Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item I4
I4 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 August 20, 2025 Agenda Item Number: I4 2023-4364 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. ITEM BACKGROUND: There were four(4) change orders considered and approved by the County Administrator during the month of June, 2025. PREVIOUS RELEVANT BOCC ACTION: Ordinance No. 005-2023 adopted on April 19, 2023, authorizes the County Administrator to approve separate, non-cumulative change orders for construction projects and professional service contracts in amounts not to exceed $100,0000 (as amended by Ordinance No. 0005-2022324-2015) 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: 3036 N/A 3037 00 M O M 0 0 o O cc o O o E m o a °- O u .. o -o E o 5 ` o a o ° '> > v a N O ¢ N H ° - y a 0 o E R r ` O v� a+ N D vm, Ul O m 2 O a+ O O m CD 3 N°V m uo 0 E ` y� v a td U w L -O C O d a1 c m EO L CO = V E ? mu V 3 ni ` 'La' °' m w 'L' a V ~ c Y o _? a m Oo'v O ¢ N U o ` O 3 E _O a U N H p m > a a O O Yi F o v m O E ol o O m 0 vi O m a C °- ° d o m = m ° o h0 O a u N m ° U - N a U C v w L Y, O.t O Um0 F a+ O O am+ 3 N_m O -u v a+ E 3 0 +' o - r' _ - m v O m .Ni u `m' -O n n w o _ ww -o -m O o O _ o u ao a E a m y m3 a s _ a ro r E 3 3 0 o r w o - m° , - ~ a o c E > m m v r O a m n? a m R � L' N a 0 N -mo L 3 Y E m - E w > a R o C ILO.l7 v o L-O R o o r E c > a+ V _ - O > a a .o m c o 0 .. E .m - v w 71 n p � V O O O O C \ N N C n � 0 u o r w E Y w o a O o " 3 Q y r n O = N o >O w °- C > o a w E W , D o a c o ` o >c E a y . -o - - o ' ' a O •V _ O - a+ >t U CL w o'° c w C U w y 71 = E o I a I -mo w O -O LL E o cp W o w u w ump Q C CO U oo - - m Uw a - a E ° `o o E E a N Q V � o v c � a C � a o 0 0 0 U � 0 O V - c0 O m - Q n F + > Q 0 Z O F 0 L lo N ~ u V a O l7 V E d a Z Im v> o O w o E - 'o U ` Y O` Q d c F a co (7 w CO } a V V m m E O 71 m a +• o 0 m ` E o Q O o > E m V O u O O LL O a O o o u E _ E -mo 2 - _ E n O w - V 3 oN 3 z MONROE COUNTY/DEPARTMENT OF AIRPORTS CONTRACT CHANGE ORDER PROJECT TITLE: EYW Outbound Baggage CHANGE ORDER NO: 2 Handling System INITIATION DATE: June 251", 2024 TO CONTRACTOR: G &S Mechanical USA, Inc. CONTRACT DATE: May 151h, 2024 The Contract is changed as follows: The original (Contract Sum) (Guaranteed Maximum Price).......................................... $2,229,320.00 Net change by previously authorized Change Orders.................................................. $ 127,778.00 The (Contract Sum) (Guaranteed Maximum Price) prior to this Change order was.............$2,357,098.00 The (Contract Sum) (Guaranteed Maximum Price)will be (increased) (decreased) (unchanged) by this Change Order.......$0 The new(Contract Sum)_(Guaranteed Maximum Price) including this Change Order is....... $ 2,357,098.00 The Contract Time will be (increased) (decreased) (unchanged) by............................... 140 days The date of Substantial Completion as of the date of this Change Order is....................... September 30, 2025 Detailed description of change order and justification: The time extension is necessary to allow for the proper remobilization and testing of the installed equipment This change Order is 0.00% of the original contract price. Not valid until signed by Owner. Architect(if applicable), and Contractor ARCHITECT: 11_,� Fcr-�_A 6/12/2 5 Date CONTRACTOR: 6/27/25 Chad Buffam Date Richard Strickland DIRECTOR OF AIRPORTS Christine Digitally signed by Date Christine Hurley Hurley Date:2025.07.02 MONROE COUNTY: 16:59:50-04'00' Asst./County Administrator Date NROE COUNTY A FO A tNt' . �' �" 0 . SI AMRNEY Date 6/30/25 3039 Change Order Attachment per Monroe County Code Section 2-58(b) — Change Order was not included in the original contract specifications. Yes ( ) No (X ) If Yes, explanation: — Change Order was included in the original specifications. Yes ( ) No ( X ) If Yes, explanation of increase in price: — Change Order exceeds$50,000 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(X) No ( ) If no,explanation of why: — Change Order is correcting an error or omission in design document. Yes ( ) No ( X ) Should a claim underthe applicable professional liability policy be made? Yes ( ) No ( X ) Explain: 3040 CG&Sm' Airport Conveyor uuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuu Project Change Proposal 002 Project: Outbound Baggage Handling System Additions—Key West International Airport Description: Contract Time Extension Date: June 6, 2025 Customer: Tyler Bethel Revision: 00 Company: Key West International Airport- p y' Monroe County. G&S Project: 23EYW1553 Schedule Impact: Extension to September 30, 2025 G&S Proj.Mgr: Dustin Crumley p Description of Change G&S is requesting a time extension for the project, with a proposed new completion date of August 8, 2025. The extension is necessary to allow for the proper remobilization and testing of the installed equipment prior to the final cutover and tie-in with existing systems. G&S plans to remobilize on site on July 7, 2025, at which time the team will begin comprehensive testing of the installed systems to ensure full operational readiness. This testing and preparation phase is expected to take approximately three weeks, concluding by July 25, 2025. Following this, a two-week grace period is requested to accommodate any unforeseen issues that may arise during the integration and final commissioning, and an additional six-weeks for closeout and documentation, bringing the final project completion to September 30, 2025. Pricing Item Description Quantity Cost Change Order Total $0.00 iiiiiiiiiiiiiiiiiiiiiillillillillillillilliillillillillillillilliilillilillillillillillillillillilliillillillillillillilliillillillillillillilliilliilillillillillillillillillilliillillillillillillilliillillillillillillilliilliilillillillillillillillillilliillillillillillillilliillillillillillillilliilliilillillillillillillillillilliillillillillillillilliillillillillillillilliilliilillillillillillillillillilliillillillillillillilliillillillillillillilliilliilillillillillillillillillilliillillillillillillilliillillillillillillilliilliilillillillillillillillillilliillillillillillillilliillillillillillillilliilliilillillillillillillillillilliillillillillillillilliillillillillillillilliilliilillillillillillillillillilliillillillillillillilliillillillillillillilliilliilillillillillillillillillilliillillillillillillilliillillillillillillilliilliilillillillillillillillillilliillillillillillillilliillillillillillillilliilliilillillillillillillillillilliillillillillillillilliillillillillillillilliilliilillillillillillillillillilliillilI May 1,2023 3041 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 M.C.A.INSTR.8800.2 Endasure(1) 3/28/2017 Page 3 MONROE COUNTY/DEPARTMENT OF AIRPORTS CONTRACT CHANGE ORDER PROJECTTITLE: KWIA Concourse A&Terminal Improvements CHANGE ORDER NO.: 048 INITIATION DATE: 12 10 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 authozied Change Order $ 16,453,559.67 The(Contract Sum)(Guaranteed Mxium Price)prior to this Chage order was $ 117,915,330.67 The(Contract Sum)(Guaranteed Mxium Price)will be glumcre.ww,��cd, by this Change Order $ 422,465.64 The new(Contract Sum)(Guaranteed Mxium Price) including this Change Order is $ 118,337,796.31 The Contract Time will be('r' angin!dL by TBD days The date of Substantial Completion as of the date of this Change Order is S/22/2026 Detailed Description of change order and justification: This PCCO authorizes the scope changes as outlined in the approved PCOs 112,126,127,138,139,144,and 147 detailed below: PCO#112:Furnish and install approximately 2,742 square feet of Nelson Industrial NuvoWall-HO pre-engineered,hook-on type interior wall systems labeled as MP-3 and MP-4,in accordance with the 100%contract documents. PCO#126:Includes clean-up of oil spill due to a luggage conveyor malfunction at the KWIA on 1/17/202S PCO#127:Sawcutting&removal of concrete at the Gate 8 PBB Foundation#4 which is not part of the Concourse A or Apron Expansion projects. PCO#138:Costs associated with new framing and framing relocation to accommodate Light fixtures coves above the restroom mirror properly. PCO#139:Furnish and install 11LF of partition type SAT3 in ATO Suite#1,Office 150E,per the Architectural Drawing A111E revision 3 PCO#144:Additional electrical scopes,and their associated costs as outlined in the response to RFI's#398,408,421,and 461 PCO#147:Furnish and install of 3D Door Detection Device and Video Communication System in the new elevators POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO# Title Schedule Impact Amount 112 Lotspeich-100%Dwg MP-3 and MP-4 $308,783.20 126 CTS-Back Charge for Oil Spill $9,075.00 127 CTS-Gate 8 PBB Foundation-PCC Selective Demolition $6,048.55 138 Lotspeich Restroom Cove Light Conflict $1,478.46 139 Lotspeich AA ATO Suite#1 Revisions $1,580.76 144 FKE-RA's#398,408,421,461 $9,325.76 147 TKE-Elevators'3D Door Detection and Visual Communication $86,174.03 Total: 422,465.6 Is change order IS 0.42%of the original contract price. Not valid until signed by Owner,Architect(if applicable),and Contractor SWned by: (^� 1 S � 6/23/2025 09:08:09 PDT ARCHITECT: (, DATE: Si ncd iiayr 0or u'Sdgned by. 6A, 6/18/2025 1 19:19:12 PDT CONTRACTORS: rga�wmaw DATE: Signed by, EXECUTIVE DIRECTOR OF AIRPORTS KtLj � S�V1l.��ALL-� 6/30/2025 1 05:21:06 PDT DATE: Christine Digitally signed by Christine Hurley Hurley Date:2025.07.07 COUNTY/DEPUTY ADMINISTRATOR 17:31:50-04'00' DATE: A E COUNTY LA7MInINEEY /,�'�OI ®s AGA l D e ' NTY ATTORNEY 3042 Date 7/2/25 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 crau.r DainamMA6 ° ST' PCCO #048 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 #048: PCO's 112, 126, 127, 138, 139, 144, 147 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: 6/09/2025 CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) CONTRACT STATUS: Pending-In Review REVISION: 0 DESIGNATED REVIEWER: REVIEWED BY: DUE DATE; REVIEW DATE 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: $422,465.64 Concourse A DESCRIPTION: This PCCO authorizes the scope changes as outlined in the approved PCOs 112,126, 127, 138, 139, 144,and 147 detailed below: PCO#112: Furnish and install approximately 2,742 square feet of Nelson Industrial NuvoWall-HO pre-engineered, hook- on type interior wall systems labeled as MP-3 and MP-4, in accordance with the 100%contract documents. PCO#126:Additional costs for clean-up of oil spill due to a luggage conveyor malfunction at the KWIA on 1/17/2025,where hydraulic fluid leaked and contaminated over 200 feet of joints that were prepared for sealing. PCO#127:The costs for the sawcutting and removal of concrete at the Gate 8 PBB Foundation#4 which is not part of the Concourse A and Apron Expansion projects. PCO#138: Includes costs associated with new framing and framing relocation to accommodate Light fixtures coves above the restroom mirror properly. PCO#139: Furnish and install 11 LF of partition type SA3T in ATO Suite#1,Office 150E,in accordance with Architectural Drawing A111 E revision 3 dated September 20th,2024. PCO#144:Additional electrical scopes,and their associated costs as outlined in the response to RFI's#398,408,421,and 461 for the KWIA project(20-2039-01). PCO#147:Authorizes the furnishing and installation of 3D Door Detection Device and Video Communication System in the new elevators ATTACHMENTS: KWIA®PCO®147 - TKE - Elevators®3D®Door Det,pdf,KWIA PCO®112®Lotspeich - MP-3®MP-4®Panels Ppdf, KWIA®PCO®138®Lotspeich®Restroom®Cave®Lights,pdf,KWIA PCO®126 - CTS ®Back®Charge®for Oil®Sp.pdf,KWIA PCO 144 - FKE® RFI 398®408®421®461.pdf,KWIA®PCO®139®Lotspeich®AA ATO®Suite 1®Reviepdf,KWIA®PCO®127-CTS®Gate 8®PBB®Foundation®PCC . dif POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO# Title Schedule Impact Amount 112 Lotspeich-100%Dwg MP-3 and MP-4 $308,783.20 126 CTS-Back Charge for Oil Spill $9,075.00 127 CTS-Gate 8 PBB Foundation-PCC Selective Demolition $6,048.55 138 Lotspeich Restroom Cove Light Conflict $1,478.40 139 Lotspeich AA ATO Suite#1 Revisions $1,580.70 144 FKE-RFI's 4398,408,421,461 $9,325.76 147 TKE-Elevators'3D Door Detection and Visual Communication $86,174.03 Total: $422,465.64 NV2A/Gulf Keystar JV Page 1 of 2 Printed On:6/9/2025 11:41 A 3043 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 cuu.s Duds.Mda16 NV KI.MMI ° ST' PCCO #048 The original(Contract Sum) $101,461,771.00 Net change by previously authorized Change Orders $16,453,559.67 The contract sum prior to this Change Order was $117,915,330.67 The contract sum would be changed by this Change Order in the amount of $422,465.64 The new contract sum including this Change Order will be $118,337,796.31 The contract time will not be changed by this Change Order. K 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 RMgne d by: Signed by, Si need iRayr Docuftned any: 0ais*xr S. per d S &- razz a Ftaa r fr2ag3a� 1�a[`59717MENA SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 6/23/2025 1 09:08:09 PDT 6/30/2025 1 05:21:06 PDT 6/18/2025 1 19:19:12 PDT NV2A/Gulf Keystar JV Page 2 of 2 Printed On:6/9/2025 11:41 Al�3044 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 golk TM = GULF BUILDING PCO #112 N V K(=-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 #112: Lotspeich - 100% Dwg MP-3 and MP-4 TO: Key West International Airport FROM: NV2A/Gulf Keystar JV 3491 South Roosevelt Boulevard 9100 South Dadeland Blvd,Suite 600 Key West, Florida 33040 Miami, Florida 33156 PCO NUMBER/REVISION: 112/1 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: 12/10/2024 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: $308,783.20 POTENTIAL CHANGE ORDER TITLE: Lotspeich-100%Dwg MP-3 and MP-4 CHANGE REASON:A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Lotspeich-100%Dwgs MP-3 and MP-4 Furnish and install approximately 2,742 square feet of Nelson Industrial NuvoWall-HO pre-engineered,hook-on type interior wall systems labeled as MP- 3 and MP-4,in accordance with the 100%contract documents.Panel material to be made of 0.064"aluminum 3003 H14 Alloy.Base to be 8"high recessed stainless steel in Seastone finish, installed only at MP-3 and MP-4 panel locations.The complete assembly includes structural channels, closure channels,and necessary filler strips.5/8"fire treated plywood is included as sheathing for panel installation. Notes: • Finish color to be selected from standard color selections on the attached color chart.Custom color will have additional cost and time. • 50%deposit is required for shop drawings to begin. Balance is due prior to material shipping to job site. • Sound deadening material inside of panels is excluded. Durations: Shop Drawings:2 weeks duration from date of executed change order. Procurement:6 to 8 weeks for manufacturing and delivery of panels after AE's approved shop drawings. Installation:3 weeks. Schedule activities will be added to the project schedule to track this scope of work after PCCO approval. Reference: Lotspeich proposal dated December 5th,2024, Revised on May 13th,2025 ATTACHMENTS: KWIA-Lotspeich Proposal Nelson Industrial Cladding-Rev 2).pdf , AP®KWIA-02.pdf, _AP-KWAI-01.pdf NV2A/Gulf Keystar JV Page 1 of 2 Printed On:5/14/2025 07:08 PM E 3045 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 THI MGULF BUILDING PCO #112 N V k "" K(=—YST'*'R # Budget Code Description Amount 1 09-.78.13.10.S Metal Interior Wall Paneling Column MP3&MP-4 $280,712.00 Cove r.Subcontractor 2 99-.99.99.66.0 Procore OH&P.Other 10%Markup $28,071.20 Grand Total: $308,783.20 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 1 sugne y: Signed by: Signedby: d 4A7, E.FAR�S2FAQ9F4Q3, E,319093827A75487 SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 5/28/2025 1 15:36:53 PDT 6/4/2025 1 06:19:42 PDT 5/17/2025 1 07:31:16 PDT NV2A/Gulf Keystar JV Page 2 of 2 Printed On:5/14/2025 07:08 PM ED'3046 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 LLll(�Lo%m 1i 0 1LO f° ESTABLISHED 1,928 PROPOSAL ' Date: December5, 2024 :!,,Jsedvnrth &1011liu IDirziwfiniis hvlz:Iy 13H1, 211p2'5 To: Gulf Building / NV2A JV Re: KWIA Concourse A&Terminal Improvements— Key West, FL—02/16/24 RFI 267 Response Set Upon acceptance by you, we agree to furnish and install the following at the above building location: Nelson Industrial NuvoWall-HO Claddina Furnish and install approx. 