Loading...
HomeMy WebLinkAboutItem I01COUNTY of MONROE The Florida Keys BOARD OF COUNTY COMMISSIONERS Mayor Michelle Lincoln, District 2 Mayor Pro Tem David Rice, District 4 Craig Cates, District 1 James K. Scholl, District 3 Holly Merrill Raschein, District 5 Regular Meeting February 18, 2026 Agenda Item Number: I1 26-0367 BULK ITEM: Yes DEPARTMENT: Airports TIME APPROXIMATE: N/A STAFF CONTACT: Richard Strickland AGENDA ITEM WORDING: Report of Airport change orders reviewed by the County Administrator. ITEM BACKGROUND: There were (3) change orders considered and approved by the County Administrator during the month of January, 2026. 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. 005-2023) or 5% of the original contract price, whichever is greater. The BOCC requested a monthly report of all change orders considered by the County Administrator. INSURANCE REQUIRED: No CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATION: Approval. DOCUMENTATION: Airport Monthly Change Order Report FINANCIAL IMPACT: N/A Effective Date: Expiration Date: Total Dollar Value of Contract: Total Cost to County: Current Year Portion: Budgeted: Source of Funds: CPI: Indirect Costs: Estimated Ongoing Costs Not Included in above dollar amounts: Revenue Producing: If yes, amount: Grant: County Match: Insurance Required: E U O N N r-I r-I r-I O O O 4-0 O c� V, O Q 0 .�-i O O m ate' } c M V) a) c76co Q -0 � O Q V O - M O U c6 a-' C 4- h.0 V;aJ �_ uvi m c-I U L -0 O C C w ri f° E cB '� N M Ql Q i -0- aJ � O bn to a O '� r-I C Q OU ++ Z; Ln O L 0 t a C t Q d r-I H Q vI Q m U ^ 4 c O 00 = 00 t.0 .4 (1-4 O O rn E z M alzt 0 Ln O O (� O O O V) L- C: O O u O O Y U Q 4� O O O U U N �. N LL > L p z s U ai � a- E a, m E wN U O a Q V) a) 4 O O +-� c> w 0 O > O }' O O L � O a E 4 U — v � 0� 0 Q Ln N Q 06 0 O O X U H 2 w w I Docusign Envelope 110: 758E707C-0152-4329-B4,DC-2BF2AOD3ri440 WC A WSTR,8900.2 Foxwmam jlp InV2017 NO* i MONROE COUNTY/DEPARTMENT OF AIRPORTS CONTRACT CHANGE ORDER PROJECT TiTUE KWIA Cancowse A & Terminal Unproveirraents CHANGE ORDE R 140. ; 052 UTIAMN DATE: 2/27/2025 70 CONTFUM", TOIRIII WA/Guff Keystar N CC) Nri"W-T MkTE: 8/17/2022 The Contract is changed as fiftmm The Origina@ (Contract Sum) (Guaranteed Maxhmi Pirke) 101,461,771.00 Net change by previously authoxied Cliange, Ordw 17,693,86188 'The (Contract Sum) (Guaranteed KWurn Price) prior to this Chage ardw was 119,155,634,89 The (Contract Surn) (Guaranteed Worn Price) tar 0l be )Increasedby this, CharlSe Order 124,083.75 The new (CoritraLl Surri) (Guaranteed Wum Price) including Ms Cliange Order is 119,279,71&64 The Contract Time wfli be (changed) by The date of Suinsfaritiall Compliefien as of the date of Oik Change Order is TOO days 5/22/2026 Detailed Description o�f drop order and jusfificabom 7op;—ruff `wrtP 'in 1—he—foli—ow'—ng' —ex'e—cu'—ted'—PEFO's'� ------ ------ ------ ------ PC0131 New diiymalli pardtions and staWess-steel cpaddOig to enclose the Pedestrian Controll Equilpment art the Passenger Bridges Pf.'01 133 Restriping of Gate I in accordance with the new drawing revidons PCO 1.45 mnstaiiation of two tempoiraty peeSSUN'e, PUMPS at the KWIA Concourse A to, 5upport water dose PCO 150 Gate 8 Vesfibule: furn'tlshinjg and instahatiorr of thine Gate 8 vesfibule iriduding the steell framing, scorefrontanid door PCO 15,2 RF11 NS12 & #SIS: Area E sBab pouir-lmk, repah-s to existing concrete colurnns & beams repair PCO 159 RR #51,5,1. RerouOrig of 12" ducA at Area E over the rentall car offices and running ft beneath the concrete be.am PCO 160 SeW-qed0Vrrnft Vile Phase 2 buddfing demolifion at the lr.,Lxusbng Terminals by the JV This ch ange order hs 0,12% ofthe oirignail contract Ipyrice. Not valW until signed by Owner, Architect (if applicable), and Contractor /—mamd by: S � 6ru 12J1912025 1151213 PST Sfined by: Doc Vgrmd dry: DATE® CONTRACTORS: 6A I YL-r 12/18/2025 � 15:59:49 EST ftned by Ar�, �,fYiWAJAJ EXEcurriv,E DiRECTOR OF AIRPORTS F�.'. COUNTY/DEPUTY ADVANSTIRATOR NROE coul PROV PE DATE: 1/5/2026 1018:013,29 PST DAM Digitally signed by Christine Christine Hurley Hurley Date: 2026.01.08 13:33:58 -05'00' mm ff I in11 w —; — �� —P, Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 r=' -rAR PCCO #052 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 #052: PCOs 131, 133, 145, 150, 152, 159, 160 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: 11/22/2025 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: $124,083.75 Concourse A DESCRIPTION: This PCCO authorizes the scope of work in the following executed PCO's: • PCO 131 New drywall partitions and stainless -steel cladding to enclose the Pedestrian Control Equipment at the Passenger Bridges • PCO 133 Restriping of Gate 1 in accordance with the new drawing revisions • PCO 145 Installation of two temporary pressure pumps at the KWIA Concourse A to support water closets • PCO 150 Gate 8 Vestibule: furnishing and installation of the Gate 8 vestibule including the steel framing, storefront and door • PCO 152 RFI #512 & #515: Area E slab pour -back, repairs to existing concrete columns & beams repair • PCO 159 RFI #515.1: Rerouting of 12" duct at Area E over the rental car offices and running it beneath the concrete beam • PCO 160 Self -performing the Phase 2 building demolition at the Existing Terminals by the JV ATTACHMENTS: NV2A_PCO i#1.33 (CT;C_Gate I Restriping7$12,100) pdf, IIA...0 TCPCO _150.Gate-8..._Vestibuled ev...._01.pdf, NV2A_PCO 91_52 (IE:tella $21149 70) pdf, KWIIFt....I,..otspeich . PCO 131 Pedestrian�Contr._pdf, KWIIA,.....fumkey_159�,... Rerouting..._ of 12_f:) pd_f, KWIIfis PCO 160 ... IPhase..._2 Building_If.)emolition_pdf, Ktl\/IIA GaryPlumbing.__PCO_145_;....:Temporary pdf POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO # Title Schedule Impact Amount 131 Lotspeich - New Partitions and Cladding at Bridge $7,132.40 133 CTS - Restriping Gate 1 $12,100.00 145 Gary's Plumbing - Temporary Pressure Systems $16,335.00 150 Gate 8 Vestibule $63,930.98 152 Bella -Area E Slab Pour -back, Concrete Columns & Beams Repair $21,149.70 159 Turnkey - Rerouting of 12" Ductwork at Area E $3,435.67 160 Phase 2 Building Demolition Work at the Existing Terminals $0.00 Total: $124,083.75 NV2A/Gulf Keystar JV Page 1 of 2 Printed On: 12/5/2025 04:54 PM Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 num NV K MM Kr=, s-r A G PCCO #052 The original (Contract Sum) Net change by previously authorized Change Orders The contract sum prior to this Change Order was The contract sum would be changed by this Change Order in the amount of The new contract sum including this Change Order will be The contract time will not be changed by this Change Order. Initial DS $101,461,771.00 $17,693,863.88 $119,155,634.88 $124,083.75 $119,279,718.63 Christopher Kopec (McFarland Johnson, Key West International Airport NV2A/Gulf Keystar JV Inc.) 49 Court Street, Suite 240 3491 South Roosevelt Boulevard 9100 South Dadeland Blvd, Suite 600 Binghamton, New York 13901 Key West, Florida 33040 Miami, Florida 33156 Signed by: Signed by: E019093827A75487 Signed by: ocuSigned by: 1—!--8r65F52F4C2F4D3ED olun, Sc(�,c,v�,►r (P062EB42336487_.. ...SF59717D29E34A5... SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 12/19/2025 1 15:12:13 PST 1/5/2026 1 08:03:29 PST 12/18/2025 1 15:59:49 EST NV2A/Gulf Keystar JV Page 2 of 2 Printed On: 12/5/2025 04:54 PM Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 PCO 131 Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 K GULF BUILDING PCO #131 V C=7n KSY',ST*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 #131: Lotspeich - New Partitions and Cladding at Bridge 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: 131 / 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: 2/27/2025 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: $7,132.40 POTENTIAL CHANGE ORDER TITLE: Lotspeich - New Partitions and Cladding at Bridge CHANGE REASON: A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Lotspeich - New Partitions & Cladding at Bridge Drawing A-508 dated 05/02/2022 from the 90% CD, shows the previously deleted VR Ceiling and no enclosure around the Pedestrian Control Equipment. Subsequent revisions to drawing A-508 does not included the VR ceiling and show a prefinished aluminum enclosure to ceiling. As a result of coordination meetings regarding installation of the Pedestrian Control Equipment with the architect, JV and subcontractors, it was determined that the area be enclosed with drywall and stainless -steel cladding. This proposed change order includes costs associated to add new drywall partitions and stainless -steel cladding to enclose the Pedestrian Control Equipment at the Passenger Bridges in accordance with the attached Lotspeich's RCO 18 dated February 24, 2025. Should the AE and the Owner opt to enclosed the Pedestrian Control Equipment as proposed, directions to proceed must be given 10 days prior to the installation of the Flip Flow Gates. The drywall in this area must be 100% complete prior the equipment installation. Flip Flow Equipment is schedule to start March 14, 2025. ATTACHMENTS: IKWIIA_I._otspeich RCO 018.pdf NV2A/Gulf Keystar JV Page 1 of 2 Printed On: 2/28/2025 10:02 AM EST Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 PCO #131 # Budget Code Description Amount 1 09-.29.10.30.S Gypsum Board I Framing Finish. Subcontractor New Partition & Cladding at Bridge $6,484.00 2 99-.99.99.66.0 Procore OH & P.Other 10% Markup $648.40 Grand Total: $7,132.40 Christopher Kopec (McFarland Johnson, Inc.) 49 Court Street, Suite 240 Binghamton, New York 13901 ISigned by: (Asfbr(t � S. 6rc c I( Signed SIGNATURE DATE 9/25/2025 1 06:53:43 PDT Key West International Airport NV2A/Gulf Keystar JV 3491 South Roosevelt Boulevard 9100 South Dadeland Blvd, Suite 600 Key West, Florida 33040 Miami, Florida 33156 1�--�8r65P52F4C2F4D3.- SIGNATURE Signed by: /e/ DATE 10/3/2025 1 08:05:25 PDT Signed by: , M-L r Nkm s -- AAD2DE76A693417... SIGNATURE 9/22/2025 1 15:14:35 PDT DATE NV2A/Gulf Keystar JV Page 2 of 2 Printed On: 2/28/2025 10:02 AM EST Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 nESTABSLIKSHED 1928 February 24, 2025 Antonio Pinto NV2A I Gulf Building 3491 S Roosevelt Blvd. Key West, FL 33040 Re: KWIA — New Partitions and SS Cladding at Bridge Lotspeich RCO 162542-018 Dear Mr. Pinto, We submit this proposal for the above referenced subject. Scope and Price of the Work Due to changes with the pedestrian control equipment, new drywall partitions are required to provide closure around the Flip Flow system. Sheet A121 D shows a new pony wall, plus two two-sided partitions. We propose using 3-5/8" framing with 5/8" drywall for these partitions. Visible drywall will be finished to Level 4. All other drywall areas to be cladded with stainless steel. Furnish and install 16ga (1/16" thick) #4 Brushed Stainless Steel pony wall panels and top cap at pony wall between Pedestrian Barrier Gates and Flip Flow system. Also, furnish and install stainless steel panels to clad outside faces only of small closure partitions. Inside faces of closure partitions must be finished to Level 4 as they are visible. This area of drywall must be 100% complete PRIOR TO installation of Flip Flow system. The price for the work above is $6,484. Please forward a change order to the contract for the total above if you would like to proceed. Proposal Certification and Expiration Lotspeich Company Inc, certifies that this proposal is reasonable and accurately reflects the additional work and cost for this change to the best of our current knowledge. We reserve the right to amend or withdraw this proposal at any time prior to the issuance of a Change Authorization by NV2A i Gulf Building. This proposal is withdrawn if not accepted within thirty days from February 24, 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. G. Aaron Elston Project Manager Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 Lb I IIVIHTE WORKSHEET OESTAMBLISFIED 1928 KWIA New Partitions and SS Cladding at Bridge LOTS #: 018 JOB #: 16-2542 Material QUANTITY UNIT TOTAL Misc. Framing / Drywall / Finish Materials 1 77.00 77.00 SS Pony Wall Panels + Partition Cap 1 402.00 402.00 SS Closure Partition Panels 1 490.00 490.00 Structural Grade Adhesive 1 175.00 175.00 Caulking / Beauty Bead 1 35.00 35.00 CATEGORY CARPENTER/MECHANIC (NET) LABORER/DRIVER CARPENTER FOREMAN/SUPERINTENDENT PER DIEM ($300 PER MAN DAY) TOTAL MATERIAL SALES TAX TOTAL MATERIAL HOURS RATE 1,179.00 88.43 1,267.43 TOTAL 64 42.60 2,726 10 28.40 284 6 56.80 341 4 300.00 1,200 TOTAL LABOR 4,551 TOTAL MATERIAL 1,267 SUBTOTAL 5,819 CONTRACTOR'S OHF 582 BOND 83 TOTAL 6,484 U0 cD «s E: G Ir LL N O2 O F-❑W �❑ >—i __ LL U) _ °C Ir LU LL cr Z LU O O z U) Q Z z = cn U Z Z O G O Q LL 06 cc -1O O-1O g� Ov)� �C7 L11 �z IrX� LLLLO aH U Zz ON JQH U C3� Z� Ccw� pCUcn OZ zF- crQ wC7 LLC3= zz� cn W Q Z cnz 2 J Jc�z O XZ ��� LLLLO XO O� F- 0 LUO oC0C❑ LUU U)> >XO >LuCi .l of0 E- ofa iml iml Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 PCO 133 Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 Docusign Envelope ID: 6BODC42D-BO8C-43A8-8D79-9343D60694D6 GULF BUILDING K amn7 IK(=—YST*R NV2A/Gulf Keystar JV Project: 20-203MI - 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 #133: CTS - Restriping Gate 1 TO: Key West International Airport FROM: NV2A/Gulf Keystar JV 3491 South Roosevelt Boulevard 9100 South Dadeland Blvd, Suite 600 Key West, Florida 33040 Miami, Florida 33156 PCO NUMBER]REVISION: 133/0 CONTRACT. 