinsbreuctiieoins consistent with al ua Conbract IC.'aeoceumrrne:inhs,Owner's difire✓aattiions,and Il..awrds and Ife+eegeullanttlieoins. "IrlYom Geneiraall R.ointiraacltoDr,SnulbcoinRiraclioir,anma/aar CoinsRiraucilion IlManaagge.ir!issaalle.11y' ireslg oinsiillallec fair: e•DllaRaaiiiniiingg,ware llatlingg,coin fli nniiingg,and e.aainreciiingg d1li n+einsiisains ar the Site;eguaanRiittiie:s,information and choices Igaeeir@aaiiiniiingg to Rallairiie.aaRiisain ieea.11niniisque , mnean s,methods,sequences,procedures,and Rar^IhnnligUes of c oenskiru.ucril airn� crmrbirdiiunariimaeg weoirlla vr+iifllho coRlhnsr Riraade v;ail e:mnseuuiiingg that work!Is Iperf oirinne d lien as sarL aaind saattlis'ffaactoiryv irmoaainureu. ,seine:Ih i tt+eea/IF.'.lirnagllun+eau lies nor ire*mlpoinsllllalle for ire*asuldi ulleaalls auu- tra ckliuneg Igairmgiress or iresseullarnlYttRalls, MEAD&II RI 11,.:IIIA"gu"Rg Mead"11wit N E1. 2C 13Y 02825 IDA°11 E::..: 2/20/2024 D. Samples: Submit two samples three x three inches in size illustrating finished aluminum surface in color specified, specified glazing, infill panels, glazing materials. E. Manufacturer's Certificate: Certify that the products supplied meet or exceed the specified requirements. F. Fabrication Sample: Of each vertical-to-horizontal intersection of assemblies, made from 12-inch lengths of full-size components and showing details of the following: 1. Joinery, including concealed welds. 2. Anchorage. 3. Expansion provisions. 2948 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 MIAMIA ADE MIAMI-DADS CCOU°INTY � � PRODUCT CONTROL SECTION 11805 SW 26 Street,Room 208 DEPARTMENT OF REGULATORY AND ECONOMIC RESOURCES(RER) Miami,Florida 33175-2474 BOARD AND CODE ADMINISTRATION DIVISION T(786)315-2590 F(786)315-2599 NOTICE OF ACCEPTANCE NOA %vww.iniamidade.gov/economv ASSA ABLOY Entrance System US,Inc. 1900 Airport Road Monroe,NC 28110 SCOPE: This NOA is being issued under the applicable rules and regulations governing the use of construction materials.The documentation submitted has been reviewed and accepted by Miami Dade County RER-Product Control Section to be used in Miami Dade County and other areas where allowed by the Authority Having Jurisdiction(AHJ). This NOA shall.not be valid after the expiration date stated below. The Miarr€1i-Dade County Product Control Section (In Miami Dade County) and/or the AHJ (in areas other than Miami Dade. County) reserve the right to have this product or material tested for quality assurance purposes. If this product or material fails to perform in the accepted manner, the manufacturer will incur the expense of such testing and the AHJ may immediately revoke, modify, or suspend the use of such product or material within their jurisdiction. RER reserves the right to revoke this acceptance, if it is determined by Miami--Dade County Product Control Section that this product or material .fails to meet the requirements of the applicable building code. This product is approved as described herein and has been designed to comply with the Florida Building Code, including the High Velocity Hurricane Lane, DESCRIPTION: Series"SL-500 Resilience R104"Sliding Glass Door System Bi-Parting and Single Sliding Level D (50 ft/s) -LMI APPROVAL DOCUMENT: Drawing No, SL500-R104FB0-D-HVHZ titled"Series SL-500 Resilience R104 Sliding Door System Ili-Parting and Single Sliding Level D(50 ti/s)",sheets I through 21 of 21,dated 07/19/2019 with revision 2 dated on 03/03/2020,prepared by manufacture,signed and sealed by Scott Wolters,P.E. on 02/22/2021,bearing the Miami-Dade County Product Control Revision stamp with the Notice of Acceptance number and expiration date by the Miami-Dade County Product Control Section. MISSILE IMPACT RATING: Large and Small Impact Resistant Limitations: 1. Max panel widths not to exceed per sheet 2(So-Sx-Sx-So)and sheet 3 (So-Sx). 2, Not approved where water infiltration is required, LABELING:Each unit shall bear a permanent label with the manufacturer's Dane or logo,city, state and series and following statement: "Miami-Dade County Product Control Approved",noted herein, RENEWAL of this NOA shalt be considered after a renewal application has been filed and there has been no change in the applicable building code negatively affecting the performance of this product. TERMINATION of this NOA will.occur after the expiration date or if there has been a revision or change in the materials,use,and/or manufacture of the product or process. Misuse of this NOA as an endorsement of any product, for sales, advertising or any other purposes shall automatically terminate this NOA.Failure to comply with any section of this NOA shall be cause for termination and removal of NOA. ADVERTISEMENT: The NOA number preceded.by the wards Miami-Davie County, Florida, and followed by the expiration date may be displayed in advertising literature. If any portion of the NOA is displayed, then it shall be done in Its entirety. INSPECTION: A copy of this entire NOA shall be provided to the user by the manufacturer or its distributors and shall be available for inspection at the job site at the request of the Building Official. This NOA revises NOA##20.0105.03,consists of this page 1 and evidence pages E-1 and E-2, as well as approval document mentioned above. The submitted documentation was reviewed by Sifang Zbao,P.E. NOA No.21.0324.07 MEAM!VMECOUNTY Expiration Date: March 19,2025 Approval Date: May 27,2021 Page 1 05/27/202 2949 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 ASSA ABLOY Entrance System US Inc. NOTICE OF ACCEPTANCE: EVIDENCE SUBMITTED 1. EVIDENCE SUBMITTED UNDER PREVIOUS NOAS' A. DRAWINGS 1. Manufacturer's die drawings and sections (Submitted under NOA No.20-0106.03) 2. Drawing No. SL500-R104FBO-D-HVHZ titled"Series SL-500 Resilience R104 Sliding Doan-System Bi-Parting and Single Sliding Level D (50 ftls)", sheets I through 21 of 21, dated 07/19/2019 with revision 2 dated on 03/03/2020,prepared by manufacture, signed and sealed by Scott Wolters, P.E. (Submitted under NOA No.20-0106.03) B. TEST'S 1. Test reports on: 1)Air Infiltration Test, per 17BC,TAS 202-94 (4.79 cfrn/ftz @ 1.57 PSF) 2) Uniform Static Air Pressure Test,Loading per FBC TAS 202-94 3)Water Resistance Test,per FBC, TAS 202-94(Not conducted) 4) Large Missile Impact Test per FBC,TAS 201-94 5) Cyclic Wind Pressure Loading per FBC,TAS 203-94 6)Forced Entry Test,per FBC 2411 3.2.1,TAS 202-94 along with installation diagram of an aluminum automatic sliding glass doors,prepared by Intertek,Test Report Nos.J5787.01-550-18, J5787.02-550-18, J5787.03-550-18, J5787.06-550-18,J5787.14-550-1.8 and J5787.15-550-18 dated 0811.6/1.9, signed and sealed by Vinu Abraham, P.E. (Submitted under NOA No.20-0106.03) C. CALCULATIONS 1. Anchor verification calculations dated 12/06/2019,prepared by Wolters engineering, signed and sealed by Scott Wolters,P.E. (Submitted under NOA.No.20-0106.03) 2. Glazing complies wf ASTME-1300-09. D, QUALITY ASSURANCE 1. Miami.Dade Department of Regulatory and Economic Resources (RER). E. MATERIAL CERTIFICATIONS 1. Notice of Acceptance No. 17-0808.02 issued to Kuraray America, Inc.for the"Sentry Glass©Interlayer", expiring on 07/04/23. F. STATEMENTS 1. Statement letter of colnfaz-mance to FBC 2017 (611 Edition), dated 12/06/2019,prepared by Wolters engineering, signed and sealed by Scott Wolters,P.E. 2. Statement letter of"No financial interest",dated 12/06/201.9,prepared by Turner engineering&consulting Inc, signed and sealed by Scott Walters, P.E. 3. Lab compliance,prepared by Intertek, signed and sealed by Virtu Abraham,P.E. G. OTHER -0078, dated March 22, 2019,approved by RER. 1. Test proposal#19 µ Sifang lhaa,P.E. Product Control Examiner NOA No.21-0324.07 Expiration Bate: March 19,2025 Approval Date: May 27,2021 2950 E-1 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 ASSA ABLOY Entrance S3 stern US Inc. NOTICE OF ACCEPTANCE: EVIDENCE SUBMITTED 2. NEW EVIDENCE SUBMITTED A. DRAWINGS 1. Manufacturer's die drawings and sections (Submitted under NOA No. 20-0106.03) 2. Drawing No. SI,500-R1.04FBO-D-HVHZ titled"Series SL 500 Resilience R104 Sliding Doer System Bi-Parting and Single Sliding Level D (50 ft/s)", sheets 1. through 21 of 21, dated 07/19/2019 with revision 2 dated on 03/03/2020,prepared by manufacture, signed and sealed by Scott Wolters,P.E. on 02/22/2021. B. TESTS 1. None. C. CALCULATIONS 1'. None. D. QUALITY ASSURANCE 1. Miami Dade Department of Regulatory and Economic Resources (RER). E. MATERIAL CERTIFICATIONS 1. Notice of Acceptance No. 20-0915.19 issued to Kuraray America, Inc. for the"Sentry Glass Q Interlayer", expiring or) 07/04/23. F. STATEMENTS L Statement letter of conformance to FBC 2020 (711 Edition), dated 02/22/2021,prepared by Wolters engineering, signed and scaled by Scott:Wolters,P.E. G. OTHER 1. This NOA revises NOA No. 20-0106.03, expiring on 03/19/2025. Sifang Zhao,P.E. Product Control Examiner NOA No.2I-0324.07 Expiration Date: March 19,2025 Approval Date: May 27,2U21 2951 Docusign Envelope ID: uDuu B8ABNNNN9D1-DAA1-4ppppDppppppE8-A9A3-6CB54B999C89 II u�°oII ��IIIIIIIV II IIUI)lk IIIIII lllllllp N� '� �omio �omio IIIIIIIIII �� a "vreuu°�uiuu � ° uumv ����wUNMu Wry N �iIN Vupl � � IIIIIV uulll V�d aP!k IVuuNUi Wry Wry UU IIIIII I NN UNN NN N aq N ��N N q IIII�I NNNq � Vg11 a I II p III u I I I IIIII i u�I I r IIIIIV IIIIIV N i i HI II IIIIU �� 11 IIIIV �� �� uu Uw uu �II� uu �i (�r � q 1� � I Optional Features , Convenience Battery:Capable of full operation with black out conditions,including sensor capabilities for minimum of 100 cycles. i �re Digital Cycle Counter: Battery powered,7 digit LCD cycle counter with a reset feature to track door usage cycles ' - Access Control Package V ? Electric Lock Management(Optional) M..; ° Electrified slide lock automatically locks the sliding function of all sliding door panels within the entrance when the door panels are in the closed position. t rr Fail secure operation: Slide lock shall lock the sliding Ih, 1 "' function of the door panels upon loss of power. Fail safe operation: Slide lock shall unlock the sliding function of the door panels upon loss of power. r, Exit Device(Optional for FBO only) Locks the breakout function while allowing emergency d, l i ��r,,,, ���" e ress at all times.Automatic lockingfor the slidin door w en the door control switch is in the closed position. Optional surface mounted panic device available to comply with NFPA 101 Emergency egress requirements. Impact door packages with panic devices are rated to 80 The ASSA ABLOY SL500 Resilience R104 offers both strength and an PSF. array of options to meet all your needs in specifying, Complies with installing and owning hurricane rated sliding doors.Available 1.ANSI/BHMA Al 56.10,ICC A117.1, in overall frame widths of up to 16'for bi-parts,9'for single slides 2.ICC/IBC-International Building Code. and overall frame heights of 104",you get both strength and size. Coupled with an elevated ASTM F842-17 Forced Entry Resistance 3.UL�CUL—Approved for use in Canada and USA. rating of Grade 25,the ASSA ABLOY SL500 Resilience R104 4.NFPA 70-National Electrical Code. provides higher security than ever. 5.NFPA 101 -Life Safety Code. Activation Sensor Package Features ANSI/BHMA A156.10 compliant *ANSI/BHMA A156.10 American National Standard for Power Combination Activation Motion Sensor/Safety Presence Sen- Operated Pedestrian Doors compliant sor utilizing K-band microwave technology 1. Motion Sensor to activate door *TAS 202 and ASTM E283 for air leakage rate below 1.0 CFM/ 2. Presence Detector while door is closing,mounted on each square foot side of header * Full dry-glazed system that allows for glass replacement on site Knowing Act/Manual Activation *Attractive lock bodies that allow for single point of release 1. Wave Plates or Push Plates to activate door per operable panel 2. Motion and Presence Detector mounted on each side of *Emergency breakout to meet Life Safety Codes header for ANSI/BHMA A156.10 compliance,sensors disabled at closed position *Replaceable track that extends the life of the overall door Aesthetics package Anodized Finish: *Two heavy duty high performance plastic rollerwheels per Clear,Dark Bronze,Custom anodized to match architects wheel assembly,for a total of four(4)rollerwheels, 1-7/16 sample. inch(36.51 mm)diameter,per active door leaf for operation over a replaceable aluminum track Painted Finish: Powder coat painted to match architect's specs. 2952 assaabloyentrance.us•assaabloyenudnce.cd Docusign Envelope ID:DB8AB901-oAA1-4DE8-A9A3-6CB54B999C89 8fPartibgNarrowstile, S1ttgIeSl1de,Nan-owStle' PSF Ratings Min Max Min MaxI `y`y1111111I FBO SingleSlide Impact Level EI p Frame Width 12tr 81 /.. Flame Width 32 ........108".... IIIIIIIIIIIIIIllll1111111\l1\11\11\1\\1\�Nfl �1111111WNNN0��111111111\ Frame Width 1NNNfl R � 11111111Vk Clear Opening 453�4 813a" Clear Opening 32" 46" Mcsuntrh ki f lrt.....9D` ........104"' MountingWeight.....90" 104 Frame Height 90-104�� 80 �� 80 �� 80 �� 80 �� 80 �� 80 �� 80 80 Clear Opening 80" 94" Clear Opening 80" 94" FBO Bi-Part Impact Level E FrameWidtphp �pppp OpefatorType D"CElectro-mechanlcall14F4P Max Panel Width NaiiowStile.Bi-Partis48-3 4", Frame 90-104 80 80 80 80 single slide 54-3/4"(narrow) Height DviiotWei9f t, maxweigbt400lbs„ FBO Single Slide Impact Level D Power Supply 85V-265V adjusting automatically Frame Widthggppp 1?owerCorisamption 250W AMP Requirements A maximum of 3 amp draw, 90 125 119 113.6 108.7 104.2 100 96.2 92.6 allowing 5 operators on one 92 123.5 117.6 112.3 107.4 102.9 98.8 95 91.5 20 amp circuit 19 94 121.9 116 110.8 106 101.5 97.5 93.7 90.3 �dectro-MeehztnicalLoekingbeviee FailSa'fe/�ailSecure 96 120.2 114.4 109.2 104.5 100.1 96.1 92.4 89 Impact Levels/Glass Compatibility level D:large missile impact test E rated at 50 feet per second and is 2 98 118.8 113.1 108 103.3 99 95 91.4 88 available in 9/16 and 1 in insulated LL 100 117.4 111.8 106.7 102.1 97.8 93.9 90.3 87 glass Non-Impact: Non-impactentrances 102 116.2 110.6 105.6 101 96.8 92.9 89.3 86 require shutter system for use in wind 104 I114.8I 112 I104.3 99.8 I95.6 91.8 88.3 85 borne debris regions FBO Bi-Parting Impact Level D Level E(FBO Only):large missile impact Frame Width ppIIIIIIyNN yI test rated at 80 ft per second and is IIIIIIIIIIIIIIllll1111111\l1\11\1155NfliINR ��Nfl ��ll �dN���fl ll ll� available in 9/1�16 glass. Opening Time 1.5 Sec.Max.size* 90 115 107.5 99.9 92.4 (700mm/sec.) 92 112.5 105.1 97.8 90.4 'CloSirrgTirn 3;5 Sec laxslze 94 110.1 102.9 95.7 88.5 Hold Open Time 0-60 adjustable = 96 107.8 100.8 93.7 86.7 AmblentTbmperatUre �1'F frr 122"r(-35-Ctrs 5(P C) E Usage This productcan be installed 98 105.6 98.7 91.8 84.9 internally or externallywith suitable LL 100 103.5 96.7 90 93.2 weather protection 102 101.5 94.9 88.2 81.6 Compli j ANSI"IRWAA156:10;ICCA117:1, 104 99.5 93 86.5 80 ICCIIBC-International,Building Code, CUL--Approved foruse.in Canada, FSL Single Slide Impact Level D 5 NFPA70 NationalElerfrfcalCode, Frame Width ppp� s NFPA 101-,Ufe Safety Code; Frame 90-104�� 80 �� 80 �� 80 �� 80 �� 80 �� 80 �� 80 80 z Configurations *Contorcustomconfiguratons Height IIII sul ASSAA6LOYf �II i a Stiles 2 IIFSL III`I`IIl`I`IlI-`BI i-Part Impact Level D I fuull�uu SertlCdlVN ��l�ll���lllllllllllllllllllll� �llllllllllllllllllllllll �lllllllllllllllll IIIIIIIIItllt111111\11\\1\\1\\1\\1\\1\\1\\1\\WIN� 1� From IllWl�t���l�itt ( ���Il�ritt�� L500 Resilience R104 FBO SL500 Resilience R104 FBO Frame 90-104 80 80 80 80 Bi-Parting Narrow Stile Single Slide Narrow Stile Height _ ... .. .................:..:::.::.:.......:::.:::....:.:.:.::.::.:.:..: ............. ..... ....... F .,.,.,,.-.. I, ...... .. Approvals/Code e ompl"ances -a AAMA 1304&ASTM F482 f TAS 202,ASTM E 330-97 Static Air Pressure TAS 202,ASTM E 283-99 Air Filtration g TAS 201,ASTM E 1996 Large Missile _ TAS 20 ASTM E 1996 Cyclical T t - ax SL500 Resilience R104 FSL 51500 Resilience R104 FSL Florida Approvals: Q Bi-Parting Narrow Stile Single Slide Narrow Stile .Impact/Non Impact FBO/FSL Bi-Part and Single Slide-30356 Miami Dade Approvals a MiAMI N o ASSA ABLOY Entrance Systems Tel:1-866-237-2687(US)-1-888-608-9242(Canada) AY,P, Vp,Bi; ,roi,I;.m811+,v ia+,nm,lire7,irl<,ownit9h,,'Iler,:, info-automatic-na-entrance@assaabloy-com A" r xil,)Y�11ou assaabloyentrance.us-assaabloyentrance.ca 2953 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B990 1 loll I III! 9C89 pull llllll�l uu �� ASSAABLOY �a7s '�dru Illllllu I.��� UU db Illlpllllllllllllll �U �hu1111fufi111PR u IIII �I ll U���N c � N tititititititititi � I � I � , ,� , OMEOAOOOR � NI ,y�lllii � molt, � mOlt, � ') � � ,"G x.� i P � �':�� � �,,. „� c >� 1Ny111111U ll15ti1111llo IIIIIIIIIIIUI � t' "�" J � ;r � % ASSAABLOY aIIr y j/1� WfA U , I Key West International Airport Key West International Airport (Material Only) r �, , �I Illllllllllllllllllu � II J� ","i, fi>hH� (/fr/1%'u�'�rwJ yw�mmm.� rrao a / i it ,i {'' i i I I iV I, IIII+iIi! I IIII II' I i��lli�i!I IIiiIIPP IIf�,i�i Vlu li ;I 11 %` ,;/ Aim 2954 w � F D 4 V J u0 a _� w O 1� o z °o y v a' :n 3 ?, �%J k._ � ��n � 3 o n.a � •rl O Liz~¢ I"I LL _ Ck� (z7 U'z "� '� _ a ,s L� �U•-. �"�M� T l]O �wm_ W H z� ¢ .. m,Q ^.sue- ...= m � a a�? � 3= a ¢ oamF? aaz 4-4 U1 ❑ z�LL w cc TW J�.Y=w °o '_°'Z'���r'' a T_��.[z�3� w [;a o'�zv', ro' ::�',�''avow•.�`' c'�wwgz'r.3,?'r��,-v'r3 � way W �� E, F d F N N w0 �a o 7 pJ w O co 0] C K \ Q 1 10 F S F LU (nLi Z z - w O w w W Y❑ � _ a w U 0 0 0 J W m 0(-) Q _ d/ c' 0,o o K Q C7 a m 2 0 C o > =z 2 a O V � m ��W O J (V ❑_ O ui V V Z 0 = Q Z E aO�z o< wz< a3z Q OJ N_F z W a U) ainUaZ QNF1w m�O J J 2.6 a�zOa Fo,z> zaW U TN OJ= N m 3—F Y =w m - m .1 � N o 0 w z�>w U U F A O U Uo�cQi1N �4mC7 W � _ ti W�0 d inF w Yza mwz = Y> N FUZ�O UN .�i v�i F>O S F ��` OF (n m Jj0 J� oO o N0z H ❑_ oo Q wo a< a'� �zz ❑ K WU r O `�u=i� 0<0 w w� �\ 6)) W ¢ �OQ =z I w _ LO LJ z ° _ ° `jLJT m a �\ T: N 0 \\ O), N \ If1 U \ O m z 1 ~ U" .o z o LJ � 1a 00 Z Y W r m¢ w..N O W❑O, � W ¢ K N o Z O W m m W Q O N W z m_ `j rn H Q W J W r m) O m cq F �) O N1 w¢ Nz w ❑� w0= 00 Q) d0N OU N a K S 0i O C� OFF LU- < a)s O N) w 0) 2955 0 F xx z w U] Q z Z a53 C7 ❑a v _ - -� s - Q� .—I p ct C] z Q _�� �v c v �x •> O ct LL L ¢ .. mOG _p z v a z w xU a a z1g � ❑ ❑F Q any _ Cf1 .Z� G[L Fes..�'x❑:7_,i�..i�p n� ,J JJv_ v_ ¢❑x n<�n�F / �,�M wrTj a z= ,i.✓ W z�N Url Q F MIN- Li n w 3a a. o - F-1 Fr cc 00 W _ n w .. •�j Odw in U 1� way � L) - Z 0 J ❑ a o 00 �) p � F LO > o z z m- ¢ U w < QQQ❑�� C O - \\ 00 x a F O LLI) wx"rvw `I �) ooz o?r QQaww r N�QOW C o) 00 awe^z F z z�❑ ti fl-j Lza Ne >j oU W c C �3 D) a 2956 0 N 0 1 1 V N 0 d U 0 0 A a 0 v u I a N 0 J m v u 0 u - 72 Cf) UJI ui U) Cn UJI Imm z 0 MINIMUM L r+ QN lci, cy) UL., zu 0 cv�) HIMINIMIJ 0 < WIN INS' LLI cn IIZ wimimil 0 IIII R : fko, ---------- MINIMUM 0 le WIN ii tko. 21 IN MR 7 I � Ili ICILLI 2 n Old HIMMIN LLI iizHIM "I ' wimmimmill, LOX� 00 L) 0 00 Lr) 00 T Cl) m IIIIfupllI 00 III III —E LU WE., H < C? m so� USE _ =a _ Wt� 00 a.., qF- 5M Ji M� 94 5 2957 N 0 1 1 V U 0 d U 0 0 A 3 0 v u I a u 0 A m v u 0 7 7, "H--wV co E BLS IIIIW X M-11 ui cp. .... .. IIIx II III <g> ONIVI 110101010101E cq? III> fro ILL. ullluIIII kLM Cn 00III 5, WHO I >- I I I 18 - N2, T I a Ol MINIM ca Ill n. T S." ILLI CIO) Do L) T s, Lr) ICI 00 (l) Z6 oc) LU H oo A j I Tjjj I I I I Ili I I IM I I am y 5 999 3 E P�E r LU H 'Al D o 2958 N 0 1 1 V N 0 d N 0 3 A 3 o v N i a u o j m v u o Qa2 6, 7 z z Lu Lu ILL LU OfU) L) Lu Lu Lu [if Lu a I LL'-M - w jp, ILI' 41 Lu 'T -41 J Lu uuu Lu Y 4 Lu oo Lo Lu oo LU 0 c? w Lu Ol < oo on LU to o 2959 N 0 1 1 V U 0 d U 0 0 A 3 o v u i a u o j m v u o r V, LU u as LU LU LU LU Of LU z w w 4 1 A I LU LU Li LU ir -I 00 C) L) w F-d LU 00 LU aI-T -1':7 11 I 00 1-1 +-4 - 00 LU I I C? I LU I LU I I rn < w- LIU w- oo on 0 > LU D 0 2960 N 0 1 1 V U 0 d U 0 0 A 3 o v u i a u o j m v u o 5 c, ova Gl oo C5 LO uk, gr cl) oo LU oo on o > ui D o o 2961 N 0 1 1 V U 0 d N 0 0 A 3 0 V U 1 0 U 0 A M V U 0 I., °O ILL ...A F: fill > �2 �2. ho 'I ILL EIL Lb-717 - --------------—-m o - —----- ------ —1 S — eaLL OEL M —_ _ 0 1, O Ol oo ------------------ ---------------------- -----i- Lo ----- ---------------- aLL co oo -� _ 001 LU blET oo 00 ----K-TR LU ------ LLo --------------------7�� ---- .........IL---- ----------- 2962 i N 0 1 1 V U 0 d N 0 0 A a 0 v N I a N 0 A m v N 0 ag Z I >o 0 o sLL m Lv- ................ mw O OJ fiLL Elk O uL o I Ol oo L) ,'zi 71 IV-' 6 < Lo 7------------------- L) 1 01 �a co vil 1� oo LU q 0) PI 7oO 7 ---- ----------------------------- oo - - - - - - - - - - - - - - c- AA LL] LL 2963 N 0 1 1 V U 0 d U 0 3 A 3 3 V U I a U 0 J M V U 0 LU =QQQQQ < > > aL O o ----------------- > EW co C) In znm co Cl) — — — —- 7 --— --- --- - -- ------ =1 00 LU �r------------------------- lw Ol 00 LL LU C: 2964 N 0 1 1 V N 0 d N 0 0 A 3 o v N i a u o j m v u o A Lu Now oLL ❑ T, ------------------------- --------------------------------------------------- ----------------------- O < I T ------ 777777777777777777777 --------------------------------- LU Q,!I I ❑ ry o o LL, 2965 N 0 1 1 V U 0 d U 0 0 A a o v u i a u o j m v u o P7 'DDT s zN PF-H, lw < 11 1 1 Ll 11 11 LLL-L < < < ------------------------------ --------------------------------------------------- --------------- o - - '1--------------------------------------------------- --------------------- < w, Ll o< wo < < < lo < < ----------------------------- ---------------------------------------------------a----------------- c) c7l o t----------------------------- --------------------------------------------------- ----------------- O oo L) Lo ----------------------------- --------------------------------------------------a-------------------- c cl) 14 LUoo 0 -------------------------------a o -------------------- ------------------------------—------- 7 77 77 77 77 7 77 77 oo on o UJ D o 2966 N 0 1 1 V U 0 d U 0 3 A 3 o v u i a u o j m v u o Iz 7 >0 0 LU a xw ---------------- -------- ------- ------------ - -------- -- C "o - - - - - - - - - - - - —D 0 EOO 7 LU ------------ < z IF --------------- < (H.i3H NAnioo 1231S) LU IW Iz LL 0 IL of .Zll t LU < z > 0 IL IL co > LU < C) IW >: U) U) LU 0 LU 2 LU LU > f'' LU T r IL U) < z oi Z -i U) 0 < z < 0 C3 IL x M z U'LLI T C) < z/1, z 1 4 o L<Ll Ol 00 L) -------- LLI LU LL m ,T ❑ 1-- 0 z z 00 U) CD o 0 0 LO z CL Lr) LU Ir 00 0 > C) 0 a z z Li) LU LU Cl) 0 I LL, M M LD03 9WNOHON—OH < 00 2-1 LU LU C? 0 LU (D Ol 0 < 0 00 IL ❑ LU < CL 0 z LU LU F-- 0 z 2) D 0 2967 N 0 1 1 V U 0 d U 0 3 A 3 o v u i a u o j m v u o 'g z �A M zz7,a L '0 . U.- Pm. < NO u Lu z of co Lu Lu z LL 0 0 Lu z Lu cL cL 0 J; z ED _j Lu > L) L) 0 >: cl ID u) 2j U) o Lu < L) LLJ o Lu 0 z V5 0 w Lu Lu �0 H cD -- -- -- -C4�- c T Lo U) > 0- LLJ z az J, z lo o T L) fr Lu rn oo z C5 Lu Lo U Lu T oo In LU Lu oI z < Lu z 0 0 co m Z4 I M fr w O o z a) > LU rn o 2968 N 0 1 1 V U 0 d U 0 0 A 3 o v u i a u o j m v u o wd T momL; 3 -M Q A m < 0 .0 LU z co LU ,FO ,- CD < ------------------------- - ------------------------------------ 0 10 0. 0 fr < LLJ ONIAOH NVAOJ ID z LU —---------- ---- ------ 0 --- -------- ------- 0 z LU 0 > o ----------- < 0 >: fr < 74-- Tl U) LLI 0 LU 0 2 L) LU LLJ z U) 0 Z LLJ IL — LU CD Lij z 'T LU T > 0 z Lu < z ZD U) z U> 10 sN L) < LU 00 T F-- 0 0 LO m LUP 00 co T tH 00 LU w z 07 C? 2 O LL 0 < fr 00 0- 00 oe LU < z o > LU ui 0 z rn o 0 2969 N 0 1 1 V N 0 d N 0 0 A 3 o v u i a u o j m v u o �-7 71 M 2 t Lu z of co M Lu z LL 0 Lu E7 Lu < < Lu cl > 0 z > z < cl D- _j L-) < Lu 0 u) ol X. d u) o z Lu Lu < z < Lu 10 LU LU >- Lu c ol- o 3 ma o C) co CL Ln o > z :z No LLI LLI u) z af < Lu oo 0 Lu Of Lo L) u) Lu cl) < oo u) LU Lu z of of < c? m u- 0 0 < oo b D- CD of fl z Lu LU z D o 2970 N 0 1 1 V U 0 d H 0 0 A a o v m i a m o j m v m o o fig Nil Hl 11011 italic, 6 > 2 0 IU Sol! - ------------------ ------------------- 10- -LUJ :WF 3: .01 VIA Wyk fill! -NN i C) -- LU LU -- -- -- -- -- -- -- '70�W= LI j? U-5 L>-,L Iz r- maw rn rn TIL' LL, Lu o Lu 2971 Docusign Envelope ID:DB8AB901-DAA1-4DE8-A9A3-6CB54B999C89 GULF BUILDING PCO #097 N V 10 KSYST*R 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 #097: Cladding Systems - Custom Color and Fascia Module 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 NUMBER/REVISION: 097/D CONTRACT: 20-2039-01 -Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) STATUS: Pending-In Review CREATED DATE: 9/26/2024 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: $19,032.63 POTENTIAL CHANGE ORDER TITLE:Cladding Systems-Custom Color and Fascia Module CHANGE REASON:Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Cladding Systems-Custom Color and Fascia Module This change order includes the costs associated with the following changes in Cladding Systems scope of work per the A/E request for KWIA project (20-2039-01): • Substituting the stock color with a custom color-UC 43350 Bone White • Fascia panel to change from a 26"module to a 30"module per the A/E's direction in a meeting held on 7/17/2024. Cost breakdown and further details are provided in the attached document. ATTACHMENTS: Cladding Systems Change Order Proposal.pdf # Budget Code Description Amount 1 07-.42.10.10.S Wall Metal Siding I Rainscreen I Custom Color $2,681.42 Cladding.Subcontractor 2 07-.42.10.1D.S Wall Metal Siding I Rainscreen 30"Fascia Module $14,620.97 Cladding.Subcontractor 3 99-.99.99.66.0 Procore OH&P.Other Prime Contract Markup $1,730.24 Grand Total: $19,032.63 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 [Soned!by,, aocu6igmd by J ' ,4C0} 541,1+'VA b'>:DO ��"ud✓d"arr,a'irt� w: SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 10/11/2024 10:48:33 PDT 10/18/2024 1 09:35:59 PDT 9/26/2024 1 18:02:12 PDT NV2A/Gulf Keystar JV Page 1 of 1 Printed On:9/26/2024 07:50 PM ED'2972 r- 4� c cu 4 r as E 0 N N N ro M 0) M k.0 0 > w 0 0 ba E < E 0 0 14-- 'kn tf)- c a) 0 c 7; —M 4� M 4� CD o F- J o C cr F- 0 F- E w-C 4 41 cn 41 LL Ln Ln as to 4� 0 0 U- cr V) E 0 C) u rn C rn w 0 00 0 m Ln w 1-1 r 2t ell 0 >- 0 nSS u u 4� u 0 < U- C? a) 4µ CD En = rn E CM:) E M, w < 00 0 41 u 0 > rn 0 0 0 2973 Docusign Envelope ID:DBSAB901-OAA1-4DE8-A9A3-6CB54B999C89 Iulm III... 1 )"" I ro �I�III Ali flll° CENTRIA Architectural Systems Date: 07/24/2024 1550 Coraopolis Heights Rd, Suite 500 Quote No.: 14912 Moon Township, PA 15108-2944 Revision#: 2 TO: Cladding Systems PHONE: 813-250-0786 PROJECT: Key West Airport Improvements ATTN: Chad McCollough LOCATION: Key West, FL Copy To: josh.huntsman@nucor.com Quote By: Brian Harpring brian.harpring@nucor.com Phone: 412.299.8000 chad@cladsys.com Email: Brian.Harpring@nucor.com CENTRIA is pleased to offer the following quotation for your consideration: ... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ................. Unit Quantity U.M. Description of Products SELL Price ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ................... QUOTE IS VALID FOR ACCEPTANCE WITHIN 30 DAYS FROM DATE OF QUOTE ISSUANCE AND SUBJECT TO REVIEW THEREAFTER. .... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ................... PRICING IS FIRM FOR COMPLETE MATERIAL SHIPMENT WITHIN 180 DAYS OF RECEIPT OF PURCHASE ORDER. ... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ................. ADD 3%TO BELOW PRICES TO EXTEND SHIPDATE 90 DAYS. ........ ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ................. ADD 6%TO BELOW PRICES TO EXTEND SHIPDATE 180 DAYS. ... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ................... MATERIAL ATTRIBUTES AND MATERIAL SHIP DATE WILL BE CONFIRMED AT TIME OF CUTLIST ENTRY ... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ................. ANY CHANGES TO MATERIALS AND/OR SHIP DATE WILL BE SUBJECT TO PRICING REVIEW. ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ................... LEAD TIME TO BE MUTUALLY AGREED UPON AT TIME OF ORDER PLACEMENT. .... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ................... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ................... .... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ................... Base Bid, Phase 1,Color 1 -8,880 SF ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ................... Formawall Dimension Series-3"T,with integral J-hook,22 Ga. Galvanized G90, Smooth,Versacor Elite PF, 2 Coat(2.8 mil nom.)T.B.D. Standard Color Exterior Skin, 22 Ga. Galvanized G90, Embossed, Polyester#201 Igloo White Standard Color Interior Skin,with 90 deg.Trimless Ends,(5' -16'std. lengths) .... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ................... 3,200 SF Fascia,30 Module Ext Profile: Flat Horizontal 0 5 Standard Side joint Reveal Int Profile: Planked $27.44 ' �1= i-(�tst°oc"i�to whit°t'�w° kl�"'rloW-fa°cif awrr��S�S°-des�rikred��fV ------- -----.... ........ ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ................... Add SF Flatstockto match interior face of panels as described above. $2.68 ..................................... ........ ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ................... Notes �I A qP am 2974 0) m 0 r- �o N c Lf) 0 0 r- llzt E r- 0 > 0 0 I E < E C 0 —M X 0- 4a 0 `�- 4a o Ero 2: o u m Ln 0 0. E CG & Ln m w vw 0 Q) 0 4- U U 0 -C cr m C V) uj 0 at r (6 c > 0 co C) 4w Lf) 0- CI. 0 Q) co u u 0 0 C C Ln 0) m m u (U E 0 U U u 0 CL -6 Q) U ' E 0 o > 0 m u m 0 u 0 -0 E m 0 u m u Cal co C) 0 E 0 0 E 0 cD 0 to co cra 0 Q)u C 0 u 0 a) 0- 00 w 5 0 0 cqk 4� Q) E to u Cb 0 c C? Q m (n 4� Q) u 4� < u � 0 Z E u CL in L) ui m 4) m 4w < (A 00 > 0 4-0 CL 4) E 0 0) a w > C: ui D 0 0 0 2975 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 Pricing is firm for 12/31/22. Add 5% per quarter afterwards. Pricing is firm for the duration of EPOCH 5 plus 30 days after the release of the new EPOCH. FLATSTOCK Standard Color 4?k ""EN'T R I G-90 Galvanized Substrate 26 Ga 24 Ga 22 Ga 20 Ga 18 Ga UOM Polyester#201 Igloo White $2.48 $2.84 $3.27 $3.74 $4.30 SF Primed $2.33 $2.69 $3.11 $3.59 $4.15 SF Fluorofinish (Standard Colors) $2.89 $3.24 $3.67 $4.15 $4.71 SF Mica _ $3.06 $3.42 $3.85 $4.32 $4.87 SF Metallic $4.14 $4.50 $4.93 $5.40 $5.96 SF Duragard $3.40 $3.75 $4.18 $4.65 $5.21 SF Duragard Plus $5.00 $5.35 $5.79 $6.27 $6.85 SF Allura $2.93 $3.28 $3.71 $4.19 $4.75 SF Celestrial Effects $5.38 $5.74 $6.18 $6.65 $7.22 SF KolorShift $4.83 $5.19 $6.09 $6.65 SF Versacor Elite PF (Fluorofinish) $4.45 $4.82 C:$526 $5.74 $6.32 SF Versacor Elite MX(Mica) $4.61 $4.98 $5.90 $6.48 SF Versacor Elite AM (Metallic) $5.63 $6.01 $6.45 $6.93 $7.53 SF Impressions Consult CENTRIA Finish Two Sides Consult CENTRIA Aluminum 3003-1-114, Non-Clad 0.032 0.040 UOM Polyester#201 Igloo White $3.66 $4.35 SF Primed $3.52 $4.21 SF Fluorofinish (Standard Colors) $4.03 $4.72 SF Mica _ $4.18 $4.87 SF Metallic $5.17 $5.86 SF Duragard $4.49 $5.18 SF Duragard Plus $5.95 $6.64 SF Allura $4.06 $4.75 SF Celestrial Effects $6.30 $6.99 SF KolorShift $5.80 $6.49 SF Versacor Elite PF (Fluorofinish) $5.45 $6.15 SF Versacor Elite MX(Mica) $5.59 $6.30 SF Versacor Elite AM (Metallic) $6.54 $7.24 SF Impressions Consult CENTRIA Finish Two Sides Consult CENTRIA 2976 Docusign Envelope ID:DBSAB901-OAA1-4DE8-A9A3-6CB54B999C89 loin III... 1 �F' I ro �I�III Ali flll° CENTRIA Architectural Systems Date: 02/07/2024 1550 Coraopolis Heights Rd, Suite 500 Quote No.: 191908-1 Moon Township, PA 15108-2944 Cust. Request: #10320 TO: Cladding Systems PHONE: (813)250-0786 PROJECT: Key West Airport Improvements ATTN: Tanner Folge LOCATION: Key West, FL Copy To: Timothy Johnson Quote By: Olivia Adabah Josh Huntsman Phone: 412.299.8000 Kevin Franz Email: olivia.adabah@nucor.com CENTRIA is pleased to offer the following quotation for your consideration: ... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... .................. Unit Quantity U.M. Description of Products SELL Price ......... ......... ........ ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ------------------ QUOTE IS VALID FOR ACCEPTANCE WITHIN 30 DAYS FROM DATE OF QUOTE ISSUANCE AND SUBJECT TO REVIEW THEREAFTER. .... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ------------------ PRICING IS FIRM FOR COMPLETE MATERIAL SHIPMENT WITHIN 180 DAYS OF RECEIPT OF PURCHASE ORDER. ... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... .................. ADD 3%TO BELOW PRICES TO EXTEND SHIPDATE 90 DAYS. ........ ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... .................. ADD 6%TO BELOW PRICES TO EXTEND SHIPDATE 180 DAYS. .... ........ ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ------------------ MATERIAL ATTRIBUTES AND MATERIAL SHIP DATE WILL BE CONFIRMED AT TIME OF CUTLIST ENTRY ... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... .................. ANY CHANGES TO MATERIALS AND/OR SHIP DATE WILL BE SUBJECT TO PRICING REVIEW. ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ------------------ LEAD TIME TO BE MUTUALLY AGREED UPON AT TIME OF ORDER PLACEMENT. .... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ------------------ ........ ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... .................. Base Bid, Phase 1, Custom Color ... ........ ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ------------------ Formawall Dimension Series-3"T- Horizontal, 26" Module, 0.5" Standard sidejoint reveal, integral 8,500 SF J-hook, 22 Ga.Galvanized G90, Embossed and Flat,Versacor Elite PF, 2 Coat(2.8 mil nom.)Custom $28 57 Color Exterior Skin,22 Ga.Galvanized G90, Embossed and Planked, Polyester#201 Igloo White Standard Color Interior Skin with 90 deg Trimless Ends(5 -30 std. lengths) „i ... ... ......... ......... ......... ....... ......... ........ ........ ........ ....... ......... ......... ......... ................ Add SF Flatstock to match exterior face of panels as described above. $9.12 Add SF Flatstockto match interior face of panels as described above. ... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... .................. ......... ......... ........ ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ------------------ Notes ... ........ ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ------------------ All FWDS Flat panels to be provided with the same panel end condition.Any panels requested with a different end condition may require a set up charge. Consult CENTRIA for appropriate per project charge. 1111 �I A qP am 2977 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 Pricing is firm for 12/31/22. Add 5% per quarter afterwards. Pricing is firm for the duration of EPOCH 5 plus 30 days after the release of the new EPOCH. FORMAWALL DIMENSION SERIES ° GASKETS C E N" " . Piece Item Description Part# Mark Price UOM IMV Joint: Standard Color IMV Joint- FWDS2" 6' $ 22.72 EA IMV Joint- FWDS2.5" 6' $ 2 V;X;Y%r A r««rmi»'o, IMV Joint- FWDS3" 6' $ 27.35 IMV Joint Different Color-Set-Up Charge 0 0 A IMV Gap Plate for 5/8"joint, 4"long, painted to $ 6.90 EA match face of IMV insert Vertical Joint Gaskets: 2" Panels Vert Jt Gasket-Std-Black Neop- 10' Lg for joint sizes 1/2"to 11/16" 32803 DJ-1 $ 37.87 EA J. r 5 ` Vert Jt Gasket- Large- Black EPDM -50' Roll [fir for joint sizes 11/16"to 7/8" 33400 DJ-2 $ 414.26 RL �_ Vert Jt Gasket-Small - Black Neop- 10' Lg _..)[._— for joint sizes 3/8"to 9/16" 33401 DJ-3 $ 23.00 EA 2978 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 Pricing is firm for 30 Days. Shipment complete within 180 days of order placement. FORMAWALL DIMENSION SERIES A�?L GASKETS C ] N TR I A Piece Item Description Part# Mark Price UOM IMV Joint: Custom Color IMV Joint-FWDS2" 6' $ 27.27 EA IMV Joint-FWDS2.5" 6' 9. 2 rVAY j w IMV Joint-FWDSY 6' $ 32.82 EA IMV Joint Different Color-Set-Up Charge IMV Joint with No Coil Available-Set-Up Charge Contact Pricing IMV Gap Plate for 5/8"joint,4"long, painted to $ 8.28 EA match face of IMV insert Vertical Joint Gaskets: 2" Panels Vert Jt Gasket-Std- Black Neop- 10' Lg for joint sizes 1/2"to 11/16" 32803 DJ-1 $ 45.45 EA r � Vert Jt Gasket- Large- Black EPDM-50' Roll [fir for joint sizes 11/16"to 7/8" 33400 DJ-2 $ 497.11 RL �_ -a Vert Jt Gasket-Small- Black Neop- 10' Lg _..)[_— for joint sizes 3/8"to 9/16" 33401 DJ-3 $ 27.59 EA 2979 Docusign Envelope ID:DB8AB901-DAA1-4DE8-A9A3-6CB54B999C89 GULF BUILDING PCO #102 N V 10 KSYST*R 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 #102: Lotspeich - Remove and Replace Full Height Roof Wall 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 NUMBER/REVISION: 102/D CONTRACT: 20-2039-01 -Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) STATUS: Pending-In Review CREATED DATE: 10/31/2024 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: $7,467.90 POTENTIAL CHANGE ORDER TITLE: Lotspeich-Remove and Replace Full Height Roof Wall CHANGE REASON:A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Lotspeich-Remove and Replace Full Height Roof Wall This change order includes the costs associated with removing the currently installed engineered 4"light gauge framing and sheathing assembly and replacing it with 6"stud framing to comply with the NOA for the STO Powerwall system for KWIA project(20-2039-01).Cost breakdown and further details are attached as a backup. ATTACHMENTS: KWIA Lotspeich RCO 007.pdf # Budget Code Description Amount 1 09-.29.10.30.S Gypsum Board I Framing Remove and Replace Full Height Roof Wall $6,789.00 Finish.Subcontractor 2 99-.99.99.66.0 Procore OH&P.Other Prime Contract Markup $678.90 Grand Total: $7,467.90 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 tkqrad tsyr. aocu6igmd by. SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 11/13/2024 1 14:51:39 PST 11/15/2024 1 06:48:18 PST 10/31/2024 1 12:51:12 PDT NV2A/Gulf Keystar JV Page 1 of 1 Printed On: 10/31/2024 03:01 PM ED'2980 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 LCHSK"0 � ESTABLISHED 19'28 September 11, 2024 Antonio Pinto NV2A I Gulf Building 3491 S Roosevelt Blvd. Key West, FL 33040 Re: KWIA—Remove and Replace Full Height Roof Wall Lotspeich RCO 162542-007 Dear Mr. Pinto, We submit this proposal for the above referenced subject. Scope and Price of the Work Due to a design change at the full height wall spanning between the low roof and high roof on the east side of the roof, the currently installed engineered light gauge framing and sheathing assembly must be removed. To comply with the NOA for the Sto Powerwall system, 6"stud framing is required. Per a revised detail in our engineered light gauge framing drawings, the following assembly will be installed: - 6" slotted deflection track(14ga) at head of wall - 6" bottom track (18ga) at base of wall - 6"studs with 1-5/8"flanges (16ga) installed at 16" on center - One layer of 5/8" exterior sheathing (7 sheets) - Bridging of studs at 72" on center - Faced batt insulation in stud cavities The price includes the engineering fee for the new assembly and submission of shop drawings/calcs. The price for the work above is$6,789. Please forward a change order to the contract for the total above if you would like to proceed. Proposal Certification and Expiration Lotspeich Company Inc,certifies that this proposal is reasonable and accurately reflects the additional work and cost for this change to the best of our current knowledge. We reserve the right to amend or withdraw this proposal at anytime prior to the issuance of a Change Authorization by NV2A I Gulf Building. This proposal is withdrawn if not accepted within thirty days from September 11,2024. Lotspeich Company reserves all rights and remedies to claim and recover compensation for delay,extension,acceleration,disruption, interference,loss of production,inefficiency and other schedule impacts which the cumulative effect of this change and others may cause or should such changes constitute a cardinal change. Very truly yours, LOTSPEICH COMPANY INC. Aaron Elston Project Manager LOTSPEICH CO,MPiANY 2981 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 t5l IIVIHTE WORKSHEET LE CST A B L MIS H E D"19 2 8 KWIA LOTS#: 007 Remove and Replace Full Height Roof Wall JOB#: 16-2542 Material QUANTITY UNIT TOTAL 6"Slotted Deflection Track, 14ga 30 1.933 58.00 6"Studs with 1-5/8"flange, 16ga 200 2.520 504.00 6"Track, 18ga 30 2.105 63.15 DensGlass Sheathing 224 1.000 224.00 Engineering Fee 1 750.00 750.00 Misc.Screws and Attachments 1 8.49 8.49 TOTAL MATERIAL 1,607.64 SALES TAX 120.57 TOTAL MATERIAL 1,728.21 CATEGORY HOURS RATE TOTAL CARPENTER/MECHANIC(NET) 60 42.60 2,556 LABORER/DRIVER 20 28.40 568 CARPENTER FOREMAN/SUPERINTENDENT 6 56.80 341 PER DIEM($300 PER MAN DAY) 3 300.00 900 TOTAL LABOR 4,365 TOTAL MATERIAL 1,728 SUBTOTAL 6,093 CONTRACTOR'S OHF 609 BOND 87 TOTAL 6,789 2982 Docusign Envelope ID:DB8AB901-DAA1-4DE8-A9A3-6CB54B999C89 GULF BUILDING PCO #103 N V 10 KSYST*R 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 #103: Lotspeich - Infill Construction Behind Signage 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 NUMBER/REVISION: 103/D CONTRACT: 20-2039-01 -Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) STATUS: Pending-In Review CREATED DATE: 11/4/2024 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: $3,292.30 POTENTIAL CHANGE ORDER TITLE: Lotspeich-Infill Construction Behind Signage CHANGE REASON:A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Lotspeich-Infill Construction Behind Signage This change order is to authorize 8"wide infill construction behind the signs ST-B1 and ST-132,per Submittal Package#10 1400-2.1:Signage Shop Drawings.The infill construction detail specifies light gauge framing and blocking to serve as attachment points for the signage.This framing and blocking will be covered with drywall and finished to Level 4. Please refer to the backup for additional details. ATTACHMENTS: KWIA Lotspeich RCO 008.pdf # Budget Code Description Amount 1 09-.29.10.30.S Gypsum Board I Framing Infill Construction Behind Signage $2,993.00 Finish.Subcontractor 2 99-.99.99.66.0 Procore OH&P.Other Prime Contract Markup $299.30 Grand Total: $3,292.30 Christopher Kopec(McFarland Johnson, Key West International Airport NV2A/Gulf Keystar JV Inc.) 49 Court Street,Suite 240 3491 South Roosevelt Boulevard 9100 South Dadeland Blvd,Suite 600 Binghamton, New York 13901 Key West, Florida 33040 Miami, Florida 33156 6�'Unsd:by aocu6iUmd by ;$ila�"7'�4C 70 d�"M1:;�2`i3ti�1�'� i�}d`;'�"R p r,�'Y 9t.,;;;�?5+.4 bi""d '��*u#✓d'"a 4'�I'%l'2`" '�: SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 11/19/2024 11:03:57 PST 12/2/2024 1 10:44:31 PST 11/4/2024 1 10:48:13 PST NV2A/Gulf Keystar JV Page 1 of 1 Printed On: 11/4/2024 10:56 AM ES'2983 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 LOM M @ ��J7 ESTABLISHED 1928 October 8, 2024 Antonio Pinto NV2A I Gulf Building 3491 S Roosevelt Blvd. Key West, FL 33040 Re: KWIA— Infill Construction Behind Signage Lotspeich RCO 162542-008 Dear Mr. Pinto, We submit this proposal for the above referenced subject. Scope and Price of the Work Per Submittal Package#10 1400-2.1: Signage Shop Drawings, signs ST-B1 and ST-B2 require 8"wide infill construction behind sign. The detail for the infill construction is for light gauge framing and blocking to be installed as an attachment point for the signage. The framing and blocking will be covered with drywall and Level 4 finish. Please see includes pages for backup. Engineering for light gauge framing and signage connection by others. Materials are already onsite and ready for installation. The price for the work above is$2,993. Please forward a change order to the contract for the total above if you would like to proceed. Proposal Certification and Expiration Lotspeich Company Inc,certifies that this proposal is reasonable and accurately reflects the additional work and cost for this change to the best of our current knowledge. We reserve the right to amend or withdraw this proposal at anytime prior to the issuance of a Change Authorization by NV2A I Gulf Building. This proposal is withdrawn if not accepted within thirty days from October 8,2024. Lotspeich Company reserves all rights and remedies to claim and recover compensation for delay,extension,acceleration,disruption, interference,loss of production,inefficiency and other schedule impacts which the cumulative effect of this change and others may cause or should such changes constitute a cardinal change. Very truly yours, LOTSPEICH COMPANY INC. Aaron Elston Project Manager LOTSPEICH COMPANY 2984 Docusign Envelope ID:DB8AB901-OAA1-4DE8-A9A3-6CB54B999C89 t_S l IIVIHTE WORKSHEET LE CST A B L MIS H E D"19 2 8 KWIA LOTS#: 008 Infill Construction Behind Signage JOB#: 16-2542 Material QUANTITY UNIT TOTAL TOTAL MATERIAL 0.00 SALES TAX 0.00 TOTAL MATERIAL 0.00 CATEGORY HOURS RATE TOTAL CARPENTER/MECHANIC(NET) 48 42.60 2,045 LABORER/DRIVER 4 28.40 114 CARPENTER FOREMAN/SUPERINTENDENT 4 56.80 227 PER DIEM($300 PER MAN DAY) 1 300.00 300 TOTAL LABOR 2,686 TOTAL MATERIAL 0 SUBTOTAL 2,686 CONTRACTOR'S OHF 269 BOND 38 TOTAL 2,993 2985 OlMuz,, NOI114aV V 3isHnoONOO - R r - - _ lbOd»IV IVNOIldNa3lNl 1S3M A3N LL a a N Ob0£E-j'lsa/N A8)1'pnl9 llanasooy S L6bE rn CS - - NORVIAV dO 1N3W15iVd3O AlNnoo 3OHNOW a 6 � lll �� oo lull l Ql V»�l N NLL W a _ e iIl wa m w� III � 0 9 w LL w¢� 9 w w m glE v _ � y d m d v s.