2,742 SF of Nelson Industrial NuvoWall-HO pre-engineered, hook-on type interior wall system (labeled as MP-3 and MP-4). Panel material to be made of 0.064" aluminum 3003 H14 Alloy. Finish color for MP-3 panels to be RAL 5013. Finish color for MP-4 panels to be RAL 9003. Base to be 8" high recessed stainless steel in Seastone finish, installed only at MP-3 and MP-4 panel locations. The complete assembly includes structural channels, closure channels, necessary filler strips, and custom corner trims. Plywood sheathing substrate for attachment of structural channels has already been installed. The price for the F&I of the plywood sheathing has been provided on a separate change order request. All work is to be performed at night. Rates for night work are included in the price. Price: $$2$ Labor: $97,826 Material: $121,789 Other: $32,303 Mark-up: $20,378 Bond: $2,914 Clarifications: - A 50% deposit is required for shop drawings to begin. Balance is due prior to material shipping to job site. - Shop drawing submittals and installation drawings are included. - Please allow for 2 weeks for shop drawings from date of signed change order. - Please allow for 6-8 weeks for manufacturing and delivery of panels to job site following receipt of approved product drawings. - Adequate access for vertical lifts to enter and exit the area of work must be provided. - An efficient method of removing trash from the area of work must be provided. - Special accommodations for Covid-19 procedures and safety are excluded. - Sound deadening material inside of panels is excluded. Parking has NOT been included in the price. All work to be performed during typical 5 day, 40 hour work weeks. Only such work as is specifically designated above is included in this proposal, which supersedes all previous proposals and agreement. Unless otherwise provided here, any units included in this proposal shall be of standard size and color. Unless otherwise agreed in writing, payment in full of all sums due shall be made to Lotspeich Company immediately upon substantial completion or delivery of the agreed services, materials and/or work covered herein. LOTSPEICH COMPANY INC. r ry w. ry KWIA Concourse A&Terminal Improvements Aaron Elston, Project Manager LOTSPEICH COMPANY 3047 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 Takeoff Tab KWIA- Concourse A & Terminal Improvements (Gate 8 Addition) Bid No. 8743 No. Name Height Area Quantityl UOM1 Quantity2UOM2 Quantity3 UOM3 09100 Metal Framing 09500 Acoustical Ceilings Acoustical Ceiling Parts Area Check Cladding Drywall ceilings Expansion Joints Exterior Walls Glass Panels 131 MP-3 (7' height) 7' 0" (unassigned) 32 LF 226 SF 0 132 MP-3 6"Alcove Face 6" (unassigned) 44 LF 22 SF 0 133 MP-3 Alcove Ceiling Panels 0" (unassigned) 130 SF 0 0 (area) 130 MP-4 (11'-4" height) 11'4" (unassigned) 84 LF 949 SF 0 129 MP-4 (9'-4" height) 9'4" (unassigned) 132 LF 1,233 SF 0 53 MPB-1 Base (not under 8" (unassigned) 279 LF 186 SF 0 GPC-1) Metal Ceilings Misc Soffits Walls 10/18/2024 4:14:05PM Page 3048 O.1N:1V01%OHdN IVININUM v v 3sunoONOO Am INH 1HOdUIV 1VNOUVN8a1N1 ISW A3N �5 .g 32 1 1- 1 N"m MI §Z, s NOUVIAV dO 1N3VUHVd3O A..LhdnGO 30HN On If ............ u t 1�10 VU If d � � h � 111"i 1 11 1 H d"3 U' a a,;� ° wd"Id. r � L' �n i K ,rm � tr- t U!'" � R)110 awdL�lhp�,'M� � a �` MOM p4l, Y) WW 71, J� 00 tr� _0 r6 w 0 CL E d 10 < 8 L z Oil, A 11,9 F7 war �t ........................ [I- -- I' 9� U. W uj It a"J6 J J ------------------ ........... 3049 SIN3ABAOUdAT IVNIVV831,w v 3sHnoONOO -180IJUIV It nil ,il , NNOUVNIHMNI =§ i 1p ISEIM Aa!N g 1"fillp- OtOCC -M AON'PAQ O9A@ ......... . ............111-1--l— Rall NOUVIAV dO 1N3VV1kfVd3O A.LNnO3 30HNOVII I I . i w I 0"� 'i ...... . .............. in � �`�� � �su'� ���� ��" � � �tt � � ��� „� g ��, � � fin! tg ILI VI A, J lia IOU csuiu ........... Zip .................................. 3050 SIN3VUAOHdAl'IVNINH31'9 V 3sunoONOO Z k M H lUOdUIV IVNOI!IVNU31NI IS3M A3')4 01,OCV Ij I-M AOM'PAI G HO"SOOH 60C m. 1po u NO�IVIAVJOiN:31N!iHVd3aALNno33OHNOV4 'F'. ...........7 72 T-T-7wt - I,! "N U. U. 0 'L -J mA LL > < wts .................... tL 0. a Z� ............................................................4 ................... 4, L f6) .............. UA 3051 S1N3W3nOHdWI WNIWFJ31 8 b 3S»f100NOO iHOcJHI -lbN011bNb31Nl1S3M 131i _ LU r _ pyy°oo ObOEE�d'3saM(a�{'pnl8 llanasooa S l6bE y _ o _ o NOI1FARd d01N3INIHVd34 AINnoo 3IOUNOIN irvana w �� o LL F`s 0 ¢ y a3 z K _ Or - H " " a _ w ca _ Jr p r F a,a aas sa v.r., J p 00 ¢ a t r r p ¢ z U m r y 2� ¢ ¢ w U m LL 0 °v W O_ 0 U r �= ILe ILe y- y- W 0 W N N ¢ ¢ W Q W U m r ¢ r zo w w ¢ w ¢ p r a U r 9 U ° Or ¢ z p z r r U U r U N N 3 o a " w 0 =, a a 0 W J J 5 ¢ z z z z z z 0 0 0 0 0 z 0 0 F F F F F F F z z z y z z z z z z z z z z It ¢ 0 x x x x x O 0 soy soy y O z z z z z LL LL LL - LL - LL LL LL 2 2 fL OC 0 G 0 J 004 OJT J04 OJ° °' LLe LLe LLe LL� LLe LLe LL'- W w r - _ - z > 0 F J O 2 00 W e m 0 O p 4 z ¢ 1 0 LL t7 w r p p W F F a ' a F 1 ¢ o r r w 0 ar 2 2 O W ¢ J y y >> W 00 a Y J J "IIF z y > y m a a c y;y w a d� a C7 y W t7 m 0 y m 2 e J rme..3rv..�s33, W e z 0` m W z m U 9 ao H F3 3 � S a3 4 m 0 p Q H J 3 e d e ? H J U o < 0 W J a = O a rev.uue"a c5= p y o a OP ¢q m x "9 0_ pL=c 3052 ^��yy S1N3W3AOHdWI WNIAHE]i'S V 3sunoON0O o o�ti� 1liOdlilb-lbN011bNb3lNI isDm ADN w �Lo M D 77 o�yao� ObOEE-ld'ISOM AAA'pn18 llanasooa S L6t C c o _ e NOI1FARd dO 1N3WlaHd34 AINnoo 3OUNOIN irvana w �� o I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ses w I I a I I I I I I J I I F I I W N v z a � um � W LL rims m c � �vl Z O - IL p Er I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I \\ I I I I ss I \ r I I I I 1 J I I I I c Q I I I I W I I 0 3noe>��a.n�3n I u a a a N I I Q U W yy} O 3i.am iwa u�vl T _ Q N U za I I I I I I I I I I i I I I I my I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I W I I = I I I I a a o o �n.-.vv����♦.�a,i - N N 617 UP �,- 3053 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 w, inf A III V"IIHIIII C'l11U.II III AII. i11II IIAII.S 117,a�rauwi�ii� DATA SHEET: NUVO Walls (Metal) Materials It Aluminum Sheet:3003-H14 alloy(Standard)or 5005-H34 alloy(For use with anodized finishes). Typical minimum thickness 20 Ca.(.032"/0.8 mm) Stainless Steel Sheet:Type 304(Standard)or 316(For higher degree of corrosion resistance).Minimum gauge 22 Ga.(.031"/0.8 mm) Galvanized Steel Sheet:Galvanneal Satin Coat,Typical minimum 24 Ga.(.028"/0.7 mm) 1/ Finishes Aluminum:Baked polyester powder,or two or three coatfluoropolymer coatings by PPG®orValspar®. Class I or II anodic finishes. Stainless Steel:Satin brush#4,Mirror#8 or other readily available finishes for example, " Non-Directional Brush or Random Swirl. Galvanized Steel Sheet:Baked polyester powder. Ourboriter"faux wood veneer finishes are available for most applications. Dimensions Metal Wall Panels are typically supplied up to 3'-6"wide by up to 8'-0': Acoustics Metal Walls are available both non-perforated(non-acoustic)and perforated(acoustic).Perforation patterns are limited only to the type of material and gauge chosen and available tooling.Presently Nelson offers more than fifty different perforation patterns ranging from diagonal(45-degree),staggered(60-degree)to straight as well as round,square and oblong holes.Our standard acoustical material consists of a Black pre-laminated re fleece(SoundTex®)bonded to the concealed face of the wall panel plus a layer of minimum 11h"thick 1.5 lbs. density fiberglass insulation. For more details and options contact your local Nelson Sales Representative or call our office at 1-800-277-6897 Standard References A.ASTM E84-Standard Method of Test for Surface Burning Characteristics of Building Materials and Assemblies. B.AAMA 605.2-Specification for High Performance Finishes. C.ASTM A 366/A 366M Standard Specification for Commercial Steel(CS)Sheet,Carbon(0.15 Maximum Percent) Cold-Rolled;1997. D.ASTM A 666 Standard Specification for Annealed or Cold-Worked Austenitic Stainless Steel Sheet,Strip,Plate, and Flat Bar;2000. E.ASTM B36/B 36M Standard Specification for Brass Plate,Sheet,Strip,and Rolled Bar;2006. r, ;� t F ASTM B 209/B 209M-Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate;2004. i 1 I ,¢11"� lrrlf,/ IIIII" IIIIIIIIII' g „T IIIII � Nelson Industrial Inc./Architectural Metals Division 905.428.2240 • www.nelsonamd.com ©2019 All rights reserved PubJ 19/50 3054 c 0 mi W CO z � w O � w w > Q � N J 2 N z J LU �j N o >� O a Z Q L Cfl� C U .0 aa) z C O � a J � � OL Q CL Uz w w � � cn Qo soi o.� m o �� z 06 Z z � � U Q Y � � Cn w O C/) (n w Cn O U) � ry _ � D w0 Y z O U m 0 U m 0 S m v 0 U m m W W 3055 0 U 0] Q i x x ~ W a — a - J _ D _ I uj LU - r-rr I •�p til...... . ^ q rm Hog W a - _ - z a� 4Lu E '� 4 n' m {I < m ------ a�--- -- - - :Y --- B .2M z a w 0 - 3056 Q LLo o Cl) om ° O0 > uj a> N 7 z OF � O _ NP 5 07 N M •�,, w'� I I M O N Q Q Z U F W ir � i U� ,•y, I I O � m yJ Q J�, y,r4 Z O I I OW OM y:T J•.�.��.�. o¢M p] W 3057 Q � w w o W m N N a ti �z - J Oz �Z �Z ti o ti o = Jz Jz - Zw Zw M _ M m U U N N Lu _oLL W J F F H W W W U U - o ' V - LO � U w o z x - K p p¢w �LLz I zLLpLL ppUQ J W l¢iUQ I a � QLLLLLL � \ U m � � O Y m Y � O J U � S � _ >- W - m � � Z O U - _ uJ m > W U � K m W - d� o¢M p] W 3058 Q zo 'o Y zo �w N J N o � a Sl con LW Isis, � W � C) "a F' �O � O H ~ o Z - '- z w W _LEI ti a J � T O H U — O l!] O 41 H j >� H H J J W J W W z V o Fp o U ZJd' jii 0 NQO — �_ �aLL w _ m a�iN �Wz � Npli Z ° ZLLW O U 00 UO — cn m QUIQL W W Q1NLLLL U> QQ LL W LL o p] p] W 3059 e o = < :< \ Cl) uj r2 — -- --- \§ � � J } \: ( / - / _ \ \ } - � ( \ / ) - � �\ uj 7 , ® 10 \ \\/ \ % \� r—� \ « ƒ < I + \ x ƒ \ \ y a � _ ul \ / \ \ 4 3060 e o = < :< \ ,\ \ � ` \ Cl) § J uj 7 \ \\ c \ ^ \\ ;\ ) � Al N ± \: ( a of / - \\ \ ` d(LLI KLL / /y2 - \ \ / \ % / j ) § Cl) / _ j ) [ w 4 3061 e o = < :< \ � ` \ Cl) - § J uj e !_ §/ LU _ () - � us _ / cn§ _ ® / Ko z EE - \m _ o . \ LLI L \ \ 4 3062 Q X � �\ CJ C I Z - � uj W L o � w� J Z I d � W W ±m m N � N Z � a ¢ ZW m �K _ pW q S d O ?z — � W Z= ~ a d Z J G OW WK Zp — a ,<z Y �wLL� - H �cn Jp CD D W,wME ==em s \ J \ Q F W W t0 \ ¢ t0 a J J >Q O U W 0 U) Z m J o U a m } o � 0 o m � z ci U cn p W w m V7 � w z P M — o] w ti-- 3063 c 0 mi W CO z � w O � wj O a0� 2 N Q � -j N z - wz C OQ Q S � CCU < z a- o �a z Z OL m Uzi W L� p c - 0 a- cc! 0- 0 06 �o.� Q - U) z 06 J E z � LU U n W C > C/) w C) O � ry C r D J O Q W CU Y z O U m 0 U m 0 S m v 0 U m m W W 3064 0 U 0] Q Q o LLJ oo :;'• _ y:• e29 — IL LU LU W 4 Ir LU LU mO o a LU LU 00 LL Lu cfl i:' •• .'' O J W Z Q m U uJ m � W W o M p] W 3065 Q Cl) rUJ oo M � m N N M d � m M M V N d a a a � a ZEz PIT.__ _ _-- 0 W O M L v z x M > m N M m 0-L U m 0 S m � O Z O m w m � W o M p] W 3066 Q W /R > - W wp7 Z O _ c FQ Z U o Oa z� Z LL � W W WEO 5 07 F LL N Q OJW N Q Z Q 03oo _ Z Q z W ? U� z - w u z 0 M � M Z¢ J n n U� W o p _ _ U H U - W N 0 F O z V Q 0 Q z 2 ¢Q Q Q J OJ W n W d � 0 u W m U —� I Q � � H I � � ' �o m U U � U Q Jm l U � W Cq — 9-,� z z o y H La g � w m s � w � z o M w 3067 Q J W2 a z U /w Oz lrrwr lo � I H z w w> Y U m N N z o � z o M � M O n n J _ Sol. - = _ - Z log H 1HJ <U�p:� UZU] L�HZ U=Z Z H W HZ K Z O � � J z J 1 i- og, �w0 -w�z aaJ Paz � a Z 0 U� J Q J J w Q m �w UQ p J v d m y o H � z 0 �7 m w m � w 0 �m m LL wo w 3068 Q Cl) UJ c z� � Y 5 07 N N J W oo a N U` = z J U U _ M J Z M N :S ~ W � U - K F K W Z K O> UO �a z z� � ax a� Zo ^, w� UZ J� IL W Z Q p J U~ U QF� v m Ohm LLoO N Q H F CD K OaO ZJO ¢QU W W N W Q Z C72LL J W Z Q a — J � J J � U m � d H m 0 p m p Z 0 7 LQ p � K m ti w x x o M w 3069 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 w, Ginjr A 14l u'IIH II II C'11"V.II 14l A 11 1 II II A 11..S 117,II,r II uu if Custom color match i5 available if needed. Custom colors will cause pricing to increase. DATA SHEET: RAL Color Sampler Standard colour system based on the universal RAL Color Systems We also have the ability to match any existing colour or create a specific colour when needed for project colour matching. RAL 1000 SERIES r , rrrr U 1 J JJIJJJ //ll /lll///ll % � r,,,, IIIUUIIIi����������l�l�llll'Nall�U°�y'�°"��tillllllllllllllllllllllllllllllllllllllllllllllllll "" - "' " as J���JJJJJJJJJJJJJJJJJJJJJ L II II RAL 2000 SERIES /��� �� � dIIuVIIIVum umuu �i Illlllllflll fllilli�lll dIIVUIIIVIum IIIIII IIII lilo I�Il�luu umli� IIIIII RAL 3000 SERIES Iflll II lllllplllllllllllllllllllllllllllllllllllllllllllllllllllllll I �,% r��i Q v,' Illi�! i4+,ik7 n IIIII IflIV m u i liu I dl Hf fl�lii IW i Mh III uu m Vu m uu I, ill�l uu um m um lii s RAL 4000 SERIES 101III III �ma 4 u IA141um�uuuuu I I luu II a I� I IIIIIVuu Illul RAL 5000 SERIES � 0 RAL 5022 RAL 5026 IIII III IIII II I�����IIIIII II�0�I10111111�� ''.. ��III II IIIIII For more details and options contact your local Nelson Sales Representative or call our office at 1-800-277-6897 .......... ............ ............ ............ ............ ............ ............ ............ ............ ............ .................... IIIII"""' IIIII 'IIIII """' Nelson Industrial Inc./Architectural Metals Division 905.428.2240 • www.nelsonamd.com Oc 2020 All rights reserved PubJ 20/64 3070 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 w, inf A Ill V"IIHIIII C'l11U.II Ill AII. i1II IIAII.S 117,a�rauwi�I�rl DATA SHEET: RAL Color Sampler...pz Standard colour system based on the universal RAL Color Systems We also have the ability to match any existing colour or create a specific colour when needed for project colour matching. RAL 600 SERIES p G41I.Y �^�j IIIII I IIII ���/�/ � III Ifflf�ll)Jjj��11��111�11 1I �� �� IImIIlAllum m m uu V IfilllYfflllulllolfl°uruflll ffffff�i RAL 7000 SERIES �� IIIII11 IIIII IIIIII�I�II U������1�IU�If��44U `� IIII� IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII I I'^°" @ 0p IIV u S WI 811 i ,lil�rr� f I�al�� �U �� �Illllillllo III IIIII III IIII RAL 8000 SERIES III II II 9 R ��III�II ��IIIIIIIIII RAL 9009 SERIES �I luul For more details and options contact your local Nelson Sales Representative or call our office at 1-800-277-6897 .......... ............ ............ ............ ............ ............ ............ ............ ............ ............ .................... IIIII"""' IIIII 'IIIII """'„2 IIIII � Nelson Industrial Inc./Architectural Metals Division 905.428.2240 • www.nelsonamd.com Oc 2020 All rights reserved PubJ 20/64 3071 Docusign Envelope ID:3304EBDB-CF8D-4B85-Al DD-BCD306B88265 3072 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 golk TM MGULF BUILDING PCO #126 N V K(=—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 #126: CTS - Back Charge for Oil Spill 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: 126/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: 2/22/2025 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: $9,075.00 POTENTIAL CHANGE ORDER TITLE:CTS-Back Charge for Oil Spill CHANGE REASON: Existing/Unforseen Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CTS-Back charge for oil spill This change order addresses the delay and additional costs due to a luggage conveyor malfunction at the KWIA on 1/17/2025,where hydraulic fluid leaked and contaminated over 200 feet of joints that were prepared for sealing.The job was halted while awaiting clearance from the fire department. Cleanup was required before work could resume,and the JV provided four workers for this task.Reliable Concrete Cutting assisted with the cleanup efforts,as the Subcontractor was not permitted to continue the scheduled work.Additional backups,field report,and pictures are attached for further details. ATTACHMENTS: Charley Toppino and Sons-KWIA Terminal-Reliable Concrete Cutting Back Charge Oil Spilimcif # Budget Code Description Amount 1 32-.32.10.10.S Concrete Apron.Subcontractor Back charge for oil spill $8,250.00 2 99-.99.99.66.0 Procore OH&P.Other Prime Contract Markup $825.00 Grand Total: $9,075.00 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 ggnesd tsy^ igned by: Docu igned by: 6 � JW � � SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 4/25/2025 1 05:48:35 PDT 4/29/2025 1 05:53:57 PDT 4/21/2025 1 17:17:45 PDT NV2A/Gulf Keystar JV Page 1 of 1 Printed On:2/27/2025 10:39 AM ES'3073 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 qw Price Quotation Attention: NV2A,Key Star Construction&Gulf Building DATE 1/20/25 One Detran Center 9100 South Dadeland Blvd.,Suite 600 Miami,FL 33156 ITEMIZED QUANTITIES Location: Key West International Airport-Key West,FL 33040 Scope: Reliable Concrete Cutting-Back charge for oil spill Item Description Quantity Units Cost per Unit Line Item Cost Notes 1 Reliable Concrete Cutting-Back Charge 1.0 LS $ 7,500.00 $ 7,500.00 Unable to perfean work due to luggage ei hydraulic oils ill Subtotal $ 7,500.00 2 Overhead&Profit(10%) 1.0 LS $ 750.00 $ 750.00 3 Mobilization/Demobilization 1.0 LS $ 4 General Conditions LS $ Total: $ 8,250.00 Notes Exclusions: Prepared by: gdeb P Estimator Charley Toppino&Sons,Inc. Sheet 1 of 1 Date: 1/20/25 Signature: Date: 3074 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 & Outlook .................................................................................................................................................................................................................................................................................. FW:Key West Int Mess-Loss Night Hydraulic spill From Roman Orofino<rornan@CharIeyToppino.com> Date Mon 1/20/202S 7:SS AM To Jason Pfahl<jason@CharIeyToppino.corn>;Ron Gage<ron@CharIeyToppino.conn> Cc Rey Martinez<ReyM@CharIeyToppino.conn>,Andrew Toppino<AToppino@CharIeyToppino.Com> Good morning. Jason-Please process change order to NV2A.Include email for back up. Roman Orofino Geirmirall IIYlarumryWir Cell:(305)797-6807 Office:(305)296-5606 bttpg.