20-2039-01 - Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari (NV2A/Gulf Keystar JV) STATUS: Pending - In Review CREATED DATE: 3/12/2025 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- $12,100.00 CHANGE REASON: A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) This change order addresses the costs associated with the restriping of Gate I at KWIA (20-2039-01). The markings for Gate 1 required restriping because the revised drawings with the Gate Marking Updates were received on the same day that CTS painted the envelope according to the approved drawings. A cost breakdown and backup invoice are attached. ATTACHMENTS: Budget Code Description Amount 32-.17,23.00.S Pavement Markings and Signs.Subcontractor Gate 1 Restriping $11,000m 2 99-,99.99.66.0 Procore OH & P.Other Prime Contract Markup $1,100.00 Grand Total: $12,100.00 Christopher Kopec (McFarland Johnson, Inc.) 49 Court Street, Suite 240 Binghamton, New York 13901 Christopto her ch�lri�tsallrs�qncdby hop Kqw Kopec Date: 2025I U2 09:50A6 -04'00' SIGNATURE DATE Key West International Airport 3491 South Roosevelt Boulevard Key West, Florida 33040 10.02.2025 --T S 6-K E DATE NV2A/Gulf Keystar JV 9100 South Dadeland Blvd, Suite 600 Miami, Florida 33156 FDocuSigned by: A N--u SIGNATURE DATE 3/12/2025 1 15:16:55 PDT NV2A/Gulf Keystar JV Page 1 of 1 Printed On: 3/12/2025 05:22 PM EDT Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 Docusign Envelope lD: 6BODC42D-BO8C-43A8-8D79-9343D60694D6 40 E P64:0 Attention: NV2A, Key Star Construction & Gulf Building DA-rE: 3/725 One Detran Center 9100 South Dadeland Blvd., Suite 600 Miami, FL 33156 Ka West Intemational AraoO , Ka v Wed, FL 33M Rssd e G Descrictton 9AWN—Ow —I&I.— LOWS RUP UO Oft M f— "A ftgrom Cate I - - - - - -------- - .. . . ......... . ........... . . . .... —&P I.flt LS I GOO 00 _$7,000.00 C-dfti' 11,000.(JO ... ,—' LPrepaared ChadeX T Inc. i Sheet Date: 317125 sigrwtuire: Crate Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 Docusign Envelope IID: 6BODC42D-B08C-43A8-8D79-9343D60694D6 3905 Buchanan St, Hollywood, FL 33021 (786) 412-5037 paul@tcrTisi.net wwwAricountypavernent.corn CSBE Broward county certified contractor Liscenced and insured Tricuounty avement Markings Inc Estimate BE Job name Change order (Terminal 1) Additional terminals TDPPInO & SOIIS jason@charleytoppino.corri (305) 304-3402 ltern Gate one rernoval by form Waterblasting ResIdIpe knes p(,.,r new layout Per new change oirdm Estimate No: 423 Date: 03/05/2025 1 $0.00 $0,00 10,000 $1.00 $10'000.00 Subtotal $10,()00.00 'rAX 0% $uo Total $10'000'00 OWN Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 PCO 145 Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 BUILDINGGULF i �ILI V2 b:k =Mn KSY',ST'*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 #145: Gary's Plumbing - Temporary Pressure Systems 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: 145 / 0 CONTRACT: 20-2039-01 - Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari (NV2A/Gulf Keystar JV) STATUS: Pending - In Review CREATED DATE: 4/25/2025 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: $16,335.00 POTENTIAL CHANGE ORDER TITLE: Gary's Plumbing - Temporary Pressure Systems CHANGE REASON: A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Gary's Plumbing - Temporary Pressure Systems This Change Order includes the costs associated with installing two temporary pressure pumps at the KWIA Concourse A project (20-2039-01). These pumps will temporarily support the operation of water closets until the permanent booster system change order receives approval from the Owner. Further details are provided in the attached backup. ATTACHMENTS: 1011IIA_ Temp Pressure_ System IInv 52143.pdf # Budget Code Description Amount 1 22-.00.10.10.S Plumbing.Subcontractor Temporary Pressure System $14,850.00 2 99-.99.99.66.0 Procore OH & P.Other Prime Contract Markup $1,485.00 Grand Total: $16,335.00 Christopher Kopec (McFarland Johnson, Key West International Airport Inc.) 49 Court Street, Suite 240 3491 South Roosevelt Boulevard Binghamton, New York 13901 Key West, Florida 33040 by: --Signed by: ISigned sfbr( tr S. 6rc c �( -062E1EB4233B487... --8E65F52F4C2F4D3... SIGNATURE DATE SIGNATURE DATE 9/25/2025 1 07:33:30 PDT 10/3/2025 1 08:06:17 PDT NV2A/Gulf Keystar JV 9100 South Dadeland Blvd, Suite 600 Miami. Florida 33156 1—Signed by: M-t r Nku't s —�-AAD2DE76AS93417 SIGNATURE 9/22/2025 1 15:15:44 PDT DATE NV2A/Gulf Keystar JV Page 1 of 1 Printed On: 4/25/2025 10:01 AM EDT Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 Gary's Plumbing and Fire, Inc. Invoice P Ph. (305) 296-6013 6409 end Terrace Suite 1 Date Invoice # Key West, FL 33040 4/24/2025 52143 Bill To NV2A P.O. No. Terms Phone Number Due on receipt Qty Description Rate Amount Sub: Low water pressure to terminal Ref: Temporary Booster Pump Provide and install temporary booster pumps to increase available water supply in order to flush solenoid operated style water closets. A singe pump shall be installed in each plumbing chase to assist back to back fixture groups. ADA and Family restrooms are not connected to chase will not be supplied with increased water pressure. These installs will not supply boosted water pressure to any other plumbing fixtures or concessions areas. This is temporary measure to assist in operation of water closets until a permanent booster system is selected to service this facility. 2 Installation of temporary pressure pump 7,425.00 14,850.00 A 3% transaction fee will be added to balance due for credit card processing. Subtotal $14,850.00 Sales Tax (7.5%) $0.00 Total $14,850.00 Payments/Credits $0.00 Balance Due $14,850.00 Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 PCO 150 Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 BUILDINGGULF ILLIV2b:k ==nKSYST*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 #150: Gate 8 Vestibule 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: 150 / 1 CONTRACT: 20-2039-01 - Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari (NV2A/Gulf Keystar JV) STATUS: Pending - In Review CREATED DATE: 7/28/2025 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: $63,930.98 POTENTIAL CHANGE ORDER TITLE: Gate 8 Vestibule CHANGE REASON: A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Gate 8 Vestibule This change order authorizes the furnishing and installation of the Gate 8 vestibule including the steel framing, storefront and door, matching the design and specifications typical to Gates 1 through 7 at the KWIA Concourse A (20-2039-01). Cost breakdown and further backups are attached for more details. ATTACHMENTS: Fslimafe 331 2025..06...27 (1) pdf , .051.200-005...O..MII-1 Response pdf , ._Submittal#/003-Rev...2..Alurnin Lim .Framed —Storefronts -Reduced, pdf , ..IKaywesk welding_$3792.60 pdf , _KWIA CO 6 .. Cate 8 with Breakdown pdf # Budget Code Description Amount 1 08-.44.10.10.S Curtain Walls.Subcontractor Gate 8 Storefront & Door $43,826.47 2 99-.99.99.66.0 Procore OH & P.Other Prime Contract Markup $4,382.65 3 05-.12.10.00.0 Structural Steel Framing I Joist.Other Gate 8 Steel Frame $14,292.60 4 99-.99.99.66.0 Procore OH & P.Other Prime Contract Markup $1,429.26 Grand Total: $63,930.98 Christopher Kopec (McFarland Johnson, Inc.) 49 Court Street, Suite 240 Binghamton, New York 13901 ISigned by: (urisfbr(t � S. 6rc c I( Signed SIGNATURE DATE 9/10/2025 1 05:47:38 PDT NV2A/Gulf Keystar JV Key West International Airport 3491 South Roosevelt Boulevard Key West, Florida 33040 -°--Signed by: K�4 Sfv�c�(AJAJ --8E65F52F4C2F4D3... SIGNATURE 9/17/2025 1 05:21:44 PDT DATE NV2A/Gulf Keystar JV 9100 South Dadeland Blvd, Suite 600 Miami. Florida 33156 Signed by: , M-t r Nku—( s -- AAD2DE76A693417... _ SIGNATURE 9/9/2025 1 17:23:03 PDT DATE Page 1 of 1 Printed On: 9/9/2025 08:02 PM EDT oo"umgnEnvelope ID: roaerorC-01nz-4nzn-y4uCaopzAnoaB44n 0 It 013wford�jracey Corpoiratiori — G|(.,1zing |nnmvntions Since 1966 Cl 0 4p�1 =��� TO: NV2A Attn: Antonio Pinto Phone: 305-202-0810 CKNUMBEK ISSUED BY JOB NAME: JOB NO: LOCATION: PHONE: CONTRACT NO: CONTRACT DATE C 1­1 A N G E 0 FZ 1) E R N Ei|ivRommn Key West International Airport 66028 3491 S.Roamyeve|tBlvd 8M0202 The following add is to add one more gate storefront and door, typical to the 1-7 gates. VVehave included two mobilizations for this scope. This also includes breakmetal above the storefront as we did for the other gates. Material $23.186.89 Shipping $1.500.00 Labor $3.860.00 Mobilization $2.240.00 Pehdium $5.000.00 Total Cost $36.109.97 Tux $1,028.08 Total $43,826.47 Permits Overtime Labor Field Measuring Structural Supports at heads, sills, corners and Jambs Spandrel glass Auto Operator, card reader, key pad, ADA NOTE: This Change Order becomes part ofand inconformance with the existing contract We hereby AGREE to make the change(s) specified above at this price. Ommmmmm+ $43,826.47 DATE: 6/10/2025 PREVIOUS CONTRACT AMOUNT CONTRACTOR: REVISED CONTRACT AMOUNT ACCEPTED - The above prices and specifications of this Change Order are satisfactory and are hereby accepted. All work to be performed under same terms and conditions as specified in original contract unless otherwise Stipulated. Date ofAcceptance: OWNER: a/onamm "Ourgoo|isnotfobecnbmcomefhabiQges.onlytobuUdunournaputotionasfhebest commercial glazing contractor and monufnofurec" Ray Crawford 3301 &N113mDr. ' Deerfield Beach, FL33442-8188 ^T: 954.038.6888- F: 954.698,6889 ' Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 NV � 0 U L F aUUILDINiV, NV2A/Gulf Keystar JV Y T " 9100 South Dadeland Blvd, Suite 600 Miami, Florida 33156 P: (786) 233-5060 Project: 20-2039-01 KWIA Concourse A and Terminal Improvements Program 3941 South Roosevelt Blvd. Key West, Florida 33040 Submittal #08 4313-003.2 - Aluminum -Framed Storefronts - Shop Drawings 08 4313 - Aluminum -Framed Storefronts Distribution Summary Distributed by Ryan Donnelly (NV2A/Gulf Keystar JV) on Feb 26, 2024 To Eiliv Rosen (Crawford -Tracey Corp), Gustavo Lazaro (NV2A/Gulf Keystar JV), Ryan Donnelly (NV2A/Gulf Keystar JV), Tim Bergeron (NV2A/Gulf Keystar JV), Antonio Pinto (NV2A/Gulf Keystar JV), Alex Hyppolite (NV2A/Gulf Keystar JV), Jose McSherry (NV2A/Gulf Keystar JV), Gregg Gaston (NV2A/Gulf Keystar JV), Claudio Santos (NV2A/Gulf Keystar JV), Mansour Sodagari (NV2A/Gulf Keystar JV) Message Attached please find KWIA Submittal #08 4313-3-2 — Aluminum -Framed Storefronts - Shop Drawings to be revised & resubmitted. Please let me know if you have any questions. Attachments Name Judy Telford (Mead & Hunt) Revision 2 Status Closed Issue Date Jan 8, 2024 Responsible Crawford -Tracey Corp Contractor Received Date Final Due Date Mar 1, 2024 Location Approvers Ball in Court Distribution Description Response Attachments Revise and Tr_an_smitt-_al Subm---if-k-al_-_0_8_ Resubmit 4313-001-1 - Aluminum - Framed Storefronts - Rev 1 (Responded -and C-II_o--s--ed-).pd--f, 08 4313-003-2_ -_M H_espo-n--se--.pdf, Transmittal_ Submittal - 08 4313-001-1 - Aluminum - Framed Storefronts - Rev 1 (Responded and C-I_os--ed-).p--df Comments REVISE AND RESUBMIT See attached .pdf for MH comments Note: Please review the attached Transmittal PDF for the full formatted text. Submittal Manager Ryan Donnelly (NV2A/Gulf Keystar JV) Date Created Jan 8, 2024 Spec Section 08 4313 - Aluminum -Framed Storefronts Received From Submit By Jan 31, 2023 Lead Time Cost Code Type Shop Drawing Ryan Donnelly (NV2A/Gulf Keystar JV), Tang Fang (Mead & Hunt), Christopher Kopec (McFarland Johnson, Inc.), Don Koppy (Mead & Hunt), Frederick Mock (McFarland Johnson, Inc.), Judy Telford (Mead & Hunt), Tonya Wood (Mead & Hunt) Alex Hyppolite (NV2A/Gulf Keystar JV), Antonio Pinto (NV2A/Gulf Keystar JV), Gustavo Lazaro (NV2A/Gulf Keystar JV), Mansour Sodagari (NV2A/Gulf Keystar JV), Claudio Santos (NV2A/Gulf Keystar JV), Gregg Gaston (NV2A/Gulf Keystar JV), Jose McSherry (NV2A/Gulf Keystar JV), Ryan Donnelly (NV2A/Gulf Keystar JV), Tim Bergeron (NV2A/Gulf Keystar JV) Track Procurement No Notes NV2A/Gulf Keystar JV Page 1 of 2 Printed On: Aug 20, 2024 06:35 PM EDT Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 Submittal #08 4313-003.2 - Aluminum -Framed Storefronts - Shop Drawings Project: 20-2039-01 KWIA Concourse A and Terminal Improvements Program Submittal Workflow Name General Information Attachments Eiliv Rosen Comment Ryan Donnelly ..