� a I = _ a LL W o w w w w Q Q m m 0 w 2986 0 S1N3N3AOHdNl-lVNINa31'8 V 3sunOONOO - a llj0dljlV IVN011b'N)J31NI 1S3M A3N _ a @ a w N o d, a ObO££�j'3SaM A8)1'pA19 llanasooy S L6b£ a c E NORVIAV jO 1NA"IliVd34 AlN(1OO 3OHNOIN N N N o Z Y 71, CZ ' � lll �� �v. lull l QI I»Al N e W ° tltltl a I i i ® ® e. �o ® ® � a I� s ss 1 I� - ��„ a w u w LL - E � n U p.;r, -9i I, � a U I m... b .„,�.. ........... ... .�,� ......m.. �� m m 0 w` 2987 0 Igy , Ul NOiAauv V AsunOONOO o �F iHOdIJIV_1VNOIiVNa3lNI 163M ANOr I LL a N o v, Q � IIIII�d �' NORMNV 10 1N3W1MUn Amnon 1OaNOW ' E IIIII II � NNIWv v. IIIII I PI 4'�//.® N O O tl r l��llm Y�m WEA. 9 v L L x L g ,rySEEAA d I a — j I I Is �,j [Wum Uri $ z a I I d IIIII 'I_ LI i _..L_n_ z..,d ....._ b 1 _ .,..- Ira q i a z _a 1 � x n Y AIRy'e I o e I I c T m m W � m m - � :: h_No, z_ 0 'I m 0 w 2988 0 TM F w W O _ N N co N w ` ❑ cD m m a U) _m N c 3 a O N �JJ LL s 4 LU w -=a w w $ w c A E a E a E S c a S c w o c .- � .-- •- � o r � � R .. tea u � ' m I i LL I c -- _ o o ui c ' rvi n 8 ;f ti a O� w LU E H C C R w JAY a E R a c IIF m - _ £ z0 n m F c f% a W a as I 6 w 'a Y a II R � Z C > 0 a _ - W R m � � n y O O W D z m Q' IL v a c Q o y W a+ N Ll Lj/ I LL -------------------------- aLU a > a uir Z. - a m ~ < Am „� ��/�az �� a M .j.j.V a t z AOL-.Z 7L swwmw mg� 00 - 3oa°wLLrc F paQ�oa rm�°rcnr W mrzwi J W33m W z z - og w. AW�m�w =mmmao U) m�ra3s z az zz. 77 �, asm Z =rcrc_a CJ W _ m fd � 0 N m yr, W N m FQmm� m Z 'eTf CV d CJ � �:5wx 0 C7 r n 9 ov /0 'm Z 3 O O z - , , AV - o a 0 i2989 0 �i 0 TM F w W O � — L U ul co N w V/ ❑ � m t0 N a U) _m N c 3 a O N �JJ LL S N Q z W 3 � a a W J W Z \ O N \ F z Z a W LU fx^ c o p y LL — e co H A F JTV J U „O-,ZL LL w m d � a � 'a Y R � � C > � O m R C j n d d � w 0 0 w R: a 3 U) N t T V d Y a6'i u at=- �ww iaz= — Hs T -=aa< I I - x I LU .T o nw„d v) aaa�LL o aU w qA LU comma N w F Dza m p ———— — — — aoa o _ J o4, o ¢ in ii z pryq M D rr/ " z a ti❑ / // 00 ¢ �.Q O I a N c a � ,..,� .,_....t ..,...,�...,_.... ,,,,,, „„ �' III 0 m , •�I . 2990 0 N m it m cLD 2 N a ti W W F—t m F! :? �.�. U) EE E N 1 u p LL >N 0 e¢5 m N 0 w A.. o z A..... - s m 4 Qp "€e"D > 'z �o N— LU •_ N> II„11- Cr Cr N N II,,,I! Cra w w L �E3 �0 , L �E3 IS L j,% i'I m o �w '% � A. �El 0 a a T �ca _ - > . �' a� i N N p�^^ �p�m `+� A. M.® c II N m %...... K O II,II_ � II,,, W Er Cr d � a qa qa 4? 3 Y a C > � O m R n d � w 0 t d lu m E `• Rs t0 '�" r i goy wwr 0 0 _ - v N c ------------ _i opw u W i O _ o� � R a ? / W01 Hd 'w rc -az_wLU E E aEEE - J Y z3 o s W Z O zo o R N r m .... N c o a i U _ N ILL 0 a� _ Z wNQQ CL � O U U a N N m m a z �amm� ;a as ZD wZQ E� E e N n v o .p jzE m J O z - m F N -a v d' S •»s o ao ¢ w LL � g z N ¢ �, > a w M� n `I 2991 0 Docusign Envelope ID:9A3EDEE1-5560-4988-9C2&748170387FD0 CN CN M4A INVII 6930 7 Enclosure%V 3129/2017 Page 3 MONROE COUNITY/DEPARTMENT OF AIRPORTS CONTRACT CHANGE ORDER PROJECT TITLE'. KWIA Concourse A&Terminal Improvements CHANGE ORDER NO.: D40 lNMATION DATE: 4/2512024 TO CONTRACTOR NV2A/Gulf KeystarJV CONTRACT DATE: 8117/2022 The Contract Vs changed as fulluves: The Original(Contract Sum)(Guaranteed Maxium Price) 101,461,771.00 Net change by previously authozied Change Order 13,525,91530 The(Contract Sum)(Guaranteed Mxium Price)prior to this Chage order was 114,987,68&70 The(Contract Sum)(Guaranteed Wurn Price)wT be(hicreased)by this Change Order 603,560.31 The new(Contract Sum)(Guaranteed Wuna Price) including this Change Order is 115,591,247,01 The Contract T;me will be(clllairwged�by TBD days The date of SubstanVal Completion as of the date of this Change Order is 4/8/2025 Detailed Description of change order and justification; As per the attached PCO's 64„62,R1a R2,R3,95,&9,95,105,and 110 this change order includes the eosts associated with the changes Iisked POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO# Title Schedule Impact Amount 60 HE-Electrloall Miadikations at Concession Spaces 119,874,26 62 HE-PBB Grounding 4,890.36 81 David Allen•Gate 8 CPT and V9 1,410.20 82 AG-oate gslgnege $ 27,262.99 83 Dash Door Glirn irate Si0c,ors 7,545.69 as Lortsp&ch R 19 Batt'issidatilaii 4 RF 93681 6,892.60 89 Beds Crate gCopim,rete $ 316,154-30 95 Steel Fab Bi2l4rd:r $ 27,635.61 105 Bella Key?Energy Ductiraink Ew, rnent $ 15,416-50 110 CTS Gate 8 Water and Sewer Rewshon 76,477.80 Total: 603,560.31 This change order is 0 591%of the orrganal contract pvce. Not valid until signed by Owner,Architect(if applicable),and Contractor aligned by: (Wo�kr Se 12/18/2024 1 05:49:25 PST ARCHITECT: DATE Docuffigned by: crau oned by� 12/17/2024 1 14:37:48 PST CONTRACTORSo D,JTE: T EXECUTIVE DIRECTOR OF AIRPORTS DATE: COUNTY/DEPUTY ADM I NISTRATOR 6A—TE MONROE COUNTY ATTO:NEY, M #PPRO DAST DS P P SR. AS Sf,9�4' "� T C 0 U� ,ATTORNEY OATE: Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 NV K GULF ST PCCO #040 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 #040: PCO's: 60, 62, 81, 82, 83, 85, 89, 95, 105, 110 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: 12/16/2024 CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) CONTRACT STATUS: Approved REVISION: 0 DESIGNATED REVIEWER: REVIEWED BY: DUE DATE; REVIEW DATE. 12/16/2024 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: $603,560.31 Concourse A DESCRIPTION: This PCCO authorizes the scope changes as outlined in the approved PCOs:060,062,081,082,083,085,089,095, 105,and 110,detailed below: -PCO#060: FKE-Electrical Modifications at Concession Spaces—The cost associated with the RFI#184 response about the electrical works for Concession Spaces. -PCO#062: FKE-PBB Grounding-PBB Grounding procurement and installation per RFI#290 response. -PCO#081: David Allen-Gate 8 CPT and VB-furnish and install carpet tile and rubber base at Gate#8 vestibule for KWIA project(20-2039- 01). -PCO 4082:IRG-Gate 8 signage-furnish and install Gate 8 signages per the RFI 4267 response and revised signage drawings issued on 2/6/2024 for KWIA project(20-2039-01). -PCO#083: Dash Door&Glass-Gate 8 Doors-the costs associated with the Gate 8 Vestibule Doors#339 and 4339 B for the KWIA project (20-2039-01). -PCO#085: Lotspeich-R19 Batt Insulation RFI#368.1-furnish and install R-19 Batt Insulation in the Clerestory Sill at low roof of the KWIA project(20-2039-01). -PCO#089: Bella-Gate 8 Concrete-installation of foundations,columns,and tie-downs for Gate#8 Passenger Boarding Bridge, in accordance with the Gate#8 drawing revision for KWIA project(20-2039-01). -PCO#095:Steel Fab-Bollards-furnish 57 Bollards in response to RFI's#244,272,and 301 for the KWIA project(20-2039-01). -PCO#105: Bella-Keys Energy Ductbank Encasement—Install the vertical ductbank concrete encasement and grade beam between CL A15 and B15 per RFI#391 response for KWIA project(20-2039-01). -PCO#110:CTS-Gate 8 Water and Sewer Revision—includes sewer and water lines modifications to avoid conflict with the Gate 8 bridge foundations at East side of KWIA project(20-2039-01). ATTACHMENTS: PCO 060-FKE-Electrical Modifications fo 44).pdf,PCO 105-Bella-Keys Energy Ductbank Enca,pdf,PCO 095-Steel Fab-Bol.pdf,PCO 110®CTS® Gate8®Water®and®Sewer—Revi,pdf,PCO 081 -David®Allen-Gate 8®FlooringJ, ,PCO 082-IRG-Gate8—Signage,pdf,PCO 083 - Dash Door- GateB—Doors,pdf, PCO 085-(Lotspeich R19 Batt Insulation$6 892,60),pdf,PCO 062-FKE-PBB Grounding.pdf, PCO 089-Bella- Gate 8®Concrete.pdf NV2A/Gulf Keystar JV Page 1 of 2 Printed On: 12/16/2024 06:16 P 2993 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 NV A U." K YST PCCO #040 POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO# Title Schedule Impact Amount 060 FKE-Electrical Modifications for Concession Spaces $119,874.26 062 FKE-PBB Grounding $4,890.36 081 David Allen-Gate 8 Flooring $1,410.20 082 IRG-Gate 8 Signage $27,262.99 083 Dash Door&Glass-Gate 8 Doors $7,545.69 085 Lotspeich-R19 Batt Insulation RFI 368.1 $6,892.60 089 Bella-Gate 8 Concrete $316,154.30 095 Steel Fab-Bollards $27,635.61 105 Bella-Keys Energy Ductbank Encasement $15,416.50 110 CTS-Gate 8 Water and Sewer Revision $76,477.80 Total: $603,560.31 The original(Contract Sum) $101,461,771.00 Net change by previously authorized Change Orders $13,525,915.70 The contract sum prior to this Change Order was $114,987,686.70 The contract sum will be increased by this Change Order in the amount of $603,560.31 The new contract sum including this Change Order will be $115,591,247.01 The contract time will not be changed by this Change Order. DS DS 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 Signed by: Signed by: DocuSigned by: DocuSigned by: EI�,vrsfopltiw� S. �apt,c E,,,:a;P:r?P7Ar,.?P7Anq�4 S{�c�(�wt,d. E�,�- sG�.t,V't,V' f1R9R1FRd?33 Rd A7 E019093827A75487 8F59717D29E34A5... SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 12/18/2024 1 05:49:25 PST 1/6/2025 1 10:50:19 PST 12/17/2024 1 14:37:48 PST NV2A/Gulf Keystar JV Page 2 of 2 Printed On: 12/16/2024 06:16 Pl�2994 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 NV K GULF BUILDINGPCO #060 =" KGiYST*R 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 #060: FKE - Electrical Modifications for Concession Spaces 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 NUMBER/REVISION: 060/3 CONTRACT: 20-2039-01 -Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) STATUS: Pending-In Review CREATED DATE: 4/25/2024 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: $119,874.26 POTENTIAL CHANGE ORDER TITLE: FKE-Electrical Modifications for Concession Spaces CHANGE REASON:Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) FKE-Electrical Modifications for Concession Spaces This change order is to address the RFI#184 response about the electrical works for the Concession Spaces.The scope of work,exclusions,and cost breakdown are provided in the attached proposal. ATTACHMENTS: FKE-Electrical Modifications for Concession Spaces Rev 03.pdf # Budget Code Description Amount 1 26-.00.10.10.S Electrical.Subcontractor FKE-Concession Spaces $108,976.60 2 99-.99.99.66.0 Procore OH&P.Other Prime Contract 10%Markup $10,897.66 Grand Total: $119,874.26 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 ESigned by: Signed by: DocuSigned by: I�vrsfopltiw S. �rct K�� Sf►ULAJA,�, ECADFCF2F31994F2... �. 00 za Pzl-u 062E1E84233B487... 8E65F52F4C2F4D3... SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 11/25/2024 1 10:02:55 PST 12/2/2024 1 10:45:38 PST 11/12/2024 1 15:04:42 PST NV2A/Gulf Keystar JV Page 1 of 1 Printed On: 11/12/2024 10:24 AM ES'2995 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 rr■■■rIwo sFLOI�IDA . � s' .'ELECTiR/C,INC.. Vr�'IV°.°V��IVNI�':R EIL.ECTRIC:AL CONTRACTOR. KWIA Concourse A & Terminal Improvements RFI#184 CONFORMED DRAWING CHANGES II; E A il'''':iu IT'S` II;3 E Lill II: w!' flI: [JiNLIS, REV 2 TOTAL ADDITIONAL CHARGES 59-35 $161,706. 97 OTAL........................................1I .. D E LTA - TOTAL DUE 9 .... ..... ........... ..... ..... ..... ...gym Nm .. �i 9�," �,M i 91, fall;" z.;�.. ..gl 1... ..M'�.�...�'I�.. ..,�'1'L,�' ............................................... INCLUDED WHAT............... NO OTHER SOW g � a„ .. R R"0RICING WILL BE HELD AT FKE'S THIS CHANGE ORDER REQUEST IS BEING OFFERED BY FLORIDA KEYS ELECTRIC INC.,PROVIDED CHANGE ORD DISCRETION,PENDING MARKET TRENDS.HOWEVER,FKE WILL DO THEIR BEST TO KEEP PRICING ASP�OVID ED FOR 30 DAYS. Jim Spears Project Manager 11111 08 91111176,�60 Email: )" �A2-a)fI 7seVecurc:�n-n. . - , :. Phone: (305) 296-4028 1 Mobile: (321)474-1927 905 Overseas Hwy I Key West, FL 33040 905 Overseas Hwy I Key West, FL 33040 2996 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Florida Keys Electric Estimate Summary Bid#: KWIA RF1#184 CONCESSION CHANGES CHARGES Date/Time: 11/5/2024 6:30:31 AM Estimator:Jim Spears Summary:TOTAL PROJECT Description Material Cost Labor Hours HCK2 PANEL TO T-K2 TRANSFORMER REVISED ADD 1 1,735.61 89.76 T-K2 TRANSFORMER TO LCK2 PANEL REVISED ADD 3,123.02 18.17 PANEL LCKI CONDUIT/CONDUCTOR REVISED ADD 499.15 26.81 PANEL LCK2 CONDUIT/CONDUCTOR REVISED ADD 3,993.14 144.60 PANEL LCK4 CONDUIT/CONDUCTOR REVISED ADD 2,445.07 120.76 PANEL LCKS CONDUIT/CONDUCTOR REVISED ADD 1,728.78 83.25 T-K4 TO LCK4 CONDUIT/CONDUCTOR REVISED ADD 1,941.91 13.47 SUBCONTRACTS Subtotal 25,466.68 496.82 Description Amount Total Estimated Labor 496.82 Total SubContracts 0.00 Labor 125.00 62,102.50 DIRECT JOB EXPENSE Rate(Avg) Description Amount OTHER LABOR Total Expense 0.00 Description Hours Rate Ext %Labor ADDITIONAL MATERIAL Total Other Labor 0.00 0.00 0.00 Description Amount Total Estimated and 496.82 125.00 62,102.50 Total Additional Material 0.00 Other Labor ESTIMATE CONSTANTS QUOTES SQ. FT. 0.00 Description Amount BONDED LIGHTNING 11,900.00 PROTECTION HYTECH FIRE ALARM 13,388.40 ABB GEAR CHANGES 27,915.15 Total Quotes 53,203.55 RECAP %of Total Description Adj Totals Sq Et$ 17.36%Material 25,466.68 36.27%Quotes 53,203.55 0.00%Subs d 00 0.00%DIE 0.00 �4,,'dk ",,42 34%Labor 62,102.50 h4,,',h Tax Rate: 7.50% 4"G %Sales T"A4 5,900.27 Sq. Ft.Cost /1 Is e Cost 146,673.00 YIARKUP Overhead% 5.00%Overhead "� 7,333.63 Sub Total �006.63 Profit% 5.00%Profit 7, 34 Total OH and Profit 1 5,033.97 2997 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FDO Price I,,,,6,,,,1,,,,„70 i Boi Id",,,r,,,,,,,,„,,.. 0.00 Bond% �"""�� 0.00�.,, . .. Recovery -52,730.97 q. FC'a /r,Sell Pric��� 108,976.00 S,ar..e, Materials Added 25,466.68 Credit (11,867.08) Total 13,599.60 Tax '(7,5 ) 1,019.97 Quotes Added 5 ,208.55 Credit Tta 58128.55 Tax 7.5 ) 8,99 .27 Labor Added 2112.50 Credit ( 4, . ) Total 27125 .25 Sub Total 99,069.64 10% Markup 919 e9 . Total 108,976.60 2998 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 '30INDEP -73 2080 W.Indiantown Road Suite 100 Jupiter,FL 33458 QUOTE #: 23-51564-85344 ............................ Date: 11/17/2023 Expires: 01/16/2024 Ref Specs: Ari cdllordquaro9 fi ° Project: Key West International Airport Concourse and Terminal Improvements I i i lain 9u this n.In"tbe3 '`� Location: 3491 South Roosevelt Blvd Key West, FL 33040 United States of America Customer: Florida Keys Electric, Inc. Estimate Total: $11,900.00 ......................................................................................................................................................................................................................................................................................................................................................................... Additional Rooftop Equipment-RFI#184 -Drawing: $11,900.00 EP131ABC Scope of Proposal 1) Price is based on utilizing class 1 aluminum lightning protection materials 2) Proposal includes all labor, materials,shipping, and shop drawings unless noted below 3) The lightning protection system will be installed per UL96A, LPI 175, and NFPA 780 lightning pr ection standards Exclusions 1) Any needed repairs to the existing lightning protection system are excluded from this proposal 2) Any needed repairs to the existing grounding system are excluded from this proposal 3) Please note that the existing lightning protection system must meet current UL96A, LPI 175, NFPA 780 lightning protection standards in order to certify the entire lightning protection system 4) Price is based on adhering directly to the roof membrane and does not include furnishing an installing any sacrificial roofing pads, pavers, parapet brackets, membrane strips, etc. If required by the roofing manufacturer, app oximately(60)are required 5) Roofing contractor to furnish and install all flashing and sealing for all roof penetrations 6) Surge Protection is excluded 3 m::u ii°..iu l:l ie il:t IIL...II g Ip l jai°..iu lii iun g does L d lij iii ov dE.' Il rE:'!.all: Ot IS 3 lypiili I'III III :III: v0il1 h,Vve 11D Ilpi�'a ACCEPTANCE OF BID The above specifications, terms and contract are satisfactory and we hereby authorize the performance of this work. Signed: Date: Patrick C. Dillon, President Print Name: BONDED LIGHTNING PROTECTION SYSTEMS, INC. Company: Bonded Lightning Protection Systems,Inc. Standard Terms and Conditions of sale,dated 09/27/2017 apply and are incorporated by reference as part of this quotation and any work resulting from this quotation. Should you need a copy please call 561-746-4336 or visit our website at www.bondedlightning.com/terms Electrical License: EC13008770 Page 1 of 1 2999 m Lip m Z � Z O • a Q p = J m F � Ln (n Z W J J � r� U a 'r "C � O 00 O O F O 000000N O in � � L O 00Oi � LO W O N N Ln iq IlnMLO r ( c0 n O M, qh I wp P"d'4 a . OO m rnrp d O Ln 0 U) Ol OmO Ln 0) q) m N mo V IUU IIW q:m ® fa eae» faE» E» E» E» O LL J tl P rf' EA EA 4A 4H. O N O -t O O O O O 0) m i I ... "'„ "� .....,,.l �^°w'II • 0m O n ui p m U, in O M N iA, iP tOl, tO:, iP if� 6�, pfq .. „ O O 0� �n M 0 O) O N m • in in 00 O r F» F» F» F» ER ER • tp tp tD lD lD C OT13 Ed LU /� a IY Li. VLU = Q. all VU Itl�Y ?"1 d o Y O h' a S," k 7 a 4A:;,1 m �, u_ 3 4J Q', 4x,�k {u r r� T d.. 4S'ir yq 1 al O {°I 1 r., 1 m r 1 9 w p OW Lw {W7 u;;ti p 91 , + 0� F J O r Y ",9 e II LI1 0 a to O 0 -It III- 9 C U) 7 r? 7 " 00 Z 70 ti Z O y N O rn O7 m ° c i . o N a o L m p o o d m L)U Q) o � 0 Q O w o a C Ln — an U u7 Y of w �n z W W M W co Q � a w � Y SZ 7 C a . � N O O ® • Z uai u�i Q N • w w a C W C .N • • • • w w w 7 0 z z a z 3000 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FDO AM IF 1P June 7, 2024 World Electric Supply 11010 NW 301h Street Suite 106 Doral, FL 33172 RE: Key West International Airport— RFI# 184 Dear Mr. Lobo, The following is the summarized list of changes related to the gear package on this job: Panel HCK2 Deleted (1) 225A 3P breaker Added (1) 350A 3P breaker Added (1) 20A 3P breaker Panel LCK1 Deleted (4) 20A 1 P breaker Deleted (1) 110A 3P breaker Added (1) 50A 3P breaker Panel LCK2 Deleted (22) 20A 1 P breaker Deleted (1) 110A 3P breaker Added (2) 30A 3P breakers Added (1) 20A3P breaker Added (2) 100A 3P breakers Added (4) 250A 3P breaker spaces Changed from a 500A 3P main breaker to a 800A 3P main breaker Changed from a branch panelboard to a power distribution panelboard Panel LCK4 Deleted (24) 20A 1 P breaker Deleted (1) 110A 3P breaker Added (1) 15A 3P breaker Added (1) 30A 3P breaker Added (1) 20A 3P breaker Added (1) 50A 3P breaker Added (1) 70A 3P breaker Added (3) 250A 3P breaker spaces Changed from a 500A 3P main breaker to a 600A 3P main breaker Changed from a branch panelboard to a power distribution panelboard 3001 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FDO AM IF 1P LCK5 Deleted (24) 20A 1 P breakers Deleted (1) 110A 3P breaker Added (1) 50A 3P breaker Added (1) 70A 3P breaker Added (1) 20A 2P breaker Added (2) 15A 3P breakers Added (5) 250A 3P breaker spaces Changed from a branch panelboard to a power distribution panelboard Deleted (1) 150KVA transformer Added (1) 225KVA transformer Deleted (9) disconnects Added (8) disconnects related to the KEF's equipment for the concessions Added (8) disconnects related to the MUA's equipment for the concessions Total Lot Price adder: $27,915.15 Inclusive of recent price increases and Panel for Concession Spaces ABB-GE Rev2 review responses. Please feel free to contact me for any questions or concerns, Sincerely, Juan Rodriguez Account Manager uu ..r ..0 �IIII a �u u i . I �U. tl 8 20 1 3002 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 AM IF 1P Fe"Ib,,ruary 21, 2024 World°'IF,lectric Supply 11010 N"VV 30th Street Suite 106 Doral, FL 331`°72 RE: Key West Intere'IRtional Airport— RFI# 184 Dear Mr. Lobo, The following is the summarize^ list of changes related to the gear package on this job: Panel HCK2 Deleted (1) 225A 3P breaker Added Added (1 20A 1 � ( ) P as ker tad i!J 0 [ha �,,'I�,r it ffid revie),r brea Panel LCK1 ........................................................ „ Deleted (4) 20A 1 P breaker Deleted (1) 110A 3P breaker Added (1) 50A 3P breaker Panel LCK2 'e tp 2"lI;. I1u, u,. Deleted (22) 20A 1 P breaker III IIIIIIIII Deleted (1) 110A 3P breaker iIT �'�IIIII u '�.,� III . u,.��:;I �� IIi.°ui au���I ���� Added (2) 30A 3P breakers :o a �',�'ll ' III Added (1) 20A3P breaker „„„„„„„„„„„„„„........................................... Added (2) 100A 3P breakers Added (4) 250A 3P breaker spaces Changed from a 500A 3P main breaker to a 800A 3P main breaker Changed from a branch panelboard to a power distribution panelboard Panel LCK4 Deleted (24) 20A 1 P breaker Deleted (1) 110A 3P breaker Added (1) 15A 3P breaker Added (1) 30A 3P breaker Added (1) 20A 3P breaker Added (1) 50A 3P breaker Added (1) 70A 3P breaker Added (3) 250A 3P breaker spaces Changed from a 500A 3P main breaker to a 600A 3P main breaker Changed from a branch panelboard to a power distribution panelboard 3003 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FDO AM IF 1P LCK5 Deleted (24) 20A 1 P breakers Ddlilted (1) 110A 3P breaker Addad (1) 50A 3P breaker Added""(1) 70A 3P breaker Added (1"")„20A 2P breaker Added (2) 1"'15A 3P breakers Added (5) 256 3P breaker spaces Changed from a'°^branch panelboard to a power distribution panelboard Deleted (1) 150KVA"""transformer Added (1) 225KVA tray°former Deleted (9)disconnects Added (8) disconnects related',Io the KEF's equipment for the concessions Added (8) disconnects related td,,the MUA's equipment for the concessions Total Lot Price adder: $24,915.15 Please feel free to contact me for any questigns or concerns, Sincerely, Juan Rodriguez Account Manager 3004 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Take-Off for Estimate: 'KWIA RF1#184 CONCESSION CHANGES CHARGES' : HCK2 PANEL TO T K2 TRANSFORMER REVISED ADD Line`"'#„ Description Qty 1 GRC/PVC 2 1/2" 170.00 2 "° GRC/PVC COUP 2 1/2" 3.00 3 NDUIT SUPPORTS 2 1/2" 22.00 4 GRVC 90 ELL 2 1/2" 3.00 5 GRC/P COUP 2 1/2" 1.00 6 STEEL FLIP 2 1/2" 6.00 7 24N FLEX CONK 2.00 8 500 THHN CU STMNDED 606.00 9 3 THHN CU STRANbE 202.00 10 1/4" PULL ROPE 202.00 11 ---------- Totals Material $11,735.61 Labor 1N09.56 See next NNICIII��i:iimiments ;Z,.. See notes provided b�„,how 3005 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FDO .E„dit Move/Copy ..... Preview Take-off for: HCK2 PANEL TO T K2 T ... Full View • Customer View [Recap Back To Estimate Close this window El Material Labor # Description Qty Unit Price UOM Ext Price Hours UOM Ext Hours 1 GRC/PVC 2 1/2" 170.00 2,956.54 c 5,026.12 16.00 c 27.20 2 GRC/PVC COUP 2 1/2" 3.00 4,580.29 c 137.41 .20 e .60 3 CONDUIT SUPPORTS 2 1/2" 22.00 8.00 e 176.00 1.20 e 26.40 4 GRC/PVC 90 ELL 2 1/2" 3.00 12,307.27 c 369.22 1.50 e 4.50 5 GRC/PVC COUP 2 1/2" 1.00 4,580.29 c 45.80 .20 e .20 6 STEEL FLEX 2 1/2" 6.00 507.16 c 30.43 18.00 c 1.08 7 2-IN FLEX CONN 2.00 959.99 c 19.20 21.00 c .42 8 500 THHN CU STRANDED 606.00 9,345.85 in 5,663.59 41.65 in 25.24 9 3 THHN CU STRANDED 202.00 1,234.66 m 249.40 14.50 m 2.93 10 1/4" PULL ROPE 202.00 91.27 m 18.44 5.90 m 1.19 11 ---------- Total for section: HCK2 PANEL TO T K2 TRANSFORMER $11,735.61 89.76 REVISED ADD CORRECTIONS MADE SEE COMMMENTS BELOW. 3006 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 E.d.�t. Move/CopY Preview pp ........................... ............................................................ .........................................V Take-off for: HCK2 PANEL TO T K2 T ... Full View • Customer View Recap Back To Estimate Close this window El Material Labor Description Qty Unit Price UOM Ext Price Hours UOM Ext Hours 1 6"'RC/PVC 2 1/2" 170.00 2,956.54 c 5,026.12 16.00 c 27.20 2 GR6',(pVC COUP 2 1/2" 3.00 4,580.29 c 137.41 .20 e .60 3 CONDbIT SUPPORTS 2 1/2" 22.00 8.00 e 176.00 1.20 e 26.40 4 GRC/PVC..""9�0 ELL 2 1/2" 3.00 12,307.27 c 369.22 1.50 e 4.50 5 GRC/PVC COUP 2 1/2" 1.00 4,580.29 c 45.80,,,,, 0.00 e 20.00 6 STEEL FLEX 2 f)`°2," 6.00 507.16 c 30.4„3"" 18.00 c II,III 1.08 7 2-IN FLEX CONN ���„, 2.00 959.99 c 19,,1�11"'�0 21.00 � .42 8 500 THHN CU STRANIbED 606.00 9,345.85 m 5,60" .59 41.65 IIII'I°°m 25.24 9 3 THHN CU STRANDED in„ 202.00 1,234.66 m111111 49.40 14.5101 111 2.93 10 1/4" PULL ROPE 4,441 202.00 91.27 m 18.44 51j11,j110 III'"in 11 1.19 „„„„„ ���� ,III II,II I,II° Total for section: HCK2 PANEL TO T-K2""TRANSFORMER 1 $11,735.611'I'll 109.56 REVISED ADD IIII'II,I' :,......'..............w.................. .......,..........°............... ........rv..... Nease ti.orr()ct Il bu ,iir fro uir :,n it"'' II II�IIII' II,II'" i liurl�'!,i;idll il�i� ��rr.u.WIIu�.m �"�::� ml��mm� r j c 23 80 II, �II14 I wr�'YullVll`"' #Description Unit Price UOivil wFxt Price Hours 1OM Ext Hours d � 1 I ice Ho O 0014u9 !�rfrl flx h siviI !" 2 GRC/PVC COUP 2" 170 0 2,046.3001 c 2 86f"1'A9 0 c 00 Illul''0 3 CONDUIT SUPPORTS 2" 4 GRC/PVC 90 ELL 2" �3.00 8,073.66 c t � �42.2 1.0,r`�„„„„„ e 3.I5 ul'" � C.I ��� 111.�II,.�VV s ��, 80 e 17.6 5 STEEL FLEX 2' 6.00 375.15 c 22 2 e ' r � �II�II�II11� r��'.� ..I i �; I�S1 12.00 c .72 Id i'�r1�III'� ,�..�� ' I�B IIfe r6""III 1.00 ND 00 FLEX CONN 2.00 863.99 c „�""17.28 21.00 c 00 VII1rVVr11;;;"'�� 7 2-I e .42 8 4/0 THHN CU STRANDED 606.00 3,596.42 m id,179.43 26.35 m 1,5.97 9 4 THHN CU STRANDED 202.00 881.01 mlv�"'" 177.96 11.90 m 10 1/4"PULL ROPE 202.00 82.14 „I 16.59 5.90 m 1.19'"s„,,, 1z ---------- Total � �s 6zz69 6s.z5 tl�Iw��n�l I�l� .I��, I� � k r .,i,8 Ian .f� 71�,orVIIs tI II1 �;� for section:HCK2 PANEL TO T-K2 TRANSFOMER I 9;i (;I V )Hriig and 0 h Ir,r,!i�' I CREDIT to IIn'!,*frllll a " PJiif lid I t.,611AIlI113"d s.. 111is WE s ar tyi,1,u1lr.; 0 AIsioi note fiat tlII°r U : have grind sIIIrlllw.xrld iiiiEve 0(:Ilri'III r I:r 20 for f.Ilullrl 21" wrIIrd allllll Proltlllreit PIbE:;emil 20 COUtu I IIIIIIuI.lgs as ,au,.r av IIIr�rlge IIINif oIII.r I s I iuI L. ..l.,u ul a 111 d IIhaw:!! Ihrr lr I'Ir I'ur r If:f f31r I IE I!'f':;:IO 3007 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FDO Take-Off for Estimate: 'KWIA RF1#184 CONCESSION CHANGES CHARGES' : T K2 TRANSFORMER TO LCK2 PANEL REVISED ADD Line # Description Qty 1 STEEL FLEX 4" 12.00 2" 4" FLEX/BX SQUEEZE CON 4.00 3 CONDUIT SUPPORTS 4" 4.00 4 69,0 THHN CU STRANDED 208.00 5 3/0 % HN CU STRANDED 52.00 6 1/8" PUh�1 LINE 52.00 7 ---------- Totals Material $3,171`0 Labor 24.17 . ....n y;t.... .� .I ...fI ....I o �ratent N.... d"�m„, .............................................................................................. CORRECTIONS MADE SEE " MMMENTS BELOW. 3008 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Edit Move/Copy Preview pp Take-off for: T K2 TRANSFORMER TO ... Full View • Customer View Reca.p.........B ack..To....Estimate .... Close this window Material Labor # Description Qty Unit Price UOM Ext Price Hours UOM Ext Hours 1 STEEL FLEX 4" 12.00 1,131.60 c 135.79 30.00 c 3.60 2 4" FLEX/BX SQUEEZE CON 4.00 9,948.46 c 397.94 90.00 c 3.60 3 600 THHN CU STRANDED 208.00 11,646.17 in 2,422.40 45.50 in 9.46 4 3/0 THHN CU STRANDED 52.00 3,201.26 in 166.47 23.80 in 1.24 5 1/8" PULL LINE 52.00 7.99 in .42 5.10 in .27 6 ---------- Total for section: T-K2 TRANSFORMER TO LCK2 PANEL $3,123.02 18.17 REVISED ADD CORRECTIONS MADE SEE COMMMENTS BELOW. 3009 Docusign Envelope ID:9A3EDEEI-5560-49B8-9C26-748170387FD0 revi�� Ed .Move/COPY I I; ..................................................................................................................................................................................................................................................................................................................... Take-off for: TK2 TRANSFORMER TO ... CusoFmuer View w cScened bmieit��!rvmnnchon bebves�ion on iNm dan s pand and b ansformer. Pieas�::: 9k!Ihe Ilabor ars. ........... ...................... Recap Back To Esti he vfhip betA`1:!1i::in �ransk on and fir,3ndbconJ shodd nd &al,Iii:!! 15 Ilrna.irs, Close this window El Material Labor Fix!pantily. See bebm .................................................. Descri�iipn Qty nit Price UOM Ext Price Hours UOM EX I STEEL FbLX 4" 12.00 1,131.60 c 135.79 30.00 c 3.60 2 4" FLEX/B,'�"ISQUEEZE CON 4.00 , 9,948.46 c 397.94 90.00 c 3.60 3 CONDU SUkORTS 4" 12.00 e 48.00 1.50 e 6.00 yy'rVy'Y'.41,�'llil�ll,"ClYl.lv".,Nll.l,,��,,I..................I y 4 600 TH i'v"ANDED 208.00 11,646.17 in 2,422.40 45.50 in 9.46 5 3/0 TH CUSTRANDED 52.00 3,201.26 m 166.47 23.80 in 1.24 6 1/8" PULL LINE 52.00 7.99 in .42 5.10 in .27 U QIY 17360 .00 3-60 6 00 0000", 46 24 L 27 Total for secti T-K2 TRANS PI��RMER TO LCK2 PANEL REVISED-AD $3,171.02 v24.17 ........... f an 9rardormer and pandboard are III albor ��ls fipurE:)d oin &qc)II'_)o irt s iir e ii rr�lI nght next��o each ��t is�m��lear natIciinzfl� average iniol vh�y, '26 feet of cond�icto�s is going ft kae mqi r&J (2 !::Iets), IID o iir ................................................................................................................................................................................................................................................................................................... Ilrates slaind J0I�V(::1!Vr::1j�IIIIL '„% r su��:ipiorts hav(::111� c)eein P,Jo IS ro g ra v i i u 3c fly d1H<e autclirnalii4ly !iguin:S .......................................... D1"()V1I1dEd flhesain,,ie SU��311�pioirts homw(11111, II 'or cireii-fit III Jo nU� ...................... !:011 UIE::11111,11n If 1:)y cIiiiainc,n:!,! scilirne aiire nf:�(:mieiil COVE)Ir yp� IiclaI esfiiiiiiieleici l:�Iaindl ir":ir�S 0 P�I a ir� It, a A 10' co iii,i d u ii�It cil ir ��!::o ir iii�s s �::k i I u a y ii,i o a 111111111 -U 311'1111_i 11 011'flrieii toini (Wher(::1, gr�::I!af IlnstalHaturii ISa IIIoizlated? \AlHll YOU Il lua w:!,11, 10W(3!VeI1" 1eV1Ie!W1I1I19 0iI,(:i4,seii oiilatIciir�`? 0' flhesiinp() ��� 6d IS !:or ifl,n6� reiniove flhe C0111111_Wa1 S III�D�ID Dits as Jhi(ny '7jjrj6::1, C ir !116' Coiriii-WC1011r III 111110 S I e y rii D t �xl 5 k 111 101 ell),gflh f6ir III S,Lq� ir�eieded �0 111,11111111(2 U:11'111 11S �:X'10g�N Ul 11111 Iinserts airu6 III w,I k riI,)Nq:1 III 10 1 ir,E,irnsforni�:!,!r Is 6' esthini �") !11J S ol in''i e iii,v i e s E::,!!y 1ess SO 11,1,1(::1!fl v i,iii P:!,!s flhey aiire II ino III :,! 6' II s Weirage 11,11,11,111,111,111,'ll""I'll""I'll",'ll""I'll""'ll""I'll""I'll,'ll""I'll""I'll",'ll""I'll""I'll",'ll""I'll",'ll""I'll""I'll,'ll""I'll""I'll",'ll""I'll""I'll",'ll""I'll",'ll""I'll""I'll,'ll""I'll""I'll",'ll""I'll""I'll",lI.......................................3010 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Take-Off for Estimate: 'KWIA RF1#184 CONCESSION CHANGES CHARGES, : T-K4 TO LCK4 CO]T� CONDUCTOR REVISED ADD Line # Descri .�� Qty 1 T-K4 TO LCK4 2 STEEL FLEX 3" ��� 12.00 3 FLEX 90 CONN 3" �� 4.00 4 CONDUIT SUPPORTS 3" ���� 2.00 5 350 THHN CU STRANDED ��� 208.00 6 2/0 THHN CU STRANDED __� � 52.00 7 ---------- Totals Material $1,958.17 Labor 16.07 11:3 See. ....fi q8 ....N .° �. ... st i.iru l..... CORRECTIONS MADE SEE COMMMENTS BELOW. 3011 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 .E.d..it..... Take-off for: T K4 TO LCK4 CONDUIT ... Full View • Customer View Recap.... ..Back To Estimate Close this window Material Labor # Description Qty Unit Price UOM Ext Price Hours UOM Ext Hours 1 T K4 TO LCK4 2 STEEL FLEX 3" 12.00 878.02 c 105.36 24.00 c 2.88 3 FLEX 90 CONN 3" 4.00 8,805.89 c 352.24 60.00 c 2.40 4 350 THHN CU STRANDED 208.00 6,501.97 in 1,352.41 34.00 in 7.07 5 2/0 THHN CU STRANDED 52.00 2,536.57 in 131.90 21.50 in 1.12 6 ---------- Total for section: T-K4 TO LCK4 CONDUIT/CONDUCTOR $1,941.91 13.47 REVISED ADD CORRECTIONS MADE SEE COMMMENTS BELOW/ABOVE . 3012 Docusign Envelope ID:9A3EDEEI-5560-49B8-9C26-748170387FD0 review Ed [�oveiE [ � pp Take-off for: TK4 TO LCK4 CONDUIT ... Full View • Customer View See WDN N ffi8 N UiiS bebmi::!i::!n pane and Back To Estimate trl�lnsfomier. Nease fN &he 3bci hmas. ........... ecap Me,t,,,Np hdlmeen trmsfo� me� ,ind Clo d° Nthis window paneft:ml shwld m A tat,e 8 hc,q.ts, Material....................................................................................................................................................................................E a 6 o...........r.................................................................... D scription ri�! aniily. See WOW Qty Unit Price UOM Ext Price Hours UOM Ext Hour; T 2 STEEL FLEX,,3" 12.00 878.02 c 105.36 24.00 c 2.88 0� 3 FLEX 90 CONN,, �" 4.00 , 8,805.89 c 352.24 60.00 c 2.40 R 4 CONDUIT ,, P 1, $ 3" 8.13 e 16.26 1.30 e 2.YT�O� ''y y y �r "Y"Y-Y,ly ylry Ne'y V_Y,11' It-,r'Y-rY"Y"V-,ry N, 5 350 THHN U STRANDED 208.00 6,501.97 in 1,352.41 34.00 in 7.07 6 2/0 THHN CU STRANDED 52.00 2,536.57 in 131.90 21.50 m 1.12 Total for section: T-K4 TO LCK4 CONDUIT/CONDUCTOR $1,958.17 16.07 REVISED ADD he. transfbrmer amJ plaMboard are ............ s, JgN raex�t each !� her, rm 26 Y:eet, ll P�ease corrii:!d qonflly. ............................................................................................................................................................................................................................................................................ See response above . . 3013 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Take-Off for Estimate: 'KWIA RF1#184 CONCESSION CHANGES CHARGES, : PANEL LCK1 CONDUIT/CONDUCTOR REVISED ADD Line # Description Qty 1 RTU 2-1 2 EMT 3/4 65.00 3 EMT COURCOMP STEEL 3/4" 9.00 4 EMT CONN.COMP/IT STEEL 3/4" 2.00 5 CONDUIT SUPPORTS 3/4" 9.00 6 3/4 EMT 90 ELBOW 3.00 7 GRC/PVC 3/4" 5.00 8 GRC/PVC COUP 3/4" 2.00 9 SEALTIGHT 3/4" 6.00 10 SEALTIGHT CONN 3/4" 2.00 11 8 THHN CU STRANDED 291.00 12 10 THHN CU STRANDED 97.00 13 1/8" PULL LINE 97.00 14 ---------- 15 RECEPTACLE LCK1 - 7 16 EMT 1/2 60.00 17 EMT COURCOMP STEEL 1/2" 8.00 18 EMT CONN.COMP/IT STEEL 1/2" 2.00 19 CONDUIT SUPPORTS 1/2" 8.00 20 1/2 EMT 90 ELBOW 3.00 21 GRC/PVC 3/4" 5.00 22 GRC/PVC COUP 3/4" 2.00 23 SEALTIGHT 3/4" 6.00 24 SEALTIGHT CONN 3/4" 2.00 25 WIRE#12 CU STRANDED 184.00 26 WIRE#12 CU STRANDED 92.00 27 1/8" PULL LINE 92.00 28 ---------- Totals Material $499.15 Labor 26.81 See IIwid page for u.,umlmti`;,O,'i 3014 Docusign Envelope ID:9A3EDEEI-5560-49B8-9C26-748170387FD0 Prices are relevant to lisUmce ii)f bran is cirud�ap air to be IV time line . (Inflation. . which inconsas9ent wfth A4we Ihe pandb onl is sh�°N,otn is still on the rise) . rdatk,,e, R p U 2 1 Ser:,,E 131 ABL,nB e Take-off for: PANEL LCKI CO the n1nd 9or an wed ay bebp�feen pan&card Lw_ :1 ocadon and the rooftop :!qwOnient, iew ............................................................................................................. ..................................Prh��es are n��� �:�onsisteM�A,6th Estimate I prices�,�sed for credi�s, Close this window M ter at Labor Qr, Pric'IX'Qr p i nit Ext Price Hours UOM Ext Hours RTU 2-1 5.OW, 97. EMT 3/4 65.0W 97.39 63.30 5.00 c 3.25 All distances were measure using Blue Beam Revu and calculated installation practices . . You must consider vertical drops or risers . As the Crow flies per say does not apply here . All applied measurements were applied to credits as well . 7 GR ii eesk,e%� ith -15 a flee pandb�orl and th8 5. 00 654.86 32.74 6.50 c .33 8 GR "rtw.,�iprnert p yp d c r ic, 0 � r!a i9s, 2.00 743.64 14.87 .20 e .40 9 SEALTIGHT 3/4" 6.00 253.45 15.21 8.00 c .48 1,9,$EALTIQ�qT ,�QNN 3/4" .00 15.34 12431 .15 y_y_y"V'V_1r If-f-I f"Ir"Irly-y-y-y-y' _Y,3, y'y"1y_y"1r" yN"V_V_V"y_V"'e V 11 8 THHN CU STRANDED 291.00 415.84 121.01 8.50 in 2.47 12 10 THHN CU STRANDED 97.00 222.88 21.62 7.70 in .75 3 1/8" PULL LINE 97.00 7.99 .78 5.10 m .49 'A A 15 ,RECEPTACLE LCKI - 7 I MT li L"6 EMT 1/2 60.00 55.37 33.22 4.50 c 2.70 17 74.18 5.93 25.00 c 2.00 18 EMT CONN.COMP/TT STEEL 1/2" 2.00 31�53 .63 12.00 c .24 19 CONDUIT SUPPORTS 1/2" 8.00 1.62 12.96 .30 c 2.40 20 1/2 EMT 90 ELB( -'......................................................................................................................................................................................................................................................................................................to b 3.00 3.93 11.79 .20 e .60 Ds&ance branch appears, e 21 GRC/PVC 3/4" in onsis arrt with ao�heri the parAba:rd is 5.00 654.86 32.74 6.50 c .33 22 GRC/PVC COUP shov,,,n rein tNe to R ll U 2 1 izcation,, See 2.00 743.64 14.87 .20 e .40 EP 13 1 A&3 at the i!:!�nd k�!�r an ovi!,iday 23 SEALTIGHT 3/4" ' 6.00 253.45 15.21 8.00 c .48 betr,V'i!�!n pan&���orl ocatko and Hie 24 SEALTIGHT COT roof:4op eqOprnent, .......................................................................... 2.00 615.34 12.31 .15 e .30 5�1 25 WIRE #12 CU STRANDED........................................................................................................................................................ 184.00 145.82 26.83 5.90 m 1.09 26 WIRE #]2 CU STRANDED 92.00 145.82 13.42 5.90 in .54 27 1/8" PULL LINE 92.00 7.99 .74 5.10 in .47 28 ---------- Total for section: PANEL LCKI CONDUIT/CONDUCTOR $499.15 26.81 REVISED ADD 3015 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Take-Off for Estimate: 'KWIA RF1#184 CONCESSION CHANGES CHARGES' : PANEL LCK2 CONDUIT/CONDUCTOR REVISED ADD Line # Description Qty 1 RTU 2-2 2 EMT 1 85.00 3 EMT COURCOMP STEEL V 11.00 4 EMT CONN.COMP/IT STEEL V 2.00 5 CONDUIT SUPPORTS V 11.00 6 1 EMT 90 ELBOW 3.00 7 GRC/PVC 1" 5.00 8 GRC/PVC COUP 1" 2.00 9 SEALTIGHT 1" 6.00 10 SEALTIGHT CONN 1" 2.00 11 3 THHN CU STRANDED 351.00 12 8 THHN CU STRANDED 117.00 13 1/8" PULL LINE 117.00 14 15 RTU 2-3 16 EMT 1 95.00 17 EMT COURCOMP STEEL 1" 12.00 18 EMT CONN.COMP/IT STEEL V 2.00 19 CONDUIT SUPPORTS 1" 12.00 20 1 EMT 90 ELBOW 3.00 21 GRC/PVC 1" 5.00 22 GRC/PVC COUP V 2.00 23 SEALTIGHT 1" 6.00 24 SEALTIGHT CONN V 2.00 25 3 THHN CU STRANDED 381.00 26 8 THHN CU STRANDED 127.00 27 1/8" PULL LINE 127.00 28 ---------- 29 KEF 2-1 & KEF 2-3 30 EMT 3/4 35.00 31 EMT COURCOMP STEEL 3/4" 6.00 32 EMT CONN.COMP/IT STEEL 3/4" 2.00 33 CONDUIT SUPPORTS 3/4" 5.00 34 3/4 EMT 90 ELBOW 3.00 35 GRC/PVC 3/4" 10.00 36 GRC/PVC COUP 3/4" 4.00 37 SEALTIGHT 3/4" 18.00 38 SEALTIGHT CONN 3/4" 6.00 39 CONDUIT ROOF SUPPORT 2.00 40 SS CONDUIT SUPPORT 3/4" 2.00 41 WIRE#12 CU STRANDED 221.00 42 WIRE 412 CU STRANDED 73.00 Totals Material $3,993.14 Labor 144.20 3016 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Line # Description Qty 43 1/8" PULL LINE 73.00 r4 �KEF 2-2 & KEF 2-446 EMT 3/4 -„ c .. �. .. .. . .�. . 0. 47 EMT COURCOMP STEEL 3/4" 9.00 48 EMT CONN.COMP/iT STEEL 3,4" 2.00 49 CONDUIT SUPPORTS 3/4" °ustaiu l l olf Iiraimr•��h ilrr::p..ulit��Dlu r ai-s 9.00 te hi� 0:111)���uSbE����t With r�,��..ln l� re ��ul C uu a l�:e 50 3/4 EMT 90 ELBOW hs shi I Am Nl tatk� to 3.00 51 GRC/PVC 3/4" III " aimi;] II 2 4 `"ier!!!u 25.00 52 GRC/PVC COUP 3/4" r'tl; tl P13(" Ed tt of � ticiir ai-. 6.00 ,iI°Ha+y '1Jh l m )Eilrnl°tbo i .t 53 GRC/PVC 90 ELL 3/4" ci afpclir m d the r-1001110,lD e qlluopumi1::1r . 1.00 54 SEALTIGHT 3/4" 18.00 55 SEALTIGHT CONN 3/4" 6.00 56 CONDUIT ROOF SUPPORT 6.00 57 SS CONDUIT SUPPORT 3/4" See notes provided 6.00 58 WIRE#12 CU SOLID above 414.00 59 WIRE 412 CU SOLID 138.00 60 1/8" PULL LINE 138.00 62 KEF 2-5 63 EMT 3/4 0.00 79 65 EMT CONN.COMP/IT STEEL 3/4" 2.00 66 CONDUIT SUPPORTS 3/4" :Astalr ci.::, oif DIrwich cilrs:u..uu& ap l)i.::,au~s 9.00 67 3/4 EMT 90 ELBOW to be ' c r II s stI�ms�t rmit4� rdr��t III�rl the 3.00 DaC t�"tt,u li�u irii II's,shhl'-�+1wi II I,EAatk,,ie t1iD 68 GRC/PVC 3/4" t 1 �:'t„ I I :�� tl 3,p��I''\BC at t.h„ 5.00 69 GRC/PVC COUP 3/4" I uw iil folic ari 2.00 Ir t Vklu 70 SEALTIGHT 3/4" ��ri Il�sl mtu�run olrnl:p ta �, c:,11rr�l'r°,p� 6.00 I���;..0 a II ru It a �.��I ww�. 71 SEALTIGHT CONN 3/4" ............. ..... 2.00 72 WIRE#12 CU STRANDED 306.00 73 WIRE#12 CU STRANDED 102.00 74 1/8" PULL LINE 102.00 75 76 MAU 2-1 CONDENSER #1 77 EMT 3/4 35.00 78 EMT COURCOMP STEEL 3/4" 6.00 79 EMT CONN.COMP/IT STEEL 3/4" 2.00 80 CONDUIT SUPPORTS 3/4" 5.00 81 3/4 EMT 90 ELBOW 3.00 82 GRC/PVC 3/4" 5.00 83 GRC/PVC COUP 3/4" 2.00 84 SEALTIGHT 3/4" 6.00 85 SEALTIGHT CONN 3/4" 2.00 86 10 THHN CU STRANDED 201.00 Totals Material $3,993.14 Labor 144.20 3017 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Line # Description Qty 87 10 THHN CU STRANDED 67.00 88 1/8" PULL LINE 67.00 89 90 MAU 2-1 CONDENSER#2 91 EMT 3/4 40.00 92 EMT COUP.COMP STEEL 3/4" 6.00 93 EMT CONN.COMP/IT STEEL 3/4" 2.00 94 CONDUIT SUPPORTS 3/4" 5.00 95 3/4 EMT 90 ELBOW 3.00 96 GRC/PVC 3/4" 5.00 97 GRC/PVC COUP 3/4" 2.00 98 SEALTIGHT 3/4" 6.00 99 SEALTIGHT CONN 3/4" 2.00 100 WIRE#12 CU STRANDED 216.00 101 WIRE#12 CU STRANDED 72.00 102 1/8" PULL LINE 72.00 103 104 MAU 2-1 FAN 105 EMT 3/4 45.00 106 EMT COUP.COMP STEEL 3/4" 7.00 107 EMT CONN.COMP/IT STEEL 3/4" 2.00 108 CONDUIT SUPPORTS 3/4" 6.00 109 3/4 EMT 90 ELBOW 3.00 110 GRC/PVC 3/4" 5.00 III GRC/PVC COUP 3/4" 2.00 112 SEALTIGHT 3/4" 6.00 113 SEALTIGHT CONN 3/4" See notes provided 2.00 114 WIRE#12 CU STRANDED above 231.00 115 WIRE#12 CU STRANDED 77.00 116 1/8" PULL LINE 77.00 118 ADDED RECEPTACLE LCK2-33 119 EMT 3/4 95.0 121 EMT CONN.COMP/IT STEEL 3/4" 2.00 .............................................................................................................................................................................. 122 CONDUIT SUPPORTS 3/4" listaimce 1,11f .)r;a hm ,Jiirvi ciidt qDpe aics 12.00 123 3/4 EMT 90 ELBOW 8:o ii, cir,r7suMef�it WWI whmi,I fhmi1I 3.00 m rhi 124 GRC/PVC 3/4" II 9 P� I I ru uh l I'I n it�N 11-11::Ncl::Ipta��Ie Is 4r ti 5.00 r�u n 125 GRC/PVC COUP 3/4" oicatiI i E,� I Su at Uu�� 2.00 126 SEALTIGHT 3/4 °113 6.00 n +, u������ t �'°a N � r�o uq IN� �u i:� 127 SEALTIGHT CONN 3/4" r �lui nu�mt� h ff;' err Ord 2.00 128 WIRE#12 CU STRANDED 254.00 129 WIRE#12 CU STRANDED 127.00 130 1/8" PULL LINE 127.00 Totals Material $3,993.14 Labor 144.20 3018 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Line # Description Qty 131 ---------- Totals Material $3,993.14 Labor 144.20 3019 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Edit ( Move opy Preview fake-off for: PANEL LCK2 CONDUIT/C ... Full View • Customer View Recap Back To Estimate Close this'^,window El Material Labor # Descripti6n Qty Unit Price UOM Ext Price Hours UOM Ext Hours 1 RTU 2-2 2 EMT 1 85.00 166.41 c 141.45 5.50 c 4.68 3 EMT COURCOMI STEEL V 11.00 126.02 c 13.86 35.00 c 3.85 4 EMT CONN.COMPX,IT STEEL V 2.00 125.26 c 2.51 16.00 c .32 5 CONDUIT SUPPORTS,,,1" 11.00 1.62 e 17.82 .40 e 4.40 6 1 EMT 90 ELBOW 3.00 6.83 e 20.49 .25 e .75 7 GRC/PVC 1" 5.00 908.28 c 45.41 8.00 c .40 8 GRC/PVC COUP 1" 2.00 1,068.11 c 21.36 .20 e .40 9 SEALTIGHT 1" 6.00 494.64 c 29.68 12.00 c .72 10 SEALTIGHT CONN 1" 2.00 528.83 c 10.58 .20 e .40 11 3 THHN CU STRANDED 351.00 1,234.66 in 433.37 14.50 in 5.09 12 8 THHN CU STRANDED 117.00 415.84 in 48.65 8.50 in .99 13 1/8" PULL LINE 117.00 7.99 in .93 5.10 in .60 14 15 RTU 2-3 Ll III catE .. .............. 16 EMT 1 95.00 166.41 c 158.09 5.50 c 5.23 17 EMT COURCOMP STEEL 1" 1 „,00 126.02 c 15.12 35.00 c 4.20 18 EMT CONN.COMP/IT STEEL V 2.0°0„ 125.26 c 2.51 16.00 c .32 19 CONDUIT SUPPORTS 1" 12.00 °^ 1.62 e 19.44 .40 e 4.80 20 1 EMT 90 ELBOW 3.00 ����„ 6.83 e 20.49 .25 e .75 21 GRC/PVC 1" 5.00 909,28 c 45.41 8.00 c .40 22 GRC/PVC COUP 1" 2.00 1,068 ^1 c 21.36 .00 c .00 23 SEALTIGHT V 6.00 494.64 °^^����,,,c 29.68 12.00 c 72 24 SEALTIGHT CONN 1" 2.00 528.83 c'^ 10.58 .20 e .40 25 3 THHN CU STRANDED 381.00 1,234.66 in "^ 470.41 14.50 in 5.52 26 8 THHN CU STRANDED 127.00 415.84 in 52.81 8.50 in 1.08 27 1/8" PULL LINE 127.00 7.99 in 1,, 01 5.10 in .65 28 ---------- 29 KEF 2-1 & KEF 2-3 30 EMT 3/4 35.00 97.39 c 34.09 "":^00 c 1.75 31 EMT COURCOMP STEEL 3/4" 6.00 82.00 c 4.92 30.00,„ c 1.80 32 EMT CONN.COMP/IT STEEL 3/4" 2.00 69.15 c 1.38 14.00 """^^� 28 33 CONDUIT SUPPORTS 3/4" 5.00 1.62 e 8.10 .35 e"""^ 1.75 34 3/4 EMT 90 ELBOW 3.00 4.44 e 13.32 .22 e .66 35 GRC/PVC 3/4" 10.00 654.86 c 65.49 6.50 c .65 Total for section: PANEL LCK2 CONDUIT/CONDUCTOR REVISED ADD $3,993.14 3020 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Material Labor # Description Qty Unit Price UOM Ext Price Hours UOM Ext Hours 36 GRC/PVC COUP 3/4" 4.00 743.64 c 29.75 .10 e .40 ""7 SEALTIGHT 3/4" 18.00 253.45 c 45.62 8.00 c 1.44 38 ° �, ALTIGHT CONN 3/4" 6.00 615.34 c 36.92 .15 e 90 39 C6NDUTT ROOF SUPPORT 2.00 35.69 e 71.38 .50 e 1.00 40 SS Cb"'NDUTT SUPPORT 3/4" 2.00 26.98 e 53.96 .10 e .20 41 WIRE#`l„,2 CU STRANDED 221.00 145.82 m 32.23 5.90 m 1.30 42 WIRE#12`,CU STRANDED 73.00 145.82 m 10.64 5.90 m .43 43 1/8" PULL bNE 73.00 7.99 m .58 5.10 m .37 44 ---------- 45 KEF 2-2 & KEF 2" 46 EMT 3/4 65.00 97.39 c 63.30 5.75 c 3.74 47 EMT COURCOMP ST''E'EL 3/4" 9.00 82.00 c 7.38 30.00 c 2.70 48 EMT CONN.COMP/IT 5�F�FI EL 3/4" 2.00 69.15 c 1.38 14.00 c .28 49 CONDUIT SUPPORTS 3/4'i""^ 9.00 1.62 e 14.58 .35 e 3.15 50 3/4 EMT 90 ELBOW 3.00 4.44 e 13.32 .22 e .66 51 GRC/PVC 3/4" 25.00 654.86 c 163.72 6.50 c 1.63 52 GRC/PVC COUP 3/4" 6.00 743.64 c 44.62 .00 c .00 53 GRC/PVC 90 ELL 3/4" 1.00 2,393.62 c 23.94 .60 e .60 54 SEALTIGHT 3/4" 18.00 253.45 c 45.62 8.00 c 1.44 55 SEALTIGHT CONN 3/4" 6......0 615.34 c 36.92 .15 e 90 56 CONDUIT ROOF SUPPORT IIIcateO 35.69 e 214.14 .50 e 3.00 57 SS #1D2 CIU SOLID 4 SUPPORT 3/4" .................................................�, ... 00 26.98 e 161.88 .10 e .60 58 WIRE 1„4.� 0 136.11 m 56.35 5.90 m 2.44 59 WIRE#12 CU SOLID 138�"^Q,0 136.11 m 18.78 5.90 m .81 60 1/8" PULL LINE 138.0 7.99 m 1.10 5.10 m .70 61 62 KEF 2-5 63 EMT 3/4 70.00 9 ^ „9 c 68.17 5.00 c 3.50 64 EMT COURCOMP STEEL 3/4" 9.00 82.06,�, c 7.38 30.00 c 2.70 65 EMT CONN.COMP/IT STEEL 3/4" 2.00 69.15 1.38 14.00 c .28 66 CONDUIT SUPPORTS 3/4" 9.00 1.62 e°^ 14.58 .35 e 3.15 67 3/4 EMT 90 ELBOW 3.00 4.44 e 13.32 .22 e .66 68 GRC/PVC 3/4" 5.00 654.86 c ,132.74 6.50 c .33 69 GRC/PVC COUP 3/4" 2.00 743.64 c I4^^'�„ 7 .00 c .00 70 SEALTIGHT 3/4" 6.00 253.45 c 15.2"'1„„„ 8.00 c .48 71 SEALTIGHT CONN 3/4" 2.00 615.34 c 12.31 "^ .15 e .30 72 WIRE#12 CU STRANDED 306.00 145.82 m 44.62 5.91,0 m 1.81 73 WIRE#12 CU STRANDED 102.00 145.82 m 14.87 5.90^ m .60 74 1/8" PULL LINE 102.00 7.99 m .81 5.10 fl, 52 75 76 MAU 2-1 CONDENSER#1 77 EMT 3/4 35.00 97.39 c 34.09 5.00 c 1.75 Total for section: PANEL LCK2 CONDUIT/CONDUCTOR REVISED ADD $3,993.14 144:?,0 3021 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Material Labor # Description Qty Unit Price UOM Ext Price Hours UOM Ext Hours 78 EMT COURCOMP STEEL 3/4" 6.00 82.00 c 4.92 30.00 c 1.80 79 EMT CONN.COMP/IT STEEL 3/4" 2.00 69.15 c 1.38 14.00 c .28 ^,;30 CONDUIT SUPPORTS 3/4" 5.00 1.62 e 8.10 .35 e 1.75 8°1,,,,3/4 EMT 90 ELBOW 3.00 4.44 e 13.32 .22 e .66 82 6RC/PVC 3/4" 5.00 654.86 c 32.74 6.50 c 33 83 GR' /PVC COUP 3/4" 2.00 743.64 c 14.87 .00 c .00 84 SEAI FIGHT 3/4" 6.00 253.45 c 15.21 8.00 c .48 85 SEALTiQ,HT CONN 3/4" 2.00 615.34 c 12.31 .15 e .30 86 10 THHN U,U STRANDED 201.00 222.88 m 44.80 7.70 m 1.55 87 10 THHN Cif`'^,,$,,,TRANDED 67.00 222.88 m 14.93 7.70 m .52 88 1/8" PULL LINE,,, 67.00 7.99 m .54 5.10 m .34 89 90 MAU 2-1 CONDENR#2 91 EMT 3/4 40.00 97.39 c 38.96 5.00 c 2.00 92 EMT COURCOMP STEEL,,,,,3/4" 6.00 82.00 c 4.92 30.00 c 1.80 93 EMT CONN.COMP/IT STEh�3/4" 2.00 69.15 c 1.38 14.00 c .28 94 CONDUIT SUPPORTS 3/4" 5.00 1.62 e 8.10 .35 e 1.75 95 3/4 EMT 90 ELBOW 3.00 4.44 e 13.32 .22 e .66 96 GRC/PVC 3/4" 5.00 654.86 c 32.74 6.50 c .33 97 GRC/PVC COUP 3/4" 2.00 743.64 c 14.87 .00 c .00 98 SEALTIGHT 3/4" 6.00 253.45 c 15.21 8.00 c .48 99 SEALTIGHT CONN 3/4" P III Ca I°" , 2.00 615.34 c 12.31 .15 e .30 100 WIRE#12 CU STRANDED 216.00 145.82 m 31.50 5.90 m 1.27 101 WIRE#12 CU STRANDED 72.00 145.82 m 10.50 5.90 m .42 102 1/8" PULL LINE 7^ .00 7.99 m .58 5.10 m .37 103 104 MAU 2-1 FAN 105 EMT 3/4 45.00 97.39 c 43.83 5.00 c 2.25 106 EMT COURCOMP STEEL 3/4" 7.00 87.00 c 5.74 30.00 c 2.10 107 EMT CONN.COMP/IT STEEL 3/4" 2.00 69""^111,,5 c 1.38 14.00 c .28 108 CONDUIT SUPPORTS 3/4" 6.00 1.62`, e 9.72 .35 e 2.10 109 3/4 EMT 90 ELBOW 3.00 4.44 c„ 13.32 .22 e .66 110 GRC/PVC 3/4" 5.00 654.86 c "^^����„ 32.74 6.50 c .33 111 GRC/PVC COUP 3/4" 2.00 743.64 c 14.87 .00 c .00 112 SEALTIGHT 3/4" 6.00 253.45 c "1,,5.21 8.00 c .48 113 SEALTIGHT CONN 3/4" 2.00 615.34 c 12^� 1 .15 e .30 114 WIRE#12 CU STRANDED 231.00 145.82 m 33.68„ 5.90 m 1.36 115 WIRE#12 CU STRANDED 77.00 145.82 m 11.23 """'S;90 m .45 116 1/8" PULL LINE 77.00 7.99 m .62 5."Y m 39 117 118 ADDED RECEPTACLE LCK2-33 119 EMT 3/4 95.00 97.39 c 92.52 5.00 c 4.75 Total for section: PANEL LCK2 CONDUIT/CONDUCTOR $3,993.14 ��l,44.20 REVISED ADD 3022 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Material Labor # Description Qty Unit Price UOM Ext Price Hours UOM Ext Hours 126,,,EMT COUP.COMP STEEL 3/4" 12.00 82.00 c 9.84 30.00 c 3.60 121 CONN.COMP/IT STEEL 3/4" 2.00 69.15 c 1.38 14.00 c .28 122 C&DUIT SUPPORTS 3/4" 12.00 1.62 e 19.44 .35 e 4.20 123 3/4 ET 90 ELBOW 3.00 4.44 e 13.32 .22 e .66 124 GRC/PVC 3/4" 5.00 654.86 c 32.74 6.50 c 33 125 GRC/PVC""COUP 3/4" 2.00 743.64 c 14.87 .00 c .00 126 SEALTIGHT^-/4" 6.00 253.45 c 15.21 8.00 c .48 127 SEALTIGHT C ,„ITN 3/4" 2.00 615.34 c 12.31 .15 e .30 128 WIRE#12 CU STANDED 254.00 145.82 m 37.04 5.90 m 1.50 129 WIRE#12 CU STRANDED 127.00 145.82 m 18.52 5.90 m .75 130 1/8" PULL LINE 127.00 7.99 m 1.01 5.10 m .65 131 ---------- Total for section: PANEL LCK2 C^ NDUIT/CONDUCTOR 53,993.14 144.20 REVISED ADD "^, 3023 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Take-Off for Estimate: 'KWIA RF1#184 CONCESSION CHANGES CHARGES, : PANEL LCK4 CONDUIT/CONDUCTOR REVISED ADD Line # Description Qty 1 RTU 2-6 2 EMT 3/4 30.00 3 EMT COURCOMP STEEL 3/4" 5.00 4 EMT CONN.COMP/IT STEEL 3/4" 2.00 5 CONDUIT SUPPORTS 3/4" 4.00 6 3/4 EMT 90 ELBOW 3.00 7 GRC/PVC 3/4" 5.00 8 GRC/PVC COUP 3/4" 2.00 9 SEALTIGHT 3/4" 6.00 10 SEALTIGHT CONN 3/4" 2.00 11 8 THHN CU STRANDED 186.00 12 10 THHN CU GROUND 62.00 13 1/8" PULL LINE 62.00 14 15 RTU 2-7 16 EMT 1 85.00 17 EMT COURCOMP STEEL 1" 11.00 18 EMT CONN.COMP/IT STEEL V 2.00 ................................................................................................................. 19 CONDUIT SUPPORTS V sj:l e :UdY13b:gUil r1t p Elgil :w 11.00 20 1 EMT 90 ELBOW for comirinents 3.00 21 GRC/PVC 1" 5.00 22 GRC/PVC COUP 1" 2.00 23 SEALTIGHT 1" 6.00 24 SEALTIGHT CONN V See comments other 2.00 25 4 THHN CU STRANDED pages 351.00 26 8 THHN CU STRANDED 117.00 27 1/8" PULL LINE 117.00 28 ---------- 29 MUA 2-3 CONDENSER#1 30 EMT 3/4 70.00 31 EMT COURCOMP STEEL 3/4" 9.00 32 EMT CONN.COMP/IT STEEL 3/4" 2.00 33 CONDUIT SUPPORTS 3/4" 9.00 34 3/4 EMT 90 ELBOW 3.00 35 GRC/PVC 3/4" 5.00 36 GRC/PVC COUP 3/4" 2.00 37 SEALTIGHT 3/4" 6.00 38 SEALTIGHT CONN 3/4" 2.00 39 WIRE#12 CU SOLID 306.00 40 WIRE#12 CU GROUND 102.00 41 1/8" PULL LINE 102.00 42 ---------- Totals Material $2,445.07 Labor 120.76 3024 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Line # Description Qty 43 MUA 2-3 CONDENSER#2 44 EMT 3/4 70.00 45 EMT COURCOMP STEEL 3/4" 9.00 46 EMT CONN.COMP/IT STEEL 3/4" 2.00 47 CONDUIT SUPPORTS 3/4" 9.00 48 3/4 EMT 90 ELBOW 3.00 49 GRC/PVC 3/4" 5.00 50 GRC/PVC COUP 3/4" 2.00 51 SEALTIGHT 3/4" 6.00 52 SEALTIGHT 3/4" 2.00 53 10 THHN CU SOLID 306.00 54 10 THHN CU GROUND 102.00 55 1/8" PULL LINE 102.00 56 ---------- 57 MUA 2-3 FAN 58 EMT 3/4 70.00 59 EMT COURCOMP STEEL 3/4" 9.00 60 EMT CONN.COMP/IT STEEL 3/4" 2.00 61 CONDUIT SUPPORTS 3/4" 9.00 62 3/4 EMT 90 ELBOW 3.00 63 GRC/PVC 3/4" 5.00 64 GRC/PVC COUP 3/4" 2.00 ................................................................................................................. 65 SEALTIGHT 3/4" Se:::� ,SdD�Sequ.,ie0 pages 6.00 66 SEALTIGHT CONN 3/4" for ic'omn,ails 2.00 67 WIRE#12 CU SOLID 306.00 68 WIRE#12 CU GROUND 102.00 69 1/8" PULL LINE See comments other 102.00 70 ---------- pages 71 KEF 2-7 72 EMT 3/4 55.00 73 EMT COURCOMP STEEL 3/4" 8.00 74 EMT CONN.COMP/IT STEEL 3/4" 2.00 75 CONDUIT SUPPORTS 3/4" 7.00 76 3/4 EMT 90 ELBOW 3.00 77 GRC/PVC 3/4" 5.00 78 GRC/PVC COUP 3/4" 2.00 79 SEALTIGHT 3/4" 6.00 80 SEALTIGHT CONN 3/4" 2.00 81 WIRE#12 CU SOLID 261.00 82 WIRE#12 CU GROUND 87.00 83 1/8" PULL LINE 87.00 84 ---------- 85 KEF 2-8 86 EMT 3/4 90.00 Totals Material $2,445.07 Labor 120.76 3025 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Line # Description Qty 87 EMT COURCOMP STEEL 3/4" 11.00 88 EMT CONN.COMP/IT STEEL 3/4" 2.00 89 CONDUIT SUPPORTS 3/4" 12.00 90 3/4 EMT 90 ELBOW 3.00 91 GRC/PVC 3/4" 5.00 92 GRC/PVC COUP 3/4" 2.00 93 SEALTIGHT 3/4" 6.00 94 SEALTIGHT CONN 3/4" 2.00 95 WIRE 412 CU SOLID 366.00 96 WIRE#12 CU GROUND 122.00 97 1/8" PULL LINE See Ipaige '' 122.00 98 ---------- for Con nent 99 RECEPTACLES LCK4 - 31 100 EMT 3/4 100.00 101 EMT COURCOMP STEEL 3/4" See comments other 9.00 102 EMT CONN.COMP/IT STEEL 3/4" pages 2.00 103 CONDUIT SUPPORTS 3/4" 13.00 104 GRC/PVC 3/4" 5.00 105 GRC/PVC COUP 3/4" 2.00 106 SEALTIGHT 3/4" 6.00 107 SEALTIGHT CONN 3/4" 2.00 108 10 THHN CU SOLID 264.00 109 10 THHN CU GROUND 132.00 110 1/8" PULL LINE 132.00 III ---------- 112 ---------- Totals Material $2,445.07 Labor 120.76 3026 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 I�.Ed.�t". ......Move/Co.py.... .....Preview.... u .......................UV.......................................................................................................... See comments other Take-off for: PANEL LCK4 CONDUIT/C ... • Full View pages • Customer View ..................................................................................................... I Ant nnnsisten��„vpt4� I:,rinr Re„ .ap..... .....Back ...T°....Estimate............. ,.�.,ed for cP i..i.il�s Close this window El Mater:.al Labor # Description Qty Unit Price UOM Ext Price Hours UOM Ext Hours 1 RTU 2-6 2 EMT 3/4 30.00 97.39 c 29.22 5.00 c 1.50 3 EMT COURCOMP STEEL 3/4" 5.00 82.00 c 4.10 30.00 c 1.50 4 EMT CONN.COMP/IT STEEL 3/4" 2.00 69.15 c 1.38 14.00 c .28 5 CONDUIT SUPPORTS 3/4" 4.00 1.62 e 6.48 .35 e 1.40 6 3/4 EMT 90 ELBOW 3.00 4.44 e 13.32 .22 e .66 7 GRC/PVC 3/4" 5.00 654.86 c 32.74 6.50 c 33 8 GRC/PVC COUP 3/4" 2.00 743.64 c 14.87 .00 c .00 9 SEALTIGHT 3/4" 6.00 253.45 c " 15.21 8.00 c .48 10 SEALTIGHT CONN 3/4" 2.00 615.34 c 12.31 .15 e .30 11 8 TH14N CU STRANDED 186.00 415.84 m 77.35 8.50 in 1.58 12 10 THHN CU GROUND 62.00 222.88 rn 13.82 7.70 in .48 13 1/8" PULL LINE 62.00 P 7.99 in .50 5.10 in .32 14 15 RTU 2-7 16 EMT 1 85.00 166.41 c 141.45 5.50 c 4.68 17 EMT COUP.COMP STEEL 1" 11.00 126.02 c 13.86 35.00 c 3.85 18 EMT CONN.COMP/IT STEEL 1" 2.00 125.26 c 2.51 16.00 c .32 19 CONDUIT SUPPORTS 1" 11.00 1.62 e 17.82 .40 e 4.40 20 1 EMT 90 ELBOW 3.00 6.83 e 20.49 .25 e .75 21 GRC/PVC 1" 5.00 908.28 c 45.41 8.00 c .40 22 GRC/PVC COUP 1" 2.001,068.11 c 21.36 .00 c .00 23 SEALTIGHT V 6.00 494.64 c 29.68 12.00 c .72 24 SEALTIGHT CONN V 2.00 528.83 c 10.58 .20 e .40 25 4 THHN CU STRANDED 351.00 978.90 m 343.59 11.90 in 4.18 26 8 TH14N CU STRANDED 117.00 415.84 m 48.65 8.50 in .99 27 1/8" PULL LINE 117.00 7.99 in .93 5.10 in .60 28 ---------- 29 MUA 2-3 CONDENSER#1 30 EMT 3/4 70.00 97.39 c 68.17 5.00 c 3.50 31 EMT COURCOMP STEEL 3/4" 9.00 82.00 c 7.38 30.00 c 2.70 32 EMT CONN.COMP/IT STEEL 3/4" 2.00 69.15 c 1.38 14.00 c .28 33 CONDUIT SUPPORTS 3/4" 9.00 1.62 e 14.58 .35 e 3.15 34 3/4 EMT 90 ELBOW 3.00 4.44 e 13.32 .22 e .66 35 GRC/PVC 3/4" 5.00 654.86 c 32.74 6.50 c 33 Total for section: PANEL LCK4 CONDUIT/CONDUCTOR 445.07 120.76 REVISED ADD ' 3027 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 sistiP lit$Vifith price Material Labor # Description Qty Unit P ice U M Ext Price Hours UOM Ext Hours 36 GRC/PVC COUP 3/4" 2.00 743.64 c 14.87 .00 c .00 37 SEALTIGHT 3/4" 6.00 w 253.45 c 15.21 8.00 c .48 38 SEALTIGHT CONN 3/4 2.00 615.34 c 12.31 .15 e .30 39 WIRE#12 CU SOLID 306.00 145.82 m 44.62 5.90 m 1.81 40 WIRE#12 CU .00 145.82 in 14.87 5.90 m .60 41 1/8" PULL LIN See comments other .00 7.99 m .81 5.10 m .52 42 ---------- pages 43 MUA 2-3 CONDENSER#2 44 EMT 3/4 70.00 97.39 c 68.17 5.00 c 3.50 45 EMT COURCOMP STEEL 3/4" 9.00 82.00 c 7.38 30.00 c 2.70 46 EMT CONN.COMP/IT STEEL 3/4" 2.00 69.15 c 1.38 14.00 c .28 47 CONDUIT SUPPORTS 3/4" 9.00 1.62 e 14.58 .35 e 3.15 48 3/4 EMT 90 ELBOW 3.00 4.44 e 13.32 .22 e .66 49 GRC/PVC 3/4" 5.00 654.86 c 32.74 6.50 c .33 50 GRC/PVC COUP 3/4" 2.00 743.64 c 14.87 .00 c .00 51 SEALTIGHT 3/4" 6.00 253.45 c 15.21 8.00 c .48 52 SEALTIGHT 3/4" 2.00 253.45 c 5.07 8.00 c .16 53 10 THHN CU SOLID 306.00 222.88 m 68.20 7.70 m 2.36 54 10 THHN CU GROUND 102.00 222.88 m 22.73 7.70 m .79 55 1/8" PULL LINE 102.00 7.99 m .81 5.10 m .52 56 ---------- 57 MUA 2-3 FAN 58 EMT 3/4 70.00 97.39 c 68.17 5.00 c 3.50 59 EMT COURCOMP STEEL 3/4" 9.00 82.00 c 7.38 30.00 c 2.70 60 EMT CONN.COMP/IT STEEL 3/4" 2.00 69.1.5 c 1.38 14.00 c .28 61 CONDUIT SUPPORTS 3/4" 9.00 1.62 e 14.58 .35 e 3.15 62 3/4 EMT 90 ELBOW 3.00 4.44 e 13.32 .22 e .66 63 GRC/PVC 3/4" 5.00 654.86 c 32.74 6.50 c .33 64 GRC/PVC COUP 3/4" 2.00 743.64 c 14.87 .00 c .00 65 SEALTIGHT 3/4" 6.00 253.45 c 15.21 8.00 c .48 66 SEALTIGHT CONN 3/4" 2.00 615.34 c 12.31 .15 e .30 67 WIRE#12 CU SOLID 306.00 145.82 m 44.62 5.90 m 1.81 68 WIRE#12 CU GROUND 102.00 145.82 in 14.87 5.90 m .60 69 1/8" PULL LINE 102.00 7.99 m .81 5.10 m .52 70 ---------- 71 KEF 2-7 72 EMT 3/4 55.00 97.39 c 53.56 5.00 c 2.75 73 EMT COURCOMP STEEL 3/4" 8.00 82.00 c 6.56 30.00 c 2.40 74 EMT CONN.COMP/IT STEEL 3/4" 2.00 69.15 c 1.38 14.00 c .28 75 CONDUIT SUPPORTS 3/4" 7.00 1.62 e 11.34 .35 e 2.45 76 3/4 EMT 90 ELBOW 3.00 4.44 e 13.32 .22 e .66 77 GRC/PVC 3/4" 5.00 654.86 c 32.74 6.50 c .33 Total for section: PANEL LCK4 CONDUIT/CONDUCTOR .. .. ,445.07 120.76 REVISED ADD 3028 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Cep ::..�....�..... .'.....�,... ...�.".�..................................... „„„„„ Labor # Description Qt nit Price UOM xt Price Hours UOM Ext Hours 78 GRC/PVC COUP 3/4" 2.00 743.64 c 14.87 .00 c .00 79 SEALTIGHT 3/4" 6.00 253.45 c 15.21 8.00 c .48 80 SEALTIGHT CONN 3/4" 2.00 . 615.34 c 12.31 .15 e .30 81 WIRE#12 CU SOLID 261.00 145.82 m 38.06 5.90 m 1.54 82 WIRE#12 CU GROUND 87.00 145.82 m 12.69 5.90 m .51 83 1/8" PULL LINE 87.00 7.99 m .70 5.10 m .44 84 ---------- See comments other 85 KEF 2-8 Pages 86 EMT 3/4 90.00 97.39 c 87.65 5.00 c 4.50 87 EMT COURCOMP STEEL 3/4" 11.00 82.00 c 9.02 30.00 c 3.30 88 EMT CONN.COMP/IT STEEL 3/4" 2.00 69.15 c 1.38 14.00 c .28 89 CONDUIT SUPPORTS 3/4" 12.00 1.62 e 19.44 .35 e 4.20 90 3/4 EMT 90 ELBOW 3.00 4.44 e 13.32 .22 e .66 91 GRC/PVC 3/4" 5.00 654.86 c 32.74 6.50 c .33 92 GRC/PVC COUP 3/4" 2.00 743.64 c 14.87 .00 c .00 93 SEALTIGHT 3/4" 6.00 253.45 c 15.21 8.00 c .48 94 SEALTIGHT CONN 3/4" 2.00 615.34 c 12.31 .15 e .30 95 WIRE#12 CU SOLID 366.00 145.82 m 53.37 5.90 m 2.16 96 WIRE#12 CU GROUND 122.00 145.82 m 17.79 5.90 m .72 97 1/8" PULL LINE 122.00 7.99 m .97 5.10 m .62 98 ---------- 99 RECEPTACLES LCK4 - 31 100 EMT 3/4 100.00 97.39 c 97.39 5.00 c 5.00 101 EMT COURCOMP STEEL 3/4" 9.00 . 82.00 c 7.38 30.00 c 2.70 102 EMT CONN.COMP/IT STEEL 3/4" 2.00 69.15 c 1.38 14.00 c .28 103 CONDUIT SUPPORTS 3/4" 13.00 1.62 e 21.06 .35 e 4.55 104 GRC/PVC 3/4" 5.00 654.86 c 32.74 6.50 c .33 105 GRC/PVC COUP 3/4" 2.00 743.64 c 14.87 .00 c .00 106 SEALTIGHT 3/4" 6.00 253.45 c 15.21 8.00 c .48 107 SEALTIGHT CONN 3/4" 2.00 615.34 c 12.31 .15 e .30 108 10 THHN CU SOLID 264.00 222.88 m 58.84 7.70 m 2.03 109 10 THHN CU GROUND 132.00 222.88 m 29.42 7.70 m 1.02 110 1/8" PULL LINE 132.00 7.99 m 1.05 5.10 m .67 111 ---------- 112 ---------- Total for section: PANEL LCK4 CONDUIT/CONDUCTOR 52,445.07 120.76 REVISED ADD 3029 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Take-Off for Estimate: 'KWIA RF1#184 CONCESSION CHANGES CHARGES, : PANEL LCK5 CONDUIT/CONDUCTOR REVISED ADD Line # Description Qty 1 RTU 2-4 2 EMT 3/4 75.00 3 EMT COURCOMP STEEL 3/4" 10.00 4 EMT CONN.COMP/IT STEEL 3/4" 2.00 5 CONDUIT SUPPORTS 3/4" 10.00 6 3/4 EMT 90 ELBOW 3.00 7 GRC/PVC 3/4" 5.00 8 GRC/PVC COUP 3/4" 2.00 9 SEALTIGHT 3/4" 6.00 10 SEALTIGHT CONN 3/4" 2.00 11 8 THHN CU STRANDED 321.00 12 10 THHN CU GROUND See comments other 107.00 13 1/8" PULL LINE pages 107.00 14 ---------- 15 RTU 2-5 16 EMT 1 ............................................................................""".......... 50.00 1 .sl.,i :I.,u :u G 17 EMT COURCOMP STEEL 1 I 7.00 18 EMT CONN.COMP/IT STEEL 1" �..:..... ...... ..:....''............................................... 2.00 19 CONDUIT SUPPORTS 1" 7.00 20 1 EMT 90 ELBOW 3.00 21 GRC/PVC 1" 5.00 22 GRC/PVC COUP 1" 2.00 23 SEALTIGHT 1" 6.00 24 SEALTIGHT CONN V 2.00 25 4 THHN CU STRANDED 246.00 26 8 THHN CU STRANDED 82.00 27 1/8" PULL LINE 82.00 28 29 MUA 2-2 CONDENSER 30 EMT 3/4 45.00 31 EMT COURCOMP STEEL 3/4" 7.00 32 EMT CONN.COMP/IT STEEL 3/4" 2.00 33 CONDUIT SUPPORTS 3/4" 6.00 34 3/4 EMT 90 ELBOW 3.00 35 GRC/PVC 3/4" 5.00 36 GRC/PVC COUP 3/4" 2.00 37 SEALTIGHT 3/4" 6.00 38 SEALTIGHT CONN 3/4" 2.00 39 WIRE#12 CU SOLID 154.00 40 WIRE#12 CU GROUND 77.00 41 1/8" PULL LINE 77.00 42 ---------- Totals Material $1,728.78 Labor 83.25 3030 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Line # Description Qty 43 MUA 2-2 FAN 44 EMT 3/4 45.00 45 EMT COURCOMP STEEL 3/4" 7.00 46 EMT CONN.COMP/IT STEEL 3/4" 2.00 47 CONDUIT SUPPORTS 3/4" 6.00 48 3/4 EMT 90 ELBOW 3.00 49 GRC/PVC 3/4" 5.00 50 GRC/PVC COUP 3/4" 2.00 51 SEALTIGHT 3/4" 6.00 52 SEALTIGHT CONN 3/4" 2.00 53 WIRE#12 CU SOLID 231.00 54 WIRE#12 CU GROUND 77.00 55 1/8" PULL LINE 77.00 56 ---------- See comments other 57 KEF 2-6 pages 58 EMT 3/4 35.00 59 EMT COURCOMP STEEL 3/4" 6.00 60 EMT CONN.COMP/IT STEEL 3/4" ............................................................................""................................. 2.00 61 CONDUIT SUPPORTS 3/4" See su�U"' �"'�q u�`����������!page" 5.00 62 3/4 EMT 90 ELBOW for coma° "nts 3.00 63 GRC/PVC 3/4" 5.00 64 GRC/PVC COUP 3/4" 2.00 65 SEALTIGHT 3/4" 6.00 66 SEALTIGHT CONN 3/4" 2.00 67 WIRE#12 CU SOLID 201.00 68 WIRE#12 CU GROUND 67.00 69 1/8" PULL LINE 67.00 70 ---------- 71 RECEPTACLE LCK5 - 17 72 EMT 3/4 125.00 73 EMT COURCOMP STEEL 3/4" 15.00 74 EMT CONN.COMP/IT STEEL 3/4" 2.00 75 CONDUIT SUPPORTS 3/4" 16.00 76 3/4 EMT 90 ELBOW 3.00 77 GRC/PVC 3/4" 5.00 78 GRC/PVC COUP 3/4" 2.00 79 SEALTIGHT 3/4" 6.00 80 SEALTIGHT CONN 3/4" 2.00 81 WIRE#12 CU SOLID 314.00 82 WIRE#12 CU GROUND 157.00 83 1/8" PULL LINE 157.00 84 ---------- 85 ---------- Totals Material $1,728.78 Labor 83.25 3031 Docusign Envelope ID:9A3EDEEI-5560-49B8-9C26-748170387FD0 �sN:im;�::, Df biraii idi drcu�t a�qj_)'Bcai�S k�ii L��e �111110011 S�S[11.::W[r,vd ii fl u::, ove/6 UV Preview ,)&idb(�!, url Is stiim,�m is::,Iaflve W Take-off for: PANT 2 11 See II 13 1 AB t flie Full View en�l fbr ai,i oid,eday 1),BtWie&� Customer View See comments other Danefl�m,:Jirl� cil.'afloin �:Jind fl,ie IrrmofbDp i� pages Back To Es Close this window El Material Labor y 11 .."Y",Illy y I'l-Y,Y 441tA rs I RTU 2-4 2 EMT 3/4 75.00 97.39 c 73.04 5.00 c 3 5 0 4 EMT CONN.COMP/IT STEEL 3/4" 2.00 69.15 c 1.38 14.00 c .28 5 CONDUIT SUPPORTS 3/4" 10.00 1.62 e 16.20 .35 e 3.50 6 3/4 EMT 90 ELBOW 3.00 4.44 e 13.32 .22 e .66 7 GRC/PVC 3/4" 5.00 654.86 c 32.74 6.50 c 33 8 GRC/PVC COUP 3/4" 2.00 743.64 c 14.87 .00 c .00 9 SEALTIGHT 3/4" 6.00 253.45 c 15.21 8.00 c .48 10 SEALTIGHT CONN 3/4" 2.00 615.34 c 12.31 .15 e .30 11 8 THHN CU STRANDED 321.00 415.84 in 133.48 8.50 in 2.73 12 10 THHN CU GROUND 107.00 222.88 in 23.85 7.70 in .82 13 1/8" PULL LINE in7nn 7.99 rn .85 5.10 rn .55 14 ---------- See comments other 15 RTU 2-5 pages 16 EMT 1 50.00 166.41 c 83.21 5.50 c 2.75 17 EMT COUP.COMP STEEL V 7.00 126.02 c 8.82 35.00 c 2.45 18 EMT CONN.COMP/IT STEEL V 2.00 125.26 c 2.51 16.00 c .32 19 CONDUIT SUPPORTS 1" 7.00 1.62 e 11.34 .40 e 2.80 .............................................................................................................................................................................................................................................................................................................................................................................................20 1 EMT 90 EL IDuurU111111 Ew, Of brai ich drcOl a ui.:::iai~s W ),:, 3.00 6.83 e 20.49 .25 e .75 u 21 GRC/PVC V uii cr.msJsLeii L v0th Tii.::w If)ai,ii.::dboaird 5.00 908.28 c 45.41 8.00 c .40 22 GRC/PVC CC ��S SN�!IWTI IdE�U'1111B IC!, MLIA �:!I. 2.00 1,068.11 c 21.36 .00 c .00 [E����131ABC z)t flie erd fiar auraic)v,eday 23 SEALTIGHT )IBbAi(eeri pairiiefl xcaird Ikm iiueific)rr arriil ffie 6.00 494.64 c 29.68 12.00 c .72 24 SEALTIGHT � r0dbD iqiflpm :mt, 2.00 528.83 c 10.58 .20 e .40 .............................................................. ....................................................................................................................................................25 4 THHN CU STRANDED. 246.00 978.90 in 240.81 11.90 in 2.93 26 8 THHN CU STRANDED 82.00 415.84 in 34.10 8.50 in .70 27 1/8" PULL LINE 82.00 7.99 rn .66 5.10 in .42 ;k,yly''lylllrllrly''y-Y",Y-le-lrly-y-y-elry"ly-lr,y""Irlv",l?",Y',Y-Y"yNr"v-yy'"'rlv-"Y-Y.gym lr"(,N"Y,Y,yy'Y-Y'Y"Y''N-N-N-Y-Y-'f-Y'C-YN-"r"Y-"C-Y-V-Y"Y-rN"",CN�""Y"V"N,N'-*V"'Y'', 29 MUA 2-2 CONDENSER 30 EMT 3/4 45.00 97.39 c 43.83 5.00 c 2.25 32 EMT CONN.COMP/IT STEEL 3/4" 2.00 69.15 c 1.38 14.00 c .28 33 CONDUIT SUPPORTS 3/4" 6.00 1.62 e 9.72 .35 e 2.10 34 3/4 EMT 90 ELBOW 3.00 4.44 e 13.32 .22 e .66 35 GRC/PVC 3/4" 5.00 654.86 c 32.74 6.50 c 33 Total for section: PANEL LCK5 CONDUIT/CONDUCTOR $1,728.78 83.25 REVISED ADD 3032 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 ................................................................................................................................................................................................ aus&m ace Of II-r,auad ii di ca.Oi ,appi.::,alm Niti u I"e Material Labor \"R UA lia;par u,rr II , , flu 1, lr": # Description 1°°' `1111S" t"B: at r�r°\1' ar" i Ita U1 1" °1' Qty Unit Price UOM Ext Price Hours UOM Ext Hours 's �;hI,IMA111 ��� " 36 GRC/PVC COS II °tl'3 1 at fka�a ,nd fic)r eu 11 DV1.:::1day 2.00 743.64 c 14.87 .00 c .00 37 SEALTIGHT 3 be'h,aaa' en Ih:aaradbiD aril Il �ica�ull,M fall"11�1 \4ae 6.00 .48 38 SEALTIGHT C rriiiiftiiq ti "�:Ja,il111rralarnt° 2 00 re comments other .30 39 WIRE #12 CU.SOLD.....................................................................................................................................................54.00 ges 91 40 WIRE #12 CU GROUND 77.00 145.82 m 11.23 5.90 m .45 41 1/8" PULL LINE 77.00 7.99 m .62 5.10 m .39 E43 MUA 2-2 FAN 44 EMT 3/4 45.00 97.39 c 43.83 5.00 c 2.25 46 EMT CONN.COMP/IT STEEL 3/4" 2.00 69.15 c 1.38 14.00 c .28 47 CONDUIT SUPPORTS 3/4" 6.00 1.62 e 9.72 .35 e 2.10 48 3/4 EMT 90 ELBOW W........................................................................................................................................................................3 00 4.44 e 13.32 .22 e .66 49 GRC/PVC 3/4" sl aaa e Of brrau°ai h drUdi Eu if H u s tilo, be 00 654.86 c 32.74 6.50 c .33 Iii ii;r il,nsusL ii \L v ffii aaa I re d116a Ilia lla wbo alyd 50 GRC/PVC COUI uS�S�I I uaAR IIII II i Naafi rl a io II<0'� 5 Sileae 00 743.64 c 14.87 .00 c .00 51 SEALTIGHT 3/4 II 1131 ABC �afl di i,m ea iM W ri''„�It iv a i ,,i wdh ay 00 .48 bieah , ea a ll pa aual � rl,aliu� IIoc fnc,aa and flit See comments other 52 SEALTIGHT CO Ir0 101 �r�l"�ualll�llaa�:aa.1 00 pages .30 53 WIRE #12 CU S( .T:M................................................................................................................................................°°°2.a..1..00 1.36 54 WIRE #12 CU GROUND 77.00 145.82 m 11.23 5.90 m .45 55 1/8" PULL LINE 77.00 7.99 m .62 5.10 m .39 57 KEF 2-6 58 EMT 3/4 35.00 97.39 c 34.09 5.00 c 1.75 60 EMT CONN.COMP/IT STEEL 3/4" 2.00 69.15 c 1.38 14.00 c .28 61 CONDUIT SU.P.P.O.P.1S....3./.4.'.'...........................................................................................................................I 5.00 1.62 e 8.10 .35 e 1.75 62 3/4 EMT 90 El Distance M i:��Iilf I u a" u " a"`t rah D11a"gar"r dial Il ��������� 3.00 4.44 e 13.32 .22 e .66 ul"IPa1 Pn r V�Q\AfI��I N�h,p10 ��1 Ir ryll"4 �"��IYp1';"I�b oa�ri°l 63 GRC/PVC 3/4' e. e 5.00 .33 64 GRC/PVC CO II )°tl:33I ra4 d ie:a ficw aua aa�i",,1d ay 2.00 See comments other 00 65 SEALTIGHT �\AiV I rl pb'Dw ilrW _c bo and U e 6.00 pages 48dl -u rqadI�areaq. 66 SEALTIGHT 2.00 615.34 c 12.31 .15 e .30 67 WIRE #12 CU SOLID 201.00 145.82 m 29.31 5.90 m 1.19 68 WIRE #12 CU GROUND 67.00 145.82 m 9.77 5.90 m .40 69 1/8" PULL LINE 67.00 7.99 m .54 5.10 m .34 71 RECEPTACLE LCK5 - 17 72 EMT 3/4 125.00 97.39 c 121.74 5.00 c 6.25 74 EMT CONN.COMP/IT STEEL 3/4" 2.00 69.15 c 1.38 14.00 c .28 75 CONDUIT SUPPORTS 3/4" 16.00 1.62 e 25.92 .35 e 5.60 76 3/4 EMT 90 ELBOW 3.00 4.44 e 13.32 .22 e .66 77 GRC/PVC 3/4" 5.00 654.86 c 32.74 6.50 c .33 Total for section: PANEL LCK5 CONDUIT/CONDUCTOR $1,728.78 83.25 REVISED ADD 3033 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FDO Material Labor # Description Qty Unit Price UOM Ext Price Hours UOM Ext Hours 78 GRC/PVC COUP 3/4" 2.00 743.64 c 14.87 .00 c .00 79 SEALTIGHT 3/4" 6.00 253.45 c 15.21 8.00 c .48 80 SEALTIGHT CONN 3/4" 2.00 615.34 c 12.31 .15 e .30 81 WIRE #12 CU SOLID 314.00 145.82 in 45.79 5.90 in 1.85 82 WIRE #12 CU GROUND 157.00 145.82 in 22.89 5.90 m .93 83 1/8" PULL LINE 157.00 7.99 in 1.25 5.10 m .80 84 ---------- 85 ---------- Total for section: PANEL LCK5 CONDUIT/CONDUCTOR SI,728.78 83.25 REVISED ADD 3034 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 CREDIT DETAILS. 3035 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 e-Off for Estimate: 'KWIA RFI#184 CONCESSION CHANGES CREDIT, : HCK2 PANEL TO T K2 TRA OMER CREDIT Line # ription Qty 1 GRC/P 170.00 2 GRC/PVC CO 3.00 3 CONDUIT SUPPORT 22.00 4 GRC/PVC 90 ELL 2" 3.00 5 STEEL FLEX 2" & subsil que:w0 pagie^s 6.00 6 RIGID COUP 2" ............"....ilr�.I`.,... ............................................... 1.00 7 24N FLEX CONN 2.00 8 4/0 THHN CU STRANDED 606.00 9 4 THHN CU STRANDED 202.00 10 1/4" PULL ROPE 202.00 11 ---------- 12 ---------- Totals Material $5,622.69 Labor 65.25 See comments other pages Correction made see below 3036 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FDO Edit Move/Copy Preview p Take-off for: HCK2 PANEL TO T K2 T ... Full View • Customer View Recap IIIII�Back To Estimate IIII Close this window Material Labor # Description Qty Unit Price UOM Ext Price Hours UOM Ext Hours 1 GRC/PVC 2" 170.00 1,660.00 c 2,822.00 14.00 c 23.80 2 GRC/PVC COUP 2" 3.00 2,046.31 c 61.39 .20 c .01 3 CONDUIT SUPPORTS 2" 22.00 3.42 e 75.24 .80 e 17.60 4 GRC/PVC 90 ELL 2" 3.00 8,073.66 c 242.21 1.05 e 3.15 5 STEEL FLEX 2" 6.00 375.15 c 22.51 12.00 c .72 6 RIGID COUP 2" 1.00 8.08 e 8.08 .20 e .20 7 2-IN FLEX CONN 2.00 863.99 c 17.28 21.00 c .42 8 4/0 THHN CU STRANDED 606.00 3,596.42 in 2,179.43 26.35 m 15.97 9 4 THHN CU STRANDED 202.00 881.01 in 177.96 11.90 m 2.40 10 1/4" PULL ROPE 202.00 82.14 m 16.59 5.90 m 1.19 11 ---------- 12 ---------- Total for section: HCK2 PANEL TO T K2 TRANSFOMER $5,622.69 65.46 CREDIT 3037 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 E.d. . Move/CopY Preview Take-off for: HCK2 PANEL TO T K2 T ... Full View • Customer View Recap Back To Estimate Close this window Material Labor # cription Qty Unit Price UOM Ext Price Hours UOM Ext Hours 1 GRC/P 170.00 1,660.00 c 2,822.00 14.00 c 23.80 2 GRC/PVC COUP . 3.00 2,046.31 c 61.39 .00 c .00 3 CONDUIT SUPPORTS 2" 22.00 3.42 e 75.24 .80 e 17.60 4 GRC/PVC 90 ELL 2" 3.00 8,073.66 c 242.21 1.05 e 3.15 5 STEEL FLEX 2" 0 375.15 c 22.51 12.00 c . ;.. .. 6 RTGID COUP 2 1.00 8 e 8.08 00 e 0 7 2-IN FLEX CONN 2.00 863.99 c 17.28 21.00 c 42 8 4/0 THHN CU STRANDED 606.00 3,596.42 in 2,179. 3 5 m 15.97 9 4 THHN CU STRANDED 202.00 881.01 in 177.96 11.90 2.40 10 1/4" PULL ROPE 202.00 82.14 in 16.59 5.90 11 ---------- 12 Total for section: HCK2 PANEL TO T-K2 TRANSFOMER CREDIT $5,622.69 65.25 Referd�i c:a:rnr n nd;on dhu� �rud,usnrd....� rvoml claange tab xdd,and ffie ab r hnn..ia as ScauraAuh he inst aH a cua.ihding. See comments other pages 3038 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Take-Off for Estimate: 'KWIA RFI#184 CONCESSION CHANGES CREDIT' : T K2 TRANSFORMER TO LCK2 PANEL CREDIT Line Description Qty 1 FLEX 2" 12.00 2 FLEX 90 C ff ..... . . .... .u.. 4.00 I i„ yue:,n ag::n 2.00 m 3 CONDUIT SUPPORTS 4 2/0 THHN CU STRANDED ........................................................................................................... 208.00 5 2 THHN CU STRANDED 52.00 6 1/8" PULL LINE 52.00 7 ---------- Totals Material $715.65 Labor 9.69 See comments other pages Correction made see below 3039 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FDO EditMove/Copy Preview Take-off for: T K2 TRANSFORMER TO ... Full View • Customer View '[Back To Estimate IIII Close this window Material Labor # Description Qty Unit Price UOM Ext Price Hours UOM Ext Hours 1 STEEL FLEX 2" 12.00 375.15 c 45.02 12.00 c 1.44 2 FLEX 90 CONN 2" 4.00 2,905.93 c 116.24 30.00 c 1.20 3 2/0 THHN CU STRANDED 208.00 2,282.91 in 474.85 21.50 in 4.47 4 2 THHN CU STRANDED 52.00 1,390.89 in 72.33 13.60 in .71 5 1/8" PULL LINE 52.00 7.19 in .37 5.10 m .27 6 ---------- Total for section: T-K2 TRANSFORMER TO LCK2 PANEL $708.81 8.09 CREDIT 3040 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Edit Move/Copy Preview Take-off for: T K2 TRANSFORMER TO ... Full View • Customer View Reca.p... ....Back Close this window Material Labor # Description y nit Price UOM Ext Price Hours UOM Ext Hours 1 STEEL FLEX 2" 12.00 375.15 c 45.02 12.00 c 1.44 2 FLEX 90 CONN 2" 4.00 905.93 c 116.24 30.00 c 1.20 3 CONDUIT SUPPORTS 2" 2.00 3.42 e 6.84 .80 e 1.60 4 2/0 THHN CU STRANDED 208.00 1282.91 m 474.85 21.50 m 4.47 5 2 THHN CU STRANDED 52.00 1,390.89 in 72.33 13.60 in .71 6 1/8" PULL LINE 52.00 7.19 m .37 5.10 in .27 7 Total for section: T-K2 TRANSFORMER TO LCK2 PANEL $715.65 9.69 CREDIT "+ der 9+o coiqmar rds See comments other pages ...................................................................................................................................................................................................................................................................................................................................................................................................... i ................................................................................................................................................................................................................................................................................................................................................................................................................................. ��������� ������� ip,�����it �����IVn L..... I,„��� ��! il����� .��I��i ������� .���I��n p„��' �����IVn ����I�� Ilh,"�i iii was �������,��� iiii � ��������� III �ll III 411"�1 116 ������ iii���°iiu �Il�������� ��������� �����°�� ������ " 0 III I "ll Illh� iiir l l liii iii °ii E11e Ilh ell 3041 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Take-Off for Estimate: 'KWIA RFI#184 CONCESSION CHANGES CREDIT, : PANEL LCKl CONDUIT/CONDUCTOR CREDIT Line Description Qty 1 RTU-13 2 EMT 1 60.00 3 EMT COURCOMP STEEL 1" 8.00 4 EM'T^,CONN.COMP/IT STEEL 111 2.00 5 CONDUIT SUPPORTS 1" 8.00 6 1 EMT 90 hLBOW 3.00 7 GRC/PVC V 5.00 8 1 GALV RIGID C "JPLING 2.00 9 SEALTIGHT 1" \ 6.00 10 SEALTIGHT CONN V 2.00 11 3 THHN CU STRANDED 276.00 12 8 THHN CU STRANDED „ 92.00 13 1/8" PULL LINE 92.00 14 15 RECEPTACLE LCK1 - 26 16 EMT 3/4 60.00 17 EMT COURCOMP STEEL 3/4" „ 8.00 18 EMT CONN.COMP/IT STEEL 3/4" 2.00 19 CONDUIT SUPPORTS 3/4" 8.00 20 3/4 EMT 90 ELBOW 3.00 21 GRC/PVC 3/4" 5.00 22 RIGID COUP 3/4" 2.00 23 SEALTIGHT 3/4" 6.00 24 SEALTIGHT CONN 3/4" 2.00 25 WIRE#12 CU SOLID 184.00 26 WIRE#12 CU GROUND 92.00 27 1/8" PULL LINE 92.00 28 ---------- Totals Material $736.50 Labor 30.44 Correction made see below 3042 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FDO Edit revi Move/Copy Pew pp ............................ .......................................................... .........................................0 Take-off for: PANEL LCK1 CONDUIT/C ... Full View • Customer View Recap Back.To Estimate Close this window Material Labor # Description Qty Unit Price UOM Ext Price Hours UOM Ext Hours 1 RTU-13 2 EMT 1 60.00 149.77 c 89.86 6.33 c 3.80 3 EMT COURCOMP STEEL V 8.00 113.42 c 9.07 35.00 c 2.80 4 EMT CONN.COMP/IT STEEL 1" 2.00 112.73 c 2.25 16.00 c .32 5 CONDUIT SUPPORTS 1" 8.00 1.46 e 11.68 .40 e 3.20 6 1 EMT 90 ELBOW 3.00 6.15 e 18.45 .25 e .75 7 GRC/PVC 1" 5.00 817.28 c 40.86 8.00 c .40 8 1 GALV RIGID COUPLING 2.00 3.49 e 6.98 .20 e .40 9 SEALTIGHT V 6.00 445.18 c 26.71 12.00 c .72 10 SEALTIGHT CONN 1" 2.00 475.95 c 9.52 .20 e .40 11 3 THHN CU STRANDED 276.00 1,111.19 in 306.69 14.50 in 4.00 12 8 THHN CU STRANDED 92.00 374.26 in 34.43 8.50 in .78 13 1/8" PULL LINE 92.00 7.16 in .66 5.10 m .47 14 15 RECEPTACLE LCK1 - 26 16 EMT 3/4 60.00 87.65 c 52.59 5.75 c 3.45 17 EMT COURCOMP STEEL 3/4" 8.00 73.80 c 5.90 30.00 c 2.40 18 EMT CONN.COMP/IT STEEL 3/4" 2.00 62.24 c 1.24 14.00 c .28 19 CONDUIT SUPPORTS 3/4" 8.00 1.46 e 11.68 .35 e 2.80 20 3/4 EMT 90 ELBOW 3.00 3.99 e 11.97 .22 e .66 21 GRC/PVC 3/4" 5.00 589.37 c 29.47 6.50 c .33 22 RIGID COUP 3/4" 2.00 2.42 e 4.84 .20 e .40 23 SEALTIGHT 3/4" 6.00 228.11 c 13.69 8.00 c .48 24 SEALTIGHT CONN 3/4" 2.00 553.81 c 11.08 .15 e .30 25 WIRE #12 CU SOLID 184.00 131.24 in 24.15 5.90 m 1.09 26 WIRE #12 CU GROUND 92.00 131.24 m 12.07 5.90 m .54 27 1/8" PULL LINE 92.00 7.19 in .66 5.10 in .47 28 ---------- Total for section: PANEL LCKI CONDUIT/CONDUCTOR $736.50 31.24 CREDIT 3043 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Edit ( Move opy Preview Take-off for: PANEL LCK1 CONDUIT/C ... Full View • Customer View Recap Back To Estimate `� Close this window Material Labor Description Qty Unit Price UOM Ext Price Hours UOM Ext Hours 1 „ U-13 2 EMS„„ 60.00 149.77 c 89.86 6.33 c 3.80 3 EMT C6vP.COMP STEEL V 8.00 113.42 c 9.07 35.00 c 2.80 4 EMT CONN QOMP/IT STEEL V 2.00 112.73 c 2.25 16.00 c .32 5 CONDUIT S4PQRTS V 8.00 1.46 e 11.68 .40 e 3.20 6 1 EMT 90 ELBOW 3.00 6.15 e 18.45 .25 e .75 7 GRC/PVC 1" 5.00 817.28 c 40.86 8.00 c .40 8 1 GALV RIGID COUPLING 2.00 3.49 e 6.98 .00 e .00 9 SEALTIGHT 1" """"°� 6.00 445.18 c 26.71 12.00 c .72 10 SEALTIGHT CONN 1" 2.00 475.95 c 9.52 .20 e .40 11 3 THHN CU STRANDED `""""°�� 276.00 1,111.19 m 306.69 14.50 in 4.00 12 8 THHN CU STRANDED 92.00 374.26 in 34.43 8.50 in .78 13 1/8" PULL LINE "°�,, 92.00 7.16 in .66 5.10 in .47 14 15 RECEPTACLE LCK1 - 26 16 EMT 3/4 60.00 """"' ,,, 87.65 c 52.59 5.75 c 3.45 17 EMT COURCOMP STEEL 3/4" 8.00 "7,3,80 c 5.90 30.00 c 2.40 18 EMT CONN.COMP/TT STEEL 3/4" 2.00 62.24 c 1.24 14.00 c .28 19 CONDUIT SUPPORTS 3/4" 8.00 1.46 """'No„ 11.68 .35 e 2.80 20 3/4 EMT 90 ELBOW 3.00 3.99 e """°°..�„ 11.97 .22 e .66 21 GRC/PVC 3/4" 5.00 589.37 c 2q,47 6.50 c .33 22 RIGID COUP 3/4" 2.00 2.42 e 4.8°4,,„„ 00 e .00 23 SEALTIGHT 3/4" 6.00 228.11 c 13.69 ""8,�„,00 c 48 24 SEALTIGHT CONN 3/4" 2.00 553.81 c 11.08 .1 "° e .30 25 WIRE #12 CU SOLID 184.00 131.24 m 24.15 5.90 ihN„„ 1.09 26 WIRE #12 CU GROUND 92.00 131.24 m 12.07 5.90 in 54 27 1/8" PULL LINE 92.00 7.19 in .66 5.10 in "° „ .47 28 ---------- Total for section: PANEL LCK1 CONDUIT/CONDUCTOR $736.50 30.44 CREDIT 3044 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 � ake-Off for Estimate: 'KWIA RFI#184 CONCESSION CHANGES CREDIT' : PANEL LCK2 ")NDUIT/CONDUCTOR CREDIT Description Qty 1 RTU- 14 2 EMT 1 75.00 3 EMT COURCOMP STEEL V 10.00 4 EMT CONN.COMP/IT STEEL 1" 2.00 5 CONDUIT SUPPORTS V 10.00 6 1 E1V1^T 90 ELBOW 3.00 7 GRC/P,VC 1" 5.00 8 1 GALV� GID COUPLING 2.00 9 SEALTIGH' „,1" 6.00 10 SEALTIGHT CQ, NN V 2.00 11 3 THHN CU S4ip 321.00 12 8 THHN CU GROUND 107.00 13 1/8" PULL LINE 107.00 14 15 MAU - 1 16 EMT 3/4 65.00 17 EMT COURCOMP STEEL 3/4" °^ 9.00 18 EMT CONN.COMP/IT STEEL 3/4i°^ 2.00 19 CONDUIT SUPPORTS 3/4" 9.00 20 3/4 EMT 90 ELBOW 3.00 21 GRC/PVC 3/4" 5.00 22 RIGID COUP 3/4" 2.00 23 SEALTIGHT 3/4" 6.00 24 SEALTIGHT CONN 3/4" 2.00 25 WIRE#12 CU SOLID 291.00 26 WIRE#12 CU GROUND 97.00 27 1/8" PULL LINE 97.00 28 ---------- 29 F - 5 30 EMT 3/4 50.00 31 EMT COURCOMP STEEL 3/4" 7.00 32 EMT CONN.COMP/IT STEEL 3/4" 2.00 33 CONDUIT SUPPORTS 3/4" 7.00 34 3/4 EMT 90 ELBOW 3.00 35 GRC/PVC 3/4" 5.00 36 RIGID COUP 3/4" 2.00 37 SEALTIGHT 3/4" 6.00 38 SEALTIGHT CONN 3/4" 2.00 39 WIRE#12 CU SOLID 246.00 40 WIRE#12 CU GROUND 82"^,Q0 41 1/8" PULL LINE 82.0 42 ---------- Totals Material $1,015.62 Labor 67.66 3045 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Line # Description Qty 43 ---------- Is Material $1,015.62 Labor 67.66 Correction made see below 3046 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FDO Edit revi Move/Copy Pew pp ............................ .......................................................... .........................................0 Take-off for: PANEL LCK2 CONDUIT/C ... Full View • Customer View Recap Back.To Estimate Close this window El Material Labor # Description Qty Unit Price UOM Ext Price Hours UOM Ext Hours 1 RTU - 14 2 EMT 1 75.00 149.76 c 112.32 6.33 c 4.75 3 EMT COUP.COMP STEEL V 10.00 113.42 c 11.34 35.00 c 3.50 4 EMT CONN.COMP/IT STEEL 1" 2.00 112.73 c 2.25 16.00 c .32 5 CONDUIT SUPPORTS V 10.00 1.46 e 14.60 .40 e 4.00 6 1 EMT 90 ELBOW 3.00 6.14 e 18.42 .25 e .75 7 GRC/PVC 1" 5.00 817.28 c 40.86 8.00 c .40 8 1 GALV RIGID COUPLING 2.00 3.14 e 6.28 .20 e .40 9 SEALTIGHT V 6.00 445.18 c 26.71 12.00 c .72 10 SEALTIGHT CONN 1" 2.00 475.95 c 9.52 .20 e .40 11 3 THHN CU SOLID 321.00 1,111.19 in 356.69 14.50 in 4.65 12 8 THHN CU GROUND 107.00 374.26 in 40.05 8.50 m .91 13 1/8" PULL LINE 107.00 7.19 in .77 5.10 in .55 14 15 MAU - 1 16 EMT 3/4 65.00 87.65 c 56.97 5.75 c 3.74 17 EMT COUP.COMP STEEL 3/4" 9.00 73.80 c 6.64 30.00 c 2.70 18 EMT CONN.COMP/IT STEEL 3/4" 2.00 62.24 c 1.24 14.00 c .28 19 CONDUIT SUPPORTS 3/4" 9.00 1.46 e 13.14 .35 e 3.15 20 3/4 EMT 90 ELBOW 3.00 3.99 e 11.97 .22 e .66 21 GRC/PVC 3/4" 5.00 589.37 c 29.47 6.50 c .33 22 RIGID COUP 3/4" 2.00 2.42 e 4.84 .20 e .40 23 SEALTIGHT 3/4" 6.00 228.11 c 13.69 8.00 c .48 24 SEALTIGHT CONN 3/4" 2.00 553.81 c 11.08 .15 e .30 25 WIRE #12 CU SOLID 291.00 131.24 in 38.19 5.90 in 1.72 26 WIRE #12 CU GROUND 97.00 131.24 m 12.73 5.90 m .57 27 1/8" PULL LINE 97.00 7.19 in .70 216.00 in 20.95 28 ---------- 29 F - 5 30 EMT 3/4 50.00 87.65 c 43.83 5.75 c 2.88 31 EMT COUP.COMP STEEL 3/4" 7.00 73.80 c 5.17 30.00 c 2.10 32 EMT CONN.COMP/IT STEEL 3/4" 2.00 62.24 c 1.24 14.00 c .28 33 CONDUIT SUPPORTS 3/4" 7.00 1.46 e 10.22 .35 e 2.45 34 3/4 EMT 90 ELBOW 3.00 3.99 e 11.97 .22 e .66 35 GRC/PVC 3/4" 5.00 589.37 c 29.47 6.50 c .33 Total for section: PANEL LCK2 CONDUIT/CONDUCTOR $1,015.62 68.86 CREDIT 3047 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Material Labor # Description Qty Unit Price UOM Ext Price Hours UOM Ext Hours 36 RIGID COUP 3/4" 2.00 2.42 e 4.84 .20 e .40 37 SEALTIGHT 3/4" 6.00 228.11 c 13.69 8.00 c .48 38 SEALTIGHT CONN 3/4" 2.00 553.81 c 11.08 .15 e .30 39 WIRE #12 CU SOLID 246.00 131.24 m 32.29 5.90 m 1.45 40 WIRE #12 CU GROUND 82.00 131.24 in 10.76 5.90 m .48 41 1/8" PULL LINE 82.00 7.19 in .59 5.10 in .42 42 ---------- 43 ---------- Total for section: PANEL LCK2 CONDUIT/CONDUCTOR $1,015.62 68.86 CREDIT 3048 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Move opy Preview Take-off for: PANEL LCK2 CONDUIT/C ... Full View • Customer View Recap Back To Estimate `� Close this window El Material Labor "wt„, Description Qty Unit Price UOM Ext Price Hours UOM Ext Hours 1 „hTU - 14 2 E11°'T, 1 75.00 149.76 c 112.32 6.33 c 4.75 3 EMTC� UP.COMP STEEL V 10.00 113.42 c 11.34 35.00 c 3.50 4 EMT CO,,, COMP/IT STEEL V 2.00 112.73 c 2.25 16.00 c .32 5 CONDUIT §°1„JPPORTS 1" 10.00 1.46 e 14.60 .40 e 4.00 6 1 EMT 90 ELBOW 3.00 6.14 e 18.42 .25 e .75 7 GRC/PVC 1" 5.00 817.28 c 40.86 8.00 c .40 8 1 GALV RIGID COLT^LING 2.00 3.14 e 6.28 .00 e .00 9 SEALTIGHT V 6.00 445.18 c 26.71 12.00 c .72 10 SEALTIGHT CONN 1" 2.00 475.95 c 9.52 .20 e .40 11 3 THHN CU SOLID 321.00 1,111.19 in 356.69 14.50 in 4.65 12 8 THHN CU GROUND 107.00 374.26 in 40.05 8.50 in .91 13 1/8" PULL LINE 107.00 7.19 in .77 5.10 in .55 14 15 MAU - 1 16 EMT 3/4 65.00 87.65 c 56.97 5.75 c 3.74 17 EMT COUP.COMP STEEL 3/4" 9.00 73.80 c 6.64 30.00 c 2.70 18 EMT CONN.COMP/IT STEEL 3/4" 2.00 62.24 c 1.24 14.00 c .28 19 CONDUIT SUPPORTS 3/4" 0,00 1.46 e 13.14 .35 e 3.15 20 3/4 EMT 90 ELBOW 3.0°0...„, 3.99 e 11.97 .22 e .66 21 GRC/PVC 3/4" 5.00 589.37 c 29.47 6.50 c .33 22 RIGID COUP 3/4" 2.00 2.42 e 4.84 .00 e 00 23 SEALTIGHT 3/4" 6.00 228"^^11,,1 c 13.69 8.00 c .48 24 SEALTIGHT CONN 3/4" 2.00 553.8 il"" „,, c 11.08 .15 e .30 25 WIRE #12 CU SOLID 291.00 131.24 ith,, 38.19 5.90 in 1.72 26 WIRE #12 CU GROUND 97.00 131.24 m ""^^„, 12.73 5.90 m .57 27 1/8" PULL LINE 97.00 7.19 in 70 216.00 in 20.95 28 ---------- 29 F - 5 30 EMT 3/4 50.00 87.65 c 43.83 .75 c 2.88 31 EMT COUP.COMP STEEL 3/4" 7.00 73.80 c 5.17 30�.010, c 2.10 32 EMT CONN.COMP/IT STEEL 3/4" 2.00 62.24 c 1.24 14.00.."" c .28 33 CONDUIT SUPPORTS 3/4" 7.00 1.46 e 10.22 .35 e „,, 2.45 34 3/4 EMT 90 ELBOW 3.00 3.99 e 11.97 .22 e 66 35 GRC/PVC 3/4" 5.00 589.37 c 29.47 6.50 c 33 Total for section: PANEL LCK2 CONDUIT/CONDUCTOR CREDIT 3049 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Material Labor # cription Qty Unit Price UOM Ext Price Hours UOM Ext Hours 36 RIGID -3/4" 2.00 2.42 e 4.84 .00 e .00 37 SEALTIGHT 3/4" 6.00 228.11 c 13.69 8.00 c .48 38 SEALTIGHT CONN 3/4" 2.00 553.81 c 11.08 .15 e .30 39 WIRE #12 CU SOLID 246.00 131.24 in 32.29 5.90 m 1.45 40 WIRE #12 CU GROUND 00 131.24 in 10.76 5.90 in .48 41 1/8" PULL LINE 82.00 19 in .59 5.10 m .42 42 ---------- 43 ---------- Total for section: PANEL LCK2 CONDUIT/CONDUCTOR $1,015.62 67.66 CREDIT 3050 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Take-Off for Estimate: 'KWIA RFI#184 CONCESSION CHANGES CREDIT, : PANEL LCK4 CON UIT/CONDUCTOR CREDIT Line # Description Qty 1 RTU- 16 2 EMT 1 50.00 3 F,MT COURCOMP STEEL 1" 7.00 4 ENT CONN.COMP/IT STEEL V 2.00 5 COl QUIT SUPPORTS 1" 7.00 6 1 EMT'""90 ELBOW 3.00 7 GRC/PV6, 1" 5.00 8 1 GALV RI ,jD COUPLING 2.00 9 SEALTIGHT 1 6.00 10 SEALTIGHT CC N, N 1" 2.00 11 3 THHN CU SOLib',,, 246.00 12 8 THHN CU GROUNQ 82.00 13 1/8" PULL LINE 82.00 14 15 F6 16 EMT 3/4 70.00 17 EMT COURCOMP STEEL 3/4" "^ 9.00 18 EMT CONN.COMP/IT STEEL 3/4' " 2.00 19 CONDUIT SUPPORTS 3/4" 9.00 20 3/4 EMT 90 ELBOW 3.00 21 GRC/PVC 3/4" 5.00 22 RIGID COUP 3/4" 2.00 23 SEALTIGHT 3/4" 6.00 24 SEALTIGHT CONN 3/4" 2.00 25 WIRE#12 CU SOLID 306.00 26 WIRE 412 CU GROUND 102.00 27 1/8" PULL LINE 102.00 28 ---------- 29 MAU - 2 30 EMT 3/4 70.00 31 EMT COURCOMP STEEL 3/4" 9.00 32 EMT CONN.COMP/IT STEEL 3/4" 2.00 33 CONDUIT SUPPORTS 3/4" 9.00 34 3/4 EMT 90 ELBOW 3.00 35 GRC/PVC 3/4" 5.00 36 RIGID COUP 3/4" 2.00 37 SEALTIGHT 3/4" 6.00 38 SEALTIGHT CONN 3/4" 2.00 39 WIRE#12 CU SOLID 306.00 40 WIRE#12 CU GROUND f°g2.00 41 1/8" PULL LINE 10�'��0 42 ---------- Totals Material $1,105.13 Labor 59.26 3051 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 �1111 I,1 ne # Description Qty 43 -„„ RECEPTACLE LCK4-32 44 ZT 3/4 65.00 45 T-QOUP.COMP STEEL 3/4" 9.00 46 EMT CO�?C111OMP/IT STEEL 3/4" 2.00 47 CONDUIT SUPPORTS TS 3/4" 9.00 48 3/4 EMT 90 ELBOW 3.00 49 GRC/PVC 3/4" 5.00 2.00 50 RIGID COUP 3/4" 51 SEALTIGHT 3/4" 6.00 52 SEALTIGHT CONN 3/4" 2.00 53 WIRE#12 CU SOLID 194.00 54 WIRE#12 CU SOLID 97.00 55 1/8" PULL LINE 97.00 56 ---------- 57 ---------- Totals Material S 1,105.13 Labor 59.26 Correction made see below 3052 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FDO Edit revi Move/Copy Pew pp ............................ .......................................................... .........................................0 Take-off for: PANEL LCK4 CONDUIT/C ... Full View • Customer View Recap Back.To Estimate Close this window Material Labor # Description Qty Unit Price UOM Ext Price Hours UOM Ext Hours 1 RTU - 16 2 EMT 1 50.00 149.77 c 74.89 6.33 c 3.17 3 EMT COUP.COMP STEEL V 7.00 113.42 c 7.94 35.00 c 2.45 4 EMT CONN.COMP/IT STEEL 1" 2.00 112.73 c 2.25 16.00 c .32 5 CONDUIT SUPPORTS V 7.00 1.46 e 10.22 .40 e 2.80 6 1 EMT 90 ELBOW 3.00 6.15 e 18.45 .25 e .75 7 GRC/PVC 1" 5.00 817.28 c 40.86 8.00 c .40 8 1 GALV RIGID COUPLING 2.00 3.14 e 6.28 .20 e .40 9 SEALTIGHT V 6.00 445.64 c 26.74 12.00 c .72 10 SEALTIGHT CONN 1" 2.00 475.95 c 9.52 .20 e .40 11 3 THHN CU SOLID 246.00 1,111.19 in 273.35 14.50 in 3.57 12 8 THHN CU GROUND 82.00 374.26 in 30.69 8.50 m .70 13 1/8" PULL LINE 82.00 7.19 m .59 5.10 m .42 14 15F6 16 EMT 3/4 70.00 87.65 c 61.36 5.75 c 4.03 17 EMT COUP.COMP STEEL 3/4" 9.00 73.80 c 6.64 30.00 c 2.70 18 EMT CONN.COMP/IT STEEL 3/4" 2.00 62.24 c 1.24 14.00 c .28 19 CONDUIT SUPPORTS 3/4" 9.00 1.46 e 13.14 .35 e 3.15 20 3/4 EMT 90 ELBOW 3.00 3.99 e 11.97 .22 e .66 21 GRC/PVC 3/4" 5.00 589.37 c 29.47 6.50 c .33 22 RIGID COUP 3/4" 2.00 2.42 e 4.84 .20 e .40 23 SEALTIGHT 3/4" 6.00 228.11 c 13.69 8.00 c .48 24 SEALTIGHT CONN 3/4" 2.00 553.81 c 11.08 .15 e .30 25 WIRE #12 CU SOLID 306.00 131.24 m 40.16 5.90 m 1.81 26 WIRE #12 CU GROUND 102.00 131.24 m 13.39 5.90 m .60 27 1/8" PULL LINE 102.00 7.19 in .73 5.10 in .52 28 ---------- 29 MAU - 2 30 EMT 3/4 70.00 87.65 c 61.36 5.75 c 4.03 31 EMT COUP.COMP STEEL 3/4" 9.00 73.80 c 6.64 30.00 c 2.70 32 EMT CONN.COMP/IT STEEL 3/4" 2.00 62.24 c 1.24 14.00 c .28 33 CONDUIT SUPPORTS 3/4" 9.00 1.46 e 13.14 .35 e 3.15 34 3/4 EMT 90 ELBOW 3.00 3.99 e 11.97 .22 e .66 35 GRC/PVC 3/4" 5.00 589.37 c 29.47 6.50 c .33 Total for section: PANEL LCK4 CONDUIT/CONDUCTOR $1,105.13 60.86 CREDIT 3053 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FDO Material Labor # Description Qty Unit Price UOM Ext Price Hours UOM Ext Hours 36 RIGID COUP 3/4" 2.00 2.42 e 4.84 .20 e .40 37 SEALTIGHT 3/4" 6.00 228.11 c 13.69 8.00 c .48 38 SEALTIGHT CONN 3/4" 2.00 553.81 c 11.08 .15 e .30 39 WIRE #12 CU SOLID 306.00 131.24 m 40.16 5.90 m 1.81 40 WIRE #12 CU GROUND 102.00 131.24 in 13.39 5.90 in .60 41 1/8" PULL LINE 102.00 7.19 in .73 5.10 in .52 42 ---------- 43 RECEPTACLE LCK4-32 44 EMT 3/4 65.00 87.65 c 56.97 5.75 c 3.74 45 EMT COURCOMP STEEL 3/4" 9.00 73.80 c 6.64 30.00 c 2.70 46 EMT CONN.COMP/IT STEEL 3/4" 2.00 62.24 c 1.24 14.00 c .28 47 CONDUIT SUPPORTS 3/4" 9.00 1.46 e 13.14 .35 e 3.15 48 3/4 EMT 90 ELBOW 3.00 3.99 e 11.97 .22 e .66 49 GRC/PVC 3/4" 5.00 589.37 c 29.47 6.50 c .33 50 RIGID COUP 3/4" 2.00 2.42 e 4.84 .20 e .40 51 SEALTIGHT 3/4" 6.00 228.11 c 13.69 8.00 c .48 52 SEALTIGHT CONN 3/4" 2.00 553.81 c 11.08 .15 e .30 53 WIRE #12 CU SOLID 194.00 131.24 in 25.46 5.90 in 1.14 54 WIRE #12 CU SOLID 97.00 131.24 in 12.73 5.90 in .57 55 1/8" PULL LINE 97.00 7.19 m .70 5.10 in .49 56 ---------- 57 ---------- Total for section: PANEL LCK4 CONDUIT/CONDUCTOR $1,105.13 60.86 CREDIT 3054 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Edit ( Move opy Preview Take-off for: PANEL LCK4 CONDUIT/C ... Full View • Customer View Recap Back To Estimate Close this window El Material Labor #"""')escription Qty Unit Price UOM Ext Price Hours UOM Ext Hours 1 R 'm,I„J - 16 2 EMT 1, 50.00 149.77 c 74.89 6.33 c 3.17 3 EMT COUP.COMP STEEL V 7.00 113.42 c 7.94 35.00 c 2.45 4 EMT CONl"i, COMP/IT STEEL V 2.00 112.73 c 2.25 16.00 c .32 5 CONDUIT STD^PPORTS 1" 7.00 1.46 e 10.22 .40 e 2.80 6 1 EMT 90 ELBO" 3.00 6.15 e 18.45 .25 e .75 7 GRC/PVC 1" 5.00 817.28 c 40.86 8.00 c .40 8 1 GALV RIGID COUk,ING 2.00 3.14 e 6.28 .00 e .00 9 SEALTIGHT V 6.00 445.64 c 26.74 12.00 c .72 10 SEALTIGHT CONN 1" 2.00 475.95 c 9.52 .20 e .40 11 3 THHN CU SOLID 246.00 1,111.19 in 273.35 14.50 in 3.57 12 8 THHN CU GROUND 82.00 374.26 in 30.69 8.50 in .70 13 1/8" PULL LINE 82.00 7.19 in .59 5.10 in .42 14 15F6 16 EMT 3/4 70.00 87.65 c 61.36 5.75 c 4.03 17 EMT COUP.COMP STEEL 3/4" 9.00 73.80 c 6.64 30.00 c 2.70 18 EMT CONN.COMP/IT STEEL 3/4" 62.24 c 1.24 14.00 c .28 19 CONDUIT SUPPORTS 3/4" 41,00 1.46 e 13.14 .35 e 3.15 20 3/4 EMT 90 ELBOW 3.06 3.99 e 11.97 .22 e .66 21 GRC/PVC 3/4" 5.00 589.37 c 29.47 6.50 c .33 22 RIGID COUP 3/4" 2.00 7.42 e 4.84 .00 e .00 23 SEALTIGHT 3/4" 6.00 228.'"1„1 c 13.69 8.00 c .48 24 SEALTIGHT CONN 3/4" 2.00 553.81 c 11.08 .15 e .30 25 WIRE #12 CU SOLID 306.00 131.24 „„„ 40.16 5.90 in 1.81 26 WIRE #12 CU GROUND 102.00 131.24 m "" „„ 13.39 5.90 m .60 27 1/8" PULL LINE 102.00 7.19 m .73 5.10 in .52 28 ---------- 29 MAU - 2 30 EMT 3/4 70.00 87.65 c 61.36 ..,m75 c 4.03 31 EMT COUP.COMP STEEL 3/4" 9.00 73.80 c 6.64 30.6"0„, c 2.70 32 EMT CONN.COMP/IT STEEL 3/4" 2.00 62.24 c 1.24 14.00 ��,C .28 33 CONDUIT SUPPORTS 3/4" 9.00 1.46 e 13.14 .35 e�."""° 3.15 34 3/4 EMT 90 ELBOW 3.00 3.99 e 11.97 .22 e .66 35 GRC/PVC 3/4" 5.00 589.37 c 29.47 6.50 c 33 Total for section: PANEL LCK4 CONDUIT/CONDUCTOR CREDIT $1,105.13 59.°26 3055 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Material Labor # Description Qty Unit Price UOM Ext Price Hours UOM Ext Hours 36 GID COUP 3/4" 2.00 2.42 e 4.84 .00 e .00 37 SE IGHT 3/4" 6.00 228.11 c 13.69 8.00 c .48 38 SEALTI T CONN 3/4" 2.00 553.81 c 11.08 .15 e .30 39 WIRE #12 C OLID 306.00 131.24 m 40.16 5.90 m 1.81 40 WIRE #12 CU G UND 102.00 131.24 m 13.39 5.90 m .60 41 1/8" PULL LINE 102.00 7.19 m .73 5.10 m .52 42 ---------- 43 RECEPTACLE LCK4-32 44 EMT 3/4 65.00 87.65 c 56.97 5.75 c 3.74 45 EMT COURCOMP STEEL 3/4" 9.00 73.80 c 6.64 30.00 c 2.70 46 EMT CONN.COMP/IT STEEL 3/4" 2.00 62.24 c 1.24 14.00 c .28 47 CONDUIT SUPPORTS 3/4" 9.00 1.46 e 13.14 .35 e 3.15 48 3/4 EMT 90 ELBOW 3. 3.99 e 11.97 .22 e .66 49 GRC/PVC 3/4" 5.00 89.37 c 29.47 6.50 c .33 50 RIGID COUP 3/4" 2.00 e 4.84 .00 e .00 51 SEALTIGHT 3/4" 6.00 228.11 13.69 8.00 c .48 52 SEALTIGHT CONN 3/4" 2.00 553.81 c 11.08 .15 e .30 53 WIRE #12 CU SOLID 194.00 131.24 m 46 5.90 m 1.14 54 WIRE #12 CU SOLID 97.00 131.24 m 12.7 5.90 m 57 55 1/8" PULL LINE 97.00 7.19 m .70 5. m .49 56 ---------- 57 ---------- Total for section: PANEL LCK4 CONDUIT/CONDUCTOR S1,10 1,105.13 59. CREDIT 3056 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 'fake-Off for Estimate: 'KWIA RFI#184 CONCESSION CHANGES CREDIT, : PANEL LCK5 C°O,NDUIT/CONDUCTOR CREDIT Line #"'° „ Description Qty 1 RTU - 15 2 EMT 1 60.00 3 EMT COURCOMP STEEL 1" 8.00 4 EMT"°CONN.COMP/IT STEEL V 2.00 5 CONDU>"T„SUPPORTS 1" 8.00 6 1 EMT 90 ENIO 3.00 7 GRC/PVC 1" N 5.00 8 1 GALV RIGID COUPLING 2.00 9 SEALTIGHT 1" 6.00 10 SEALTIGHT CONN 1" 2.00 11 3 THHN CU STRANDED 276.00 12 8 THHN CU STRANDED 92.00 13 1/8" PULL LINE 92.00 14 15 RECEPTACLE LCK5 - 26 16 EMT 3/4 60.00 17 EMT COURCOMP STEEL 3/4" 8.00 18 EMT CONN.COMP/IT STEEL 3/4" 2.00 19 CONDUIT SUPPORTS 3/4" " 8.00 20 3/4 EMT 90 ELBOW 3.00 21 GRC/PVC 3/4" 5.00 22 RIGID COUP 3/4" �����„ 2.00 23 SEALTIGHT 3/4" 6.00 24 SEALTIGHT CONN 3/4" 2.00 25 WIRE#12 CU SOLID 184.00 26 WIRE 412 CU SOLID 92.00 27 1/8" PULL LINE 92w00 28 __________ 29 ---------- Totals Material $736.42 Labor 29.99 Correction made see below 3057 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FDO Edit revi Move/Copy Pew pp ............................ .......................................................... .........................................0 Take-off for: PANEL LCK5 CONDUIT/C ... Full View • Customer View Recap Back.To Estimate Close this window Material Labor # Description Qty Unit Price UOM Ext Price Hours UOM Ext Hours 1 RTU - 15 2 EMT 1 60.00 149.77 c 89.86 6.33 c 3.80 3 EMT COUP.COMP STEEL 1" 8.00 113.42 c 9.07 35.00 c 2.80 4 EMT CONN.COMP/IT STEEL 1" 2.00 112.73 c 2.25 16.00 c .32 5 CONDUIT SUPPORTS V 8.00 1.46 e 11.68 .40 e 3.20 6 1 EMT 90 ELBOW 3.00 6.15 e 18.45 .25 e .75 7 GRC/PVC 1" 5.00 817.28 c 40.86 8.00 c .40 8 1 GALV RIGID COUPLING 2.00 3.49 e 6.98 .20 e .40 9 SEALTIGHT V 6.00 445.18 c 26.71 12.00 c .72 10 SEALTIGHT CONN 1" 2.00 475.95 c 9.52 .20 e .40 11 3 THHN CU STRANDED 276.00 1,111.19 in 306.69 14.50 in 4.00 12 8 THHN CU STRANDED 92.00 374.26 in 34.43 8.50 in .78 13 1/8" PULL LINE 92.00 7.19 in .66 5.10 m .47 14 15 RECEPTACLE LCK5 - 26 16 EMT 3/4 60.00 87.65 c 52.59 5.00 c 3.00 17 EMT COURCOMP STEEL 3/4" 8.00 73.80 c 5.90 30.00 c 2.40 18 EMT CONN.COMP/IT STEEL 3/4" 2.00 62.24 c 1.24 14.00 c .28 19 CONDUIT SUPPORTS 3/4" 8.00 1.45 e 11.60 .35 e 2.80 20 3/4 EMT 90 ELBOW 3.00 3.99 e 11.97 .22 e .66 21 GRC/PVC 3/4" 5.00 589.37 c 29.47 6.50 c .33 22 RIGID COUP 3/4" 2.00 2.42 e 4.84 .20 e .40 23 SEALTIGHT 3/4" 6.00 228.11 c 13.69 8.00 c .48 24 SEALTIGHT CONN 3/4" 2.00 553.81 c 11.08 .15 e .30 25 WIRE #12 CU SOLID 184.00 131.24 m 24.15 5.90 in 1.09 26 WIRE #12 CU SOLID 92.00 131.24 m 12.07 5.90 m .54 27 1/8" PULL LINE 92.00 7.19 in .66 5.10 in .47 28 ---------- 29 ---------- Total for section: PANEL LCK5 CONDUIT/CONDUCTOR $736.42 30.79 CREDIT 3058 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Move opy Preview Take-off for: PANEL LCK5 CONDUIT/C ... Full View • Customer View Recap Back To Estimate `� Close this window El Material Labor Description Qty Unit Price UOM Ext Price Hours UOM Ext Hours 1,, TU - 15 2 EM''T,,,1 60.00 149.77 c 89.86 6.33 c 3.80 3 EMT ��0„UP.COMP STEEL V 8.00 113.42 c 9.07 35.00 c 2.80 4 EMT CO�,,.COMP/IT STEEL V 2.00 112.73 c 2.25 16.00 c .32 5 CONDUIT Sid'RI,ORTS V 8.00 1.46 e 11.68 .40 e 3.20 6 1 EMT 90 ELBOm' 3.00 6.15 c 18.45 .25 c .75 7 GRC/PVC 1" 5.00 817.28 c 40.86 8.00 c .40 8 1 GALV RIGID COUPLf N„,,G 2.00 3.49 e 6.98 .00 e .00 9 SEALTIGHT V ����� N'°N,, 6.00 445.18 c 26.71 12.00 c .72 10 SEALTIGHT CONN 1" 2.00 475.95 c 9.52 .20 e .40 11 3 THHN CU STRANDED " 276.00 1,111.19 in 306.69 14.50 in 4.00 12 8 THHN CU STRANDED 92.00 374.26 in 34.43 8.50 in .78 13 1/8" PULL LINE 92.00 7.19 in .66 5.10 in .47 14 „ 15 RECEPTACLE LCK5 - 26 16 EMT 3/4 6�0.00 87.65 c 52.59 5.00 c 3.00 17 EMT COUP.COMP STEEL 3/4" 8.N0� 73.80 c 5.90 30.00 c 2.40 18 EMT CONN.COMP/IT STEEL 3/4" 2.00 "'������„ 62.24 c 1.24 14.00 c .28 19 CONDUIT SUPPORTS 3/4" 8.00 J.45 c 11.60 .35 e 2.80 20 3/4 EMT 90 ELBOW 3.00 3.99„ e 11.97 .22 e .66 21 GRC/PVC 3/4" 5.00 589.37 29.47 6.50 c .33 22 RIGID COUP 3/4" 2.00 2.42 e '°���„ 4.84 .00 e .00 23 SEALTIGHT 3/4" 6.00 228.11 c 13.69 8.00 c .48 24 SEALTIGHT CONN 3/4" 2.00 553.81 c iN'1^108 .15 e .30 25 WIRE#12 CU SOLID 184.00 131.24 in 24.15's, 5.90 in1.09 26 WIRE#12 CU SOLID 92.00 131.24 in 3'°:����90 m 54 27 1/8" PULL LINE 92.00 7.19 m .66 5.16,„„,in .47 28 ---------- Total for section: PANEL LCK5 CONDUIT/CONDUCTOR $736.42 ,99 CREDIT 3059 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Edit Move/CopY Preview Take-off for: LCK4 PANEL TO T-K4 T ... Full View • Customer View Recap.... Back To Estimate Close this window Material Labor # Description Qty Unit Price UOM Ext Price Hours UOM Ext Hours 1 STEEL FLEX 3" 12.00 878.02 c 105.36 24.00 c 2.88 2 FLEX 90 CONN 3" 4.00 8,805.89 c 352.24 60.00 c 2.40 3 350 THHN CU STRANDED 208.00 6,501.97 in 1,352.41 34.00 m 7.07 4 2/0 THHN CU STRANDED 52.00 2,536.57 in 131.90 21.50 in 1.12 5 ---------- Total for section: LCK4 PANEL TO T K4 TRANSFORMER $1,941.91 13.47 CREDIT LCK4 TO T-K4 CREDIT ADDED 3060 S1N3W3n0l�dWl IbNIWl�31 S b 3Ss�f10ONOO s_ W � 1»OdlilblbN011bNb31Nl1SDM l3>I ee w a5 - r 0,y;. ObOEE-ld'ISOM AAA'pn18 llanasoOH S I.6bE LLo a W NOliVIAV dO 1N3WlaHd34 ldNf1OO 3OHNOW N3n� J 66 h; w y � W 2 ,2 CLU D pm ---------------------- 1 F IIII �L.'i� 0 IIII uum II�UII� d � w _ lx:) III III II co m_ IIII ————————————— ———— — — IIIII 3061 a WI a _ w x y a w N LL p a a _ 5 w S �4.1 S1N3W3AOadWl IVNIWa31 8 v 3isHnOONOO R--," 1»Odlilb �VNOIlbNb3lNl 1S3M 13liObOEE-Jd'3SOM AAA'P^I9 ylanasoOH S L6tCNOUVIAV dO lN3WlaHd34 AiNnoo 3OHNOWCL ana s "s T� WY u G CD ,, ,w ,s as 1 ss ®, w= �l r F a w i O F z y, i �2 w aa��ae u z ill Ivl III`. I �e.:umll llj Q =a PH— rs � - y .I W I mr�p� a � n „I I ` �I III .............. IIII 4, cn -. IIII m m rl 3062 a a a s - S1N3W3nO�IdWI IbNIWl�31 S b 3Ss�f10ONOO sa o o�yam, 1dOdFJlb IVNOIlb NFJ31N1 1SDM CL a1 13>I e y z a o a �6�7 JC�7Z - t0 Ike, ��yo o ObOEE�d'3saM(a�{'pnl8 llanasooa S 16bE o�c o o W � NOliVIA'--AO lN3WlaHd34 AiNnoo E]OHNOW ` Lu n �a s W. d az ,G z �^ z� a - za az _ n _ �o muV uu aoy a 3' q pp m u a mmr'�WW i u 3 .6_ 3" III� II II�I cc g J ? ss o IIIyIu 'u � III I I IIII IIII IMP': W ` - Wv I IIII'III e z� z 36 a v P 3063 a } g S1N3W3AOUdIM 1VNIAH31'S V 3sunoONOO o f z a o Ml 1S3M NVNOIlbNb3l1dOdHI o o ll. �I ( ObOEE CL �d'3saM(a�{'pn19 llanasooa S l6bE oryd 0�o o� _ W x. NOUVIAV--AO 1N3WlaHd34 AINnoo 3OUNOW a w ' n s 1 r,� r >w Inr r c c r v rr as s aa, w z9g I a r a as ', w - F � Y e s w — r x u S1N3W3nO�IdWI IbNIWl�31 S b 3Ss�f10ONOO T 1»Odlilb IVNOIlbNb3lNl1SDM 13li CL ac - f� \ r ObOEE�d'3saM(a�{'pn18 llanasooa S l6bEhe o W NOUVIAV--AO 1N3W1aHd34.11Nnoo E]OHNOW °'Ln n IL..IIL.II 12 L..IL..0 IIII IIII � r`: — , 0 ���g _ m m5 5 5 5 5 5 5 �SSS'S5 S k_ .40 �55555 Ji e I r N s p ji � w O ' w �w g< '5 gd n, L 3065 } g S1N3W3AOHdlNl lb'NIAH31'S V 3sunoONOO lz y laOdHI IVNOIlbNb3lNl 1S3M Al]N fro w c w CL r` ObOEE-ld'ISOM AAA'pn19 llanasooa S L6bE Q _ W NOUVIAVdO1NE]AlHVd34AiNnooE]OHNOW wLn 9 �x 5 - S 9' x'"35933 W - a0 O O o a, wLL LLww yw�wwywLLwww�wy a��aa�aaa��aaa�aa«aaa� __ u x sY`=rrrrrrr x w�wwywLLwww�wy i�� IIII IIII 9 x��222 uuum uu � uuu «K. K � uuw Y»��.� u a .335�3y9�9 it _ uuu L a N ��LL a a m � o- ...F..="•__ •.____..,., __���,<_<___.r7.._�_, .,.,�<,.F::mama naaas a i r1•. e = c :a .=<<aaaa aaaa==asmmmm==mma= a=<<aaaa=aama�mmsmmm �a � � s �«ase�aasee����.,.,�.����o o o„w �.�.�e.LL....��..��xx u 3066 S1N3W3n0l�dWl IbNIWl�31 S b 3Ss�f10ONOO sa �, laOdlilb IVNOIlbNb3lLU Nl1SDM 13li e w W N T N sty�y z c ObOEE�d'3saM(a�{'pnl8 llanasooa S l6bE a ¢ W NOII--AO 1N3WlHVd34 AiNnoo 3OHNOIA N3n� 11 MIT €' ___________„� �Ny 5a E. __________ ____________ 9a g _ MIN Mg 2 Cr - g id "TME� -i8 t. -i8 o IiP ' n I .... 'a o U u :III uII F- 9= II IIIII N N 9 9 _ II ..............0 U ............. Mll III 1 SEE[ 9EEE "' 3^EE[ s s %IIg <<. ---------------- ------------ ------------ - Vwcs 81 3 m � S 3ii5 a5 a } g 3 S1N3W3AOHdIM IVNIAH31'S V 3sunoONOO y LU iLlOdHIV IVNOIlVNb31Nl 1S3M A N fi x w WCL Lu M r i ( _ �ObOEE j'3saM(eA'P^I9 llanasooa S l6bE _ a c=i s W NOII--AO 1N3WlaVd34 AiNnoo 3OUNOW A - - - e e - __________ _______ g __________ 8Nv A'v__, A: :z" __________ _____ _96 AI RI .. IIII IIIIam 9 E � 9gEf 9��r I RI ¢ c ¢ c Illuuoi uuuuuuuuum T� ¢ - 'A co fuuuu e e 9 �����������........... CJ Wir $ e Z A e III J w P` - a mHIT __ III IIIIII I III ------------- 77, A A A a� mf mN - S� w S r3 3068 S1N3W3nOi�dWl IbNIWi�31 S b 3Sl�f10ONOO sa y W o�y� laOdlilb lb N011b Nb31Nl 1SDM 13li e w W U N� y�y uj zc�zaall - f� 1 - r ��yo o ObOEE-ld'ISOM AAA'pn18 llanasooa S L6t C a Y a W J NOIlFAAV--AO 1N3WlHVd34 AiNf1OO 3OHNOW ~ _ e a ; W Lu z a m Z y = 0 2 2 = o Y ___ y =y Ye v 00 Y� v _.rC o = x ------------- a a ..„,P j addz o<>FM1a u .: O W L............ Lu - I; W III II a II n '—o. �a• z I .0 gym' U 6 9 Hill Hill J am.v,F � i J- = i III ills II I Hill c m m u e = _ a� -- - - Lo FV F W YO, CO Of Ofm a 111W s a L—L + 'a xann- na . Y Y Op Sz@? 9sFi L � S C C } p� tll S _ L- .J' - a } W g S1N3W3AOMM 1VNIAH31'3 V 3sunoONOO w� y laOdHI �VNOIlbNb31Nl1S3M 13li d� N _ i ( _ CL otlo ��'3saM(e�{'P^I9 llanasooa S l6bE a c=i Y a W e U e ? _ NOII�10 IN3W1HVd34.11Nnoo E]OHNOW irvana w �� o d sa g�aE t� �Wa E E era $ a a = I00 ------------ ------------ ------ u Y° Y '_ 06 L.11l...11 PL.. + m ti R; u II ���.�1�-m��Roo�� o �m I I.h d � Lo UW g¢8. III N "" IIII uu um a a III III II ,z o a I 8 — — x III IOW a= E t lull) Ilu u a e N LL� T III u o a co Jlfl ht v 5 P W fi a 9Uw V o um III [0 a LO e IIII IIII LL II � I,, I 5I a g a s'ws E e L v .j IIIII m q � � a �� IIIIIIII III �,UI �I a 9 R µ� J U o 3 w 3070 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 ML ME GULF BUILDING PCO #062 AW NW Lmn: KSYST R 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 #062: FKE - PBB Grounding 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 NUMBER/REVISION: 062/0 CONTRACT: 20-2039-01 -Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY. Mansour Sodagari(NV2A/Gulf Keystar JV) STATUS: Pending-In Review CREATED DATE: 4/25/2024 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: $4,890.36 POTENTIAL CHANGE ORDER TITLE:FKE-PBB Grounding CHANGE REASON:Client Request POTENTIAL CHANGE ORDER DESCRIPTION:(The Contract Is Changed As Follows) ft� n in This change order is to authorize PBB Grounding procurement and installation per RFI#290 response.The scope of work and cost breakdown are provided in the attached proposal. ATTACHMENTS: a R-RF ,pt,-F"B 0MDNt dzfff. # Budget Code Description Amount 1 26-.00.10.10.S Electrical.Subcontractor PBB Grounding $4,445.78 2 99-.99.99.66.0 Procore OH&P.Other Prime Contract 10%Markup $444.58 Grand Total: $4,890.36 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 3315 ' Digitally sigmd by Christopher ChristophotMp^c Kopec 0400 024.06.1911:0134 ' SIGNATURE DATE SIGNATURE 6.20.2024 DATE SIGNATUR DATE NV2A/Gulf Keystar JV Page 1 of 1 Printed On:4/25/2024 01:47 PM 3071 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 FLORIDA f " °" ' ELECTRIC,INC. PMPMEll'.ELECTRICAL CONTRACTOR KWIA Concourse A & Terminal Improvements COR; RF1#290 PBB GROUNDING LE I IG I. E (")W FOR DETAIL" TOTAL ADDITIONAL CHARGES 4,445.78 NO OTHER SOW INCLUDED OTHER THAN WHAT IS LISTED FOR RFI#184. THIS CHANGE ORDER REQUEST IS BEING OFFERED BY FLORIDA KEYS ELECTRIC INC.,PROVIDED CHANGE ORDER PRICING WILL BE HELD AT FKE'S DISCRETION,PENDING MARKET TRENDS.HOWEVER,FKE WILL DO THEIR BEST TO KEEP PRICING AS PROVIDED FOR 30 DAYS. Jordan Collins Project Manager Email iraG)crt Phone: (305) 296-4028 1 Mobile: (561) 371-8894 905 Overseas Hwy I Key West, FL 33040 905 Overseas Hwy I Key West, FL 33040 Now .f11<eysciirlec u..ic,C011T: Q/--N IMU�1bU)bDIO)0)0)D)D)1�1111V���I�If 3072 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Florida Keys Electric Estimate Summary Bid#:KWIA RFI#290 PBB GROUNDING Date/Time:4/1 1/2024 1 2:30:58 PM Estimator:Jim Spears Summary:TOTAL PROJECT Description Material Cost Labor Hours PBB GROUNDING RFI#290 0.00 1 S.75 SUBCONTRACTS Subtotal 0.00 15.75 Description Amount Total Estimated Labor 15.75 Total SubContracts 0.00 Labor 125.00 1,968.75 DIRECT JOB EXPENSE Rate(Avg) Description Amount OTHER LABOR Total Expense 0.00 Description Hours Rate Ext %Labor ADDITIONAL MATERIAL Total Other Labor a.00 0.00 0.00 Description Amount Total Estimated and 15.75 125.00 1,968.75 Total Additional Material 0.00 Other Labor ESTIMATE CONSTANTS QUOTES SQ. FT, 0.00 Description Amount WORLD QUOTE 1,628.14 Total Quotes 1,628.14 RECAP %of Total Description Adj Totals Sq Ft$ OAO%Material 0.00 N/A 43.78%Quotes 1,628.14 N/A 0,00%subs 0.00 a,4/ 0,00%DJE 0.00 t1/ 52.94%Labor 1,968.75 N/A Tax Rate:7.50% 3.28%Sales Tax 122.11 Sq. Ft.Cost N/A Prime Cost 3,71 9.00 MARKUP Overhead% 10.00%Overhead 371.90 Sub Total 4,090.90 Profit% 5.00%Profit 204.54 Total OH and 576.44 Profit Base Price 4,295.44 Bond% 3.50%Bond 150.34 Market Recovery/Misc 0.00 Sq.Ft.Price NUA Sell Price 4,445.78 3073 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 ['Edit I Move/Copy Preview ..... .... . . ....................-- Take-off for: PBB GROUNDING RFI#29 ... EULL—ViSH Recap Back To Estimate Close this windo)ii Material Labor # Description Qty Unit Price UOM Ext Price Hours UOM Ext Hours 1 GROUND ROD INSTALLATION LABOR 7.00 .00 00 1.50 e 10.50 2 CADWELD MOLD LABOR - CLEANING& 7.00 .00 .00 .25 e 1.75 PREP 3 CADWELD SHOT WELD LABOR-PREP 7.00 .00 .00 .50 e 3.50 4 ---------- Total for section: PBB GROUNDING RFI#290 $.00 15.75 3074 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FDO VV 0"1 R L ru" 1e °i Quotation A Sonepar Company QUOTE DATE QUOTE NUMBER WORLD ELECTRIC SUPPLY,INC. 11010 NW 30TH ST SUITE 106 04/11/24 S054853771 DORAL,FL 33172-5032 PAGE NO 305-436-1500 Fax 305-718-3820m Daniel.Witliams@worldelectricsupply.com 1 of 1 QUOTE TO: SHIP TO: FLORIDA KEYS ELECTRIC INC FLORIDA KEYS ELECTRIC INC 905 OVERSEAS HWY 905 OVERSEAS HWY KEY WEST, FL 33040-5600 KEY WEST, FL 33040-5600 305-296-4028 305-296-4028 CUSTOWR NUMBER CUSTOMER ORDER NUPt3ER JOB NAME QUOTED TO 48408 �KWIA CO#RFI290 . JIM i SALESPERSON.. .®_. SHIP VIA FREIGHT ALLOWED EXPIRATION DATE 11:59pm ET DANIEL WILLIAMS TK01 No 04/10/24 ORDER OTY UPC DESCRIPTION UNIT PRICE Uy .._. EXT PRICE - 70ft 98010033781 WIC BARE 3/0 STR19 SD MRW3399 . 'l99 m 237 . 99 Cuts : 1 @ 70 ft lea 78285630639 ERC 633400 3/4X10FT SCT CU GRD R ) 73 . 473 e 514 . 31 THREADED 7ea178366926218 ILSCO GPL-10 U-BOLT GRD CLAMP 43 . 875 e 307 . 13 1�e°a 78285655581 ERC VBC2L MOLD, CABLE TO VERT 363 . 613 e 363° ,v�L STL,VERT TAP DOWN 363,61 ** ESTIMATED 4-6 WEEK LEAD TIME A.R.O. *** 1:0ea 78285651286 ERC 150PLUSF20 GRDG WELD METAL 29 . 300 e .2°'9'�3 -Oa *** APPROX. 5 DAY LEAD TIME *** 05,1 S U B I..0..1 AL 14 OURPRODUCTS AND SERVICES ARRES SUBJECT TO, AND GOVERNED EXCLUSIVELY BY, OUR TERMS AND S.500 6 Subtotal 98 CONDITIONS 0F SALE, WHICH ARE INCORPORATED HEREIN AND AVAILABLE AT to wewa.' Salesvrldelectricsupply.can(terms. ADDITIONAL OR CONFLICTING TERMS ARE REJECTED, VOID, AND OF 7 .1 ,' 5809 "�" NO FORCE OR EFFECT. WIRE & PIPE PRICES ARE ONLY GOOD FOR THE CURRENT DAY. m Amount": -1 3075 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 NV K GULF BUILDINGPCO #081 =" KGiYST*R 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 #081 : David Allen - Gate 8 Flooring 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 NUMBER/REVISION: 081 /D CONTRACT: 20-2039-01 -Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) STATUS: Pending-In Review CREATED DATE: 8/5/2024 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: $1,410.20 POTENTIAL CHANGE ORDER TITLE: David Allen-Gate 8 Flooring CHANGE REASON:A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) David Allen-Gate 8 Floorina This change order includes the costs to furnish and install carpet tile and rubber base at Gate#8 vestibule for KWIA project(20-2039-01). Further details are provided in the attached cost breakdown. ATTACHMENTS: David Allen-Gate 8 Revision 1.pdf # Budget Code Description Amount 1 09-.65.19.10.S Resilient I Vinyl Tile Cost Impact for Revision Dated 12/22/23 Gate 8 $1,282.00 Flooring.Subcontractor 2 99-.99.99.66.0 Procore OH&P.Other Prime Contract Markup $128.20 Grand Total: $1,410.20 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 Signed by: Signed by: DocuSigned by: EE E 062E1E84233B487... SE65F52F4C2F4D3... CADFCF2F31994F2... SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 9/9/2024 1 05:19:11 PDT 9/16/2024 1 05:54:54 PDT 8/25/2024 1 18:35:39 PDT NV2A/Gulf Keystar JV Page 1 of 1 Printed On:8/25/2024 09:11 PM ED'3076 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 David Allen Company Reference# PCO#02 PROPOSED CHANGE ORDER DATE: 4/16/2024 STNCL 1920 TO: NV2A/Gulf Keystar JV Attn: Ryan Donnelly Project:KWIA Concourse A&Terminal Improvements RE: Cost Impact for Revision Dated 12/22/23 Gate 8 Description of Changes: 1 Cost of Labor ....................................................................................................... $182 2 Tnsurance(includes Workman's Compensation, Social Security,or as otherwise required included above) ..... $0 3 Cost of Materials and sales tax ..................................................................................... $983 4 Equipment Rental and sales tax ...................................................................................... $0 5 Subtotal I(Detail Total).............................................................................................................•................. $1,166 6 Overhead and Profit @ 10% ......................................................................................................................... $117 7 Subcontract Work,if applicable ................................................................................. $0 8 Subtotal II(add Lines5, 6& 7).............................................................................................................•........ $1,282 9 Guaranty Bond of 0%....................................................................................................................................... $0 TOTAL CHANGE ORDER(add Lines 8 and 9)............................................................................................... $1,282 NOTES: 1.Breakdown attached for further details. Respectfully submitted, Date Accepted DAVID ALLEN COMPANY,INC. Contractor or Owner By: Signature Frank Tomsey, Sr.Project Manager 3077 0 z goo w o 0 0 Xur ur ur w C O F- U U U Q U tz Z Z O � GUO U) 0 V O N ,may Q V N Z O ; F � Z � W U U d z Z O Z3 W O Q Z O o o LL1 Z N tD O OI � M I--. W t� ef3 tf3 tF3 �A �A �A z Lu S U o C V z F Z [A �g v3 to Q � � W O co W Jco W y N .^ N Z aD N C N y w F^ � O H O � 0 OU � o Il m z » z co co p :.1 O CD 0 " c J 0 J ti U �J rn 00CD H Z w o N co O ay p In O .a Ln m M N F F W F co 0CL) m m m rn .0 m > F F C p p Con U m o O7 _CD 0O p O Lr F J o J o a m j -0, W (� c° C C W ,j W 0. ;i-J Q Q C1 d C1 m m `y a) m` d' ui ui d' m:a d' ca d ca d Z.; D 3078 0 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 NV K GULF BUILDINGPCO #082 =" KGiYST*R 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 #082: IRG - Gate 8 Signage 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 NUMBER/REVISION: 082/D CONTRACT: 20-2039-01 -Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) STATUS: Pending-In Review CREATED DATE: 8/5/2024 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: $27,262.99 POTENTIAL CHANGE ORDER TITLE: IRG-Gate 8 Signage CHANGE REASON:A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Image Resource Group-Gate 8 Signage This change order is to furnish and install Gate 8 signages per the RFI#267 response and revised signage drawings issued on 2/6/2024 for KWIA project(20-2039-01). Provided in the attachment are the items description,sign types,and cost breakdown. ATTACHMENTS: IRG-Gate 8 CO,pdf , RFI 267®Signage®Meeting_Clarifications.pdf # Budget Code Description Amount 1 10-.14.10.10.S Building Exterior and Interior Fabrication and Installation of Gate 8 Signage $24,784.54 Signs.Subcontractor 2 99-.99.99.66.0 Procore OH&P.Other Prime Contract Markup $2,478.45 Grand Total: $27,262.99 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 I ned by: Signed by: DocuSigned by: rsfopltiw S. 6rct E�� A4a*.za Pzi- a SE65F52F4C2F4D3... CADFCF2F31994F2... SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 9/9/2024 1 06:30:22 PDT 9/16/2024 1 06:00:31 PDT 8/25/2024 1 18:53:14 PDT NV2A/Gulf Keystar JV Page 1 of 1 Printed On:8/25/2024 09:44 PM ED'3079 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 130 Pinnacle Point Court,Suite 101,Columbia,SC 29223 P:803-790-2121 F:803-790-2125 'Ak www.imagerescurcegroup.com 1iiIIIIlIIR9iiidlqIITIV�RINGING DESIGN TO REALITY Client NV2A/Gulf Building Client Contact Alex Hyppolite Project Name Key West International Airport Proposal Number KW 2024-06-28 Change Order Project Address 3491 S. Roosevelt Blvd Key West FL Project Manager Jessica Trammell Proposal Date Wednesday, August 21, 2024 Project Scope Fabrication and Installation of the Signage for Gate 8. Project Timeline Installation will be scheduled 8-"10 weeks after receiving PO. e •ee e e 1 Fabrication Sign Type F1 1 $ 16,212.14 $ 16,212.14 2 Fabrication Sign Type D 1 $ 867.10 $ 867.10 4 Fabrication Sign Type K 1 $ 84.00 $ 84.00 5 Fabrication 0 0 $ - $ - Installation For all Signage Listed Above $ 4,057.08 Removals For all Existing Signage(If Needed) $ - Crating&Shipping For all Signage Listed Above $ 1,743.98 Design/Project Management For all Signage Listed Above $ - Permit Fees *Estimated Permit Fees Sales Tax *Not included in proposal amount. $ 1,820.24 $ 24,784.54 Terms and Conditions are as follows unless otherwise negotiated in writing. This proposal will be valid for 30 days from the date quoted; Image Resource Group reserves the right to requote and may not elect to participate in a project without being given the opportunity to revisit pricing. At a minimum,a progress billing will be submitted for completion of Fabrication and Freight. Image Resource Group reserves the right to bill incrementally for these services if appropriate. At a minimum,a progress billing will be submitted for completion of Installation and Related Services. Image Resource Group reserves the right to bill incrementally for these services if appropriate. TERMS are Net 30 unless advised otherwise prior to beginning any work. NOTE:Changes in quantities and or additional signage/work will be adjusted in a change order as needed. 3080 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 e •ee e e Client Approval Signature Print Name Date 3081 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 GULF BUILDING NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and N V K = K YST 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 #267: Signage Meeting Clarifications Status Closed on 02/26/24 To Judy Telford(Mead&Hunt) From Jessica Trammell(Image Resource Group,Inc.) Riley Lawhorn(Jones Worley) Don Koppy(Mead&Hunt) Christopher Kopec(McFarland Johnson, Inc.) Tang Fang(Mead&Hunt) Date Initiated Jan 15,2024 Due Date Jan 22,2024 Location Project Stage Cost Impact Schedule Impact Spec Section Cost Code Drawing Number Reference Linked Drawings SG-A121a,SG-A123c,SG-A201, EL321F, EL311D, SG-A200, EL601, EL605, EL321C, EL604, EL321A, EL321B,EL602,1601, M131 Received From Jessica Trammell(Image Resource Group,Inc.) Copies To Tim Bergeron(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),Jose McSherry(NV2A/Gulf Keystar JV), Antonio Pinto(NV2A/Gulf Keystar JV),Mansour Sodagari(NV2A/Gulf Keystar JV) Trade Finishes Activity Question Question from Jessica Trammell Image Resource Group,Inc.on Monday,Jan 15, 2024 at 11:26 AM EST Per the meeting held on 1/15/24 between NV2A Gulf Keystar JV, Image Resource Group, McFarland Johnson,&Jones Worley, please see the KWIA RFI 267 Attachment and review the following items.Please confirm items 1-6 are acceptable and please provide the information requested in item 7. 1. For the hanging signs using resin and MDF board,we will be reducing the thickness of the board to 3/8". (As noted,we will stay with 1/2"on the signs that will be on the floor) 2. For the ST-A signs,we will be using a retainer to create a more pleasing"flush"look to the sign to ensure gapping does not occur at installation. 3. For signs that have the stainless swirl pattern,we will install the material across the full face of the resin. 4. The proposed beam clamp has been approved. 5. The sign that we will be making as a prototype(for the first article)will be a flag sign that will include the resin as well as the stainless steel artwork. 6. We are requesting that 1"plywood blocking be installed by the contractor for the flag wall mounted signs. 7. Please confirm the ceiling height of the ceiling mounted signs. Attachments KWIA RFI 267 Attachment.pdf NV2A/Gulf Keystar JV Page 1 of 2 Printed On:Aug 25,2024 09:40 PM E" 3082 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 RFI#267-Signage Meeting Clarifications Project:20-2039-01 KWIA Concourse A and Terminal Improvements Program ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, Official Response Response from Tang Fang Mead&Hunt on Friday, Feb 23, 2024 at 08:19 PM EST These are the other sheets that were affected by the response to this RFI. Attachments RFI 267 UPDATE-EL501,pdf,240920 RFI 267 Interior,pdf, RFI 267 UPDATE-EL602,pdf, RFI 267 UPDATE-EL321 B,pdf, I- 504.pdf, RFI 267 UPDATE-EL321A.pdf, RFI 267 UPDATE-EL321C.pdf ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, Official Response Response from Judy Telford Mead&Hunt on Wednesday, Feb 7, 2024 at 10:25 AM EST Please refer to all the attached files for the full response. 1.That's acceptable. Reducing the MDF for the suspended signs from%"to 3/8".2. Yes,that's acceptable.Will use a'/�'faced channel clip to hold the sign panels'edges.3. Swid patterned metal panels will be adhered over the resin panels.4. Yes,that's acceptable.5. Yes,that's acceptable. Actual built sample will be a flag style sign.Samples to include the resin samples for approval first and whole metal pattern.6. Utilizing 1" plywood backup in stud walls/ceilings for supporting signs.7. Refer to reissued drawings for ceiling heights of ceiling mounted signs. Use epoxy anchors for pylon signs—secured thru 2"topping slab into structural concrete.Note:Please review the attached Transmittal PDF for the full formatted text. Attachments Transmittal_RFI-RFI 4267-Signage Meeting Clarifications(Responded and Closed).pdf,RFI 4267-MH Response.pdf, Transmittal_RFI-RFI#267-Signage Meeting Clarifications(Responded and Closed).pdf NV2A/Gulf Keystar JV Page 2 of 2 Printed On:Aug 25,2024 09:40 PM E" 3083 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 NV K GULF BUILDINGPCO #083 =" KGiYST*R 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 #083: Dash Door & Glass - Gate 8 Doors 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 NUMBER/REVISION: 083/D CONTRACT: 20-2039-01 -Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) STATUS: Pending-In Review CREATED DATE: 8/5/2024 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: $7,545.69 POTENTIAL CHANGE ORDER TITLE: Dash Door&Glass-Gate 8 Doors CHANGE REASON:A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Dash Doors-Gate 8 Doors This Change Order includes the costs associated with the Gate 8 Vestibule Doors#339 and#339 B for the KWIA project(20-2039-01). The Change Order description and cost breakdown are provided in the attached document.This Change Order doesn't address any other costs affected by this scope of work. ATTACHMENTS: Door Frame and Hardware PCO2.pdf # Budget Code Description Amount 1 08-.10.10.00.S Doors, Frames&Hardware(Material Change Door and Frames $6,859.72 Only).Subcontractor 2 99-.99.99.66.0 Procore OH&P.Other Prime Contract Markup $685.97 Grand Total: $7,545.69 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 ISignedd by- igned by: DOCUSigned�by: ,` E U VtS1bpLr S, 6ptt 11/5/2024 10:F�`GU AV'D�TSt►'l(�c6 13/2024 1 0C-AQA-&F-9F4Fa+9"FR.. "`ta5 11/5/2024 1 10:49 f1R�F1FRd�'i.3RdR7 r 1►t- SIGNATURE DATE SIGNATURE DATE SIGNATURE. DATE Christopher S. Kopec Richard Strickland Antonio Pinto NV2A/Gulf Keystar JV Page 1 of 1 Printed On: 11/5/2024 01:32 PM ES'3084 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 DASHDash Door & Glass Change Order Request 8800 NW 23rd Street Miami, FL 33172 Order Number: PCO-02 OD GLASS Tel: (305)477-1164 Order Date: 04/26/2024 www.dashdoor.com To: NV2A Gulf Keystar JV Project: Key West IACA&Terminal 9100 South Dadeland Blvd 3941 South Roosevelt Blvd. Suite 600 Key West FL 33040 Miami FL 33156 We will not proceed,order,or deliver u ntil we have an authorized signature and approval on this form or you rwritten change orderto proceed. Submitted To: Antonio Pinto Client Job#: 22063140 Plans Attached El Takeoff Attached ❑ Submitted By: Mario Rios Client PCOM Specifications Attached I I Description of Work Material Opg#339&339B Freight Labor Use Tax Bond 1% Not REASON FOR CHANGE ORDER: Revision drawings per NV2A Document 4/1/24& RFI #361. - Please sign and/or provide a written directive to proceed referencing this change order. Dash Door&Glass shall not proceed with verba change orders/directives. -The project schedule shall be extended for the times that are involved in this change order for any material lead-times and installation. - Lead time for HM Frames is 10-12 weeks from directive to proceed [and approved submittals]. - Lead time for HM Doors is 10-12 weeks from directive to proceed [and approved submittals]. - Lead time for Hardware is 8-10 weeks from directive to proceed [and approved submittals]. -This change order does NOT include material expediting or overtime(e.g., nights or weekends). If client requests to expediting/overtime option, please notify your Dash Door&Glass Project Manager to explore the add'I costs. -This price does not include amending/revising shop drawings for the AORs approval. If required, DD&G will provide a fee for that servi This Change Order Includes the following for openings: 339&339B Requested Amount of Change $6,859.72 Approved: Name: Date: Company: Date: 3085 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Change Order Order: PCO-02 Continued... Date: 04/26/2024 Description of Work Scope:Added new opening 339B. -Material: $5,345.95 - Installation: $490.00 - Freight/Delivery to Jobsite: $589.74 -Use Tax: $374.22 -Bond: $59.81 Page 2 of 2 3086 O 7 d J C)o I = Q Q N � W U Q m � a m Q N E W N O a n O U cn a) E L LL m it F i U O W C -3 a 2 i H u .� a z a O O U 3 d t u N Q O (7 E a Q W Oo a m � 3 QJ J 0] Q z Z W r COQ O > m w W J W Z U) V W 0 = O o O W LU J N Q i J co y U LL _ = LL N O (~/J O J Q d' f~/7 w O W OCD , LL O W coo LL Q o Q Z w W > Q U W U co Y Z a m w m Z < Z Q Z Q 3087 0 O � d J C)o I = N � Q W Q N � W � Q m � U m Q Q E W N Y d O a O V �F 'i V a � � r o z 0 C1 s ¢ 3 w 3 •3 0 � � 3 N o = a ap fl •N m p a m p o p N w w o coo w $ m g w U 3088 0 T T � O a) O n O Y m n N EO p Q O a a Q z L O az$ L p L y C N y ) Q 'O .� O .L.. .L-.a) ui a) x u1 O N L N Q O cz C a) Q a) L O N E Oa N LL Cl) t >' Q :3 U o m �S Q m E o N E o > m .�: C7 0 v 0 .0. CZ' . .0 - p E U a3 U [l -2 a) O UE Q aS Q c g E w a > o m C6 C. O C Cn N N LU Z C .0 Q L) !n N Q) .� O '6 ui O ._ y OCD U .V N 'pp N OU .<U6 w -6 O m 23 O LU m Q N LL _ € m L H I � Z p 6 c@ t� Q m L c in c6 O c U C m Q O a) a d Q O C a) co m N N N C Q U Q a) V O E L Z3 ZS M CO Q C In a) N d az$ p C p Q Q) aS V) mE N O (6 70 LOc Oo a U 0-O C -O C O a? O O N i O U aS O a) a C6 a- a.�. C.-J w a) a) C E to tLn ) C N U a) CO N cz cn m cu C _ O Q N cu O C) cn i co m Q fA a) L a O A O 0 0 Q a) O f�6 -, N L U a7 L C a) m t - N A -p 2' � E O p on w 3 c m J c > a) ti w ) U o z p w o > O a o r- m U�U CL s o o z a aa)i E U N cL N O U to C C U CD a ZA z N O J Q) Q) Q Q L a) U m C Q J a2{CW C -0 m C `7 (B - CO 0 rn ��- N � l5 .2 U C6 O: ..Q a) U d Ll V) C aS O �' o Q C) L N a > O] E L 2_y2 C3 O m 'cn O cn c > O O a)cu C� CO a) C E O Q) L Q O'� a c6 o N E U L O - U C -p m L) p Cn p to m 0 0 p C Q0 p i) N a @ � tLi) C C (55 E p E O L 0 -0 C 7 .O O C L O a) C� N o y a a) a C y Q _ ( �2�6 c� -0 0 L L (6 Y CY] 5 C ?� 'U. _ C -O Q) O C a) 49 O O C6 O a7 E � 'O d a) E -0 O O C)a) O - a LL C >j a) y a) e- Y (L O T wt„ L N [) Q d C a)Q U D_ rn -6 O O a) a Q) O— E a) m JZ > 0 -C °p� E - - C .--g E a) o v C Lo N Q)— to � O C Q 7 vo Oa It � p U > p O N Cn � m, J L (�') co w t J a a) m i w V Q) N (n Q to 4 L L. O+. @ w .L.. a)— M (_N6 O..- c N U w w N -0 m m c m 0 Co le � � N Q J o o .� o m .a E is o > o cm m rn xf Col m c aci =o o ca p) ... cLi o a) n E o (� -p c a zr p c Y .� c.7 cn , n Q .S E a a Q c� o a z a OSc`� J Q w o N 1-6 - - 3089 0 k � ( \ § e E ) ) ) \ ) # \ \ cu § / \ j 7 a r j / � / 2 \ cz _ § 2 ) j 2 2 2 t \ 2 ` \ \ ] ( § \ k ■ % 22 G > \ { o _ $ / LL ci o \ \ \ / k k {{ \ j 2 \ L® \ / 5 Cl) \ _ \ m § ® \ 2 m / \ L 7P E « 12 ƒ m E 2 7 \ \ cz ) 0 z { cc j J ) ƒ jE 5 cd m \ ) r 7 a 2m } / C $ ) 0 /\ 7 2 - / \ ) S \ 0 )\ r \ a)\ ) } ] ± \ § * j ) ) % ƒ j k \ \ 7 � » © £ 7 * / ) f j ± � > � ° - CD ) e + ) 2 'u m £ ®: � 2 2 / ( a / 2j / # - @ , ] a , ; f f ) ƒ m { \ ƒ ] k\ 2 Coo ( } 7 j \ k \ Coca \ � 2 ` \ \ °it � _ ° ` ® )j f j\ § \ \ \ \ \ k k CD ƒ w w e a a w e 3090 & \ CU § k \ j \ @ 2 2 k } 7 Z \ § f \ \ _ o ) } \ o E p > § o §R 0o k = \ E » § 0 \ ww 0 / 2 2 \ « ° ) 0 ) \ cc - f / i r � E \ \ Ln i ® 0 3 § \ \ ) * - j / 15, - t { - ] \\ ] 0 2 / \ )4 § \ @ \ CD ƒ \ ) § q5 Cl) § / # - / \ CL f ) _ � 5 § - _ ( \ WAO /\ \ - / {a) Coo a k ± \ \ � � cn c � ! /\ / [� \ / ] ]] ] / [ 7CD \ � \ \ ( /® tz> 0 Ln \ )q Ol z cl z ce. 0 0 z Z Ln ix 0 0 Lu Ln z z < :ro6u,) COO 3092 Q r 0 w D ¢ w J W LL W m H U) W N U) U) U) g c�ui J Z o U ~ ¢Q }U z0 wU (-)O z J Z � O Z LL Q U LU W Of Z_ (Q OLL 2 O W Q aLLJo� r» =w C) U W }, U) c w W Lu �> Z > LL LL_ a °�O o w a p cn� g o- 0- c a n :Z0 �� 15 o of u�z 0 ofW CD w J ui W Z L ¢ 0 J p 8 0 0 LL > � `� J w ¢a w w SQ w CD w cow 0 uj J U W p F U) LL L¢L ¢ W H rn ~O Q CO) cif/) O_' N J V H w _ W MLu[if o o O 0 0 w LL M O IL 0 } F a LL N p p J O c J W F W W } O LL' F U) LO w fl 0 m 2 Lu U MCD -j of L¢L ¢ N O g J 2' W O'LU O Cl) W' Q LL oc5 C Lc U O L ; � Cl) O ; d W F U) 0 = Z = O F V ¢ Q Q r5 W ¢ U) p l �_ p 0 w 0 0 in O M o } z 0 0 N O F W 2' 0 W a' 0 U d 0 Z w } z a w a w } O w Q� LL 00 W J w C6 m w w } F w } W 0 H w w M L1QZJ N w Z O z O z 0 LL Z 2 > > z j Of Op Q w ¢ w cn a w O ll� LL Q Q Q w Q Q J LL z 0 L` z L—" U) z Q m c� O a LL W o w o w to p m �W CD U U' 0 Z CD 00¢0 D W D¢0 D H D ¢ D � m Z < Q w QQ FWLLJ U GOWW U ZW DU �Q LL r2 Z Cl)J J w O J J W J J O m ¢ V U W ¢ 2 L.L¢ W F L.L Q W Ur E: W J w o w m � 0 W O_ 0 0 r w O_ 0 LLJ J LL Ic OF 10-1 C-) m m U) 0U w ZU7 p^Z L) =) z OO m w O .6 yw CD 0 ga<a 0 maw 0 BCD W W F O U) a zw> WJO � 0-W 0 OZ COO 0 a , cn - O � � U)CDz 0 zU)CDZ 0 U)U)cD 0 OQ M LL d W D a cnww— Z U)CD Z [if U)W z z °a Q ¢ LL Q ¢ p�¢w c~n z�awc~n o�¢ c~n O � _ Q = (D z Of w w wz �w0Um of U)Ofwao � �D n p O 0O F � p ow—wo 0U) U) r� 0 z0 o U � U EQaOCJCi o' c H W H H LU U)_ w X U p — w p w z g tz 2 CV M 2 CV C7 m 0 3093 0 \ / » m § 0 Fm- 1 ) ) /[ I I . w. - o w : I U m w § 0 � � \ j £ / 2 ( « L \ 0 0 � : § § : / m ( 22 ) \ [ § ; ! - K Coo \ ~ 3094 ) / 4 / § / \ § / \ PLn $ - w o � \ \ : § / & § § \ \ \ \ j ( § \ ) ) \ ) ) ) \ \ ) ( ) \ \ Coo ƒ { / « > : § : ) ) 2 ) \ ll : : § : g 3095 c N O M � ❑ v o 2 = N N Q — Z Z O Q m y Q _ N O a d W U Q W p 2 fll �T N LU J LL 0 a m a � �� IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII IIIII zIIIIIIII o ° > N LI W J Q ml�lll W W � Q CW IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII �IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII C LL W Q U w w � o O N 0 o Z - W � 2 3 U = � J m v m o J M C C w w a x °; loco W p J z W O M Q m Q O N M h � � C o W o Y O N > W E 3096 0 0 0 0 a J ti a y � z o a m � m a r oa U O U V/ Z O cel r � a W J W w O O »» o a 0-L F U' m w o � tt � o z x m uxi 3 0 a ao a o m � 3 0 a :b ______ ________________»» N o COLD c:l U m = u m Q m � v 0 w 0 w 0 w o-L i 3097 0 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 SCHEDULE OF FINISH HARDWARE PROJECT Name: C/O PCO2 KEY WEST IACA&TERMINAL(PCO 2) Address: 3491 S ROOSEVELT BLVD KEY WEST FL 33040 CONTRACTOR Name: NV2A GROUP Address: 9100 SOUTH DADELAND BLVD MIAMI FL 33156 ARCHITECT Name: MCFARLANDJOHNSON Address: 2409 NORTH ROOSEVELT BLVD,SUITE 4 KEY WEST FL 33040 DASHO ASH DOOR&GLASS C/O PCO2 KEY WEST IACA&TERMINAL(PCO 2) 800 NW 23RD ST. Prepared Date: 1-17-2024 DOOR & MIAMI,FL 33172 22063140 www.dashdoor.com Submitted By: BENJAMIN SCHULTZ OD GLASS Prepared By: AMY DALSING,AHC, DHT Page 12 of 22 3098 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 GENERAL HARDWARE NOTES GENERALHARDWARENOTES: 1.The intent of this Hardnnrare Schedule isto showinibrmation only.Approval of this Schedule will take precedence over any hformationgivenbylheArdhibdrral Dravvings&Spedfications.Therefore,tie installer nrustuselheapprovedhadAareschedule forinstallation. 2 Dash Door&GIasswill not be held respmsbleforfadorydelays Hardvarewill be ordered prompilyoncewehavereceK,edall hform tonandAPPRC/\/EDHardv\rareSchedule.EveryattemptwillbemadebmainlahtheProjecCsMalerialDeliverySchedules. 3.Door&Frame hibrmatioh asdhown is not hlendedfor the use of olherTradesand Dash Door&[3asswill not be held responsibleforitsaccu racy. 4.Dash Door&(Aass is not responsiblefor matching NevvHardwareto Existing Condilans. 5.No Bac-Chargeswill be acoepled unlessagreed byDash Door&bass i n writing prior to anyvvorkbeing performed. 6.AnyRevisonsor Changesrradeafter receipt of Approved Hardware Schedulesvvill be subject toa Processing&Engineering FeeinaddfiontoMalerialQrole.Allchangeswill then bernadeonSupplemenlaryOrdem Materialnolongerrequiredwillbe tumedovertoOwner'sAtticStock. 7.Al Locks&Cylindersnrust be installed aspertheApprra,ed Hardare Schedule and KeySchedule.DashDoor&Glasswill not be responsible if this procedure is notfolovned and if Locks&Cylindersare not omedlylocated in amordancewith lheApproved Schedules. 8.O..erheadSlbpsor Holdersmast be installed first whenused in oonjanction with E)"Closers. 9.Al E)at Devicesforpoorsotherth an 36"or48"mast be Trimred i n th e field by the installer. 10.AnyTods,Wrenches,hshuc lions&MainlenaneeSheelsor inibrmatioh padadwith Locks,Closers,Exit Devices& other Hardware Itemsaretobetu medovertothe Own er. 11.Sariernodel DoorGosersareadaplabletoa mulfiplemeansof inslallatianwfioutfu rlherparts required.Thefolowingare 1hree(3)mnTrnon mehojsof applcaiens:a.Standard RegularA-nDoor Mouniad(Pull Sided b.Parallel ArrnFrame Stbp Mount (Pushblde} c.Top,kambAbove Door Mount(Push Sde). —Before installation of Door Closer,refertothe Hardware Schedule for the nnethojof application°ree of swingfor each opening and uselhe approprialeTemplate andbr Installation hsl udion. Thedegreeof theopeninglisled isapproArn>aab&should not be used ibinstalI the DoorGoser.The hstallermustdeterminethe Maxi mumDegreeoftheopeningbasedon Field Con ditionsbeforeinstallingtheDoorCloser. 12 Al Hardwaremustbeinstalledwhh the FasbnersprDudedbytheManufad.rrer.TheuseofFastenersoherthanhose providedcan cause Ha rdwa re Failu re&Voidth e Man ufactu re r'sWarranty. 13.Theuseof Power ToolsISNOT RECCMVIENDEDIbrins1allation of Hardvuareas this causes Overlighlenhg&Darragestothe FastenerHeads.Th iswillcause Hardware Fail ure&also Void theManufactu rer'sWarranty. 14.Elec;I ician mast revievvWall Magnet Terrplale, hslallation hsi uc ton an d Hardware Sdheduleto determineproperlocation of Magnet-lunction Box. 15.Even if a ManufadurerindudesThru-BdtsorSex4Vuts&Boltsas part of their Standard FasenerPackage,thehshallershall refertoth eArdh itectisSpedficatimsforproper FasienerusageBEFOREDringDoorsforBolLs. 1&For SurfaeeAppledHardware,Ardhit chiral DoWngs&Specified Mounhgdescriptionswill takeprecedenceover Man ufactu rei'ssu pp lied Moun tin g Instructions&InstaIIerssuggestedmoun tin gIocations. 17.AnyHolesrequiredfor Wring ofall SurfaoeAppliedElectronicHar hAaietobe done in1he field by the Installation Contractor. DASH DOOR&GLASS C/O PCO2 KEY WEST IACA&TERMINAL(PCO 2) DASH 8800 NW 23RD ST. DOOR & MIAMI,FL 33172 22063140 OD www.dashdoor.com Submitted By: BENJAMIN SCHULTZ G LASS' Prepared By: AMY DALSING,AHC, DHT Page 13 of 22 3099 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 KEYING NOTES THIS IS TO BE ANEW BEST PATENDED KEY SYSTEM WITH "UNKNOWN" KEYWAY - OWNER TO PROVIDE KEYWAY Permanent cylinders are to be BEST, SMALL FORMAT INTERCHANGEABLE CORES, COMBINATED, 7-PIN WITH: 1. 2 Keys for each permanent core, 2. 6 Master keys 3. 2 Control Keys, 4. Provide Cut Keys, nickel silver, with standard bows, stamped with the phrase "DO NOT DUPLICATE." 5. Furnish 12 Construction Keys & 2 Construction Control Keys for the owner's use during project. Keying for all locks to be determined during a keying meeting to be arranged between BEST ACCESS and the Owner at a later date. Owner's Representative Contact information & final keys/cores shop to address or to scheule a keying meeting as required. NAME: PHONE NUMBER: EMAIL: ADDRESS: OWNER SHALL RETURN CONSTRUCTION CORES TO DASH DOOR & GLASS AFTER PROJECT CLOSE OUT. O & M INFORMATION * NOTE: It is the responsibility of the General Contractor to keep and provide any special tools supplied by the hardware manufacturer. These are packed with each piece of hardware and should be incorporated into the close out documents at the end of the project. DASH DOOR&GLASS C/O PCO2 KEY WEST IACA&TERMINAL(PCO 2) DASH 8800 NW 23RD ST. DOOR & MIAMI,FL 33172 22063140 OD www.dashdoor.com Submitted By: BENJAMIN SCHULTZ G LASS' Prepared By: AMY DALSING,AHC, DHT Page 14 of 22 3100 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 HARDWARE MANUFACTURERS Abbreviation Name ABH ABH BES BEST ACCESS SYSTEMS BHI BEST Hinges BPH BEST PHI DKB DORMAKABA PEM PEMKO ROC ROCKWOOD SEC SECURITRON TRI TRIMCO DASH DOOR&GLASS C/O PCO2 KEY WEST IACA&TERMINAL(PCO 2) DASH 8800 NW 23RD ST. MIAMI,FL 33172 22063140 DOIOR &OD www.dashdoor.com Submitted By: BENJAMIN SCHULTZ G LASS' Prepared By: AMY DALSING,AHC, DHT Page 15 of 22 3101 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 HARDWARE FINISHES Finish Description 26D CHROMIUM PLATED,SATIN 626 US26D SATIN CHROMIUM PLATED 630 SATIN STAINLESS STEEL 630 W 689 ALUMINUM A MILL FINISH ALUMINUM BK BLACK BL BLACK US28 SATIN ALUMINUM US32D SATIN STAINLESS STEEL DASH DOOR&GLASS C/O PCO2 KEY WEST IACA&TERMINAL(PCO 2) DASH 8800 NW 23RD ST. MIAMI,FL 33172 22063140 DOIOR &OD www.dashdoor.com Submitted By: BENJAMIN SCHULTZ G LASS' Prepared By: AMY DALSING,AHC, DHT Page 16 of 22 3102 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 DOOR INDEX Mark Heading# Mark Heading# Mark Heading# 339 44.1 339B 19.1 DASH DOOR&GLASS C/O PCO2 KEY WEST IACA&TERMINAL(PCO 2) DASH 8800 NW 23RD ST. Prepared Date: 1-17-2024 DOOR & MIAMI,FL 33172 2206314 www.dashdoor.com Submitted By: BENJAMIN SCHULTZ OD GLASS Prepared By: AMY DALSING,AHC, DHT Page 17 of 22 3103 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 HARDWARE SCHEDULE Heading 19.1 Mark KeyGroup Qty Mode Description Location Size/Material/Rating Hand Degree 339B 1 SGL DOOR EXTERIOR TO GATE 8 3-6 x 7-0 x 1 3/4 LH 180 VESTIBULE 339 HMD Door/HMF Frame 60 MIN Door/60 MIN Frame DASH DOOR&GLASS C/O PCO2 KEY WEST IACA&TERMINAL(PCO 2) DASH 8800 NW 23RD ST. Prepared Date: 1-17-2024 DOOR & MIAMI,FL 33172 2206314 www.dashdoor.com Submitted By: BENJAMIN SCHULTZ OD GLASS Prepared By: AMY DALSING,AHC, DHT Page 18 of 22 3104 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 HARDWARE SCHEDULE Arch Set Name: 19 Opening to receive: Attached Qty UM Type Description To Finish Mfgr 3 EA HINGE,5, HVY WT CB199 5 X 4-1/2 X NRP 630W BHI 1 EA ELECTRIC POWER PT1000EZ US28 ABH TRANSFER 1 EA ELECTRIC MORTISE LOCK 45HW-7-TWEU-I4-J X BEST PREFERRED PATENTED X C 626 BES ELECTRONICALLY UNLOCKED 1 EA CONSTRUCTION CORE 7190224 BES 1 EA CLOSER,REGULAR ARM HD8056 XAF80P X PC X SNDTPK 689 BES MOUNT CLOSER ON PULL SIDE OF DOOR 1 EA KICK PLATE K1050 X 3BE X CSK X 10 X 40 US32D ROC 1 EA WALL STOP 1270WV 630 TRI 1 EA THRESHOLD 2005AV X MSES25 X 42 W A PEM 1 EA GASKETING S88BL18 BL PEM 1 EA DOOR POSITION SWITCH DPS-M-BK(B/O, FOR REF ONLY) BK SEC 1 EA POWER SUPPLY DKPS-2A DKB 1 EA WIRING HARNESS WH-6E BHI FROM POWER TRANSFER TO POWER SUPPLY CECO FL#16355.2,ASSEMBLY 10,NOT WATER INFILTRATION RATED NOTE:GASKETING PER FL#REQUIREMENTS. NOTE: EXIT DEVICE WAS CHANGED TO AN ELECTRIFIED LOCK TO COMPLY WITH FL#REQUIREMENTS FOR AN INSWING DOOR. NOTE:RACEWAY AND MOLEX CONNECTION CABLE BY HOLLOW METAL MANUFACTURER. NOTE: FLOOR STOP/HOLDER NOT ALLOWED ON FIRE RATED OPENINGS PER NFPA80. NOTE: CARD READER, DOOR POSITION SWITCH,WALL MOUNTED ALARM,WIRING DIAGRAMS AND OTHER ELECTRICAL ACCESSORIES NOT LISTED TO BE PROVIDED AND INSTALLED BY OTHERS,NOT DASH DOOR&GLASS. OPERATIONAL DESCRIPTION: CARD READER RELEASES TROM ON ELECTRONIC LOCKSET ALLOWING ENTRY. CARD-KEYPAD ON THE INTERIOR SHUNTS ALARM AND RELEASES TRIM ALLOWING EGRESS. MECHANICAL KEY IN CYLINDER RETRACTS LATCHBOLT FOR ENTRY.DOOR RE-LOCKS AFTER CLOSURE.DOOR POSITION SWITCH MONITOR THE DOOR STATUS. 3-11-2024 CHANGE FIRE RATING FROM 60MIN TO 45MIN PER REVISION 1. 4-5-2024 CHANGE OPENING WIDTH FROM TO"TO 3'6", CHANGE ARCHITECT SET FROM 43 TO 19 PER GATE 8 ADDITION. —CONTRACTOR TO PROVIDE DOOR POSITION SWITCH TEMPLATE. DASH DOOR&GLASS C/O PCO2 KEY WEST IACA&TERMINAL(PCO 2) DASH 8800 NW 23RD ST. Prepared Date: 1-17-2024 DOOR & MIAMI,FL 33172 2206314 www.dashdoor.com Submitted By: BENJAMIN SCHULTZ OD GLASS Prepared By: AMY DALSING,AHC, DHT Page 19 of 22 3105 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 HARDWARE SCHEDULE Heading 44.1 Mark KeyGroup Qty Mode Description Location Size/Material/Rating Hand Degree 339 1 SGL DOOR HOLDROOM 302 FROM 3-0 x 7-0 x 1 3/4 LHR 180 GATE 8 VESTIBULE 339 HMD Door/HMF Frame 45 MIN Door/45 MIN Frame DASH DOOR&GLASS C/O PCO2 KEY WEST IACA&TERMINAL(PCO 2) DASH 8800 NW 23RD ST. Prepared Date: 1-17-2024 DOOR & MIAMI,FL 33172 2206314 www.dashdoor.com Submitted By: BENJAMIN SCHULTZ OD GLASS Prepared By: AMY DALSING,AHC, DHT Page 20 of 22 3106 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FDO HARDWARE SCHEDULE Arch Set Name: 19 Opening to receive: Attached Qty UM Type Description To Finish Mfgr 3 EA HINGE,5, HVY WT CB199 5 X 4-1/2 X NRP 630W BHI 1 EA ELECTRIC POWER PT1000EZ US28 ABH TRANSFER 1 EA RIM EXIT DEVICE ELECTRIC 3ROC-DE-FLE2103 X 4908D X S300 X FSE X 3-6(FACTORY 630 BPH LOCK/UNLOCK OUTSIDE CUT<10) TRIM 1 EA MORTISE CYLINDER 1 E-7-4-S2-RP2 X BEST PREFERRED PATENTED 626 BES STANDARD MORTISE FOR EXIT RAIL 1 EA RIM CYLINDER STANDARD 12E-7-2-S2-RP2 X BEST PREFERRED PATENTED 626 BES RIM FOR EXIT TRIM 1 EA CONSTRUCTION CORE 7190224 BES 1 EA CLOSER,PARALLELARM HD8056 X SDS X PC X SNDTPK 689 BES MOUNT CLOSER ON PUSH SIDE OF DOOR 1 EA KICK PLATE K1050 X 3BE X CSK X 10 X 40 US32D ROC 1 EA WALL STOP 1270WV 630 TRI 1 EA GASKETING S88BL18 BL PEM 1 EA DOOR POSITION SWITCH DPS-M-BK(B/0, FOR REF ONLY) BK SEC 1 EA WIRING HARNESS WH-6E BHI FROM POWER TRANSFER TO POWER SUPPLY 1 EA POWER SUPPLY PS161-6 BPH NOTE: RACEWAYAND MOLEX CONNECTION CABLE BY HOLLOW METAL MANUFACTURER. NOTE:TOUCHBAR MONITORING NOT AVAILABLE WITH DELAYED EGRESS FUNCTION ON EXIT DEVICE. NOTE: FLOOR STOP/HOLDER NOTALLOWED ON FIRE RATED OPENINGS PER NFPA80. NOTE: CARD READER, DOOR POSITION SWITCH,WALL MOUNTED ALARM,WIRING DIAGRAMS AND OTHER ELECTRICAL ACCESSORIES NOT LISTED TO BE PROVIDED AND INSTALLED BY OTHERS,NOT DASH DOOR&GLASS. OPERATIONAL DESCRIPTION:DELAYED EGRESS EXIT DEVICE.CARD KEYPAD READER WILL SHUNT ALARM AND WILL ALLOW IMMEDIATE EXITING WITHOUT DELAY.CARD READER WILL UNLOCK THE EXTERIOR LEVER ALLOWING ENTRY.WHEN FIRE ALARM IS ACTIVATED EXIT DEVICE ALLOWS FOR EXITING WITHOUT DELAY. MECHANICAL KEY IN CYLINDER RETRACTS LATCHBOLT FOR ENTRY.DOOR POSITION SWITCH MONITOR THE DOOR STATUS. 3-11-2024 CHANGE FIRE RATING FROM 60MIN TO 45MIN PER REVISION 1. 4-5-2024 CHANGE OPENING WIDTH FROM 3-0"TO 3-6", CHANGE ARCHITECT SET FROM 43 TO 19 PER GATE 8 ADDITION. —CONTRACTOR TO PROVIDE DOOR POSITION SWITCH TEMPLATE. DASH DOOR&GLASS C/O PCO2 KEY WEST IACA&TERMINAL(PCO 2) DASH 8800 NW 23RD ST. Prepared Date: 1-17-2024 DOOR & MIAMI,FL 33172 2206314 www.dashdoor.com Submitted By: BENJAMIN SCHULTZ Prepared By: AMY DALSING,AHC, DHT .OD G LASS Page 21 of 22 3107 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 HARDWARE SCHEDULE End of Schedule DASH DOOR&GLASS C/O PCO2 KEY WEST IACA&TERMINAL(PCO 2) DASH 8800 NW 23RD ST. Prepared Date: 1-17-2024 DOOR & MIAMI,FL 33172 2206314 www.dashdoor.com Submitted By: BENJAMIN SCHULTZ OD GLASS Prepared By: AMY DALSING,AHC, DHT Page 22 of 22 3108 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 TedGULF N G PCO #085 rdV K�YST BUILDING I .R 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 #085: Lotspeich - R19 Batt Insulation RFI 368.1 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 NUMBERIREVISION: 085/0 CONTRACT: 20-2039-01-Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A1Gulf Keystar JV) STATUS: Pending-In Review CREATED DATE: 8/16/2024 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: $6,892.60 POTENTIAL CHANGE ORDER TITLE:Lotspeich-R19 Batt Insulation RFI 368.1 CHANGE REASON:A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) L S I h R1S Sa,_ dn^sul,atlon RI 16IJ In response to RFI 36 1,this change order authorizes furnish and install R-19 Batt Insulation in the Clerestory Sill at low roof of the KWIA project(20- 2039-01). Cost breakdown and CO description are attached for further details. ATTACHMENTS: # Budget Code Description Amount 1 09-:29.10.30.S Gypsum Board I Framing i R19 Batt Insulation $6,266.00 Finish.Subcontractor 99.66.0 Procore OH&P.Other Prime Contract Markup $626.60 Grand Total:i $6,892.60 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 33040 Miami,Florida 33156 Christopher Ko e iallysigned byChristopher Kopec Date:2U24.12A509:3924-05'oU' z SIGNATURE DATE IGNATU E ,10.2024 DATE ATURE DATE NV2A/Gulf Keystar JV Page 1 of 1 Printed On:8/16/2024 06:44 PM EDT 3109 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Lulzft ESTABLISHED 1928 August 9, 2024 Antonio Pinto NV2A I Gulf Building 3491 S Roosevelt Blvd. Key West, FL 33040 Re: KWIA—RFI 368.1 Added Work Scope Lotspeich RCO 162542-006 Dear Mr. Pinto, We submit this proposal for the above referenced subject. scope and Price of the Work Per the RFI 368.1 Response, R19 batt insulation is required to be furnished and installed in the Clerestory sill. This is the only change in work that affects our scope. The added blocking for Fry Reglet attachment is excluded from the price as this work is being performed by a different subcontractor. The price for the work above is$6,266. Please forward a change order to the contract for the total above if you would like to proceed. Pro oral C r ifloation a d Expiration t.otspeir,h Company inc,certifies that this proposal is reasonable and accurately reflects the additional work and cost for this change to the best of our current knowledge. We reserve the right to amend or withdraw this proposal at any time prior to the issuance of a Change Authorization by NV"2A I Gulf Building. This proposal is withdrawn if not accepted within thirty days from August 9,2024, t_otspeich Company reserves all rights and remedies to claim and recover compensation for delay,extension,acceleration,disruption, interference,loss of production,inefficiency and other schedule impacts which the cumulative effect of this change and others may cause or should such changes constitute a cardinal change. Very truly yours, LOTSPEICH COMPANY INC. Aaron Elston Project Manager LOTSPEICH COMPANY INC, r R � r m u r lure 91 f6d Man f f ME u' 3110 ovousign Envelope ID:oxoEoEEl 170387Foo EST|MATEVVORKSHEET ES7FABLnSHIEED 1928 mm|A LOTS* oon RFI 368.1 Added W rk Scope JOs#: 1o'uo*u Material QUANTITY UNIT TOTAL Faced Sound Batt Insulation(R1Sx1G') ns 41.850 2.30175 Delivery Fee 1 20.000 20.00 TOTAL MATERIAL 2.321.75 SALES TAX 174.13 TOTAL MATERIAL 2.4e5.88 CATEGORY HOURS RATE TOTAL LAeonER/oR|vsn 4 28.40 114 c*nPswTEnFonswAw/euPsmwTEmoEwT s sn»u 284 PER DIEM($uoo PER MAN DAY) u 00000 oon roTALLAaOR 3.128 TOTAL MATERIAL 2,496 SUBTOTAL 5,623 CoNTFwCTDn'aoHF 5e2 Bnwm uo TOTAL 6,266 3111 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 GULF I11L Ide GUILD a NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and 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 Closed on 08/01/24 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 ,A501„ Received From Copies To Tim Bergeron(NV2A/Gulf Keystar JV),Kirk Boothroyd(McFarland Johnson,Inc.),Kellen Dannelly(NV2A)Gulf Keystar JV),Ryan Donnelly (NV2A/Gulf Keystar JV) Gregg Gaston(NV2A/Guif 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 Sodagad(NV2A/Gulf Keystar JV),G>abhel 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 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 IA 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 Fallow Up(Responded and Closed).pdf,RFI#368.1 -MH Response.pdf,Transmittal—RFI-RFI#36&1 Clerestory Wall Assembly Follow Up(Responded and Closed).pdf NV2A/Gulf Keystar JV Page 1 of 2 Printed On:Aug 27,2024 01:34 PM EDT 3112 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 RFI#368.1 -Clerestory Wall Assembly Follow Up Project:20-2039-01 KNA Concourse A and Terminal Improvements Program All Replies 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 TransmAall RF1-RFl 1t368A-Clerestory Wall Assembly Follow Up(Responded and Closed),pdf,RA#368A-M11 Response.Fdf,Transnilittal_R9-RF1#36&1 -Clerestory Walll Assembly Follow Up(Responded and Closed),pdf NV2A/Gulf Keystar JV Page 2 of 2 Printed On:Aug 27,2024 01:34 PM EDT 3113 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 NV K GULF BUILDINGPCO #089 =" KGiYST*R 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 #089: Bella - Gate 8 Concrete 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 NUMBER/REVISION: 089/1 CONTRACT: 20-2039-01 -Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) STATUS: Pending-In Review CREATED DATE: 8/21/2024 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: $316,154.30 POTENTIAL CHANGE ORDER TITLE: Bella-Gate 8 Concrete CHANGE REASON:A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Bella-Gate 8 Concrete This change order authorizes the installation of foundations,columns,and tie-downs for Gate#8 Passenger Boarding Bridge,in accordance with the Gate#8 drawing revision for KWIA project(20-2039-01). Further details are provided in the attached cost breakdown. ATTACHMENTS: COP11 R1 Gate#8,pdf # Budget Code Description Amount 1 03-.31.10.00.S Structural CIP Concrete Gate 8 Foundations&Columns $287,413.00 (Complete).Subcontractor 2 99-.99.99.66.0 Procore OH&P.Other Prime Contract Markup $28,741.30 Grand Total: $316,154.30 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 ESigned by: Signed by: DocuSigned by: I�vuf6fLr S. 6ftt E8F65F5'EAcqEAni(I�," S{VULAJAJ A4a*.za Ni-u f1R9F1FRd'33RAE CADFCF2F31994F2... SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 12/5/2024 1 07:12:51 PST 12/10/2024 1 08:29:14 PST 12/5/2024 1 06:59:04 PST NV2A/Gulf Keystar JV Page 1 of 1 Printed On: 12/5/2024 09:27 AM ES'3114 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Bella Construction of Key West, Inc. CGC 1518284 35 Diamond dr., Key West,FL 33040 Office(305)292.9888 Michaelgconcretebella.com Change Order Proposal Date:November 25,2024 Reference: COP 11 R1-Gate#8 To: NV2A Gulf Keystar JV From: Mike LaBounty Attn: Antonio Pinto Project Title: 1065-KWIA Terminal mail: Apinto(a-7NV2AGrgj&com Antonio, See below and attached for our price to install the additional PBB foundations and columns for Gate#8 as described below. Total COP:Two hundred eighty-seven thousand four hundred thirteen dollars -------------------------------------- $287,413 COP Scope Description: 1 Excavation and installation of(9)PC5 Foundations. 2 Excavation and installation of(1)PC6 Foundation. 3 Excavation and installation of(2)8.5'x 8.5'x 2'PBB Tie-down Foundations for gate 48. 4 Installation of(10)C4 Columns. 5 Installation of concrete-embedded items within the features of work listed above is included. 6 Cutting and chipping of auger piles supporting the features of work listed above is included. 7 Bending of auger development reinforcement is included. 8 Backfilling of the foundations&columns listed above is included. 9 Removal&disposal of spoil generated by the work described above is included. Qualifications: 1 All concrete reinforcement is to be untreated ASTM A615 Grade 60. 2 Piles,concrete pavement,and associated accessories are excluded. 3 Items to be embedded in concrete are to be provided by others. 4 It has been assumed that there are(4)piles per PBB Tie-down Pile Cap which are to be installed by others. 5 All features of work included in this COP are to be located and marked by others with elevations and orientations for embedded items. 6 Demolition,haul-off,or disposal of existing pavements is excluded. 7 Removal of debris created by activities not being performed by Bella Construction is not included. 8 Concrete included in this price is a 5000 PSI mix with a crystalline waterproofing admixture. 9 Mastic waterproofing(shown in"TYPICAL DETAIL OF PILE CAPS"on drawing S-601)has been excluded as this cold joint will be above grade. Approved: Contractor: Owner/Contractor: 3115 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Bella Construction of Key West, Inc. CGC 1518284 35 Diamond Dr., Key West,FL 33040 Office(305)292.9888 Michael cz concretebella.com Change Order Proposal Date: November 25,2024 Reference: COP 11 R1-Gate#8 To: NV2A Gulf Keystar JV From: Mike LaBounty Attn: Project: 1065-KWIA Terminal Antonio, See below for our pricing breakdown associated with the installation of the additional PBB foundations,columns&Tie-Downs for Gate #8. Un. Conc. material Rebar CMU Labor Equip. Disposal sub total (9)PC5 Pile Caps&(1)PC6 Pile Cap Concrete 109 cy 41,351 17,117 Excavation 191 cy 8,838 8,600 Dewatering 191 cy 2,824 2,633 Haul-off&Disposal of Spoils 8 loads 2,610 1,210 Cut&Chip Auger Piles 40 ea 100 8,040 960 Bend Pile Rebar 240 ea 5,172 Form&Strip 1465 sf 6,593 25,991 3,296 Rebar 22292 Ibs 17,834 20,732 Install Embedded Items 10 ea 264 1,923 461 Pump 109 cy 1,966 1,856 41,351 6,957 17,834 95,213 19,017 180,372 (10)C4 Columns Concrete 34 cy 13,024 5,366 Form&Strip 743 sf 3,343 13,759 Rebar 8,749 Ibs 6,999 8,137 Pump 34 cy 1,204 1,135 13,024 3,343 6,999 28,465 1,135 52,967 (2)PBB Tie-Down Pile Caps at Gate#8 Concrete 14 cy 5,269 2,783 Excavation 35 cy 1,565 1,565 Dewatering 35 cy 460 469 Haul-off&Disposal of Spoils 1 loads 326 151 Cut&Chip Auger Piles 8 ea 20 1,608 192 Bend Pile Rebar 48 ea 1,030 Form&Strip 258 sf 1,163 5,285 543 Rebar 1,580 Ibs 1,264 1,675 Install Embedded Items 34 ea 449 1,530 Pump 14 cy 306 292 5,269 1,632 1,264 16,568 3,213 27,946 2619284 OH/P/Bond 10% 26,128 Total COP $287,413 Approved: Contractor: Owner/Contractor: 3116 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 NV K GULF BUILDINGPCO #095 =" KGiYST*R 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 #095: Steel Fab - Bollards 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 NUMBER/REVISION: 095/1 CONTRACT: 20-2039-01 -Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) STATUS: Pending-In Review CREATED DATE: 9/24/2024 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: $27,635.61 POTENTIAL CHANGE ORDER TITLE:Steel Fab-Bollards CHANGE REASON:A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Steel Fab-Bollards In response to RFI's 4244,272,and 301,this change order authorizes furnishing 57 Bollards for the KWIA project(20-2039-01). Per RFI#301, Bollards are to be Reliance Foundry Type R-7902 Fixed Mounted. Cost breakdown,referenced RFI's,and further backups are attached for more details. ATTACHMENTS: 22596 RCO 007.3-Bollards.pdf , RFI 4301-shallow®bollard®finish.pdf , RFI#272-bollard®clarifications.pdf , RFI#244- overhead®and®vertical concrete®encasement®of electrical conductorsepdf # Budget Code Description Amount 1 05-.12.10.00.S Structural Steel Framing I Bollards $25,123.28 Joist.Subcontractor 2 99-.99.99.66.0 Procore OH&ROther Prime Contract Markup $2,512.33 Grand Total: $27,635.61 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 ESigned by: Signed by: DocuSigned by: vufopltiw S. �ftt K�� Sf VU AJAJ A4a*.za �; -u ( 062E1E84233B487... 81`65F EAMEenz (:A n F'49 QQAF9 SIGNATURE DATE 1SIGNATURE 2/2/ SIGNATURE DATE 2024 1 10:42:22 PST DATE 11/22/2024 1 13:05:18 PST 12/2/2024 � 07:57:10 PST NV2A/Gulf Keystar JV Page 1 of 1 Printed On: 11/22/2024 03:42 PM ES'3117 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 REQUEST FOR CHANGE ORDER 721 N.E.44th Street NUMBER: 007.3 Em F Fort Lauderdale, FL 33334 Phone:954-772-0440 Fax: 954-938-7527 TITLE: RCO#007.3 DATE: 10/22/2024 PROJECT: 22596 Key West IACA&Terminal JOB: 22596 TO: Antonio Pinto NV2A REASON: Price and Proceed Directed CIC REFERENCE: Phone: (954)599-0009 Fax: DESCRIPTION OF CHANGE Cost associated with FURNISH ONLY(58)Bollards Reliance Foundry Type R-7902 Fixed Mounted (Ref. RFI#301). Material: Carbon Steel A36 powdercoated Yellow. Items are made in China and GC is in agreement with this.Also(3)8"dia sch 40 x 9'-0"bollards added as per detail 1/C- 311. Item Description Quantity Units Unit Price Net Amount 033T Miscellaneous Metals 1.00 /Itemi 21,345.18 21,345.18 062T Sales Tax at 0.07 1,494.16 1,494.16 063 Overhead at 0.1 2,283.93 2,283.93 By my signature below, I attest that I am authorized by my firm to enter into an agreement to purchase goods and/or services.As the Buyer, I hereby authorize Steel Fabricators, L.L.C.to proceed with the additional work described herein and do guarantee compensation on the basis noted above. If schedule impact listed below is zero or not listed,additional contract time required will be determined by Steel Fabricators at the time of implementation due to changes described above. The Contract Sum Will be Increased 25,123.28 The Contract Time Will Not be Changed TBD ACCEPTED: NV2A BY: Antonio Pinto BY: DATE: DATE: PAGE 1 OF 1 FARM F C. !1 --- -- - - 3118 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Toll Free: 1-877-789-3245 Phone: 604-547-0460 y Fax: 604-590-8875 Email: info@reliance-foundry.com #207-6450 148th Street, Surrey, British Columbia, Canada V3S-7G7 www.reliance-foundry.com Quote Prepared For: Shipping Destination: Delivery:Commercial Steel Fabricators LLC Steel Fabricators LLC 721 NE 44th St 721 NE 44th St Fort Lauderdale FL 33334 Fort Lauderdale FL 33334 United States United States 9542404546 Date Quote Expires Quote Number Rev# 8/16/2024 9/15/2024 226340 1 Prepared by Phone Email Terms Currency Xerxes Daruwalla 604-592-4327 xerxesareliance-foundry.com Prepaid U.S.Dollar Customer Quote Reference Lead Time Estimate Transit Time Estimate Incoterms 2020 Ship Via 2-3 Weeks 5-10 Business Days DDP Delivered Duty Paid Prepaid Quan Item Price Tax Code Amount 58 R-7902 Yellow $209.00 $12,122.00 Architectural Bollard, Model R-7902,36"high x 4.3"OD,with or without reflective tape Material:A36 Steel, Powder Coated Safety Yel low Options:Reflective Tape:None Selected Material:Steel A36 Country of Origin:China 58 Mounting Kit: Fixed Embedded $0.00 Hardware for 7900/8900 Pipe Bollard Kit Includes: Epoxy Coated Anchor Bar Installation Instructions Hardware cost is included in the Bollard price Subtotal Subject to USTR Tariffs $12,122.00 Office of the United States Representative(USTR)tariffs are subject to change at short notice USTR 2019 Tariff 25% 25% $3,030.50 May 10,2019 Office of the United States Trade Representative(USTR)tariff @ 25% Note:This tariff increase to 25%is understood to be temporary and may be rescinded at any time. 1 Cartage&Freight $1,132.00 $1,132.00 Cartage&freight charges for standard commercial delivery.(See terms attached) 0 Sales and Use Tax $1,060.68 Total $17,345.18 QUOTATION #226340 1 of 2 3119 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FDo Toll Free: 1-877-789-3245 Phone: 604-547-0460 y Fax: 604-590-8875 Email: info@reliance-foundry.com #207-6450 148th Street, Surrey, British Columbia, Canada V3S-7G7 www.reliance-foundry.com Terms and Conditions Acceptance of this quote is subject to Reliance Foundry's Standard Terms and Conditions available online: http://www.reliance-foundry.com/company/terms-and-conditions As stipulated in the Standard Terms and Conditions,please note the following: USA/International Customers: Any applicable state sales taxes may be included in the body of this quote unless an exemption number or certificate has been provided by the customer. Any applicable sales tax collected at the time of sale may not be refunded on products returned, subject to relevant state laws. SHIPPING Commercial (standard) Standard shipping requires a dock or forklift to safely unload products upon delivery.Additional freight options are available—but these must be arranged prior to shipment and may incur additional costs.Contact Reliance Foundry's Sales Department for additional details. Residential (optional) Residential delivery includes a 24-hour advance delivery confirmation and curbside offloading at destination. The customer is responsible for any additional transport of goods at site of delivery. Shipdates/Timelines Dates given are approximations.The official shipdates are provided upon receipt of payment or establishment of credit terms with Reliance. INCOTERIVIS 2020 DDP Delivered Duty Paid Shipment is quoted Delivered Duty Paid (DDP)under Incoterms 2010:The seller bears all the costs and risks involved in bringing the goods to the place of destination and has an obligation to clear the goods not only for export but also for import, to pay any duty for both export and import and to carry out all customs formalities. Alternative terms must be arranged prior to shipment. No ORDER ACCEPTANCE: "I /We accept your price quote as above. Please place our order for the above materials, and confirm details in writing as soon as possible." Authorized Signature: Date: Name: Position/Title: QUOTATION #226340 2 of 2 3120 U m ¢ w � � Q m c a m u f0 N O L.O is 3 o mu U E o o � N o E o-a E" iom is E-mao = - = U2o - LL ti C J U-I N m v N O j i0 cc C O L v O 76N C N N =u 2 L N G a73 u E O - � �u C. a y vY _ Eac� m M o 3 3 c N Oyu 'V w =�Ti o m-o.X. > UUl vi`6 Y o mY mis o a aE C M .. as (/I >o> ro FO O ro ¢�°oro ro ® tivmi 3 O w ^ F a n a o m o 8 . Y t~ii o 0 3 o !Y ow� � C Y _ ¢Y w,., o `" a 9 m C7 n m m !Z m m O m cn ami c ami ami U ami °� z w _ y c N m m E °�v Y !� a =m 3 O o m o m m o�m m o m a m ® ^ w m o 0 G1 o v u a N a ¢ m s O o 3 C E N E y m y c N a N E w N aN_ a� > E c w C t ar t NIL 3 d Y v u E"o E O. rn E .� :: c O O" o C7 e m u a M, m 2 0 LL: t/1 = o L 0 0 0 0 0 0 0 F U F o w 0 n y a 3 ° t o O L U E ID o L o n m a 0 J o p� U O > b < O �l z W � � � O cm � o o c v Q (n a w p U a c _o =n amp J U o LPL U m6 U Q oa w o a � � •� w h � o U U .j w a) u c o �� z o' m U w o O w N � c� w � m � ua F arv, o a v � o a 4 a Vl N (a N w -ov a o a z 0) FL z oC0 a z � M a � a 0 y F C aj C y U >U 4-J E V t w L Q � � 3LD 7 fu v m 7 W ¢� u—L W d � m o— o N J m o E U i c U m ¢ 3121 U m Q w � � Q u f0 N 4 O L.O m 3 opu UE o o-p E-°Ja o = _ 73 = o T u p O U p ap+d~ -u a+ - C C ccO LL ti N_ p U N N f6 "q O "6 L O p 'O G a u E Q O U vi Q E v N N =u 2 u a+ N�J rr O c n� nw c � c3 t= ti _ as Y Y c acc �Nw +� E Y £ o� c c�u o o �' a cn m y 3 3 v _ �1 N x O. a.- yv.N _ Ea m M o ti v o o w cnO (n oO u 'V ryo Y, o ai'o.x N c =a in o ¢ 2. > > a u m m w U Zvi`6 a�5� °1 is ova DE �"' ti w � as (/f um Q—j �m�mLm ¢m ® tivmi3 O .1 Y ¢ o ii Q j, 3 o ow 5- C ti o ti d d N M N 7 N Cp�ti L OJ M TS W S c w' `m fl- m �o api E aoi-o aoi o aoi �o aoi O N O N W N U Ncl y A N O N ® n V t6 N E C-L w c .. M " T E E C -6 E d � vcYE�,? uE"� � � a am O .O.��.�O�.O�.O�.O my- off w: to o � x o C� T W L 15 \ N U_ C E N UI U a J p o U 2 L U O N Q 3 N O L 6 2 s W N y-a p U C N O N J �.> N N 0� U O` o U 6 D M m T w U m N x o o E N E w e a e e \ \ \ \ c o a > n m d O ao \/\ \/ o a• //////` a) y w o C a ( w o m \/ ai o a m \//\\/\ C U O d lL >y H \ / \\\\\\\\\\\\\\\\\\\\\\\ N� a a " // / moL z / O \\/\\/\\/\\/\ fa a acic 'o .. .. .. z / Ea�i � m +fa J L cUo � c� \/\ a a�i F N M < � � � `� N o m.-6 a Sc N LD a N mo a i Efu g = N N N Lu n d ti o Z 3122 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 G U L F B U I L B I N G NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and N V K = K YST 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 #244: Overhead and Vertical Concrete Encasement of Electrical Conductors Status Closed on 01/19/24 To Christopher Kopec(McFarland Johnson, Inc.) From Alex Hyppolite(NV2A/Gulf Keystar JV) Chris Perry(McFarland Johnson,Inc.) 9100 South Dadeland Blvd,Suite 600 Charles Howe(McFarland Johnson,Inc.) Miami, Florida 33156 Blair Dury(McFarland Johnson,Inc.) Anthony Tsui(McFarland Johnson,Inc.) Date Initiated Nov 15,2023 Due Date Nov 22,2023 Location Project Stage Cost Impact Schedule Impact Spec Section Cost Code Drawing Number EP111B, EP111C, EP141,EP301 and C-903 Reference Linked Drawings EP301, EP111C, EP141,S-112,S-102,S-600,S- 113,S-103 Received From Gustavo Lazaro(NV2A/Gulf Keystar JV) Copies To Oscar Benito(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),Jose McSherry(NV2A/Gulf Keystar JV), Antonio Pinto(NV2A/Gulf Keystar JV),Mansour Sodagari(NV2A/Gulf Keystar JV) Trade Electrical Activity Question Question from Alex Hyppolite NV2A/Gulf Keystar JV on Wednesday, Nov 15, 2023 at 05:05 PM EST On drawings EP111 B, EP111 C, EP141, EP301 and C-903 will have electrical conduits/conductors encased in concrete and we would like to have some clarifications: 1.On C-903 and EP11 C there will be the 3W6 primary conduits for Keys Energy entering the transformer platform near column line 15 and A. Please provide detail for concrete encasement for the vertical portion and advise if the horizontal portion will also require a concrete encasement, please also advise on concrete/reinforcement details. 2. On drawings EP111 B, EP301 and EP141 there will be secondary conduits vertically at column 11 and C, horizontal concrete encasement along column line 11, and vertical concrete encasement underneath Keys energy platform near column A between columns 14 and 15. Please provide details of the vertical and horizontal concrete encasements for these conduits 3. Please confirm that the conduits in the concrete encasement can be PVC. NV2A/Gulf Keystar JV Page 1 of 2 Printed On:Sep 26,2024 06:14 PM E" 3123 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 RFI#244-Overhead and Vertical Concrete Encasement of Electrical Project:20-2039-01 KWIA Concourse A and Terminal Improvements Conductors Program ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, Official Response Response from Anthony Tsui McFarland Johnson,Inc.on Friday,Jan 19, 2024 at 11:14 AM EST 1. The concrete encasement at the noted location was meant for protection. Due to the small quantity of conduits at this location,three bollards around the conduit riser location may be used in lieu of concrete encasement.The horizontal portion does not require concrete encasement.Please see updated drawing EP111 C. 2. Please see attached updated structural and electrical drawings that detail required vertical encasement at the Keys energy platform.Please see attached updated structural and electrical drawings that detail required vertical at C11 and horizontal encasement between C11/1311 3. Conduits in concrete encasement may be PVC. However,please note that underground elbows shall be PVC coated RMC as noted per spec.26055.13 section 2.01(C)(4)as allowable per exception to NEC 250.80.This is intended to alleviate concerns with damaging plastic elbows with the pull rope when installing conductors.The 45-degree elbow shown on EP301 that was originally noted to be RMC has been switched to PVC as it does not meet the conditions of the exception. Attachments Revised Structural Drawings-RFI 244 Revision.pdf,Revised Electrical Drawings-RFI 244.pdf All Replies Response from Anthony Tsui McFarland Johnson,Inc.on Friday,Jan 19, 2024 at 11:14 AM EST 1. The concrete encasement at the noted location was meant for protection. Due to the small quantity of conduits at this location,three bollards around the conduit riser location may be used in lieu of concrete encasement.The horizontal portion does not require concrete encasement.Please see updated drawing EP111 C. 2. Please see attached updated structural and electrical drawings that detail required vertical encasement at the Keys energy platform.Please see attached updated structural and electrical drawings that detail required vertical at C11 and horizontal encasement between C11/1311 3. Conduits in concrete encasement may be PVC. However,please note that underground elbows shall be PVC coated RMC as noted per spec.26055.13 section 2.01(C)(4)as allowable per exception to NEC 250.80.This is intended to alleviate concerns with damaging plastic elbows with the pull rope when installing conductors.The 45-degree elbow shown on EP301 that was originally noted to be RMC has been switched to PVC as it does not meet the conditions of the exception. Attachments Revised Structural Drawings-RFI 244 Revision,pdf,Revised Electrical Drawings-RFI 244,pdf NV2A/Gulf Keystar JV Page 2 of 2 Printed On:Sep 26,2024 06:14 PM E" 3124 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 GULF BUILDING NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and N V K = K YST 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 #272: Bollard Clarifications Status Closed on 02/14/24 To Serafina Schwerer(Atkins North America, Inc.) From Ryan Donnelly(NV2A/Gulf Keystar JV) Philip Joerdens(Atkins North America,Inc.) 9100 South Dadeland Blvd,Suite 600 Christopher Kopec(McFarland Johnson, Inc.) Miami, Florida 33156 Date Initiated Feb 1,2024 Due Date Feb 8,2024 Location Project Stage Cost Impact Schedule Impact Spec Section Cost Code Drawing Number Reference Linked Drawings Received From Ron Gage(Charley Toppino&Sons,Inc.) Copies To Tim Bergeron(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),Jose McSherry(NV2A/Gulf Keystar JV), Antonio Pinto(NV2A/Gulf Keystar JV),Claudio Santos(NV2A/Gulf Keystar JV), Mansour Sodagari (NV2A/Gulf Keystar JV) Trade Civil Activity Question Question from Ryan Donnelly NV2A/Gulf Keystar JV on Thursday, Feb 1, 2024 at 12:04 PM EST Please see the KWIA RFI 272 Attachment,which includes marked up Sheets C-300&C-311,both Revision 1,dated 1/13/23, &an overlay of Sheet C-300&C-900, Revision 2,dated 6/2/23.The marked up Sheet C-300 indicates where the bollards are located&what types we understand them to be.Detail 1 on Sheet C-311 illustrates the bollards that are to be installed on the concrete pavement.Detail 8 on Sheet C-311 illustrates the shallow foundation bollard posts,which will be installed at the building columns and the FDC locations.The marked up overlay of C-300&C-900 indicates there are three potential conflicts between bollards&underground utility lines,if the deeper foundation bollards are required at these locations under the building footprint. 1. Please advise if the quantities stated on the attachment are correct&if the type of bollard at each location is correct. If the quantity or type of bollard are incorrect,please advise where any bollards are missed on the markup&what type each incorrect bollard is to be.Additionally,please provide dimensions of where the bollards will be located from the columns within the building footprint. 2. Please advise on how to avert the potential conflicts between the bollards&the underground utilities at CL 13&15,if the deeper foundation bollards are required at these locations. Attachments KWIA RFI 272 Attachment,pdf NV2A/Gulf Keystar JV Page 1 of 2 Printed On:Sep 26,2024 06:06 PM E" 3125 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 RFI#272-Bollard Clarifications Project:20-2039-01 KWIA Concourse A and Terminal Improvements Program ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, Official Response Response from Serafina Schwerer Atkins North America,Inc.on Tuesday, Feb 13, 2024 at 10:01 PM EST 1.Both the bollard type and total bollard quantity for each bollard type is correct on the Contractor's plan markup.See attached revised C-300 Geometry and Paving plan for dimensions from center of bollard to center of column. 2.Various bollard locations were optimized and slightly shifted to eliminate any potential conflicts between the bollard footing and underground utilities.The potential conflicts mentioned above are now eliminated.Please reach out with any questions or concerns. Attachments GEOMETRY AND PAVING PLAN-C-300.pdf All Replies Response from Serafina Schwerer Atkins North America,Inc.on Tuesday, Feb 13, 2024 at 10:01 PM EST 1.Both the bollard type and total bollard quantity for each bollard type is correct on the Contractor's plan markup.See attached revised C-300 Geometry and Paving plan for dimensions from center of bollard to center of column. 2.Various bollard locations were optimized and slightly shifted to eliminate any potential conflicts between the bollard footing and underground utilities.The potential conflicts mentioned above are now eliminated.Please reach out with any questions or concerns. Attachments GEOMETRY AND PAVING PLAN-C-300.pdf NV2A/Gulf Keystar JV Page 2 of 2 Printed On:Sep 26,2024 06:06 PM E" 3126 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 GULF BUILDING NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and N V K = K YST 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 #301 : Shallow Bollard Finish Status Closed on 04/01/24 To Serafina Schwerer(Atkins North America, Inc.) From Ryan Donnelly(NV2A/Gulf Keystar JV) Philip Joerdens(Atkins North America,Inc.) 9100 South Dadeland Blvd,Suite 600 Christopher Kopec(McFarland Johnson, Inc.) Miami, Florida 33156 Date Initiated Mar 29,2024 Due Date Apr 5,2024 Location Project Stage Cost Impact Schedule Impact Spec Section Cost Code Drawing Number Reference Linked Drawings C-311 Received From Eduardo Dominguez(Steel Fabricators,LLC) Copies To Tim Bergeron(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),Jose McSherry(NV2A/Gulf Keystar JV), Antonio Pinto(NV2A/Gulf Keystar JV),Claudio Santos(NV2A/Gulf Keystar JV), Mansour Sodagari (NV2A/Gulf Keystar JV) Trade Civil Activity Question Question from Ryan Donnelly NV2A/Gulf Keystar JV on Friday, Mar 29, 2024 at 11:30 AM EDT Detail 8 on Sheet C-311, Revision 1,dated 1/13/23, indicates the shallow foundation bollard posts are to be Reliance Foundry Model R-7902 or equivalent.Please see the KWIA RFI 301 Attachment and provide the following information for the shallow foundation bollards: 1. Color of the bollards 2. Type of Coating 3. Fixed mounted or removable mounted? Attachments KWIA RFI 301 Attachment.pdf ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, Official Response Response from Serafina Schwerer Atkins North America,Inc.on Monday,Apr 1, 2024 at 04:38 PM EDT 1. Color of the bollards-safety yellow 2. Type of Coating-normal powder coating 3. Fixed mounted or removable mounted?-fixed mounting All Replies Response from Serafina Schwerer Atkins North America,Inc.on Monday,Apr 1, 2024 at 04:38 PM EDT 1. Color of the bollards-safety yellow 2. Type of Coating-normal powder coating 3. Fixed mounted or removable mounted?-fixed mounting NV2A/Gulf Keystar JV Page 1 of 1 Printed On:Sep 26,2024 06:08 PM E" 3127 5: 11/0 4—J is immM Of a. LL ti 00 Cl) 0 ti 00 ti N L) CP 00 0 CD Lr) LU 0 w Cl) m CL 0 LU C: 2) U) D 0 0 n 3128 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 II 2 3 5 1' u 5 n , � 296 257 241 233 227 M 214 209 Cat ll for pdbng Select OmtiIrig NOW rry+ r R�'T��9 G i r tl ;_",'4 0 ff COAM USE) $4100 USYS76.00 0 1"Geias note i+,e rh Naf actual colors Val, depending cm yofl_(1 m e �i.. a W s may r u q 9A an f W W yy Y l.,i o Po{{ d Il�. of ryry 0. " weeks, orders .;'�^ 1+1m a r9��,`�"9S Rfa�4 9r� i��� !��a'N4 have may"'"'h�� u. us at 1 D& %9 3129 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 NV K GULF BUILDINGPCO #105 =" KGiYST*R 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 #105: Bella - Keys Energy Ductbank Encasement 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 NUMBER/REVISION: 105/D CONTRACT: 20-2039-01 -Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) STATUS: Pending-In Review CREATED DATE: 11/20/2024 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: $15,416.50 POTENTIAL CHANGE ORDER TITLE: Bella-Keys Energy Ductbank Encasement CHANGE REASON:A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Bella-Keys Energy Ductbank Encasement In accordance with Conformed Set drawings and RFI#391 response,this change order includes the costs associated with the vertical ductbank concrete encasement and grade beam between CL A15 and B15.for KWIA project(20-2039-01).Cost breakdown and additional backups are attached for further details. ATTACHMENTS: COP 15-Ke sy Energy Ductbank Encasementepdf # Budget Code Description Amount 1 03-.31.10.00.S Structural CIP Concrete Vertical ductbank concrete encasement and grade beam $14,015.00 (Complete).Subcontractor 2 99-.99.99.66.0 Procore OH&P.Other Prime Contract Markup $1,401.50 Grand Total: $15,416.50 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 ESigned by: Signed by: DocuSigned by: I�vrsf6fLr S. ape c � Sf►U AJ A�. 00 za Pzl- a 062E1E84233B487... 8 EumZE4C2F4D3... Ca[)PCP)P'A1 QQAP9 SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 12/3/2024 1 12:52:28 PST 12/10/2024 1 08:26:34 PST 11/20/2024 1 18:29:19 PST NV2A/Gulf Keystar JV Page 1 of 1 Printed On: 11/20/2024 03:53 PM ES'3130 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Bella Construction of Key West, Inc. CGC 1518284 35 Diamond dr., Key West,FL 33040 Office(305)292.9888 Michael cx.concretebella.com Change Order Proposal Date: October 3,2024 Reference: COP 15 To: NV2A Gulf Keystar JV From: Mike La Bounty Attn: Antonio Pinto Project Title: 1065-KWIA Terminal mail: Apinto&NV2AGroup.com Antonio, See below for our pricing associated with the additional work outlined in RFI-391 -Keys Energy Vertical Conduits Concrete Encasement. Total COP: Fourteen thousand fifteen dollars ------------------------------------------------------------------------------------- $14,015 COP Scope Description: 1 Grade beam shown in the response to RFI-391. 2 Concrete encasement for the vertical ductbank shown in the repsonse to RFI-391. Qualifications: 1 The grade beam and vertical ductbank will be the exact same dimensions&includes the same reinforcement as the grade beam and vertical ductbank included in the response to RFI-244,located along GL14 between GL A&B. 2 All concrete will have a compressive strength of 5,000 PSI and include a crystalline waterproofing admixture. 3 Base Course or other non-insitu backfill materials are to be furnished and installed by others. Approved: Contractor: Owner/Contractor: 3131 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 Bella Construction of Key West, Inc. CGC 1518284 35 Diamond Dr., Key West,FL 33040 Office(305)292.9888 Michaeloconcretebella.com Change Order Proposal Date: October 3,2024 Reference: COP 15 To. NV2A Gulf Keystar JV From. Mike LaBounty Attn: Aointo(a7V2AGroupecom Project: 1065-KW IA Terminal Antonio, See below for our pricing breakdown associated with the additional work outlined in RFI-391 -Keys Energy Vertical Conduits Concrete Encasement. Un. Conc. material Rebar CMU Labor Equip. Subs sub total Grade Beam Between A15&B15 Concrete 1 cy 432 238 Excavation 2 cy 428 428 Dewatering 2 cy 243 243 Form&Strip 22 sf 77 491 Rebar&Stirrups 224 Ibs 168 280 Drill&Epoxy 16 ea 120 276 52 Pump 1 cy 137 139 432 197 168 2,092 862 3,752 Electrical Risers at XFMR Platform along Gridline 15 Concrete 5 cy 1,922 315 Form&Strip 179 sf 628 4,005 861 Rebar&Stirrups 515 Ibs 386 644 Pump 5 cy 110 117 1,922 628 386 5,074 978 8,989 12,741 OH/P/Bond 10% 1,274 Total COP $14,015 Approved: Contractor: Owner/Contractor: 3132 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 GULF BUILDING NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and N V K = K YST 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 #391 : Keys Energy Vertical Conduits Concrete Encasement Status Open To Anthony Tsui(McFarland Johnson,Inc.) From Kellen Donnelly(NV2A/Gulf Keystar JV) Blair Dury(McFarland Johnson,Inc.) Charles Howe(McFarland Johnson,Inc.) Chris Perry(McFarland Johnson,Inc.) Christopher Kopec(McFarland Johnson, Inc.) Oren Guttmann(McFarland Johnson,Inc.) Date Initiated Sep 19,2024 Due Date Sep 26,2024 Location Project Stage Cost Impact Schedule Impact Spec Section Cost Code Drawing Number Reference Linked Drawings Received From Jordan Collins(Florida Keys Electric Inc.) 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),Gustavo Lazaro(NV2A/Gulf Keystar JV),Joseph L. Petzack(McFarland Johnson,Inc.), Antonio Pinto(NV2A/Gulf Keystar JV),Claudio Santos(NV2A/Gulf Keystar JV), Mansour Sodagari (NV2A/Gulf Keystar JV) Trade Electrical,Concrete Activity Question Question from Kellen Donnelly NV2A/Gulf Keystar JV on Thursday, Sep 19, 2024 at 05:17 PM EDT The three(3)6"conduits for the primary service to the Keys Energy platform at column 15 between A and B will require a similar concrete grade beam and concrete encasement as the secondary conduits at column 14 between A and B.Please confirm is acceptable to use similar detail 2 on drawing S-312 for the primary conduits.Please refer to attached sketches showing proposed location of grade beam/column and pictures of actual conduits in the field. Attachments RFI#244.1 Sketch-f,pdf ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, Official Response Response from Oren Guttmann McFarland Johnson,Inc.on Wednesday, Oct 2, 2024 at 02:57 PM EDT Yes,the same detail is acceptable for this location. All Replies Response from Oren Guttmann McFarland Johnson,Inc.on Wednesday, Oct 2, 2024 at 02:57 PM EDT Yes,the same detail is acceptable for this location. NV2A/Gulf Keystar JV Page 1 of 1 Printed On:Oct 3,2024 09:07 AM E" 3133 S1N3W3AOUdWl IVNIAH3i'R V 3sunoON0O z" v „3g 3 _ O Q L. o�y� laOdlilb�b N011b Nb31Nl 1S3M 13li Cl) N _ sty ObOEE-ld'3saM(eA'P^I9 llanasooa S l6bE :z - fn _ yo NOliVlAb'dO lNE]AlHVd34.11Nnoo E]OHNOW 05 y -- _ + -- ---- ------------ ---- ---- ---------- I I r 1 I = s e I 1 I m w 9 r I � I .,I L _i 3sz� Iv vl L L_ -J_J Tl— --�- Q II > I ' J -- ' -- Il� «t, -- - --- --- ! w !l4 �a r n s ¢aJ O e � i I CL oz _— Z LL< © ( .1 Q I „1 I 1 I _I I 1 w cr I I 1 Z ----------- T----------------- ?�— ---- T—! L --- �r---i--� ' r ,i 1 3134 S1N3W3n0l�dWl IbNIWl�31 S b 3Ss�f10ONOO N ram os�y laOdHIV lVNOIiVNb31NI lSDM ADD z CV � N o r n-mboyy ObOEE�d'3saM(e�{'P^I9 llanasooa S l6VC w - cn 0 x N0I1FARd dO lN3WlHVd34 AiNnoo E]OHNOW irvana w =a = \ / V V s= a ql 000 �\ q � II - t I - a 3 - O �:. z I O a F � --------- '-- - III ------ _CE, u,.aa w w - - M. - IIII�II III o \ W� = 020, I I � w zL O n U _ o9 LU wW rf- rt- O -' - - - - - I , 000 I e A `s z _ ____ __ _______ __________ ___L--A-AQAv-IQu, .._7. Z w ul (D !D 3135 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 I � Ili III;III I � uupuuq uru �I I��I Ip I, j riot, i� JfG yy �Vr ,q � }r 'l %�� I II � 'IIII ilillliM�,iilpiliC�i�.''III� IIIIIr �II I I i 'I'o I IIII 1 r,;I I i � �r 1��fl��� Irt�'j� ✓ ', wlwl���%%i! � / ��,�,:;�� l�llll Il�l�ll��llll�lll�lll�� I � ���.� II��� I / p / e r � r � k 1k 11 III x F,�. � °"'� w"�a �.I ,� r"�r,,,s� ��,r� � ,.:,, ��f� �.„ // /Yli'irp/ " bV� �(/ i��l?'��r��+7��,r', r, �l f r/✓,lab„rl�%�ji � r."" l r � uuuuuilimuiiimuuuuuuuuuuulimuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuum uuuuuuuuiuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuu uuuuu a ,P I.� ) III ��.�iiIII�"III 7V d dI.,µ,11 ,<Ir'I •� uuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuum� �a;,k' Iag^w II a ii I' II Iiruuin� 3u" 3136 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 NV K GULF BUILDINGPCO #110 =" KGiYST*R 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 #110: CTS - Gate 8 Water and Sewer Revision 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 NUMBER/REVISION: 110/0 CONTRACT: 20-2039-01 -Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) STATUS: Pending-In Review CREATED DATE: 11/22/2024 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: $76,477.80 POTENTIAL CHANGE ORDER TITLE:CTS-Gate 8 Water and Sewer Revision CHANGE REASON:A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CTS-Gate 8 Water and Sewer Revision In accordance with KWIA Gate 8 Drawings Revision,this change order is to authorize sewer and water lines modifications to avoid conflict with the Gate 8 bridge foundations at East side of KWIA project(20-2039-01).Cost breakdown for removing the existing utilities and structures and installing new water and sewer pipes are as attached. ATTACHMENTS: Charley Toppino and Sons-KWIA Terminal-Gate 8 Water and Sewer Revision.pdf # Budget Code Description Amount 1 33-.10.00.00.S Water Utilities.Subcontractor Gate 8 Water Revision $17,337.45 2 33-.30.00.00.S Sanitary Sewer.S u bcontractor Gate 8 Sewer Revision $52,187.82 3 99-.99.99.66.0 Procore OH&P.Other Prime Contract Markup $6,952.53 Grand Total: $76,477.80 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 Signed by: Signed by: DocuSigned by: rCal.46,L. S. 6ftt K(�" SfVULAJAJ A*4� Pk4,U 062E1E84233B487... sF65F5gEAcgFena ECADFCF2F31994F2... SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 12/3/2024 1 13:00:37 PST 12/10/2024 1 08:28:19 PST 11/22/2024 1 07:57:56 PST NV2A/Gulf Keystar JV Page 1 of 1 Printed On: 11/22/2024 09:54 AM ES'3137 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 faw Price Quotation Attention: NV2A,Key Star Construction&Gulf Building DATE: 11/18/24 One Detran Center 9100 South Dadeland Blvd.,Suite 600 Miami,FL 33156 ITEMIZED QUANTITIES Location: Key West International Airport-Key West,FL 33040 Scope: Gate 8 Water and Sewer Revision-Remove Exisitng Utilities/Structures,Install New Water and Sewer Pipe Item Description Quantity Units Cost per Unit Line Item Cost Notes 1 Gate 8-Sewer Revision(Night Work) Superintendent 9.0 Hrs $ 187.20 $1,684.80 Foreman 27.0 Hrs $ 144.30 $3896.10 O orator 27.0 Hrs $ 126.75 $3,422.25 Laborer 27.0 Hrs $ 81.90 $2,211.30 Laborer 27.0 Hrs $ 81.90 $2,211.30 Laborer 27.0 Hrs $ 81.90 $2,211.30 Excavator 27.0 Hrs $ 162.501 $4,387.50 Loader 27.0 Hrs $ 156.00 $4,212.00 Dump Truck 27.0 Hrs $ 156.00 $4,212.00 D-fering Pump 27.0 Hrs $ 84.50 $2,281.50 Flowfill 12" 12.0 Yards $ 250.00 $3,000.00 Bedding Stone 30.0 Tans $ 89.12 $2,673.60 Back ill/Structure/Pie Disposal 2.0 Loads $ 500.00 $1,000.00 8"EDR26 Sewer Pi e(Approx.48LF 1.0 LS $ 1,929.39 $1,929.39 48"RD Sanita Manhole 2.0 EA $ 3790.45 $7580.90 Li ht Tower 1.0 Week $ 529.53 $529.53 2 Gate 8-Water Revision Superintendent 3.0 Hrs $ 124.80 $374.40 Foreman 9.0 Hrs $ 96.20 $865.80 Operator 9.0 Hrs $ 84.50 $760.50 Laborer 9.0 Hrs $ 54.60 $491.40 Laborer 9.0 Hrs $ 54.60 $491.40 Laborer 9.0 Hrs $ 54.60 $491.40 Excavator 9.0 Hrs $ 162.50 $1462.50 Loader 9.0 Hrs $ 156.00 $1,404.00 Dump Truck 9.0 Hrs $ 156.00 $1,404.00 D.-fering Pmp 9.0 Hrs $ 84.50 $760.50 Flowfill 12" 7.0 Yards $ 250.00 $1,750.00 Bedding Stone 18.0 Tans $ 89.12 $1604.16 Back ill/Pi a Disposal 1.0 Load $ 500.00 $500.00 4"C900 Water Pipe(Approx.31 LF 1.0 LS $ 3401.26 $3401.26 Subtatal $63,204.79 3 Overhead&Profit 10% 1.0 LS $ 6,320.48 $ 6,320.48 4 Mobilization/Demobilization 1.0 LS $ 5 General Conditions LS $ Total: $ 69,525.27 Notes: This will require a time extension of 90 days. Notes: Lead time on sanitary structures is 6-8 weeks. Prepared by: Estimator C arley Toppino&Sons,Inc. Sheet 1 of 1 Date: 11118/24 Signature: Date: 3138 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 FERGUSON- FEL-MIAMI WATERWORKS#1216 Deliver To: 10810 S.W.184TH ST. From: Alejandro Cerice WATERWORKS MIAMI,FL 33157-6737 alejandro.cerice@ferguson.com omments: Phone:786-573-7140 Fax:305-969-0361 14:21:25 NOV 14 2024 Page 1 of 2 FEL-POMPANO BEACH, FL WW#125 Price Quotation Phone: 786-573-7140 Fax: 305-969-0361 Bid No: B577877 Cust Phone: 305-296-5606 Bid Date: 11/14/24 Terms: NET 10TH PROX Quoted By: AC Customer: CHARLEY TOPPINO&SONS INC Ship To: CHARLEY TOPPINO&SONS INC PO BOX 787 PO BOX 787 2231-COUNCOURSE A AND EX 2231-COUNCOURSE A AND EX KEY WEST, FL 33041 KEY WEST, FL 33041 Cust PO#: NEW GATE INSTALL Job Name: 2231-COUNCOURSE A AND EX Item Description Quantity Net Price um Total -------------------------- NEW SEWER -------------------------- SDR26HWSPX14 8X14 SDR26 HW PVC GJ SWR PIPE 56 18.986 FT 1063.22 MUL067478 8 PVC HW SWR GXG REP COUP 2 104.160 EA 208.32 H355708 8 PVC SDR35 GXG MLD WHOLE ADPT 4 130.810 EA 523.24 SUBTOTAL 1794.78 -------------------------- NEW WATER -------------------------- DR18BPEP 4 C900 DR18 PVC EPDM GJ BLUE PIPE 40 8.629 FT 345.16 TW12SLDTHHNBL500 12GA SLID COP THHN WIRE BLUE 500 500 308.000 M 154.00 PSD61051352 6X1000 UG DET WTR BLUE 1 138.840 EA 138.84 4"GATE VALVE AFC2504MMLAOL 4 DI MJ RW OL GATE VLV L/A 1 988.300 EA 988.30 E2004PV 4 MEGALUG F/C900/IPS PVC 2 43.988 EA 87.98 MJ304SSEBGPP 4 MJ B&G PK 304SS W/EPDM GSKT 2 65.000 EA 130.00 U7615WL #2 VLV BX W/WTR LID 1 160.000 EA 160.00 BVTM 3 BRS VLV ID TAG 1 24.920 EA 24.92 FITTINGS DMJLSLAP DOM 4X12 MJ C153 LONG SLV L/A 2 124.680 EA 249.36 DMJ9LAP DOM 4 MJ C153 90 BEND L/A 2 125.400 EA 250.80 E2004PV 4 MEGALUG F/C900/IPS PVC 8 43.988 EA 351.90 MJ304SSEBGPP 4 MJ B&G PK 304SS W/EPDM GSKT 8 65.000 EA 520.00 SUBTOTAL 3401.26 HOW ARE WE DOING? WE WANT YOUR FEEDBACK! Scan the QR code or use the link below to complete a survey about your bids: i� https://survey.medallia.com/?bidsorder&fc=1216&on=71381 3139 Docusign Envelope ID:9A3EDEE1-5560-49B8-9C26-748170387FD0 QUO I A I ION /GON I KAG I J r I✓ONCRETE PRODUCTS No. OF THE PALM BEACHES, INC. 931 Village Blvd, Ste 905-270 Page: 1 of 1 West Palm Beach, FL 33409 OFFICE NO: 561-842-2743 Date: 5-Nov-24 CELL NO: 305-720-6414 TO: JOB NAME: CHARLEY TOPPINO & SONS KWIA- EARLY WORKS PACKAGE- REVISED ATTN: CARLI BERNARD Extended Quantity Item Description Unit Price Total 2 48" RD SANITARY MH W/Boots& USF#227-AS-ORS/SASE, 0/6' $3,451.00 $6,902.00 1 BOX OF RAM-NEK GASKET $150.00 $150.00 NOTES: MANHOLES INCLUDE XYPEX(OR EQUAL)WATERPROOFING ADMIXTURE, OUTSIDE COATING WITH COAL TAR EPDXY, AND PRECAST INVERT CHANNELS. INTERIOR PAINT/COATINGS ARE NOT INCLUDED. TO BE SHIPPED WITH ANOTHER LOAD TO KEY WEST. NOTES: TOTAL $7,052.00 Plus Tax All Quotations/Proposals prices are good for 30 days.After 30 days,prices will be adjusted to reflect any increases in materials(Cement, Steel,Aggregates,castings,etc.) ACCEPTANCE OF PROPOSAL:The above prices,specifications and conditions are satisfactory and are hereby accepted.You are authorized to do the work as specified. DATE OF ACCEPTANCE SIGNATURE QUOTED BY LUIS E.VIDAL Quotation/Contract 3140 I Docusign Envelope ID:9A3EDEEI-5560-49B8-9C26-748170387FD0 Page 1 of 2 w"k SUMBREL 14IL-ir A4" RENTALS PC#: 0352 SUNBELT RENTALS, INC. 5565 2ND AVE Salesman: 035201 BICKEL, BRIAN (352) STOCK ISLAND, FL 33040 5945 TELEPHONE: 305-296-2617 Typed By: BKNOWLES Job Site: QUOTE KW INTERNATIONAL AIRPORT 3491 S ROOSEVELT BLVD C/O C. TOPPINOS & SONS KEY WEST, FL 33040 5295 Contract #.. 162207579 C# : 305-296-5606 J#: 305-296-5606 Contract dt. 11/15/24 Date out.... 1/15/25 1:13 PM Customer: 565739 Est return.. 1/22125 1:13 PM CHARLEY TOPPING & SONS INC Job Loc..... 3491 S ROOSEVELT BLVD, KEY WEST PO BOX 787 Job No...... 1 - KEY WEST AIRPORT KEY WEST, FL 33041 P.O. #....,. WILL ADVISE Ordered By.. PFAHL, JASON NET 30 For operations in Florida:Prima facie evidence of intent to defraud:Failure to return rental property or equipment upon expiration of rental period and failure to pay all amounts due(including costs for damage to the property, or Equipment)are evidence of abandonment or refusal to redeliver the property, punishable in accordance with Section 812.155,Florida Statutes. QTY EQUIPMENT # min Day Week 4 Week Amount 1.00 400OW NARROW VERTICAL MAST LIG 198.00 198. 00 425. 00 945.00 425. 00 0120405 EQP MSG The following shift rates will apply: 8 Hrs/Day 40 Hrs/Wk = 1.0 x Rate 9-16 Hrs/Day 41-80 Hrs/Wk = 1.5 x Rate 17+ Hrs/Day 81+ Hrs/Wk = 2.0 x Rate Return lights to their stowed position after use. Additional charges may apply to stow lights upon pick-up. SALES ITEMS: Qty Item number unit Price 1 ENVIRONMENTAL EA 8.280 8.28 2133XXX000 ENVIRON/HAZMAT/DISPOSAL FEE RENTAL PROTECTION PLAN 63.75 CUST P/U Sub-total: 497.03 Tax: 32.50 Total: 529.53 ............................... ..... T Es NOT K ------------ --- MUCT IPLF SHI-FTS OR CUSTOMER M R-ESPIONSIMAE FOG PROPERM NOTIFY THE OFFICE AT ONCE OVERTWE RATES MAY APPLY REFUEIJNQ�DAMAGES AND REPAWtS 1. The total charges are an estimate based an Overestimated rentelperfixi and other information provided by Customer. 2. Customer!ssumes all risks associated with the Equipment during the Rental Period,including injury and demargete persons,property and theliquipment. 3. C attorney is responsible for and shattonlypermit properly trained,Authorized Individoalsto use the Equipment. 4. If the Equipment does not operate properly,is not suitable for Customer's intended use,damanst have operating and safety instructions or Customer has any questions regarding use of the Equipment,Customer shall not use the Equipment and shall contact Sunbelt immediately. 5. Equipment misuse or using damaged or malfunctioning Equipment may result in serious bodily injury or death and Customer agrees that Customer(1)assumes all risk associated thereunder,and 011indentriflooSunbelt Entiflasterall claims or damages asa result of misuse or use of damaged or malfunctioning Equipment. S. Customer has received,read,understands and afroosto the estimated charges and all the terms so this page,plus all sections oaths reverse side at this Contract I'Sections'),including Releassand indemnification in Section a and Environmental Facts Section 16,which can also be found at .sunbeltrantalmomirentalcontracL-Deliveryiplickup Surcharge too explanation m available at 7. Customer most contact Sunbelt to request pickup of Equipment,retain the Pick-Up Number given by Sunbelt and will he responsible for Equipment until actually retrieved by Sunbelt. B. Customer waives its right to 4 jury trial in any dispute as net forth bisection 19. 9. At the election ef Sunbelt arCustamer,Custom"a9t6*116 104"ki every#izpdlv to arbitration and waives any right to bris;a class action as set forth in Section 20. -- ----- ------ C 114,""llnued on the next page... www.sunbeltrentals.com RNTOUTPlP Moo 1 3141 �}, N D9V)4OVdSNUOM.I�»b3 Fz O 1»OdIJIV-1VNO1iVNa31N1 1S3M.131i s e J 3 O 3 g 6o'ti000 ObOEE��'1saM(a�{ PM9 llanasooli S l6bE oa w J NOliVIAV AO 1NE]AiH ld34)dNnoo 3OHNOW iN3n g a V a c �= E e � R ROM 0 w Z w w Z d a 1 11 o s MOO to {I 9 =z - ..cz.a¢az ��=e,s�u" �.".azo .:"" a_ „111 ORM 0 HWHIM, ou �nT / ny )I{ coves \ MIA I i � 7211, " aunrn y �1 ��� � 1 r 041 a � � 0' Yr az" �v how I '— so-so n % I � „ a �� yc I a .. mI mot H. Rh r I f I I� v LL a V, i _> �-f` A ......................... HO �i PIN " z 5 0 1 I v d W11111111111 J t ................ as A 1 r l r �I f go I 9 f }I a s I ' N' ............. ......... s J u u y P I I; r 0 mr� � 1 I ) I p . f a 7 i " i �/ � lo A. \- u LL �a z 1 - e i _. 3142 gi }, N 396710Vd SNUOM A�HV3 Z W M s1 A0d)JIV-1VN01iVNa31N1 1S3M A3N s MMOLu 5 LL Q a a O bOEE� 1saM AON PA19 11anasoo! S l6 bE I � z e J NOUVIA l d01NE]AiH ld34,kiNnoo 3OHNOW iN3n g o ¢ o ur _ 5 ue11enal3 w \, 0 H 70 a �i 0 u a mi Ill L I w iMdi a 0 a �I1 a e I r2m ` � sw I �u �I Em'•' I \\i \ w w " a I wQ¢ Y� I o I � � d Gf wP f—�ON Q 7 nl y a h a ':. a w _ .. p �_w �.. .� S � J OIIU 141 ,n'�,,,,. m 1\ MAu...m2 r9i s °ly Z06 j 133IHS NO 9nNIlNO3 00+ZZ W-1M01VA o¢° 1 i�d r h w " w I' ¢ w h \ 6 I m L I " W a u/, o � ' e tl I a J I m m^ a v • j,�I'l Elevation ' Z06-0 1HHHS NO An NI1NOO 00+ZZ HNI1HO1VW 3143 Docusign Envelope ID: B470E986-40BC4655-8E06-87E2DAE1DED7 Iq MCA U451PRASNOP. Fulou'ap.111) D(ZO(lal P Page'!.l MONROE COUNTY/DEPARTMENT OF AIRPORTS CONTRACT CHANGE ORDER PROJECT TITLE; KWIA Concourse A&Terminal improvements CHANGE ORDER NO.: 041 INITIATION DATE: 7/18/2024 TO CONTRACTOR: NV2A/GuIf 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 14,129,476.01 The(Contract Sum)(Guaranteed Mxium Price)prior to this Chage order was S 115,591,247.01 The(Contract Sum)(Guaranteed Mxium Price)will be Hncreased'i by this Change Order 5 140,187.30 The new(Contract Sum)(Guaranteed Mmium Price) including this Change Order is 115,731,434.31 The Contract Time will be(chanliedp by TBD 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: This_PCCOa.th.rizes the scope changes as outlined in the approved PCOs:074 and 090,detailed below: o PCO N074:The costs associated with the changes in the Drywall and Soffit Scope of Work depicted in the 10096 Conformed Design Drawings compared to the 90%Contract Documents for the KWIA project.(20-2039-01). -PCO#090:The costs to furnish and install 172 SF increase MCP-1 ceiling scope at Gate AM vestibule for KWIA project(20-2039-01). POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO it Title Schedule Impact Amount 74 Itatwich-Conformed Set changes 132,000-00 9 1 'te 3 Ceilings 8j87.30 0 totspekh-G Tabil' 140,187.30 This change order is 0.14%of the original contract price. Not valid until signed by Owner,Architect(if applicable),and Contractor Signed by; (66�4v S 12/30/2024 1 12:01:31 PST ARCHITECT: r DATE: Wcuftnod by: cuSignud by: 12/23/2024_WU, 1 10:32:16 PST CONTRACTORS: DATE: Signed W. 1/6/2025 1 11:03:07 PST EXECUTIVE DIRECTOR OF AIRPORTS DATE: COUNTY/DEPUTY ADMINISTRATOR DATE!:,, MONROE COUNTY ATTORNEY"I., ApPROV TO FORM J4 ----.......... PE _P .44GA0a_*QA4F SR. ASSIM' "A-N�T r7/,ATTORNEY Et. Docusign Envelope ID: B470E986-40BC-4655-8EO6-87E2DAE1 DED7 NV K � KYT - PCCO #041 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 #041 : Lotspeich - Conformed Set and Gate 8 Ceilings 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: 12/21/2024 CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) CONTRACT STATUS: Approved REVISION: 0 DESIGNATED REVIEWER: REVIEWED BY: DUE DATE: REVIEW DATE: 12/21/2024 INVOICED DATE: PAID DATE: SCHEDULEIMPACT: EXECUTED: No REVISED SUBSTANTIAL SIGNED CHANGE ORDER 12/18/2024 COMPLETION DATE: RECEIVED DATE: CONTRACT FOR: 20-2039-01:Key West International Airport TOTAL AMOUNT: $140,187.30 Concourse A DESCRIPTION: This PCCO authorizes the scope changes as outlined in the approved PCOs:074 and 090,detailed below: • PCO#074:The costs associated with the changes in the Drywall and Soffit Scope of Work depicted in the 100%Conformed Design Drawings compared to the 90%Contract Documents for the KWIA project. (20-2039-01). • PCO#090:The costs to furnish and install 172 SF increase MCP-1 ceiling scope at Gate#8 vestibule for KWIA project(20-2039-01). ATTACHMENTS: KWIA PCO 090-Lotspeich-Gate 8_Ceilings Rev O.pdf, KWIA PCO 074 -Lotspeich Conformed Set_Chancge.pdf POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO# Title Schedule Impact Amount 074R2 Lotspeich-Conformed Set Changes $132,000.00 090 Lotspeich-Gate 8 Ceilings $8,187.30 Total: $140,187.30 The original(Contract Sum) $101,461,771.00 Net change by previously authorized Change Orders $14,129,476.01 The contract sum prior to this Change Order was $115,591,247.01 The contract sum will be increased by this Change Order in the amount of $140,187.30 The new contract sum including this Change Order will be $115,731,434.31 The contract time will not be changed by this Change Order. Ds Ds [A 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 b Signed by: Signed 6y: DocuSi gned y DocuSigned by: (,(tivisfep(UX S. 6ftt �e(A,ti, StAk" 062E1EB4233B487... 8E65F52F4C2F4D3... 019093827A75487... 81`59717D29E34A5... SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 12/30/2024 1 12:01:31 PST 1/6/2025 1 11:03:07 PST 12/23/2024 1 10:32:16 PST NV2A/Gulf Keystar JV Page 1 of 1 Printed On: 12/21/2024 12:58 Ph 3145 Docusign Envelope ID: B470E986-40BC-4655-8EO6-87E2DAE1 DED7 NV k GULF BUILDING PCO #074R2 =" KF-YST*R 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 #074R2: Lotspeich - Conformed Set Changes 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 NUMBER/REVISION: 074R2/2 CONTRACT: 20-2039-01 -Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) STATUS: Approved CREATED DATE: 7/18/2024 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: $132,000.00 POTENTIAL CHANGE ORDER TITLE: Lotspeich-Conformed Set Changes CHANGE REASON:A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Lotspeich-Conformed Set Changes This Change Order includes the costs associated with the changes in the Drywall and Soffit Scope of Work depicted in the 100%Conformed Design Drawings compared to the 90%Contract Documents for the KWIA project.(20-2039-01). List of added and deducted scopes are as follows: Additions Newly added 2hr drywall ceilings(719 SF). Framed openings increased by 113 LF. Detail 2/A314 shows new full height exterior wall(21 LF). New sheet A314 helps clarify Clerestory Sill scope(heights and lengths). Corner bead and finish increased by 792 LF. Patching and repair of existing partitions increased by 207 SF. Header for interior storefront added(122 LF). l'soffit bottoms increased by 106 LF. l'soffit face increased by 181 LF. 7'soffit face increased by 157 LF. 4'soffit face newly added(329 LF). 6"soffit face newly added(124 LF). 6"soffit bottom newly added(73 LF). Bulkhead newly added(319 LF). Additional delivery,cleanup,supervision, lifts,materials, per diem,and housing for the items above. Subtractions Removal of entire Happy Family Platform(-$12,290 as shown in SOV). Standard DW ceilings reduced by 694 SF. Patching and repair of existing soffits decreased by 201 SF. 2'6"soffit bottoms decreased by 101 LF. 8'6"soffit face changed to 6'soffit face and decreased by 47 LF. Cost breakdown and marked up drawings are provided in the attachment. This PCO has been revised in accordance with Lump Sum agreement reached on December 5th,2024. NV2A/Gulf Keystar JV Pagel of 2 Printed On: 12/9/2024 06:03 PM E:3146 Docusign Envelope ID: B470E986-40BC-4655-8EO6-87E2DAE1 DED7 NV K GULF BUILDING PCO #074R2 ATTACHMENTS: KWIA Lotspeich RCO 002(Rev 1��df, KWIA Lotspeich RCO 002(Rev 2��df # Budget Code Description Amount 1 09-.29.10.30.S Gypsum Board I Framing Conformed Set Changes $120,000.00 Finish.Subcontractor 2 99-.99.99.66.0 Procore OH& P.Other Prime Contract Markup $12,000.00 Grand Total: $132,000.00 Christopher Kopec(McFarland Johnson, Key West International Airport NV2A/Gulf Keystar JV Inc.) 49 Court Street, Suite 240 3491 South Roosevelt Boulevard 9100 South Dadeland Blvd, Suite 600 Binghamton, New York 13901 Key West, Florida 33040 Miami, Florida 33156 Signed by: Signed by- DocuSigned by: Sf6r(UX S_ 6ptt SfVWJJA,� [A$-U*-;O PZ4-U 2F4D3__ CADFCF2F31994F2... SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 12/10/2024 1 14:20:03 PST 12/18/2024 1 06:13:39 PST 12/10/2024 1 12:20:01 PST NV2A/Gulf Keystar JV Page 2 of 2 Printed On: 12/9/2024 06:03 PM ES-3147 Docusign Envelope ID: B470E986-40BC-4655-8EO6-87E2DAE1 DED7 ESTABLISHED 19'28 May 9, 2024 evr,ear II ecernbeiiµ 5, 2024 Antonio Pinto NV2A I Gulf Building 3491 S Roosevelt Blvd. Key West, FL 33040 Re: KWIA—Changes in Work from Bid Set to 100% Drawing Set Lotspeich RCO 162542-002r2 Dear Mr. Pinto, We submit this proposal for the above referenced subject. Scope and Price of the Work From the original Bid Set of drawings that our contract was awarded on to the 100% set of drawings, we found multiple changes in the work that spanned throughout the drywall scope of the project. Many of the changes found are in drywall ceilings and soffits, which the 100% Drawing Set greatly helped clarify. Please see a list of changes below, as well as a marked up set of drawings that are included with this change order request. Additions - Newly added 2hr drywall ceilings (719 SF). - Framed openings increased by 113 LF. - Detail 2/A314 shows new full height exterior wall (21 LF). - New sheet A314 helps clarify Clerestory Sill scope (heights and lengths). - Corner bead and finish increased by 792 LF. - Patching and repair of existing partitions increased by 207 SF. - Header for interior storefront added (122 LF). - 1' soffit bottoms increased by 106 LF. - 1' soffit face increased by 181 LF. - 7' soffit face increased by 157 LF. - 4' soffit face newly added (329 LF). - 6" soffit face newly added (124 LF). - 6" soffit bottom newly added (73 LF). - Bulkhead newly added (319 LF). - Additional delivery, cleanup, supervision, lifts, materials, per diem, and housing for the items above. Subtractions - Removal of entire Happy Family Platform (-$12,290 as shown in SOV). - Standard DW ceilings reduced by 694 SF. - Patching and repair of existing soffits decreased by 201 SF. - 2' 6" soffit bottoms decreased by 101 LF. - 8' 6" soffit face changed to 6' soffit face and decreased by 47 LF. The price for the work above is $120,000. Please forward a change order to the contract for the total above if you would like to proceed. Proposal Certification and Expiration Lotspeich Company Inc,certifies that this proposal is reasonable and accurately reflects the additional work and cost for this change to the best of our current knowledge. We reserve the right to amend or withdraw this proposal at any time prior to the issuance of a Change Authorization by NV2A I Gulf Building. This proposal is withdrawn if not accepted within thirty days from September 25,2024. sr OMPANY INC. 3148 Docusign Envelope ID: B470E986-40BC-4655-8E06-87E2DAE1 DED7 ESTABLISHED 19'28 Lotspeich Company reserves all rights and remedies to claim and recover compensation for delay,extension,acceleration,disruption, interference, loss of production, inefficiency and other schedule impacts which the cumulative effect of this change and others may cause or should such changes constitute a cardinal change. Very truly yours, LOTSPEICH COMPANY INC. Aaron Elston Project Manager LOTSP,E� ICH COMPANY INC. 3149 S1NDADAOHcJAI-lVNIAUDi1 8 v DsunoONOO ' I =p lHOdHltl-lVNOIiVNHDiNI isDM ADD m o l ObOEE��'lsa/y�/�a�{'pn19 JIBABSOOH g 46bE y z Q s 3� � ¢ NOIlVIhV JO 1N3W19Vd34 J 1Nf100 309NOW LL g o s a � 0 I'L — WV P � ......m a y' w LL a H w = r a I° _ iH W r _ _ a Y J Q w m � rs = a a a W , Z m 0 } 4\ 2 8 T m ___ U _ N 05 3 C = U z _ 8 m _ I _ i m . y� o 77 m em �r e S1NDADAOHcJAI-lVNIAUDi1 8 V Dsun0ONOO a w �E! =p lHOdHltf-lVNOIiVNHDiN1 1S3M ADD m ° W Q T s al ObOEE�3 lsa/y�/�a�{'pn19 JIBABSOO�g 46bE y z T NOIlVIAV JO iN3W19Vd3G)dNnoo 309NOW a s w w a ^` a u w a ' w ___ ____________ O - �r s G O a I "I m e =�e�. b W Lm C 8 co m 0 ,r. /... ❑H a� / wm �- a s aTLTm -�- i 0 Im aLl = -- - - ---- ----- --- --- i uuuuu 0 s S1N3W3AOddNI�VNIWH3i'R d 3sunooNOO z + 3as �$W o ldOddlt/�t/N011t/Nd31Nl 1S3M 1.3N Z g a a Ob �OEE j'1saM/e>{ PN8 11a^asooa S L6bE w O a r y0 ® e 3 x ega�x NOIlVInV JO 1N3WlaVd3411Nf10O 30aNOW w10 s e 3 � ° 3 a I p ' o� 3 0 0 ° � o I I oq o I � I_ N3 A I °�I 5 I I I I I I I I I I I , � I I�I N 3 �a< p� w I II�IyI I b,� z I I II --- — ____ __ ____ _ Sl Q , O I mm N N I I I z it O , , w :z 3 w ° I I n m m I � � I w , s S1N3W3AOddNI�VNIWH3i'R d 3sunooNOO z �+ 3as �$W o ldOddlt/�t/N011t/Nd31Nl 1S3M 1.3N Z g m m Ob �OEE j'1saM/e>{ PN8 11a^asooa S L6bE w O a r y0 ® e 3 x ega�x NOIlVInV JO 1N3WlaVd3411Nf10O 30aNOW w10 s m a g w a ooa�o W °'? @ - I w 4 u r z o z I._' f _I Y r w u m ww u _w o' a� w a o� b o b °oE r m N ° a OEl -_ O I a ------------ I I I o� I 0 I N I I � I � I I � I I IIII�III�pIII �.E Lld � I � � a I9 � I ----- ----� dam � I O V,.. o .,o I I Lt1 a C Q 3 N'p z I 5 d� 1 ` o ` zl z - � I .�s-.E---- --- ',.. s S1N3W3AOddNI�VNIWH3i'R V 3sunooNOO z + 3as �$W � =p iHOdEJIV�VNOIiVNd31NI 1S3M 1.3�i o Z g J U_ ObOEE�d'lsa Ae n JI-eSoo w 0°C a M Ji'P 18 aSL6bE ypQ � 3 0 3 J a � NOIIVIAV dO IN3WlaVd3(1)dNnOO 30HNOW w s n �a a C ---------------------------------- 0 z 00 n- w@ I l axe I I I o� op 3 l I W I I Y I Lll N� I oem I I I I I I I o0 m� I -i --- —r - --"v I I I -------------------- I S I I a I I I I r I _ _ I I I ❑ r i I as li I I , I I I� I ' a a `a `a m 7 1" - S1NDADAOHcJAI-lVNIAUDi1 8 V DsunoONOO ram' =p lHOdHIV-lVNOIlVNHDiN1 1S3M)\DN m °z haw CV Cc¢ '9 OVO66�3 3SaM AON'P^19 llanasooa s 46bE y 0 a r ' NOUVIAV 3O 1N3AiHVd34l,1Nf1OO 3OFJNOW w s w � o ------------------- `- w m W a E Q R ate.o °°ii o m v z o s -a ma s w ° a Lij Y e w a U U o n LL r N � a ,was a w i d a N 7 e z c x W " m d < III Q_ s " w LL� a a `a "a S1NDADAOHcJAI-lVNIAUDi 8 v DsunoONOO r , =p lHOdHltf-lVNOIiVNHDiN1 1S3M)\DN m °z 5 LLLL aug N ObOCC�3'3sOAA AON'pn19 llanasooa s 16b6 y 0 a Q NOIlVIhV 301N3W1FJVd34 J 1Nf100 3OHNOW LL s w o w o m r o c W ALL. o¢ 3 a o o m Lu m — � oo e o NLi a� a m ..L r s �iT i�.�� Oe zaZ 5 �' EeN¢0 Wo W ? w a r Y s z 4 � IIIII� I nfl 4 H I �n� I p N m d 08� H � LL� H zo z a H a H 8� a e � _ U Oi LU O ° p VI �yI` U Z N WV r LU ` T,� ICI 0 �J LL _ a �i r� f O �W S N N 6_ "6 �l �i s S1N3W3AOddWl�VNIWH3i'R V 3sunooNOO N y�+ 3as �$W o iHOddlV�VNOliVNd31NI 1S3M 1.3>i ObOEE-ld 1Sa/N Ae)j PN8 11-eSOOa S 161,E LL Q 0 ®we 3 x e ga�x NOIIVIAV dO IN3AIHVd3(1)dNnOO 30'HNOA w a 0 w C o z (D-- v I I z o I I— ® N In I ' 3 o w p w w = po w p� N oo N3o u w = _ ozz w o= o o 8 l.. o- 1 Q C o El b w � z a v w4 w b ow ti8 N °o a b W U' s v N �- o-- v a o w u Z o o € I I m m m m i m m — - -_-- -- - o--- ----- -- - w o0 wa L ` o-- - El I WINE IN il INII' PIMI III �I I I � 6-- - - = ° I b b b b s S1N3W3AOddNI�VNIWH3i'R d 3Sdf1OONOO N + 3as �$W o iHOddld�VNOIiVNd3lNI1S3Ml.3>i z CM ObOEE-lj lsa/N Aa>{ PN8 ll-asooa S 161,E 23Lu Q ® B �e 3 x ega�x NOIlVInV JO 1N3WlaVd3411Nf10O 30aNOW wLO ego a _ o-- s ° pop a Ek 00 ---- �o W W� ps rn Asa ° -------------------- m i i w I I 3"- I I I I I I I - a oy c Q a t� N a �d �y Z � c c m � N C7 a 0 31 G C d (7 2 - m _ _ O L a I I I I I r I I I W I I I I I J I I I I 3 I I I I tl h-- Q� a S1NDADAOHcJAI-lVNIAUDi1 8 V DsunoONOO 7 =a iHOcJHIV�tlNOIlt1N�J31NI lS3M1.3Ji = m 4 z Cl) Cc cu o M g 46bE'0- z 7 w Q NOIlVIAV JO iN3W19Vd341,1N410O 309NOW w wo m -- - --- - 84 O O 4 3 0� y > aL w o -- - -- - - -- - -- -- ----------------------------- - z� _.. J w cal s m Y 70� LL G G Gam H H o w e = w wo w o ao -. 0 i 3 0 - °g ri 0 0 � d b W 3g 3 �J do aJ a-a, Q L O c O m y o a w o 0 �e _ 9� w w oe waa° m o IIIII __ _o rm� sH 8w W 3 a'aaa o t ew H m > gz� z o „r4o z z' �IU8e�d 3 o aoo Hz Z a � a w 3 a 0 � 8 00 w � � s H H = w e= o zs H 80°H w O Y a o o �wq z H o m r m - -- ----------------- 0 a 8 > Jl w a o °�4 LL r Qx� H� s 0� � IIIIIIII IIIIIIIIIIIIIIIIIIIIIIIIII ee8 w8 8 pppp�ppppppppppppp �a oc 1 wo H> ;o z O I i O z z LD H S s� 04 3° Nry 83 3s sod wH o.w o8 'oS W�3 s S1N3W3AOddNI�VNIWH3i'R d 3sunooNOO N + 3as �$W o iHOdEJIVlVNOIiVNd31NI1S3M1.3)i JZ v ObOEE-lj lsa/N Ae>j PN8 JI-eSooa S 161,E 3Lu Q ® B �e 3 x ega�x NOIlVInV JO 1N3WlaVd3411Nf10O 30aNOW w01 N� $ wOI I I I LI I I (����� 1 I I I I I I I I I V O I I V I i I I I Q I I I I 3 — I I I I I I I I N I I I Q I I I I V I I I I I' I tl Lij 0 0Q N I I c II I N I b I I I I I II I 1 b I I I I I O I II I F I I I I I V N I I I I II I 3 C I I I II I t V Ili --------------- Z— � Q N I I 2 s 05 W_ p N C N $ ¢ C al o°I! W 4z� I I 4 0 0 3 = o rc a I I °e II I I _I I I I I I I I I I I I I I I O l0—A I i F II n I i w I I I w I J I l i Q I I I iI F I W I LL y ________________I__I J ------------ 2s t�e w= s S1N3W3AOddWl�VNIWH3i'R d 3Sdf1OONOO 4 tea- 3 ®$� o oiHOdElV�VNOliVNH3iNl is3A k3 )i z o 3 s � �� ObOEE-lj lsa/N Ae>j PN8 11-eSooa S L6bE Z g Q mo _ �wG 8N LL ®w� ee� 0 3 3 3 x ��� ga�x NOIlVInV JO 1N3WlaVd3411Nf10O 30aNOW w m s 0' 1 C o C o w o - w w p p op o0 e� z� p 0 w Y Z� 3� W= W p � y (0 z op 40 � -� I] o LL z 0 � .0 NW a o o C 71 i w O ZQ w — K - . =§ m z w z w- S1NDADAOHcJAI-lVNIAUDi1 8 V DsunoONOO � =p l�JOd�JIV-lVNOIlVNHDiNI isDm)\DN m o I ¢ lpLO ObOEE�3'ISOAA AON'pn19 llanasooa s 46bE o o Q 2 NOUVIAV 3O 1N3AiHVd34l,1Nf1OO 3OHNOW a - - aa - sw - _ a w a ¢ a a a a Za a 2. 10 a�5 0 o r a .Eh , m a o ru? w? w J 's 8 3 '�- xsw x88 0 8H H H - ws3w,. m� ❑ m m R o O o a o as w � a s= o °gw o Ho a= O U _ _ - m Ha m O 8 x=8 a O ga 30 'gw Z 8 8 a 0 m v S W v s ^ 8 _ w a H i O a � w ) � a x m ¢ Z Z a ft—tjTq o w w R R O O O J _ U fr/1 fr/1 s "g O fA' ass xs H Ha S1N3W3nOHdWI-lt1NIWU31 8 y 3Suf10ONOO 11 o ' I iHOcJHIV�tlNOIlt1N�J31N11S3M1.3Ji m o 0 F r ObOEE�zj'lsaM AaN'pn19 llanasooa S 46bE � �a � M NOIlVIhV JO 1N3W1FJVd34l1Nf10O 30FJNOW LL¢ w H 48 s g 3 8 u s U)YrU O 9 �3 3� 3 w 3 o e <- 0 -uuuuuuumuuul umm -3 aw ¢ 1b e oa 8 ti Q Z n5 a — H r Z � 8s � � �a 8 s w ,8 w o w9 m� so �w Hw w H H ry w w w mrt s s a 0 z � t El El 1111 ma 0 r m� �z .« ¢ aw 9O , r } _ lg —� O O � NA z � 0 .a = s= III01 ❑ ❑ ❑ � ti ❑ ❑ ®�� �® ❑ ❑ ❑ FEFI I� S1NDADAOHcJAI-lVNIAUDi1 8 V DsunoONOO t iHOcJHIV-ltlNOIlt1NH31N11S3M1.3Ji = m 4 Z a Q CV 3. = ObOEE�3'ISE)AA Aar'pnl9 llanasooa s 46bE 7 y p a M 2 NOIlVIAV JO 1N3AiHVd34 AiNf1OO 3OHNOW J` z - w J . . . . . . . . a o�w wgw _ s q O - - s � � 9 z & w ❑ o. o 1' w ® 8 8 9 a 59 gw8 w - �® ® 5 8 'b 'b I I ... U CJ)b a O ¢ O I i O LtJ z w I I Q zOo I U I •I I _ y- I 1 � ¢ U o� � I I I O I N I �•I .b I I I I I I I I I 1 I � I I I I I " I p ' a I Z I I 4 I x•I -7 8¢� 1 N CJ)U Z Lij I 4 I I I I I I _ I C I I I r I • __ y Q I I v y 0 b b I I I • — 1 a Q I I 1 e W N S , I z s I I `- --- -----�- ------------ -I ^^` S1NDADAOHcJAI-lVNIAUDi1 8 V DsunoONOO 7 lHOdHIV-lVNOIlVNHDiNI isDm)\DN o� w 3" = ObOEE�3'ISOM AON'pn19 JIOAOSOOH g 46bE o y 0 a M 2 NOUVIAV JO iN3W19Vd34 J,1Nnoo 309NOW J` 6z8 s sag 9¢ g u g r g - kz9�'a Z E 8w a a w o }-� H g s s w a > w . 1 a �a O1 _-0 i ¢ I I I I h Wa I • I ( Z LLJJ I C7 I < i O I I u I i O I I I I N I I I I I I I I I I I I qq I I I y�z p I I I I k j I I I I I I j I 1 I I I I I i �5 I I l O — I I r- I I F T I i I I I aZ I _l I I k Z I I k I I 1 Tr— I I I�I I 1 I g W g +, b s � r N._ ♦ U b C I U tF I z Zi b y _ L I Z+. N U I I g I I - I�I• J.� 0�� I I I s • I £ I I I I I •� � I I I I 1 I I • I • � I I I I j •�• I • I I r � I I I ---_ a.ns V% I S1NDADAOHcJAI-lVNIAUDi1 8 V DsunoONOO r , =p iHOcJHIV�tlNOIlt1N�J31NIlS3M1.3Ji m Z U U CV O°C r 3. a ObOEE�3'lsOAA Aar'pnl9 llanasooa s 46bE 7 y p a C.)2 NOUVIAV 3O 1N3AiHVd3(l AiNnoo 3OHNOW E LL r 8 zH. _ - w Z - - - - - - - - - j o Z .� Q �� offia s 3g yNj a H o g 9aP O E 8 8 a 8 w w }-t o ®El® ® I' 9 5 w8 8 g } w OI a. o� s'� w 9aH9 , _ 1 Y d as ------------------------------------------------------- a a U Z I 2 I a O I I I.... ¢ � 2 ¢ ¢ I O O I ~ O I II I I uO I u O O Z . Z I Oo i O U o I I W` U a I IIl" a LL I I I I I I I I I � I I I I I I I I I 1 � I I I I I I I I I I � I I I I { I I 1/^ I I I I I I I I I a I q I c o 07 I o —W .I I I O •I � � C N �L I L I � p tF / I TL I I I 11;3 I f". I I I z I I I 2 I i • •�• _ I I I I I I I I i „�� CCUUUU • ��, I , I _____ ___ ______________ S1NDADAOHcJAI-lVNIAUDi1 8 V DsunoONOO 7 lHOdHIV-lVNOIlVNHDiNIisDm)\DN = m 4 Z 0 0 o� w Cc r 3 e = ObOCC�3'ISE)AA AON'pn19 llanasooa S 46bE o y 0 a M �N NOIlVIAV 3O 1N3AiHVd34 J,1Nf1OO 3OHNOW J` s — ------------ ----------------- d — C � b W C C 5 n5 d vj oho w � w Lu x H b-C Z o z 3 d w z�< w H m w xw xH w< H z d od ° Z Qs 4 �g xw w > a a � H 8�2 Z w8 o g'gq o 88= ^a i LL d H WI O El El 1111 � H dmd�� w z o << 0 e LL LL LL LL LL LL e o d x a � x x w x ❑ ❑ " 117 a 0 ❑ = aV d ❑ ❑ " 11 ❑ � : ❑ _j f 4F - 0� oz ❑ ® . ® ® ❑ El ❑ ❑ W w I I " c Z ❑ ❑ ❑ ❑ ❑ Y ❑$❑ ❑ ❑' �" ❑ ®1 ❑ ❑ ❑ 0 , 0 ❑- ❑m❑ _a �a S1NDADAOHcJAI-lVNIAUDi1 8 V DsunoONOO ' =p lHOdHIV-lVNOIlVNHDiNI isDm)\DN m Z QLLQLL cc,- a ObOEE�3'ISE)AA Aar'pnl9 llanasooa s 46bE y 0 a M 2 NOIlVIAV 3O 1N3AiHVd34 J,1Nf1OO 3OHNOW J` S S - O o w z . Q m 3 w w �9 g p} w q w - d o8 C7 CJ g C7 LLa a" g6oN '< ° 0H Z og=� o }� 3 w i—F❑ o. o ®Elpb ® w ❑ w t a W U Q ❑ � N -- E3t,f/ ¢ Lij s .a. - � N w N C b U a r Em _ III i ❑ I] ❑ Q❑ �_ ❑ 1 ❑ 1"l ❑ u: b, c¢ �� I III r . > . m N b III ® I UUTH 1 11 _ W a o S1NDADAOHcJAI-lVNIAUDi1 8 V DsunoONOO ram' =a lHOdHIV-lVNOIlVNHDiN11S3M)\DN m r ObOEE�3 lsa/y�/�a�{'pnl9 JIBABSOOH g 46bE z g NOIlVIAV JO iN3W19Vd341,1Nnoo 3O9NOW w ° a e 8 8a.ao 9H, x _ W a O J �Hw = a aH Z. � g� W R r- � (^5� �J W �. �. W 0 a a 0" g „ �a a z a Q N o v W � J z z a W z v W J a - � e 0 z w II Z Mr F a a E o N 0 �C C Cg^0 . kC��An 0 . C 0 0 C we W 76� ;:0 v ,. s 0000 00 0 0 as S1NDADAOHcJAI-lVNIAUDi1 8 V DsunoONOO y ' =p l�JOd�JIV-lVNOIlVNHDiNI isDm)\DN m o o I w ObOEE�3 3SaM AeN'P^I9 llanasooa s 46bE z NOIlVIAV 301N3AiHVd34l,1Nnoo 3OHNOW a 3 E � rs � a Qj a N O q z LL a 3 z away w° >w z 2 O r a > > O o w y w z z N o a y w m r w u z M o y a 0 z z a O V" a w. U W C O b 2= (0 N w — y N Z s O 1 i s � � t i i N C Lij �n —v v— > v v > O a M o U c 12 s m j � � g i i s i s s s � a S1NDADAOHcJAI-lVNIAUDi1 8 V DsunoONOO r , =a iHOcJHIV�tlNOIlt1N�J31NIlS3M1.3Ji m Z cv 3 -2 = '9 ObOEE�3'ISE)AA Aar'pnl9 llanasooa g 46bE U Lou z NOIlVIAV JO 1N3AiHVd34 J,1Nnoo 3OHNOW Lij F s o�e oa o w - o w o 3 asLJ o a a a O a 10, U 0 W Q Q v0i- a O >>rywrywo H - rl m w H 4 o �e �sYS U �o Z 3 9 w O U W fA o + rc o Oa 00 w O y a O Z } - w U W { ~ W w Y' Q- U^ WW p n w � 0 �L J m 0 0 U g sir I zI H w m � 8 y p I W I O I FW II X I W I a r I Or y a o i W O w ' a I x ru w w O" yO" O"_ y� S1NDADAOHcJAI-lVNIAUDi1 8 V DsunoONOO r , =a iHOcJHIV-ltlNOIlt1NH31NIlS3M1.3Ji m Z M 3 -2 = '9 ObOEE�3'ISE)AA Aar'pnl9 llanasooa s 46bE U Lou z NOIlVIAV z]O 1N3AiHVd34 J,1Nnoo 3OHNOW E.� oy c c_ m b 'c b N N 0< � b d 'r5 c m � oy�t m oy x ¢w� N U I I C b I I I I o U N— - W U Gl L a y w 0 r �a $ I-E -' WN I I I I I I P I y I I I I I I ac O I I J I I ' w - I �< 0 r a o eoLL � io U" Wr �a wa m 0 II� I I I I W I II x a a w w 2 o o 0 LL y y �a 8 Docusign Envelope ID: B470E986-40BC-4655-8EO6-87E2DAE1 DED7 NV K GULF BUILDING PCO #090 =" KE=-YST*R 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 #090: Lotspeich - Gate 8 Ceilings 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 NUMBER/REVISION: 090/1 CONTRACT: 20-2039-01 -Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) STATUS: Pending-In Review CREATED DATE: 8/21/2024 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: $8,187.30 POTENTIAL CHANGE ORDER TITLE: Lotspeich-Gate 8 Ceilings CHANGE REASON:A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Lotspeich-Gate 8 Ceilings This change order includes the costs to furnish and install 172 SF increase MCP-1 ceiling scope at Gate#8 vestibule for KWIA project(20-2039-01). Further details are provided in the attached cost breakdown. ATTACHMENTS: KWIA Lotspeich RCO 003(Rev 1��df # Budget Code Description Amount 1 09-.51.10.10.S Suspended Acoustic Gate 8 Ceiling $7,443.00 Ceiling.Subcontractor 2 99-.99.99.66.0 Procore OH& P.Other Prime Contract Markup $744.30 Grand Total: $8,187.30 Christopher Kopec(McFarland Johnson, Key West International Airport NV2A/Gulf Keystar JV Inc.) 49 Court Street, Suite 240 3491 South Roosevelt Boulevard 9100 South Dadeland Blvd, Suite 600 Binghamton, New York 13901 Key West, Florida 33040 Miami, Florida 33156 Signed by: Signed by: DocuSigned by: SfDf .W S. 6rtt �tGI�aVD� SfVWJJA,� A$-U*•O P� 11R9F1FRd933RdA7 8E65F52F4C2F4D3._ CADFCF2F31994F2... SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 12/9/2024 1 13:05:51 PST 12/18/2024 1 06:12:00 PST 12/9/2024 1 12:59:06 PST NV2A/Gulf Keystar JV Page 1 of 1 Printed On: 10/15/2024 01:32 PM ED-3173 Docusign Envelope ID: B470E986-40BC-4655-8EO6-87E2DAE1 DED7 ESTABLISHED 1928 May 16, 2024 Frevr'i ed e"ptr~rnlber 13, 2024 Antonio Pinto NV2A I Gulf Building 3491 S Roosevelt Blvd. Key West, FL 33040 Re: KWIA—Gate 8 Addition -Ceilings Lotspeich RCO 162542-003r1 Dear Mr. Pinto, We submit this proposal for the above referenced subject. Scope and Price of the Work Per the drawing revisions from the Gate 8 Addition, the MCP-1 ceiling scope increased from 378 SF to 550 SF (total increase of 172 SF). The increase in price includes additional materials, labor for installation, cleanup and delivery, supervision, per diem, and living costs. The additional drywall work required for the changes in these drawings is minimal, and therefore no price increase will be submitted. The price for the work above is $7,443. Please forward a change order to the contract for the total above if you would like to proceed. Proposal Certification and Expiration Lotspeich Company Inc,certifies that this proposal is reasonable and accurately reflects the additional work and cost for this change to the best of our current knowledge. We reserve the right to amend or withdraw this proposal at any time prior to the issuance of a Change Authorization by NV2A I Gulf Building. This proposal is withdrawn if not accepted within thirty days from September 13,2024. Lotspeich Company reserves all rights and remedies to claim and recover compensation for delay,extension,acceleration,disruption, interference, loss of production, inefficiency and other schedule impacts which the cumulative effect of this change and others may cause or should such changes constitute a cardinal change. Very truly yours, LOTSPEICH COMPANY INC. ° m Aaron Elston Project Manager LOTSPIEICH COMPANY INC. 3174 Docusign Envelope ID: B470E986-40BC-4655-8EO6-87E2DAE1 DED7 Lb I IIVIHTE WORKSHEET ESTABLISHED 19,28 KWIA LOTS#: 003r1 Gate 8 Addition-Ceilings JOB#: 16-2542 Material QUANTITY UNIT TOTAL MPC-1 Added Tile 172 13.64 2,346.08 MPC-1 Molding 360 0.65 234.00 MPC-1 Mains 360 1.143 411.48 MPC-1 2'Ts 120 0.901 108.12 Misc. Screws and Attachments/Hanger Wire 1 46.92 46.92 TOTAL MATERIAL 3,146.60 SALES TAX 220.26 TOTAL MATERIAL 3,366.86 CATEGORY HOURS RATE TOTAL CARPENTER/MECHANIC(NET) 40 42.60 1,704 LABORER/DRIVER 6 28.40 182 CARPENTER FOREMAN/SUPERINTENDENT 4 56.80 227 PER DIEM($300 PER MAN DAY) 4 300.00 1,200 TOTAL LABOR 3,313 TOTAL MATERIAL 3,367 SUBTOTAL 6,680 CONTRACTOR'S OHF 668 BOND 96 TOTAL 7,443 3175 Docusign Envelope ID: B470E986-40BC-4655-8EO6-87E2DAE1 DED7 Armstrong® World Industries Project Name: Key West International Airpot Quotation #: PQ24-488965 Date: 9/9/2024 Center of Excellence: Lancaster Quotation Prepared by: Kyle Elliot To: Aaron Elston LOTSPEICH COMPANY INC- MIAMI, FL This quotation has been priced as a packaged project, any changes to project scope may require a revised quotation prior to order acceptance. Lead times noted below are guidelines and may be decreased or extended based upon manufacturing and CAD capacity at time of order approvals. Lead Time: 1 Week (No Shop Drawings or Custom Samples Required) Lead Time if Shop Drawings or Custom Samples are required: See Below 1. Submittals: 3-5 Weeks Upon receipt of a customer purchase order and electronic drawings files. Submittals include color sample, shop drawings and any other items required for approval prior to production. Shop drawings require an additional charge of$2,500. 2. Revisions: 2-4 Weeks Revisions include shop drawings and/or samples. 3. FOA: 3 Weeks Upon receipt of approved shop drawings and samples, Armstrong requires approximately 3 Weeks for preparation of Record Set and Final Order Acknowledgment (FOA)to be sent to customer for approval. 4. Production: 1 Week Production will start after Armstrong receives all approved shop drawings, samples and signed FOA. If multiple shipments are required, lead time applies to first shipment. Shipping Terms: Delivered to Contiguous US or Canada Locations Customer Terms: Standard Ceiling Terms Escalation Order Placed After: Price: 3/9/2025 Quote Price + 5% 6/9/2025 Quote Price + 10.25% 9/9/2025 Quote Not Valid No Shop Drawings required: If the project does not ship within 6 months of PO placement with ASORDER, 5% will be added to final price.An additional 5%will be added for each subsequent 3-month project delay. If Submittals/ FOA required: Each FOA must be signed within 6 months of PO placement with ASORDER, or 5%will be added to final price.An additional 5%will be added for each subsequent 3-month delay. ainishmngn,ilings n nni "s"s"07"(7 "`17"(1 ",,00 C nluindai[a 0v( I��ni�a� [(,i I'A 1 N0;3,U" II°��g,1„r 2 3176 Docusign Envelope ID: B470E986-40BC-4655-8EO6-87E2DAE1 DED7 To: LOTSPEICH COMPANY INC-MIAMI, FL MetalWorks Tegular Quotation PQ24-488965 Key West International Airpot 9/9/2024 Panels Item# Description Qty Qty SF Price/SF Total Price Ctns 6461 M1 WH Flush Tegular .021" Steel Panel;24" x 24";White; 10 640 $13.64 $8,729.60 Unperf; No Fleece; Int; 16 PC per CTN Total for above panels $ 8,729.60 Total sf 640.00 Price per sf $ 13.64 Important Notes 1. If Purchase Order is canceled after Shop Drawings and Submittals are issued, Armstrong reserves the right to charge a minimum of 20% of the value of the order. If Purchase Order is canceled after submittals are released to production, Armstrong reserves the right to charge up to 100%of the value of the order. 2. Quote is subject to freight surcharges as announced via customer bulletins. Accessories Item# Description UOM Price per UOM 6096BL Edge Cap for Cut Tegular Panels for 15/16" Suspension (50 pcs/ctn) CTN $ 1,014.10 6099BL Edge Cap for Cut Tegular Panels for 9/16" Suspension (50 pcs/ctn) CTN $ 1,014.10 FXSPTHDC Hold-Down Clip for Cut Panel Installations (10 pcs/ctn) CTN $ 1.202 FHDC Faceted Hold-Down Clip (1000 pcs/ctn) CTN $ 518.18 1713 School Zone® Fine Fissured TM Square Lay-in Acoustical Panel (14 pcs/ctn) SF $ 0.863 2820ABK Calla®Square Lay-in Panel (40 SF/ctn) SF $4.753 5479 BioAcousticTM Infill Panel (12 pcs/ctn) SF $2.51 5823BL 1BioAcousticTM Infill Panel (12 pcs/ctn) SF $4.56 8200T10 IFiberglass Infill Panel (12 pcs/ctn) SF $2.07 Product Specific Notes • Quantities: The quote reflects Armstrong's suggested quantities for the square footage of your project. It is the customer's responsibility to ensure quantities on final order are correct. • Items must be ordered in full-carton quantities. ainishmngn,ilings n nni "s"s"07"(7 "`17"(1 ",,00 C nluindai[a Av( I��ni�a� [(,i P 1 N0;3,U" Ing 2,,,2 3177 Docusign Envelope ID: B470E986-40BC-4655-8E06-87E2DAE1 DED7 Terms and Conditions 1. ACCEPTANCE OF ORDERS a. No order placed with SELLER shall be considered as accepted until officially acknowledged by SELLER. If SELLER'S acknowledgement contains terms additional to or different from the PURCHASER'S order,it shall be effective as an acceptance of such order only if such terms are included in the sale contract and they shall be so included if not objected to in writing within ten(10)days from the date of SELLER'S acknowledgement. b. PURCHASER acknowledges that PURCHASER is placing an order for nonstandard goods(a"Special Order"),which are being specifically produced to meet PURCHASER'S unique requirements,and that PURCHASER has provided SELLER with PURCHASER'S specifications(the"Specifications") for the Special Order. PURCHASER further acknowledges that if PURCHASER: (i) makes a change in the quantity ordered,the required specifications or other changes to the Special Order,SELLER is likely to incur additional costs which may,in SELLER'S discretion,be charged to PURCHASER and,if so charged,shall be paid by PURCHASER in addition to the previously established pricing;and/or (ii) cancels the Special Order for any reason after SELLER has incurred any costs in connection therewith,whether through the ordering of materials, beginning of production or the incurring of any other cost or expense,PURCHASER agrees to reimburse SELLER for all costs and expenses,direct or indirect,incurred by SELLER,including,but not limited to,reimbursement for all materials ordered for the Special Order which are not generally usable by SELLER for its standard goods,set up costs,startup costs,reassignment of personnel and reallocation of resources. PURCHASER is solely responsible for the Specifications and/or determining the quantity of goods to be ordered and which will meet PURCHASER'S needs. PURCHASER acknowledges that PURCHASER is not entitled to,and has not in fact,relied upon any statement or representation of SELLER,its employees,representatives or agents with respect to the Specifications and/or the quantity of goods required for PURCHASER'S needs. 2. APPROVAL AND RELEASE FOR PRODUCTION a. Orders will be acknowledged to the customer with an approval package consisting of an order acknowledgement document,shop drawings and other information pertinent to the precise definition of the products and materials to be supplied. b. Orders will be released for production only upon receipt of signed approval of the package mentioned in the above paragraph.Production lead times will begin the date approval is received at SELLER'S location. 3. DEPOSITS AtSELLERS discretion a deposit may be required prior to the processing of an order for nonstandard goods.Such deposit requirement will be stated on the quotation form. When a deposit is required,the receipt of the deposit will be an additional prerequisite for release to production. 4. DELIVERY All Sales are F.O.B.shipping point,unless specifically stated otherwise on the quotation and/or order acknowledgement.No allowance from prices will be made for freight or cartage on material picked up at our plant or warehouses. SELLER undertakes to provide a freight estimate to PURCHASER and to arrange for transportation of goods from shipping point(plant of origin)to destination.SELLER will make its best effort to ensure the accuracy of such freight estimates,but does not guarantee same. 5. FORCE MAJEURE Delay or failure to fulfill or perform any order or contract shall be excused by any cause beyond SELLER'S control,including,but not limited to,sabotage, fire,flood,differences with workmen,riot,insurrection,war,inability to obtain raw materials at competitive prices or due to shortages(and any resulting allocation of products,whether or not within the control of SELLER),act of any governmental authority,including but not limited to wage and prices controls, priorities granted at the request or for the benefit,directly or indirectly,of any government or agency thereof,and act of God. Any of the foregoing conditions resulting in the delay or failure to perform under this agreement shall excuse such delay or failure whether the condition exists now or arises hereafter. 6. PRICE CHANGES Prices of all goods are those applicable on date of shipment to PURCHASER. Where no price is indicated for a future time period listed herein,it is estimated by,but not binding upon,SELLER that such prices will not exceed a 10%increase over the level of prices shown for the preceding time period. All prices contained herein are the best current estimate of SELLER and are subject to change without notice. Prices quoted on items not shown in this price list(special items—nonstandard)are void after 90 days unless a firm order is received. 7. WARRANTY The goods sold hereunder are warranted to be free from defect in material and workmanship,and are warranted to conform to the descriptions contained in the approved order documents. All other warranties,expressed or implied,including any implied warranty that the goods shall be fit for a particular purpose or are merchantable,are hereby excluded. Defective goods may be returned to SELLER after inspection by SELLER and upon receipt of definite instruction from SELLER. Goods so returned and found to be defective will be replaced or repaired without charge,but SELLER shall not be liable to PURCHASER or any other person for loss or damage(including,without limitation,general special,consequential,incidental and/or punitive damages) directly or indirectly arising from the use of the goods,from breach of any warranty or from any other cause,the exclusive remedy against the SELLER being to require replacement or repair of defective goods. Every claim on account of defective goods,short count,or for any other cause,shall be deemed waived by PURCHASER unless made in writing within thirty(30)days from the date of shipment of goods to which such claim relates. 8. TERMS OF PAYMENT Applicable terms of payment are shown on the face of the Quotation and Order Acknowledgment forms. Terms of payment shall be subject to approval of SELLER'S Customer Financial Services Department and in case of doubt arising at any time as to PURCHASER'S financial responsibility,production may be stopped and shipments suspended until satisfactory assurances are received. SELLER shall be under no obligation to make any shipment when PURCHASER is in default hereunder or under any other sales agreement between SELLER and PURCHASER. 9. TAX Sales hereunder are subject to the condition that the PURCHASER pay the SELLER the amount which SELLER is required to pay on account of any excise,manufacturer's payroll,use,or sales taxes or charges which may be established or levied by any governmental authority(domestic or foreign)upon the merchandise sold hereunder or any part thereof,or the manufacture,use,sale,or delivery thereof,insofar as the same may be applicable to the merchandise sold hereunder or the manufacture,use,sale,or delivery thereof. 3178 MOLfRO C a NT J I I l ,:_�RIN IPRO r 'A,EM CONTRACT CHANGE ORDER PROJECT TITLE: Commercial Apron Expansion and Mitigation CHANGE ORDER NO: 5 INITIATION DATE: 08/26/2024 TO CONTRACTOR: Charley Toppino&Sons CONTRACT DATE: 10/1912022 The Contract is changed as follows: The original Contract Sum ............................................ .... ... .....$17,166,179.68 Net change by previously authorized Change Order ...... ....$ 90,499.50 The Contract Sum prior to this Change order was............ ............... .... ................ . ....$19,323,454.69 The Contract Sum is (increased) by this Change Order 5 $ 28,988.76 The Revised 1 Contract Sum including this Change Order................ ......... $19,352,443.45 This Change Order No.5 includes compensation to the contractor for payment of the Monroe County environmental mitigation fee. The total cost to complete the work as noted within this change order is an increase of$28,988.76. See attached price quotation from Charley Toppino&Sons, Inc. Net change to contract Change Order 5: $28,988.76 The construction commencement was June 19, 2024. This Change Order 5 does not increase contract time. Contractor agrees to accept the increase/decrease in monetary compensation and hereby waives and releases any and all claims for any additional compensation related to these bid items. This Change Order 5 represents 0.00168 %of the original contract price. Not valid until approved by Owner Architect(i(if a il'cable and Contractor ARCHITECT/ENGINEER 08/26/2024 Date CONTRACTOR 6r. Date AIRPORTS DIRECTOR 01.16.2025 Date COUNTY/ASSISTANT ADMINISTRATOR Date NROEY ArPII '��E COUNTY A1`ORM l'li� ` PEI� CI J. AOG--- 'SIaTA iJ ATTORNEY Date 1/17/25 3179 Change Order Attachment per Ordinance No. 004-1999 • Change Order was not included in the original contract specifications. Yes ® No❑ If Yes, explanation: 1. The exact Monroe County environmental mitigation fee would only be finalized once permitting process was completed. • Change Order was included in the original specifications. Yes ❑ No If Yes, explanation of increase in price: • Change Order exceeds$25,000 or 5% of contract price(whichever is greater). Yes❑ No If Yes, explanation as to why it is not subject for a calling for bids: • Project engineer/architect approves the change order. Yes® No❑ If No, explanation of why: • Change Order is correcting an error or omission in design document. Yes ❑No Should a claim under the applicable professional liability policy be made? Yes ❑ No Explain: 3180 Attachment 1 : Contractor Proposal 3181 to Change Order Attention: Jacobs DATE: 811e24 200 W,Forsyth St Suite 1520 Jacksonville,FL 32202 YTE'dM 1,ZFO QUANTITIES Location: 3491 s RQQ%*wenw,8lwd,fM Waan ft.33040 Scope: KW IA Commercial Apron Expansion and Mit.�ahor�P,%it'�..�eYaorw Permit Fee I'C4tn Dr a.n 1sroa�n Quanb WAS _ Cepati p{vv µ,.kniti L.rrv�nn tltpaaa fw saarE 2MrA01t _........._._. i Subtotal $ 2 Ovorhead e.Pmll.15% 1 OY... LS ...._ 3 Pamiitrnruuaa,Ofp"m onnraWN.atorwtu 5'^�41 gaarrm'.awme, 'a LN 0..S 4 '.Mobli-iWO—bti-bon to is �s q',,enerel Condlborva 20.980.76 Mates: Euluai0na: ....................... .. Prepared by: ��aa .....�Estimator ......�.... ................� ..... ...._�,�,�,�...... ,,,.........�,_....... ....... ......_ ',............ ,.... Charle TogPin014 Soon Inc, w,_„ ,,,,_,,,,,,,_, Sheet, 1 of 1 Date: 1111 1111 2 4 Signature: Date 3182 1/17/25, 10:35 AM Permit Detail-Monroe County Online Services-Community Development < MOdNRO11E�COUNTY �y �, a uo Vicanrr�� C:¢yrir�ly l'Jnlfrtr ,r:vi<rJ5 i,rurririi�a�nfy I:udall����ru�fr74 � 1 0.� fug + ' g Permit o ENV-2024-0075 Environmental- Landscaping Permit 3471 ROOSEVELT BOULEVARD KEY WEST,Florida 33040 Flood Zone All Conditions:4 Fees and Payments Overview Total Fees 28,988.76 USD Property Information Total Payable 28,988.76 USD Workflow Total Paid 28,988.76 USD Permit Information ► Balance Due 0.00 USD Inspections Search T Fees and Payments No items to display. Communication Related Transactions All content©2021 Monroe County,FL and its representatives.All rights reserved. https://fa-ettl-saasfaprodl.fa.ocs.oraciecioud.com/fscmUl/publicSector.html?root=PSCLNP_RECORD—DETAIL&context=LnpRecordKey%3D30000002..,3183 Docusign Envelope ID:76E38F6E-E8EB-4CAA-AAD5-BF6A5BD10E48 M.C.A.INSTR.8800.2 Enclosure(1) 3/28/2017 Page 3 MONROE COUNTY/DEPARTMENT OF AIRPORTS CONTRACT CHANGE ORDER PROJECT TITLE: KWIA Concourse A&Terminal Improvements CHANGE ORDER NO.: 042 INITIATION DATE: 11/21/2024 TO CONTRACTOR: NV2A/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 auth02ied Change Order $ 14,269,663.31 The(Contract Sum)(Guaranteed Mxium Price)prior to this Chage order was $ 115,731,434.31 The(Contract Sum)(Guaranteed Mxium Price)will be I;ihncreascill)by this Change Order $ 739,860.81 The new(Contract Sum)(Guaranteed Mxium Price) including this Change Order is $ 116,471,295.12 The Contract Time will be�r:Un:prml,„w„ilfl by TBD 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: This PCCO authorizes the scope changes as outlined in the approved PCOs 108,111,113,115,and 116,detailed below: •PCO#108:Includes the costs associated with installing new RTU's and the required electrical works at PBB's#1 to#7 for KWIA project(20-2039- 01). •PCO#111:Extended storage for Passenger Boarding Bridges and Fixed Walkways for Gates 6 and 7 at the Thyssen Krupp Airport Factory in Fort Worth,Texas. •PCO#113:Gate 8 Passenger Boarding Bridge piles installation in accordance with Gate 8 revision drawings(20-2039-01). •PCO#115:The costs for the furnishing and installation of 18 roof frames for HVAC systems on the Low Roof of the KWIA(20-2039-01). •PCO#116:Authorizes the furnishing and installation of 16 beams and 3 roof frames to support Condensing Units,Exhaust Fans,&Line Jacks located in the Terminal and Departures roofs for the KWIA project(20-2039-01). POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO# Title Schedule Impact Amount 108 FKE-PBB's#1 to H7 RTU's $ 405,189.13 111 PBB's 6&7 Storage $ 67,407.45 113 FF-Gate 8 Piles $ 116,160.00 115 Steel Fab-Roof Curb Frames $ 83,862.36 116 Steel Fab-RFI#353 Framing to Support Roof Mounted Equipment $ 67,241.87 Total:1$ 739,860.81 This change order is 0.73% of the original contract price. Not valid until signed by Owner,Architect(if applicable),and Contractor Signed by. S4 6f 1/14/2025 14:31:30 PST ARCHITECT: C,ra Fa� aaBa DATE: DocuSig,..ned by� Doc uSig...ned by:�Nm,. 1/10/2025 1 06:28:41 PST CONTRACTORS: DATE: ftned..byY 1/20/2025 1 09:59:43 PST EXECUTIVE DIRECTOR OF AIRPORTS DATE: COUNTY/DEPUTY ADMINISTRATOR DATE: A R OO O NTY tATTOPItNEY ry�y Its 0s FORM F:C7 OME A S UNTY ATTORNEY De(e 1/23/25 3184 Docusign Envelope ID:76E38F6E-E8EB-4CAA-AAD5-BF6A5BD10E48 GtlILF BUp9.CHtl R111G YST PCCO #042 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 #042: PCO's 108, 111 , 113, 115, 116 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: 1/07/2025 CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) CONTRACT STATUS: Approved REVISION: 0 DESIGNATED REVIEWER: REVIEWED BY: DUE DATE: REVIEW DATE: 01/07/2025 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: $739,860.81 Concourse A DESCRIPTION: This PCCO authorizes the scope changes as outlined in the approved PCOs 108, 111, 113, 115,and 116,detailed below: • PCO#108: Includes the costs associated with installing new RTU's and the required electrical works at PBB's#1 to#7 for KWIA project(20- 2039-01). • PCO#111: Extended storage for Passenger Boarding Bridges and Fixed Walkways for Gates 6 and 7 at the Thyssen Krupp Airport Factory in Fort Worth,Texas. • PCO#113: Gate 8 Passenger Boarding Bridge piles installation in accordance with Gate 8 revision drawings(20-2039-01). • PCO#115: The costs for the furnishing and installation of 18 roof frames for HVAC systems on the Low Roof of the KWIA(20-2039-01). • PCO#116: Authorizes the furnishing and installation of 16 beams and 3 roof frames to support Condensing Units, Exhaust Fans,&Line Jacks located in the Terminal and Departures roofs for the KWIA project(20-2039-01). ATTACHMENTS: KWIA®Steel®Fab®PCO 116.pdf,KWIA Steel®Fab er®PCO®115.pdf,KWIA®FKE - PCO®108 - Rev®01.pdf, KWIA®PCO®III®TKAS PBB®67®Additional®Storagep.pdf, KWIA PCO®113-FF®Gate 8�Piles.pdf POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO# Title Schedule Impact Amount 108 FKE-PBB's#1 to#7 RTU's $405,189.13 111 TKAS PBB's 6&7 Additional Storage $67,407.45 113 FF-Gate 8 Piles $116,160.00 115 Steel Fab-Roof Curb Frames $83,862.36 116 Steel Fab-RFI#353 Framing to Support Roof Mounted Equipment $67,241.87 Total: $739,860.81 NV2A/Gulf Keystar JV Page 1 of 2 Printed On: 1/7/2025 03:39 F 3185 Docusign Envelope ID:76E38F6E-E8EB-4CAA-AAD5-BF6A5BD10E48 cadet aanoiG�aau� Y PCCO #042 The original(Contract Sum) $101,461,771.00 Net change by previously authorized Change Orders $14,269,663.31 The contract sum prior to this Change Order was $115,731,434.31 The contract sum will be increased by this Change Order in the amount of $739,860.81 The new contract sum including this Change Order will be $116,471,295.12 The contract time will not be changed by this Change Order. �y ns us 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 Signed by Signed by: DocuSggned hays D cnS'gygned by: 019GQ38�7AZ5487 yF5Vl7na9Fr2aA5 SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 1/14/2025 1 14:31:30 PST 1/20/2025 09:59:43 PST 1/10/2025 1 06:28:41 PST NV2A/Gulf Keystar JV Page 2 of 2 Printed On: 1/7/2025 03:39 PI.3186 Docusign Envelope ID:76E38F6E-E8EB-4CAA-AAD5-BF6A5BD10E48 N0 AV � TM GULF BUILDING PCO #108 VIK Y T R 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 #108: FKE - PBB's #1 to #7 RTU's 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 NUMBER/REVISION: 108/1 CONTRACT: 20-2039-01 -Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) STATUS: Pending-In Review CREATED DATE: 11/21/2024 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: $405,189.13 POTENTIAL CHANGE ORDER TITLE: FKE-PBB's#1 to#7 RTU's CHANGE REASON:A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) FKE-PBB's#1 to#7 RTU's In accordance with KWIA Gate 8 Drawings Revision,this change order authorizes installing new RTU's at PBB's#1 to#7 and includes the costs associated with the electrical works as per the attached proposal for KWIA project(20-2039-01).Cost breakdown and backups are attached for further details. ATTACHMENTS: Gates#thru#7 Summary-Rev 04.pdf # Budget Code Description Amount 1 26-.00.10.10.S Electrical.Subcontractor PBB's#1 to 7 RTU's $368,353.75 2 99-.99.99.66.0 Procore OH&P.Other Prime Contract Markup $36,835.38 Grand Total: $405,189.13 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 snag„„ Q;o d Irr OocuUUirad01y w. � 4 S��WAVJ, n SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 12/21/2024 1 13:51:10 PST 1/6/2025 1 10:59:02 PST 12/20/2024 1 15:58:55 PST NV2A/Gulf Keystar JV Page 1 of 1 Printed On: 12/20/2024 05:54 PM ES.31 87 Docusign Envelope ID:76E38F6E-E8EB-4CAA-AAD5-BF6A5BD10E48 Item Location Type Selling Price 1 Gate#1 PBB #1 $ 24,02034 2 Gate#2 PBB,#2 36,121A1 .................... .........-........I--......... 3 Gate#3 PBB#3 42,517,77 4 Gate 44 PBB#4 55,571,07 5 Gate#5 PBB#5 32,367,26 -------------.............------------------------- -------------I-------.................. ----------- ------------------I.- 6 Gate' PBB#6 90,82165 7 G�ate 47 PBB#7 8 ,931,86 .................... ............ Total $ 368,353.75 3188 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 30b ID, JOB-1507 Project: LATE #I - KWIA- Docu:�i,ients - RTU(s) Bid Summary Report Vendor: TARGET Labor Level: LABOR 1 11 Dec 2024 16:22:57 Tax Rate status: Default Bid Name: FL KEYS ELECTRIC Bid Template: FLORIDA KEYS ELECTRIC, INC. Drawing I Phase Quote$1 Material$1 Equip$1 SubCon$1 Labor Hirs BRANCH 0100 4,582,27 O.010 0100 82,99 DISTRIBUTION EQUIPMENT 0100 0100 0XIO 0.00 2,87 T- Sheet Totals: 0.001 4,777 0.010 OM 85.86 Bid Notes: Tax:I om 1 3,43.671 Mo Mo Sub Total (Quio/Mat/Equip/Sub): 4,582.27 IM RATES Sales Tax: 343.67 Material', 7.5000% Sub Total: 4,925.94 4,925.94 Quote: 7.5000% Direct Labor$: 16,099.02 Labor: 0.0000% Indirect Labor,$: 0.001 Equipment: 7.5000% Labor Escalation: 0.00 Subcontract: 7,50001?b Labor Tax: 0.001 Sob: d.dddd 1 Direct Job Costs(0,.00%): 0.00 MISCELLANEOUS Avg. Lbr. Rate (Cost), 196.87] Prime Cost: 21,024.95 Avg. Lbr. Rate(Bid):! 206.71 Overhead (Avq. 5.00%): 1,051.25 Total Square Feet: 1.00 Net Cost: 22,076.20 Cost Per Sq. Ft.: 24,02d.74 Labor$Per Sq. Ft.: 16,1099.02 Profit(Avq. 5.00%): 1,103.81 Labor Hrs Per Sq. Ft., 3ob Tax: 0.00; Quantity of Units: Bond(3.5000%): 840.73 Cost Per Unit: 24,dd.74 Lump Sum: 0.00; Cak.Adjustment: Selling Price: K�,"y '1-5,01 Web: wv, ,,11 3189 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 Bid Su rnmary Sheet: GATE #1, - KWIA- Docurnefts - RTU(s) 11 Dec 2024 4,22PM LABOR ADJUST ESTIMATED HOURS ELECTRICAL MACHINE LOW Labor Class 4 Labor Class 15 Labor Class Fj Labor Class 7 ILa or C ass 6 Labor class 9 Labor Class REGULAR 85.86 OVERTIME -- S11IFT-2 SHIFT-3 DOUBLE TIME -- ESTIMATED HOURS: 85.86 LOSS LBR ADJ. -- CALCULATED HRS REGULAR -- OVERTIME 85.86 S11IFT-2 -- SHIFT-3 DOUBLE TIME -- !TOTAL ADJ LABOR: 85-861 ITOTAL ADJUSTED LABOR HOURS: DIRECT LABOR Labor Class :Job Description Labor Type Crew, Rate man Hours Extension ELECTRICAL JCpJRINEY fMN REGULAR 1 $125.00 O 00 $0,29 OVERTIME I. $187,50 42.93 $8,049.,21 :APPRENTICE I REGULAR 0 $125,00 0,100 $0,29 APPRENTICE I OVERTIME 1 $187.50 42.93 $8,049.21 AVERAGE DIRECT LABOR RATE: [TOTAL DIRECT LABOR: $16,099.02 INDIRECT LABOR Labor Description I Hours I Rate l Ext$ ITOTAL INDIRECT LABOR: DIRECT LABOR TOTAL: 16,099,02 INDIRECT LABOR TOTAIL' 0.010 LABOR ESCALATION: 0.00 LABOR$ADjUc31-MENT: LT. o LABOR TAX: 0.1010 ILABOR TOTAL: $16,099-012 MATERIAL: 4,582.27 MATERIAL ESCALATION: 0.00 MATERIAL ADJUSTMENT: 0.010 MATERIAL TAX: 343®67 ,MATIERIAL TOTAL: $4,925,94 QUOTES Component lVendor Amount "I �Lh Flhone: 29,`11, Welb. Paigic! 2 of -4 3190 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 Bid Su rnmary Sheet: GATE #1, - KWIA- Docurnefts - RTU(s) 11 Dec 2024 4,22PM QUOTED MATERIAL: 0,00 ADJIUSI MENT: 0.010 QUOTE TAX: 0 00 QUOTED MATERIAL TOTAL: WOO SUBCONTRACTS Component lVendor Amount SUBCONTRACTS: 0.00 ADJUSTMENT: 0.00 SUBCONTRACT TAX: 0.010 SUBCONTRACTS TOTAL: O. EQUIPIMENT Component Ivendor Amount EQUIPMENT: 0.010 ADJUSTMENT: 0.00 EQUIPMENT TAX: 0.010 EQUIPMENT TOTAL: $0.00 DIRECT JOB COSTS Description Dollars DIRECT JOB COSTS: 0,010 ADJIUSTIMENT: 0.00 TOTAL DIRECT JOB COSTS: $0,00 JOB COST w/NO OVERHEAD: $21,024.95 ,OVERHEAD 6-3 MATERIAL OVERH EAD,(5% t-nar-kup); 24 0 ,QUOTES OVERHEAD,(5% markup) 0.00 LABOR OVERHEAD:(511/b markup) 804.95 'SUBCONTRACTS OVERIIEAD:(511/o markup) 0.00 EQUIPMENT OVERHEAD:(5% markup) 0.00 DJC OVERIHEAD:(511/6 markup) 0.00 TOTAL OVERHEAD: $1,051,25 JOB COST w/OVERHIEAD: $22,076.20, Kc"y 11 1 3.5,01 Web: wv,,�v,,11 Pagc': 13 of 4 3191 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 Bid Su rnmary Sheet: GATE #I. - KWIA- Docurnents - RTU(s) 11 Dec 2024 4,22PM PROFIT p MATERIAL PROFIT.(5% Tier-ku ) 25&61 ;QUOTES PROFIT:(511/b markup) 0.00 LABOR PROFIT:(5%rear up) 845,2!0 p,SUBCONTRACTS PROFIT. mark.u ) 0.00 EQUIPMENT PROFIT:(5% rnark'up) 0.00 DJC PROFIT:(5% r-narkup) 0.00 TOTAL PROFIT: 1,103.8I. MISCELLANEOUS JOB TAX: 0.00 BOND: 840.73 IMISCEILLANEOUS TOTAL: LUMP SUM LUMP SUM 1: W)o ,LUMP SUM 2: 0.00 I ,LUMP SUM 3: 0.00 LUMP SUM 4: 0.00 LUMP SUM TOTAL: $0.00 BID TOTAL: $24,020.74 phi'me Kc"y III '3.5,01 Web: Pagc',, 4 of �j 3192 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 z as 10 Cr 00 0 z co z C$ I" Im C> 0 Ln 6 a M 0 N Ir 0 N � N a m r% r� MNOMMN 0 N 06 (-� 6 6 Vi 6 ir� W4 V1 a 0 N 0 a 0 0 LA, 18 Is T 2 C) 001-15 0 N 0 M V) N C 0 0 0 V) N Cd 0% 0 0 0 0 N N P) 0 -T rq m 0000000 000C) OCC) 00000000 0 V4 V4 0) IZ ply g 0, Ch ,D 0, OD g X, 00 ~wJk1i cl� 00 C)� .A LF) 0 'A M N 0 M N 0 vim! r^ 0, Vi r< 6 00 0 0 M C C) N 0 0 w C 0 a r% 0 00 Z, N 00 0 0! 0 0 a 0 C% 0 z 0 0 0% 1-4 C> 0 tR C) In N 0 0 M Z 0 m -T " N 0 M "* " �r,4 N C,4 C> N z 0 0 N 0 1i lrV 't 1T O� 1P I: "i IN 11� cq R q, C; M� ff) C), 0 w CI 0 LU LU LA 0 U Z m N U) a U 0 0 z 0 5 _j Ul UA w m 0 U6 tC� M Ln = IUJ WU u 0 0 tf 0 a 0 C d < ct y Of w 10 a CL <LU uj Lij LU LU _j I LU 0 r) z < V)u < W U X Z2 0 m 2 < z < M 10� 04 14 U X u 0 D u 8 lu Z < LU 1> U x uj z m z Z r, u u ui > x x IP z go X M 0 W N �Z4 Lu LU L<U L<U L<U L<U uj< < < 0 0 0 0 0 O 0 Q 0 0 0 �D 0 (D z z N N N m 0 Z N N N w 0 w r1j co kt) m V) 0) I'D im m 0 eWA 0 m 0 m a F, Nm N N 'N 164 N m m N N m N M M r, N M ID z 0 V m c 0 2 w 4 3193 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 Ln - N 0 0 0 0" & 11.4 z N to "A 40 (1 (� 0� �q m rt I w 40 N 0 0 X 0 0 0 M N C) 0 0 Ii Cn 0 11� IR 0 r-) 0 0 IR r4 r 2 r4 0 N A I.; e N i"': C C> 0 0 0 r 0 0 0 0 0 B q, IR v zi aka C> m 0) 0 3 m M CC IL z CL z UJ D ac 0 0 uj u u V) 0 0 Z UD CL 'r b w Lu U Lu! 00 0 LU 6 uj z LU 0 a 0� 0 ra Z 00 CL M E E m m N Q0 0 m C 3194 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 30b ID, JOB-1506 Project: GATE #2 - KWIA- Docuirients - RTU(s) Bid Summary Report Vendor: TARGET Labor Level: LABOR 1 11 Dec 2024 16:25:41 Tax Rate status: Default Bid Name: FL KEYS ELECTRIC Bid Template: FLORIDA KEYS ELECTRIC, INC. Drawing I Phase Quote$1 Material$1 Equip$1 SubCon$1 Labor Hirs BRANCH 0100 6,68T89 O.010 0100 127,41 DISTRIBUTION EQUIPMENT 0100 0100 0XIO 0.00 2,87 T- Sheet Totals: 0.001 6,6977 0.010 OM 130.28 Bid Notes: Tax: om 501.591 Mo Mo Sub Total (Quio/Mat/Equip/Sub): 6,687.891 TAX RATES Sales Tax: 501-59, Material', 7.5000% Sub Total: 7,189.48 7,189.48 Quote: 7.5000% Direct Labor$: 24,426 99 Labor: 0,0000% Indirect Labor,$: 0.001 Equipment: 7.5000% Labor Escalation: 0.00 Subcontract: 7,50001?b Labor Tax: 0.001 Sob: d.dddd 1 Direct Job Costs(0,.00%): 0.00 MISCELLANEOUS Avg. Lbr. Rate (Cost), 196.87] Prime Cost: 31,616.47 Avg. Lbr. Rate(Bid):! 206.71 Overhead (.Avg. 5.00%): 1,580.82 Total Square Feet: 1.00 Net Cost: 33,197.291 Cost Per Sq. Fit.: 36,121A1 Labor$Per Sq. Ft.: 24,426.99 Profit(Avq. 5.00%): 1,659.86 Labor Hrs Per Sq. Ft., Job Tax: 0.00; Quantity of Units: 1.E3l 3 Bond(3.5000%): 1,264.25 Cost Per Unit: 36r1711 Lump Sum: 0.00; Cak.Adjustment: Selling Price: K�,"y '1-5,01 Web: wv, ,,11 3195 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 Bid Surnmary Sheet: GATE #2 - KWIA- Docurnefts - RTU(s) 11 Dec 2024 4,25PM LABOR ADJUST ESTIMATED HOURS ELECTRICAL MACHINE LOW Labor Class 4 Labor Class 15 Labor Class Fj Labor Class 7 ILa or C ass 6 Labor class 9 Labor Class REGULAR 130.28 OVERTIME -- S11IFT-2 SHIFT-3 DOUBLE TIME -- ESTIMATED HOURS: 130.28 LOSS LBR ADJ: -- CALCULATED HRS REGULAR -- OVERTIME 130.28 S11IFT-2 -- SHIFT-3 DOUBLE TIME -- !TOTAL ADJ LABOR: 130.281 ITOTAL ADJUSTED LABOR HOURS: DIRECT LABOR Labor Class :Job Description Labor Type Crew, Rate man Hours Extension ELECTRICAL JO IRINEY fMN REGULAR 1 $125.00 O 00 -$0,01 OVERTIME 1 $187,50 65.14 $12,213.51 :APPRENTICE I REGULAR 0 $125,00 0,100 -$O 01 APPRENTICE I OVERTIME 1 1 $187.50 65.141 $12,213-51 AVERAGE DIRECT LABOR RATE: 1.87.5TJ TOTAL DIRECT LABOR: $24,426.99 INDIRECT LABOR Labor Description I Hours I Rate l Ext$ ITOTAL INDIRECT LABOR: DIRECT LABOR TOTAL: 24,426.99 INDIRECT LABOR TOTAIL' 0.010 LABOR ESCALATION: 000 LABOR$ADjUc31-MENT: LT. o LABOR TAX: 0.1010 ILABOR TOTAL: $24,426.919 MATERIAL: 6,687.89 MATERIAL ESCALATION: 0.00 MATERIAL ADJUSTMENT: 0.010 MATERIAL TAX: 501.59 ,MATIERIAL TOTAL: $7,189. 8 QUOTES Component lVendor Amount "I �Lh Flhone: 29,`11, Welb. Paigic! 2 of -4 3196 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 Bid Summary Sheet: GATE #2 - KWIA- Docurnefts - RTU(s) 11 Dec 2024 4,25PM QUOTED MATERIAL: 0,00 ADJIUSI MENT: 0.010 QUOTE TAX: 0 00 QUOTED MATERIAL TOTAL: WOO SUBCONTRACTS Component lVendor Amount SUBCONTRACTS: 0.00 ADJUSTMENT: 0.00 SUBCONTRACT TAX: 0.010 SUBCONTRACTS TOTAL: O. EQUIPIMENT Component Ivendor Amount EQUIPMENT: 0.010 ADJUSTMENT: 0.00 EQUIPMENT TAX: 0.010 EQUIPMENT TOTAL: $0.00 DIRECT JOB COSTS Description Dollars DIRECT JOB COSTS: 0,010 ADJIUSTIMENT: 0.00 TOTAL DIRECT JOB COSTS: $0,00 JOB COST w/NO OVERHEAD: $3'1,616.47 ,OVERHEAD MATERIAL OVERH EAD,(5% t-nar-kup) 359.47 ,QUOTES OVERHEAD.,(5% markup) 0.00 LABOR OVERHEAD:(511/b markup) 1,221.35 'SUBCONTRACTS OVERIIEAD:(511/o markup) 0.00 EQUIPMENT OVERHEAD:(5% markup) 0.00 DJC OVERIHEAD:(511/6 markup) 0.00 TOTAL OVERHEAD: $1,580 82 JOB COST w/OVERHIEAD: $33,197.29 Kc"y 11 1 3.5,01 Web: wv,,�v,,11 Pagc': 13 of 4 3197 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 Bid Surnmary Sheet: GATE #2 - KWIA- Docurnents - RTU(s) 11 Dec 2024 4,25PM PROFIT p MATERIAL PROFIT.(5% Tier-ku ) 377.45 ;QUOTES PROFIT:(511/b markup) 0.00 LABOR PROFIT:(5%rear up) 1,282,42 p,SUBCONTRACTS PROFIT. mark.u ) 0.00 EQUIPMENT PROFIT:(5% rnark'up) 0.00 DJC PROFIT:(5% r-narkup) 0.00 ITOTAL PROFIT: $1,659,86 MISCELLANEOUS JOB TAX: 0.00 BOND: 1,264.25 IMISCEILLANEOUS TOTAL: LUMP SUM LUMP SUM 1: W)o ,LUMP SUM 2: 0.00 I ,LUMP SUM 3: 0.00 LUMP SUM 4: 0.00 LUMP SUM TOTAL: $0.00 BID TOTAL: $36,121.41 phi'me Kc"y III '3.5,01 Web: Pagc',, 4 of �j 3198 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 L � 0 w w4 C+ IN " 0 0 cri " C$ NI " C> 000 " I4n tea olr 0 Os 6f3 IR 'i 11�1 (h In lr� 111 C9 11 11� 11'� "i 111 R C� 06 CIS C) C, un� 4 N �4 W4 V1 0 IN 0 0 0 0 S, 18 Is T 2 R 00 V) C) Z rd 00 (Z C) 0 N C a 5 z 1.4 1-15 0 IN 0 J2 V) N C CT 0 0 0 V) IN Cd 0% 0 0 0 0 N N 7) 0 -T � rq m V4 V4 Iz M Iz M a 'D m 0 0 w m LA 00 r) 0 1% IN 0 x 2i V "i R 'i cl� 00 C)� rH I.PS 0 4A J) N M C) It,) V) �n N m 0 M " M r� q,6 0, Vi r< 6 CPI �O W W IN 0 OD " "T 0 0 w C� 0 a r% 0 00 Z, IN 00 a 0! 0 0 Ca 0 C% 0 z 0 0 C% 1-4 C> 0 tR 0 In IN 0 0 M Z 0 M N IN IN 0 M ",a" N CVC> r,4 z N 0 0 " 0 0 CIO a w CI 0 LU LU LA 0 U Z m N U) a In U 0 0 0 _j Ul UA w z In 0 U. 0 C) M Ln WU u IM z 0 0 0 a 0 LU C d CL w C a LU " < -1 < Lu 0 uj Z ce Lij LU ce Z— LU r) < W cc CIO < a 0 U C) X z << 0 IT T W M wi i IF- X n Ly Rj 0 < Z D u 8 z 0 V) LU V4 U) 1> uj 06 0) z z L <1 0 uj z z n Om t ". u t; I > C] CLu > 0 "q VY x cc' 8 x 8 IP z �Z4 xxxxxxxx U uj I LU L< L<U U<U L<U < < 0 0 0 0 0 0 0 Q 0 0 0 D Ca > 0 C) 0 Q� C) 0 0 r-) 0 C) C) 0 0 C), r.> r) C) a a r) 0 r.,> Ul) rqN Nr4 tu 00 OD 0, ij 0 LD z N IN IN M 0 Z IN N IN M 0 w r1I co V) m V) 0) Z 03 N m z 0 0 70 N m �O 0% 0 V) !� I It 0 L', �::.f im m 0 0 H IN M m 0 a 0) IN IN IN 0 0 0 0 0 0 r4 0 0 0 01 01 0 0 M 0 9 M W, �D 4 4 0 164 11) IN m m IN IN m I-M N C.) M r" N M �T Iz ID'mi Z 0 'a IM rq c 0 IM 3199 rn > CL Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 0 0 " " = 11 m rt I w R 6 r, rq A a 0 0 0 X 0 0 N C) 0 0 I C� 11. IR 0 r-) 0 0 0 IR IR q A I.; e N C C> 0 0 0 r 0 0 0 0 0 0 B q, IR v zi C> m 0) 0 3 m M z CL z UJ D 0 >- 0 uj u be u V) 0 0 I V UD CL per. w Lu U 40 m M N, Lu! 00 0 N LU 6 uj z M LU 0 a a 0 Z, Z 00 CL M q_- E th m m � Q0 0 m C 3200 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 30b ID, JOB-1505 Project: GATE #3 - KWIA- Docuirients - RTU(s) Bid Summary Report Vendor: TARGET Labor Level: LABOR 1 11 Dec 2024 16:28:03 Tax Rate status: Default Bid Name: FL KEYS ELECTRIC Bid Template: FLORIDA KEYS ELECTRIC, INC. Drawing I Phase Quote$1 Material$1 Equip$1 SubCon$1 Labor Hirs BRANCH 0100 7,122,55 O.010 0100 154.78 DISTRIBUTION EQUIPMENT 0100 0100 0XIO 0.00 2,87 T- Sheet Totals: 0.001 7,7377 0.010 OM 157.65 Bid Notes: Tax:I om 1 53,4.191 Mo Mo Sub Total (Quio/Mat/Equip/Sub): 7,122.55 TAX RATES Sales Tax: 534-19, Material', 7.5000% Sub Total: 7,656.74 7,656.74 Quote: 7.5000% Direct Labor$: 29,55836 Labor: 0,0000% Indirect Labor,$: 0.001 Equipment: 7.5000% Labor Escalation: 0.00 Subcontract: 7,50001?b Labor Tax: 0.001 Sob: d.dddd 1 Direct Job Costs(0,.00%): 0.00 MISCELLANEOUS Avg. Lbr. Rate (Cost), 196.87] Prime Cost: 37,215.10, Avg. Lbr. Rate(Bid):! 206.72 Overhead (Avq. 5.00%): 1,860.75 Total Square Feet: 1.00 Net Cost: 39,075.85 Cost Per Sq. Ft.: 42,517.77 Labor$Per Sq. Ft.: 29,55836 Profit(Avq. 5.00%): 1,951791 Labor Hrs Per Sq. Ft., 3ob Tax: 0.00; Quantity of Units: l.dd Bond(3.5000%): 1,488.12 Cost Per Unit: Lump Sum: 0.00; Cak.Adjustment: Selling Price: K�,"y '1-5,01 Web: wv, ,,11 3201 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 Bid Surnmary Sheet: GATE #3 - KWIA- Docurnefts - RTU(s) 11 Dec 2024 4.28PM LABOR ADJUST ESTIMATED HOURS ELECTRICAL MACHINE LOW Labor Class 4 Labor Class 15 Labor Class Fj Labor Class 7 ILa or C ass 6 Labor class 9 Labor Class REGULAR 157.65 --10- OVERTIME -- S11IFT-2 SHIFT-3 DOUBLE TIME -- ESTIMATED HOURS: 157.65 LOSS LBR ADJ: -- CALCULATED HRS REGULAR -- OVERTIME 157.65 S11IFT-2 -- SHIFT-3 DOUBLE TIME -- !TOTAL ADJ LABOR: 157-651 ITOTAL ADJUSTED LABOR HOURS: DIRECT LABOR Labor Class :Job Description Labor Type Crew, Rate man Hours Extension ELECTRICAL JOLIRINEY fMN REGULAR 1 $125.00 O.00 -$0.21 JOURNEYMEN OVERTIME 1 $187,50 78.83 $14,779.39 :APPRENTICE I REGULAR 0 $125,00 0,100 -$O 21 APPRENTICE I OVERTIME 1 1 $187.50 78.83 $14,779-39 AVERAGE DIRECT LABOR RATE: [TOTAL DIRECT LABOR: $29,558.36 ITS LABOR Labor Description I Hours I Rate l Ext$ ITOTAL INDIRECT LABOR: DIRECT LABOR TOTAL: 29,558.36 INDIRECT LABOR TOTAIL' 0.010 LABOR ESCALATION: 0.00 LABOR$ADjUc31-MENT: LT. o LABOR TAX: 0.1010 ILABOR TOTAL: $29,55836 MATERIAL: 7,122.55 MATERIAL ESCALATION: 0.00 MATERIAL ADJUSTMENT: 0.010 MATERIAL TAX: 534.19 ,MATIERIAL TOTAL: $7,656,7'4 QUOTES Component lVendor Amount "I �Lh Flhone: 29,`11, Welb. Paigic! 2 of -4 3202 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 Bid Summary Sheet: GATE #3 - KWIA- Docurnefts - RTU(s) 11 Dec 2024 4.28PM QUOTED MATERIAL: 0,00 ADJIUSI MENT: 0.010 QUOTE TAX: 0 00 QUOTED MATERIAL TOTAL: WOO SUBCONTRACTS Component lVendor Amount SUBCONTRACTS: 0.00 ADJUSTMENT: 0.00 SUBCONTRACT TAX: 0.010 SUBCONTRACTS TOTAL: O. EQUIPIMENT Component Ivendor Amount EQUIPMENT: 0.010 ADJUSTMENT: 0.00 EQUIPMENT TAX: 0.010 EQUIPMENT TOTAL: $0.00 DIRECT JOB COSTS Description Dollars DIRECT JOB COSTS: 0,010 ADJIUSTIMENT: 0.00 TOTAL DIRECT JOB COSTS: $0,00 JOB COST w/NO OVERHEAD: $3'7,215.10 ,OVERHEAD MATERIAL OVERH EAD,(5% t-nar-kup) 382.84 ,QUOTES OVERHEAD,(5% markup) 0.00 LABOR OVERHEAD:(511/b markup) 1,477.92 'SUBCONTRACTS OVERIIEAD:(511/o markup) 0.00 EQUIPMENT OVERHEAD:(5% markup) 0.00 DJC OVERIHEAD:(511/6 markup) 0.00 TOTAL OVERHEAD: $1,86035 JOB COST w/OVERHIEAD: $39,075.85 kv,- Kc"y 11 1 3.5,01 Web: wv,,�v,,11 Pagc': 13 of 4 3203 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 Bid Surnmary Sheet: GATE #3 - ,'USIA- Docurnents - RTU(s) 11 Dec 2024 4.28PM PROFIT p MATERIAL PROFIT.(5% Tier-ku ) 401.98 ;QUOTES PROFIT:(511/b markup) 0.00 LABOR PROFIT:(5%rear up) 1,551,81 p,SUBCONTRACTS PROFIT. mark.u ) 0.00 EQUIPMENT PROFIT:(5% rnark'up) 0.00 DJC PROFIT:(5% r-narkup) 0.00 ITOTAL PROFIT: $1,953.73 MISCELLANEOUS JOB TAX: 0.00 BOND: 1,488.12 IMISCEILLANEOUS TOTAL: LUMP SUM LUMP SUM 1: W)o ,LUMP SUM 2: 0.00 I ,LUMP SUM 3: 0.00 LUMP SUM 4: 0.00 LUMP SUM TOTAL: $0.00 BID TOTAL: $42 phi'me Kc"y III '3.5,01 Web: Pagc',, 4 of �j 3204 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 v � 0 W IGO C+ lan IN 0 Im co m cs kn N c> 6 N 0 0 CIS 0 C, 4 N W4 IN 0 S, 18 Is T 2 C) 00 V) C) Z V1 a 0 0 a 0 rd 00 (Z C) 0 IN C5 z 1.4 1-15 0 IN 0 M V) N C m 0 0 0 V) IN C 0% 0 0 0 0 N IN 7) 0 -T � rq m 0000000 000C) OCC) 00000000 0 t IN Iz 1� T 9 2 1 IN I'D 0 CID a 0 LA 00 M 0 1% r14 0'A Iz W W IN co 0 0 IM C C) N 0 0 w C 0 a r% 0 00 Z, IN 00 0 0! 0 0 0 0 C% wu 0 0 z 0 0 0% 1-4 C> 0 tR C) In IN 0 0 M Z 0 m -T IN IN 0 M "It " r14 IN CVC> rN z N 0 0 N 0 I: C; M� n C), 0 CIO a w CI 0 LU LU 4) _j 0 U Z m N N U) a U 0 z 0 zz 0 5 _j Ul UA w Ln z Mu In 0 0 M Ln luj WU u IM ra 0 0 0 d y CL LU uj Lij LU -1 < — I LU 0 r, 0 0 < W U X Z2 M Z ac lkw> %0 C) (In �4 ." 2 < < w 0 InVA V) D u z U) w z z x uj LU U) 1> U z u > = t 8 z x 8 x 0 RA IP y»p 11 00 'N �Z4 u uj iLu Lu L< L<u u<u L<u < < 0 0 o 0 o �O o Q 00 0 �D Ln CA C� �Q 0 C) 0 Q� C) 0 0 r-) 0 C) C) r.> r) 0 a a r) 0 e.> CD Ln ,4 Lu +yi ysM 0, 0 LD z N IN IN M 0 Z IN N N M 0 U) N co kt) In V) 0) z 0 N !� in m 0 0 1�1 IN M M 0 a 'N IN IN IN 0 0 11) " r1j m M IN r, m awa N M M P, N M Iz 'mi ID Z Z IM c 0 IM 4 3205 rn > CL Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 2 .0 Ire, 4 3 Ln Ln V4 V4 0 0 0 V, 0 IR Ln 0 Ln r4 d q A rq rq V4 V4 Ail q, IR It B a m M V) all C, LU < V) 0 u z U u Lu 0 X, E M � ti LU 00 LU 6 LU z LU 8 P 0 0 0 I 0 eq u 00 CL 21 m m 3206 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 30b ID, JOB-1504 Project: GATE #4- KWIA- Docuirients - RTU(s) Bid Summary Report Vendor: TARGET Labor Level: LABOR 1 11 Dec 2024 16:29:24 Tax Rate status: Default Bid Name: FL KEYS ELECTRIC Bid Template: FLORIDA KEYS ELECTRIC, INC. Drawing I Phase Quote$1 Material$1 Equip$1 SubCon$1 Labor Hirs BRANCH 0100 7,397.09 O.010 0100 214,14 DISTRIBUTION EQUIPMENT 0100 0100 0XIO 0.00 2,87 T- Sheet Totals: 0.001 7,777 0.010 OM 217.0:1 Bid Notes: Tax:I om 1 554381 Mo Mo Sub Total (Quio/Mat/Equip/Sub): 7,397.091 IM RATES Sales Tax: 554.78 Material', 7.5000% Sub Total: 7,951.88 7,951.88 Quote: 7.5000% Direct Labor$: 40,68&56 Labor; 0,0000% Indirect Labor,$: 0.001 Equipment: 7.5000% Labor Escalation: 0.00 Subcontract: 7,50001?b Labor Tax: 0.001 Sob: d.dddd 1 Direct Job Costs(0,.00%): 0.00 MIaELLANEOUS Avg. Lbr. Rate (Cost), 196.87] Prime Cost: 48,6,40.44 Avg. Lbr. Rate(Bid):! 206.72 Overhead (Avq. 5.00%): 2,432.02 Total Square Feet: 1.00 Net Cost: 51,072A6 Cost Per Sq. Ft.: 55,571.07 Labor$Per Sq. Ft.: 40,6W56 Profit(Avq. 5.00%): 2,55162 Labor Hrs Per Sq. Ft., ---------------217.01' 3ob Tax: 0.00; ---Quantity of Units: ... Bond(3.5000%): 1,944.991 Cost Per Unit: 5 r,m7l.d7 Lump Sum: 0.00; Cak.Adjustment: Sellinq Price: K�,"y '1-5,01 Web: wv, ,,11 3207 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 Bid Surnmary Sheet: GATE #4- KWIA- Docurnefts - RTU(s) 11 Dec 2024 4.29PM LABOR ADJUST ESTIMATED HOURS ELECTRICAL MACHINE LOW Labor Class 4 Labor Class 15 Labor Class Fj Labor Class 7 ILa or C ass 6 Labor class 9 Labor Class REGULAR 217.01 OVERTIME S11IFT-2 SHIFT-3 DOUBLE TIME ESTIMATED HOURS: 217.01 LOSS LBR ADJ: CALCULATED HRS REGULAR OVERTIME 217.01 SIIIFT-2 SHIFT-3 DOUBLE TIME !TOTAL ADJ LABOR: 217.01 ITOTAL ADJUSTED LABOR HOURS: DIRECT LABOR Labor Class :Job Description Labor Trip�e I crew,I Ratel man Hours Extension ELECTRICAL JOURINEYMEN OVERTIME 11 $187.501 108,511 $20,344,28 APPRENTICE I OVERTIME 1 $187,50 108.51 $210,344.,28 "ERAGE DIRECT LABOR RATE: I87.5U F6 DIRECT LABOR: $40,688.561 INDIRECT LABOR Labor Description Hours Rate] East ITOTAL INDIRECT LABOR: $0.00 DIRECT LABOR TOTAL: 40,688.56 INDIRECT LABOR TOTAL: 0.010 LABOR ESCALATION: 0.010 LABOR$ADJUSTMENT: 0.00 LABOR TAX: 0.010 ILABOR TOTAL: $40,688.56 MATERIAL- 7,397.09 MATERIAL ESCALATION: 0.010 MATERIAL ADJUSTMENT., 0.100 MATERIAL TAX: 554,78 ,MATIERIAL TOTAL: $7,951.88 QUOTES Component Ivendor I Amount Florkxi Lh Urk 90"';' 2'F3 Flhone: 01 29,`11, Lm� Welb. Paigir! 2 of 4 3208 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 Bid Summary Sheet: GATE #4- KWIA- Docurnefts - RTU(s) 11 Dec 2024 4.29PM QUOTED MATERIAL: 0,00 ADJIUSI MENT: 0.010 QUOTE TAX: 0 00 QUOTED MATERIAL TOTAL: WOO SUBCONTRACTS Component lVendor Amount SUBCONTRACTS: 0.00 ADJUSTMENT: 0.00 SUBCONTRACT TAX: 0.010 SUBCONTRACTS TOTAL: O. EQUIPIMENT Component Ivendor Amount EQUIPMENT: 0.010 ADJUSTMENT: 0.00 EQUIPMENT TAX: 0.010 EQUIPMENT TOTAL: $0.00 DIRECT JOB COSTS Description Dollars DIRECT JOB COSTS: 0,010 ADJIUSTIMENT: 0.00 TOTAL DIRECT JOB COSTS: $0,00 JOB COST w/NO OVERHEAD: $48,640.44 ,OVERHEAD MATERIAL OVERH EAD,(5% t-nar-kup) 397-59 ,QUOTES OVERHEAD,(5% markup) 0.00 LABOR OVERHEAD:(511/b markup) 2,034.43 'SUBCONTRACTS OVERIIEAD:(511/o markup) 0.00 EQUIPMENT OVERHEAD:(5% markup) 0.00 DJC OVERIHEAD:(511/6 markup) 0.00 TOTAL OVERHEAD: $2,432,02 JOB COST w/OVERHIEAD: $51,072.46 kv,- Kc"y 11 1 3.5,01 Web: wv,,�v,,11 Pagc': 13 of 4 3209 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BD1OE48 Bid Surnmary Sheet: GATE #4- ,'USIA- Docurnents - RTU(s) 11 Dec 2024 4.29PM PROFIT p MATERIAL PROFIT.(5% Tier-ku ) 417.47 ;QUOTES PROFIT:(511/b markup) 0.00 LABOR PROFIT:(5%rear up) 2,136,15 p,SUBCONTRACTS PROFIT. mark.u ) 0�00 EQUIPMENT PROFIT:(5% rnark'up) 0.00 DJC PROFIT:(5% r-narkup) 0.00 TOTAL PROFIT: $2,553.62 MISCELLANEOUS JOB TAX: 0.00 BOND: 1,944.99 IMISCEILLANEOUS TOTAL: LUMP SUM LUMP SUM 1: W)o ,LUMP SUM 2: 0.00 I ,LUMP SUM 3: 0.00 LUMP SUM 4: 0.00 LUMP SUM TOTAL: $0.00 BID TOTAL: phi'me Kc"y III '3.5,01 Web: Pagc',, 4 of �j 3210 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 0 Ir 0 O IrR s C7 'IR ` h.11�1 � � IR OR C9 IR Ili N 11� q R 21 06 CIS 0 C, N 4 N ci � 0 a MT 1�r N 0 0 0 11 N, 0 In 06 r� 6 6 Vi 6 ir� kJS N W4 V1 a 0 IN 0 a 0 0 LA, 18 Is T 2 R 00 V) C) Z rd 00 (Z C) 0 IN C5 z 1.4 1-1) 0 IN 0 M V) N C C 0 0 0 V) IN C 0% 0 0 0 0 N N 7) 0 -T In rq m LP J 0000000 000C) OCC) 00000000 0 R 'D N % 4 w 'D 0 "D r, 0, f m 0 0 'D 00 S In 0 1, 1, 0 rvW V 1y r+ CV -� 1Mt "It "IT. r R 11Ti cl 00 C)� .A LF) 0 C) 0) z crZ04CIOrgg 0, IN 0 TN IN m IN IN H r^^d 0 0 IM 0 0 C) IN 0 0 w C� 0 a r% 0 00 Z, IN 00 a 0! 0 0 a 0 C% wu 0 0 z 0 0 0% 1-4 C> 0 tR 0 In IN 0 0 M Z 0 m -T V " �r,4 IN C,4 C> tN z N 0 0 N 0 I: "i IN 11� cq R q, C; M� n C), 0 CIO a 0 LU 4) CC LA 0 u IM 0 U) a U 0 0 zz 0 5 _j Ul UA w z Mu In 0 0 C) M Ln < = I WU u z 0 0 w tf 0 dj y CL IL _j "i w 10 a r) z Z LU _j ce Z r, 0 0 < W U X Z2 M Z CC ac u> < < 0 VA 0 V in V) Z D u < z U) I uj 06 z z X uj LU U) 8 1> U z u VM > = t 8 z x 8 x 0 RA IP z 11 �Z4 Lu LU L<U L<U U<U L<U uj< < 0 0 0 0 0 0 �O CY 0 Q 0 0 0 �D C) C) C) C) C> 0 0 0 0 0 0 C, CD C, C� ,4 tu ul 0, u 0 (D z z N IN IN M 0 Z IN N N M 0 W rI co �n In V) 0) z !� IN It 0 L'i �Z N in m 0 0 H IN M m 0 a 'N 0 IN IN IN 0 1.4 -4 0 0 0 0 0 v4 0 a 0 01 0 0 M 9 In W, z 4 A 0 IN m m IN IN m I-M N M M P, N M Iz 'mi ID Z 0 0 3211 rn > CL Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 Ln 0- & NOOO Rt " & 0 5 (1 (� 0� �q m .0 4A .0 gw rq � n V4 0 0 0 X 0 r- 0 0 N C) 0 0 I C� 11. IR 0 r-) 0 0 0 IR IR q A I.; e N i"': C C> 0 0 0 r 0 0 0 0 0 0 B q, IR v zi C> m 0) 0 m M z CL z UJ D 0 >- 0 uj u be u V) 0 0 I V UD CL per. w Lu U 40 m M N, Lu! 00 0 LU 6 uj z M LU 0 Z 00 CL M E th 0 0 0 m m � Q0 0 m C 3212 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 30b ID, JOB-1503 Project: GATE #5 - KWIA- Docuirients - RTU(s) Bid Summary Report Vendor: TARGET Labor Level: LABOR 1 11 Dec 2024 16:30:12 Tax Rate status: Default Bid Name: FL KEYS ELECTRIC Bid Template: FLORIDA KEYS ELECTRIC, INC. Drawing I Phase Quote$1 Material$1 Equip$1 SubCon$1 Labor Hirs BRANCH 0100 5,0192,78 O.010 0100 119.03 DISTRIBUTION EQUIPMENT 0100 0100 0XIO 0.00 2,87 T- Sheet Totals: 0.001 5,777 0.010 OM 121.90 Bid Notes: Tax:I om 1 38L961 Mo Mo Sub Total (Quio/Mat/Equip/Sub): 5,0912.78 TA]C TES Sales Tax: 381-96 Material', 7.5000% Sub Total: 5,474.74 5,474.74 Quote: 7.5000% Direct Labor$: 22,855.79 Labor; 0,0000% Indirect Labor,$: 0.001 Equipment: 7.5000% Labor Escalation: 0.00 Subcontract: 7,50001?b Labor Tax: 0.001 Sob: d.dddd 1 Direct Job Costs(0,.00%): 0.00 MISCELLANEOUS Avg. Lbr. Rate (Cost), 196.88 Prime Cost: 28,330.53 Avg. Lbr. Rate(Bid):! 206.72 Overhead (Avq. 5.00%): 1,416.53 Total Square Feet: 1.00 Net Cost: 29,747.06 Cost Per Sq. Ft.: 32,367.26 Labor$Per Sq. Ft.: 22,855,79 Profit(Avq. 5.00%): 1,48735 Labor Hrs Per Sq. Ft., Job Tax: 0.00; Quantity of Units: Bond(3.5000%): 1,132.85 Cost Per Unit: 37, 67.r6 Lump Sum: 0.00; Cak.Adjustment: Selling Price: K�,"y '1-5,01 Web: wv, ,,11 3213 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 Bid Surnmary Sheet: GATE #5 - KWIA- Docurnefts - RTU(s) 11 Dec 2024 4.30PM LABOR ADJUST ESTIMATED HOURS ELECTRICAL MACHINE LOW Labor Class 4 Labor Class 15 Labor Class Fj Labor Class 7 ILa or C ass 6 Labor class 9 Labor Class REGULAR 121. 90 OVERTIME SHIFT-3 DOUBLE TIME ESTIMATED HOURS: 121.90 LOSS LBR ADJ: CALCULATED HRS REGULAR OVERTIME 121.90 SIIIFT-2 SHIFT-3 DOUBLE TIME !TOTAL ADJ LABOR: 121.901 ITOTAL ADJUSTED LABOR HOURS: DIRECT LABOR Labor Class :Job Description Labor Trip�e I crew,I Ratel man Hours Extension ELECTRICAL JOURINEYMEN OVERTIME 11 $187.501 60.951 $11,427,910 I OVERTIME 1 $187,50 60.95 $11,427.,90 "ERAGE DIRECT LABOR RATE: 1 7.5U F6 DIRECT LABOR: $22,855.79 INDIRECT LABOR Labor Description Hours Rate] East ITOTAL INDIRECT LABOR: $0.00 DIRECT LABOR TOTAL: 22,85539 INDIRECT LABOR TOTAL: 0.010 LABOR ESCALATION: 0.010 LABOR$ADJUSTMENT: 0.00 LABOR TAX: 0.010 ILABOR TOTAL: $22,855.79 MATERIAL- 5,092,7'8 MATERIAL ESCALATION: 0.010 MATERIAL ADJUSTMENT., 0.100 MATERIAL TAX: 381_96 ,MATIERIAL TOTAL: $5,474.74 QUOTES Component Ivendor I Amount Florkxi Lh Urk 90"';' 2'F3 Flhone: 01 29,`11, Lm� Welb. Paigir! 2 of 4 3214 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 Bid Summary Sheet: GATE #5 - KWIA- Docurnefts - RTU(s) 11 Dec 2024 4.30PM QUOTED MATERIAL: 0,00 ADJIUSI MENT: 0.010 QUOTE TAX: 0 00 QUOTED MATERIAL TOTAL: WOO SUBCONTRACTS Component lVendor Amount SUBCONTRACTS: 0.00 ADJUSTMENT: 0.00 SUBCONTRACT TAX: 0.010 SUBCONTRACTS TOTAL: O. EQUIPIMENT Component Ivendor Amount EQUIPMENT: 0.010 ADJUSTMENT: 0.00 EQUIPMENT TAX: 0.010 EQUIPMENT TOTAL: $0.00 DIRECT JOB COSTS Description Dollars DIRECT JOB COSTS: 0,010 ADJIUSTIMENT: 0.00 TOTAL DIRECT JOB COSTS: $0,00 JOB COST w/NO OVERHEAD: $28,330.53 ,OVERHEAD MATERIAL OVERH EAD,(5% t-nar-kup) 273.74 ,QUOTES OVERHEAD.,(5% markup) 0.00 LABOR OVERHEAD:(511/b markup) 1,142.79 'SUBCONTRACTS OVERIIEAD:(511/o markup) 0.00 EQUIPMENT OVERHEAD:(5% markup) 0.00 DJC OVERIHEAD:(511/6 markup) 0.00 TOTAL OVERHEAD: $1,416,53 JOB COST w/OVERHIEAD: $29,747.06 Kc"y 11 1 3.5,01 Web: wv,,�v,,11 Pagc': 13 of 4 3215 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 Bid Surnmary Sheet: GATE #5 - ,'USIA- Docurnents - RTU(s) 11 Dec 2024 4.30PM PROFIT MATERIAL PROFIT.(5% Tiar-kup) 287.42 ;QUOTES PROFIT:(511/b markup) 0.00 LABOR PROFIT:(5%rear up) 1,199.93 p,SUBCONTRACTS PROFIT. mark.u ) 0.00 EQUIPMENT PROFIT:(5% rnark'up) 0.00 DJC PROFIT:(5% r-narkup) 0.00 ITOTAL PROFIT: $1,4873�) MISCELLANEOUS JOB TAX: 0.00 BOND: 1,132.85 IMISCEILLANEOUS TOTAL: LUMP SUM LUMP SUM 1: W)o ,LUMP SUM 2: 0.00 I ,LUMP SUM 3: 0.00 LUMP SUM 4: 0.00 LUMP SUM TOTAL: $0.00 BID TOTAL: $32 phi'me Kc"y III '3.5,01 Web: Pagc',, 4 of �j 3216 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 'Ir W rV C M V) 0 CON C$ MV1, C> 0 Lau a a 0 Ir 0 Os O� a Tl' 1 1 It C) a O� a11w Ili It aq R ,� 06 co 0 4 N 4 N N IT a ko N N N 0 0 N N 0 N 06 N 6 C� Vi 6 lc-i V4 W4 LA, 18 Is T 2 R 00 V) C) Z rd 00 (Z C) 0 N C5 z 1.4 1-15 0 N 0 M V) N C� C� 0 0 0 V) N Cr 0% 0 0 0 0 N N P) 0 -T N m 0000000 000C) OCC) 00000000 0 V4 V4 00 'A 0 N N C) N 0 Z N N 0 nWVi N 0 r-w r"rl agg 0, LA r< 6 H r-m H H 0 0 Cr 0 C) N 0 0 w C 0 a r% 0 00 Z, N 00 0 0! 0 0 a 0 C% wu 0 0 z 0 0 0% 1-4 C> 0 tR aIn N 0 0 M Z 0 m -T N 0 M ",t �r,4 N C,4 C> N z N 0 0 N 0 cq R aC; M� ff) C), aaw 0 0 LL LU -i j LA 0 u = U: m as N U) a U 0 0 zz 0 5 Ul UA w Mu m 0 U6 M Ln = IUJ WU u 0 0 tf 0 dj y CL w 10 a LU uj Lij LU Lu 0 r) z LU u < V) W U X > w z ac %0 < < in Ln Lij 8 < V) LU > z 5 1,1,,,i uC) < . ZDu = o ,, U) lu V Z CJ 06 u z U uj z 14 U, z r, IP z 11 14 H N �Z4 CY uj Lu LU L<U L<U L<U L<U < < < 0 0 0 0 0 0 0 Q 0 0 0 �D m Ln �Q 0 C) 0 Q� C) 0 0 r-) 0 C) C) 0 0 C), r.> r) C) a a r) 0 c> Ln 1 4 Lu N N N 'a u u ij 0 (D z z N N N m 0 Z N N N w 0 U) N co kt) m V) 0) I'D N m z N m �O 0% 0 V) IN It 0 a. im m m 0 a N m N N N 164 N m m N N m N M M r, N M ID z 0 V m c 0 2 w 4 3217 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 0 0 m -0 .0 0 0 0 X 0 0 N C) 0 0 I C� 11. IR 0 0 0 0 0 IR IR q A47 row" I.; e N i"': C C> 0 0 0 r 0 0 0 0 0 0 B q, IR v zi C> m 0) 0 m M z CL z UJ D 0 >- 0 uj u be u V) 0 0 UD CL per. w Lu U 40 m M N, Lu! 00 0 Ln LU 6 uj z M LU 0 a a 0 ra Z, Z 00 CL M q_- E th m m N Q0 0 m C 3218 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 30b ID, JOB-1502 Project: GATE #6- KWIA- Docuirients - RTU(s) Bid Summary Report Vendor: TARGET Labor Level: LABOR 1 11 Dec 2024 16:32:27 Tax Rate status: Default Bid Name: FL KEYS ELECTRIC Bid Template: FLORIDA KEYS ELECTRIC, INC. Drawing I Phase Quote$1 Material$1 Equip$1 SubCon$1 Labor Hirs BRANCH 0100 10,972,37 O.010 0100 353,9'2 DISTRIBUTION EQUIPMENT 0100 0100 0XIO 0.00 7.16 T- Sheet Totals: 0.001 10777 0.010 OM 361.0:8 Bid Notes: Tax:I om 1 822A31 Mo Mo Sub Total (Quio/Mat/Equip/Sub): 10,972.37 IM RATES Sales Tax: $22-93 Material', 7.5000% Sub Total: 11,7915.29 11,795.29 Quote: 7.5000% Direct Labor$: 67,701.15, Labor: 0,0000% Indirect Labor,$: 0.001 Equipment: 7.5000% Labor Escalation: 0.00 Subcontract: 7,50001?b Labor Tax: 0.001 Sob: d.dddd 1 Direct Job Costs(0,.00%): 0.00 MISCELLANEOUS Avg. Lbr. Rate (Cost), 196.87] Prime Cost: 79,496.44 Avg. Lbr. Rate(Bid):! 206.72 Overhead (Avq. 5.00%): 3,974.82 Total Square Feet: 1.00 Net Cost: 83,471.26 Cost Per Sq. Ft.: 90,82165 Labor$Per Sq. Ft.: 67,701,15 Profit(Avq. 5.00%): 4,17156 Labor Hrs Per Sq. Ft., 3ob Tax: 0.00; Quantity of Units: Bond(3.5000%): 3,178.83 Cost Per Unit: Lump Sum: 0.00; Cak.Adjustment: Selling Price: K�,"y '1-5,01 Web: wv, ,,11 3219 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 Bid Surnmary Sheet: GATE #6- KWIA- Docurnefts - RTU(s) 11 Dec 2024 4.32PM LABOR ADJUST ESTIMATED HOURS ELECTRICAL MACHINE LOW Labor Class 4 Labor Class 15 Labor Class Fj Labor Class 7 ILa or C ass 6 Labor class 9 Labor Class REGULAR 361.08 OVERTIME SHIFT-3 DOUBLE TIME ESTIMATED HOURS: 361.08 LOSS LBR ADJ: CALCULATED HRS REGULAR OVERTIME 361.08 SIIIFT-2 SHIFT-3 DOUBLE TIME !TOTAL ADJ LABOR: 361.08 ITOTAL ADJUSTED LABOR HOURS: DIRECT LABOR Labor Class :Job Description Labor Trip�e I crew,I Ratel man Hours Extension ELECTRICAL JOURINEYMEN OVERTIME 11 $187.501 18�0.541 $33,850.57 I OVERTIME 1 $187,50 180.54 $33,850.57 "ERAGE DIRECT LABOR RATE: I87.5U F6 DIRECT LABOR: $67,701.151 INDIRECT LABOR Labor Description Hours Rate] East ITOTAL INDIRECT LABOR: $0.00 DIRECT LABOR TOTAL: 67,701,15 INDIRECT LABOR TOTAL: 0.010 LABOR ESCALATION: 0.010 LABOR$ADJUSTMENT: 0.00 LABOR TAX: 0.010 ILABOR TOTAL: $67,701.15 MATERIAL- 10,972.37 MATERIAL ESCALATION: 0.010 MATERIAL ADJUSTMENT., 0.100 MATERIAL TAX: 822,93 ,MATIERIAL TOTAL: $11,795.29 QUOTES Component Ivendor I Amount Florkxi Lh Urk 90"';' 2'F3 Flhone: 01 29,`11, Lm� Welb. Paigir! 2 of 4 3220 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 Bid Summary Sheet: GATE #6- KWIA- Docurnefts - RTU(s) 11 Dec 2024 4.32PM QUOTED MATERIAL: 0,00 ADJIUSI MENT: 0.010 QUOTE TAX: 0 00 QUOTED MATERIAL TOTAL: WOO SUBCONTRACTS Component lVendor Amount SUBCONTRACTS: 0.00 ADJUSTMENT: 0.00 SUBCONTRACT TAX: 0.010 SUBCONTRACTS TOTAL: O. EQUIPIMENT Component Ivendor Amount EQUIPMENT: 0.010 ADJUSTMENT: 0.00 EQUIPMENT TAX: 0.010 EQUIPMENT TOTAL: $0.00 DIRECT JOB COSTS Description Dollars DIRECT JOB COSTS: 0,010 ADJIUSTIMENT: 0.00 TOTAL DIRECT JOB COSTS: $0,00 JOB COST w/NO OVERHEAD: $79,496.44 ,OVERHEAD MATERIAL OVERH EAD,(5% t-nar-kup) 589.76 ,QUOTES OVERHEAD,(5% markup) 0.00 LABOR OVERHEAD:(511/b markup) 3,385.06 'SUBCONTRACTS OVERIIEAD:(511/o markup) 0.00 EQUIPMENT OVERHEAD:(5% markup) 0.00 DJC OVERIHEAD:(511/6 markup) 0.00 TOTAL OVERHEAD: $3,974.82 JOB COST w/OVERHIEAD: $83,471.26 kv,- Kc"y 11 1 3.5,01 Web: wv,,�v,,11 Pagc': 13 of 4 3221 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 Bid Surnmary Sheet: GATE #6- ,'USIA- Docurnents - RTU(s) 11 Dec 2024 4.32PM PROFIT p MATERIAL PROFIT.(5% Tiar-ku ) 619.25 ;QUOTES PROFIT:(511/b markup) 0.00 LABOR PROFIT:(5%rear up) 3,554,31 p,SUBCONTRACTS PROFIT. mark.u ) 0�00 EQUIPMENT PROFIT:(5% rnark'up) 0.00 DJC PROFIT:(5% r-narkup) 0.00 I 7-1 TOTAL PROFIT: $4,173,50 MISCELLANEOUS JOB TAX: 0.00 BOND: 3,178.83 IMISCEILLANEOUS TOTAL: LUMP SUM LUMP SUM 1: W)o ,LUMP SUM 2: 0.00 I ,LUMP SUM 3: 0.00 LUMP SUM 4: 0.00 LUMP SUM TOTAL: $0.00 BID TOTAL: $90,823.65, phi'me Kc"y III '3.5,01 Web: Pagc',, 4 of �j 3222 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 L � -4 ao +o cs Wn Cy r 0 rya' m z In Wn c o 4 1 0s 0� C� 4q Ili 11� R" 111 -1: C� K z w N q 0 W4 0 40 w 0 0 0 g 'a 2 x 0 0 a 0 IMO oozzwwc 00 ZIMI)DO V) 0 J2 V) N C C 0 r) 0 0 IN Cd 0 0 0 0 In N 01 0 0 0 0 V) r, 0 0 0 a 0 0 0 0 0 0 C) 0 0 0 D 0 C) 0 0 0 C) 0 0 *4 V4 N rj U) M D C6ti r4 0 Ni VCVtA M Z 0 IN Ln I 1,D W "i In 0 11, X Wry 1-i L11 Cq 2 V 'i V1 OQ 'A N N 0 C) IM C C) C) N 0 0 w Cl 0 a r% D ICY M000r, D 0 0 tR m -T IN IN M �,t r,4 N r CVP) It IN N N U)! im 'Ir 't 1„ 11 I: 11 'IT "� cq 1P *� N It -," Ile 0 0 C) 0 vim.. -t 0 0 0 0 0 �C) �T C) C) 0 13, C 0 0 LU LU LU -j 0 0 m IN In UA w < w 0 z0 z0 M Ln 0Ln 100 C U LLJ U, LLJ: CL r; LU ct uj Lij I LU uj r) z LU u V < a 01 a<- 0 m ac Z z > 0 > < T 8 0 < < Zcn IU Z X uj:, LU u U) > Z, Lu rq U x "i z 14 T = *4 = I = u u 'm u = t�e u �n x cc, 8 Y x 8 Y x 8; IP 1, C) 6 0 6rvr C5 04 xxxxxxx ZX L<U L<U U<U L<U t LI Z U<j t: tz 0 0 0 0 0 0 0 Q 0 0 C) D C) c a ca ca C) C) ca aC), q r) 0 C) a r) 0 rp 0 11� It U) t IZ U) 0 4 �t in Ir tD Z LM 0 4 LAI It Z Z M, C) 0, J InIn LD IN IN N In C z f�lj r% In �D 0 0 S IN M m 0 a 4 IN m V) 0 m 0 4 (V E 0 0 1.4 �4 0 0 0 0 0 M 0 a 0 0 M 1�1 0 a 0 C) 0 0 IN m m IN IN m I-M 04 C.) M r" N M M; M IN N M 'a IM c 0 IM 3223 In > CL Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 tD " Z 0 n Cw D D O O O NON "Ir cwoomr4 "A 0 r'� 'P '� U� C) 11(a 11R 11� 0 Ui 'IT 1, r! CS "R 1 im 0 =I 00 rn 14 WE 1-4 '0 rn N 6 nr N Ln c) Ln a 0 '.4 0 Ln N ei , va r4 4 '; 17i n m rV Ln 0 M Wa M 0 0 C) C) fN N I-) a "T '.4 r,4 CIO IN 0 0 0 A NCtl4 0 CO) LCR 0 N 0 0 :N 1� 0 0 r" 0 r, a M N, c; 10' 6 ci 6 ci 6 6 6 6 6 6 C5 6 6 6 6 6 6 6 N IN ILA 0 U) 0 0 N 0 0 0 W a V) In C) Ln r� 0 0 0 0 0 Z ko N Im z 1.4 Cry, C7 0 m 0 0 ID C) 4:0 N 0 0 m %D C) 0 0 0 0 0 C' H N INN Ln C) (N "D Irv, 0 0 N 0 0 0 0 IN 0 0 fv 0 0 -1 0 1 ir.) 0 0 0 N 'T C> 0 0 0 0 0 N 11 0 0 0 Z 0 0 0 0 IN Im 0 m m M Z P7 0 V) ct Q C> z 0 CL 0 0 < LU V) w z Ji 0) 0 to q Zn JJ W u 0 z -U4 Lu m -1 E 0 ' 0 ua 5 CIO 0 E Ix 0 LU a z ;R LU 0 >- 0 Z 0 aj u V) u x u u he 'D U, u c LPL Ice L—: 0 < To cr u S Lu X. 71 0 Z— wi u u Lu III LU Lu 06 u X, L9 LU IA', M M4 LU 00 0 L<U Ww. Gkr L<U WLJ U<u L<U LU LU LU z LU 0 0 0 0 0 C) 0 0 C) 0 CD 0 0 0 0 0 6 ci 6 4 6 06 6 L 1 j I 0 1A CL > IN IN IN CID �C) UJ (N 00 ray N en1 0, Z 0 N (N N �N V) IN m Z a, 0 m m �H 0 1 E " m 0 - 0 N, IN m 'it m eN IN IN in 0 Z 0 Ln M m IN N m 'T %D z 0 0 Wa rD m m N. C3 m mMil C 3224 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 Job ID, JOB-1501 Project: GATE #7 - KWIA- Docuirients - RTU(s) Bid Summary Report Vendor: TARGET Labor Level: LABOR 1 11 Dec 2024 16:33:16 Tax Rate status: Default Bid Name: FL KEYS ELECTRIC Bid Template: FLORIDA KEYS ELECTRIC, INC. Drawing I Phase Quote$1 Material$1 Equip$1 SubCon$1 Labor Hirs BRANCH 0100 11,916,31 O.010 0100 330,34 DISTRIBUTION EQUIPMENT 0100 0100 0XIO 0.00 7.16 T- Sheet Totals: 0.001 11777 0.010 OM 337.50 Bid Notes: Tax:I om 1 8913.721 Mo Mo Sub Total (Quio/Mat/Equip/Sub): 11,91631 IM RATES Sales Tax: 893-72 Material, 7.5000% Sub Total: 12,810.03 12,810.03 Quote: 7.5000% Direct Labor$: 63,279M Labor: 0,0000% Indirect Labor,$: 0.001 Equipment: 7.5000% Labor Escalation: 0.00 Subcontract: 7,50001?b Labor Tax: 0.001 Job: d.dddd 1 Direct Job Costs(0,.00%): 0.00 MISCELLANEOUS Avg. Lbr. Rate (Cost), 196.87] Prime Cost: 76,090.02 Avg. Lbr. Rate(Bid):! 206.71 Overhead (Avq. 5.00%): 3,804.50 Total Square Feet: 1.00 Net Cost: 79,894.52 Cost Per Sq. Ft.: 86,931.86 Labor$Per Sq. Ft.: 63,279.98 Profit(Avq. 5.00%): 3,99433 Labor Hrs Per Sq. Ft., Job Tax: 0.00; Quantity of Units: 1m.E3lE3 Bond(3.5000%): 3,042.62 Cost Per Unit: 86M931.86 Lump Sum: 0.00; Cak.Adjustment: Selling Price: K�,"y '1-5,01 Web: wv, ,,11 3225 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 Bid Surnmary Sheet: GATE #7 - KWIA- Docurnefts - RTU(s) 11 Dec 2024 4,33PM LABOR ADJUST ESTIMATED HOURS ELECTRICAL MACHINE LOW Labor Class 4 Labor Class 15 Labor Class Fj Labor Class 7 ILa or C ass 6 Labor class 9 Labor Class REGULAR 337.50 OVERTIME S11IFT-2 SHIFT-3 DOUBLE TIME ESTIMATED HOURS: 337-50 LOSS LBR ADJ: CALCULATED HRS REGULAR OVERTIME 337.50 SIIIFT-2 SHIFT-3 DOUBLE TIME !TOTAL ADJ LABOR: 337.501 ITOTAL ADJUSTED LABOR HOURS: DIRECT LABOR Labor Class :Job Description Labor Trip�e I crew,I Ratel man Hours Extension ELECTRICAL JOURINEYMEN OVERTIME 11 $187.501 168,751 $31,639,99 APPRENTICE I OVERTIME 1 $187,50 168.75 $31,639.,99 "ERAGE DIRECT LABOR RATE: 1 7.5U F6 DIRECT LABOR: $,63,279.9181 INDIRECT LABOR Labor Description Hours Rate] East ITOTAL INDIRECT LABOR: $0.00 DIRECT LABOR TOTAL: 63,279.918 INDIRECT LABOR TOTAL: 0.010 LABOR ESCALATION: 0.010 LABOR$ADJUSTMENT: 0.00 LABOR TAX: 0.010 ILABOR TOTAL: $63,279.98 MATERIAL- 11,916.31 MATERIAL ESCALATION: 0.010 MATERIAL ADJUSTMENT., 0.100 MATERIAL TAX: 893.72 ,MATIERIAL TOTAL: $12,810.03 QUOTES Component Ivendor I Amount Florkxi Lh Urk 90"';' 2'F3 Flhone: 01 29,`11, Lm� Welb. Paigir! 2 of 4 3226 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 Bid Summary Sheet: GATE #7 - KWIA- Docurnefts - RTU(s) 11 Dec 2024 4,33PM QUOTED MATERIAL: 0,00 ADJIUSI MENT: 0.010 QUOTE TAX: 0 00 QUOTED MATERIAL TOTAL: WOO SUBCONTRACTS Component lVendor Amount SUBCONTRACTS: 0.00 ADJUSTMENT: 0.00 SUBCONTRACT TAX: 0.010 SUBCONTRACTS TOTAL: O. EQUIPIMENT Component Ivendor Amount EQUIPMENT: 0.010 ADJUSTMENT: 0.00 EQUIPMENT TAX: 0.010 EQUIPMENT TOTAL: $0.00 DIRECT JOB COSTS Description Dollars DIRECT JOB COSTS: 0,010 ADJIUSTIMENT: 0.00 TOTAL DIRECT JOB COSTS: $0,00 JOB COST w/NO OVERHEAD: $76,0,90.02 ,OVERHEAD MATERIAL OVERH EAD,(5% t-nar-kup) 640-50 ,QUOTES OVERHEAD,(5% markup) 0.00 LABOR OVERHEAD:(511/b markup) 3,164.00 'SUBCONTRACTS OVERIIEAD:(511/o markup) 0.00 EQUIPMENT OVERHEAD:(5% markup) 0.00 DJC OVERIHEAD:(511/6 markup) 0.00 TOTAL OVERHEAD: $3,804 50 JOB COST w/OVERHIEAD: $79,894.52 kv,- Kc"y 11 1 3.5,01 Web: wv,,�v,,11 Pagc': 13 of 4 3227 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 Bid Surnmary Sheet: GATE #7 - ,'USIA- Docurnents - RTU(s) 11 Dec 2024 4,33PM PROFIT - p MATERIAL PROFIT.(5% Tiarku ) 67Z53 ;QUOTES PROFIT:(511/b markup) 0.00 LABOR PROFIT:(5%rear up) 3,322,2!0 p,SUBCONTRACTS PROFIT. mark.u ) 0.00 EQUIPMENT PROFIT:(5% rnark'up) 0.00 DJC PROFITT:(5% r-narkup) 0.00 ITOTAL PROFIT: $3,9943 MISCELLANEOUS JOB TAX: 0.00 BOND: 3,042,62 IMISCEILLANEOUS TOTAL: LUMP SUM LUMP SUM 1: W)o ,LUMP SUM 2: 0.00 I ,LUMP SUM 3: 0.00 LUMP SUM 4: 0.00 LUMP SUM TOTAL: $0.00 BID TOTAL: $86,931.86 phi'me Kc"y III '3.5,01 Web: Pagc',, 4 of �j 3228 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 p, 6 cs V' <5 14 -4 r-w 6 6 V-; ci 114 1-4 N 0 0 m 0 0 rAl W4 Vn C> 0 V) 0 Z rd M 00 0 �n 0 z w M 0 0 V� �n N Cw C� 0 0 0 0 N C� 0% 0 0 0 In N 01 0 0 0 0 C) U) 0 0 0 a 0 0 0 0 0 0 0 0 0 0 0 0 C) 0 0 0 0 0 0 *4 v4 s ILn z 0 'A N Ir 0 N N N It 0 N N N IT 0 r% N 'T W Ir r rq H a 0 C% 0 z 0 0 0% C> 0 00101 � 00Z 0 0 m N M �,t �r,4 N r,4 M It N N U)! 0 m, g", 0 0 LU LU LU LU 0 0 m x m UA w < rx M Ln 0 M z 0 z 0 100 z 0 �j U sti ct LU C N 1 4 L U 04� LU uj Lij LU LU 07 r) z 4 C �; "', -3 1 =L 1 U) cL u Ln, 0 c) IL9 < u < 0 < 0 l�- >< M U) z < W u x u D U) 0 < Z— u > Z Z LU uj Lu 55 0 x LW z t4 V4 iLu t4 Ir r, u U u = t x cc, 8 Y x o 8a 8; =J IP 0 '3 m 1.4 - 4 xxxxxxx L<u L<u u<u L<u LI Z u<j t: tz 0 0 o 0 o o 0 Q 0 0 0 D CP C� C) C) C) q r) 0 C) C) r) 0 ep Ul) V) It C> q V C 0 IU) 0 ul) 0 LA U) Lu 0, J, 0 (D 164 V 0 2 w 3229 Docusign Envelope ID:76E38F6E-E8EB4CAA-AAD5-BF6A5BDlOE48 M " 2e OD r% G M Ln 0 N 0 00 0 N V) w 0 0 m of N N q N Sp 0 10 -q r, 0 C> m 0 IN IN V1 0 N O 0 0 0 Ln 6 , 4A r4 4 7t m N 0 0 0 0 0 N IN m a � r,4 0 0 0 " m wo eiZ Ln 14 0 wN 0 0 Z 4:0 N 0 0 m z C) 0 0 0 r% 0 0 IN �N N J) N I I N 0 0 0 0 " 0 0 N -r �t W 0 0 (1) irn 0 0 0 r, N B . . R ?- N 1. 0 0 m11 m M 0 M 0 0 0 M to u U z 0 CIO LU 0 LU Lu 0 z tn LU M z Ld C� LU cc aj U) 0 0 ;. n 0 Z Z 0 z Z UJ he 0 Ln =c 11 x a -,Z 6 cc q C)u u u u z 5� ce Ice U) 0 J U ILLmay 1' u u 0 M U a S Lu LU u u Q4 0 41 LLJ ;� 0 u z z z x U LU IP- E z N z -It �Ir IN 7A LU 0 dC fit` LU LU w LU Lu LU LU LU z LU 0 0 0 0 Q 0 0 0 0 0 0 0 01 0 C) 0 0 0 0 0 0 0 R R R q R q R 0 "T 1V W) 0 0 0 2 1Z 2 INs 0 0 �T 0 00 0 *T 0 z -IZ u L 1 j I 1A CLUk > �D IN N N w 0 (N 00 M V) M IV) 01 z N r1i IN IN V) '-q N m z 0 0 M M J) IN " It 0, J*T 0 �H 0 E tN m " 0 " 0 " N M Mt M 9N �rIj N in 0 m 0 E Ln (N m m r% f% m IT %D I'D 0 Iz JN D m m IN M 0, 49, m m C 3230 CL Docusign Envelope ID:76E38F6E-E8EB-4CAA-AAD5-BF6A5BD10E48 GULF BUILDING PCO #111 r�Amv k =mn NV A/ u f Keystar JV Project: 0- 0 19-01 -KW IA Concourse A and Terminal 2 G 12 2 3 I Co o e a al 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 #111 : TKAS PBB's 6 & 7 Additional Storage 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 NUMBER/REVISION: 111 /0 CONTRACT: 20-2039-01 -Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Rebecca Vieira(NV2A/Gulf Keystar JV) STATUS: Pending-In Review CREATED DATE: 12/3/2024 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: $67,407.45 POTENTIAL CHANGE ORDER TITLE:TKAS PBB's 6&7 Additional Storage CHANGE REASON: Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) SCOPE OF WORK: Extended storage for Passenger Boarding Bridges and Fixed Walkways for Gates 6 and 7 at the Thyssen Krupp Airport Factory in Forth Worth,Texas. The Commercial Apron Expansion Project Authority Having Jurisdiction permitting process caused the late start of the apron project,resulting in the additional 4 months of storage area for the period of August through November 2024. Duration: 4 months—August 2024 through November 2024 REFERENCE: TK Airport Solutions,Inc.proposal received on 11.19.2024 ATTACHMENTS: Copy of CQR#4 Gate 6 and 7-Rvl,pdf NV2A/Gulf Keystar JV Page 1 of 2 Printed On: 12/3/2024 02:50 PM E 3231 Docusign Envelope ID:76E38F6E-E8EB-4CAA-AAD5-BF6A5BD10E48 N0 AV �V TM GU LF BUILDING PCO #111 1k " IK Y T R # Budget Code Description Amount 1 34-.77.13.10.S Moving Walks.Subcontractor TKAS CO 4-PBB 6&7 Storage $61,279.50 2 99-.99.99.66.0 Procore OH&P.Other 10%Markup $6,127.95 Grand Total: $67,407.45 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 _..biograd by Q,owd Ire fwyc 4u:t tw m t C N ,M CuA1a114 4"T�0 rAx r SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 12/18/2024 1 05:42:19 PST 1/6/2025 1 10:43:18 PST 12/11/2024 1 04:22:16 PST NV2A/Gulf Keystar JV Page 2 of 2 Printed On: 12/3/2024 02:50 PM ES.3232 Docusign Envelope ID:76E38F6E-E8EB-4CAA-AAD5-BF6A5BD10E48 TK Airport Solutions,Inc. 3201 N.Sylvania Ave.,Suite 117 Fort Worth,TX 76111 Initiated on:09/09/2024 ,w W w Description of Change Order. Storage of(2) PBB's and(2)Walkways-Gates 6 ft7 due to site delays by others.Storage months are covered for a period of August 2024-Novemberr 2024. TK Self Perform Costs Unit QTY Unit Cost Hours Total Project Manager Hrs 1 $ 185.00 $ - Field Manager FM 1 $ 170.00 $ - Total $ TK Travel Costs Unit Unit Cost QTY Total Field Manager Hotel Day EA $ 255.00 $ - Field Manage Air Fare EA EA $ 600.00 $ - Field Manager Pier Diem Day EA $ 69.00 $ - Total $ TK Storage Costs Unit Unit Cost QTY Total Gate 6 PBB Month $ 3,481.79 4 $ 13,927 Gate 6 WW Month $ 3,481.79 4 $ 13,927 Gate 7 PBB Month $ 3,481.79 4 $ 13,927 Gate 7 WW Month $ 3,481.79 4 $ 13,927 Total $ 55,708.64 Subcontractor and Supplier Costs Unit Unit Cost QTY Total Total $ Markup Cost Mark-up Total TK Self Perform Costs - TK Travel Costs $ - $ - $ - TK Storage Costs $ 55,708.64 $ 5,570.86 $ 61,279.50 Subcontractor and Supplier cost $ - $ - $ - Total Proposal $ 61,279.50 By: Shane Simpson By: ACCEPTED:TK EMPLOYEE APPROVED: NV2A Gulf Keystar JV❑ DATE CO2_FOR_04E,Rev 0 01/17/2022 Page 1of 2 3233 Docusign Envelope ID:76E38F6E-E8EB-4CAA-AAD5-BF6A5BD10E48 TKAtrport Solutions,Inc. 3201 N.Sylvania Ave.,Suite 117 TKE, Fort Worth,TX 76111 Initiated on:09/09/2024 I CO2_FOR_04E,Rev 0 01/17/2022 Page 2of 2 3234 Docusign Envelope ID:76E38F6E-E8EB-4CAA-AAD5-BF6A5BD10E48 N0 AV � TM GULF BUILDING PCO #113 VIK Y T R 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 #113: FF - Gate 8 Piles 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 NUMBER/REVISION: 113/0 CONTRACT: 20-2039-01 -Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) STATUS: Pending-In Review CREATED DATE: 12/19/2024 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: $116,160.00 POTENTIAL CHANGE ORDER TITLE: FF-Gate 8 Piles CHANGE REASON:A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) FF-Gate 8 Piles This change order authorizes installation of piles for Gate#8 Passenger Boarding Bridge of KWIA project in accordance with Gate 8 revision drawings (20-2039-01). Further details are provided in the attached cost breakdown. ATTACHMENTS: CO#7®Gate 8®Additional Plles.pdf # Budget Code Description Amount 1 31-.62.13.10.S Piling.Subcontractor Gate 8 Piles $105,600.00 2 99-.99.99.66.0 Procore OH&P.Other Prime Contract Markup $10,560.00 Grand Total: $116,160.00 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 ( S. Q444, S��WAVJ, 4**'Lo P."P.&O _W1.T ut t3412)y"1314 1,r ..1!4Ct to,m,mIt 1i 411�: —CIA11111141,4"F:V)PrIAXar SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 12/31/2024 1 05:11:08 PST 1/6/2025 10:51:48 PST 12/19/2024 1 13:04:54 PST NV2A/Gulf Keystar JV Page 1 of 1 Printed On: 12/19/2024 03:09 PM ES.3235 Docunign Envelope ID:76E38F6E-E8Eo�CAA-AAo5-BF6A5ao1nE48 F9��& ���w��m� Phone: 30S'S12-P|LE �����) | Fax:786'621'5805 ���N ������ ` ' / � -- ~�~~~� CGC#1517967 �~�����o�� ������� ������ x�nn��n���u. ��nx�~u.nv FORM Change Order Amount: S 105,600.00 Project Name: KWIA Concourse A Customer: NV2 Gulf Keystar Job Location: 3491 Roosevelt Blvd. The following changes are proposed within the scope ofwork: ° Kemobi|ization for Gate g@ $10keoch $ 10\080.00 w Additional 4A Piles—Gate O 40@1O Rotunda Slabs&A@2tiedovvnslabs $81,600.00 w 2(Y piles @p $1,700each w Additional Fee Concrete Plant Opening Fee per night$2,S00. $10,000.00 ° CO based on 4 nights of concrete service. ° Nighttime Labor Fee for 4nights $4/080.00 Total: 105,600.00 `One(1)remobilizations included in this CO any additional mobilizations will require om additional charge oƒ$20,000 per mobilization. We propose the above changes in the scope of work for the added sum of 0.00 Florida Foundation Corp. Contract—20-2039-01 Acceptance of Proposal:The above prices, Signature: specifications and conditions are satisfactory and are hereby accepted.You are to do the Name &Title: work as specified. Payment will be made as outlined above. Date of Acceptance: Florida Foundation, Corp. po Box s4osso'Coral Gables, FLss2s4| Ph.:anS'gzz'p|Ls(74ss)| Fax:7o6'azz'suos | | Like usonpacebook: 3236 Docusign Envelope ID:76E38F6E-E8EB-4CAA-AAD5-BF6A5BD10E48 N0 AV � TM GULF BUILDING PCO #115 VIK Y T R 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 #115: Steel Fab - Roof Curb Frames 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 NUMBER/REVISION: 115/0 CONTRACT: 20-2039-01 -Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) STATUS: Pending-In Review CREATED DATE: 12/20/2024 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: $83,862.36 POTENTIAL CHANGE ORDER TITLE:Steel Fab-Roof Curb Frames CHANGE REASON:A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Steel Fab-Roof Curb Frames This change order covers the costs for the furnishing and installation of 18 roof frames for HVAC systems on the Low Roof of the KWIA project(20- 2039-01).A detailed cost breakdown,framing drawings,and a steel material list are included in the attachments. ATTACHMENTS: 22596 RCO 006®Roof Frames installed from underneath.pdf # Budget Code Description Amount 1 05-.12.10.00.S Structural Steel Framing Roof Curb Frames $76,238.51 Joist.Subcontractor 2 99-.99.99.66.0 Procore OH&P.Other Prime Contract Markup $7,623.85 Grand Total: $83,862.36 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 _..biogradbyr Qmd rrr fwje _W1.T u"t3412).y"tQ4rg 4�u� firI'll m,m t C N ,r CuA1a114 4"T PrIAX r SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 1/2/2025 1 08:02:30 PST 1/6/2025 1 10:54:25 PST 12/20/2024 1 15:58:05 PST NV2A/Gulf Keystar JV Page 1 of 1 Printed On: 12/20/2024 11:51 AM ES.3237 Docusign Envelope ID:76E38F6E-E8EB-4CAA-AAD5-BF6A5BD10E48 0000111rNWkr REQUEST FOR CHANGE ORDER F 721 N.E.44th Street NUMBER: 006.0 `J Fort Lauderdale, FL 33334 Phone: 954-772-0440 Fax:954-938-7527 TITLE: RCO#006.0 DATE: 6/7/2024 PROJECT: 22596 Key West IACA&Terminal JOB: 22596 TO: Antonio Pinto NV2A REASON: Price and Proceed Directed CIC REFERENCE: Phone: (954)599-0009 Fax: DESCRIPTION OF CHANGE Cost associated with FURNISH AND INSTALL (18)Roof Frames from underneath, as per attached breakdown Item Description Quantity Units Unit Price Net Amount 001T Detailing standard 50.00 /Hour 77.00 3,850.00 009T Materials Add 8520.00 /Lb 1.80 15,336.00 014T Shop labor standard add 65.00 /Hour 70.00 4,550.00 024T Shipping 1.00 /Lot 1,500.00 1,500.00 039 Foreman(standard) 80.00 /Hour, 84.25 6,740.00 040 Ironworker(standard) 400.00 /Hourl 82.99 33,196.00 042 Housing-Add 1.00 /Month 8,000.00 8,000.00 043 Per Diem.5 Guys x 20 Days 100.00 /Day 50.00 5,000.00 052 Equipment-Lifts 2.00 /Month 800.00 1,600.00 062T Sales Tax at 0.07 1,766.52 1,766.52 063 Overhead at 0.1 8,153.851 8,153.85 By my signature below, I attest that I am authorized by my firm to enter into an agreement to purchase goods and/or services.As the Buyer, I hereby authorize Steel Fabricators, L.L.C.to proceed with the additional work described herein and do guarantee compensation on the basis noted above. If schedule impact listed below is zero or not listed,additional contract time required will be determined by Steel Fabricators at the time of implementation due to changes described above. The Contract Sum Will be Increased ........................................................................89.692.3.7.......................... The Contract Time Will Not be Changed TBD ACCEPTED: NV2A BY: Antonio Pinto BY: DATE: DATE: PAGE 1 OF 1 FORM:F_CO_0 3238 J J w i C aL W 1 W pp 3 -------------------------- y LL w ¢ wmpo -------------------------- P� �Sltl o 0 M O i W U Z W W co LL 0 W 0 3239 J _ w — C W o _ _ LULL g ZO S. w m I �sltl o I LL o OWN�j �_vLLLLL IIzw _ w .. .p o O w o aw z w v>> c=i Wo z I z r W Z U w CLU LL 44 m a u6i�w LU m LL _iTic Q F Q m J Q —_ O Z m X F O W X m I OZ U Lu U z 0 LU ¢ m G U O W ¢ Cv ¢ 14 Z w w w of W > O = o(D �4�-Ill 'l0`o I II 'lEYC+� Yt �4A41 M (+'� aQ d o IDtZfiZ:l31 Ie-oZ:133'a) e o lolEo4 Z133'll _i /••X Z 4x04M 49E'40t-Ol o Obk94M 4 Ey0£y4 w �b�e-fiZ l3) (g62133'al o J In,x-pl Z�33'll _ Z4xp4M L8EL9E04 ODKy4N1 a .,a INUI -� W Z o d' s t— �oqa�� wmoa does a�.-4E a m pz w Ib,eZ-6Z'131 � (gfi2'133'tl i __ le;bl'8Z:133'lL Q Q O LLI � 1AE40%04 ybxB4M ££LZ 9 � W� Y _ W O _00p op p �- lo,p-cz:131 le-sa:133'al __ I• lo,�l-�z:l33li (CD w'L w p Z4'<fi1�41 ObxyLM iEIZ 9 `—' Z Z W =� U H 'o Z lBElyaOl � N Z W z oop nl-sz n31 w Q w n z a C z w x __ (asai3aai Ifi„o4az:�33y LL z g Y z E w¢ ~ zLxmNl 49£4s m l ODRy4M -- Leeyysm L.L -w O w a z Ei o v L NQS�p O m O rm X X X w W (n __ IG6Z�33'al __ (b O14Z�33']L Q/ C7 W U U U U x X Q Y ZlWl4 FA 18E10Er4 ODx44M 49Hy0504 Q p z z 11J X Q W zo g woz Wwo0 a e� (bg26L a31 Isszm aal fbleo4-azn33a? ODK9l NI 49Zy0£04— Z4xy4N e ( l33'l) (9 fiZ 1331.114Z 133ai Z:l33l1 �.£'fiZ:l3_'_ l 4'Z 1331 ;46Z:133'a)gal l Z1331 6tl4lLS.OL II£14�i o •• N `rni. 2z04xl%a➢43,,91�S_-8 Wig _r:l_IL_P_% 9 ZL M9 4_0� 64 U____ _ � _—o ___ Pb 49L O_c0 4 41G P9 b2 E I I I y-lZ R3L Pb 3240 J QJ - O ------------------- LLI an 3 - p _ _ fq IaL w 2 I ZO w w a z y I a w i s z 0 - S31LHA 5\AOy 1108��N�� ¢ ._L_________________________ s w a P� w U dSltl O H U Z Z Z O U � � U � Z Q O U Q _ W m w QLiW U Z a - i �w O _ Q - U Y H �w g JQ 3� z , © XN OHd A Joe CM6 8-1 ' I ---- 0� S3 MtlA 9�N i11109 N. � N iltl3l3 w0 3 tii\ 'eNIN3dG O F _ _ O L o 11•i `� a i ww J 311JEi i00b w0 a I� 93R1HA 6�N0211109 N. K U � il il .so m J 2n U F 3241 J Z J - w W C W 0 3 y LL ZO 60 -------------------------- P� �Sltl o 0 iV 1L1 O i w O Z w ZD O w U) L.L O w O cn 3242 J g � - w _ _ aL L-- -- - _- __ -- rc o" �m w w V �Sltl I1� - 1-TF_-__ IOOOOO��O O I I Q F \ - q m IliOliO z O o -----j o5m all, Go _ o _ o M w o saa U O G Z W ¢ a ¢ m W S — ¢ LLI ¢ ¢ J J U ~ ¢ J _ in ¢ Lu N x pU J x Lu m F a ¢ m Z ¢ ¢ m j. 8 m 8 m pz w Lu III e ¢o ¢ OOOO w¢ a Iw �Iw r'1 , � w - lb�p-fia ------- o- - 4seoob� roes zrn Le400boL _.y - 4tla4a ml _ - Iz Z Lx04N (blv'Z'fi2'l3) Ig6L'l3'3' __ �1164-YZl3'3'l 19L00601 Otx94M 18ZO60aL T7 9'4 Y4 gl fi CD uj 7 I � 2 zLxmml 'bicz-6z'ial Isbz'�a'a'al __ Ibed4-aa133 ^^^IIII LeL6obo4 ovxa4M Lezooba m J n�Noa 3dais ,l (n z4wLM(°cz-sz aal � IEr6zna'a'al __ b,wo-azaae'zl I Q 4et6obo4 oova4m Lezoob64 uj o a S g, � W Z4xo4M Ibh,Z'bZ�3) (P6L'l3'3'b) __ Ibllll-6Z'l3'3'll m 48100661 ObxyLM 48Z60604 � Z Z O .ryli F O W J > w¢Z O ZLx64 h', 6Z:131 !6'6Z13'3'ill o b;v04-8Z'133'll e V Z W W U� Z �em66m o ovxy4ml Lezo66a4 z — O U a2� o LL N O Q~U Z Ibli�-2�3) U¢Q N Z4xp4M __ (Eb'Z'l3'3'bl b1e64-BZ 13'3'l)NO 4smnbo4 n a __ I LL —o¢=—W- w Lezoobm "I p _W p Iwo ' —I'or 'h ? X X U U Z4WILM�bIEZ-6Z l31 $ 16-6Z 13'3Til - b,tg4�8Z'133'l] o�J LL Q�X �X — 49l6060 ObxNIM -- 18Z00001, � x J I O p J x%b !co4no3si g� -----�_ - ___ _____i -- Z �z o-1 4a �46 �6L b 3243 J o� !E NL yifl a o iH4 m e w w w r a s� 0 O dd Io Sltl Z 9NI�tldS iZN w 1109.N a� Z S31atln O _ — w o� n� o z wm w w o - w �Natldss� - _- 53RItln S-108.N. Q O U w OU o Q Z 31aYA KLD w� m 1 w Q O o U a 75 —_ FIT CD M w F '�yoyi� �I F s��oa i�oe.rv. o F �m go 31s Y w� O l� II it _ ovdssZ z om ro SMoa lloB.M o ---y—o - 3RNn s�uoa noe.N. O _ O m II Ila i T__ii _ I � ia� •,m m a a s � w 3244 J Z J yw Y aL W C W pp 3 y LL 4 who -------------------------- P� �Sltl o 0 00 O i W O Z W 0 LL LL O w O cn 3245 J a _ _ J w - i oFCo ------------------- LU 0 Zi wpo ya 3 YJ a w � � P. � �Sltl —r--N--i _- ---- _ E 0000Lb 0 0 0 0 OR LL oho LL J Q Q " U ¢ z W W I X m O X Q W Z n �IrLIL Z o 0 0 0 m 0 I W W w ¢z LL JII� Y l o W m 7 7 O III w ��tl�ooeol O _ Zlxp4M�6'eZ'6Z 13) ' � 68xlZM -- la'4ll'HZ 13137- 48800HO1, \ �(9"ub'6Z 1313'il l9lppBpl �L - ltlp 6- dz� ' LU ZW14M �bIFZ-aZ 131P bL9l NI �Pbl-dZ 1313'1 � 49lppp�l � �6Z'l3 3'y -- lBZppHpl Q _ I � I Q LU Z1v114M ibvZ-6Z' vP ``� bL9lM __ b,-p49Z'13137 49!➢pB l � �6Z�13 3 b 48ZpOHpI - I I Q I z wN -- mw I I J ooz z4xouM 101eZ-a'.131 Q b�alM m I I � ti0 _ Sao ?-p49Z'1313'l Q Q- -------4 fiZ l3 3'y -- l9Zpp8pl - CD W J Z t_J d W Z O �O � 91 NO N h1G83dGlS � � �w Z p U p W od m 13'i Q o�w�z m w i� 48100 4� a tiZ'l31 3'il E 48Z60H64 - � O Q _ O I I 10� Q-p49Z GwxXxW o w uj u' p ®" Zlxp4M (^kZ'6Z bL9lM 37 __� --l9Lp Ole v fiZ'l3 3 b _ -- 192p00p11 I = clzel m I I ( a b1161 -- pbx9Lb -- apa osz n313a a Oy ti zp_on3sly- � ... }bax zr.l s,Vlarlti'K•.t � I a i i as as _� se a 3246 J J z w¢LLtj Wp�p 3 w 3 0 -- o< ---------------- U w 00 o a� /'f n \\ � A SPAOil 1l0H„N.,W e m W LEI O O U Z HHIatlA SMOGP08.N,. ww W U g'o m 9NIOVdSI.o 6 iNOM 1l0A Z _ W U 531atiA — Q Q II = H3RIHA3d oN No � -m c I oaIN�tldH.t o w sardvA su,oa noe.N. a - r � t11 _ y o z� Z s'MOa 1109„N„ U O O w 0 _ U o ¢ 0 a a I d a a a w Z ---- Q El o y,, m o > N ~ ONIN3d0 —s - - 'N—S -_ e OS ,fib SAIOa 1lOH.N„ — -- - - ao VZo o W II IIqPP �0 c Au' -------------- 3247 J T aL W 1 W 0 3 y LL ------------------------------- 00�90 P� �Sltl o 0 O i W LU Z W co LL W 0 3248 o � — W m 3 — o Pc w w rc o oo�oo rcz ? ~ JStl o d -- I I w�o wee o ------------- ito z z z Imzz, ------ 100000_ ___ _ w o z o o O f a m n wz w w a w I = �` m m g a w a m m 0ii0 _ a i �w wa i0"0 m X m m x a -- -------------- '�N 10"o i LU LU m m ¢W ¢ � 'a wo W __________ LL Z w w w w z _ Lu = a = 0000 wa o . I/Zw 'I r- K e e Y ffbZ'l3'3'a m * ` — O IPtZ'Z' ________________ r_________________ ___ Hl....'.13311 r 18A00fi01 \ ' ___ _ ` 4ab 4t u ap o —fl � ^. da w ZIxOIN Ie;AZS-Z l__ 00 lM _ (b/ed l'SZl3'3'l) U) 49LOa6'al /fi Z'l3'3'L) L9Z0004 Q LU Z4WIlM I41cZ'aZ'.13 ra o— % 'e' P� e=`f el'F� tol-04'YZ�3'3'l) l8l006 /� l3'3'Ll m — — 49Z005114 ,e FF Z4 Ol lA lol�2'tiZ'l-- _ 9 (o�pl-tlZ�3Ed 0 7,1 W¢w p 18Z00601 S'; b o o ? Z zwomz� zo 0 a o-1 . z m o� � loll :., l oo-1 nlLz�zlol o I;� ��' � Zl Ole\IolsZ-6Zl I_ 18Z00v'04 N w Q O m wuoa 3aois � I I L.L o O a�¢SSomnowv� ml e ZlxlllM (o/EZ6Zl x + o oI�Ol9Z'l3'3'll ON/ 'W X X Q W G W -- 00 l( (gfiZ l3'3Tll l9Z�Ofi0l (• 1..1� V]w X�'U (J p Q U?a X Z — O Zlxfiy�N/bIAZ-fiZ lPll __ ObxBIM ixItJJ4-AL�3'37i I� OOv 4` Ib�6Z'l3'321) 18Z-1 bo o sl � I j Z ZAW (ol ana) � x m�araznaa'ai� 91 oofim �bziaavl leZoofiol I I o ILI i ------------- 0 d fil�oas, fi�1�3A1 a _ -- b 12 Jfil b 3249 J ZO of i�� J- - F WE g - u -- ux I _ O � z w�m ti:FEwu o 0 o p I -- mo � swa o - �ooa �azIffl-11" O U w� i JNU'HdS 'v'Z Z _ - Z $3 A U m Z — = U d0 77 y W U W r O a U ON OtldS£U s _ W saamn smoanoa.N. m o � o I� d " I z I o c�i O U � I 31Vtlilj j00i1 � Um ¢ _________________________ CD -72 II o ",,I✓/ m � Nm I II I I - Q w z W F 1 W s.oa-N. zU U _ _ O F _ ll u d ll F 3 _ W a _ Z ON.]tldS E aI _ Q m- HI= - Cn U Oy 1108 = o z O - _ o EI�b SM N II I___R__T_i 71 // S31iltl SMOil 1lO8.N. j II II I' II I' II II it II II_ I� o `Q—' 3250 J QJ a i r w mL J V ya 3 w ¢ rL P� �Sltl o 0 U W U Z W O W co LL O W O 3251