//charleytoppinoandsons.comi hops- Building The Keys ,Mi 129 Toppino Industrial Drive Key West,FL 33040 Ag§Mfth, NXkX1 MONROE %QW '� ri ON ROE r I ," The i,fo,—flo,co...i,ed i,this transmission may contain pdileged and confidential content.IL111nL1,d,d only f the use,f d,, p,—n(,)—,d,b—If you axe not tic ivteudcd rccipicny you arc .f this--i—a..is—wdy p-hibftcd. From:Nelson Apolinario<NelsonA@homesteadconcrete.com> Sent:Saturday,January 19,202S 11:S1 AM To:Roman Orofino<roman@CharIeyToppino.com>;Rey Martinez<ReyM@CharleyToppino.com>;Ron Gage<ron@CharleyToppino.com>;Alfred Cordero <ACorderol7@homesteadconcrete.com> Subject:Fwd:Key West Int Mess-Loss Night Hydraulic spill See below.This charge will be passed on to back charge the airlines. HOMESTEAD CONCRETE Nelson Apolinario Vice President Phone 305-248-9649 1 Mobile: Emailnelsona(dhomestpadcQnr,retp.QQm 221 SW 4th Avenue Homestead, FL 33030 Web Certifications—DBE,SBA,Hubzone, MBE This message and any and a//attachments are intended only for the recipients as named above and may contain confidential, proprietary,and/or privileged information. Unauthorized use, distribution, or reliance upon such information is not allowed. If you have received this message by mistake, please contact the sender and destroy all digital and hard copies PPlease consider the environment before printing this email Begin forwarded message: From: Ben Kooby<bkooby@woriddiamondsource.com> Date:January 18,2025 at 11:05:25 AM EST To: Nelson Apolinario<nelsona@homesteadconcrete.com> Subject: Key West Int Mess Good morning Nelson, 3075 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 As im sure you've heard by now,there was a debacle down at the airport last night.A luggage conveyor broke&leaked hydraulic fluid all over the place&it contaminated over 200'of the joints that we had all ready to seal.The job was shut down while everyone waited for the fire dept to arrive&give the thumbs up to continue work.They told everyone work could not start until all of the fluid was cleaned. The GC was only able to get 4 guys rounded up,to clean this mess.Since the fluids had sealed into the joints,the cleanup would be quite a difficult operation.Since we were not permitted to continue our work, I had my guys assist with the cleanup efforts.As you know, this falls under the heading of"delays not incurred by Reliable Concrete Cutting"&our pricing clearly states that our standby rate is $175/man hour.I had a crew of 8 men there last night&they were on standby from 8pm until I had them leave,at 3am(7 hours).This adds up to a total charge of$9,800.As a show of good faith,since we have so much work to be done together,in this project specifically, i am willing to knock this down to our daily 8 man crew minimum charge,which is$7,500.Please let me know if you or the GC has any questions.Here are a few pictures of the mess 3076 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 r err ✓��� r" I i / Il�f�lll �'�i I�YIi�V° 11 �w llii l I � �✓l°r0, �5��� ru � �o ! �a1 ", r�i'��r ✓Jrl f�/ ��/ �ri'(r '1//a irl�i ,lrl � N �°!I I➢�a✓ j ✓i.1 ilk �i ✓ y�r w"'�t)j��'� r r�✓;. 1 ( u1 r ✓ � ✓ a �� �� �rry✓l''o �1��i o✓ �p + , r ,�! �� �, dr�� r�rwr� �� � 1!t r ��/ �✓�i�lj� '"r�g�rrrlk'Vr ��www� � f ° ��i1 r I� r/l @ /✓',/iiRAt9�lufr r� rD l�w��r���i i i� � ;ly,'i✓ r �i r�/ ���1����� , ��//%%�rJ/r r������r(��r��ln i ���Jr`fat��� r', ' � � i i � �u✓h���r��YY�o�/��rf� � fi'?Pr( ✓y P✓✓j1r r �✓; , V�!vl � i�w�a��rid J/r�o� /l !lriJil� JV r 1 � �r ✓ n li F �f a is i✓ K'f J, li. iU l+n %i/ I / r ��1a1 � 7 r✓� /fr�f r��! ✓ h of i�J"d ✓ r o o ��`yl1 lir li/ J��`dlft✓l dmr�`�tigif✓ ri", �' p( � Y/�l � ,l/✓��ili��r r r r , � rtt rr i�n �r�del �/ ✓�Y�jiY��il�)Y it �Jr I( � ! i G,!jlllrr� ril�✓3 hi "" y Y,; �����/�//r+,r r rt ! r i� it ✓ f �y/ ��i yl�r ff/�h,�a !i/���'� ��'i o!s�j ,: ` r ��r��� (✓�4i4r�9�,j/1�p1r'l!"n/lye✓l,r3r;,hu",, j"�hy'�/i%` ,1.r y�y�9rr!� I�'r! r' 1!�1���i�1� �! ✓%��r���,k,&���it�� fl j���lli�'✓ ✓ �i l� is w!�x �N d a f a r�i✓✓�dr n% ! �/ Pa rrl r 1 !/ ��(//l+r'� , 1?/i�y��avr° dl,��x'�,i�ri��r✓o rr �;✓✓ri�r���!rr✓1✓i/////!r�/v✓l�iryiri�yr��i✓J�l�i �lrrJ��l�1G h�);�; .l�I ���1 illl ry � NH JrGl� i r �w�ri / i�!¢%of °dui✓ ✓/ lrir i�<��Gr✓ %�i/ 4�✓FlY W�'W/". r��✓11� 9��1��lr G��/��/t Irlfi/r r ���i�/rdi s1�i//�a/1�%�Y i�����rli/�������r✓�'i���:��r'i4���1���f„ "�,! .%,i i f% V�r rr,�/✓x y� U r l� ,�V� ✓!!r�,� ll 1✓r✓rrrkl 8� ri� r j/�! lIb✓�1���� ���s ti! ✓����`a / r I�✓!�i,e,���� II�h�'r;% �/lr'��r'.!»i 'i✓���; �✓��!r/✓Y� 1 7,i`r4'�l�z l�✓1�����l!o l�l��i�� r``✓N������ �k �r!✓/.�rl����J�j�/� °l G��fe�f��jfl�k'�r��f i"�'li�` �ys�S���/.r✓✓ mri�����r�r"�1>j✓i;�I��ln I�X����'rll���r �✓%�� l�r ✓�i��r���,ir dr/i/j�r�ro� ✓,�,r Via! dH rrrw r /� �1�ljr� l r' �'^ r�UiO�v�i����ijdr✓ �i�fd�" r'���a���drr !1j k�lAIJ/y�I11�,1f,aiw'���r�r1"��ia��l�`d�� r��"��YI��`✓yl✓ 1� 3yr lid�'�i��0!)/,%%�"�����'t)'�%✓, I✓� �� �,�6✓��i�I�✓✓jj'����✓r,�� !!>j��/r/�� f�����iPM�i✓1'��rodk)��«�i� �✓ tdfi rr"i�jt°1j�ai�r�ir011��������ih/di Crdl it l���ifJ'�/�r�i�9A��1�y rri rhflli✓4✓�J�l!��� )rory lr���1h r irr r/U,%,(���J>rJ�✓�l�J�%�x✓i✓��r�9�"i�y��✓✓ liki✓r all✓iy����iC��f'���i4�✓✓✓!� � lte��n PY�''��,l l�l{y° w»Y����g�J��'%. "!r V�!'�i 'f f��%' /) �� f r �� � u holy ri F �1����ppr'i�V'✓ (� lAr «J% �y / � rif ��„' a w wr Nd wP rt�!Y Ill�� r 1r � � ✓ip�h r /°Yr �, f !rv�r ��lJt��;,� y�/ �� hr J� �✓ r e � Ies�1 r✓�lr ru wl4i�h {{ 4 + wllri�r.//y�l r-��t r 1,l�1/�Ily fJ �rl// r 9�ywy✓G/J 4w'`ltr r� ��rlrril 1. kri✓ lid g /i" Yi 2 7 �lrin r✓ �(rl✓4 ,I(l✓iU"i 1 r �N b i I �/ h � y7 �Jlb�i ��$r !r� ''�{7 �',, `���r��✓' ' �� 1d�rHrl�r�i �iimrt � 4,!✓r/h�E�d�� �"r ✓�rr"%�1rA�i"�'��i���(rN � � �n"'r� l !��✓�`�;^�'(r�Jl Nod I'h��/�110119���'%rl�4gf'�/iFl„ r�),r�,yHdi frg�+l��orr dvja'i1���4Su�� � ��% ��(` ✓,��✓1���w/r) � ✓� M�,�n��%� r r� i f� 6)+ �r+r)1 i✓r i w j�j s Nfj 3077 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 r I it ql' i �uodnra�,w� t � N I'M im�rmrwu^mmhN , wuwrcm��ia � u.. soon r r u 1 � *ism y o r �r�irr� r o,l r, /t( ild 3078 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 / r 1 v v � A r t 7 a. r, ¢iyfuf>liamN��m� wm� r yii r�Pii?7�mm�/ I / . ,r�,� I� Yas'ror �y, %i i f 3079 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 i �" �a i'!pi/�r/rai f' �% dry ���ji/�'����Il✓`rrii / � �� r '/i„ rltr r�riA�ru��t��,j�rrrl�rjrl Aq p✓ / r I✓//r/° ells/ aya �/ r/ c�//�a t111 %rrr Jwr/' / /rr% ii/ rrsVfy r 8 rti�ratA� r , r r ✓' �/ � rr / � / ri' ri r,;,it ';;i/�r//%���ir/�i/, %��� �r >A�2f%�i���i��U✓/wri rr�rr/��a ���rii%rUii�i ��/�� � %sir/�ri�/��i"t'r rf i� t i /syr IZ' r� v r rl N«r rti�/, �✓ / � �, Ji r.,;-i�'m ry�!�'N r/l`tYY`!✓ / ,ra � �'P y r�, n >, o ;.'�a�� !/�/,���%/ieh;�/a..... i{r���tr/',�%��NdJ''r//a �,.J�,�j`',I,. �� y ,r/.:j;; iu� ���'� i�'�r °'�e/ , r � f y Yr �° r ,r'r� '�1r�`��' /�%,. � �✓i ��' r AD!' rJ l� rrl/ r E�f I j+e4a,fM ,r���rw^� ra r,/4 ,dw �� � iN✓ri/�/ ��9�,j W //� "�lfy, ,�,,.. i, I�tI rl,'a aura %��c /N/Nri olrrw'W�Jtr q.. i r��/n�lir 1 !w�r�:uJ�yi"fyfw�f��t� t�n�r rrr a 6Yr�l lx�aI � r Tii�t rvh r r � n i ra r ra e:�lH m �r,.,�Nv i 'fLw l f nrd ➢ ��Y o� ri 3080 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 Audi ui �i m } ( F / / �I r r, a a��j✓//N� a� ' Y��/i�f/� 1h��p�, I �I uuiu I��Y 4� �w og l�o �l/✓/ sir/ //Gv(r �'Y /✓ iiJ ri� /r/ ll�%�� � �/lit iJ�r r f � � ii ///��ti hH/✓I/✓J 1�����f�� �7� �1�i������✓7l'�I/��'/tr/r ,! �� r/ p )'i 7°'0°i// �1 /"//lii/�%>��i�Jl�� .0 � � �ih 6�/A�f6�ll n��l / r // % 'l' // /if /'icy//�y��t�t�✓3��' , lP�i, ,�y���f,"������ �J�W/l� , i"lh��l/l�j yi/�, �✓✓ ,,,,,," ✓< r�io��� i/ ✓l /i2/i/��✓ly� �i��f (,�, / " rl'!y/'� �f��/ / l �w � l %, ✓c; / � /r�� �7�Q(r//��ri f!l/ /4 v � �i��� +>'lv iyl" ✓/✓ l�f r"npk�° I / ,G � %/ � mla/i i//' /�//�+1�/ 1� /�el�/��;� ✓ rp;/l,ry/���`P �,I�6j� i�y ivv�/.��r�'ti��/ /viiy�y ii `// i � i1�/�%:./ii✓i r ✓✓/� '�li��f NvY 1 `''''P4��/ l�� � r/�u;�u%r�i/'✓�r ir�� / //i /� r`'i h"i l'/��'i�� i�/ /i' ill���� l�/r� va � rr i'J�f� ''llv/% /it ✓fv'`���/�.,� ✓i 'i/i'./9 ��/ill/ /iY ✓/ ��^�Cja��"Fr/ /��/i//1�1�� V1u ?/�`,1 / ,1,0 �✓;✓i r/�r H l n r// r /1✓im . r/ '�rlF/ r U/ /v �li�/ / �/� 1 °��I°u�' V�� °II ,, � �P',�% �'�✓/a I r/Nr ���0�%/r Vi�ly! v ✓ �✓ / �° /� //l��ry�°/%�If a' j// 7����'- yf� ��I��II ✓�Il ,it B�f'v t����l��f v��'��Ia ��° '�ti/a v�it /�°rl� - �J i,� r/✓��/'ll��p���.i%l�l.:�%�I� ,,�S V{ "IM 11 w i � �r����y l'v /e✓� 1� Po i ,H/ �IUiIN Ir�� r v �'� ��l�lj�/iyr%9 d�ti � Ali i /' � H l ' o /IJf✓/i�iv�/1��%ii//rii✓'`//' "°�, l: Y„�, r ✓ L /,1 /iv/ ✓ / f✓ rl/I/ivy//ljv 'v/i I i 1P /»v��l la✓'�� ���r,;✓// i i U;'��,r//Yn�i� �/P/'�lI Yjrl%{�/,,4�'(�'%%��� "il °� �u�j�'>" �' �'�� rr �d I�l�ng�,��W�i`✓r'��vfty 91�%Jo%J� �"//r��vY;� �i Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 Thanks- Ben Kooby World Diamond Source/Senior Account Executive Reliable Concrete Cutting/Project Manager bkQQ y..=tIddiamondsource.com Tall Free:,(800)811-8278 Local:,(954)783-5300 Cell:,(954)899-4898 'No photo description available. RCC logo Sent:from my r...Mobille 5G Device <RAW> <RAW> 3082 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 TM MGULF BUILDING PCO #127 N V K(=—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 #127: CTS - Gate 8 PBB Foundation - PCC Selective Demolition 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: 127/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: 2/22/2025 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: $6,048.55 POTENTIAL CHANGE ORDER TITLE:CTS-Gate 8 PBB Foundation-PCC Selective Demolition CHANGE REASON: Existing/Unforseen Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CTS-Gate 8 PBB Foundation-PCC Selective Demolition This change order pertains to the costs for the sawcutting and removal of concrete at the Gate 8 PBB Foundation#4,as detailed in the attached documentation. Foundation#4 is not part of the Concourse A and Apron Expansion projects.Cost breakdown is attached for further details. ATTACHMENTS: Charley Toppino and Sons-KWIA Terminal-PBB 8 Foundation Work Demo,pdf # Budget Code Description Amount 1 32-.32.10.10.S Concrete Apron.Subcontractor Gate 8 PBB Foundation-PCC Selective Demolition $5,498.68 2 99-.99.99.66.0 Procore OH&ROther Prime Contract Markup $549.87 Grand Total: $6,048.55 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 Sggne Esy'. Signed by: DocuSigned by: „.. EIBFt,�52F4UF4D:4... e^arrc rFa >dl sa�sm a SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 4/25/2025 1 06:02:21 PDT 4/29/2025 1 05:53:15 PDT 4/21/2025 1 17:14:29 PDT NV2A/Gulf Keystar JV Page 1 of 1 Printed On:2/28/2025 11:00 AM ES'3083 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 Price Quotation Attention: NV2A,Key Star Construction&Gulf Building DATE 116124 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-PCC Select Demolition It.. Description Quantity Units Cost er Unit Line Item Cost Notes PCC Selective Demolition-Sco e 1 1 Foreman 12.0 HR $ 95.20 $ 1,154.40 2 O erator 3.0 HR $ 84.50 $ 253.50 3 Laborer 12.0 HR $ 54.60 $ 655.20 4 Laborer 12.0 1 HR $ 54.50 1$ 555.20 5 Excavator 3.0 HR $ 162.50 $ 487.50 5 Tri-Axle Dump Truck 3.0 HR $ 156.00 $ 468.00 7 Disposal Ti in Fee 1.0 LOAD $ 425.00 $ 425.00 8 Pavement Saw 9.0 HR $ 100.00 $ 900.00 Subtotal $ 4,998.89 9 Overhead&Proflt(10%) 1.0 LS $ 499.88 $ 499.88 10 Mobilization/Demobilization 1.0 LS $ 11 General Conditions LS $ Total: $ 5,498.68 Notes Exclusions: Prepared by: Estimator Charley Toppino&Sons,Inc. Sheetj 1 of 1 Date: 1/6124 Signature: Date: 3084 /i r„ � � � i / f r / r ( / (/%(((((��(L/(((l(((✓lla%�r,(�✓(GIG�f�(r(((�alLlf(f!/!f(frf0/lJJflflJlrlflJlJlr'IJN/C'!J✓N'?✓/l!J!/!✓lrll�ilf{(�/kiln!(�(('✓//�e4/I/��l%r%G((�J(�������G/�(((f(((I(�uJI(J%fJ(I/f0/!//'l(�Balllc'/rf VI a a , "ki 'wr o 00 co UD co LO 00 00 LL � �� N �uo'PI � � � �AI��� 19 �f l� �i I ✓%' �fL' „l,�y,, ,,,,,,,,,,, �'. LU vt ij l s c7 ,sfs,ps ,, � r ,/(1J rl , ,s/ rrrs /1 J I rlrr� Jn Ifl f I �i 1�11�»�»»l�»rY��ll�����r i�rr���,»fti�,n»»�mm���»r» ii���ifi�rrr�Ki f�`l�l�%i�1»ffi�lri�l),t�»�e�1y»J/JJr�tr�lf�lrr, 0 m a 0 m c u1 c rn .N D 0 3085 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 TM = GULF BUILDING PCO #138 N V K(=-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 #138: Lotspeich Restroom Cove Light Conflict 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: 138/0 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: 3/27/2025 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: $1,478.40 POTENTIAL CHANGE ORDER TITLE: Lotspeich Restroom Cove Light Conflict CHANGE REASON: Errors&Omissions POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Lotspeich Restroom Cove Lights Conflict SCOPE OF WORK: Light fixtures coves above the restroom mirror were built in accordance with the interior drawing 1502 detail 2. The cove didn't accommodate properly the light fixtures type H5*. Therefore, additional work was required to close a small gap and provide proper attachment for drywall. This PCO includes costs associated with new framing and framing relocation to accommodate these light fixtures properly. REFERENCE: Lotspeich proposal dated 01.08.2025 Drawings 1502, EL321 B, 1321 B Light Fixtures submittal—type H5* Photos NV2A/Gulf Keystar JV Page 1 of 2 Printed On:3/28/2025 08:44 AM E 3086 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 TM MGULF BUILDING PCO #138 N V K(=-YST'*'R ATTACHMENTS: KWIA Lotspeich RCO 013,pdf # Budget Code Description Amount 1 09-.29.10.30.S Gypsum Board I Framing Restroom Cove Lights Conflict $1,344.00 Finish.Subcontractor 2 99-.99.99.66.0 Procore OH&P.Other 10%Markup $134.40 Grand Total: $1,478.40 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 Fkgn,ed by, Soned hey+. DocuSigned by: �=2,21r� �a amp SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 4/4/2025 1 06:35:49 PDT 4/24/2025 1 06:56:34 PDT 3/28/2025 1 12:00:48 PDT NV2A/Gulf Keystar JV Page 2 of 2 Printed On:3/28/2025 08:44 AM ED'3087 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 nsff&on ESTABLISHED 1928 January 8, 2025 Antonio Pinto NV2A I Gulf Building 3491 S Roosevelt Blvd. Key West, FL 33040 Re: KWIA—Adjustment of Restroom Cove Lights Lotspeich RCO 162542-013 Dear Mr. Pinto, We submit this proposal for the above referenced subject. Scope and Price of the Work Due to light fixtures not fitting correctly into the architectural light cove pockets that were built per the architectural and interior design plans, additional work must be done to close a small gap and provide proper attachment for drywall. This additional work includes providing new framing as well as adjusting currently installed framing. Please see pictures for further clarification. The price for the work above is $1,344. 