�..aing I::�aIng Chriistophelr Kopec f.:)oln Kolppy Flrederiick Mock Judy Telford Comment R)inya Wood Sent Date Due Date Returned Date Response Attachments Jan 15, 2024 Feb 14, 2024 Submitted rib 43, 3 frail -2 Alu nnlriuin ,"•"loiefi'onf pff See attached for interior package and the door hardware package. There seems to be a lock in the substitution request form, so I included a note in the description. Feb 16, 2024 Feb 23, 2024 Feb 16, 2024 Reviewed by NGK O8_4313-003-2_-_ Aluminum _Storefront._pdf :::eb 16, 2024 Mar 1, 2024 l::Ierudiilrng f::eb'16, 2024 filar 1, 2024 f:bendiing I'eb 16, 2024 RAi.:ar 1, 2024 Iaendling l:::eb 16, 2024 Malr 1, 2024 l::aend my Feb 16, 2024 Mar 1, 2024 Feb 26, 2024 Revise and Resubmit Transmittal _Submittal _-_08431_3-001-1_- Aluminum -Framed Storefronts - Rev 1 (Responded and Closed df Current Transmittal_ Submittal - 08 4313-001-1 - Aluinum-Framed Storefronts - Rev 1 (Responded _and_Closed).pdf (Current) 08_4313-003-2_- MH __Fiesponse._pdf (Current) REVISE AND RESUBMIT See attached .pdf for MH comments Note: Please review the attached Transmittal PDF for the full formatted text. l:::eb 16, 2024 Mar 1, 2024 l::zendiing NV2A/Gulf Keystar JV Page 2 of 2 Printed On: Aug 20, 2024 06:35 PM EDT 000usignEnvelope ID: 7sme7o7o*1sz-4nze-a400-2npzAoona44o Mead &Hun� Inc, 1 4099 McEwen Road, Suffl,c 450 DallasM 75244 SbaLcs p�Z,C�jsCT! EYVV Key West ConcA&Ternlina| c»nl SsmT� pnngrarn 4317400-200135.01 SUeIsC.T084313-001-1 -A|urninurn- 5UoIVIzTT41.|o Framed Storefronts - Rev 1 TYpE� Submittal TRAN5MD-I ALl1) pUmpOSRevise and Resubnnit- Exceptions »ze Taken 5PE[5E[TlON F�O1%1 NA1%1E Judy Telford 084313 ������N�������N ������������� 2/26/2024 084313-001-1 - Aluminum - Framed Storefronts - Rev COMPANY EM4JL PHO�E ]udyTe|ford��nnaadhunt Mead 0kHunt, Inc. ' 409-046-0180 .corn TQ NAME CDMPANY EMAlL PHONE ryand@gu|fbui|ding �n ' ryond@gu|fbui|ding.corn REMA R,K5REVISE AND RESUBMIT See attached pdf for MH comments MENNEN �UANT[TY� 1 QATEQ2/20/2024 1\1U1`16E1� oES[RlFIT �ON! 084313-003-3- MH Response.pdf ACTlQN� REI%1ARKS� O2P1ES� Oona|dKoppy Tang Fang (Mead &Hunt) P�(13 e 1of1 Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 20-2039-01- KWIA Concourse A and Terminal Improvements Program 3941 South Roosevelt Blvd. Key West, Florida 33040 United States Title Aluminum -Framed Storefronts - Shop Drawings Spec Section 08 4313 - Aluminum -Framed Storefronts Number Rev 08 4313-003 2 Description None 7 IT, i M,.,i IMIMU�VMV-- qj ;"wrrw Project: 20 2039 01 Reviewed by: R SLl4rd'rttt39I M, 084313 003...2 Date; 2/16/24 Reviewerstatus", Submittal wvas reviewed to ffenerat contornnonce to centf"act do[•timerits only, It. Is not to be cAnlstrued as accerfannce of responsNbkNlty trot design iniont, Approval' of ants srubrrofnt W does not relieve the subcontractor or vendor of their contractual responsibility to confirnn tolerances, clearances., quarffillos, fabrication processes, t tinngu s, of construction, coorddrlatlon of work, with other trades, and performance of work 'in a safe and satisfactory manner, Wits" BUILWNG NV2A/Gulf Keystar 9100 South DalMland Blvd, Suite 600 Miami, Florida 33156 United States (786) 233-5060 Submittal Manager Ryan Donnelly Type Shop Drawing S u IIIIM 111F IfAll... IRIEVII IE Approved . IMo Exceptions "t•alkein p mM Approved as IMoted . IMalke corrections INoDted (Resublrniittall INot Reg,uiilred) I IReviise and Resubmit • lii.Xceptiions Talkern IRe,iected Accepted . Ilinfo irimatiio hall >ubruniittall INot Accepted . Ilinforimatiionall Subrrrniittall II I= Architect's/Engineer's action on this Submittall is based solely on the information submitted and its subject to the following: Archiitect's/IE::ngineer's review its limited to verifying gernerall comlpatiibli ty with the design concept of the corrmplleted Project as a functioning wholle as indicated by the Contract Documents, and for generall compliance with the information given in the Contract Documents. No detailed check of quantities or dimensions was made. Approvaall of a specific iitern shall not mean approvall of an assembly of which the item is a component, Disposition or notations do not constitute a contract modification and do not relieve the Contractor from compliance with Contract Documents, governing codes and iregullations. Contractor shall be solleiy responsible for complyingwiith the Contract CDocuments, as well as with Supplier's/Manufacturer's instructions consistent with the Contract Docurrneirds, Owner's directions, and (Laws and Regulations. TheGenerall Contractor, subcontractor, andfor Construction Manager is solely responsible for: obtaining, correlating, confirming, and correcting dimensions at the Site; quantities, infforirnatiom and chances pertaining to fabrication techniques, mLans, methods, sequence.,, procedures, and techniiques Of constructiion; coordinating work with other trades; and ensuring that work its 1perfforrrmed in a safe and satisfactory manner, Arc hilect/lE::ngineer its not responsible for resulbrniittalls or tracking progress of resrubmmiittalls. MEAD &,, IHUNT, INC.' IUI �:. IFI Alf';CIFIII'U"EC'T'tJlf';E, IIIFUC. ........................................................................................................................................................................................................................................................... IBY 02825 IDA'11"IE, 2/20/2024 D. Samples: Submit two samples three x three inches in size illustrating finished aluminum surface in color specified, specified glazing, infill panels, glazing materials. E. Manufacturer's Certificate: Certify that the products supplied meet or exceed the specified requirements. F. Fabrication Sample: Of each vertical -to -horizontal intersection of assemblies, made from 12-inch lengths of full-size components and showing details of the following: 1. Joinery, including concealed welds. 2. Anchorage. 3. Expansion provisions. Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 MIAMI-DMADE MIAMI-DADY. COUNTY 'C"TION PRODVCT CONTROL S13 2-6111 11805 SW 26 Street, Rmin 209 DEPARTMEW OFREGULATORV AND FCONC)MIC RES01,11VIS (RER) Mmini, Morkizu, 331'75,21174 HOARD AND C.ODE ADMINIS'l ' 'RATION DIVI$10N T(786)T15-2590 F(786)315-2599 N(HICE11 OFACCEI-ITANCT, 'NON A.- ... . ............ . . . ............ . ... ) .......................................................................................................................... ASSA ABLOY Entranee System US, Ine. 1900 Airport Road Mourcie, NC 28110 Scupr- This NOA is being issued under the applicable rulesand re'l"whitionq governing the msT of Construction rmlterials'file documentation suhrnitled has been revk.-,wed and accepted by Mianni-Dade Coiuity RE R -Product ("britrol Section to be used in Mianii Dade Courity and other are"a's whom alhmed by the Authority Having Jufis(liction (A111), This NOA. shatll not i--ie valid after the expiration date stated l)ekiw. The Miarri-Dade County Prodtict C',ontrol Section (In XIJatnii )')4de County) and/or the AID ( ' in areas other than Miatni Dade Cu ontse y) rerve dice right to have this prodixt or material tested for quality assurance Tmrposos. If this Product or inal.crial fails to 1)erform in the accepted Manner, the nianofaclumi- will iricirr the expense of such. testing and the Al U may immediately zevoke, niodify, or stisperld the use of such Product or material wit'hin their jurisdiction, RER reserves the right Lo revoke this accept, I ance, if it is cletcrm.ined by Miarrii-Dade Clouflty Product Control Section that this, prOducl. or i'naterial 1'8ils to ineet the requirerrients of the applicable building, code. This produe't is approved as described hureiri and h�r bmn designed (o cornply with dw Florida BUilding Code, including the I'Tigh N�rej,",,,i,y I I orricaric Zimie, Dvs(..',,R.1P,r1OM Series IISL-300 Resilience 1110411 Sliding Glass Door System Hi-Paurting and. Single Sliding Level D ('50 ft/S) -LM] APPROVAL DO C IJM Jill NT: Drawing No, SL500-,RA04FBO-'D-11V11Z titled, "Series SL-500 Resilience, R104 Sliding Door System 11i-PwAix1p, and, Siriglo- Sliding Level D (50 f(A)", sheets 'I tbrougji 21 o('21, dated 07/19/2019 Willi 1"eViNion 2, dnied On 03/03/2020, preparedby U141113fiCtUre, signed an(] sealed by Scou Wo�l,ters, RE ota 02/22,r2021, hem-ing the Nlia.nd-Dade ( , 'OLInly Product Coillrol. Revision stairq) witt) the, Notice of Accoplance numberand expiration date by the Miami -Dade County Product: Control Sectiori, MISSUT', IMPAUC RATIN"G: 1,arge aritt Small Impact Resistant 1- Max panel widths to excir,',ed per sheet 2, (So-Sx--SxSo) rani sheet 3 (So-Sx). 2, Not approved,whore water infiltration is tequired. LABEIANG, Each unit, sheen bear aperinarient labul vvith t1w maind I acturer's nuil'ie or logo, city, state".inn serrcs "Ind followirtg Statement: "Mizinifl-E)ade County Product (.'ojarM Approves]", itoted: herein. RENEWAl I , of this NOA shall be conMdere(] after a remwalapplication has beer) filed and thett,, has been oo change in theapplicable buddiog Qode negatively affocli.ng the parfmrlmce of this product. 7FERMINATIO1w11 01 (his,NOA will ocotr after (.lie expiraficni date or if tfi(m-e has been as rt.lvisioji or charige, ir) the niaterials, use, mid/ar manufacture of the PfOdLld Or prOCCSs. Misuse sal" this NOA as an endursernont, earl' array Product, for saics, advertising or any other purposcs'd tall autoiTiatiudly WrII)inate 11"iis NOA, F'ai.h;re to coinifly with any section of this NO A shall lie cause for torn,iination and removal ol"N(M. ADVERTISEMENT: The NOA nurnber preceded by the words Miaini-11)ado Cotinty, Florida,, and 1(.)1lowcd by the expiration dalle, rnay he displayed in adverlising, literature, It'sny portion of the, NOA is displayed, then it shall be, (101,10 in its ernirely, INSPECTION: A, copy of this eilfire'NOA shall be prov,ided U.) lhe, user by the manufacturer or its distributors and sJiafl beavailable fot inspection at the job site all lhe,reques,,l ofthol"Wildirig Oftjeial, "J'his NOA revises N0020-0106-03, consists of this page I and cvklence pages E-1, aind E,-2, as well as approval docurneut mentiomc,.d above. The SAfl1itted docurne.ntation was reviewedby Siffang Zlia(j, P.E. 05/27/2021 NOA No. 21-03,24.07 Expiration Dale: March 19, 2025 Approval Da te: Mary 27,2021 P1,1ge.1, Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 ASSA ABLOY Entrance System 11S. Inc. N0110E OF AC('119PTANCF: EVUYENCE SUBMITTE'D 1. EVIDEN(1-1"E S1,1111MITTED UNDER PREVU)tISNOAS' 1'. Mantifiduror's (lie drawings and sections ('Stibyizit,tedii,iid(�t,NOAerr. 20-0106.0.,) 1 Drawing'No. S1.,500-RJO4FBO-J)-HVHZ titlud "Series SL-500 Resilionce,'10".4 Sliding, Door System Bi-Parfirig arid, Single Sliding Level D (50 fVs)", slieet-'s I through 21 of 21, datmi 07/1912019 with reviskm 2 dawd on 03A)3/2020, prepared by inanufacture, signed and sealed by, Scott Wolters, RE"I". (Submifted undet- IVOA,No. 20-0106.03) B. TESTS 1'. Test reports on: 1) Air per,FBC, "I'AS 202,-94 (0.79 cfirig(2 @J.57PSF) 2) Uniform Static -Air Preswre'Fest, I oading per F13C,-rAS 202-94 3') Water Resistance'Yest, per FIK",TAS 202-94 (MA, conducted) 4) Large M issi lelm pact 1'est per FBC, "YAS 20 1-94. 5) Cyclic Wind Prossure Loa(fing per FIBC, TAS 203-94 6) l4orced Entry'T'est, per FRC 2411 3,2, 1, TA S 202-94 Mong with installatioti diagrarn of an aluminum autom,-ttic sliding glass doors, prepared by frited,ek, "YestReport Nos, �15787,01-55(1t8,,„)5787.02-550-1,,8,115787.03-550.18, J5787.06-550-1 8, J5787.14-550-] 8 iind, 15787.15-550-1,8 dzited 08/1,6/1 9, signed and sealed by Vinu Ahraham, PJ-'- (Submitted under, NOA No. 20-,010,6.03� C. C!A L Anchor verificAion calculationN dated 12/06/9-019, prepared by Wolters e:1,1gincoring, signed and sealed by Scott Wolters, P.F.- ('Submitted under- NVA No. 204106,013,) 2. Glazin E� ,g cornplies W/ AS"I'ME-1300-M 1). IJ A 1, I'll' Y A SSU R AN CH I . kTiami Dade Department of RegLilatcrryand Economic, Resources (RER). E. MATEMAL CE'RTIFICATIONS L Notice of" Acceptance No-17-0808.02 issued t�o Kuraray America, Inc, for the "Sentry I Glass 0 Inter-layer", expiring on 07/04/23, F. S"FATUMENTS I' stato"alent letter of conftrl-"Iaince to FBC201.7 (61"' Edition), daled 12,10( /2019, prepared by Wobers, engiticaring, signed and scaled by Scott, Wolters, RE 2. Statement. letter of "No financial interest", dated 12/06/2019, prepare(i by 'rorner engineering & constilting Inc, signed aDd seMed by Scott Wolters, RE. 3. 1.,ab conjifliance, prepared by Intertek, sigried andi,se flod by Vimi Al)raluun, P.E' (I Y. OT1,1ER L Tut. proposal # 19-0078, dated March 22, 20P'), approved by RER, A Siraug Via% 111". Product NO,A No. 21-0324.07 E'xpiration Date: March 19, 2025 Approval J)Me: May 27, 2021 ME Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 A"SSA„ ABLOY Entrance System US. h1c. NOTICE OF A(,(,,EP'T'ANCE.- ENI DEN -ClLs"!Illm' irrE'D 2. Nlj,'W E'VIDEWIT SUBMITTED A,. DRAWINGIS 1. Mail U.ractu rer's, die drawings and sectiorts (Subutitted under NOA,No. 20-0106.03) I Drawing No. SL50Q-RI04]"eBO-D-HVHZ tilled "Scries S1.-500 Resilience R.104, Sliding Door System Bi-Paill'ing "Ifull SingleShtfing Level D (50 fl/s)", shc,els I (firoug'11 21 of 2,), dated 07/19/2019 with revision 2 (hted on 03A)3/2020, prepared by signed ,and scalod by Scott Wolters, RE. on 02/2.2/2021 R. TESTS '. Nune. C. CALC'UI,VriONS L Nonc 1). QIJALTTY ASSURAM-4T 1. mhuni'Dw3e of Regiflatory arid Econoriiic Rcwurcus (RI-41.), F. MATITIRIAL CERTIFICATIONS L N'otice of Aucepimice No-20-0915. 19 issued to Kuraray Axnerica,'Inc, For 1he "Sentry (111ass O'Interlayer", expiring on 07/04/21 F, STATEMIENTS L suacmcnt letter o'(' FBC 2020 (7111 Edition), dated 02/22/202, 1, proparod by Wolters, engii,iceting, signedc,'Ind by Scott Wolters, RE, (F. OTHER L 'This NO A rovises NOA No, 20-0106.03, expiring ori 03/19/2.025. Sit"aing Zium, PA"', Product (.'°raunrr ol Exautiner NOA Ni), 21-0324,,07 Expiraflon Date: Mard"i 19, 2025 Apprmall Ua(e. May 27, 2021 Docusion Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 The ASSA ABLOY SL500 Resilience R104 offers both strength and an array of options to meet all your needs in specifying, installing and owning hurricane rated sliding doors. Available in overall frame widths of up to 16' for bi-parts , 9' for single slides and overall frame heights of 104", you get both strength and size. Coupled with an elevated ASTM F842-17 Forced Entry Resistance rating of Grade 25, the ASSA ABLOY SL500 Resilience R104 provides higher security than ever. Features ANSI/BHMAA156.10American National Standard for Power Operated Pedestrian Doors compliant TAS 202 and ASTM E283 for air leakage rate below 1.0 CFM/ square foot Full dry -glazed system that allows for glass replacement on site Attractive lock bodies that allow for single point of release per operable panel Emergency breakout to meet Life Safety Codes Replaceable track that extends the life of the overall door package Two heavy duty high performance plastic roller wheels per wheel assembly, for a total of four (4) roller wheels,1-7/16 inch (36.51 mm) diameter, per active door leaf for operation over a replaceable aluminum track Optional Features Convenience Battery: Capable of full operation with black out conditions, including sensor capabilities for minimum of 100 cycles. Digital Cycle Counter: Battery powered, 7 digit LCD cycle counter with a reset feature to track door usage cycles Access Control Package Electric Lock Management (Optional) Electrified slide lock automatically locks the sliding function of all sliding door panels within the entrance when the door panels are in the closed position. • Fail secure operation: Slide lock shall lock the sliding function of the door panels upon loss of power. • Fail safe operation: Slide lock shall unlock the sliding function of the door panels upon loss of power. Exit Device (Optional for FBO only) Locks the breakout function while allowing emergency egress at all times. Automatic locking for the sliding door when the door control switch is in the closed position. • Optional surface mounted panic device available to comply with NFPA 101 Emergency egress requirements. • Impact door packages with panic devices are rated to 80 PS F. Complies with 1. ANSI/BHMA Al 56.10, ICC A117.1, 2. ICC/IBC - International Building Code. 3. UL/CUL—Approved for use in Canada and USA. 4. NFPA 70 - National Electrical Code. 5. NFPA 101 - Life Safety Code. Activation Sensor Package ANSIJBHMA A156.10 compliant Combination Activation Motion Sensor/Safety Presence Sen- sor utilizing K-band microwave technology 1. Motion Sensor to activate door 2. Presence Detector while door is closing, mounted on each side of header Knowing Act/Manual Activation 1. Wave Plates or Push Plates to activate door 2. Motion and Presence Detector mounted on each side of header for ANSI/BHMA A156.10 compliance, sensors disabled at closed position Aesthetics Anodized Finish: Clear, Dark Bronze, Custom anodized to match architects sample. Painted Finish: Powder coat painted to match architect's specs. assaabloyentrance.us • assaabloyentrance.ca Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 PSF Ratings Min Max Min Max FrameWidth 1.20" 192" FrameWidth, 8,10" ;1,081, Clear Opening 453/4" 811/4' Clear Opening 32" 46" Mountingfieight 90" 104" MountingHelght 9'0" 104" Clear Opening 80" 94" Clear Opening 80" 94" OperatorType DC Eloctro-mechanical 1f4,HR Max Panel Width Narrow Stile: Bi-Part is48-3/4", single slide 54-3/4" (narrow) Power Supply 85V-265V adjusting automatically Power Consumption ��250W AMP Requirements A maximum of amp draw, allowing 5 operators on one 20 amp circuit Electro-Mechankal Locking Device Fail Safe/Fail Secure Impact Levels/Glass Compatibility Level D: large missile impact test rated at 50 feet per second and is available in 9116 and 1 in insulated glass Non -Impact: Non -impact entrances require shutter system for use in wind borne debris regions Level E (FBO Only): large missile impact test rated at 80 ft per second and is available in 9/16 glass. OpeningTime 1.5 Sec. Max. size* (700mm/sec.) ClosingTime 3,5 Sec. Max, size"' Hold Open Time 0-60 adjustable AmbientTemperature 31" Fto 122' F(-35° Cto 500 C) Usage This product can be installed internally or externally with suitable weather protection Complies and'exceeds ANSIjBHMA A1,56.10,ICC A117,1, ICCIIBC-International Building Code. CUL-Approwedforiuse in Canada. NFPA70-National Electrical Code. NFPA101� -Ufe Safetycode. t Configurations'ConsultASSAABLOYfor custom configurations SL500 Resilience R104 FSL Bi-Parting Narrow Stile SL500 Resilience R104 FSL Single Slide Narrow Stile ASSA ABLOY Entrance Systems Tel: 1-866-237-2687 (US) • 1-888-608-9242 (Canada) info-automatic.na.entrance@assaabloy.com assaabloyentrance.us . assaabloyentrance.ca 90 125 119 113.6 108.7 104.2 100 96.2 92.6 92 123.5 117.6 112.3 107.4 102.9 98.8 95 91.5 Lon 94 121.9 116 110.8 106 101.5 97.5 93.7 90.3 v 96 120.2 114.4 109.2 104.5 100.1 96.1 92.4 89 E 98 118.8 113.1 108 103.3 99 95 91.4 88 100 117.4 111.8 106.7 102.1 97.8 93.9 90.3 87 102 116.2 110.6 105.6 101 96.8 92.9 89.3 86 104 114.8 112 104.3 99.8 95.6 91.8 88.3 85 FBO Bi-Parting Impact Level D Frame Width 90 92 94 96 E 98 100 102 115 107.5 112.5 105.1 110.1 102.9 107.8 100.8 105.6 98.7 103.5 96.7 101.5 94.9 99.9 97.8 95.7 93.7 91.8 90 88.2 92.4 90.4 88.5 86.7 84.9 93.2 81.6 104 199.5 93 I86.5 I 80 FSL Single Slide Impact Level D Frame Width Frame90-104 �O8 80 80 80uuuuul,Illllllllllllllu8iouuuuuuuuuuuuuluuu8u0 0 80 Height o FSL- Bi-Part Impact Level D Frame Width Frame Height 90-104 80 80 80 80 - ILI m 0 Approvals/Code Compliances o v AAMA 1304 & ASTM F482 w TAS 202, ASTM E 330-97 Static Air Pressure TAS 202, ASTM E 283-99 Air Filtration TAS 201, ASTM E 1996-02 Impact, Large Missile o TAS 203, ASTM E 1996 Cyclical Test �. 0 Florida Approvals: Q Impact/Non Impact FBO/FSL Bi-Part Single Slide 30356 • and - F Miami Dade Approvals dbpru l », y ,ri r vr��d��uvil+ nrvagrrc 0 m a MIAVIIH�M) r 0 ASS,1, AM oY,v,v✓m dk,r nd. ,,go era mloe7rovvmrIhyIhi, Docusion Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 besa G ASSA AB" MEEAOEER ASSAABIAY uuuummm�uuu �uuuu uuuu �uuuiuuuuuuuuuuuul uuuuuuuuuuuullluuuuuummll i Key West International Airport Key West International Airport (Material Only) N LU w -j O H W a OC O ¢ a u 3 — C� Q a �oZ a m 5"gip c b x z Q x�Q H c vw v o cEc vw� O ~wo o v c - � 5 c�c o „.y C] v �v -G ��� •rl O O w zF� a 5 .« c�✓� cF- E,:c W " �, vigF' `r' <z <>4 �'I� W F n>LL w <- 7 � �m�7S w� ec.a a °`_ Z Q .. }Oa <05'?"�3 ?.5 ...5 q0. ax6.a t.�`•�rv'" ma aqi a�i G=2i c� �Wv� ax aF-= z W w m av 3x�'3 s aa�wSu�ao ao�coq..3 mH < a U Q Ham �!�wv'Tc y. - v._.x 5'u d. 5 G wv� ..gip Q� Z i.= a�i �.'�t�'- q�p CCU J"1 w w o c .. o w o^ 'a w aum P7 2 z' o �¢o ari ,. ^ .S a,. w zw c7a �xCS 'cF wwv�24.=i :.�.a r-�v�wu w wclxv�¢ v: °� U n O w z F z a mN w 0 �p az o z0u) z2- w z 0, w Oz 0 � w N u W ❑ v (n `oJj P 5i o y� oS ys � lw � � o I � U O O J Wou m 0, � 2: 0 N U)❑ �O >LL='-' o =z~ 0 t0J S Z�'� _ H 0wwo J N Q m 0 ii LL V z z O N Z w\+ M w J^� 3g p �uwi cn O - mZ PNmw w LL ¢ mm ¢zpz ¢w�wz p3z ¢ O Z to �Fp z<w=aa m W O llJ ainU¢z ¢<nFFw U U a�zpa �o-z> zaw 3-F y SK m - m U 21 c/ N� F'o}OU U F Jp N Q N oO�O z�OW¢ O F ,ti Q UJ �od¢n� a¢mC7w .'-. w�O LL m ti W Y z LL m W Z S Y Y U U Z Z p w0 - v � >O C7 Q w +I O 0 m w N z w 0 I WU' coa wa \ W H O O010 0 � z Z \ LL z If w \\ w LL I W 0 0 O = a 0 0 L�\ W a p \\ F N a a } w w V V � Z � �< o ww a I ��a w LJJ O O z Y J p m w n K = a¢ p w 0 O w W Q K U�lrn C, m m w O W ¢ a, y F 2 U 1 0 Z O 7 O W J W g ®s+ m 0 W wQ �z �U= 00 }� pw L pF^ �O cc a LU 0 O Oaa w ao w W m po a 7 LJ X 'N 0 w LU c p w cn � � W ca `l > = O 4rl = /1 Crl J ?"� o J Q w >a 3� 5 GG Q v Q O F"94 Q� J In w'z0 a - nd. a� > w'� C t w �mz� (n Z .,-� F '�' G '�' s w '�' A x '� a vF: �', j m N ^a z 0. U a=°� a 2 v F^ J F 9 z - w of _ - O [i o q � Z 7 W W F � O a in o i z Nh � xc F rowz n m o z� LL O 1 \u\ C J z wQo�� w°�� Q w x K U X o d Y m aw N ' Q°Wo Imo°d ILJJ M-'Ow n r d 0 g x u C z ° o �CC a W F as CC;¢ iC N Y�� C G .J 3c LL LU 0 L CO \ 2\ LU b i / i w \z z E= O 0z \ƒ 00 < o 0 / { �\\ U) m@z <eLU /: \of //\i �Iz <2m[ ¥ w -i E o ± o [ e� z 2lzz L /LL E-jn I 0 a b < \ 0 /bEƒo \\oc R 2ƒU)<2e LLJ $[ w ieeE�©\J®L e wo g g =� \< �wz CU kIE)\ Of 5 d- z% E 0 0 < < ƒ \_ D m o< co co co c LLI / % 2& w% a a« a c 6 IUA z u z 0 b J 0 I O z < « z O O \ d z R a c 0wcl w E$ƒ �/ 2±@ 00-\ /0� om< moof /2¥ o\ ±_ �ƒS LI@ 0�z 0 -i �Ri ��f� ik\/ < < m$� </ew \/b za 22= ez2LL =_I /&ƒrr =m0E 0\ E2O E-ww Eiw LU\$� 1IO2 - 0 0OIR AEI \m}� A \ƒ/IW \ E /��\ /\E\ _ /f�m /D< 00 \<}i <zF- c2=4 ƒ�-jo - 2 g /LL 222 <z0 w- z e3—< Ei�Ei z()Z _ b/iE $X±b 0�<II R2z--± w -+ LO N N W 00 C) 00 i a) a 0 a� w c 2) N U O 0 I � o J I LL .. co U------- ~ ------ O U LLI _ O � W UM) z > ULo Q w J i Q Of W U) O W_ X LU LLI F W W U) W Cn 06 CLM CO H ry W Y Z) � W U) Z m J W U W Q J (� - ------------------------------ Q ~ H Q O W Z 4 V rnW . —. -.---- ---�-----.— U W O U m Of L p O p O w U � �x �� O XLL W Cl) c� Or w jpm _0 s7 2 U LO r n N c? co LLI ��/`i W MO W LL O a- C/) 0 u) W �w Z WU) O U)06 U T co 1 m N 00 T- Q) a 0 a� w c 2) N U O 0 ry W H U) Q J n Z W 5 W U LO CN CN 9 w LLI Mr. OR on 12 — — - — — — — — — — � — — — — — — — — O'J�l �t7ai E 4 (n m >, Ff) , im co Z) Iii , z M I — U) 0 CO Co 0 0 iuu (D z z LU LO ri C:) 0 0— LL ry LL 0 0 0 LO C) Q) a 0 a� w c 2) N U O 0 Is] a 0 w 2) N U O 0 V Q T O M 1 T- O 00 O M — L *4 PTI 1 O'7a W£ V9 S'j V/ � 86 'O'-4 66 0 i N a O O C W c 2) N 7 U O 0 W H O z Q M m L ry LL W L.L N 75 U) —) z z 75 J J OQ U LL cn O CO =O �Q � J J Z O U Cn wz LLJ O J 0-z �—O O= z U Q ry U CD JNIz 31 X Z Q) a 0 w c 2) N U O 0 cn U F— LU cl) F- c V O F J cl) Z F— O O U = z w w H ctf w w U w O O °76 z O w = m Q a V cl� w w ZD ri ZD ry H H O 2 w ce ZD V) z w O H O w a 0 w 2) N U O 0 w w H 0 0 U) w J m D o 0 w N w d N _C) a > Z;5 ~ Z Xp-1Z OC) � O C 0 LU w O Q a � cn Q W O J z U U z m F- '1 F =Z 2 W 9 W C O V) m Z J m Q C/7 ine Q `U V ZD LO c O w ZD Z _ J F- c!l z ZD O Cn W O U-) z F-w LUOLU w LU ZD O ne UO Lf) Lzg oZSz J OV O W = O ce Z Ln W LL _O W L X w Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 ESTIMATE 10 Nv2a TBergeron@nv2agroup.com Vestibule steel and install This is to include cutting and fabricating to the plan. All welding and install included two nights and two days. Also renting two duck jacks keys welding Ilc 178 Garden street Tavernier, Florida 33070 United States 3054075931 Estimate Number: 381 Estimate Date: May 28, 2025 Valid Until: June 27, 2025 Grand Total (USD): $10,500.00 1 $10,500.00 $10,500.00 Grand Total (USD): $10,500.00 Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 Key West Welding & Fabrication, Inc. 15 462 9 P.0, Box 2658 KEY WEST, FLORDA 33045 / PHONE 305-296.5555 A (Same as "Sold To" unhlss o")emise imj�cated taekm) SOLD " SHIP TO TO CUSTOWR t r4DER NO {3(1�`96 5772 KEY VvE'.; I i'hLDD3 G W037AVE Of -1 33U40 (w 20115 14 � 0 1, �4 Ck�IDIT a.ARD N 1EX, �, ALE XXXXXXXXXXXIV) hXh 2� ky,010E 2 y,iru,4 Cock, 11109 qxd Ma L4 (US'l OMF COPY SIHPPEDP -VIA , . . .... E— CUST NO, INVOICE fOTAL "ucimomewges mai ne/iip nas nEad ureirms and Conditions o9 sae Aisted on the remse sdde of this onv6m and that heMl uraJeirstimds same and agrees to be bound thereby. PLEASE RE WT TO ADDRESS ABOVE 0 R I (;,3; ) A L I r, 0,/ ','), I M1 i 2r,� elo Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 NV � 0 U L F aUUILDINiV, NV2A/Gulf Keystar JV Y T " 9100 South Dadeland Blvd, Suite 600 Miami, Florida 33156 P: (786) 233-5060 Project: 20-2039-01 KWIA Concourse A and Terminal Improvements Program 3941 South Roosevelt Blvd. Key West, Florida 33040 Submittal #05 1200-085.0 - Gate Vestibule Steel 05 1200 - Structural Steel Framing Revision 0 Submittal Manager Ryan Donnelly (NV2A/Gulf Keystar JV) Status Open Date Created Aug 8, 