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 January 8,2025. 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. 4 at� ,,.,M. fa Aaron Elston Project Manager LOTSPEICH COMPANY INC 3088 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD3061388265 t_6l IiVIHTE WORKSHEET Lcmp%on Ilk�C�`� EST B I_I S EC> 1928, KWIA LOTS#: 013 Adjustment of Restroom Cove Lights JOB#: 16-2542 Material QUANTITY UNIT TOTAL 3 5/8"20ga EQ stud 192 0.545 104.64 3 5/8"20ga EQ track 120 0.540 64.80 Misc.Screws and Attachments 1 1.69 1.69 TOTAL MATERIAL 171.13 SALES TAX 12.84 TOTAL MATERIAL 183.97 CATEGORY HOURS RATE TOTAL CARPENTER/MECHANIC(NET) 20 42.60 852 LABORER/DRIVER 2 28.40 57 CARPENTER FOREMAN/SUPERINTENDENT 2 56.80 114 PER DIEM($300 PER MAN DAY) 300.00 0 TOTAL LABOR 1,022 TOTAL MATERIAL 184 SUBTOTAL 1,206 CONTRACTOR'S OHF 121 BOND 17 TOTAL 1,344 3089 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 nucff&on ESTABLISHED 1928 J„ v i "rdds"A !NCOMPANY 3090 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 nucff&on ESTABLISHED 1928 �i r uuuuuuui r/ .4..,yoiuuum VVVVVVyyyyyVVV� I!V'.�9 uuuuuuuul u4uuuuumiii �iiiiiuuuumfi °uuuuuuuuuuuu�uuuuuuuuuu ouuuuuuuuuuuuuuuu IVVVVVVVVVVV VVVVVVVVVVV�� ,r,o� i/��� �i�/// �� uuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuu uuuuuuuuuu uuuuuuuuuuu�u r �I r ,. 3091 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 nucff&on ESTABLISHED 1928 WIN / t , y Div /, �,.' V uuuuuuuuuuuu �✓�x �, ��,���� a. i✓art ai ,IIII / Jjl1 M/ COMPANY 3092 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 nucff I &on ESTABLISHED 1928 �j� I i t" /�j YEN ����% %j0 `I'i�IIIIIII II ai I I i �IIIIII �ii � ir, / Yi�� ✓ I,w ' ° ���dn��'��� III Vlglgll �� i � uuum al , II I uuuuuuuuu ullll Y Iy II I I I '��� ��%/%//// II I i�pi I�I ru��6kl I�� Yid I�YYYYYYYV II�I1�lYl�li IYY�IIIII YYIui�IY YY�I�u� ����� J I6u II IIII i / / r V �iIiVVVVVVVVVI� /" LOTSPEICH COMPANY � I�� w• YN I�iu�� b�>� 9°llw� � ��' ���o a INIY i��l��t I � atom i flog��I���wn�i�l��' (NII I� rYri�Y���>;� ��d�� n�i� ������!��lY�!>�>�m I ndl��>�� ��, ! � 3093 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 nucff&on ESTABLISHED 1928 x r 1� °j �������/�u � y�� '�,d�l�D Ef19tl�ryi��i�fVli�i�i� V�VpVVIVuum o�II�II�r�I I I��ol4,ldi9� r 777=/���t�i�//° �.�a n,mr m,,�w,w r M.. cZ '"✓ T« �" ';1 frr rl r � r � /l�/��� I�r��/�✓���f 1�J�I �" r o/�i /,,w r� r r✓ 4 Irk"r 1 r i r �r / i�/�//���/%/��/� fin 1N+/1�k1 nil �dr f r ur t�%iJ / i r/ �/..... ✓ /iJ RP ri i/f r � rr � I�� w• Psi i�iu�� b�r� 9°i� � ��' ���o a INi9 i��l��t� � atom i flog��i�rJ�wn�i�i��' (NII I� r9N������ ��d�� �i� ������!��lr�G��m I ndi���� ��, i � 3094 C!� S1N3W3AOUdINI IHNIAH3i'R V 3sunoONOO a8_ p os�ti 1»OdHIV WN0Ilb'Nb31Nl 1S3M ADD =r z y N "j OW,oo ObOEE-ld'3SOM AOA'PM8 llanasooa S L6t C cw)Lu o g NOliVIRd dO lN3WlaHd34 AiNnoo 3OHNOW d � ' � w LL a r LL h w a O F- Q Y> � w o. ♦/ O =o 00 a a U r a w , a F _ N w � o w a wy N A F ¢ O a 9w a v U O II I� ♦/ a W � a U1 - O 1 O X O O 2 O W z i r 3 m u r 7 Q U J n W K r w w y LL w ❑ r 0 ma r9 ~- sa Q:. N (l1- W m I� J m 0 e. O m W 7 _ O I I U I I H. I I m r I I O a I I i J w r ° ��o= I 2. e , I I w e F O w N � I O W e X W I I W O _ N a 2 4 O w i Oc 3095 O/ Y at F W 5 W r � S1N3W3AOHMI IHNIAHAi V v 7isHn0ONOO CC5 ti� iHO&JIV IVNOIiVNHDiN1 1S3M Al IN Z L)m m _ Q W ObOEE-ld'3saM!aA'pn18 llanasooa S l6b y E NOliVIAd dO 1N3WlaHd34 KlNnoo 3OHNOW - Z WZ El 6 m a w 1 , ------ - ---- ------ ------- Q I 0 I LL a o4 a U Q I � I 1 W I a'1 U (S I I = Q U ff����yylI O 01 I I I b i I ! 1-. io, I I I I I I ar ` I® f I I I ^ " TM I a I 1 sa ! U I � I tE I I � ilk. x I I ° I I I 1 I • I + I I Wz I �v I ----------- ---- -----------I - -_-- ----. 3� wZ C ----- � .I � sc� S1N3W3AOHcIM IVNIAH3i'R v Eisun0ONOO z 1»Odlilb IVNOIlb Nb31Nl 1S3M 13li F U o z M d'1saM! � 'pnl llnsoa S l6E _ Jo LL of NOliVIA'd AO lN3WlaHd34 AINf1OO 3OUNOW ,„3,,, o o W M 11 5 5 F Z iR E Q _ a Qo K 9 k ✓ I I C ----- o � < 97 W r z a a —Ti K k K a I a LL 7 LL L w r m �y 18�P�PJwn a.sJ F aw w3 m Y m m m e m m m m a< < y � 'zy y I B= I wa _ L r a I I d e a w s �i �re're^a^c^a^ �'y f 71 LL i n � z -6 0 a Z a 3097 1I Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 Job Name: KEY WEST INTERNATIONAL AIRPORT CONCOURSE A &TERMINAL Type: rl � IMPROVEMENTS HS* gg/ ;r Manufacturer 3G LIGHTING Model Number: 3G-4RPE-L350-S80-35K-UNV-DIM-WT-RG1-EF-S(5) 3G-4RPE 3G 3.5" RECESSED PERIMETER LIGHTING Ilh arro v:4.5"armvtuve.vlriith one µonce extr.udPH allUlrnirnurn housiing 1Designed for continLuous runs iini r increments as sf:andar,:f 12."fully iiIlllLurninated end filler option is f'ielld cutfablle folr+add Ilenrlthns Mullt'iplie IlLurnon output olptliolr s)nritlh Vierforlrnalnce up to't3d1 Ilurnen;Iper)nra't't Il...cuo, in flush,F' 2",alrld 3"'vogire s,ed options Asymmetric,flush hens optic availlalblle'tolr Iroorl side performance 1%dilrnrn'iu'1q standard vntlh inLegrall driver olptiions ORDERING INFORMATION PR3JECI; TYPE 4`ATA f3Ca.# DATE " C`A7`K�;� L.(i1+1�IYouTa1U'r` CfEf,,,, Cx3LR i4iiiMP,,,, ` WCII'AGE- I)x ebfttrFS D250 -LOW OUTPUT(zso LM/Fr)1 +e91u I 27K-2700K IttlfttrP �,-tn;/� D500 -MEDIUM OUTPUT(500 LM/FT) H90-93+CRI 30K-3000K 347 -347V D750 -HIGH OUTPUT(750 LM/FT) ;f 1,n 1 ., - (0-10V ONLY) 1 YFRY H,Lr1Hn1,1T.,E 1,1,TfHloou,M/FT)„2,,,,. 40K-4000K 'Specifiy custom lumen outputs in 501m increments (ie:DC600,DC650,DC700) Custom output cannot exceed DC1000 R'SRrYER;`,, rr:oill��5�fri�SN �f"1UMP i 1 ) ,. �4ksl`11 /( f11 r I-I FL -FLUSH �EF ,.,,,,., ,m,.,,,, „,,,,, ,,,,,,,, ,,,,, �,,,,,,,,.,e, ll -O-IOV(el do L E D,l00-0.1/) XTR-TRIMLESS Ill ASYMMETRIC OPTIC . -CHICA b,FCFNUM DALI -DALI(aldoLED,100-1/)3 FX -FLANGELESS '®'(FLU H).......... """'. EMB -INTEGRAL EMERGENCY Ill-LUTRON HI-LUME LDEI GGX-GRID CEILING R,.n'fi �=I �� � r Ik BATTERY(MIN 4'SECTION) 00-1/ECOSYSTEM) (UNIVERSAL MOUNT) RG2 -2"REGRESSED EMG -EMERGENCY CIRCUIT R63 -3"REGRESSED 'Grid ceiling fixtures ship with universal mounting brackets suitable for all ceiling `12"fully illuminated end filler option Is types.See mounting section for details field cuttable for odd lengths LEW 5 1 'STRAIGHT RUN)} L-_'X (L-SHAPE) u-_'xx_'(U-SHAPE) `PROVIDE WHIP AND„FUSE f 'Individual units available from 2'to 8' Continuous runs available in l'Increments as standard Use end filler option for odd lengths 1 D2SO(2SOLM/FT)not available In 2'and 3'lengths(Please specify DC400 for 2'and 3'fixture length when outputs lower than SOOLM/FT are required) 3 D1000(1000LM/FT)n otavaiLble with H50(93+CRI) 3 DALI-2(Type 6)provided as standard.Please consult factory for DALI(Type S)options JUNE 14,2023 UMTED Prepared By:SESCO-Ft Lauderdale I www.sescolighting.com 3098 April 18, 2024 50 11,11dleX-F Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 Job Name: KEY WEST INTERNATIONAL AIRPORT CONCOURSE A &TERMINAL Type: r� � � IMPROVEMENTS HS* gg/ w?" Manufacturer 3G LIGHTING Model Number: 3G-4RPE-L350-S80-35K-UNV-DIM-WT-RG1-EF-S(5) LIGHTING 3.5" RECESSED PERIMETER PERFORMANCE AND PHOTOMETRY BASEL) ON 4' LENGTH (83+ CRI AND 3500K SOURCE) LENS POSITION DELIVERED SYSTEM EFFICACY FL-FLUSH LUMENS<LM/FT) WATTS<W/FT) (LPW) o,. s°'3G-4RPE-D500-S80-FL 250 1.9 129 FLUSH -as Soo 3.9 129 DELIVERED LUMENS: SOOLM/FT(2000LM) 750 6.0 127 »- U"11 SYSTEM WATTS: 3.9W/FT 05.6W) EFFICACY: 129LPW 1000 8.1 123 45 CRI: 83+ CCT: 3500K 250 1.9 122 LENS POSITION: FLUSH Soo 3.9 125 1"REGRESSED 750 6.0 124 W, ts..._. °_ . .. aoa. 1000 8.1 120 RG7 -1"REGRESSED 250 1.9 118 ° s°'3G-4RPE-DSO0-S80-RG1 Soo 3.9 123 2"REGRESSED 750 6.0 122 ELIVERED LUMENS: SOOLM/FT(20001M) 1000 8.1 119 q. eo SYSTEM WATTS: 3.9W/FT(15.6W) ✓a EFFICACY: 125LPW 250 1.9 115 "+,� as CRI: 83+ +'Y CCT: 3500K 500 3.9 121 /' 3"REGRESSED LENS POSITION: 1"REGRESSED 750 6.0 121 --. °...- , 1000 8.1 119 " 250 1.9 131 RG2-2"REGRESSED ASYMMETRIC Soo 3.9 132 °° . s°°3G-4RPE-D500-S80-RG2 *, 750 6.0 128 °°"� '7s" 1000 8.1 124 ELIVERED LUMENS:SOOLM/FT(2000LM) SYSTEM WATTS:3.9W/FT(15.6W) CCT Multiplier -: EFFICACY.123LPW CRI 83+ : I g� LUMEN OUTPUT 2700K 0.94 5 ,� r .+ � as ccr:3sooK ADJUSTMENT 3000K 0.97 .✓ LENS POSITION:2"REGRESSED 3500K 1.00 _w FACTORS ".,.a°°..."- 4000K 1.01 ..Asa' ali EFFICACY(LPW) CRI Multiplier RG3-3"REGRESSED ADJUSTMENT FACTOR 93+ O,gg °° "'' �., 30°3G-4RPE-DSO0-S80-RG3 7, k� ELIVERED LUMENS: SOOLM/FT<2000LM) 41 °° SYSTEM WATTS: 3.9W/FT(15.6W) EFFICACY: 121LPW 45 CRI: 83+ �" ¢r,✓ " CCT: 3SOOK - LENS POSITION: 3"REGRESSED DASY-ASYMMETRIC OPTIC 3G-4RPE-0500-S80-DASY DELIVERED LUMENS: S0OLM/FT(2000LM) '4 eon SYSTEM WATTS: 3.9W/FT(15.6W) EFFICACY: 132LPW CRI: 83, Nu CCT: 3500K LENS OPTION: ASYMMETRIC i Prepared By:SESCO-Ft Lauderdale www.sescolighting.com 3099 April 18, 2024 5 1 IVI1dex"'°F Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 .lob Name: KEY WEST INTERNATIONAL AIRPORT CONCOURSE A &TERMINAL Type: r� � IMPROVEMENTS HS* gg/ ox � Manufacturer 3G LIGHTING Model Number: 3G-4RPE-L350-S80-35K-UNV-DIM-WT-RG1-EF-S(5) LIGHTING 3.5" RECESSED PERIMETER HOUSING Extruded aluminum housing with narrow 3.5"aperture Individual units and continuous runs available in 1' increments 12"fully illuminated end filler option is field cuttable for odd lengths Trim flange with matte white powder coated finish and minimal 0.400"overlap Trimless model features a satin coat mudding flange for seamless ceiling 24-gauge LED reflector with high reflectance white powder coated finish Standard polyester powder coated matte white finish OPTICS Extruded,satin acrylic lens designed for optimal performance and glare control.Up to 8'continuous Lens position available in flush,1",2",and 3" regressed options High performance asymmetric optics available ELECTRICAL Luminaires are pre-wired with factory installed quick connects and branch circuit wiring Standard 0-10V,constant current drivers with 100-1%dimming range and >0.9 power factor Standard 120/277V universal voltage with several driver options All drivers are integral and easily accessible through luminaire aperture Minimum 4'and maximum 6'length for each integral emergency battery.10W output for 90 minutes LED SYSTEM Proprietary LED system with color consistency<3 SDCM Available in 27K,30K,35K,and 40K Standard 83+CRI.Optional 93+CRI R9 value of 56 for 93+CRI L90 >60,000 hours 5 Year Warranty MOUNTING New construction housing suspended via'/a"threaded rod or suspension cables(by others) Trim fixture designed for use in drywall,wood,and other architectural ceilings Trimless fixture designed for use in drywall, mud-in ceiling applications Flangeless fixture designed for use in wood ceilings Suitable for various grid ceiling applications(see mounting details) Standard mounting available in flush and regressed options up to 3".Consult 3G for modifications Fixture weight:+/-3 Ibs/ft LISTING ETL listed and tested to cUL standards.Suitable for dry and damp locations WARRANTY 5 Year Warranty on LED and drivers Manufacturer 1 Year Warranty for defects in material and workmanship under normal use Ambient temperature at fixture should not exceed 25'C Prepared By:SESCO-Ft Lauderdale I www.sescolighting.com 3100 April 18, 2024 52 1111,11f eX"'rF Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 Job Name: KEY WEST INTERNATIONAL AIRPORT CONCOURSE A &TERMINAL Type: r� � IMPROVEMENTS HS* gg/ ;r Manufacturer 3G LIGHTING Model Number: 3G-4RPE-L350-S80-35K-UNV-DIM-WT-RG1-EF-S(5) LIGHTING 3.5" RECESSED PERIMETER DRAWINGS AND DIMENSIONS � � � rpm=:lar� x rwrNu,�paall- G�q�4•��ldl�ut;:y �� II v1sW;+d'{�F wltP'6'�,ap dl 8 I 3 n9j., p FWP I k{PJf„ a,u�wlID) � J I � j' f NtrY V dX gtrayrpoou Hsl Y,�,. o wr,,I�s) i LENS POSITION FL-FLUSH RG7-1"REGRESSED RG2-2"REGRESSED RG3-3"REGRESSED DASY-ASYMMETRIC OPTIC (ROOM SIDE) / £ a �w, .... w I.F �,.la f x u �� pu i f Prepared By:SESCO-Ft Lauderdale I www.sescolighting.com 3101 April 18, 2024 53 1111,11dW",x�°r� Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 Job Name: KEY WEST INTERNATIONAL AIRPORT CONCOURSE A &TERMINAL Type: r� � IMPROVEMENTS HS* gg/ ;r Manufacturer 3G LIGHTING Model Number: 3G-4RPE-L350-S80-35K-UNV-DIM-WT-RG1-EF-S(5) LIGHTING 3.5" RECESSED PERIMETER HARD CEILING MOUNTING TYPES FLUSH WT-TRIM XTR-TRIMLESS FX-FLANGELESS 3� � 3.50' � 3.50. 1--3.43" 1 1--4.33 1--4.93' 1 f4.10"� RECOMMENDED fg25"� RECOMMENDED 400••� RECOMMENDED CEILING CUT-OUT CEILING CUT-OUT CEILING CUT-OUT 2"REGRESSED WT-TRIM XTR-TRIMLESS FX-FLANGELESS -------------------- t 3.50. TL 1--3.43'� 4.33" 4.93'' 13.93� q_I p••� RECOMMENDED 4.25" RECOMMENDED �4.00' RECO�ViMENDED CEILING CUT-OU- CEILING CUT-OUT CEILING CUT-OUT GRID CEILING MOUNTING TYPES FLUSH 9L-9/16"LAYIN 9TG-9/16"TEGULAR 15L-15/16"LAYIN 15TG-15/16"TEGULAR 9ST-9/16"SLOT TEE TEGULAR 3 50 3.$0" � 3.� � 3 3.43"- �4.4' �.4 3 .. �.4 33- 4.2222' 4.22" .41� 4.41 4.22" 2"REGRESSED 9L-9/16"LAYIN 9TG-9/16"TEGULAR 15L-15/16"LAYIN 15TG-15/16"TEGULAR 9ST-9/16"SLOT TEE TEGULAR 350 � 3.50" � 3.50 � 350 [--3.43"-----I 3.43"-I I-3.43"-I 4.40" 4.40" 4.40'' 1 f 4.40" f 4.40" 1 UMTED Prepared By:SESCO-Ft Lauderdale I www.sescolighting.com 3102 April 18, 2024 54 1111,11dex.°F Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 .lob Name: KEY WEST INTERNATIONAL AIRPORT CONCOURSE A &TERMINAL Type: r� � IMPROVEMENTS HS* gg/ ;r Manufacturer 3G LIGHTING Model Number: 3G-4RPE-L350-S80-35K-UNV-DIM-WT-RG1-EF-S(5) LIGHTING 3.5" RECESSED PERIMETER PATTERNS Specify pattern shape and overall dimensions as shown below Patterns are connected with fully illuminated 12"x12" L-shaped sections ............... I°� Please consult factory for custom patterns and shapes not shown below L-SHAPE U-SHAPE Provide dimensions of AxB Provide dimensions Example:L-6'x8' of AxBxG Example:U-8'x10'x6' P -1 UMTED Prepared By:SESCO-Ft Lauderdale I www.sescolighting.com 3103 April 18, 2024 55 1111,11deX.°h Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 TM = GULF BUILDING PCO #139 N V K(=-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 #139: Lotspeich AA ATO Suite #1 Revisions 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: 139/0 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: 3/31/2025 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: $1,580.70 POTENTIAL CHANGE ORDER TITLE: Lotspeich AA ATO Suite#1 Revisions CHANGE REASON:Client Request POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Lotspeich AA ATO Suite#1 Revisions SCOPE OF WORK: Furnish and install 11 LF of partition type SA3T in ATO Suite#1, Office 150E, in accordance with Architectural Drawing All E revision 3 dated September 20th, 2024. REFERENCE: Lotspeich proposal dated 10.08.2024 Drawings A111 E Rev 1 dated 05.05.2023 and A111 E Rev 3 dated 09.20.2024 ATTACHMENTS: KWIA Lotspeich RCO 009.pdf NV2A/Gulf Keystar JV Page 1 of 2 Printed On:3/31/2025 09:14 AM E 3104 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 TM MGULF BUILDING PCO #139 N V k "" K(=-YST'*'R # Budget Code Description Amount 1 09-.29.10.30.S Gypsum Board I Framing AA ATO Rm 150 Revsisions $1,437.00 Finish.Subcontractor 2 99-.99.99.66.0 Procore OH&P.Other 10%Markup $143.70 Grand Total: $1,580.70 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 sugne y: Signedby: Dorusigned by: c7f3615'r SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 4/25/2025 1 05:49:48 PDT 4/29/2025 1 05:49:16 PDT 3/31/2025 1 08:23:43 PDT NV2A/Gulf Keystar JV Page 2 of 2 Printed On:3/31/2025 09:14 AM ED'3105 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 nsff&on ESTABLISHED 1928 October 8, 2024 Antonio Pinto NV2A I Gulf Building 3491 S Roosevelt Blvd. Key West, FL 33040 Re: KWIA—Existing Terminal AA ATO Revision Lotspeich RCO 162542-009 Dear Mr. Pinto, We submit this proposal for the above referenced subject. Scope and Price of the Work Per sheet A111 E from the AA ATO Revision, add 11 LF of partition type SA3T in Office 150 E. A new hollow metal door frame will be installed in this partition. The price for the work above is $1,437. 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. 