2024 Issue Date Aug 8, 2024 Spec Section 05 1200 - Structural Steel Framing Responsible Steel Fabricators, LLC Received From Andres Delgado (Steel Fabricators, LLC) Contractor Received Date Submit By Final Due Date Aug 22, 2024 Lead Time Cost Code Location Type Shop Drawing Approvers Kellen Donnelly (NV2A/Gulf Keystar JV), Ryan Donnelly (NV2A/Gulf Keystar JV), Tang Fang (Mead & Hunt), Oren Guttmann (McFarland Johnson, Inc.), Christopher Kopec (McFarland Johnson, Inc.), Don Koppy (Mead & Hunt), Judy Telford (Mead & Hunt), Tonya Wood (Mead & Hunt) Ball in Court Tang Fang (Mead & Hunt), Oren Guttmann (McFarland Johnson, Inc.), Christopher Kopec (McFarland Johnson, Inc.), Don Koppy (Mead & Hunt), Judy Telford (Mead & Hunt), Tonya Wood (Mead & Hunt) Distribution Alex Hyppolite (NV2A/Gulf Keystar JV), Antonio Pinto (NV2A/Gulf Keystar JV), Claudio Santos (NV2A/Gulf Keystar JV), Gabriel Valladares (NV2A/Gulf Keystar JV), Gregg Gaston (NV2A/Gulf Keystar JV), Gustavo Lazaro (NV2A/Gulf Keystar JV), Jasmine Sander (NV2A/Gulf Keystar JV), Joseph L. Petzack (McFarland Johnson, Inc.), Kellen Donnelly (NV2A/Gulf Keystar JV), Kirk Boothroyd (McFarland Johnson, Inc.), Mansour Sodagari (NV2A/Gulf Keystar JV), Ryan Donnelly (NV2A/Gulf Keystar JV), Tim Bergeron (NV2A/Gulf Keystar JV) Description Steel at interior storefront systems at Gates 1-7. Reference AAN submittal 08 4313-004-3 - Alum Storefront. Track Procurement No Submittal Workflow Name General Information Attachments Andres Delgado Eduardo Dominguez Kellen Donnelly Ryan Donnelly Comment Tang Fang Oren Guttmann Christopher Kopec Sent Date Due Date Aug 8, 2024 Aug 8, 2024 Aug 15, 2024 Aug 15, 2024 Aug 11, 2024 Aug 11, 2024 Notes Returned Date Response Jul 31, 2024 Submitted Pending Pending Aug 8, 2024 Reviewed by NGK Steel at interior storefront systems at Gates 1-7. Reference AAN submittal 08 4313-004-3 - Alum Storefront. Aug 8, 2024 Aug 22, 2024 Pending Aug 8, 2024 Aug 22, 2024 Pending Aug 8, 2024 Aug 22, 2024 Pending Attachments 05 1200 (N.35 0 Gralo ,/,,.,lip ua(s. „a, :I df 051200-085-0_-_Gate _Vestibule _ St_eeI_.pdf (Current) NV2A/Gulf Keystar JV Page 1 of 2 Printed On: Aug 9, 2024 08:58 AM EDT Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 Submittal #05 1200-085.0 - Gate Vestibule Steel Project: 20-2039-01 KWIA Concourse A and Terminal Improvements Program Name Sent Date Due Date Returned Date Response Attachments Don Koppy Aug 8, 2024 Aug 22, 2024 Pending Judy Telford Aug 8, 2024 Aug 22, 2024 Pending Tonya Wood Aug 8, 2024 Aug 22, 2024 Pending NV2A/Gulf Keystar JV Page 2 of 2 Printed On: Aug 9, 2024 08:58 AM EDT Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 20-2039-01- KWIA Concourse A and Terminal Improvements Program 3941 South Roosevelt Blvd. Key West, Florida 33040 United States Title Gate Vestibule Steel Spec Section 05 1200 - Structural Steel Framing Number Rev 05 1200-085 0 Description Steel at interior storefront systems at Gates 1-7. GULF BUILDING N V K I Y submittal* 05 1200.. 85...0 Dete. 8/8/2-1 Review Staftu Submittal wws reviewed for gleHnernt cordfo nnan e to a; offact docurnents triply„ It is not to be eonstrutA as acceptance of responwslbifi4y for desq,l intomt, Alpprovanll of airs subrnpttai does not relieve the sufrcontlrarctn r° or vendor of their c ritractuual responsibilky to, confirm tolerances clearances, quHarHtibes tabrieatro n processes, techniques of construction, ccoHrdioatiern of worlk, with other trades, and performance of work in a sole and satisfactory manner, GULF g'Hd9n.D*R NV2A/Gulf Keystar 9100 South DJMland Blvd, Suite 600 Miami, Florida 33156 United States (786) 233-5060 Submittal Manager Ryan Donnelly Type Shop Drawing A ElApproved No IiExcelptiioiris "t'alkelrn Y" Approved Ivialke Caalrlrectiielrns INeted �1� �I�l�l Ir�ve as Noted ,., (Resuulblrrniittall Not Required) IRevllse and Resubmit IExceptiions "t'alkelrn I III Rejected Accepted . Ilinfo rinnatiloinall BH.ulblrnniittall INot Accepted . Illrnforlrnatiio hall SulbirWittall Arch itect'stlE::ongiineer's action on this Saulhirmintall is based solely on the information submitted and its suub,iect to the following: Arclhiitect's/lEngineer's review is Iliinmiited to verifying generall cornmlpatibiilliity with the desiign concept of the completed Project as a functioning whole as indicated by the Contract Documents, and for generall compliance with the iinffornnatiion given in the Contract IDocuumnents. INo detailed chieck of quantities or dimensions was nmade. Alplprovall off a slpeciiffHc iitem slhallll iniot mean alplprovall of an assembly of which the item its a component. Disposition or notations do not constitute a contract modification and do not relieve the Contractor from compliance with Contract Docuumnents, governing codes and regrullatiions. Contractor shall Ibe sollWy responsible for coirnrpllying with the Contract Docuurrnemts, as well as urith Suulplpllieir's/Mainufactuireir's instructions consistent with the Contract Documents, Owner's diirections, and (Laws and Regulations. The Gernerall Contractor, subcontractor, arnd/or, Construction Manager its solely responsible for: obtaining, correlating, conffirnmiing, and correcting dimensions at the Siite; quantities, information and choices pertaining to fabrication techniques, means, innetlhods, sequences, procedures, and techniques of construction; coordinating work with other trades; and ensuring that work its performed in a safe anid satisfactory manner. Arrrhitect/IE::ngiineer !is not responsible for iresubimiittalls or tracking progress of rresuulbnnittalls. Mead Kv"" WEAK)& FHUINr, IIINC / Ir i INI & IH AIRCI-HIIrIECT URIEEEj„IINC::............................................................................... IBY 02825 IDA-irlE 8/15/2024 Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 ' 00 uav N sti l6tiY�4IB , ,r it o,.wi aawx%-ei.v Steel Fabricators, LLC Page 1 of 1 721 NE 44th Street Date : 7/31/2024 Fort Lauderdale, FL 33334 Transmittal #: 5120-068 Phone: 954-772-0440 Job #: 0922596 Key West International Airport Concourse A Seq. 168 To: Gulf Building Attn: Alex Hyppolite 1121 E Broward Blvd, Sent via: E-mail Suite 500 Ft. Lauderdale, FL 33301 We are sending you enclosed, the following: Erection Drawings, Shop Drawings TO BE RETURNED BY: 8/7/2024 Drawing Number Revision Description Detailed/Revised E 16800 - E 16804 A 7/31/2024 168001, 168002 A COLUMN 7/31/2024 168003 - 168008 A BEAM 7/31/2024 This material is being transmitted for the purpose listed below: For Approval Remarks: #109 - Store Front Steel If enclosures are not as noted, please notify at once. Steel Fabricators, LLC Copy To: Eduardo Dominguez By: Andres Delgado cn cn Q LL O ry w z Q) a 0 w 2) N U O 0 Q) a 0 a� w c 2) N U O 0 W 0 0 LO X X N a 0 w 2M N zj U O 0 ,y 8-£Z j3 am fV Q) a 0 a� w c 2) N U O 0 v r O IT O O LO M O X X X N U U Y N CV W/�q-( 8-U 3d a N 6 0 LO co 0 x x x N C) o®sue N co � N 1�9-Z 8-EZ 3d a N i Q) a 0 a� w c 2) N U O 0 Q) a 0 a� w c 2) N U O 0 Q) a 0 w 2) N U O 0 ........... ...................................... C.D ............. —0 an C) 0 00 CO 10co cocv LU V/�Z-q A'� A'� /�[-[ V/Eo-z �r d> 9 o u) C0 `o z I 0 j °oo9�i ' I ' I � � o co co � r , i i oo W99 �3 2OJ321 9-9 3NII HOiVIN V/6Z-5 0-0 3NII HOiVW Q) a 0 a� w c 2) N U O 0 Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 PCO 152 Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 GULF BUILDING PCO #152 N V K 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 #152: Bella -Area E Slab Pour -back, Concrete Columns & Beams Repair 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: 152 / 0 CONTRACT: 20-2039-01 - Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari (NV2A/Gulf Keystar JV) STATUS: Pending - In Review CREATED DATE: 8/25/2025 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: $21,149.70 POTENTIAL CHANGE ORDER TITLE: Bella -Area E Slab Pour -back, Concrete Columns & Beams Repair CHANGE REASON: Existing/Unforseen Condition POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Bella -Area E Slab Pour -back, Concrete Columns & Beams Repair This change order authorizes the following scope of work in accordance with RFI #512, RFI #515, and submittal #03 3000-002 at Area E of KWIA project (20-2039-01): • Pour -back of the slabs at the kitchen and bar of the Conch Flyer which were removed within Area E. • Pour -back of the areas where existing masonry walls were demolished. • Repairs to existing concrete columns and beams within that area. The cost breakdown, RFIs #512, #525, Submittal #03 3000-002, and pictures of the slab are attached for further details. ATTACHMENTS: C�ili�._2f�..:::_Area._F.._SIlab..lPourback_ _Concr�te...R sairs.pdf , 51.2::::::::MF:.-Ff2esponse. dfdf , 03 3000-002.0 Concrete Mix If.)esigns.�df , If io #2.ioe�a , If?ic 1_ . e ,-,59.5-existin.g conditions east bag._cllaim,.pdr # Budget Code Description Amount 1 03-.31.10.00.S Structural CIP Concrete (Complete).Subcontractor Area E Slab Pourback $19,227.00 2 99-.99.99.66.0 Procore OH & P.Other Prime Contract Markup $1,922.70 Grand Total: $21,149.70 Christopher Kopec (McFarland Johnson, Inc.) 49 Court Street, Suite 240 Binghamton, New York 13901 Christopher Digitally signed by Chr stopher Kopec Kopec Date 2025,09.10 15,50 37 0400- SIGNATURE DATE Key West International Airport 3491 South Roosevelt Boulevard Key West, Florida 33040 �d " 09.12.2025 SIGNATURE DATE NV2A/Gulf Keystar JV 9100 South Dadeland Blvd, Suite 600 Miami, Florida 33156 SIGNATURE DATE 8/26/2025 1 04:37:58 PDT Printed On: 8/25/2025 06:45 PM EDT NV2A/Gulf Keystar JV Page 1 of 1 Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 Bella Construction of Key West, Inc. CGC 1518284 35 Diamond dr., Key West, FL 33040 Office (305) 292.9888 Michael Ca concretebella.com Change Order Proposal Date: August 19, 2025 To: NV2A Gulf Keystar JV Attn: Javier Ordieres mail: J2rdieresP_NV2AGroup.com Javier, Reference: COP 26 From: Mike LaBounty Project Title: 1065 - KW IA Terminal See below for our pricing to pour -back the slabs at (1) the bar of the Conch Flyer which was removed within Area E to facilitate the installation of plumbing systems and other features of work & (2) the areas where existing masonry walls were demolished as well as the repairs to existing concrete columns and beams within that area. Total COP: Nineteen thousand two hundred twenty-seven dollars COP Scope Description: 1 Area E Slab Pourback Areas: 1.1 Area of slab where the bar at the Conch Flyer was previously located. 9'-4" x 27'-9" x 4" thick. 1.2 Areas where masonry walls were previously located: (1) 1 V-0" x 0'-10" x 0'-4", (2) 13'-0" x 0'-8" x 0'-6", (3) 14'-0" x 0'-8" x 0'-6" 2 Repairs to the (2) 1'-0" x 1'-0" existing concrete columns located within the ground floor of area E. 3 The (2) existing holes in a concrete beam located within the ground floor of Area E are to be patched. Qualifications: 1 All fees associated with permitting, inspections, testing, engineering, surveying, etc. is excluded. 2 Finish work of any kind is excluded (including, but not limited to: plaster/stucco, painting, framing, drywall, fireproofing, waterproofing, etc.). 3 Installation of any structural steel, door frames, doors, or associated hardware & anchors is excluded. 4 Any work associated with MEP (including Access Control or Intrusion Detection) is excluded. 5 Bella Construction will not be responsible for coordinating inspections, permitting, testing, or engineering with the applicable authorities. 6 Dumpsters or other means of debris removal is to be provided and paid for by others. 7 Slab Pour -Back 7.1 All slab pour -back areas are to be reinforced with untreated 4x4-W4.OXW4.0 Welded -Wire Fabric. 7.2 The adjacent existing concrete slabs are to be coated with epoxy bonding agent prior to pour, dowels will not be installed. 7.3 Vapor barrier will be installed over slab subgrade which has been installed and compacted by others. 7.4 All concrete used at slabs -on -grade will have a compressive strength of 3,000 PSI at 28 days following placement. 8 Concrete Column & Beam Repairs 8.1 No additional reinforcement will be installed at the concrete columns. (6) #5 dowels will be installed at each side of each beam repair. 8.2 Concrete Columns & Beams to receive new concrete material will be coated with epoxy bonding agent prior to concrete placement. 8.3 Concrete Columns & Beams will be repaired with approved cementitious patching materials. 8.4 Treated or fiberglass rebar is excluded. All rebar included in this scope of work will be ASTM-615 Grade 60. Approved: Contractor: Owner/Contractor: $19,227 Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 Bella Construction of Key West, Inc. CGC 1518284 35 Diamond Dr., Key West, FL 33040 Office (305) 292.9888 Michaelfa concretebella.com Pricing Breakdown Date: August 19, 2025 Reference: COP 26 To: NV2A Gulf Keystar JV From: Mike LaBounty Attn: JordieresCa.NV2AGrcup.com Project: 1065 - KW IA Terminal Javier, See below for our pricing to pour -back the slabs that have been removed within Area E to facilitate the installation of plumbing systems and other features of work as well as the repairs to existing concrete columns and beams within that area. Un. Conc. material Rebar CMU Labor Equip. Subs sub total Area E Slab Pour Backs 4" thick Slab Pour -Back at Conch Flyer Bar Concrete 3 cy 986 Fine grade 259 sf 311 Form & Strip 259 sf 777 647 W W F 285 sf 162 313 Epoxy Bonding Agent 29 sf 41 352 44 Place & Finish 259 sf 1,320 142 Pump 3 Cy 268 268 986 818 162 3,212 454 5,633 4" thick Slab Pour -Back at Demolished Masonry Walls Concrete 0.5 Cy 139 Fine grade 30 sf 36 Form & Strip 30 sf 90 75 W W F 30 sf 17 33 Epoxy Bonding Agent 38 sf 53 452 57 Place & Finish 30 sf 153 16 Pump 0.5 Cy 38 38 139 143 17 786 111 1,196 Repairs to Existing Structural Concrete Elements (2) Existing Concrete Columns Grinding & Preparation Work 32 hrs 1,504 80 Epoxy Bonding Agent 72 sf 102 864 108 Form & Strip 72 sf 216 684 Patch Material 12 bags 486 1,860 15 804 4,912 203 5,919 Existing Concrete Beam Infill Grinding & Preparation Work 16 hrs 752 40 Drill & Epoxy Dowels 24 ea 96 94 302 60 Epoxy Bonding Agent 12 sf 16 139 17 Form & Strip 68 sf 204 646 170 Patch Material 19 bags 761 1,409 23 1,078 94 3,249 311 4,731 Approved: Contractor: 17,479 OH/P/Bond 10% 1,748 Total COP $19,227 Owner/Contractor: Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 =rMw F 00� OnNo NV2A/Gulf KeystarJV n"kGYST*1P 9100 South Dadeland Blvd, Suite 600 Miami, Florida 33156 P: (786) 233-5060 Project: 20-2039-01 KWIA Concourse A and Terminal Improvements Program 3941 South Roosevelt Blvd. Key West, Florida 33040 RFI #512: Existing Conditions at Old Holdroom First Floor Area D/E Status Open To Christopher Kopec (McFarland Johnson, Inc.) Don Koppy (Mead & Hunt) Genae Sweet (Mead & Hunt) Tang Fang (Mead & Hunt) Tonya Wood (Mead & Hunt) Tyler Bethel (Key West International Airport) Date Initiated May 20, 2025 Location Cost Impact Spec Section Drawing Number 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.), Mansour Sodagari (NV2A/Gulf Keystar JV) Trade Finishes From Due Date Project Stage Schedule Impact Cost Code Reference Ryan Donnelly (NV2A/Gulf Keystar JV) 9100 South Dadeland Blvd, Suite 600 Miami, Florida 33156 May 27, 2025 NV2A/Gulf Keystar JV Page 1 of 2 Printed On: May 20, 2025 10:03 AM EDT Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 RFI #512 - Existing Conditions at Old Holdroom First Floor Area D/E Project: 20-2039-01 KWIA Concourse A and Terminal Improvements Program Activity Question Question from Ryan Donnelly NV2A/Gulf Keystar JV on Tuesday, May 20, 2025 of 09:46 AM EDT Please see the KWIA RFI 512 Attachment, indicating the existing conditions in the existing terminal first floor holdroom. The items requiring clarification are listed below: 1. Non -load bearing masonry walls (noted as stud walls, structural columns to remain), please confirm this is to be demolished. 2. Existing Artwork; Please confirm this is to be preserved. 3. Concrete beam at 8'-4" to bottom of beam. (New ceiling to be at 8'-4" AFF) Please advise if ceiling height shall be lowered in this area. 4. LVT behind old gate counters not shown on demo plans, please confirm this is to be demolished. 5. Slab elevation differences at restau ra nt/hold room where kneewall was, please confirm concrete shall be chipped out as the finished floor is to be flush here. 6. Area has ceramic tile flooring, not shown on demo plan, please confirm this is to be demolished. 7. 2 windows not in field, please confirm no further action required. 8. Right area has tile and LVT not shown on demo plan, please confirm this is to be demolished. 9. LVT not shown on demo plan, please confirm this is to be demolished. 10. Existing column is 4 1/2" thick. Wall is type SA3 to be installed in this area, please confirm if the wall shall be upsized to conceal column in wall. 11. 2-Y Concrete/wood slab not shown on demo plans, please confirm this is to be demolished. 12. Kitchen Hoods & Equipment not shown to be demolished, please confirm this is to be demolished. 13. Note 4.030 indicates walk in freezer to remain. Please confirm if it to stay or be demolished. Attachments KWIA RFI 512 Attachent.pdf NV2A/Gulf Keystar M, usign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 % 40 3AO8dN1 WNINUDi -3 v gsunOONOD idOdUIV WNO11VNHDiN1 iSDAA ADD 017066 -1z] ISOAA A a>j 'PAIE] IIE)AE)SOOH S 6176 NOliVIAV=]OiN3AidVd3(lkiNnoo3OUNOVI Z 00 0 P: LLJ Z I L z a z z ri z 0 z C 3 K" f f acL) 0 0 0, S f. .......... . . . ..... "112 0 z z 0,2 . . . . . . . . .. sa .......... z III nl g s . . . . . . . . ... Ia-1 0 S 7"t, co m Fq6 T7 9, ...........IIILO . . ........... 8 3 z i>> III III .................... RF 2 gl-A, U 1 9 2 S 6NA z ..P t I �j L . .. .. . ... . .. .. . ... . .. .. . ... . .. .. . ... 6 h IN 0 t . . . . . . . . . . . T Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 =rMw F 00� OnNo NV2A/Gulf KeystarJV n"kGYST*1P 9100 South Dadeland Blvd, Suite 600 Miami, Florida 33156 P: (786) 233-5060 Project: 20-2039-01 KWIA Concourse A and Terminal Improvements Program 3941 South Roosevelt Blvd. Key West, Florida 33040 RFI #515: Existing Conditions East Bag Claim Revision 0 Status To Oren Guttmann (McFarland Johnson, Inc.) From Christopher Kopec (McFarland Johnson, Inc.) Date Initiated May 28, 2025 Due Date 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.), Mansour Sodagari (NV2A/Gulf Keystar JV) Trade Structural Steel Activity Closed on 07/24/25 Kellen Donnelly (NV2A/Gulf Keystar JV) Jun 4, 2025 Question Question from Kellen Donnelly NV2A/Gulf Keystar JV on Wednesday, May 28, 2025 at 04:30 PM EDT The demolition for Phase 2 East Bag Claim area has been completed. It appears that several structural beams have been modified from their original installation. We respectfully request that these beams be inspected prior to the installation of new finishes which will cover them. Official Response Response from Oren Guttmann McFarland Johnson, Inc. on Wednesday, Jul 23, 2025 at 11:53 PM EDT Several concrete beams and one concrete column observed during site visit require repair. See attached field report and revisions to sheet S-115, to be issued as ASI. Attachments Key West Terminal - Field Report - Structural - 20250627.pdf, 18811.02-S-Concourse-21 - Sheet - 5-115 - SECOND FLOOR FRAMING PLAN - AREA E.pdf All Replies Response from Oren Guttmann McFarland Johnson, Inc. on Wednesday, Jul 23, 2025 at 11:53 PM EDT Several concrete beams and one concrete column observed during site visit require repair. See attached field report and revisions to sheet S-115, to be issued as ASI. Attachments Key West Terminal - Field Report - Structural - 20250627.pdf, 18811.02-S-Concourse-21 - Sheet - S-115 - SECOND FLOOR FRAMING PLAN - AREA E.pdf NV2A/Gulf Keystar JV Page 1 of 1 Printed On: Aug 25, 2025 06:00 PM EDT Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 off'; 4650 Sheridan Street, Suite 500 Hollywood, FL 33021 McFarland Johnsion Telephone: (305) 705-4871 www.mjinc.com FIELD REPORT - STRUCTURAL Project: EYW Concourse A DATE: 06/27/2025 Contractor: NV2A, Gulf, Keystar JOB #: 18811.03 Present at Site: Oren Guttmann — MJ Kirk Boothroyd — MJ FIELD REPORT — 06/27/2025 Site Visit Noted Construction Progress: • Existing hold room demolition is in progress. • Existing Conch Flyer location demolition is in progress. • Concourse A construction is majority complete. Observations: Contractor noted there is a concrete beam along grid EH in the existing hold room that appeared to have been structurally compromised, see picture #2. Field review of this condition confirmed that the structural concrete beam is in fact intact and that a portion of the non-structural masonry wall below had been removed. It is acceptable to remove the rest of the masonry in this area, circled in red. 2. Contractor noted there were some bar joists with some rust. The joists are located between grids EG- EH and E3-E4. The rust appeared to be surface rust with no section loss of material. This condition is not currently of concern. Several holes had previously been cut in the concrete perimeter beam of the existing building, see pictures #5 and #6. The holes are approximately 32" wide x 16" tall. These penetrations were made during a prior renovation. The holes compromise the strength of the concrete beam as they cut through several shear stirrups and removed a large section of the beam and needs to be fixed. Engineer to issue direction on repairing the beams. 4. The existing concrete column on grid EP/E8 had been damaged and has its reinforcing exposed. See picture #7. Engineer to issue direction on repairing the column. 5. The existing steel saddle connections on the pipe columns along grid E5.8 may be removed without affecting the strength of the existing columns Contractor noted they would cut these off 1" from the columns as the columns are boxed out. See picture #8. Field Report - Structural Page 1 of 7 Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 6. At the area of the new TSA checkpoint there are many existing electrical conduit along grid XF.7, see picture #9, which will conflict with the structural support for the security grille. Engineer to issue direction on adjusting this support. 7. Contractor asked to confirm the removal of the concrete dumbwaiter walls above the second floor in the area of grids X9/XG. See picture #10. Concrete walls to be removed to 6" below floor level to allow for support of the new infill slab. Demo to be as shown on sheet SD-113. No other discrepancies noted. Please call if you have any questions or comments. McFarland Johnson Field Report - Structural Page 2 of 7 Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 Picture #1: Progress of demolition in existing hold room. Picture #2: Existing concrete beam along grid EH. Field Report - Structural Page 3 of 7 Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 Picture #3: Existing bar joists with surface rust. Picture #4: Holes cut in existing concrete beam. Field Report - Structural Page 4 of 7 Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 Picture #5: Hole in concrete beam and masonry wall below. Picture #6: Hole in concrete beam. Field Report - Structural Page 5 of 7 Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 Picture #7: Column bar exposed in concrete column. Picture #8: Saddle connections on existing pipe column. Field Report - Structural Page 6 of 7 Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 Picture #9: Mezzanine steel above TSA security grille. Picture #10: Concrete walls for dumbwaiter that extend above second floor. Field Report - Structural Page 7 of 7 F Doc usign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 3AObdlNl -IMINUDi1 8 v 3Suf1OONOD o ti idOdUIV -lvN011vNb31NI 1S3M ADA _ 66 a ; 2 o Ob066Id '3SaM Aa>{ 'PA18 llanasooa S L617£cn - " NOIlVIAV d0 1N3AidVd30 AlNnoO 30dNOA Nano o a z a w o w p0zQ a un _ r r Q - E IW �I J z I 0 --- W 0 W 0 0 � 0 0 m W I i �I vl o " k noa a .a v� I h � .... , d Q W I ' ' Q o, ..... I I� w z I I Cii j 15 [ � i� 0 LL 00 .. ............._.. I. m _i - ., y,. w � � N � a L w e C¢7 b. (�.7 3 - 0� G w of cgmr I � � o W W .. ....... .. . , I I '3 a a a I C7 C7 n.� I z 1 z ... ........... .. ....... .. ....... .. ...... .. .... Q a*� Q cr W W a g Ir ir w0 0 O O 1 �0 4 ..............{_ J J l.L l.L r o O 0 00, W W J " ------------------------------------- I o<<s I Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 Bella Construction of Key West, Inc. Transmittal 35 Diamond Drive Phone: 305-292-9888 No. 004 Key Nest, FL 33040 Fax: 305-292-9880 PROJECT: KWIA Concourse A & Terminal Improvements DATE: 2/2/2023 PROJECT NO: 1065 REF: Concrete Mix Designs/Admixtures/Concrete Plant Info-Certs TO: NV2A Gulf Keystar JV ATTN: Alex Hyppolite PHONE: 954-699-9863 AlexH(a),eulfbuildine.com FAX: WE ARE SENDING: SUBMITTED FOR: ACTION TAKEN Shop Drawings X Approval X Approved as Submitted Letter Your Use Approved as Noted Prints As Requested Resubmit Change Order lReview and Comment Submit Plans Signature Returned Subcontract SENT VIA: Returned for Corrections Specifications Electronic Email Copy X Due Date: Separate Cover Via: Other: ITEM NO. COPIES: DATE: I NUMBER: I DESCRIPTION: STATUS 00001 1 2/2/2023 3000G 3000PSI Grout (Block Fill Cells) OPN 00002 1 2/2/2023 3057RO 3000#57 - 3000psi' OPN 00003 1 2/2/2023 3089PMWC 3000#89 Pump Mix 3000psi w-c ratio .451 OPN 00004 1 2/2/2023 3089PMSP 3000499 Pump Mix w-Super Plasticizer 3000psi w-e ratio .45' OPN 00005 1 2/2/2023 50LWKWIA 5000 psi lightweight (Substitute for 4000 psi lightweight, OPN 00006 1 2/2/2023 5057TER 5000#57 - 5000psi3 OPN 00007 1 2/2/2023 5057SPTER 5000#57 - w-Super Plasticizer - 5000psi3 OPN 00009 1 2/2/2023 5089MRSSP 5000#89 Pump Mix 5000psi w-c ratio .403 OPN 00009 1 2/2/2023 5089PMRSSP 5000#89 Pump Mix w-Super Plasticizer 5000psi w-c ratio .40 00010 1 2/2/2023 508957TER 5000#89-57 Blended Mix - 5000psi3 OPN 00011 1 2/2/2023 508957SPTER 5000#89-57 Blended Mix - w-Super Plasticizer - 5000psi3 OPN 00012 1 2/2/2023 MasterSet R961 Retarding Admixture OPN 00013 1 2/2/2023 MasterAir AE90 Air Entraining Admixture OPN 00014 1 2/2/2023 MasterGlenium 7500 Super Plasticizer OPN 00015 1 2/2/2023 Concrete plant quality control plan OPN 00016 1 2/2/2023 Cement MITI Certs OPN 00017 1 2/2/2023 Aggregate Mill Certs OPN 00018 1 2/2/2023 Drinking Water Standards Remarks: *Proposed mix designs comply with requirements of ACI 318, Chapter 5-Concrete Quality, Mixing, and Placing *Portland cement will be per ASTM C150, type 1 or II. *Aggregate will be per ASTM C33. *1-1/2" maximum aggregate size for slabs -on -grade. I" maximum aggregate size, typical elsewhere. 