4 at� ,,.,M. a Aaron Elston Project Manager LOTSPEICH COMPANY INC 3106 Docusign Envelope ID:3304EBDB-CF8D-4B85-AlDD-BCD306B88265 t51 IiVIHTE WORKSHEET Lcmp%on Ilk�C�`� EST B I_I S EC> 1928, KWIA LOTS#: 009 Existing Terminal AA ATO Revision JOB#: 16-2542 Material QUANTITY UNIT TOTAL New Partition+Door Frame Materials 11 36.619 402.81 TOTAL MATERIAL 406.84 SALES TAX 30.51 TOTAL MATERIAL 437.35 CATEGORY HOURS RATE TOTAL CARPENTER/MECHANIC(NET) 16 42.60 682 LABORER/DRIVER 2 28.40 57 CARPENTER FOREMAN/SUPERINTENDENT 2 56.80 114 PER DIEM($300 PER MAN DAY) 300.00 0 TOTAL LABOR 852 TOTAL MATERIAL 437 SUBTOTAL 1,289 CONTRACTOR'S OHF 129 BOND 18 TOTAL 1,437 3107 S1N3W3AOHdWI-lVNIAHE]i 13 V 3sunoON0O s K W o o�ti� laOcJHIV-lVNOIiVNb31NI1S3MA3N Quo o� W ObOEE_jd'3SaM A,3A'P^Ie llanasooa S L6bEMW o NOliVIAd dO lN3WlaHd34 AINnOO 3OUNOW w w a � e ------ e y K n o Y G 3 W W 1 2 — _— n e Q lo e a � eE, o - © OO �I e. a °` m aLEA << e a , , ° s m - C� � n S1N3W3AOHdINI WNIAHEU1 S V 3sunoON0O e o x W o o�ti� iHOcJHI �bN011bNb31NIlS3M 13Ji o w ObOEE-jd'3saM A8 n o �'P 19 ylanaso0»S l6bE ¢_� � Q Qu NOUVIAH dO 1NERNIHVd34 AINnoo 3OUNOW irvana w o ga w - a o ------ ------------ s O � 5 !n 1' e r ryyy M1, W G y$ W a py en f J Q aO 00 _ a e w� 0 �n CD H 9 m x e ID >� a a 0 I---------� Iml t �u ® —uuuuuuuuuum .�� ,I''^ IP1 h,IC", Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 K GULF BUILDING PCO #144 V r==NKGYST*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 #144: FKE - RR's #398, 408, 421, 461 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: 144/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: 4/22/2025 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: $9,325.76 POTENTIAL CHANGE ORDER TITLE: FKE-RFI's#398,408,421,461 CHANGE REASON:A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) FKE-RFI's#398,408,421,461 This change order addresses the additional scopes,and their associated costs as outlined in the response to RFI's#398,408,421,and 461 for the KWIA project(20-2039-01).RFI's,detailed cost breakdown,and additional backups are attached. ATTACHMENTS: KWIA RFI 398 Response,pdf, _KWIA RFI 421 Response,pdf _KWIA RFI 461 Response,pdf, _KWIA RFI 408 Response,pdf # Budget Code Description Amount 1 26-.00.10.10.S Electrical.Subcontractor RFI's#398,408,421,461 $8,477.96 2 99-.99.99.66.0 Procore OH&ROther Prime Contract Markup $847.80 Grand Total: $9,325.76 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 Mgned byrSigned by: [A4.0-;- LHocuSigned hy: aw s (t� N d7i12 � SRT_. BF�5F52F4UF4DX CAQFCF2FF 81994F2.. SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 4/24/2025 1 05:24:04 PDT 4/29/2025 1 06:30:57 PDT 4/22/2025 1 17:20:11 PDT NV2A/Gulf Keystar JV Page 1 of 1 Printed On:4/22/2025 06:22 PM ED'31 10 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 RFI 398 Materials Added $ 341.42 Credit Tota 1 $ 341.42 Tax (7.5%) $ 25.61 Quotes Added Credit Tota 1 $ - Tax (7.5%) $ - Labor Added $ 1,518.04 Credit Total $ 1,518.04 Sub Total $ 1,885.07 10%Markup $ 188.51 Total $ 2,073.57 Bond $ 72.58 Grand Total $ 2,146.15 3111 Docuslgn Envelope ID:3304EBIDIB-CF04885-Al DD-BCD306B88265 Bid Summary Sheet: KWIA- RFI #398 30 Jeri 2025 2:27PM LABOR ADJUST ESTIMATED HOURS ELECTRICAL MACHINE L'0 W Labor Class 4 Labor Class-5 Labor Class 6 Labor Class 7 ILa 7orr C ass 8 La)or Class 9 [,abor CllaS, idil 16�4 J!0— REGULAR 17.74 -- OVERTIME -- SHIFT-2 SHIFT-3 DOUBLE TIME -- ESTIMATED HOURS: 17.74 LOSS LBR ADD: -- CALCULATED HRS REGULAR -- OVERTIME 17.74 SHIFT-2 -- SHIFr-3 DOUBLE TIME -- TOTAL ADJ LABOR: 1 17.741 1 1 77-1 ITOTAL ADJUSTED LABOR HOURS 17.74 DIRECT LABOR Labor Class Job Description Labor Type Crew Rate Man Hours Extension ELECTRICAL FOREMEN (WORKING) REGULAR 1 $125.00 0,00 $0,14 FOREMEN (WORKING) OVERTIME 1 $185,00 8.87 $1,640.92 JOURNEYMEN REGULAR 1 $125,00 000 $0A4 IOURNEYMEN OVERTIME 1 $185,00. 8.87 $1,6,40.92 "ERAGIE DIRECT LABOR RATE: $ [TOTAL DIRECT LABOR: $3,282,11 INDIRECT LABOR Labor Description I Hours I Rate l Ext ITOTAL INDIRECT LABOR: $0.00 DIRECT ILABGR TOTAL: 3,282.11 INDIRECT LABOR TOTAL: 0.00 LABOR ESCALATION: 0.00 LABOR$ADJUSTMENT: 0.00 LABOR TAX: 0-00 ILABOR TOTAL: $3,282,11 MATERIAL: 2,823a60 MATERIAL ESCALATION: 0.00 MATERIAL ADJUSTMENT: 0.00 MATERIAL TAX: 211.77 PATIERIAL TOTAL: $3,035,37 QUOTES Component Ivendor I Amount Lk,"YJlrk: k-lc, l"fic Phovw. V, Web. wvvvr,,F Kc�y,-, eclr,ic,ci,,,)m y 11 1 3 F"a g e 2 o If 4� 3112 Docus'gn Envelope I D:3304EBIDIB-CF8D-4B85-Al DD-BCD306B88265 Bid Summary Sheet: KWIA- RF1 #398 30 lari 2025 2:27PM QUOTED MATERIAL; 0.00 ADJUSTMENT: 0.00 QUOTE TAX: 0.00 QUOTED MATERIAL TOTAL: $0.00 SUBCONTRACTS Component Ivendor Amount SUBCONTRACTS: 0.00 ADJUSTMENT: 0.00 SUBCONTRACT TAX: 0.00 SUBCONTRACTS TOTAL: $0.00 EQ,UIIPIMENT Component Vendor Amount EQUIPMENT: 0.00 ADJUSTMENT: 0.00 EQUIPMENT TAX: 0.010 EQUIPMENT TOTAL. $0.00 DIRECT JOB COSTS Description Dollars EQUIPMENT DEPRECIATION 32.87 TOOLS EXPENDABLE 32,82 DIRECT JOB COSTS: 65-64 ADIUSTMENT: 0.00 TOTAL DIRECT JOB COSTS: $65.64 JOB COST w/N(3 OVERHEAD: $6,383.12 OVERHEAD MATERIAL OVERHEAD:(5% markup) 151.77 QUOTES OVERHEAD:(5% markup) 0.00 LABOR OVERHEAD:(51%, markup) 164.11 SUBCONTRACTS OVERHEAD,(5% markup) 0,00 EQUIPMENT OVERHEAD,:(5% markup) 0.00 ODIC OVIERIHEAD:(5%markup) 3.28 TOTAL OVERHEAD: $319.16 JOB COST w/OVERHIEAD: $6,702.27 11 V(ey,,, Uf,,,,(Anc K,ey vve t, I I Wellb. Conf'l"obv,i-11,o pagf, 3 of 4� 3113 Docus'gn Envelope I D:3304EBIDIB-CF8D-4B85-Al DD-BCD306B88265 Bid Summary Sheet: KWIA- RFI #398 30 lan 2025 2:27PM PROFIT MATERIAL PROFIT:(50/o markup) 159.36 QUOTES PROHT:(5%markup) 0.00 LABOR PROFIT:(5%markup) 172,31 SUBCONTRACTS PROFIT:(5% markup) 0 00 EQUIPMENT PROFIT:(50/o markup) 0.00 ODIC PROFIT:(50/o markup) 3.45 ITOTAL PROFIT: MISCELLANEOUS JOB TAX: 0.00 BOND,: 255.24 IMISCEILLANEOUS TOTAL: $255.24 LUMP SUM LUMP SUM 1: 0.00 LUMP SUM 2: 0.00 LUMP SUM 3: 0.00 LUMP,SUM 4'. 0.00 LUMP SUM TOTAL: $0.00 BID TOTAL: $7, 11 V(ey,,, Ulf,',,( nc V,ey vve t' I I ""'3"(1-K) Wellb. pagf,"', f "':II 3114 Rt � & 0 N 0 0 C) OOON %D CID LIM 4_4 m 0 0 0 0 0 0 0 G� co Q Wo 0 0 0 0 C)� 00 0 0 0 0 %D Ch 0 0 IV) &) M U) �D 0) V) V) P) M PV 0 Irl N 0� 0 0 Q N 714 C5 IN N co co 00 as Irr 0use UP rt 0' Co I'D LnI dP fA 09 0 A 0 0 0 4 4) 1A N % Lf) M qj LIM IN tit U -n 0 0 0 It r� 0 ) -4 M r, 0 rMW 0 a ON r. 0 �4 CID M IN � 0 0 W, w 1`14 ILA I N 00 IN 0) I N IN 2 q R (7 q 1-i 1w Cob li "k ry U q -1 m 0 rl 0 0 0 0 0 0 0 0 0 rN 0 0 0 U) r4 m CL u 0 z 0 u z 0 0 0 (7u J94y1 (T13 ce 0 UJ w < tn (A W uj w 0 u w 0 uj -1 z y y ce u U) I, U) = a. ua uj U < z 0 F- Ln z z u a' Ln ce u U ce w OD co Im CL W 0 W on x Z) u Z) U x �7. Iaaa �u 'LL bi 0 z z z CIO -Z w W :) uj v u ui -114 �e CN Ad u U 00 0 la CL (A u u 00 x rn LO co 00 x roc -1 ro x zt 00 U- u on 00 LU 0) < < < < < < < < w w w w w uj w I w li w uj w Lij iw r7' 0 0 0 O ol 0 0 0 0 0 0 0 0 0 0 0 CD 0 0 0 0 0 1-4 N r,4 In 4 �r 0 0 1-4 ; N N It IN It 0 0 1-1 IN N 7t NI �o 1 N(141 N r-1 '4 < Ln x I — t . cy CID u z L > 0 > 0 M O 9 m m m J) 0 IN N (1) r-1 N N w o �4 0), Ln *k IN m �T IN Lr) rn 0 0 (N N rn In 0 0 H 1H 0 1� 0 0 0 0 0 0 0 �4 0 0 0 0 to, �D Hi m I'l rl M It rN m M m 0 IM m ko to 3115 0 r, 1.4 p Ln N 00 pig ca a c s ca a q A -4 Ln N a' N fpd�' N {J +r•Y rJ'.... C? CJ 4'�N ko ca m sti N Go € 4i � M rN CL ko LU 1,,u ce (1) u cue o u 0 -ju <: uj � w u� -j u' c� M U c X Z t" tr b— r v LG1 Ln (o i U7 V) zry } l 00, C7 i�/l ca ea C�, co 14 b co x N Ln 'co M 00 U. U. n m re) r) a` on LU 0 w w w w w C c� s cro cr CD o o o o ca U CY y (Acv r'7 3116 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 N r tUL.r 8UILDING NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and `YT° 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 #398: Gate 1 Ticket Podium Electrical & Data (Delta) Status Open To Christopher Kopec(McFarland Johnson, Inc.) From Ryan Donnelly(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 Oct 1,2024 Due Date Oct 8,2024 Location Project Stage Cost Impact Schedule Impact Spec Section Cost Code Drawing Number 1401, EP121A, EY121A Reference Linked Drawings Received From Copies To Tim Bergeron(NV2A/Gulf Keystar JV), Kirk Boothroyd(McFarland Johnson, Inc.), Kellen Donnelly(NV2A/Gulf Keystar JV), Ryan Donnelly (NV2A/Gulf Keystar JV),Gregg Gaston(NV2A/Gulf Keystar JV),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 Activity Question Question from Ryan Donnelly NV2A/Gulf Keystar JV on Tuesday, Oct 1, 2024 at 10:14 AM EDT Note 4.810 on Detail 6 of Sheet 1401,dated 2/16/24,indicates that a Delta Ticket Reader Podium,provided by airline, is to be installed at Gate 1.Sheet EP121A, Rev 2,and Sheet EY121A,dated 5/5/23,do not show any power or data running to this podium location.Please advise if any electrical or data is to be run to the Delta podium at Gate 1. ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, Official Response Response from Anthony Tsui McFarland Johnson,Inc.on Friday, Nov 15, 2024 at 06:21 PM EST Please find revised electrical drawings with power and data provisions for the Delta badge scanner pedestal. Attachments RFI-398 Electrical.pdf ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, Official Response Response from Ryan Donnelly NV2A/Gulf Keystar JV on Thursday, Oct 3, 2024 at 03:37 PM EDT The response to RFI 398 did not provide all of the information we need.The RFI response states'The podium will need both data and power."We will need a revised Sheet EP121A to indicate where the power will be fed from.The ball in court has been reset to the electrical engineers so they can review and respond to this RFI. NV2A/Gulf Keystar JV Page 1 of 2 Printed On: Nov 17,2024 11:21 AM E— 3117 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 RFI#398-Gate 1 Ticket Podium Electrical&Data(Delta) Project:20-2039-01 KWIA Concourse A and Terminal Improvements Program ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, Official Response Response from Judy Telford Mead&Hunt on Thursday, Oct 3, 2024 at 09:36 AM EDT The podium will need both date and power. Attachments RFI#398-MH Response,pdf NV2A/Gulf Keystar JV Page 2 of 2 Printed On: Nov 17,2024 11:21 AM E"T 3118 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 RFI 408 Materials Added $ 341.42 Credit Tota 1 $ 341.42 Tax (7.5%) $ 25.61 Quotes Added Credit Tota 1 $ - Tax (7.5%) $ - Labor Added $ 1,518.04 Credit Total $ 1,518.04 Sub Total $ 1,885.07 10%Markup $ 188.51 Total $ 2,073.57 Bond $ 72.58 Grand Total $ 2,146.15 3119 Docuslgn Envelope I D:3304EBIDIB-CF04885-Al DD-BCD306B88265 Bid Summary Sheet: KWIA-RFI--#408 3 Feb 2025 1:33PM LABOR ADJUST ESTIMATED HOURS ELECTRICAL MACHINE L'0 W Labor Class 4 Labor Class-5 Labor Class 6 Labor Class 7 ILa Aorr C ass 8 La)or Class 9 [,abor CllaS, idil 16�4 J!0— REGULAR 8.03 -- OVERTIME -- SHIFT-2 SHIFT-3 DOUBLE TIME -- ESTIMATED HOURS: 8.03 LOSS LBR ADD: -- CALCULATED HRS REGULAR -- OVERTIME 8.03 SHIFT-2 -- SHIFT-3 DOUBLE TIME -- TOTAL ADJ LABOR: 8.031 1 1 77-1 ITOTAL ADJUSTED LABOR HOURS' DIRECT LABOR Labor Class Job Description Labor Type Crew Rate Man Hours Extension ELECTRICAL FOREMEN (WORKING) REGULAR 1 $125.00 0,00 -$0,02 FOREMEN (WORKING) OVERTIME 1 $185,00 4.02 $742.76 JOURNEYMEN REGULAR 1 $125,00 0.00 -$0.02 JOURNEYMEN OVERTIME 1 $185,00. 4.02 $742.76 "ERAGIE DIRECT LABOR RATE: $ [TOTAL DIRECT LABOR: $1,485,47 INDIRECT LABOR Labor Description I Hours I Rate l Ext ITOTAL INDIRECT LABOR: $0.00 DIRECT ILABGR TOTAL: 1,485.47 INDIRECT LABOR TOTAL: 0.00 LABOR ESCALATION: 0.00 LABOR$ADJUSTMENT: 0.00 LABOR TAX: 0-00 ILABOR TOTAL: $1,485,47 MATERIAL: 341 a42 MATERIAL ESCALATION: 0.00 MATERIAL ADJUSTMENT: 0.00 MATERIAL TAX: 25.61 PATIERIAL TOTAL: $367.03 QUOTES Component Ivendor I Amount Lk,"YJlrk: k-lc, l"fic Phovw. V, Web. wvvv<r F,, Key,, eclr,ic,ci,,,)m y 11 1 3 F"a g e 2 o If 4� 3120 Docus'gn Envelope I D:3304EBIDIB-CF8D-4B85-Al DD-BCD306B88265 Bid Summary Sheet: KWIA-RFI--#408 3 Feb 2025 1:33PM QUOTED MATERIAL; 0.00 ADJUSTMENT: 0.00 QUOTE TAX: 0.00 QUOTED MATERIAL TOTAL: $0.00 SUBCONTRACTS Component Ivendor Amount SUBCONTRACTS: 0.00 ADJUSTMENT: 0.00 SUBCONTRACT TAX: 0.00 SUBCONTRACTS TOTAL: $0.00 EQ,UIIPIMENT Component Vendor Amount EQUIPMENT: 0.00 ADJUSTMENT: 0.00 EQUIPMENT TAX: 0.010 EQUIPMENT TOTAL. $0.00 DIRECT JOB COSTS Description Dollars TEMP LIGHT(SQ FT) 30,00 PERMIT FEE 030, DIRECT JOB COSTS: 32-57 ADIUSTMENT: 0.00 TOTAL DIRECT JOB COSTS: $32.57 ,JOB COST w/N(3 OVERHEAD: $1,8,85.07 OVERHEAD MATERIAL OVERHEAD:(5% markup) 18.35 QUOTES OVERHEAD:(5% markup) 0.00 LABOR OVERHEAD:(51%, markup) 74.27 SUBCONTRACTS OVERHEAD,(5% markup) 0,00 EQUIPMENT OVERHEAD,:(5% markup) 0.00 DIC OVIERIHEAD:(5%markup) 1.63 TOTAL OVERHEAD: $94.25 JOB COST w/OVERHIEAD: $1,979.33 11 V(ey,,, Uf,,,,(Anc K,ey vve,�,�'t, I I Wellb. Conf'l"obv,i-11,o pagf', 3 of 4� 3121 Docus'gn Envelope I D:3304EBIDIB-CF8D-4B85-Al DD-BCD306B88265 Bid Summary Sheet: KWIA-RFI--#408 3 Feb 2025 1:33PM PROFIT MATERIAL PROFIT:(50/o markup) 19.27 QUOTES PROHT:(5%markup) 0.00 LABOR PROFIT:(5%markup) 77,99 SUBCONTRACTS PROFIT:(5% markup) 0 00 EQUIPMENT PROFIT:(50/o markup) 0.00 DIC PROFIT:(50/o markup) 1.71 ITOTAL PROFIT: MISCELLANEOUS JOB TAX: 0.00 BOND,: 75.38 IMISCEILLANEOUS TOTAL: $75.38 LUMP SUM LUMP SUM 1: 0.00 LUMP SUM 2: 0.00 LUMP SUM 3: 0.00 LUMP,SUM 4'. 0.00 LUMP SUM TOTAL: $0.00 BID TOTAL: $2, 11 V(cy,, Ulf,',,( nc V,ey vve'�'�t' I I ""'3"(1-K) Welly: pagf,"', f "':II 3122 0 0 0 Q M 0 ko (N 0 0 a' ON 0 0 0 0 0 0 to a% N M m o o c3 o o Ln o rq q q o 0 0 0 0 0 0 0 C 0 0 0 00 wIr M 0 VID 11 0 M 0 0 V) a C� 0 0 m isao 0 m M 0 0 0 0 0 0 M CD 0 0 0 q w m 0 0 0 Ce ci Ci C; pJ a co r� m 0 00 N (4 N Oq! r- L! G (Tu ry r't 'M! rtr r r a r a rw CPti qt qt fA 0 m 0 M 0 D a V fl) M M C a OD fl) 0 0 0 % 9 0 11, -n 0 r) NJ rr, 0 In �Ln 00 -4 M ml M ',T 0 C)� 0) 0 e4 �Ni 00 M 0 LO a 0 r" 0 0 m LO N ol CD M 0 co kO N U) a 0 It 0 0) 00 00 U), rl dr r- N 0 C) Ica M co � m �A q 0Q CP li r- Ir q " 1: C) R li Iq q *i Ll� q IQ 1t Li Li m 0 It 0, 0 0 O 0 0 0 0 0 (14 0 I'll 0 0 0 0 CL Ln li m U) F41 - ce X uj CD 0 00 7 3: 0 te (7a J94y1 ce 0 r� w z Z r13 0. 0 Q CIL u CY z CL o uj z D w x w 0 0 z < ce u U U u �2 CL fLl col w . r, Ln W C, ee x z z I U3 W 0 0 LU 0 6 u u UZ), LU 2 Ln ILU ce -"d z b Z z z T 0 Z � x & = F < z u LU US z z W < CL �u U" z W X = (n Lo LU D N W z Lu 0' CY (o rz w z II CN W 0 UY-) 00 0 'u w 0 u F- M U) 00 j 8 Ca L) LU 9 co LU LO tZ 00 - 0 'q 6 Ln 0 uj U ;14 Lu W x N 0 4t, If. it 00 U- u on LU co < < < < < < < < < Redd ui iw ui LU UJ Ul ui uj uj uj <lui uj <ui uj LU w 0 Cr 0 0 0 0 0 �O 0 0 C) C) 0 0 0 C) 0 0 0 0 0 1-4 LU 0 N N N N N N N 0 wt m 0 m It N N N N NOD N Ln CY L9 > > M U) 0 Lu Q v 0 U) 0 rq rq 't Ln 0 0 V� Ln ko 0 �O 14 1� U" 0 E 0 0 a 0 0 0 0 0 0 0 a 0 0 0� 0 0 0 1-4 0 rl Ul on M M 0 C r� aru P, rl m 0 0 ko 0 m iy 00 0 ko 3123 rn > Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 N r rUL.r 8 U I L 0ING NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and `Y 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 RFI #408: Electrical Clarifications for Lightplane Back-lit Glass Wall Panel Status Open To Blair Dury(McFarland Johnson,Inc.) From Ryan Donnelly(NV2A/Gulf Keystar JV) Charles Howe(McFarland Johnson,Inc.) 9100 South Dadeland Blvd,Suite 600 Chris Perry(McFarland Johnson,Inc.) Miami, Florida 33156 Christopher Kopec(McFarland Johnson, Inc.) Don Koppy(Mead&Hunt) Judy Telford(Mead&Hunt) Tang Fang(Mead&Hunt) Tonya Wood(Mead&Hunt) Anthony Tsui(McFarland Johnson,Inc.) Date Initiated Oct 16,2024 Due Date Oct 23,2024 Location Project Stage Cost Impact Schedule Impact Spec Section Cost Code Drawing Number A402,A403, EP121B, EP121C Reference Linked Drawings Received From Copies To Tim Bergeron(NV2A/Gulf Keystar JV), Kirk Boothroyd(McFarland Johnson,Inc.), Kellen Donnelly(NV2A/Gulf Keystar JV), Ryan Donnelly (NV2A/Gulf Keystar JV),Gregg Gaston(NV2A/Gulf Keystar JV),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, Finishes Activity Question Question from Ryan Donnelly NV2A/Gulf Keystar JV on Wednesday, Oct 16, 2024 at 01:55 PM EDT Detail 7 on Sheet A402, dated 5/5/23, shows the GL-1 glass panel to be installed 15" off the finish floor at the entrance to Restrooms Men's 312, Women's 314, Men's 332 and Women's 334. The Finish Material Schedule on Sheet 1601, dated 2/16/24, indicates that GL-1 is a Lightplane Back-lit Glass Wall Panel. Electrical drawings do not indicate any power requirements at these locations for this glass panel. The electrical drawings EP121 B and EP121 C show a receptacle on the same location of the glass panel that will be in conflict per detail 7 on drawing A402. Sheet E000 indicates that receptacles are to be installed at 18" to center. Please advise if the receptacle can be lowered below the glass panel or relocated to the south side of the wall. Also, please advise on power requirements for this glass panel or if it can be fed from the same circuit as for the receptacle. NV2A/Gulf Keystar JV Page 1 of 2 Printed On:Oct 24,2024 04:57 PM E" 3124 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 RFI#408-Electrical Clarifications for Lightplane Back-lit Glass Wall Project:20-2039-01 KWIA Concourse A and Terminal Improvements Panel Program ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, Official Response Response from Anthony Tsui McFarland Johnson,Inc.on Wednesday, Oct 23, 2024 at 04:37 PM EDT Please find attached updated drawings EP121 B and EP121 C that shifts the receptacle to the other side of the wall to avoid the conflict. Please refer to updated EL-series drawings from M&H for the proposed circuit,remote power supply location,and control intent. Attachments RFI 408-EP Drawings.pdf NV2A/Gulf Keystar JV Page 2 of 2 Printed On:Oct 24,2024 04:57 PM E" 3125 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 RFI 421 Materials Added $ 109.24 Credit Tota 1 $ 109.24 Tax (7.5%) $ 8.19 Quotes Added Credit Tota 1 $ - Tax (7.5%) $ - Labor Added $ 2,014.03 Credit Total $ 2,014.03 Sub Total $ 2,131.46 10%Markup $ 213.15 Total $ 2,344.61 Bond $ 82.06 Grand Total $ 2,426.67 3126 Docuslgn Envelope I D:3304EBIDIB-CF04885-Al DD-BCD306B88265 Bid Summary Sheet: RFI 4421 4 Feb 2025 10:47AM LABOR ADJUST ESTIMATED HOURS ELECTRICAL MACHINE L'0 W Labor Class 4 Labor Class-5 Labor Class 6 Labor Class 7 ILa Aorr C ass 8 La)or Class 9 [,abor CllaS, idil 16�4 J!0— REGULAR 10.50 -- OVERTIME -- SHIFT-2 SHIFT-3 DOUBLE TIME -- ESTIMATED HOURS: 10.50 LOSS LBR ADD: -- CALCULATED HRS REGULAR -- OVERTIME 10-50 SHIFT-2 -- SHIFT-3 DOUBLE TIME -- TOTAL ADJ LABOR: 10-501 1 1 77-1 ITOTAL ADJUSTED LABOR HOURS' 10.54 DIRECT LABOR Labor Class Job Description Labor Type Crew Rate Man Hours Extension ELECTRICAL FOREMEN (WORKING) REGULAR 1 $125.00 0,00 $0,07 FOREMEN (WORKING) OVERTIME 1 $185,00 5.25 $971.23 JOURNEYMEN REGULAR 1 $125,00 0.00 $0.07 IOURNEYMEN OVERTIME 1 $185,00. 5.25 $971.23 "ERAGIE DIRECT LABOR RATE: $ [TOTAL DIRECT LABOR: $1,942,61 INDIRECT LABOR Labor Description I Hours I Rate l Ext ITOTAL INDIRECT LABOR: $0.00 DIRECT ILABCR TOTAL: 1,942.61 INDIRECT LABOR TOTAL: 0.00 LABOR ESCALATION: 0.00 LABOR$ADJUSTMENT: 0.00 LABOR TAX: 0.00 ILABOR TOTAL: $1,942,61 MATERIAL: 101a62 MATERIAL ESCALATION: 0.00 MATERIAL ADJUSTMENT: 0.00 MATERIAL TAX: 7.62 PATIERIAL TOTAL: $109.24 QUOTES Component Ivendor I Amount Lk,"YJlrk: k-lc, l"fic Phovw. V, Web. wvvv<r F,, Key,, eclr,ic,ci,,,)m y 11 1 3 F"a g e 2 o If 4� 3127 Docus'gn Envelope ID:3304EBIDIB-CF8D-4B85-Al DD-BCD306B88265 Bid Summary Sheet: RFI 4421 4 Feb 2025 10:47AM QUOTED MATERIAL; 0.00 ADJUSTMENT: 0.00 QUOTE TAX: 0.00 QUOTED MATERIAL TOTAL: $0.00 SUBCONTRACTS Component Ivendor Amount SUBCONTRACTS: 0.00 ADJUSTMENT: 0.00 SUBCONTRACT TAX: 0.00 SUBCONTRACTS TOTAL: $0.00 EQ,UIIPIMENT Component Vendor Amount EQUIPMENT: 0.00 ADJUSTMENT: 0.00 EQUIPMENT TAX: 0.010 EQUIPMENT TOTAL. $0.00 DIRECT JOB COSTS Description Dollars EQUIPMENT DEPRECIATION 19.43 TOOLS EXPENDABLE 19,43 TEMP LIGHT (SQ M 30-00 PERMIT FEE 0.30 DIRECT JOB COSTS: 71.42 ADJUSTMENT: 0.00 TOTAL DIRECT JOB COSTS: $71.42 JOB COST /NO OVERHEAD, $2,123.28 OVERHEAD MATERIAL OVERHEAD.(5% markup) 5.46 QUOTES OVERHEAD:(5% markup) 0.00 LABOR OVEIRHEAD:(5%imarkup) 97.13 SUBCONTRACTS OVERHEAD:(5% markup) 0.00 EQUIPMENT OVERHEAD:(5% markup) 0.00 DIC OVERHEAD:(5%markup) 3.57 TOTAL OVERHEAD: $106A6 JOB COST w/OVERHEAD: $2,229.44 p(ey,,, Uf,,,,(Anc K,ey vve,�,�'t, I I Wellb. 3128 Docus'gn Envelope I D:3304EBIDIB-CF8D-4B85-Al DD-BCD306B88265 Bid Summary Sheet: RFI 4421 4 Feb 2025 10:47AM PROFIT MATERIAL PROFIT:(50/o markup) 5.74 QUOTES PROHT:(5%markup) 0.00 LABOR PROFIT:(5%markup) 101,99 SUBCONTRACTS PROFIT:(5% markup) 0 00 EQUIPMENT PROFIT:(50/o markup) 0.00 DIC PROFIT:(50/o markup) 3.75 ITOTAL PROFIT: MISCELLANEOUS JOB TAX: 0.00 BOND,: 84.90 IMISCEILLANEOUS TOTAL: $84.90 LUMP SUM LUMP SUM 1: 0.00 LUMP SUM 2: 0.00 LUMP SUM 3: 0.00 LUMP,SUM 4'. 0.00 LUMP SUM TOTAL: $0.00 BID TOTAL: $2, 11 V(cy,, Ulf,',,( nc V,ey vve'�'�t' I I ""'3"(1-K) Welly: pagf,"', f "':II 3129 o Ln o o op q �o oomkolItNoo o 0, 0 0 cc 'g "r m rn� 0 0 0 m 0 0 0 C' 0 0 0 m m ol 0 0 0 00 0 N rq 0 00 0 0 0 0 0 Ln 0 Ln a 00 IN ID o 0 Zo N IS IS 0� 0 0 o 00 LO m m o N r'l o 0 o 0 In CD 0 0 0 0 M, m of 0 0 0 0 C3 o 6 o o a 0 0 o 0 o 0, 0 6 6 6 0 00 fn U) 000lu) o �nNm 0 1 P) fl) U) to �n fA 09 C) 0 o -4 6 6 6 6 6 6 6 14 6 6 6 6 r'i 6 � 6 6 C" % lZ -n 0 rn �o �q IN 00 a N rl 00 0 IN 1.4 �o 0 fn Lr) tD 'H IN co ml Itil CID M 0 m �o ice. N J) 0 0 0 0 0 r� m IM m 0 M 0) N IN U) o tn o 0 I 0 IN ri m U) C) 0 0 IV) co Ln N rn r14 cli rl) C w In LO Iq q 11: q G� ri 19 I q <? q m 0 u co (7u J9 x u uj 0 SO 0 0 CL uj LLJ Ili In, <j ce z cc 0 u u U- co Ln Co U) lul ce Ica U) z z z a"', C, " O� 0 LU w ai 0 0 02 cc 0 z ce z LU z W p 5 U) U, ui ui CL u IQ (Y LD 0lc uj qe a Lu c a-1 c z u < " u U) 7ce4 . d'fti l) u (n 0 w = U- iu V) 0 a a ISE CL C4 w CN V) CL 0 u W t Z CL U) 00 Q 00 F- OD ;D 0. CA„ a� ;o CL I :3 1' IN rw rat ca LU uj (D LO 0 (n 0 a 00 0 Ln �4 0 LD x th Ln x m r4 N ui 00 N 4 N U- u on LU lzr < < < < < < < < < < < < < < < < 0 w w w w w w w uj ui uj LU I ui Ji ui Ili iw I U4 li uj uj m M, 0 o 0 0 0 0 0 0 C) C) 0 0 0 C) 0 0 0 (D o 0 o 0 CD, 0 o 0 C) 0 C) o o o o o o o o a C) o a o C) o o �o CL Ln LU CY u 0 U- > c o iLn Ln c N D tn N -1 oo In m uj 1`14 0) �n LA 0 714 IM I,, 0 IN 0 " 0 0 - Ln C)6 m : t:� ol Co 0 0 .1 " .I 0 0 a 0 0 0 o o o 0 0 to, 0 T V Iwr Ln cD co J) m 0 M w w 0 tl cr W) Ln `D 0 as C> IM 0 Z 3130 0 4)> CL rn ol� " cr a 0 cc m 0 LI) X 0 6 t 0 Ln m N � 1.4 0 0 0 1p 0 a no OD a, 00 M 0 ko I U) N a N � d 0 0 C) 11 0 tr., 0 0 CIO vo Q 0 0 0 0 o 2 W 0 o Ln iLn o r r" ID 'H ;z , 00 0 0 OMOOLON "t 304' om COON E In ko w U) r, r, 0 CO In U) tiSa Ch 00 r4 N :3cp '1 '7u at P. 3 R Iq U7 P, r. IX7 CA "I qq 'm &La a N 0 0 11, Ln N o m N N V m Ln o r, rq � M m IN It 11 0 0 0 0 0 0 0 li0 0 0 0 0 O O m 0 ca 0 0 eq r14 C,'7 u u uj 0 z tu n -j yj z CL CL z z 0� Z () 0 to U u U P 1.- 0 0 LU U, 0 0 z 8 8 z U U 0 1 u Z Z u U) 3 T U) U, 9 -'- Z Z E LL CD LL (A Z Lo z Lu tA (o UJI F- V LUh W Lu 0 7 5' ce CN w uj w LD w a. 00 uj w uj w w U) > 00 i Ll u) L) LO 0 00 x x 00 dm f-) CY C, on LU m Nl < < [z t: < < < uj uj uj Ji I w w iw Ji uj<- D 0 0 0 0 0 0 J b 0 0 0 0 0 0 C) 0 0 0 0 0 o o Q 0 o 0 a time 0 0 0 0 0 0 LL- (�i rl� N 04 C� ul U) 11, 0 �D :Is -I rn ".ii CL �j CY LU u > 0L cChi Cam]. CID U, T u) o'q- rl 00 a kD 1�r co Cfl !J1 m u) N in E 0 o 0 0 V) E 0 Q g Y 11 m m 0 = 3131 0 06 Ll- Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 N r tUL.r 8UILDING NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and ` 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 RFI #421 : Adult Changing Station Power Status Closed on 11/19/24 To Blair Dury(McFarland Johnson,Inc.) From Kellen Donnelly(NV2A/Gulf Keystar JV) Charles Howe(McFarland Johnson,Inc.) Chris Perry(McFarland Johnson,Inc.) Christopher Kopec(McFarland Johnson, Inc.) Anthony Tsui(McFarland Johnson,Inc.) Date Initiated Nov 5,2024 Due Date Nov 12,2024 Location Project Stage Cost Impact Schedule Impact Spec Section Cost Code Drawing Number EP121 B Reference Linked Drawings Received From Copies To Tim Bergeron(NV2A/Gulf Keystar JV), Kirk Boothroyd(McFarland Johnson, Inc.), Kellen Donnelly(NV2A/Gulf Keystar JV), Ryan Donnelly (NV2A/Gulf Keystar JV),Gregg Gaston(NV2A/Gulf Keystar JV),Gustavo Lazaro(NV2A/Gulf Keystar JV), Michael Lobo(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 Activity Question Question from Kellen Donnelly NV2A/Gulf Keystar JV on Tuesday, Nov 5, 2024 at 04:52 PM EST Please see the attached Adult Changing Station product data from AAN Toilet Accessories submittal 10 2800-1-0. Per the installation instructions,the Adult Changing Station in Family Room 329 requires an electrical supply. However,detail 1 on sheet EP121 B,dated 10/23/24,does not indicate any power supply to the ACS. Please provide a revised electrical sheet indicating where the ACS will be powered from. Attachments KWIA RFI 421 Attachment,pdf ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, Official Response Response from Anthony Tsui McFarland Johnson,Inc.on Monday, Nov 18, 2024 at 05:52 PM EST Please find revised electrical sheets that incorporates power for the adult changing station in 329. In addition,please note that two receptacle location revisions have been incorporated in these drawing revisions. Attachments RFI-421 Adult Changing Station,pdf NV2A/Gulf Keystar JV Page 1 of 1 Printed On: Nov 19,2024 07:24 AM E"T 3132 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 RFI 461 Materials Added $ 23.36 Credit Total $ 23.36 Tax (7.5%) $ 1.75 Quotes Added $ 721.94 Credit Total $ 721.94 Tax (7.5%) $ 54.15 Labor Added $ 743.81 Credit Total $ 743.81 Sub Total $ 1,545.01 10%Markup $ 154.50 Total $ 1,699.51 Bond $ 59.48 Grand Total $ 1,758.99 3133 Docuslgn Envelope I D:3304EBIDIB-CF04885-Al DD-BCD306B88265 Bid Summary Sheet: KWIA- RFI #461 3 Feb 2025 1:52PM LABOR ADJUST ESTIMATED HOURS ELECTRICAL MACHINE L'0 W Labor Class 4 Labor Class-5 Labor Class 6 Labor Class 7 ILa Aorr C ass 8 La)or Class 9 [,abor CllaS, idil 16�4 J!0— REGULAR 4.02 -- OVERTIME -- SHIFT-2 SHIFT-3 DOUBLE TIME -- ESTIMATED HOURS: 4.02 LOSS LBR ADD: -- CALCULATED HRS REGULAR -- OVERTIME 4.02 SHIFT-2 -- SHIFT-3 DOUBLE TIME -- TOTAL ADJ LABOR: 4.021 1 1 77-1 ITOTAL ADJUSTED LABOR HOURS' 4.02 DIRECT LABOR Labor Class Job Description Labor Type Crew Rate Man Hours Extension ELECTRICAL FOREMEN (WORKING) REGULAR 1 $125.00 0,00 $0,06 FOREMEN (WORKING) OVERTIME 1 $185,00 2.01 $371.84 JOURNEYMEN REGULAR 1 $125,00 0.00 $0.06 JOURNEYMEN OVERTIME 1 $185,00. 2.01 $371.84 "ERAGIE DIRECT LABOR RATE: $ [TOTAL DIRECT LABOR: $743,81 INDIRECT LABOR Labor Description I Hours I Rate l Ext ITOTAL INDIRECT LABOR: $0.00 DIRECT ILABGR TOTAL: 743.81 INDIRECT LABOR TOTAL: 0.00 LABOR ESCALATION: 0.00 LABOR$ADJUSTMENT: 0.00 LABOR TAX: 0-00 ILABOR TOTAL: $743.81 MATERIAL: 2136 MATERIAL ESCALATION: 0.00 MATERIAL ADJUSTMENT: 0.00 MATERIAL TAX: 1.75 PATIERIAL TOTAL: $25,11 QUOTES Component Ivendor Amount FIXTURES 721,94 Lk,"YJlrk: k-lc, Phovw. V, Web. wvvv<r F,, Key,, eclr,ic,ci,,,)m y 11 1 3 F"a g e 2 o If 4� 3134 Docus'gn Envelope ID:3304EBIDIB-CF8D-4B85-Al DD-BCD306B88265 Bid Summary Sheet: KWIA- RF1 #461 3 Feb 2025 1:52PM QUOTED MATERIAL; 721.94 ADJUSTMENT: 0.00 QUOTE TAX: 54.15 QUOTED MATERIAL TOTAL: $776-09 SUBCONTRACTS Component Ivendor Amount SUBCONTRACTS: 0.00 ADJUSTMENT: 0.00 SUBCONTRACT TAX: 0.00 SUBCONTRACTS TOTAL: $0.00 EQ,UIIPIMENT Component Vendor Amount EQUIPMENT: 0.00 ADJUSTMENT: 0.00 EQUIPMENT TAX: 0.010 EQUIPMENT TOTAL. $0.00 DIRECT JOB COSTS Description Dollars EQUIPMENT DEPRECIATION 7.44 TOOLS EXPENDABLE 7,44 TEMP LIGHT (SQ M 30-00 PERMIT FEE 0.30 DIRECT JOB COSTS: 47.45 ADJUSTMENT: 0.00 TOTAL DIRECT JOB COSTS: $47.45 JOB COST w[NO OVERHEAD, $1,592.46 OVERHEAD MATERIAL OVERHEAD.(5% markup) 1.26 QUOTES OVERHEAD:(5% markup) 38-80 LABOR OVEIRHEAD:(5%imarkup) 37.19 SUBCONTRACTS OVERHEAD:(5% markup) 0.00 EQUIPMENT OVERHEAD:(5% markup) 0.00 DIC OVERHEAD:(5%markup) 2.37 TOTAL OVERHEAD: $79.62 JOB COST w/OVERHEAD: $1,672.08 11 p(ey,,, Uf,,,,(Anc K,ey vve,�,�'t, I I Wellb. 3135 Docus'gn Envelope I D:3304EBIDIB-CF8D-4B85-Al DD-BCD306B88265 Bid Summary Sheet: KWIA- RFI #461 3 Feb 2025 1:52PM PROFIT MATERIAL PROFIT:(50/o markup) 1.32 QUOTES PROHT:(5%markup) 40.74 LABOR PROFIT:(5%markup) 39,05 SUBCONTRACTS PROFIT:(5% markup) 0 00 EQUIPMENT PROFIT:(50/o markup) 0.00 DIC PROFIT:(50/o markup) 2.49 ITOTAL PROFIT: MISCELLANEOUS JOB TAX: 0.00 BOND,: 63.68 IMISCEILLANEOUS TOTAL: $63.68 LUMP SUM LUMP SUM 1: 0.00 LUMP SUM 2: 0.00 LUMP SUM 3: 0.00 LUMP,SUM 4'. 0.00 LUMP SUM TOTAL: $0.00 BID TOTAL: 11 V(cy,, Ulf,',,( nc V,ey vve'�'�t' I I ""'3"(1-K) Wellb. f "':II 3136 q "! M R c q o '! 1p '! " 1p " Ca 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Ln 0 0 c, Itil N gas N m U) ua 0 0 to 0 0 0 0 a 0 0 0 0 pJ 0 w 0 U) U) U) N N LA w U) 0 MD fA o o -4 ci c o6 U) (-4 ui '4 -n 0 0 rl 0 (N 00 0 m r" 0 co 1.4 9v) rq r� m 0 0 0 0 0 0 m m 11 LU 0 0 U) Q (7� J9 z Q 0 Z I z b 0 M P4 !I w 0 O CL z UJ z u 0 0 m Z u u 0 z z 0 o o o U w w u ul u U -S % % w U 0 Z Z z z z i: 7 u L<E u 4 '< o D UJ r fV Ln 0 z i� Lu -j ;r 7 0. �a CL w ou w u2j U) co l m LL S C y CO Lu ILA u z LO 5 00 LL 00 14 U. u LU < < < < < < < < < w w w w w w w w ui uj ui r7' 0 0 0 0 0 < uj cy rP L9 0 > c In ui 't �co �4 m N ID 00 m Lt) E 0 0 0� 0 0 0 8 0 0 0 0 0 0 to, N iLn m �D 0 CD rl V C m 3137 > Docusign Envelope ID:3304EBDB-CF8D-4B85-Al DD-BCD306BB8265 QUOTE#SQ243548-01 PJ00040529 Date: 1/29/2025 7:41 AM /Y IL�� �)J AII Il i Y 6250 Coral Ridge Dr Suite 200 IS E S C 0 1J� �� Coral Springs FL 33076 I G H I G P 954-474-9888 1 F:954-474-9773 If there is a problem with a SESCO product that you specified or we supplied,we will fix it...PERIOD" To: Job/Project Name: GRAYBAR- MIAMI (MEDLEY) KEY WEST INTERNATIONAL AIRPORT CONCOURSE 11250 NW 91ST ST A&TERMINAL IMPROVEMENTS MEDLEY FL 33178-1486 Contractor: Bid Date: Location: Florida Keys Electric KEY WEST, FL Specifiers: Contact Name: Type: MEAD&HUNT, INC MCFARLAND JOHNSON Remarks: Qty Type Mfg Description Price 1 FW8.5D 3GLIGH 3G-2RLI-D500-S80-40K-UNV-DIM-XTR-DASY-S-8.5FT FREIGHT NOT INCLUDED SALES TAX NOT INCLUDED TOTAL: $721.94 Prices Firm for Entry By: Lead Time: 30 Days Varies by Mfg Printed By: Email: Date: Janet Coley jcoley@sescolighting.com 1/29/2025 > Price per BOM only > Complete quote must be used;no partials > Spare material,allowances,dimmers and sales tax NOT included unless noted > Prices include standard finishes only unless noted > Lamps are not included unless noted(This does not apply to fixtures with internal LED diodes) > Pole wind load calculations do not include structural base engineering > Project may include SESCO start-up services which consist of programming,testing,end user training and system configuration back up. These services are required for manufacturers warranty. To ensure this warranty,SESCO start-up costs are non-refundable > All warranties as per manufacturers terms > All shipments FOB origin > Deposits may be required as noted at time of breakdown > Quotation valid 30 days > Hold for Release orders do not secure project pricing but may be required for factory drawings > Additional costs will be charged to ship the Anchor Bolts and Template out ahead of time Page: 1 of 1 3138 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 N r rUL.r 8 U I L 0ING NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and ` 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 RFI #461 : FCU-1 & 2 Access Panel Status Open To Michael Martin(McFarland Johnson,Inc.) From Ryan Donnelly(NV2A/Gulf Keystar JV) Tonya Wood(Mead&Hunt) 9100 South Dadeland Blvd,Suite 600 Tang Fang(Mead&Hunt) Miami, Florida 33156 Don Koppy(Mead&Hunt) Dan Torres(McFarland Johnson,Inc.) Christopher Kopec(McFarland Johnson, Inc.) Judy Telford(Mead&Hunt) Date Initiated Jan 13,2025 Due Date Jan 20,2025 Location Project Stage Cost Impact Schedule Impact Spec Section Cost Code Drawing Number Reference Linked Drawings Received From Emmanuel Flores(Turnkey International, 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), Michael Lobo(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 Mechanical Activity Question Question from Ryan Donnelly NV2A/Gulf Keystar JV on Monday,Jan 13, 2025 at 03:52 PM EST Contract drawings do not show access panels for servicing FCU-1 &FCU-2 located in the Passenger bridge hard ceiling. Please advise if the access panels should be 24x24 and located to access/service each unit or if it should be large enough to remove and replace the unit.Please note the FCU's measures 70"x 26",which will require a large access door (approximately 90"x 48"),to be able to remove the fan coil unit. Attachments KWIA RFI 461 Attachment,pdf ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, Official Response Response from Judy Telford Mead&Hunt on Friday,Jan 17, 2025 at 10:02 AM EST See attached pdfs EL321 E-RFI 4461, EL601 -RFI#461, M124D-Level 2-Area D RFI#461 Sketch,and 1321 D Second Floor RCP-Area D RFI 461 for clarifications access panels in the bridge connector.Note: Please review the attached Transmittal PDF for the full formatted text. Attachments Transmittal_RFI-RFI#461 -FCU-1 &2 Access Panel(Responded and Closed).pdf, EL601 -RFI#461.pdf, EL321 E-RFI #461,pdf, RFI#461 -MH Response,pdf, M124D-LEVEL 2-AREA D RFI#461 Sketch,pdf, 1321D Second Floor RCP-Area D RFI 461.pdf,Transmittal—RFI-RFI 4461 -FCU-1 &2 Access Panel(Responded and Closed).pdf NV2A/Gulf Keystar JV Page 1 of 2 Printed On:Jan 17,2025 10:28 AM E" 3139 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 RFI#461 -FCU-1 &2 Access Panel Project:20-2039-01 KWIA Concourse A and Terminal Improvements Program ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, Official Response Response from Michael Martin McFarland Johnson,Inc.on Thursday,Jan 16, 2025 at 03:44 PM EST Refer to revised drawing 1321 D for access panel size and location. NV2A/Gulf Keystar JV Page 2 of 2 Printed On:Jan 17,2025 10:28 AM E"T 3140 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 TM MGULF BUILDING PCO #147 N V K(=-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 #147: TKE - Elevators' 3D Door Detection and Visual Communication 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: 147/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: 5/16/2025 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: $86,174.03 POTENTIAL CHANGE ORDER TITLE:TKE-Elevators'3D Door Detection and Visual Communication CHANGE REASON:A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) TKE-Elevator 3D Door Detection and Visual Communication During the final inspection for Elevator#1 and#2,the inspector required compliance with the newer Code regulations of A17.1 from 2019. In accordance with RFI#507,this change order authorizes the furnishing and installation of the following items: 1.3D Door Detection Device to comply with Al7.1 (2019)2.13.5.3 2.Car Video Communication to comply with A17.1 (2019)2.27.1.1.3 Cost breakdown,material invoice,and RFI#507 are attached for further details. ATTACHMENTS: 194708®COR7®KEY WEST AIRPORT CONCOURSE A®2019 parts,pdf , _RFI#507,pdf # Budget Code Description Amount 1 14-.20.10.10.S Elevators.Subcontractor 3D Door Detection and Visual Communication $78,340.03 2 99-.99.99.66.0 Procore OH&P.Other Prime Contract Markup $7,834.00 Grand Total: $86,174.03 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 S,dgn-nad gY'• Signed by:. r E :«4a3 SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 5/28/2025 05:36:06 PDT 6/4/2025 1 06:18:11 PDT 5/17/2025 1 07:30:36 PDT NV2A/Gulf Keystar JV Page 1 of 1 Printed On:5/16/2025 08:22 PM ED'3141 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 IK,6m Subcontract Change Order Request Date: 05/13/2025 PROJECT NUMBER: 194708 CONTRACT DATE: 12/7/2022 CHANGE ORDER NUMBER: 7 PROJECT NAME: KEY WEST AIRPORT CONCOURSE A PROJECT ADDRESS: 3491 S ROOSEVELT BLVD KEY WEST, FL, 33040-5295 CONTRACTOR NAME: NV2A Gulf Keystar Jv CONTRACTOR ADDRESS: 9100 S Dadeland Blvd Miami, FL, 33156 SUBCONTRACTOR NAME: TK ELEVATOR CORPORATION SUBCONTRACTOR ADDRESS: 7481 N.W. 66th St Miami, FL, 33166 This request for a formal Change Order is made for the above-referenced Contractor and specifically intends to modify and amend the work, price and/or terms set forth in above-referenced Subcontract as follows: Material Changes: 2019 Code Components. NV2A agrees to issue a formal change order to TK Elevator for the described work before any associated material will be ordered. Material Cost: $41,503 7% Florida Tax$2,905.21 7 days of labor(10 hrs. per day) at$383/hr The following costs are required to accomplish the above scope: Material Cost Subtotal $41,503.00 Labor Cost Subtotal $26,810.00 Miscellaneous Cost Subtotal $2,905.21 Digital Options Cost Subtotal $0.00 SUBTOTAL $71,218.21 10.000% OH&P $7,121.82 Total Amount of this Change Order to be added to the contract price $78,340.03 In the event of any conflict between the work, price and/or terms and conditions of the above-referenced Subcontract or prior change orders thereto and this Change Order, this Change Order shall be final. Please sign two (2) copies of this Change Order and return two (2) copies to TK Elevator. A fully executed copy of this Change Order will be returned to you for your files. Signed Acceptance: By signing this Change Order where indicated below, the Contractor's signatory hereby acknowledges (a) that the Contractor agrees to all of the terms and conditions contained herein, (b) that the signatory has the authorization necessary to bind the Contractor to agreements of this nature, and (c) that this form is valid and binding notwithstanding any conflicts with procedures and/or forms required by the original Subcontract referenced above which are deemed to have been waived. 3142 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 IK,6m This change order/notice scope of work requires the anticipated or current project schedule, and associated time frames, to be adjusted commensurate with the time necessary for the engineering, material procurement and additional labor. TK Elevator will provide a revised project schedule on expedited schedule change order/notice scope of work to the purchaser upon request. Subcontractor: Contractor: TK Elevator Corporation NV2A Gulf Keystar Jv By: Cory Weaver Date: By: Antonio Pinto Date: 05/13/2025 Title: Superintendent II Title: Project Manager 3143 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 25.."I5097 IIK11:Y WESTIII IIN, 1111ll'wYIII A l 1110 IINA 11IR1111:1 ullI l �:il;Vti rt;ull.ull':":III 71 Components Quote KEY WEST INTERNATIONAL 25-15097 AIRPORT CONCOURSE A ['U�Il��l!II,(l!!Ir!I'"'`'j` MIAMI 5/9/2025 ��III!II! CORY WEAVER a ANSI 2019 •y lii�(!'wWl� �I'gl�"IUlUI luin 7/8/2025 • s ® s IN � (j IIIIII IIII 4v p u ja�7 a a, rtti m�m rta pu'. I�� o �o jay � I� m VIIIIIVIII �IIVI�IIVIII�IVIIIVIIIII��IIVII������IV��IVIII���I�III��I�II�III�III�III��I�IQ�I�II�I��IIIIQII��III�I�I �� � ������ ������������������� �� Complete Layouts: If complete layouts are required,add 4 to 6 weeks to processing time. Charge will be$4500 per group. Machine Room Layouts: If machine room layouts are required,add 2 weeks to processing time. Charge will be$3500 per group. Bid Summary(Net Pricing) GROUP FEATURES CGM912 $2,054 CGM913 $2,054 TRACTION ELEVATORS CGM912 $13,698 CGM913 $13,933 SOFTWARE CGM912 $4,882 CGM913 $4,882 QUOTE TOTAL $41,503 �`Iirlc,,,es Paire aaaalllkl i",c),11 60 days. I! aiu.uauie Is rr;xlp.'�adred' Il.:Idc"�ase raavisi,aairii recp.mM !arr an uci ou°Ig. For Component Orders:To order,please submit PO,Completed Surveys and estimate to OrderintakeMFG@tkelevator.com. I I,la a s la b li::3 rr,a II IIKE nar II Nn.a°eer Jll !i,them lIob Irnre.arc°Il hers Ilran.n:i!at Iloe Ilrrn:aaaiderl. II II"Inot,m'aw°d aarHgim,d 'r'lln.allr L y u "nUSt Ilrr Ilrri:ar,alaleal rrcrr.ual u:a Ilr,�, aa�Yaerar„��aee ea�ur"n le�eu�I :u.aw�re, r. Please refer to the Lobby for the survey matrix Thank You Sales Response Team Version 1-844-TKE SRT1 12/6/2024 David Self Component Quote Cover 111aglm I Ilrll 11aagc °I of°I3 3144 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 5��r 1 , 'I '"I ""III""IIIIIIIII'',;III^h IIII J A I DMAL AUIZI'°IGIR""I"' GII C 'u III� IR III'iiiii1C 1 Prices & Equipment are subject to change if the information provided when placing the order is different from the information in this quote. 2 All lead time inquiries should be submitted in Appian and scheduling will be happy to assist you. Please be sure to include a copy of the estimate when submitting. 3 Quote Request: Need both elevators upgraded to asme 17.1 2019. Elevator numbers are CGM912 and CGM913. �4 IIII IIIL........IIIL......... � IIIL......... IIII��I,u��IIIL......... IIIII�IIIL......... III I�I,G III I�I,G t�l III IiI,G IIII.A I GIII III�.S AIIII I IIII IIII IIII ,W IIII Illh°°'Ib IIIL......... �IIII IV IIII IV IIIL.........Illl t IIII IIII Ib IIIL.........IIIt1 IIII 'IIIII. (ull IIII 9 112 IIII 1 Illl t C('"IM9",13 AS IIIL.........IIIL........IIIL........ S C 'III il,G I Illl .t IIIL........ I����� p,����� ��������� ������� ���� ���� � ���������� �� ���� ��������� � � "ip P,���� .� IIII IIIII IIII''"t t IIII'''°t IIII t t Illh'Ib IIR III tIIIII Illl t III l,G IIII t ul °"'IIII'°°Illk °"'IIII'°°Illh°°'Ib Illk II IIII Illk „Gllli IIII" IIIL.........�� t t t IIII IIIIIGII II'u IIII"""' t IIII .IIII II IINII'u I30 IIIII"""Ib J GIII SIIII N N IIIIIIII. pu pp Klpu, pl IIIIIIII tlllllllllt IIII to IIII tul IIII II IHIIIL......... Ilt�tIIII . IIIII ttIIII IIII IIII II II IIIII IIIII a IIII 16 II""t0�II I" " L l tll�lll I I ,l� ftllllK NIN I II I R ' IIII IIII IIII �IIIL......... IIII IIII ��IIIL......... IIII IIII Ib IIIL......... t.11ll��IIIL......... � IIII IIII IH IIIL......... t lll,,ll(,,,IIIII IIII IIIII IIII��"� �"��IIIII IIII S IIIN,10 I h'tlllk t IIII IIIII h°'IItIIII k IIII IG IIII h°°°t t Illh° I'n 9 C IIIII I11 4°°'III'IIIL........Illk Illk Ih'tlllk k Illh°°Ib Illk t IIII Illk II Illl t Illh'tlllk Illk h°°° IG IIIII.........�IIIIIIIIIIIII � t ""'IIII""'Illh°°IH 11111 YOU 5 6 7 8 9 10 Qu iole, : Ill u n 'mr liiallluu°'u.„ upµ ge 2 IiA: 1 3145 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 25"'150197 IIIH'CJIII F S""III"" III Ni T E III P11�iiA I""Ill 01 IllNLAt. I III'°Z FI OII III�'t I COINIC101 A. 1 1l III mhll„1!ruI flI IIII hiim�,Il� 114 iturdll �: ied ul IIImA'IO I Sul ct uir 1 II ui°urmll urm IIIIuIIII II "for IIIIuIIII II .�ul 111 llµ III III ulmm wire � �ui ui Il d attiiim o"If 01111rider l lease °vi liit hhiflkl lbll e lo o acciiI!,Nss i,, III III st.1 uirve s httDs://tke.sharepcint,com/sites/ A-Lobbv-MFG/SitePacies/DOcuments.asDx 2 IIII he IIII ul°gym ul m dII accqatsul°m� IIII�Ir�m ul�lil, iu IIII iu�ili try,/.fm:mm°cove in ul , in m at iuE riu a l aind Wllo ul ciosts a,u oc ul a I iu2 m:1 with III "" '' � ��, '' ' "' ' III II,�IV� �lil uI�'m �m�I'�'�I'JI III III III III m� !�.�III I III�n�� III IIII W���"" I.I �I'' �IV III m��III Ill�h�m l m�III III III IIII m III�I'��'III"lil I,,u III"�' m°�m�IIII III Ism ul III ulm��I,�m III m Il�m,,,t ul m�m tm:m III m���m III I t m, �", I, II .. I� � w ,� Imul � m wau � unt ��m ; iI� , m m l~ ug,u � m , . wu m II�ivat. �I. ; m ,�.,�: ul ul Il,�.)t uIinstallii2id piair t Illi ip�,� ii:iriguIinat m.,1 m.�u ulg ul m:1 iIl:ui c m.m ul ul ul 1I1JC In I.,u, C uu ul m IIII III:)In i11,�In I.,u WILL m m s m.m m r m ul 1 m Ilb 1m:m'.I iI�:m IIII ul,ua c iuu ul iII.I w ��:mr ��w,. ��:m a. •�� w.��:m..�w.p��m� p���m.• .�. p„�,„ w�. p��,m w .... ., a, •� .;,,. w 4:1 •w, .„ p,m�.�w., i. .��. ;1p�1io ul°� ��� m ul m�..��� we ire m�... ul��..�m ul m�...m..m II,�.,��ul r II,�..���m�.���ul I.IIII I.IIII II,�.,�� m.��m ul m.�1 II,�.,��ul ��� IIII� L I ul m�... I�m..�u��..m„gym I� Illu ul�m ul�� III~m m�.,1 Il,�..;u ul��I��.�m � »vim ul�°I°�°I. micro m��m�:��m II,�.,��IIIIt this mom m ofVipD°m;/m'lm will, III e ul°u;I q m m Ii ul ui2 d fi:i r Ilf r Ir ui c e, iii un,liiii 3 All #4 Stainless steel is quoted with 441 stainless steel unless otherwise noted. If 300 series is required, 316 stainless can be provided at a premium charge. 4 Series 316 skins are quoted in conjunction with steel hardware and cold rolled steel. Solid Series 316 is not available as a standard offering 5 All Braille quoted will follow the standard floor designation numbers (1, 2, 3, 4, etc.with a star at the correct landing), if special designations are required, please inquire about additional pricing and lead times. 6 The following discrete size UDOs are stocked: -Single Speed (SS) 36/42 -Center Opening (CO) 42/48 •Z Speed (2sp)48/54 •2 Speed Center Opening (2SCO) 60/72 The following discrete size UDOs are NOT stocked: -Cimarron Only SS 32/36/42 The following range of UDO Drive Only are stocked: •SS 32-48 -CO 32-60 •ZS 36-72 -ZSCO 60-96 7 The drive we are quoting may not be a direct replacement. Refer to ITS bulletins for installation guidelines on upgrading or replacing drives. I""III'':Stint Cl murfflu mtlon! I m am °t IIII' 10 3146 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 25"'15097 IIHCJIII'ii:,''V" '1 S IIL" III Ni T E R V'NiM A I MINLAL I III'''R J�101 IIIR I COINJCOIl ,A. 8 Should this quote includes factory materials for the ANSI A 17.1 2019 in-car emergency elevator communication system for the benefit of the deaf, hard of hearing and speech impaired (the "Multimedia Equipment") additional provisions will be required and are not a part of this quotation -- One permanent 110V 20 amp circuit with all piping and wiring to controller for the emergency elevator communication system. This quotation does not include the monitoring of any communications to and from that Multimedia Equipment. This equipment is not supplied by the factory and it is the responsibility of the Purchaser(and any end user of the units)to expressly acknowledge that it is solely their responsibility to ensure that any and all such communications are appropriately monitored in accordance with all applicable rules, codes, statutes and/or laws as a condition precedent to turnover of the units including but not limited to a modem and internet connection and a minimum of four(4) hours of battery backup for all communications. I Stid Clairiflications Iage 1111, A: 10, 3147 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 25-1505"7 IIKE"If WEST IIIII1411I ERN PI AL ANNRN'3AiS.N.' Project Name KEY WEST INTERNATIONAL AIRPORT CONCOURS#of Groups 1 CGM912 IGEP Groups Max Stops Cars in Lobby Cars in FCC TOTALI $2,054 QTY Section Part I Description Net Price Section $2,054 1 30 2019 code Equipment box- per 4 car group $2,054 �',��rcreu.m Ii rr"t ure,s Iage 5 of°Ng 3148 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 5-1509"7 IIKE"If WEST IIIII1411I ERN PI AL ANNRN'3Ai Project Name KEY WEST INTERNATIONAL AIRPORT CONCOURS#of Groups 1 CGM913 IGEP Groups Max Stops Cars in Lobby Cars in FCC TOTALI $2,054 QTY Section Part I Description Net Price Section $2,054 1 30 2019 code Equipment box- per 4 car group $2,054 �",��rcreu.p IC rr"t ures('N) mage i15 of°Ng 3149 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 5-15097 (II'Y%M "II"IIII^MdLAm@'Mi'yi'ft"y ft"Mi"k i"y 6tVwIfN"ti;1MiCOlUIRSEd4 VIVIVI VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VI 14P;u';pakP�N ttCy NiR6fp' 'Iftillll J°"NttNfftNft NNNtlnI y yfttt tttt N' ����������VI�VI�VIVIVIVIV Project Name KEY WEST INTERNATIONAL AIRPORT CONCOURSE A #of Units 1 Elevator Designation CGM912 Speed 200 Existing Job# CGM912 Capacity 5,000 Operation Stops 2 Roping Openings 2 Door Opening Size(inches) Type Front 2 Control System Rear 0 Front Doors Travel 15 Rear Doors Power SuppIN 460 Controller Model Car Weight #of Cars in Group 1 Drive HP Estimated FLM 8,128 Is this a SHUTDOWN? NO (Highlighted information is assumed) Total Per Elevator $13,698 Total Per Group $13,698 QTY Section Part I Description(Per Unit) Net Price Section 7: Controller $759 1 7 CE Driver Board(Discrete to Microcom) $759 Section 21: Machine Room Wiring $790 1 21 2019 Code Wiring $790 Section 1: Sling and Platform $181 1 1 2019 Crosshead data tag $181 Section 17: Door Operator 1 17 2019 3D Microlight-required for ANSI 2019 Code $1,116 Section 14: Passenger Cab $3,369 1 14 2019 CODE REQUIRED CAMERA AND CAR TOP BOX $3,369 Section 22: Car Fixtures $7,482 1 22 Main Car Station (Total Price) Includes Options Below $5,956 - 22 -See Optional Panel type selected below Included 22 -Vandal Resistant Floor Buttons(V2,V7,V10,V6,V8,V9) Included 22 -Tamperproof Screws Included 22 -Cast Braille Plates for Car Features Included 22 -Standard Key Switch Package(Fan,Light,Independent,Stop, Included and Inspection/Hoistway Enable) 22 -Emergency Light mounted in COP Included 22 -2004 and later Fire Service Phase II Features(includes Included engraved instructions) 22 -Handicap Signal(Passing signal) Included 22 -ADA Phone System integral with COP(Rath) Included 22 -Speaker Pattern for Intercom System/ADA Phone Included 22 -See Optional"No Smoking"type selected below Included 22 -Locked Service Cabinet Included 22 -CertificateWindow Included 22 -Special Engraving Included 22 -GFI Outlet in COP Included - 22 -#4 Stainless Steel Finish Included The following options have been included 1 22 Swing Return(Full Width/Wrap Around Swing Return for Option Selctd. New/Existing Dover/TKE Cabs) 1 22 Door Hold Open Button Option Selctd. 1 22 Light Dimmer Switch Option Selctd. 1 22 Card Reader Provisions(Space only) Option Selctd. 1 22 No Smoking(Verbiage Engraved on COP with Cast Symbol) Option Selctd. 1 22 2019 a17.1 2 WAY COMMUNICATIONS POSITION $678 INDICATOR 1 22 Voice Annunciator(mounted in COP)Standard features only, Option Selctd. additional costs apply for custom features Stand Alone items selected 1 22 Car Riding Lantern(Standard) #4 S/S $155 1 22 3D Cabsafe Components Package $292 1 22 TAC Serial Boards $401 3150 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 5-15097 (II'Y%M "II"IIII^MdLAm@'Mi'yi'ft"y ft"Mi"k i"y 6tVwIfN"ti;1MiCOlUIRSEd4 VIVIVI VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VIII VI 14P;u';pakP�N ttCy NiR6fp' 'Iftillll J°"NttNfftNft NNNtlnI y yfttt tttt N' ����������VI�VI�VIVIVIVIV Project Name KEY WEST INTERNATIONAL AIRPORT CONCOURSE A #of Units 1 Elevator Designation CGM913 Speed 200 Existing Job# CGM913 Capacity 3,500 Operation Stops 2 Roping Openings 2 Door Opening Size(inches) Type Front 1 Control System Rear 1 Front Doors Travel 16 Rear Doors Power SuppIN 460 Controller Model Car Weight #of Cars in Group 1 Drive HP Estimated FLM 5,891 Is this a SHUTDOWN? NO (Highlighted information is assumed) Total Per Elevator $13,933 Total Per Group $13,933 QTY Section Part I Description(Per Unit) Net Price Section 7: Controller $759 1 7 CE Driver Board(Discrete to Microcom) $759 Section 21: Machine Room Wiring $790 1 21 2019 Code Wiring $790 Section 1: Sling and Platform $181 1 1 2019 Crosshead data tag $181 Section 17: Door Operator 1 17 2019 3D Microlight-required for ANSI 2019 Code $1,116 Section 14: Passenger Cab $3,369 1 14 2019 CODE REQUIRED CAMERA AND CAR TOP BOX $3,369 Section 22: Car Fixtures $7,717 1 22 Main Car Station (Total Price) Includes Options Below $5,956 - 22 -See Optional Panel type selected below Included 22 -Vandal Resistant Floor Buttons(V2,V7,V10,V6,V8,V9) Included 22 -Tamperproof Screws Included 22 -Cast Braille Plates for Car Features Included 22 -Standard Key Switch Package(Fan,Light,Independent,Stop, Included and Inspection/Hoistway Enable) 22 -Emergency Light mounted in COP Included 22 -2004 and later Fire Service Phase II Features(includes Included engraved instructions) 22 -Handicap Signal(Passing signal) Included 22 -ADA Phone System integral with COP(Rath) Included 22 -Speaker Pattern for Intercom System/ADA Phone Included 22 -See Optional"No Smoking"type selected below Included 22 -Locked Service Cabinet Included 22 -CertificateWindow Included 22 -Special Engraving Included 22 -GFI Outlet in COP Included - 22 -#4 Stainless Steel Finish Included The following options have been included 1 22 Swing Return(Full Width/Wrap Around Swing Return for Option Selctd. New/Existing Dover/TKE Cabs) 1 22 Door Hold Open Button Option Selctd. 1 22 Light Dimmer Switch Option Selctd. 1 22 Card Reader Provisions(Space only) Option Selctd. 1 22 No Smoking(Verbiage Engraved on COP with Cast Symbol) Option Selctd. 1 22 2019 a17.1 2 WAY COMMUNICATIONS POSITION $678 INDICATOR 1 22 Voice Annunciator(mounted in COP)Standard features only, Option Selctd. additional costs apply for custom features Stand Alone items selected 1 22 Car Riding Lantern(Standard) #4 S/S $155 1 22 3D Cabsafe Components Package(Front and Rear) $527 1 22 TAC Serial Boards $401 3151 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 2.5-�1.5097 HIKE'''i(WE,P ""II""IIWEF".NAIL11 N L u IR.Il1��10111111R 11 A Project Name KEY WEST INTERNATIONAL AIRPORT CONCOURSE A Rof Units 1 Elevator Designatior CGM912 Existing Job# CGM912 Operation #of Cars in Group 1 Is this a �NO SHUTDOWN (Highlighted information is assumed) Total $4,882 all cars included in total QTY Section Part/Description (Per Unit) Net Price ModificationsSection 7: Controller 1 7 TAC32T, all necessary controller modifications and USB drives to: 1 7 Upgrade to 2019 Code $2,404 1 Required Hardware (all cars included in total) $37 1 7 Add Voice Annunciator(requires CE Driver board) $2,404 1 Required Hardware (all cars included in total) $37 For all software upgrades,please refer to the policy on the Lobby for updating job files. I rm,,acfNon %i!!i Nur," Ia ge 9 i:af NNf 3152 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 2.5-1.5097 HIKE'''i(WE,P ""II""IIWEF".NAIL11 N L u IR.Il1�10111111R 11 u Project Name KEY WEST INTERNATIONAL AIRPORT CONCOURSE A Rof Units 1 Elevator Designatior CGM913 Existing Job# CGM913 Operation #of Cars in Group 1 Is this a �NO SHUTDOWN (Highlighted information is assumed) Total $4,882 all cars included in total QTY Section Part/Description (Per Unit) Net Price ModificationsSection 7: Controller 1 7 TAC32T, all necessary controller modifications and USB drives to: 1 7 Upgrade to 2019 Code $2,404 1 Required Hardware (all cars included in total) $37 1 7 Add Voice Annunciator(requires CE Driver board) $2,404 1 Required Hardware (all cars included in total) $37 For all software upgrades,please refer to the policy on the Lobby for updating job files. L.urac don ,'�N Iagie 1 A�1:ff' NmN 3153 Docusign Envelope ID:3304EBDB-CF8D-4B85-A1DD-BCD306B88265 M,V DOMMA NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and NV KEYS7-' 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 #507: Elevator Inspector Requirements for 3D Door Detection and Visual Communication Status Closed on 05/13/25 To Christopher Kopec(McFarland Johnson, Inc.) From Ryan Donnelly(NV2A/Gulf Keystar JV) Anthony Tsui(McFarland Johnson,Inc.) 9100 South Dadeland Blvd,Suite 600 Blair Dury(McFarland Johnson,Inc.) Miami, Florida 33156 Charles Howe(McFarland Johnson,Inc.) Chris Perry(McFarland Johnson,Inc.) Roberto Alavez(McFarland Johnson,Inc.) Date Initiated Apr 28,2025 Due Date May 5,2025 Location Project Stage Cost Impact Schedule Impact Spec Section Cost Code Drawing Number Reference Linked Drawings Received From Copies To Tim Bergeron(NV2A/Gulf Keystar JV), Kirk Boothroyd(McFarland Johnson, Inc.), Kellen Donnelly(NV2A/Gulf Keystar JV), Ryan Donnelly (NV2A/Gulf Keystar JV),Gregg Gaston(NV2A/Gulf Keystar JV),John Govero(NV2A/Gulf Keystar JV), Gustavo Lazaro(NV2A/Gulf Keystar JV), Frank Montalvo(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 Elevator, Electrical Activity Question Question from Ryan Donnelly NV2A/Gulf Keystar JV on Monday,Apr 28, 2025 at 09:33 AM EDT During the final inspection for Elevator#1 and#2,the inspector is requiring compliance with the newer Code regulations of A17.1 from 2019.Refer to attached inspection reports requesting the following: 1.3D Door Detection Device to comply with A17.1 (2019)2.13.5.3 2.Car Video Communication to comply with A17.1 (2019)2.27.1.1.3 Please review and advise if these additional items will be required. Attachments TCO Inspection and Report 04-26-2025-f,pdf ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, Official Response Response from Christopher Kopec McFarland Johnson,Inc.on Friday, May 9, 2025 at 08:25 AM EDT yes. NV2A/Gulf Keystar JV Page 1 of 1 Printed On: May 14,2025 11:00 AM E" 3154 / l M Al uj CL LIE�j � AIM , ' /Ln N00 UD 00 oco 00 00 LO LL U /� G up q 'ice ii /i /i/ J00 LU % W 0 / / ,/ �i/r l� / I 1 � 1 ", 1 r/ 3 55 / / fit 1 .... )AII ul uj St ism / f A alla, 00111 u,—i—i,�iaij �irti.I`Y /w, YI 'Pa,I 1 ll,llllllf, ,r / y f f „ % oil! Cis 00 LL fit I LU 1 - / LU .N 0 3156 /ir i l li '" W.f / / At Al, cc ' MywN // 1 wx/ / r �I k " " ',, qNf�,/ 7� /ruv Nu q y(/ r%%/ t/ m LL. r / ,yam M iu , " ram" ,/' /%/ Sri.-�%// ! ✓�,/ 91M , W pm z maims /� f l� 1 'l �r m Al 4 1 h // al / If I /7 r %Ln 00 ' , wj Q 00 LL air ISO w „� INTRI ; co rr r/ ip, / dip �, aLU D 0 3157 RfA/If%" ON r Z a owl , a, �y Kullz zca " tUA rr/ Ali Lul 211 m at MIF 44 lut % %% /1 IN Ln lw r " �pi op 406 UD co �l u0 00 00 r„ 00 LL t � w co f.1, � % rLU irorrgq/% CL c yi,'c i/ � % ; ,3; 7 3158 0 MONROE COUNTY/ DEPARTMENT OF AIRPORTS CONTRACT CHANGE ORDER PROJECT TITLE: CHANGE ORDER NO: 002 Key West International Airport INITIATION DATE: July 10, 2025 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: The original Contract Sum .......................................................................................$1,473,006.00 Net change by previously authorized Change Orders.................................................<$,11,809.00> The Contract Sum prior to this Change order was....................................................$1,461,197.00 The Contract Sum will be unchanged by this Change Order................................................ $0.00 The new Contract Sum including this Change Order is ............................................$1,461,197.00 The Contract Time will be increased by.............................................................................68 days The date of Substantial Completion as of the date of this Change Order is...... September 5, 2025 Detailed description of change order and justification: Total contract time prior to this Change Order was 235 calendar days, comprised of 119 calendar days for pre-construction and 116 calendar days for construction. Notice to Proceed — Permits (Pre- Construction Tasks) was issued on November 7, 2024. NTP-Construction was issued on May 12. 2025, which exceeded the contract time for pre-construction by 67 calendar days. The total contract time of 235 calendar was exceeded on June 30, 2025. See the attached request for additional time from Marino Construction Group that describes the circumstances that prevented them from completing pre-construction tasks on schedule. Construction is scheduled for completion on September 5. 2025, which is 68 calendar days beyond the total contract time of 235 calendar days. Not valid until signed by Owner, Architect(if applicable), and Contractor ARCHITECT: �� 7/10/25 Date CONTRACTOR: 7/14/2025 Date AIRPORTS DIRECTOR 07.17.2025 Christine Digitally signed by Date Christine Hurley Hurley Date:2025.07.21 COUNTY/ASSISTANT ADMINISTRATOR 10:47:29-04'00' Date �M i �COUNTY A/7TCr New p c PE; O J. --�-- �tss s UNTY ATTORNEY 3159 pe 7/18/25 Change Order Attachment per Ordinance No. 004-1999 • Change Order was not included in the original contract specifications. Yes ❑ No If Yes, explanation: • 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 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: 3160 C O N S T R U C T I O N G R O U P Key West International Airport Noise Insulation Program Construction of NIP Group 1 Change Order NO: 002 NTP-Permits were received on November 7, 2024. During the Pre-Construction Meeting on November 7, 2024, Jacobs notified Marino that the original vinyl door manufacturer(CWS) decided to halt production of the doors specified for the project. Marino was informed that two door manufacturers (PGT and Stergis) were being evaluated to substitute for the CWS doors. Once the decision was made to use doors manufactured by PGT Marino began working with the supplier, H. Prairie Operations, to make the switch from CWS to PGT. This process took longer than anticipated, and ultimately delayed completion of the pre-construction process (i.e., approval of submittals/shop drawings, ordering and delivery of products). The PGT doors were scheduled for delivery on April 21 but were delayed. Due to the uncertainty of the delivery date for the doors, Marino requested that NTP-Construction be delayed from April 29 until May 12, 2025. NTP-Construction was issued on May 12, 2025. Contract construction time is 116 calendar days, which will be September 5, 2025. November 7, 2024, through September 5, 2025, is 303 calendar days (total time). The total contract time was 235 calendar days. Therefore, an additional 68 calendar days are needed (303 —235 = 68) to provide 116 calendar days for construction and project closeout. Marino is requesting 68 additional calendar days to complete construction and project closeout for the ten (10) homes. Sincerely, Adrian Pettit, Project Manager CGCO21647 1 305-359-5269 1 3100 Overseas HWY Key West, FL 33040 1 www.marino-construction.com 3161 Mc�rvc�t�C:c�t.rraT�r/Er�c�zr��tvC�/FAO tc;r .�rr�et� rr C ONTRACr QiANGE QRDF PROJECT TITLE: Commercial Apron Expansion and Mitigation CHANGE ORDER NO: 8 INITIATION LSAT : 07/2 /2026 TO CONTRACTOR: Charley Toppino&Sons CONTRACT GATE: 10111/22 The Contract is changed as follows: The original Contract Sum ......................................................................................$17,166,179,68 Net change by previously authorized Change Order .....................................................$ 813,993.62 The Contract Sum prior to this Change order was.........................................................$17,980,173.30 The Contract Sum is (increased) by this Change Order 8 $ 99,957,00 The Revised 1 Contract Sum including this Change Order ............................................ $18,080,130.30 This Change Order No.8 includes the landscape buffer between the Commercial Apron Expansion pavement and adjacent property owners. The Commercial Apron Expansion project included clearing/grubbing the existing landscape buffer for the additional pavement area.The proposed landscape buffer will be installed between the airport security fence and the new concrete pavement. It will visually block the airfield from the adjacent property owners. The total cost to complete the work as noted within this change order is an increase of 99,97.00. See attached price quote from Charley Toppino&Sons, Inc. Net change to contract Change Order : $99,967.00 The construction commencement was June 19, 2024. This Change Order 8 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 8 represents 0.68% of the original contract price. Not valid until aorwoved bv Owner Architect if applicable), and Contractor 7/2 /202 ARCHITECT/ENGINEER Gate 1 CONTRACTOR ................... : .__ Date AIRPORTS DIRECTOR 1., 07.29,2025 Christine Digitally signed by Date Christine Hurley H u rl e Date:2025.07.31 COUNTY/ASSISTANT ADMINISTRATOR Y 11:52:40-04'00' Date I FLOE COUNTY ATTOnNEY FOPAA PED3 O J, ffiRCA9G--- ASSY NTY ATTORNEY gate _ 7/29/25 3162 Change Order Attachment per Ordinance No. 004~ 999 • Change Order was not included in the original contract specifications. Yes No �� If Yes, explanation: 1 As the Concourse project progremsed, it was determined that e landscape buffer was needed to block the airfield from adjacent property owners, • Change Order was included in the original specifications. Yes D No Z |f Yes, explanation of increase inprice: • Change Order exceeds$25,000 or 5% of contract price(whichever is greater). Yes[:1NoZ |f Yes, explanation aoto why itis not subject for e calling for bids: • Project engineer/architect approves the change order. Yes ENo �� |f No, explanation ofwhy: * Change Order in correcting an error or omission in design document. Yes FNoZ Should a claim under the applicable professional liability policy bemade? Yes [lNoZ Explain: 3163 Attachment 1:Contractor Proposal 3164 Id,�, , wm Change Order Attention, Jacobs DATE 7129QS 200 W.Forsyth St Suite 1520 Jacksonville,Fl.32202 ITEMIZED QUANTITIES Location: 3491 S Roosevett,Blvd,Key West FL 33040 Scope: ...................... ................... ................. ........--- .......... —",- ................. ........... .................... ........ I........... .............. ...................................................... ..................................... ----------------------- ............... .......... ........... ............................... ........... Subkatal $ 92170126 & I a .....LS.................__$753,74 $7 75VI4 3 Pei 1 0 LS mribiozationloginoPlizatlir, ------ 1 0—LS .......................... Geriml Cordifigns to LS .................l'7--1-"=--i-— ---------- T 010 1` 'T 99,9$7.9tb .... .................... ............ .................................... ................. ..................... xclusions: ..................... ......................... P-p.-by Estimator Charley Toppino&Son!,Inc. .............. Shoot 1-Ofl Date 7729125 Signature Date 3165