3000psi concrete mixes (excluding grout mix) will be used for concourse 2nd floor perimeter wall and slabs on grade 5000psi lightweight concrete mixes will be used for slab -on -deck 35000psi concrete mixes will be used for foundations including grade beams and pile caps, elevator walls/pits, columns, beams, and first floor walls cc: Job File Submitted By: Mike LaBounty Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 PCO 159 Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 BUILDINGGULF PCO • ILLIV2b:k ==nKSYST*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 #159: Turnkey - Rerouting of 12" Ductwork at Area E 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: 159 / 0 CONTRACT: 20-2039-01 - Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari (NV2A/Gulf Keystar JV) STATUS: Pending - In Review CREATED DATE: 9/23/2025 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: $3,435.67 POTENTIAL CHANGE ORDER TITLE: Turnkey - Rerouting of 12" Ductwork at Area E CHANGE REASON: A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Turnkey - Rerouting of 12" Ductwork at Area E In accordance with RFI #515.1, the 12" duct at the rental car offices in Area E conflicts with an existing concrete beam. This change order covers the costs to reroute the 12" duct over the rental offices and run it beneath the concrete beam, as shown on the attached drawing M113E. The cost breakdown, RFI #515.1, and supporting drawings are attached for further information. ATTACHMENTS: 1011IIA_TKll COR#025 lRi'll 515 Concrete Beam Opening pd_l , RR #515.1- Concrete Beam Opening Along CI..._E2 2 pdf # Budget Code Description Amount 1 23-.00.10.10.S HVAC.Subcontractor Rerouting of 12" Ductwork at Area E $3,123.34 2 99-.99.99.66.0 Procore OH & P.Other Prime Contract markup $312.33 Grand Total: $3,435.67 Christopher Kopec (McFarland Johnson, Inc.) 49 Court Street, Suite 240 Binghamton, New York 13901 ISigned by: sfbr(tr S. apc c 062E1EB42336487... SIGNATURE DATE 9/26/2025 1 05:18:38 PDT NV2A/Gulf Keystar JV Key West International Airport 3491 South Roosevelt Boulevard Key West, Florida 33040 Signed by: I &A4 Sfvi&LU4 —8E65F52F4C2F4D3... SIGNATURE 9/26/2025 1 07:46:03 PDT DATE NV2A/Gulf Keystar JV 9100 South Dadeland Blvd, Suite 600 Miami. Florida 33156 Signed by: -- AAD2DE76A693417... _ SIGNATURE 9/25/2025 1 20:55:56 PDT DATE Page 1 of 1 Printed On: 9/23/2025 06:58 PM EDT Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 nVll��uun,.�� 1 I'momm, From concept to completion Turnkey International, Inc. Mechanical Contractors CMC 1249679 C.O.R. Date Wednesday, September 3, 2025 KEY WEST INTERNATIONAL AIRPORT Project Name CONCOURSE A & TERMINAL IMPROVEMENTS Project Number 2-23-101 CHANGE ORDER REQUEST #025 TO: Attn. Mansour Sodagari City Key West Company NV2A + Gulf Building State/Province FL Zip/Postal Code 33040 Address 5450 MacDonald Ave., Suite 3 Country USA Description of Change Order Request: COR is per RFI#S1S.1 response that reconfigure duct work for the rental car space. Exclusions: Cutting/patching of walls, quick ship. NOTE: Due to the continued supply chain and material escalation cost, this COR is valid for (30) days. We reserve the right to adjust cost if COR/Submittals are not approved prior to any price escalation. Items Amount Please see attached breakdown $2,839.40 Cost OH + Profit + Bond 10 % Sub -Total % Sub -Total % Total $2,839.40 $283.94 $3,123.34 $0.00 $3,123.34 $0.00 $ 3,12 3.34 Accepted By: Date: Submitted by: Date: Sep 3, 2025 Company: Turnkey International, Inc. THIS PROPOSAL IS ONLY FOR THE COST OF PERFORMING THE CHANGE WORK ITSELF. THIS PROPOSAL DOES NOT INCLUDE ANY ADDITIONAL COST STEMMING FROM IMPACT, DELAY OR ACCELERATION OF OUR SUBCONTRACT WORK REQUIRED BY THIS CHANGE. OUR COMPANY RESERVES ALL RIGHTS WITH RESPECT TO SAID ADDITIONAL COSTS AND/OR TIME EXTENSIONS ARE FULLY RESERVED. 1315 NW 98th Ct Unit 15, Doral, FL 33172 P (305) 591 0261 F (305) 591 2676 N n 0 W c 2) N U O 0 In 0 0 ci r1l J \ Q o a w w Q Z J U LU cc: Ln 0 N �O w U 2 H O q0 J CL C E Q CL O H O N i E Ln O ++ N co m i O O m a O V J U U Q H �k 2 Y � w 0 0 U u N a O 0 U J a LLI a •. o z O z z U ULU 0 O o O U r w a � o N c� > Z W c G H Q C ZLU H O LU Z Z O U H 0 Z F U � � 2 W I= O O Z N O z O H U Z 0 0 0q 0 m 0 0 0 v "' "' 00 0 0 0 0 0 0) N -1 � O l�0 r-i l. 0 N V> V} VT N ri 0000 N M N V? V) V} iA O 0 O O N V} CD 0 0 0 0 0 0 0 CD 000 o 0 oN m a N .--I V> V? V? c-I c-I V} V} V} V} O O O O O O n Ln n n n m 00 V} V} i/•} A V} V} I N � 00 00 lD N CO l 0 0 0 0 0 0 0 U� Ln rn 00 0 00 0 N I� ci M 0) N ON 0 m N V/ - ('4 r-I In V). V). 00 O O Ln Lq Lq U� Sri m vi cvi V)- V)- V). V� L^ U^ Il O m -.0 00 m m m m v N c�6 U.0 Ln C Ln 0 3 � a--� Ln -O v u u J -0 t0 co OJ =5 =3 LO 7 7 Q J 2 � — Q T O N LLI W Q N J LYL J LL \ ccQ cMi ri _oc �--I �' _ C G ca v) c6 vA O N •° v v a LL v a�0 .o n g .o Hst c 3 r0 3 N o i. E 16 > Q cL N N rL N N N m X O H H U) 0 0000 LnkA UI I IO Om OM 00 a> ri N m qT Ln l0 I- 00 Ql 0 -4 N m 'T Ln l0 I- 00 m ci -4 -4 ri ri ri ri ri ri -4 Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 0U B aUN I DINiV, NV2A/Gulf Keystar JV Project: 20-2039-01 KWIA Concourse A and a. NV � � YST "Pt 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 #515.1: Concrete Beam Opening Along CL E2.2 Revision 0 Status Closed on 08/25/25 To Christopher Kopec (McFarland Johnson, Inc.) From Kellen Donnelly (NV2A/Gulf Keystar JV) Dan Torres (McFarland Johnson, Inc.) Michael Martin (McFarland Johnson, Inc.) Date Initiated Aug 4, 2025 Location Cost Impact Spec Section Drawing Number S-115, 1311E, M113E Linked Drawings S-_1__1_5_, M_1__1_3E_ Received From Copies To 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), David Martinez (NV2A/Gulf Keystar JV), Javier Ordieres (NV2A/Gulf Keystar JV), Joseph L. Petzack (McFarland Johnson, Inc.), Mansour Sodagari (NV2A/Gulf Keystar JV) Trade Concrete, Mechanical Activity Due Date Aug 11, 2025 Project Stage Schedule Impact Cost Code Reference Question Question from Kellen Donnelly NV2A/Gulf Keystar JV on Monday, Aug 4, 2025 at 04:26 PM EDT Official Response Official Response Response to RFI 515 revised drawing S-115 to patch both openings in the beam along the south wall of the existing hold room at CL E2.2. The elevation to the bottom of this concrete beam is 10'. Drawing 1311 E puts the ceiling height at 9'. Drawing M113E has a 12" duct running just under the opening east of CL EM in the concrete beam to be patched, as shown in the attachment. This duct will not fit between the ceiling grid and the beam. Rather than patching the beam opening east of column EM E2.2, please advise whether we may leave this opening intact, flatten the duct and route it through the opening. Attachments KWIA RFI 515.1 Attachment.pdf ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Response from Michael Martin McFarland Johnson, Inc. on Monday, Aug 25, 2025 at 12:55 PM EDT Duct routing clarification attached. Attachments RFI# 515.1 - M113E LEVEL 1 AREA E DUCT ROUTING REVISIONS.pdf ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Response from Oren Guttmann McFarland Johnson, Inc. on Wednesday, Aug 13, 2025 at 12:56 PM EDT 12" O duct to be rerouted over rental car offices and run underneath the concrete beam. Mechanical to issue sketch indicating the routing location. ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... NV2A/Gulf Keystar JV Page 1 of 2 Printed On: Sep 23, 2025 06:14 PM EDT Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 RFI #515.1 - Concrete Beam Opening Along CL E2.2 Project: 20-2039-01 KWIA Concourse A and Terminal Improvements Program All Replies Response from Michael Martin McFarland Johnson, Inc. on Monday, Aug 25, 2025 at 12:55 PM EDT Duct routing clarification attached. Attachments RFI# 515.1 - M113E LEVEL 1 AREA E DUCT ROUTING REVISIONS.pdf Response from Oren Guttmann McFarland Johnson, Inc. on Wednesday, Aug 13, 2025 at 12:56 PM EDT 12" 0 duct to be rerouted over rental car offices and run underneath the concrete beam. Mechanical to issue sketch indicating the routing location. NV2A/Gulf Keystar JV Page 2 of 2 Printed On: Sep 23, 2025 06:14 PM EDT (4� 00 A0 w w Cr Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, . t III eII ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, r :E:IM 01E If lClE 01f:;If:Iciiii J� BIf81E AIIC IfEOOIRM EoiIiAav1E:: 51E 151F2 15JD 51A --i � a 1 D-D m, - 180 CIFN 12""o 12"0 / \ _ 1150 C FIA � 1 ) E) .. F: IRIEWAIE.. CAIf' \ / 52 CIF=1ttA 11301 bU UI w0 �y i 5U Uii Its 1--T ------------- C\j fro L ............. clu E X rS'�fl N C If. i �F II II rII: II I D II ... II AN G II II 6 . v V.JI -PU II ... �. I. II:::�IECIK; T� OF I � II :.vMu E: I TO � 525 - D �]=�firo / 375 CIF:..' ` TOIR - XA Ifs � f , l � 1' � A � [�`' lip' � ='� � % 525 IF::I� 1 5�} If=1Nt i 9'-0" Ceiling height. 10'-0" Beam height 1'-0" Round duct that will not fit between the two. Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 PCO 160 Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 GULF BUILDING PCO #161 ILLIV2b:k ==nKSYST*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 #160: Phase 2 Building Demolition Work at the Existing Terminals 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: 160 / 0 CONTRACT: 20-2039-01 - Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari (NV2A/Gulf Keystar JV) STATUS: Pending - In Review CREATED DATE: 10/21/2025 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: $0.00 POTENTIAL CHANGE ORDER TITLE: Phase 2 Building Demolition Work at the Existing Terminals CHANGE REASON: No Change Reason POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) Phase 2 Building Demolition Work at the Existing Terminals In accordance with the prior authorization provided by the Owner, the JV has been self -performing the Phase 2 building demolition in compliance with the Contract Documents, within the areas identified below, for a lump sum amount of $866,534.42. This work is issued as a $0.00 Change Order, utilizing available funds under GMP 3 and GMP 4. • GMP 3 - Building Demolition / Existing Conditions $228,306.00 • GMP 4 - Building Demolition / Existing Conditions $638,228.42 Total $866,534.42 # Scope of Work % ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 1 AREA E - 1st Floor Departure Terminal, Electrical Room, Bar & Restaurant - Walls and Flooring Demolition, Airlines Furniture o 33/o Removal, Kitchen and Bar Equipment Removal, Elevator Demolition 2 AREA E - 1st Floor Departure Terminal, Electrical Room, Bar & Restaurant - Ceiling Demolition 18% ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 3 AREA F - Conch Flyer Restaurant and Kitchen, TSA Breakroom - Walls and Flooring Demolition, Kitchen and Bar Furniture & 25% Equipment Removal, Dumbwaiter Demolition ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 4 AREA F - Conch Flyer Restaurant and Kitchen - Ceiling Demolition 10% ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 5 AREA D - 1st Floor Arrival Terminal & Airline Offices - Walls and Flooring Demolition, Equipment Removal 5% 6 AREA D - 1st Floor Arrival Terminal & Airline Offices - Ceiling Demolition 2% ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ 7 AREA F - 2nd Floor TSA Checkpoint - Walls and Flooring Demolition 3% 8 AREA F - 2nd Floor TSA Checkpoint - Ceiling Demolition 2% ............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 9 AREA D - 2nd Floor Airport Offices - Walls and Flooring Demolition 1 % 10 AREA D - 2nd Floor Airport Offices - Ceiling Demolition 10,0 Total 100 /o NV2A/Gulf Keystar JV Page 1 of 2 Printed On: 10/23/2025 06:19 PM EDT Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 PCO #160 ATTACHMENTS: GMP f 003 and_GMIP #004 Cost Breakdown pdf # I Budget Code Description Amount 1 02-.41.16.13.0 Building Demolition.Other Building Demolition $0.00 Grand Total: $0.00 Christopher Kopec (McFarland Johnson, Inc.) 49 Court Street, Suite 240 Binghamton, New York 13901 ISigned by: sfbr(tr S. 6rc c 062E1EB42336487... SIGNATURE DATE 10/27/2025 1 10:32:23 PDT Key West International Airport 3491 South Roosevelt Boulevard Key West, Florida 33040 IK Signed by: �4 Sfvi&LU4 -8E65F52F4C2F4D3... _ SIGNATURE 11/17/2025 1 08:13:32 PST DATE NV2A/Gulf Keystar JV 9100 South Dadeland Blvd, Suite 600 Miami. Florida 33156 Signed by: , M-L V' Nkt,V't s -- AAD2DE76A693417... _ SIGNATURE 10/23/2025 1 15:26:06 PDT DATE NV2A/Gulf Keystar JV Page 2 of 2 Printed On: 10/23/2025 06:19 PM EDT Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2A0D3B440 c u,L r 9 iU u LD N G NV K =wSF(eY5T*R Key West International Airport Concourse A & Terminal Improvements Program 90% CDs GMP#003 Emergency Generators/ FL111 Glass P88sl Full Finished Baggage Claim Room, .. . . . . . ......... CONCOURSEA TERMINAL IMIPROVEMIiENT EMERGENCY GENERATOR I EMS LOST BAGGAGE I RIENTAL SWITCH GEAR PBB GLASS CAR I VESTIBULES IIIIIIGryliyyi II 02 EXISTING CONDITIONS I DEMOLITION $ 228,306 $ TOTAL 228,306 04 MASONRY $ - 05 METALS $ 93,114 $ 93,114 016 WOOD & PLASTIC $ 111,355 $ 111,355 07 THERMAL AND MOISTURE $ - W OPENINGS $ 186,390 $ 186,390 09 FINISHES $ 202,587 $ 202,587 1.0 SPECIALTIES $ 38,454 $ 38,454 11 EQUIPMENT $ - 12 14 FURNISHINGS CONVEYING SYSTEMS (Includes Div 13: P806) 500,000 $ $ - 500,000 21 22 FIRE SUPPRESION! PLUMBING $ $ 19,192 59,343 $ $ 19,192 59,343 23 MECHiANCAL $ 188,313 $ 188,313 26 ELECTRICAL 1,200,000 $ 87,901 $ 1,287,901 27 COMMUNICATIONS $ - 2B ELECTRONIC SAFETY & SECURITY $ - 31 EARTHWORK 11 SWPPP I PILING I DEWATERING $ - 32 EXTERIOR IMPROVEMENTS $ - 34 TRANSPORTATION GENERAL RNUIREMENTS, $ 134,895 $ $ - 134,895 MOT i MOVEMENT OF PASSENGERS TEMPORARY TSA CHECKPOINT ALLOWANCE $ 75,414 $ $ 75,414 - AIRLINE SUPPORT OFFICE AREA ALLOWANCE ............. . . . . .. ....... . .......... ....... . . ........ . .......... . . .. $ MarkuV I Fees I Contingeng MASTER PERMIT ALLOWANCE 2,00% 34,0001 28,505 $ 62,,505 GENERAL CONDITIONS &50% $ 144,500 1 $ 121,1 $ 265,647 SUBCONTRACTOR BOND induded CONSTRUCTION CONTINGENCY DESIGN, CONTINGENCY 4.46% $ 68,000 NJA N/A 71,263 $ 139,263 ESCALATION ALLOWANCE ) PAYMENT & PERFORMANCE BOND 6.48% 1.00% $ 60,0010 21,334 $ $ 142,526 19,019 202,526 40,353 INSURANCE (EXCLUDING B1.I11 LDER'S RISK) 1-20% 25,601 $ 22,822 $ 48,424. BUILDER'$ RISK INSURANCE (ALLOWANCE) CM FEE 0.80% 2,95% �10168 62,1336 15,215 56,105 $ $ 32,282 119,042 A ''0 .. ......... . . .. ... ............. .............. ... . .. . . . . . . . Notes: Concourse A scope includes-, * Emergen,gy power generator & Paralleling EMS switch gear added back at s1,2M. * Passenger Boarding Bridges - added back $500K to convert to Original clesugn. Terminal Improvements and Existing Baggage 01aim/Holdroom Renovations, as shown in the 90% ClDsincluding the following elements per sketches SK- I and SK-2: -Baggage aairn GDnoession Bar - Fast Bag Storage Office (&130) Area -New Rental Car Counters 8 Docusign Envelope ID: 758E707C-0152-4329-B4DC-28F2AOD3B440 Key West International Airport Concourse A & Terminal Improvements Program 90% CDs I Virtual Reality Experience 02 GMP #004 - Admin Bridge, Admin Offices, Glass Wall, Terrazzo, TSA Checkpoint & VR Experience CONCOURSEA TERMINALIMPROVEMENT Glass W 11 1 Terrazzo 2nd Floor I Admin Bridge Virtual Reality Experience EXISTING CONDITIONS I DEMOLITION $ 638,228.42 $ TOTAL 638,228.42 04 MASONRY $ - 05 METALS $ 1,117,660.00 $ 1,117,660.00 06 WOOD & PLASTIC $ 9,670.00 $ 9,670.00 07 THERMAL AND MOISTURE $ 446,449.31 $ 446,449.31 08 OPENINGS $ 385,388.46 $ 385,388.46 09 FINISHES $ 534,937.10 $ 1,207,426.77 $ 1,742,363.87 10 SPECIALTIES $ - 11 EQUIPMENT $ - 12 FURNISHINGS (BY OWNER) $ - $ - 14 CONVEYING SYSTEMS (Includes Div 13 PBBs) $ - 21 FIRE SUPPRESION $ 22,924.00 $ 22,924.00 22 PLUMBING $ 165,993.00 $ 165,993.00 23 MECHANCAL $ 293,462.00 $ 293,462.00 26 ELECTRICAL $ 112,856.97 $ 112,856.97 27 COMMUNICATIONS $ - 28 ELECTRONIC SAFETY & SECURITY $ - 31 EARTHWORK I SWPPP I PILING I DEWATERING $ - 32 EXTERIOR IMPROVEMENTS $ - 33 UTILITIES $ - 34 TRANSPORTATION $ - GENERAL REQUIREMENTS $ 377,099.61 $ 377,099.61 MOT I MOVEMENT OF PASSENGERS $ 210,819.54 $ 210,819.54 TEMPORARY TSA CHECKPOINT ALLOWANCE $ (1,000,000.00) $ (1,000,000.00) AIRLINE SUPPORT OFFICE AREA ALLOWANCE $ (1,800,000.00) $ (1,800,000.00) VIRTUAL REALITY EXPERIENCE $ 3,578,642.91 $ 3,578,642.91 TOTAL DIRECT COST 534 937.10 $ 5,766,620.99 $; 6,301,559.09 Markups I Fees I Contingency MASTER PERMIT ALLOWANCE 2.00% $ 10,698.74 $ 115,332.42 $ 126,031.16 GENERAL CONDITIONS 8.50% $ 45,469.65 $ 490,162.78 $ 535,632.44 SUBCONTRACTOR BOND induded CONSTRUCTION CONTINGENCY 4.92% $ 21,397.48 $ 288,331.05 $ 309,728.53 DESIGN CONTINGENCY N/A N/A ESCALATION (ALLOWANCE) 9.58 % $ 26,746.86 $ 576,662.10 $ 603,408.95 PAYMENT & PERFORMANCE BOND 1.00% $ 6,796.91 $ 76,949.59 $ 83,746.51 INSURANCE (EXCLUDING BUILDER'S RISK) 1.20% $ 8,156.30 $ 92,339.51 $ 100,495.81 BUILDER'S RISK INSURANCE (ALLOWANCE) 0.80% $ 5,437.53 $ 61,559.68 $ 66,997.21 CM FEE 2.95 % $ 20,050.90 $ 227,001.30 $ 247,052.20 TOTAL CONSTRUCTION, COST, 679 691.48 7694 959.43 ' i# 374 6so.90 Notes: Concourse A scope includes: • Glass Wall • Terrazzo Flooring Terminal Improvements and Admin Bridge, Admin Offices adn TSA Checkpoint, as shown in the 90% CDs,including the following elements per sketches SK- 3: -Admin Offices -TSA Security Checkpoing -Admin Bridge New Virtual Reality Experience System GMP 4 reconciliation 06.05.2023.xlsxGMP 04 �� MONROF COL WrY/tNGTNffR1NG/PRorEcr MANAcEmrxr CoNTRAcr CITANGE ORDER ;'l; I� IIIII1q;II III 1rW 0 1 - Oil •0=1 The Contract is changed as follows: Wff _4r#TjjK4j7Vjkr*W W94111191 X010NIX, I The original Contract Sum ... .... ....... ....... ............. _$7,210,999M Net change by previously authorized Change Order ....... ....... $818,824.10 IvixiiI nowII 823.76 The Contract Sum is increased by this Change Order 3_ ....... ........ ____$4,396M The Revised Contract SLIM including this Change O 8,034,219.76 I 1 11 11 1; IMEMMEM This Change Order 3 does not increase contract time. Contractor agrees to accept Me increase in rlrvoamaq7l� any additional compensation related to these bid items. ARCHITECT/ENGIN Robert B. Digitally signed by Robert B. Aydin, P.E. D11 Robert B. Aydin, P.E., "4:_ E! _US fBIIIIMIII Date AIRPORTS DIRECTOR 1.21.26 Date Digitally signed by Christine Christine Hurley Hurley COUNTY/ASSISTANT ADMINISTRATOR__ Date Change Order Attachment per Ordinance No. 004-1999 • Change Order was not included in the original contract specifications. Yes ❑ No If Yes, explanation: 0 Change Order was included in the original specifications. Yes ❑ No If Yes, explanation of increase in price: • Change Order exceeds $100,000 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: 0 Project engineer/architect approves the change order. Yes ® No ❑ If No, explanation of why: • Change Order is correcting an error or omission in design document. Yes ❑No Should a claim under the applicable professional liability policy be made? Yes ❑ No FI Explain: vrkX^.U�nrda�N.C. ^4 Change Order Attention: Jacobs DATE: 1215/25 200 W. Forsyth St Suite 1520 Jacksonville, FL 32202 ITEMIZED QUANTITIES Location: 3491 S Roosevelt Blvd, Key West FL 33040 KWIA Taxiway A Extension and Mitigation - Provide and install 3M Shrink Tubing in all base can Scope: terminations. Perlo"ance/Payment Bonds ($20.00/Tho� sand) Mobil ization/Dernabilization General Conditions Signature: Date: WW4M9( 111111 A CHANGE ORDER / SUBMITTED TO wORKTO BE PERFORMED AT CharleyToppino & Sons, Inc. CHANGE ORDER01 AndrewToppino Taxiway"A" Extension & Mitigation ait000ino(a)gmaiL.com Key West International Airport 305-296-5606 Key West, Florida Revisedr : Per customer request from onsite meeting. 1. Wrap secondary transformer connections with rubber tape 2. Provide and install3M Shrink Tubing for base can primary terminations. PER OUR SUPPLIER'S THIS ESTIMATE IS VALID FOR (30) DAYS. Tariff Clause: Pricing is based on current material costs and market conditions as of the date of this proposal. In the event of any new or increased tariffs, duties, taxes, or government -imposed fees affecting the cost of materials or equipment after the proposal date, Check Electric reserves the right to adjust the contract price accordingly. Any such adjustments will be documented and discussed with the client prior to implementation. 3255 Flagler Ave. #303, Key West, FL 33040 1305-292-3369 I EC13004515 Naples Office: 28731 S. Cargo Ct. #2, Bonita Springs, FL 34135 NVI by MW l!''111 1111i 111[111101111 V PROJECT TITLE: I ",III L 1i - I J TO CONTRACTOR: "0 "Ild The (gontract Suml (Guaranteed Maximum Price) prior to this Change order was ............. $ 531,809.81 The (Contract Sum) (Guaranteed Maximum Price) will be (increased) (decreased) (unchanged) by this Change Order ....... $ 8,563.78 The new (Contract Sum )_(Guaranteed Maximum Price) including this Change Order is ....... $ 540,373.59 The Contract Time will be fincreasedl (decreased) (unchanged) by .......................... -... 0 days The date of Substantial Completion as of the date of this Change Order is ............. ....... February 24, 2026 Detailed description of change order and justification: Tkis cX?zZe +r1er Ise ftir ?Viti*x?I wM4tv., sXztes ?xY- YvZra,19-j� A. x14,w ske-49 V.;ve t:v c%2ixiess. This change Order is 1.6% of the original contract price. Not valid untillgioneg §X gWner, AEchiteet (if alapficable). and Contractor ,TJ [01 ki I g12/26/25 Data 2 la I Da 12.29.2025 Digitally signed by &Wene Christine Hurley Hurley Date: 2026.01.27 11:47:29 -05'00' If Yes, explanation of increase in price: F Q 1111111111 11 111 1 111 11 PIP11, MEM Should a claim under the applicable professional liability policy be made? Yes No ( X Explain: i 31160 Aveinue, Big Pine Key, IF-L... 5-1 IBC 13003416 / CGC 1507617 IRTITMTIF =1 = x ,, wigs wMCMr Royal Funifture Conference R Commissionert. Opening W2o ......................................................... ..... —........$744-48 Bathroom Wn oe....,.......4aa..a....aa.9....a.aws..4..mA.......R.............p.R.g.....m. $887-36 Freight...........................................a...........P................a...a............................ .............. 1 7a Installation............................................................................................................. 0.00 Industrial m Commercial Institudonai- Residential W° E.'st li h d 1984 ........®mw.....m....am.m.................. ­ ................................ PAFU t... *...... »..... @..... a....a.........®......w.s.w.................................... Payment &Performance Bond @ 2% ..a..m........................................... Respectfully Submitted, Ken Bygler Project Manager Client Proposal This " r' is valid IIIhr h:01/1512026 Royal III ''wr° i uu r MARATHON, FL5 Phone: (306) 743-4397 � bIm ��.�..� am Location .................. ...........- rY ------------ R rC .. , ....,,., 1 _ ._Ro .__ CONFERENCE Hunter Douglas Designer Screen Roller LfteRlse Bottom -Up EMP3 « Empire 3 133 m Fence Post 2 2,M.00 882,64 .....,,.,,,,.,. 1,72548 ROOM LEFT ................... 2 ......„........ ....... ..w...... BUSINESS.48 ,.,.............................,mm,.,....w_.,,.,._,.,................w,............... .......,.....M.......,,,,...............,._.,,..............._ .. ......,.. ..._... ........._.............. gSmO .. 744.48..... w..7...,.... ,.,...,,,.. MANAGER Hunter DouglasDesigner ., Roller Rlse Re Up EMP5 m Empire 13 » Fence Pest WINDOW .�.�.�.�.�.�. .. 1..................��..,...........��..,,.,,.._..�.........�..........�,,,,, SIONER .. .._. � .........,,,,,, �_ _�.� �......�.....��..���.�............. ,,�_..��...,..�..�M1,�..... �9q.4 744.48 . ....�� 744.48 ASSISTANT Hunter ntler Douglas Designer Screen Roller liteRbe Botp m.Up EIMP3 - Empire 133 - Fence Post WINDOW �..�..4...�.�.��m..........N..�.�........�.�.�.�.�� ....................�..��,.,.�,.�.�...........��„��.w�...��.�.�.....�..�.�....�............._�............._....,.....�.......��...�....�.�....�� _. 1,682,00 1,1�. 89.66 �1 ....... 1,189.06 ROOM RIGHT Hunter Douglas Designer Screen Ra br Ytefte Bottom -Up EMP3 - Empire 3 133 - Fence Post WINDOW ��.�.�.....�.�................KITCHEN ,.........�.�......��aaaw..._..........�.�.�.�....�..�.,.�...w...�....�W..�.,.........�........�....���.,�.�...�..........�......._,,.,..__......,.._.,,..w.�.���._..�...,,��..�..,....�.�....��������������,...�.�1.............."7qt ..................627 00 1..�.�......._271,........ TRANSOM Hunter Douglas Designer Screen Roller LbRi m-Up EMP3 - Empire 3 133 - Fence Post WINDOW 8 BATHROOM Hunter Douglas Designer Savan Roller WeRize Sottop-'Up EMPI - Empire 1% 1133 - Fence s WINDOW w..... ,n,..... .........,�ti _., .._......,,_F m�t�" rodt,,,t',f�.�..,,�.. .....,...�.,.__......._..... .........,...b_............-4 .............. .....� .......................w.. Installation nst .................,,..w....�..........................,,...,,,,.......,..W d�........ ..M�..�.�a...�........._i, i n��...�..r w.,.._,.� ii .!�.. I l "�" N T. _.. � �.�alla 5A1822 € 1 „.�.1.._ Wf 21�.... ...............a ..�,....,,,,, .. _._ .. Accepted By: Date: