HomeMy WebLinkAbout54th Change Order 03/30/2026 Docusign Envelope ID:E8910E5B-8CA2-4413-9DE5-1E3FCEC52442
KC.A INSTR,8800.2
Enclosure(1)
3/28/2017
Page 3
MONROE COUNTY/DEPARTMENT OF AIRPORTS
CONTRACT CHANGE ORDER
PROJECTTITLE: KWIA Concourse A&Terminal Improvements CHANGE ORDER NO.: 054
INITIATION DATE: 1/27/2026
TO CONTRACTOR: NV2A/Gulf KeystarJV CONTRACT DATE: 8/17/2022
The Contract is changed as follows:
The Original(Contract Sum)(Guaranteed Maxium Price) $ 101,461,771.00
Net change by previously authozied Change Order $18,103,903.34
The(Contract Sum)(Guaranteed Mxium Price)prior to this Chage order was $ 119,565,674.34
The(Contract Sum)(Guaranteed Mxium Price)will be Qiirncireased, by this Change Order $ 1,618,280.40
The new(Contract Sum)(Guaranteed Mxium Price) including this Change Order is $ 121,183,954.74
The Contract Time will be( hainged)by TBD days
The date of Substantial Completion as of the date of this Change Order is 7/31/2026
Detailed Description of change order and)ustlffcatfoo:
This PCCO authorizes the scope of work in the following executed PCO's:
o PCO 148 GPC-Column Tilesl Includes all labor,materials,and associated costs to furnish an install mosaic tile on 22 columns in Concourse A and 2
colunins'in the existing terminal
o PCO 163 Decktight-Terminal roof replacement:Authorizes the replacement of the Existing Terminal roof at Areas D and E In accordance with RFI
9524 and the roof survey conducted on May 19,2025,
o PCO 164 FKE HP4 Power Line extension:Per RFI#629,this PCO authorizes installing conduits and running power to the new Heat Pump#4 location
at the level one parking garage.
o PCO 165 Electrosonic:Additional LED wall on Passenger Bridge:In accordance with the RFI#514.1 response,this Change Order includes the costs
associated with the revision of the LED wall dimensions in the passenger bridge.
o PCO 168 Mark Products Gate 3,4,5 cabinet modifications:This PCO includes the costs associated with modifying the fire extinguisher inserts at the
Gate 3,4,and S counters in KWIA Concourse A,as requested by the Owner.
POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER:
PCO# Title Schedule Impact Amount
148 Column Tiles $303,603.72
163 Decktight Existing Terminals Roof Replacement $1,267,640.00
164 FKE-RFI#629-HP4 Power Line Extension $23,893.79
165 Electrosonic-Additional LED Wall on Passenger Bridge $21,690.89
168 1 Mark Products-Gate 3,4,and 5 Cabinets Modifications $1,452,00
Total $ 1,618,280.40
This change order is 1.59%of the original contract price.
Not valid until signed by Owner,Architect(if applicable),and Contractor
signed by:
3/23/2026 1 10:49:33 EDT
ARCHITECT: p6�.pwry EO,a'2,13,g,yB'f1Ov
Si d,by. L
uSignett by: DATE:
3/20/2026 1 12:18:42 EDT
CONTRACTORS: ,
DATE:
EXECUTIVE DIRECTOR OF AIRPORTS I� �'"�� � ✓� �
Digitally igned> y Christine
Christine Hurley Hurley
COUNTY/DEPUTY ADMINISTRATOR Date:2026.03.30 11:41:59-04'00'
- DATE.
�OUNTY ATTOnNEY DS
FORM
ASSI TJ NTY ATTORNEY
Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442
N V K = K6YST PCCO #054
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 #054: PCOs 148,163, 1643 165, and 168
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: 2/11/2026 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: $1,618,280.40
Concourse A
DESCRIPTION:
This PCCO authorizes the scope of work in the following executed PCO's:
• PCO 148 GPC-Column Tiles: Includes all labor,materials,and associated costs to furnish an install mosaic tile on 22 columns in Concourse A
and 2 columns in the existing terminal
• PCO 163 Decktight—Terminal roof replacement:Authorizes the replacement of the Existing Terminal roof at Areas D and E in accordance
with RFI#524 and the roof survey conducted on May 19,2025.
• PCO 164 FKE HP4 Power Line extension: Per RFI#629,this PCO authorizes installing conduits and running power to the new Heat Pump#4
location at the level one parking garage.
• PCO 165 Electrosonic:Additional LED wall on Passenger Bridge. In accordance with the RFI#514.1 response,this Change Order includes the
costs associated with the revision of the LED wall dimensions in the passenger bridge.
• PCO 168 Mark Products Gate 3,4,5 cabinet modifications:This PCO includes the costs associated with modifying the fire extinguisher inserts
at the Gate 3,4,and 5 counters in KWIA Concourse A,as requested by the Owner.
ATTACHMENTS:
NV2A IP_CO#1.48 okLq n_1J1es$�Q�,C�Q�._72)pdf,ICVVIIf�F�C7__16�.�_IDec�ktght_`-_IE�i�tin `)�rmina_pdf,MIIF�.Iy�;C)._164 :__FIEF`-_IR,I_FII_C29.�.
I-HP4 Power_IL pdf,ICVVIIf F C7__165_IE.I otrosonic Additional_I_IEICB /a..pdf,I�dV2l.PCO#1 3( 145 :00 Gates 3-5_c cabinet rrraci�)pd_f
POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER:
PCO# Title Schedule Impact Amount
148 Column Tiles $303,603.72
163 Decktight-Existing Terminals Roof Replacement $1,267,640.00
164 FKE-RFI#629-HP4 Power Line Extension $23,893.79
165 Electrosonic-Additional LED Wall on Passenger Bridge $21,690.89
168 Mark Products-Gate 3,4,and 5 Cabinets Modifications $1,452.00
Total: $1,618,280.40
The original(Contract Sum) $101,461,771.00
Net change by previously authorized Change Orders $18,103,903.34
The contract sum prior to this Change Order was $119,565,674.34
The contract sum would be changed by this Change Order in the amount of $1,618,280.40
The new contract sum including this Change Order will be $121,183,954.74
The contract time will not be changed by this Change Order.
NV2A/Gulf Keystar JV Page 1 of 2 Printed On:3/12/2026 07:41 PM
Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442
�Y
BUILDING
NV K = K
PCCO #054
—Initial DS
o FC6- �K
Christopher Kopec(McFarland Johnson, Key West International Airport NV2A/Gulf Keystar JV
Inc.)
49 Court Street,Suite 240 3491 South Roosevelt Boulevard 9100 South Dadeland Blvd,Suite 600
Binghamton, New York 13901 Key West, Florida 33040 Miami, Florida 33156
----Signed by: ----Signed by: DocuSigned by:
^ 062E1 EB4233B487... 019093827A75487... 5(U&
FS9717D29E34A5...
SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE
3/23/2026 1 10:49:33 EDT 3/20/2026 1 12:18:423/W/2026 1 12:19:28
NV2A/Gulf Keystar JV Page 2 of 2 Printed On:3/12/2026 07:41 PM
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
PCO # 148
Column Tiles
Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442
NV
K
GULF BU, IL DING PCO #148
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 #148: Column Tiles
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: 148/0 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: 6/2/2025
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: $303,603.72
POTENTIAL CHANGE ORDER TITLE: Column Tiles
CHANGE REASON:A/E Design Changes
POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows)
Column Tiles
In accordance with the specifications listed below and RFI#466,this Change Order includes all labor,materials,and associated costs to furnish and
install mosaic tile on the following:
• 22 columns located in Concourse A,and
• 2 columns located in the existing terminal at the KWIA project.
Due to the discontinuation of the originally specified tile selection,as noted in RFI#466,the approved alternate tile is:
• Daltile,Colorwave Classic Blends 1x1 CW 27 Winter Blues
Applicable Specifications:
• SECTION 09 3000—TILING
• SECTION 03 3000—CAST-IN-PLACE CONCRETE
• SECTION 09 9123—INTERIOR PAINTING
ATTACHMENTS:
09 9123 Interior Paintina W..f. _C)9 3000 rilin�.pdf, 03 3000 Cast...in...Place Concrete.pdf, KWIA Columns I....ocations.pdf IKVVIIA RFII 466
If .cxn.. e.2—dfdf, „a ¢�# _IRev.#1_Columns Addit. Il::inish IDetails.M& , .aPrc�pcxsal for Colurnn riles for Key..)B1f� �...1.n.f�.rn.�f.i.cxn.�.i...�.ji P..cxrt:.�df
# Budget Code Description Amount
1 09-60.10.10.0 Cermaic IPorcelian Tile.Other Column Tiles $276,003.38
2 99-99.99.66.0 Procore OH&P.Other Prime Contract Markup $27,600.34
Grand Total: $303,603.72
NV2A/Gulf Keystar JV Page 1 of 2 Printed On: 1/26/2026 05:37 PM EST
Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442
NV
K
GULF BUILDING PCO #148==" KSYST`*R
Christopher Kopec(McFarland Johnson, Key West International Airport NV2A/Gulf Keystar JV
Inc.)
49 Court Street,Suite 240 3491 South Roosevelt Boulevard 9100 South Dadeland Blvd,Suite 600
Binghamton, New York 13901 Key West, Florida 33040 Miami, Florida 33156
Signed by: Digitally signed by LAAD2DE76A693417
Signed by:
Richard Richard Strickland -
�t viSfe�G t v S. o�(G Strickland Date 2026.02.23 "-c r fTY�,tors
15:44:11-05'00' ...
-----062E1 EB4233B487...
SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE
2/13/2026 1 10:48:43 EST 1/27/2026 1 07-.16-.07 PST
NV2A/Gulf Keystar JV Page 2 of 2 Printed On: 1/26/2026 05:37 PM EST
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
COLUMNS
--- 14
I of
as ao
71= 77-
-LLLLJ—
El El
J I L
Drawing H 21 2nd Floor
-------------------
I-"I I I I A I I I I
64
1 2 1�31
Drawing HII 1st Floor
Walls
Supply&Install:CT-11 DALTILE Glass Mosaic Tile 1'S(V,CW27 Color Wave,Color:Winter Blues,at walls up to 22'-00"H.
Columns at 105 LOST BAG
1st Level ***Thinset installation method is included.
Total.2 Columns ***Regular grout:Bright White Prism SCG Ultimate Performance Premixed is included.(Fusion pro single is discontinued)
Columns at 302 HOLDROOM ***Scissor lift rental is included
2nd Level —Column floating as needed is included.
Total 21 Columns
I I Al a I I IAlll I'7 I!wook:' I Ior I
Please Note:
STAINLESS STEEL BASE 8"H is not included.
We are following drawings:A121,A512
ea
Bond 2.5% $6,607.66
Total $270,913.99
Docusign Envelope ID: E8910E5MCA24413-9DE5-1 E3FCEC52442
GENERAL uPROPERTY c ONSTRUCTwION PCO#4
Revision#:
GENERAL PROPERTY CONSTRUCTION LLC
CGC 1510411,Licensed,Insured,and Bonded Project: KWIA
1350 NW 88th Ave,
Miami,FL 33172
Phone(305)592-9570 Fax(305)592-9571
NV2A
Javier Ordieres Date: 10/27/2026
9100 South Dadeland Blvd.Suite 600 Prepared by:Diana Chicas
Miami,FL 33156 Ana Diaz
,lard irrrs(danvlarlr���ap,rim
Key West International Airport Additional Column
Location Description Sub-Total
Plan Sheet A403— 1.Revise 1/A403 Nursing Room 330 to show Ceramic Tile CT-11 around the column.
ENLARGED RESTROOM Supply and install,CT-11 DALTILE Glass Mosaic Tile 1"x1",CW27 Color Wave,Color:Winter Blues,at column up to 10'H. $4,847.03
PLANS&ELEVATIONS:
SUB-TOTAL $4,847.03
NOTES:1.GPC will not remove any existing paint and primer at columns 5%O&P $242.35
2.If labor for install only is needed for the uper metal sleeves around the columns,please add TOTAL $5,089.39
$2,371.79 to the sub-total
Additional Column:
f.�-.SIhr7
1 AMILY"ROOM NUR SIN ROOL
RE(9+) E
PT-3 IE.XI'S'TIN(3 PAINT 329 3 ,
AND PRIMER �A,3'14
�...T-4
r
m C?tDCY
L
� _.
cT-3 r�x 5'
w
EF
4� &-x, 2'_0" 778 Cu
ci
f _ :.'�" �r.;7—
THANK YOU FOR YOUR BUSINESS!
WE TAKE PRIDE ON WHAT YOU STAND ON!
1 of 1
Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442
GULF BUILDING NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and
NV K M" KEYST*IR 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 #466: Column Tile Alternate Spec
Status Open
To Christopher Kopec(McFarland Johnson, Inc.) From Ryan Donnelly(NV2A/Gulf Keystar JV)
Don Koppy(Mead&Hunt) 9100 South Dadeland Blvd,Suite 600
Tang Fang(Mead&Hunt) Miami, Florida 33156
Tonya Wood(Mead&Hunt)
Judy Telford(Mead&Hunt)
Date Initiated Jan 31,2025 Due Date Feb 7,2025
Location Project Stage
Cost Impact Schedule Impact
Spec Section Cost Code
Drawing Number Reference
Linked Drawings
Received From
Copies To Tim Bergeron(NV2A/Gulf Keystar JV), Kirk
Boothroyd(McFarland Johnson, Inc.), Kellen
Donnelly(NV2A/Gulf Keystar JV), Ryan Donnelly
(NV2A/Gulf Keystar JV),Gregg Gaston(NV2A/Gulf
Keystar JV),John Govero(NV2A/Gulf Keystar JV),
Gustavo Lazaro(NV2A/Gulf Keystar JV),Michael
Lobo(NV2A/Gulf Keystar JV), Frank Montalvo
(NV2A/Gulf Keystar JV),Joseph L. Petzack
(McFarland Johnson, Inc.),Antonio Pinto
(NV2A/Gulf Keystar JV),Claudio Santos(NV2A/Gulf
Keystar JV), Mansour Sodagari(NV2A/Gulf Keystar
JV)
Trade Finishes
Activity/
Question Question from Ryan Donnelly NV2A/Gulf Keystar JV on Friday,Jan 31, 2025 at 10:36 AM EST
Per an email from Tang Fang,of Mead&Hunt,on 1/7/25,we are to price the following for the 21 concrete columns in the
concourse holdroom and 2 concrete columns in the baggage claim area:
1. Clad the columns with 1"x 1"mosaic tile by Tilebar with colors, Fairy Glass Blue and polished glass,all the way to the
top of the concrete with the 8"stainless steel base that is attached with mastic tape. The tile shall be installed per tile
specifications. Provide for joint sealant between tile and stainless steel base.
We have been advised that Tilebar 1"x 1"Fairy Glass Blue has been discontinued,and they have limited stock which is not
enough quantity for the columns. Please advise on an alternate tile option to clad the concrete columns.
Official Response Response from Judy Telford Mead&Hunt on Monday,Feb 10, 2025 at 09:33 AM EST
Here is an alternate to price since the original selection has been discontinued, Daltile,Colorwave Classic Blends 1x1 CW 27
Winter Blues. Note: Please review the attached Transmittal PDF for the full formatted text.
Attachments
Transmittal,_RFI -RFI#466 -Column Tile Alternate Spec(Responded and Closed).pdf, RFI#466-MIH IResponse.pdf,
Transmittal.-RFI -RFI#466 -Column Tile Alternate Spec(Responded and Closed).pdf
NV2A/Gulf Keystar JV Page 1 of 1 Printed On: Feb 10,2025 09:37 AM EST
Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442
GULF BUILDING NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and
NV K M" KEYST*IR 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 #466: Column Tile Alternate Spec
Status Open
To Tonya Wood(Mead&Hunt) From Ryan Donnelly(NV2A/Gulf Keystar JV)
Tang Fang(Mead&Hunt) 9100 South Dadeland Blvd,Suite 600
Judy Telford(Mead&Hunt) Miami, Florida 33156
Don Koppy(Mead&Hunt)
Christopher Kopec(McFarland Johnson, Inc.)
Date Initiated Jan 31,2025 Due Date Feb 7,2025
Location Project Stage
Cost Impact Schedule Impact
Spec Section Cost Code
Drawing Number Reference
Linked Drawings
Received From
Copies To Tim Bergeron(NV2A/Gulf Keystar JV), Kirk
Boothroyd(McFarland Johnson, Inc.), Kellen
Donnelly(NV2A/Gulf Keystar JV), Ryan Donnelly
(NV2A/Gulf Keystar JV),Gregg Gaston(NV2A/Gulf
Keystar JV),John Govero(NV2A/Gulf Keystar JV),
Gustavo Lazaro(NV2A/Gulf Keystar JV),Michael
Lobo(NV2A/Gulf Keystar JV), Frank Montalvo
(NV2A/Gulf Keystar JV),Joseph L. Petzack
(McFarland Johnson, Inc.),Antonio Pinto
(NV2A/Gulf Keystar JV),Claudio Santos(NV2A/Gulf
Keystar JV), Mansour Sodagari(NV2A/Gulf Keystar
JV)
Trade Finishes
Activity/
Question Question from Ryan Donnelly NV2A/Gulf Keystar JV on Friday,Jan 31, 2025 at 10:36 AM EST
Per an email from Tang Fang,of Mead&Hunt,on 1/7/25,we are to price the following for the 21 concrete columns in the
concourse holdroom and 2 concrete columns in the baggage claim area:
1. Clad the columns with 1"x 1"mosaic tile by Tilebar with colors, Fairy Glass Blue and polished glass,all the way to the
top of the concrete with the 8"stainless steel base that is attached with mastic tape. The tile shall be installed per tile
specifications. Provide for joint sealant between tile and stainless steel base.
We have been advised that Tilebar 1"x 1"Fairy Glass Blue has been discontinued,and they have limited stock which is not
enough quantity for the columns. Please advise on an alternate tile option to clad the concrete columns.
I� 11� Ii� , �i�W�urii���i�irir rgit r ri 11 i i
NV2A/Gulf Keystar JV Page 1 of 1 Printed On:Jan 31,2025 10:52 AM EST
Docusign Envelope ID: E891 OE5B-8CA2 4413-9DE5-1 E3FCEC52442 MUcIM_1VNlV4H31 8 v 3Sl nOONOC a
iHOdHIV WNOliVNb31Nl 1S3M k3N m 01 r_
oN p Ob0££�d'3SaM ABN'PM8 3laABSOOFJ S L6b£
o NOIIHIAH AO 1N3W1HVd34 A1Nnoo zIOHNOW iNena g a
FYI a �r d" 3 `
9
0
Z n /
J
-a
B � �
w a H
e °
a�
u ..
` 0
a r
> o
I I I I w
o X,
I,I I I I
I
i
(D' (�
� ll
uuuuii
I
�il,
I
��� .',➢ ro � o C ; �,� .m_ � r,111�l q it c? i r 4 p I�L-.
� I r
' I 111
I
ja
.I P � Y
911"I
„4.W
Docusign Envelope ID: E891 OE5B-8CA2 4413-9DE5-1 E3FCEC52442 MUcINI-1VNlV4H31 8 v 3Sl nOONOC a z
y� iHOdHIV WNOliVNb31Nl 1S3M k3N m z 5 r
" rx� hb h7 O¢ r
oyryo p ObD££-�`3SaM ABN'PAS 3laABSOOFJ S L61£ �3rord s B w a� y
o NOIIHIAHAO1N3W1FJHd3QA1NnooO ]OHNOW 1N31r o =
IJ
z
ni
e a g
I
a z � ,
LL
I
0
u I
c
J�
.6 a ...fie
NEl
ea
FT
O
a W m
fil
_ w
I m
I w
y F d
_ 3 w
O I �
I 2 3
ul .................. Y a a '�
0o
Ti
Ej-
110
OV
�r
LL „
f
w
rl.
..° �...._.. �r,���.. u� li� yn ............
f
a
'unnn i
w� �A
{,e
I
u
o �d
�r
{
III '
{
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Concourse A &Terminal Improvements Key West International Airport
01/20/2023 - Conformed Documents Monroe County Dept. of Aviation
SECTION 09 9123
INTERIOR PAINTING
PART1 GENERAL
1.01 SECTION INCLUDES
A. Surface preparation.
B. Field application of paints.
C. Scope: Finish interior surfaces exposed to view, unless fully factory-finished and unless otherwise
indicated.
1. Both sides and edges of plywood backboards for electrical and telecom equipment before
installing equipment.
2. Elevator pit ladders.
3. Mechanical and Electrical:
a. In finished areas, paint insulated and exposed pipes, unless otherwise indicated.
D. Do Not Paint or Finish the Following Items:
1. Items factory-finished unless otherwise indicated; materials and products having factory-
applied primers are not considered factory finished.
2. Items indicated to receive other finishes.
3. Items indicated to remain unfinished.
4. Fire rating labels, equipment serial number and capacity labels, bar code labels, and operating
parts of equipment.
5. Stainless steel, anodized aluminum, bronze, terne-coated stainless steel, and lead items.
6. Marble, granite, slate, and other natural stones.
7. Floors, unless specifically indicated.
8. Glass.
9. Acoustical materials, unless specifically indicated.
10. Concealed pipes, ducts, and conduits.
1.02 REFERENCE STANDARDS
A. 40 CFR 59, Subpart D - National Volatile Organic Compound Emission Standards for Architectural
Coatings; U.S. Environmental Protection Agency current edition.
B. CARB (SCM) - Suggested Control Measure for Architectural Coatings; California Air Resources
Board 2020.
C. MPI (APSM) - Master Painters Institute Architectural Painting Specification Manual Current Edition.
D. SCAOMD 1113 - Architectural Coatings 1977, with Amendment (2016).
E. SSPC-SP 1 - Solvent Cleaning 2015, with Editorial Revision (2016).
F. SSPC-SP 6 - Commercial Blast Cleaning 2007.
1.03 SUBMITTALS
A. See Section 01 3000 - Administrative Requirements, for submittal procedures.
B. Product Data: Provide complete list of products to be used, with the following information for each:
1. Manufacturer's name, product name and/or catalog number, and general product category
(e.g., "alkyd enamel").
2. MPI product number (e.g., MPI #47).
3. Cross-reference to specified paint system(s) product is to be used in; include description of
each system.
C. Sustainable Design Submittals:
1. For paints, and coatings, wet applied, include printed statement of VOC content, showing
compliance with the applicable VOC limits of the California Air Resources Board (CARB) 2007,
MJ No. 18811.02 INTERIOR PAINTING 09 9123 - 1
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Concourse A &Terminal Improvements Key West International Airport
01/20/2023 - Conformed Documents Monroe County Dept. of Aviation
Suggested Control Measure (SCM) for Architectural Coatings or the South Coast Air Quality
Management District (SCAQMD) Rule 1113, effective June 3, 2011.
D. Samples: Submit three paper"draw down" samples, 8-1/2 by 11 inches in size, illustrating range of
colors available for each finishing product specified.
1. Where sheen is specified, submit samples in only that sheen.
E. Certification: By manufacturer that paints and finishes comply with VOC limits specified.
1.04 MOCK-UP
A. See Section 01 4000 - Quality Requirements, for general requirements for mock-up.
B. Provide panel, 8 feet long by 4 feet wide, illustrating paint color, texture, and finish.
C. Provide door and frame assembly illustrating paint color, texture, and finish.
D. Locate where directed by the Consultant.
1.05 DELIVERY, STORAGE, AND HANDLING
A. Deliver products to site in sealed and labeled containers; inspect to verify acceptability.
B. Container Label: Include manufacturer's name, type of paint, brand name, lot number, brand code,
coverage, surface preparation, drying time, cleanup requirements, color designation, and
instructions for mixing and reducing.
C. Paint Materials: Store at minimum ambient temperature of 45 degrees F and a maximum of 90
degrees F, in ventilated area, and as required by manufacturer's instructions.
1.06 FIELD CONDITIONS
A. Do not apply materials when surface and ambient temperatures are outside the temperature ranges
required by the paint product manufacturer.
B. Follow manufacturer's recommended procedures for producing best results, including testing of
substrates, moisture in substrates, and humidity and temperature limitations.
C. Provide lighting level of 80 ft candles measured mid-height at substrate surface.
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. Provide paints and finishes used in any individual system from the same manufacturer, no
exceptions.
B. Subject to compliance with requirements, available manufacturers offering products that may be
incorporated into the Work include, but are not limited to the following:
1. Basis of Design: Sherwin-Williams
2. Behr.
3. Benjamin Moore &Co.
4. PPG.
2.02 PAINTS AND FINISHES- GENERAL
A. Paints and Finishes: Ready-mixed, unless intended to be a field-catalyzed paint.
1. Provide paints and finishes of a soft paste consistency, capable of being readily and uniformly
dispersed to a homogeneous coating, with good flow and brushing properties, and capable of
drying or curing free of streaks or sags.
2. Provide materials that are compatible with one another, and the substrates indicated under
conditions of service and application, as demonstrated by manufacturer based on testing and
field experience.
3. For opaque finishes, tint each coat including primer coat and intermediate coats, one-half
shade lighter than succeeding coat, with final finish coat as base color.
4. Supply each paint material in quantity required to complete entire project's work from a single
production run.
MJ No. 18811.02 INTERIOR PAINTING 09 9123 - 2
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Concourse A &Terminal Improvements Key West International Airport
01/20/2023 - Conformed Documents Monroe County Dept. of Aviation
5. Do not reduce, thin, or dilute paint or finishes or add materials unless such procedure is
specifically described in manufacturer's product instructions.
B. Volatile Organic Compound (VOC) Content:
1. Provide paints and finishes that comply with the most stringent requirements specified in the
following:
a. 40 CFR 59, Subpart D--National Volatile Organic Compound Emission Standards for
Architectural Coatings.
b. SCAQMD 1113 Rule.
c. CARB (SCM).
d. Architectural coatings VOC limits of State in which the project is located.
2. Determination of VOC Content: Testing and calculation in accordance with 40 CFR 59,
Subpart D (EPA Method 24), exclusive of colorants added to a tint base and water added at
project site; or other method acceptable to authorities having jurisdiction.
C. Flammability: Comply with applicable code for surface burning characteristics.
D. Sheens: Provide the sheens specified; where sheen is not specified, sheen will be selected later by
Consultant from the manufacturer's full line.
E. Colors: As indicated on drawings.
1. In finished areas, finish pipes, ducts, conduit, and equipment the same color as the wall/ceiling
under which they are mounted.
2.03 PRIMERS
A. Primers: Provide the following unless other primer is required or recommended by manufacturer of
top coats.
1. Alkali Resistant Water Based Primer: Water-based primer formulated for use on alkaline
surfaces, such as plaster, vertical concrete, and masonry.
2. Interior Institutional Low Odor/VOC Primer Sealer:Water-based primer sealer with low-odor
characteristics and a VOC of less than 10 grams per liter for use on new interior plaster,
concrete, and gypsum wallboard surfaces that are subsequently to be painted with latex finish
coats.
3. Interior/Exterior Latex Block Filler: Water-based, high-solids, emulsion coating formulated to
bridge and fill porous surfaces of exterior concrete masonry units in preparation for specified
subsequent coatings.
4. Interior Rust-Inhibitive Water Based Primer: Corrosion-resistant, water-based-emulsion primer
formulated for resistance to flash rusting when applied to cleaned, interior ferrous metals
subject to mildly corrosive environments.
5. Latex Primer for Interior Wood: Waterborne-emulsion primer formulated for resistance to
extractive bleeding, mold, and microbials; for hiding stains; and for use on interior wood subject
to extractive bleeding.
2.04 WATER-BASED FINISH COATS
A. Interior, Latex, Institutional Low Odor/VOC: White or colored latex paint with low-odor characteristics
and a VOC of less than 10 grams per liter.
2.05 GLOSS AND SHEEN LEVEL
A. Provide Gloss and Sheen as indicated in Schedules on the Drawings.
1. Flat, Maximum gloss of 5 units at 60 degrees and maximum sheen of 10 units at 85 degrees
when tested in accordance with ASTM D523.
2. Eggshell, Gloss of 10 to 25 units at 60 degrees and sheen of 10 to 35 units at 85 degrees when
tested in accordance with ASTM D523.
3. Satin, Gloss of 20 to 35 units at 60 degrees and minimum sheen of 35 units at 85 degrees
when tested in accordance with ASTM D523.
4. Semigloss, Gloss of 35 to 70 units at 60 degrees when tested in accordance with ASTM D523.
5. Gloss, Gloss of 70 to 85 units at 60 degrees when tested in accordance with ASTM D523.
MJ No. 18811.02 INTERIOR PAINTING 09 9123 - 3
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Concourse A &Terminal Improvements Key West International Airport
01/20/2023 - Conformed Documents Monroe County Dept. of Aviation
2.06 ACCESSORY MATERIALS
A. Accessory Materials: Provide primers, sealers, cleaning agents, cleaning cloths, sanding materials,
and clean-up materials as required for final completion of painted surfaces.
B. Patching Material: Latex filler.
C. Fastener Head Cover Material: Latex filler.
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify that surfaces are ready to receive work as instructed by the product manufacturer.
B. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition
that may potentially affect proper application.
C. Test shop-applied primer for compatibility with subsequent cover materials.
D. Measure moisture content of surfaces using an electronic moisture meter. Do not apply finishes
unless moisture content of surfaces is below the following maximums:
1. Gypsum Wallboard: 12 percent.
2. Masonry, Concrete, and Concrete Masonry Units: 12 percent.
3.02 PREPARATION
A. Clean surfaces thoroughly and correct defects prior to application.
B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result
for the substrate under the project conditions.
C. Remove or mask surface appurtenances, including electrical plates, hardware, light fixture trim,
escutcheons, and fittings, prior to preparing surfaces or finishing.
D. Seal surfaces that might cause bleed through or staining of topcoat.
E. Remove mildew from impervious surfaces by scrubbing with solution of tetra-sodium phosphate and
bleach. Rinse with clean water and allow surface to dry.
F. Gypsum Board: Fill minor defects with filler compound. Spot prime defects after repair.
G. Ferrous Metal:
1. Solvent clean according to SSPC-SP 1.
2. Shop-Primed Surfaces: Sand and scrape to remove loose primer and rust. Feather edges to
make touch-up patches inconspicuous. Clean surfaces with solvent. Prime bare steel
surfaces.
3. Remove rust, loose mill scale, and other foreign substances using using methods
recommended in writing by paint manufacturer and blast cleaning according to SSPC-SP 6
"Commercial Blast Cleaning". Protect from corrosion until coated.
H. Metal Doors to be Painted: Prime metal door top and bottom edge surfaces.
3.03 APPLICATION
A. Remove unfinished louvers, grilles, covers, and access panels on mechanical and electrical
components and paint separately.
B. Apply products in accordance with manufacturer's written instructions and recommendations in "MPI
Architectural Painting Specification Manual".
C. Where adjacent sealant is to be painted, do not apply finish coats until sealant is applied.
D. Do not apply finishes to surfaces that are not dry. Allow applied coats to dry before next coat is
applied.
E. Apply each coat to uniform appearance in thicknesses specified by manufacturer.
F. Dark Colors and Deep Clear Colors: Regardless of number of coats specified, apply as many coats
as necessary for complete hide.
MJ No. 18811.02 INTERIOR PAINTING 09 9123 - 4
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Concourse A &Terminal Improvements Key West International Airport
01/20/2023 - Conformed Documents Monroe County Dept. of Aviation
G. Sand wood and metal surfaces lightly between coats to achieve required finish.
H. Vacuum clean surfaces of loose particles. Use tack cloth to remove dust and particles just prior to
applying next coat.
I. Reinstall electrical cover plates, hardware, light fixture trim, escutcheons, and fittings removed prior
to finishing using workers skilled in the trades involved to reinstall items.
3.04 CLEANING AND PROTECTION
A. Collect waste material that could constitute a fire hazard, place in closed metal containers, and
remove daily from site.
B. After completing paint application, clean spattered surfaces. Do not scratch, mar, or damage
adjacent finished surfaces.
C. At completion of construction activities of other trades, touch up and restore damaged painted
surfaces.
3.05 SCHEDULE- INTERIOR PAINT SYSTEMS
A. CMU Substrates:
1. Institutional Low-Odor/VOC Latex System:
a. Block Filler: Interior/exterior latex block filler.
b. Intermediate Coat: Matching topcoat.
c. Topcoat: Interior, latex, institutional low odor/VOC.
d. Sheen: Semi-gloss, unless otherwise noted in drawings.
B. Steel Substrates:
1. Institutional Low-Odor/VOC Latex System:
a. Prime Coat: Water-based rust-inhibitive primer.
b. Intermediate Coat: Matching topcoat.
c. Topcoat: Interior, latex, institutional low odor/VOC.
d. Sheen: Semi-gloss, unless otherwise noted in drawings.
C. Exposed Wood:
1. Institutional Low-Odor/VOC Latex System:
a. Prime Coat: Interior latex primer for wood.
b. Intermediate Coat: Matching topcoat.
c. Topcoat: Interior, latex, institutional low odor/VOC.
d. Sheen: Semi-gloss, unless otherwise noted in drawings.
D. Gypsum Board and Gypsum Plaster Substrates:
1. Institutional Low-Odor/VOC Latex System:
a. Prime Coat: Interior, institutional low odor/VOC primer sealer.
b. Intermediate Coat: Matching topcoat.
c. Topcoat: Interior, latex, institutional low odor/VOC.
d. Sheen: Satin, unless otherwise noted in drawings.
END OF SECTION 09 9123
MJ No. 18811.02 INTERIOR PAINTING 09 9123 - 5
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Concourse A&Terminal Improvements Key West International Airport
01/13/2023-Conformed Documents Monroe County Dept. of Aviation
SECTION 03 3000
CAST-IN-PLACE CONCRETE
PART1 GENERAL
1.01 SECTION INCLUDES
A. Concrete building frame members.
B. Concrete for composite floor construction.
C. Elevated concrete slabs.
D. Floors and slabs on grade.
E. Joint devices associated with concrete work.
F. Concrete curing.
1.02 RELATED REQUIREMENTS
A. Section 03 1000 -Concrete Forming and Accessories: Forms and accessories for formwork.
B. Section 03 2000 -Concrete Reinforcing.
C. Section 03 3511 -Concrete Floor Finishes: Preparation requirements.
D. Section 07 9200 -Joint Sealants: Products and installation for sealants and joint fillers for saw
cut joints and isolation joints in slabs.
E. Section 09 9513- Expansion joint Cover ASsemblies : Recesses and connections
requirements.
1.03 REFERENCE STANDARDS
A. ACI 211.1 -Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass
Concrete; 1991 (Reapproved 2009).
B. ACI 211.2-Standard Practice for Selecting Proportions for Structural Lightweight Concrete;
1998 (Reapproved 2004).
C. ACI 301 -Specifications for Structural Concrete; 2016.
D. ACI 302.1 R-Guide to Concrete Floor and Slab Construction; 2015.
E. ACI 304R-Guide for Measuring, Mixing, Transporting, and Placing Concrete; 2000
(Reapproved 2009).
F. ACI 305R-Guide to Hot Weather Concreting; 2010.
G. ACI 308R-Guide to External Curing of Concrete; 2016.
H. ACI 318- Building Code Requirements for Structural Concrete and Commentary; 2014 (Errata
2018).
I. ASTM C33/C33M -Standard Specification for Concrete Aggregates; 2018.
J. ASTM C39/C39M -Standard Test Method for Compressive Strength of Cylindrical Concrete
Specimens; 2020.
K. ASTM C472 -Standard Test Methods for Physical Testing of Gypsum, Gypsum Plasters and
Gypsum Concrete; 2020.
L. ASTM C94/C94M -Standard Specification for Ready-Mixed Concrete; 2020.
M. ASTM C143/C143M -Standard Test Method for Slump of Hydraulic-Cement Concrete; 2015a.
N. ASTM C150/C150M -Standard Specification for Portland Cement; 2020.
O. ASTM C171 -Standard Specification for Sheet Materials for Curing Concrete; 2016.
P. ASTM C173/C173M -Standard Test Method for Air Content of Freshly Mixed Concrete by the
Volumetric Method; 2016.
Q. ASTM C260/C260M -Standard Specification for Air-Entraining Admixtures for Concrete; 2010a
(Reapproved 2016).
MJ No. 18811.02 CAST-IN-PLACE CONCRETE 03 3000- 1
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Concourse A&Terminal Improvements Key West International Airport
01/13/2023-Conformed Documents Monroe County Dept. of Aviation
R. ASTM C309-Standard Specification for Liquid Membrane-Forming Compounds for Curing
Concrete; 2019.
S. ASTM C330/C330M -Standard Specification for Lightweight Aggregates for Structural
Concrete; 2017a.
T. ASTM C494/C494M -Standard Specification for Chemical Admixtures for Concrete; 2019.
U. ASTM C618 -Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan
for Use in Concrete; 2019.
V. ASTM C685/C685M -Standard Specification for Concrete Made by Volumetric Batching and
Continuous Mixing; 2017.
W. ASTM C881/C881 M -Standard Specification for Epoxy-Resin-Base Bonding Systems for
Concrete; 2015.
X. ASTM C1240-Standard Specification for Silica Fume Used in Cementitious Mixtures; 2020.
Y. ASTM C1315-Standard Specification for Liquid Membrane-Forming Compounds Having
Special Properties for Curing and Sealing Concrete; 2019.
Z. ASTM C1602/C1602M -Standard Specification for Mixing Water Used in the Production of
Hydraulic Cement Concrete; 2012.
AA. ASTM D1751 -Standard Specification for Preformed Expansion Joint Filler for Concrete Paving
and Structural Construction (Nonextruding and Resilient Bituminous Types); 2018.
AB. ASTM E1643 -Standard Practice for Selection, Design, Installation and Inspection of Water
Vapor Retarders Used in Contact with Earth or Granular Fill Under Concrete Slabs; 2018a.
AC. ASTM E1745-Standard Specification for Plastic Water Vapor Retarders Used in Contact with
Soil or Granular Fill under Concrete Slabs; 2017.
AD. COE CRD-C 513-COE Specifications for Rubber Waterstops; 1974.
AE. NSF 61 - Drinking Water System Components- Health Effects; 2019.
AF. NSF 372 - Drinking Water System Components- Lead Content; 2016.
1.04 SUBMITTALS
A. Product Data: Submit manufacturers' data on manufactured products showing compliance with
specified requirements and installation instructions.
1. For curing compounds, provide data on method of removal in the event of incompatibility
with floor covering adhesives.
B. Mix Design: Submit proposed concrete mix design.
1. Indicate proposed mix design complies with requirements of ACI 318, Chapter 5-
Concrete Quality, Mixing and Placing.
C. Samples: Submit samples of underslab vapor retarder to be used.
D. Test Reports: Submit report for each test or series of tests specified.
E. Manufacturer's Installation Instructions: For concrete accessories, indicate installation
procedures and interface required with adjacent construction.
F. Sustainable Design Submittals: If any wood or wood-based form materials, including supports,
are permanently installed in the project, submit documentation required for sustainably
harvested wood as specified in Section 01 6000- Product Requirements.
G. Sustainable Design Submittal: If any fly ash, ground granulated blast furnace slag, silica fume,
rice hull ash, or other waste material is used in mix designs to replace Portland cement, submit
the total volume of concrete cast in place, mix design(s) used showing the quantity of portland
cement replaced, reports showing successful cylinder testing, and temperature on day of pour if
cold weather mix is used.
H. Project Record Documents: Accurately record actual locations of embedded utilities and
components that will be concealed from view upon completion of concrete work.
MJ No. 18811.02 CAST-IN-PLACE CONCRETE 03 3000-2
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Concourse A&Terminal Improvements Key West International Airport
01/13/2023-Conformed Documents Monroe County Dept. of Aviation
I. Warranty: Submit manufacturer warranty and ensure forms have been completed in Owner's
name and registered with manufacturer.
1.05 QUALITY ASSURANCE
A. Perform work of this section in accordance with ACI 301 and ACI 318.
B. Follow recommendations of ACI 305R when concreting during hot weather.
C. For slabs required to include moisture vapor reducing admixture (MVRA), do not proceed with
placement unless manufacturer's representative is present for every day of placement.
1.06 WARRANTY
A. Moisture Emission-Reducing Curing and Sealing Compound, Membrane-Forming: Provide
warranty to cover cost of flooring delamination failures for 10 years.
1. Include cost of repair or removal of failed flooring, remediation with a moisture vapor
impermeable surface coating, and replacement of flooring with comparable flooring
system.
PART2 PRODUCTS
2.01 FORMWORK
A. Comply with requirements of Section 03 1000.
2.02 REINFORCEMENT MATERIALS
A. Comply with requirements of Section 03 2000.
2.03 CONCRETE MATERIALS
A. Cement: ASTM C150/C150M, Type II - Moderate Portland type.
1. Acquire cement for entire project from same source.
B. Fine and Coarse Aggregates: ASTM C33/C33M.
1. Acquire aggregates for entire project from same source.
C. Lightweight Aggregate: ASTM C330/C330M.
D. Fly Ash: ASTM C618, Class C or F.
E. Calcined Pozzolan: ASTM C618, Class N.
F. Silica Fume: ASTM C1240, proportioned in accordance with ACI 211.1.
G. Water: ASTM C1602/C1602M; clean, potable, and not detrimental to concrete.
2.04 ADMIXTURES
A. Do not use chemicals that will result in soluble chloride ions in excess of 0.1 percent by weight
of cement.
B. High Range Water Reducing and Retarding Admixture: ASTM C494/C494M Type G.
C. High Range Water Reducing Admixture: ASTM C494/C494M Type F.
D. Waterproofing Admixture: Admixture formulated to reduce permeability to liquid water, with no
adverse effect on concrete properties.
1. Admixture Composition: Crystalline, functioning by growth of crystals in capillary pores.
2. Use at all concrete below grade.
2.05 ACCESSORY MATERIALS
A. Underslab Vapor Retarder:
1. Sheet Material: ASTM E1745, Class A; stated by manufacturer as suitable for installation
in contact with soil or granular fill under concrete slabs. Single ply polyethylene is
prohibited.
2. Accessory Products: Vapor retarder manufacturer's recommended tape, adhesive,
mastic, prefabricated boots, etc., for sealing seams and penetrations.
B. Architectural Concrete Floor Topping and Resurfacer:
1. Compressive Strength: Minimum 5000 pounds per square inch, tested per ASTM C472.
MJ No. 18811.02 CAST-IN-PLACE CONCRETE 03 3000-3
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Concourse A&Terminal Improvements Key West International Airport
01/13/2023-Conformed Documents Monroe County Dept. of Aviation
2.06 BONDING AND JOINTING PRODUCTS
A. Epoxy Bonding System:
1. Complying with ASTM C881/C881 M and of Type required for specific application.
B. Waterstops: Bentonite and butyl rubber, complying with NSF 61 and NSF 372.
1. Configuration: As indicated on drawings.
2. Size: As indicated on drawings.
3. Manufacturers:
a. CETCO, a division of Minerals Technologies Inc; WATERSTOP RX:
www.mineraistech.com/#sle.
b. Substitutions: See Section 01 6000 - Product Requirements.
C. Slab Isolation Joint Filler: 1/2 inch thick, height equal to slab thickness, with removable top
section that will form 1/2 inch deep sealant pocket after removal.
1. Material: ASTM D1751, cellulose fiber.
D. Slab Construction Joint Devices: Combination keyed joint form and screed, galvanized steel,
with rectangular or round knockout holes for conduit or rebar to pass through joint form at 6
inches on center; ribbed steel stakes for setting.
2.07 CURING MATERIALS
A. Evaporation Reducer: Liquid thin-film-forming compound that reduces rapid moisture loss
caused by high temperature, low humidity, and high winds; intended for application immediately
after concrete placement.
B. Curing and Sealing Compound, Moisture Emission-Reducing, Membrane-Forming: Liquid,
membrane-forming, clear sealer, for application to newly-placed concrete; capable of providing
adequate bond for flooring adhesives, initially and over the long term; with sufficient moisture
vapor impermeability to prevent deterioration of flooring adhesives due to moisture emission.
1. Use this product to cure and seal all slabs to receive adhesively applied flooring or roofing.
2. Comply with ASTM C309 and ASTM C1315 Type I Class A.
3. VOC Content: Less than 100 g/L.
C. Moisture-Retaining Sheet: ASTM C171.
1. Curing paper, regular.
2. Polyethylene film, white opaque, minimum nominal thickness of 4 mil, 0.004 inch.
3. White-burlap-polyethylene sheet, weighing not less than 3.8 ounces per square yard.
D. Water: Potable, not detrimental to concrete.
2.08 CONCRETE MIX DESIGN
A. Proportioning Normal Weight Concrete: Comply with ACI 211.1 recommendations.
1. Replace as much Portland cement as possible with fly ash, ground granulated blast
furnace slag, silica fume, or rice hull ash as is consistent with ACI recommendations.
B. Proportioning Structural Lightweight Concrete: Comply with ACI 211.2 recommendations.
1. Replace as much Portland cement as possible with fly ash, ground granulated blast
furnace slag, silica fume, or rice hull ash as is consistent with ACI recommendations.
C. Concrete Strength: Establish required average strength for each type of concrete on the basis
of field experience or trial mixtures, as specified in ACI 301.
1. For trial mixtures method, employ independent testing agency acceptable to Architect for
preparing and reporting proposed mix designs.
D. Admixtures: Add acceptable admixtures as recommended in ACI 211.1 and at rates
recommended or required by manufacturer.
E. Normal Weight Concrete:
1. Compressive Strength, when tested in accordance with ASTM C39/C39M at 28 days:
5,000 pounds per square inch.
2. Fly Ash Content: Maximum 35 percent of cementitious materials by weight.
3. Calcined Pozzolan Content: Maximum 10 percent of cementitious materials by weight.
MJ No. 18811.02 CAST-IN-PLACE CONCRETE 03 3000-4
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Concourse A&Terminal Improvements Key West International Airport
01/13/2023-Conformed Documents Monroe County Dept. of Aviation
4. Silica Fume Content: Maximum 5 percent of cementitious materials by weight.
5. Water-Cement Ratio: Maximum 45 percent by weight.
6. Slump: 4 inches, ±1 inch.
7. Maximum Aggregate Size: 1 inch.
F. Structural Lightweight Concrete:
1. Compressive Strength, when tested in accordance with ASTM C39/C39M at 28 days:
4,000 pounds per square inch.
2. Water-Cement Ratio: Maximum 45 percent by weight.
3. Maximum Slump: 3 inches.
4. Maximum Aggregate Size: 5/8 inch.
5. Maximum dry unit weight: 115 pound per cubic foot.
2.09 MIXING
A. On Project Site: Mix in drum type batch mixer, complying with ASTM C685/C685M. Mix each
batch not less than 1-1/2 minutes and not more than 5 minutes.
B. Transit Mixers: Comply with ASTM C94/C94M.
C. Adding Water: If concrete arrives on-site with slump less than suitable for placement, do not
add water that exceeds the maximum water-cement ratio or exceeds the maximum permissible
slump.
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify lines, levels, and dimensions before proceeding with work of this section.
3.02 PREPARATION
A. Where new concrete is to be bonded to previously placed concrete, prepare existing surface by
cleaning and applying bonding agent in according to bonding agent manufacturer's instructions.
1. Use epoxy bonding system for bonding to damp surfaces, for structural load-bearing
applications, and where curing under humid conditions is required.
B. In locations where new concrete is doweled to existing work, drill holes in existing concrete,
insert steel dowels and pack solid with non-shrink grout.
C. In locations where sheet waterproofing is to be installed, verify it is in place prior to placing
concrete.
D. Interior Slabs on Grade: Install vapor retarder under interior slabs on grade. Comply with
ASTM E1643. Lap joints minimum 6 inches. Seal joints, seams and penetrations watertight
with manufacturer's recommended products and follow manufacturer's written instructions.
Repair damaged vapor retarder before covering.
1. Vapor Retarder Over Granular Fill: Install compactible granular fill before placing vapor
retarder as indicated on drawings. Do not use sand.
3.03 PLACING CONCRETE
A. Place concrete in accordance with ACI 304R.
B. Place concrete for floor slabs in accordance with ACI 302.1 R.
C. Ensure reinforcement, inserts, waterstops, embedded parts, and formed construction joint
devices will not be disturbed during concrete placement.
D. Place concrete continuously without construction (cold)joints wherever possible; where
construction joints are necessary, before next placement prepare joint surface by removing
laitance and exposing the sand and sound surface mortar, by sandblasting or high-pressure
water jetting.
E. Finish floors level and flat, unless otherwise indicated, within the tolerances specified below.
3.04 SLAB JOINTING
A. Locate joints as indicated on drawings.
MJ No. 18811.02 CAST-IN-PLACE CONCRETE 03 3000-5
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Concourse A&Terminal Improvements Key West International Airport
01/13/2023-Conformed Documents Monroe County Dept. of Aviation
B. Anchor joint fillers and devices to prevent movement during concrete placement.
C. Isolation Joints: Use preformed joint filler with removable top section for joint sealant, total
height equal to thickness of slab, set flush with top of slab.
D. Saw Cut Contraction Joints: Saw cut joints before concrete begins to cool, within 4 to 12 hours
after placing; use 3/16 inch thick blade and cut at least 1 inch deep but not less than one quarter
(1/4) the depth of the slab.
E. Construction Joints: Where not otherwise indicated, use metal combination screed and key
form, with removable top section for joint sealant.
3.05 SEPARATE FLOOR TOPPINGS
A. Prior to placing floor topping, roughen substrate concrete surface and remove deleterious
material. Broom and vacuum clean.
B. Place required dividers, edge strips, reinforcing, and other items to be cast in.
C. Apply bonding agent to substrate in accordance with manufacturer's instructions.
D. Place concrete floor toppings to required lines and levels.
E. Refer to specification section 09 6623 Resinous Matrix Terrazzo Flooring for finish.
3.06 FLOOR FLATNESS AND LEVELNESS TOLERANCES
A. Maximum Variation of Surface Flatness:
1. Exposed Concrete Floors: 1/4 inch in 10 feet.
2. Under Seamless Resilient Flooring: 1/4 inch in 10 feet.
3. Under Carpeting: 1/4 inch in 10 feet.
B. Correct the slab surface if tolerances are less than specified.
C. Correct defects by grinding or by removal and replacement of the defective work. Areas
requiring corrective work will be identified. Re-measure corrected areas by the same process.
3.07 CONCRETE FINISHING
A. Repair surface defects, including tie holes, immediately after removing formwork.
B. Unexposed Form Finish: Rub down or chip off fins or other raised areas 1/4 inch or more in
height.
C. Exposed Form Finish: Rub down or chip off and smooth fins or other raised areas 1/4 inch or
more in height. Provide finish as follows:
1. Smooth Rubbed Finish: Wet concrete and rub with carborundum brick or other abrasive,
not more than 24 hours after form removal.
D. Concrete Slabs: Finish to requirements of ACI 302.1 R, and as follows:
1. Surfaces to Receive Thick Floor Coverings: "Wood float" as described in ACI 302.1 R;
thick floor coverings include quarry tile, ceramic tile, and Portland cement terrazzo with full
bed setting system.
2. Surfaces to Receive Thin Floor Coverings: "Steel trowel" as described in ACI 302.1 R; thin
floor coverings include carpeting, resilient flooring, seamless flooring, resinous matrix
terrazzo, thin set quarry tile, and thin set ceramic tile.
3. Other Surfaces to Be Left Exposed: Trowel as described in ACI 302.1 R, minimizing
burnish marks and other appearance defects.
E. In areas with floor drains, maintain floor elevation at walls; pitch surfaces uniformly to drains at
1:100 nominal.
3.08 CURING AND PROTECTION
A. Comply with requirements of ACI 308R. Immediately after placement, protect concrete from
premature drying, excessively hot or cold temperatures, and mechanical injury.
B. Maintain concrete with minimal moisture loss at relatively constant temperature for period
necessary for hydration of cement and hardening of concrete.
1. Normal concrete: Not less than seven days.
MJ No. 18811.02 CAST-IN-PLACE CONCRETE 03 3000-6
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Concourse A&Terminal Improvements Key West International Airport
01/13/2023-Conformed Documents Monroe County Dept. of Aviation
2. High early strength concrete: Not less than four days.
C. Formed Surfaces: Cure by moist curing with forms in place for full curing period.
D. Surfaces Not in Contact with Forms:
1. Slabs and Floors To Receive Adhesive-Applied Flooring: Curing compounds and other
surface coatings are usually considered unacceptable by flooring and adhesive
manufacturers. If such materials must be used, either obtain the approval of the flooring
and adhesive manufacturers prior to use or remove the surface coating after curing to
flooring manufacturer's satisfaction.
2. Initial Curing: Start as soon as free water has disappeared and before surface is dry.
Keep continuously moist for not less than three days by water ponding, water-saturated
sand, water-fog spray, or saturated burlap.
3. Final Curing: Begin after initial curing but before surface is dry.
3.09 FIELD QUALITY CONTROL
A. Provide free access to concrete operations at project site and cooperate with appointed firm.
B. Submit proposed mix design of each class of concrete to inspection and testing firm for review
prior to commencement of concrete operations.
C. Tests of concrete and concrete materials may be performed at any time to ensure compliance
with specified requirements.
D. Compressive Strength Tests: ASTM C39/C39M, for each test, mold and cure six-6" diameter
x 12" concrete test cylinders. Obtain test samples for every 50 cubic yards or less of each class
of concrete placed. Test one set of two laboratory-cured specimens at seven days and one set
of two specimens at 28 days.
E. Perform one slump test for each set of test cylinders taken, following procedures of ASTM
C143/C143M.
F. Air Content: ASTM C231/C231 M pressure method, for normal-weight concrete
G. Concrete Temperature: ASTM C1064/C1064M:
1. One test hourly when air temperature is 40 deg F (4.4 deg C) and below or 80 deg F (27
deg C) and above, and one test for each composite sample.
H. Unit Weight: ASTM C567/C567M fresh unit weight of structural lightweight concrete.
1. One test for each composite sample, but not less than one test for each day's pour of each
concrete mixture.
3.10 DEFECTIVE CONCRETE
A. Test Results: The testing agency shall report test results in writing to Architect and Contractor
within 24 hours of test.
B. Defective Concrete: Concrete not complying with required lines, details, dimensions, tolerances
or specified requirements.
C. Repair or replacement of defective concrete will be determined by the Architect. The cost of
additional testing shall be borne by Contractor when defective concrete is identified.
D. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon express direction
of Architect for each individual area.
3.11 PROTECTION
A. Do not permit traffic over unprotected concrete floor surface until fully cured.
END OF SECTION
MJ No. 18811.02 CAST-IN-PLACE CONCRETE 03 3000-7
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Concourse A&Terminal Improvements Key West International Airport
01/13/2023-Conformed Documents Monroe County Dept. of Aviation
MJ No. 18811.02 CAST-IN-PLACE CONCRETE 03 3000-8
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Concourse A &Terminal Improvements Key West International Airport
01/20/2023 - Conformed Documents Monroe County Dept. of Aviation
SECTION 09 3000
TILING
PART1 GENERAL
1.01 SECTION INCLUDES
A. Tile for floor applications.
B. Tile for wall applications.
C. Coated glass mat backer board as tile substrate.
D. Ceramic trim.
E. Non-ceramic trim.
1.02 RELATED REQUIREMENTS
A. Section 07 9200 - Joint Sealants: Sealing joints between tile work and adjacent construction and
fixtures.
B. Section 07 9513 - Expansion Joint Cover Assemblies: Expansion joint components.
C. Section 09 0561 - Common Work Results for Flooring Preparation: Concrete slab moisture and
alkalinity testing and remediation procedures.
D. Section 09 2116 - Gypsum Board Assemblies: Tile backer board.
1.03 ADMINISTRATIVE REQUIREMENTS
A. Preinstallation Meeting: Convene a preinstallation meeting one week before starting work of this
section; require attendance by affected installers.
1.04 SUBMITTALS
A. See Section 01 3000 - Administrative Requirements for submittal procedures.
B. Product Data: Provide manufacturers' data sheets on tile, mortar, grout, and accessories. Include
instructions for using grouts and adhesives.
C. Sustainable Design Submittals:
1. For products, wet applied, include printed statement of VOC content, showing compliance with
the applicable VOC limits of the California Air Resources Board (CARB) 2007, Suggested
Control Measure for Architectural Coatings or the South Coast Air Quality Management District
(SCAQMD) Rule 1168 for adhesives, grouts, and mortars.
D. Shop Drawings: Indicate tile layout, patterns, color arrangement, perimeter conditions,junctions
with dissimilar materials, control and expansion joints, thresholds, and setting details, waterproofing
membrane locations, coordinated layout of concrete topping edges for mortar beds, and slopes to
drains.
E. Samples: Mount tile and apply grout on two plywood panels, minimum 18 by 18 inches in size
illustrating pattern, color variations, and bisecting grout joint size variations.
F. Master Grade Certificate: Submit for each type of tile, signed by the tile manufacturer and tile
installer.
G. Maintenance Data: Include recommended cleaning methods, cleaning materials, and stain removal
methods.
H. Maintenance Materials: Furnish the following for Owner's use in maintenance of project.
1. See Section 01 6000 - Product Requirements, for additional provisions.
1.05 QUALITY ASSURANCE
A. Maintain one copy of and ANSI A108/A118/A136 and TCNA (HB) on site.
B. Installer Qualifications:
MJ No. 18811.02 TILING 09 3000 - 1
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Concourse A &Terminal Improvements Key West International Airport
01/20/2023 - Conformed Documents Monroe County Dept. of Aviation
1. Company specializing in performing tile installation, with minimum of five years of documented
experience.
PART 2 PRODUCTS
2.01 TILE
A. Refer to Architectural Finishes Schedule for listing of specified tile.
B. Glazed Wall Tile: ANSI A137.1 standard grade.
1. Color(s): As indicated on drawings.
C. Gauged Porcelain Tiles and Panels/Slabs: ANSI A137.3 standard grade.
1. Color(s): As indicated on drawings.
2.02 TRIM AND ACCESSORIES
A. Ceramic Trim: Matching bullnose, double bullnose, cove base, and cove ceramic shapes in sizes
coordinated with field tile, where available from the manufacturer.
1. Manufacturers: Same as for tile.
B. Non-Ceramic Trim: Brushed stainless steel, style and dimensions to suit application, for setting
using tile mortar or adhesive.
1. Applications:
a. Open edges of wall tile.
b. Open edges of floor tile.
c. Wall corners, outside and inside.
d. Transition between floor finishes of different heights.
e. Floor to wall joints.
2. Manufacturers: Schluter-Systems:www.schluter.com/#sle
a. Schluter-Systems:www.schluter.com/#sle.
b. Finish: Brushed stainless steel.
c. Profiles: Refer to Schedule on the Drawings.
3. Substitutions: See Section 01 6000 - Product Requirements.
2.03 SETTING MATERIALS
A. Provide setting and grout materials from same manufacturer.
B. Improved Latex-Portland Cement Mortar Bond Coat: ANSI A118.15.
1. Applications: Use this type of bond coat everywhere on the Drawings.
C. Mortar Bed Materials: Pre-packaged mix of Portland cement, sand, latex additive, and water.
2.04 GROUTS
A. Provide setting and grout materials from same manufacturer.
B. High Performance Polymer Modified Grout: ANSI A118.7 polymer modified cement grout.
1. Applications: Use this type of grout where indicated .
2. Use sanded grout for joints 1/8 inch wide; use unsanded grout for joints less than 1/8 inch
wide.
2.05 ACCESSORY MATERIALS
A. Waterproofing Membrane Where Indicated at Floors: Specifically designed for bonding to
cementitious substrate under thick mortar bed or thin-set tile; complying with ANSI Al 18.10.
B. Cleavage Membrane Under Thick Mortar Bed:
1. Material: 6 mil thick polyethylene film.
C. Reinforcing Mesh: 2 by 2-inch size weave of 16/16 wire size;welded fabric, galvanized.
D. Backer Board: Coated glass mat type complying with ASTM C1178/C1178M; inorganic fiberglass
mat on both surfaces and integral acrylic coating vapor retarder.
1. Fire Resistant Type: Type X core, thickness 5/8 inch.
MJ No. 18811.02 TILING 09 3000 - 2
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Concourse A &Terminal Improvements Key West International Airport
01/20/2023 - Conformed Documents Monroe County Dept. of Aviation
E. Mesh Tape: 2-inch-wide self-adhesive fiberglass mesh tape.
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify that subfloor surfaces are smooth and flat within the tolerances specified for that type of work
and are ready to receive tile.
B. Verify that wall surfaces are smooth and flat within the tolerances specified for that type of work, are
dust-free, and are ready to receive tile.
C. Verify that subfloor surfaces are dust free and free of substances that could impair bonding of
setting materials to subfloor surfaces.
D. Verify that required floor-mounted utilities are in correct location.
3.02 PREPARATION
A. Protect surrounding work from damage.
B. Vacuum clean surfaces and damp clean.
C. Seal substrate surface cracks with filler. Level existing substrate surfaces to acceptable flatness
tolerances.
D. Install backer board in accordance with ANSI A108.11 and board manufacturer's instructions. Tape
joints and corners, cover with skim coat of setting material to a feather edge.
3.03 INSTALLATION -GENERAL
A. Install tile and thresholds and grout in accordance with applicable requirements of ANSI A108.1 a
through ANSI A108.19 , manufacturer's instructions, and TCNA (HB) recommendations.
B. Lay tile to pattern indicated. Do not interrupt tile pattern through openings. Slope floor tile to floor
drains.
C. Cut and fit tile to penetrations through tile, leaving sealant joint space. Form corners and bases
neatly. Align floor joints.
D. Place tile joints uniform in width, subject to variance in tolerance allowed in tile size. Make grout
joints without voids, cracks, excess mortar or excess grout, or too little grout.
E. Form internal angles square and external angles bullnosed.
F. Install non-ceramic trim in accordance with manufacturer's instructions.
G. Install thresholds where indicated.
H. Sound tile after setting. Replace hollow sounding units.
I. Keep control and expansion joints free of mortar, grout, and adhesive.
J. Prior to grouting, allow installation to completely cure; minimum of 48 hours.
K. Grout tile joints unless otherwise indicated. Use standard grout unless otherwise indicated.
L. At changes in plane and tile-to-tile control joints, use tile sealant instead of grout, with either bond
breaker tape or backer rod as appropriate to prevent three-sided bonding.
3.04 INSTALLATION - FLOORS -THIN-SET METHODS
A. Over existing concrete substrates, install in accordance with TCNA (HB) Method F113, dry-set or
latex-Portland cement bond coat, with standard grout, unless otherwise indicated.
1. Where waterproofing membrane is indicated, install in accordance with TCNA (HB) Method
F122, with latex-Portland cement grout.
3.05 INSTALLATION - FLOORS- MORTAR BED METHODS
A. Over new interior concrete substrates, install in accordance with TCNA (HB) Method F111, with
cleavage membrane, unless otherwise indicated.
MJ No. 18811.02 TILING 09 3000 - 3
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Concourse A &Terminal Improvements Key West International Airport
01/20/2023 - Conformed Documents Monroe County Dept. of Aviation
1. Where waterproofing membrane is indicated, with standard grout or no mention of grout type,
install in accordance with TCNA (HB) Method F121.
B. Cleavage Membrane: Lap edges and ends.
C. Waterproofing Membrane: Install as recommended by manufacturer .
D. Mortar Bed Thickness: Minimum 1-1/4 inch, unless otherwise indicated.
3.06 INSTALLATION -WALL TILE
A. Over coated glass mat backer board on studs, install in accordance with TCNA(HB) Method W245.
B. Over interior concrete and masonry install in accordance with TCNA (HB) Method W202, thin-set
with dry-set or latex-Portland cement bond coat.
3.07 CLEANING
A. Clean tile and grout surfaces.
3.08 PROTECTION
A. Do not permit traffic over finished floor surface for 2 days after installation.
END OF SECTION 09 3000
MJ No. 18811.02 TILING 09 3000 - 4
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
PCO # 163
g
Decktight - Existin Terminals
Roof replacement
Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442
NV
K
GULF BUILDING PCO #163
=" KEFYST*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 #163: Decktight - Existing Terminals
Roof Replacement
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: 163/0 CONTRACT: 20-2039-01 -Key West International
Airport Concourse A
REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar
JV)
STATUS: Pending-In Review CREATED DATE: 11/3/2025
REFERENCE PRIME CONTRACT None
CHANGE ORDER:
FIELD CHANGE: No
LOCATION: ACCOUNTING METHOD: Amount Based
SCHEDULE IMPACT: _ PAID IN FULL: No
EXECUTED: _ No SIGNED CHANGE ORDER
RECEIVED DATE:
TOTAL AMOUNT: $1,267,640.00
POTENTIAL CHANGE ORDER TITLE: Decktight-Existing Terminals Roof Replacement
CHANGE REASON:Client Request
POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows)
Decktight-Existing Terminals Roof Replacement
This Change Order authorizes the replacement of the Existing Terminal roof at Areas D and E in accordance with RFI#524 and the roof survey
conducted on May 19,2025,for the KWIA Project(No.20-2039-01).The additional items identified in the RFI, lightning protection and any scope of work
not listed below,will be addressed under a separate Change Order.
The scope of work for the 23,897 SF roof includes the following:
1. Remove the existing roofing system down to the wood deck and dispose of all debris.
2. Install'/2"cover board and a peel-and-stick membrane to maintain building dryness during the tear-off phase.
3. Install tapered insulation and Yz"coverboard fully adhered with adhesive per Miami Dade NOA approval.
4. Install Fibertite 50 mil XT membrane fully adhered to coverboard.
5. Flash walls up to 12",curbs,drains,and mechanical penetrations.
6. Install drip edge by gutter areas as shown and provide new gutters
7. Replace coping caps with aluminum Kynar-finished material.
8. Provide a 20-year manufacturer's labor and material warranty upon completion.
Exclusions:
1. Permit fees are excluded and will be billed at cost with no markup to the Owner.
2. If bonding is required,add 2%to the total proposal amount.
3. Parking and staging areas to be provided by the Owner.
4. Lightning protection and electrical work are excluded and must be performed by a certified electrical contractor.
5. Moving or infilling abandoned curbs is excluded and to be performed by others.All existing curbs will be flashed.
6.This proposal assumes no asbestos is present in existing roofing materials.
7. Removing and repairing the deteriorated decking is not included in this change order.
8.Walkway pads are not included,as none were shown or specified. If required,add$25/LF for walkway pads.
Roof survey result, RFI#524,and change order proposal are attached for further details.
ATTACHMENTS:
IRI_FII_#524.__Existing._Term.inal Roof Condition,pd_f It�y�C�lest&rprarf_Ftraof_aurvey_5_19 25:pd_f
NV2A/Gulf Keystar JV Page 1 of 2 Printed On: 1/20/2026 12:40 PM EST
Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442
K
GULF BUILDING PCO #163
�3KSYST*R
# Budget Code IDescription Amount
1 07-50.10.10.S Roofing System.Subcontractor Existing Terminals Roof Replacement $1,152,400.00
2 99-99.99.66.0 Procore OH&P.Other Prime Contract Markup $115,240.00
Grand Total: $1,267,640.00
Christopher Kopec(McFarland Johnson, Key West International Airport NV2A/Gulf Keystar JV
Inc.)
49 Court Street,Suite 240 3491 South Roosevelt Boulevard 9100 South Dadeland Blvd,Suite 600
Binghamton, New York 13901 Key West, Florida 33040 Miami, Florida 33156
----Signed by: Signed by: Signed by:
�tvisfa�(Ac,v S. epcc Er�� Sfv�ic�LU4 E
01) -W (�vh vt's
062E 1EB4233B487... 8E65F52F4C2F4D3... AAD2DE76A693417...
SIGNATURE DATE SIGNATURE DATE 51UNAI UKt DATE
2/2/2026 1 10-.39-.17 EST 2/5/2026 1 09-.23-.45 EST 1/20/2026 1 09-.48-.20 PST
NV2A/Gulf Keystar JV Page 2 of 2 Printed On: 1/20/2026 12:40 PM EST
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
DECK2755 NW 63rd Ct., Fort Lauderdale, FL 33309
IGHT Phone: 954.970.8565 Fax: 954.970.6881
�' • Website: www.decktight.com
A Compan-Y cif'Crg1ismen
Date: Tuesday, July 15, 2025 Client:
Project: Key West international airport re-roof
Project Address:
Scope of Work:
Total cost of roofing work: $1,152,400.00
Total SF: 23,897
QUANTITIES AND RE-ROOF AREAS ARE BASED ON REPORT FROM ACRC
Scope of work:
1. Remove existing roof down to wood deck and dispose of debris.
2. Install %" coverboard and peel and stick membrane to keep building dry during tear off phase.
3. Install tapered insulation and %" coverboard fully adhered with adhesive per miami dade NOA
approval.
4. Install Fibertite 50 mil XT membrane fully adherd to coverboard.
5. Flash walls up to 12", flash curbs, flash drains, flahs mechanical penetrations.
6. Install drip edge by gutter areas as shown and install new gutters
7. Replace coping cap in aluminum kynar finish.
8. Provide 20 year manufacturer labor and material warranty upon completion.
Total Price: Girk or t�,aIo here to e i7ter text,
Qualifications/Exclusions:
1. Permit fee is excluded from this proposal and can be provided at cost with no mark up to the owner.
2. If bonding is required please add 2%to this proposal.
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
DECK6680 NW 17th Avenue, Fort Lauderdale, FL 33309
IGHT Phone: 954.970.8565 Fax: 954.970.6881
�' • Website: www.decktight.com
A Compan-Y cif'Crg1ismen
3. Parking and staging locations provided by the owners.
4. Lightning protection and electrical is excluded from this proposal. This must be done by certified
electric contractor.
5. Moving and infill of abandoned curbs is not part of roofing scope and must be done by others. We
will flash all curbs on roof.
6. This proposal assumes NO asbestos is present on any of the roof material.
7. Walkpads are NOT included in this proposal as none are shown and no layout was provided. If
walkpads are needed please add $25/LF for walkpads.
Submitted by: _ Date: or t�,aIb to ei,itei �,a
Decktight Roofing Services, Inc.
Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442
GULF BUILDING NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and
NV K = KE=-vST" .R 9100 South Dadeland Blvd,Suite 600 Terminal Improvements Program
Miami, Florida 33156 3941 South Roosevelt Blvd.
P:(786)233-5060 Key West, Florida 33040
RFI #524: Existing Terminal Roof Condition
Revision 0 Status Closed on 07/31/25
To Genae Sweet(Mead&Hunt) From Kellen Donnelly(NV2A/Gulf Keystar JV)
Tang Fang(Mead&Hunt)
Joe Cruz(Mead&Hunt)
Christopher Kopec(McFarland Johnson, Inc.)
Tonya Wood(Mead&Hunt)
Tyler Bethel(Key West International Airport)
Date Initiated Jun 9,2025 Due Date Jun 16,2025
Location Project Stage
Cost Impact Schedule Impact
Spec Section Cost Code
Drawing Number Reference
Linked Drawings
Received From
Copies To Tim Bergeron(NV2A/Gulf Keystar JV), Kirk
Boothroyd(McFarland Johnson, Inc.), Kellen
Donnelly(NV2A/Gulf Keystar JV), Ryan Donnelly
(NV2A/Gulf Keystar JV),Gregg Gaston(NV2A/Gulf
Keystar JV),John Govero(NV2A/Gulf Keystar JV),
Gustavo Lazaro(NV2A/Gulf Keystar JV),Joseph L.
Petzack(McFarland Johnson, Inc.),Mansour
Sodagari(NV2A/Gulf Keystar JV)
Trade Waterproofing
Activity/
Question Question from Kellen Donnelly NV2A/Gulf Keystar JV on Monday,Jun 9, 2025 at 04:54 PM EDT
Please find the attached roofing survey report for the existing terminal building,as conducted by Atlantic&Caribbean Roof
Consulting.
Per the report summary:"ACRC believes that the existing roof sections overall are in very poor condition. Based on ACRC's
observations and deficiencies with the amount of granular loss and previous repairs made to the system,these roof sections
have exceeded their life expectancy and should be removed and replaced as soon as possible."
Please advise on a course of action as a large section of this building is being renovated with new finishes and equipment
which will be located under the old roof.
Attachments
KeyWest Airport rev Visual Surrey 5-19-25.pdf
Official Response Response from Genae Sweet Mead&Hunt on Wednesday, Jul 30,2025 at 09:08 AM EDT
Owner will keep this survey and pricing for their records if and when they decide to do the scope of work.
Attachments
524.-1 -IMIH Response.pdf
NV2A/Gulf Keystar JV Page 1 of 2 Printed On: Nov 3,2025 08:14 PM EST
Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442
RFI#524-Existing Terminal Roof Condition Project:20-2039-01 KWIA Concourse A and Terminal Improvements
Program
All Replies Response from Genae Sweet Mead&Hunt on Wednesday, Jul 30,2025 at 09:08 AM EDT
Owner will keep this survey and pricing for their records if and when they decide to do the scope of work.
Attachments
524-1 -IMIH Response.pdf
Response from Kellen Donnelly NV2A/Gulf Keystar JV on Thursday,Jul 24, 2025 at 11:38 AM EDT
Please find attached Decktight's reroofing proposal.
Attachments
take off key west airport reroof.pdf,key west international airport reroof proposal 7-14-25.pdf
Response from Genae Sweet Mead&Hunt on Monday,Jun 23, 2025 at 11:32 AM EDT
Response(Answered)from:Tang Fang on 6.23.25 Remarks: Price out a cost to remove and replace the roofing system to the
extent that it needed to be replaced. The owner will make the final decision about how they would like the team to proceed.
Note: Please review the attached Transmittal PDF for the full formatted text.
Attachments
TransmittalRFI -524(Responded and Closed).pdf,524 -IMH Response.pdf, Transmittal,_IRFII -524(Responded and
Closed).pdf
Response from Tang Fang Mead&Hunt on Monday,Jun 23,2025 at 10:42 AM EDT
[cid:125_stamp_35ca0925-425e-4662-99e6-OOfe7340b3b9.png]Tang Fang,AIA, LEED AP, NCARB(She, Her, Hers)Senior Ar Project ch itect/Ma nager
Architecture
Direct:813-210-8746
Transfer Files[cid:Mead Huntlogo_87950253-989c-49b2-a74f-a 156c2lc38dd.png]Linkedln Facebook Instagram
My Linkedln
Attachments
524 -IMH Response.pdf, INleadlHuntlogo._87950253-989c-49b2-a74f-al56c2lc38dd.png, 125._stamp._35ca0925-425e-4662_
99e6-OOfe7340b3b9.png,—WRD2403.jpg
NV2A/Gulf Keystar JV Page 2 of 2 Printed On: Nov 3,2025 08:14 PM EST
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
e a d I����JJ���I��°��,����I "��ul�"liar aiiu�i�����iiu�,�r)i iii�l�l�����l�l��� u� �
!�--Iunt
bOOI. LLLI h"I"�;.VVV, .` L.J'�L"I'I I01b LJ,V..L.AS "I'X 7b22 V LJIIIL r.i .`:,I'aLES
J2al.rv.l.. EYW Key West Conc A & Terminal 6/23/2025
Program
4317400-200125.01
SV II J .L. Existing Terminal Roof Condition I::: 524
RFI "'I",,AIJSIMI"I"I"A LL:J: 00851
LJI=,.1�'OsI:':: Answered VIA� Procore
QlJll:`-I-'0I2 : Please find the attached roofing survey report for the existing terminal
building, as conducted by Atlantic & Caribbean Roof Consulting.
Per the report summary: "ACRC believes that the existing roof sections
overall are in very poor condition. Based on ACRC's observations and
deficiencies with the amount of granular loss and previous repairs made
to the system, these roof sections have exceeded their life expectancy
and should be removed and replaced as soon as possible."
Please advise on a course of action as a large section of this building is
being renovated with new finishes and equipment which will be located
under the old roof.
`,LJJ:GI `:,"'IOIV:
A NSVV I:;I:4"�;.:
Response(Answered) from: Tang Fang on 6.23.25
Remarks:
Price out a cost to remove and replace the roofing system to the extent that it
needed to be replaced. The owner will make the final decision about how they
would like the team to proceed.
�;.01A1
NAIMI:: f'�OIMI�VVVV ::IMAII. rp.-IUINI:.
Genae Sweet Genae.Sweet@meadhun 469-626-9348
t.com
NAIMI:: C01vLhVVVV ::IMAII. f21 I
ryand@gulfbuilding.co ryand@gulfbuilding.com
m
J::I'Lhr"h I:C:21 01�"CU I:,:IV'"I's
Q-1- :.JLII.I:f::J "1'1"h1...11.1: VLJIvLh,::'11 I" Sf AI.II:.I: `,LVI°!:
1 6/18/2025 524 - MH Response.pdf
:,age i. of I
Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442
Atlantic & Caribbean ACRC Roof Consulting, LLC
Visual Condition Survey Only 0 Visual Condition and Pre-Design Survey
Date: 5-19-25 ACRC #: 25-0182 Inspector: D Zeeb
Project Name: Key West International Airport Old Terminal Roofs
Project Address: 3491 South Rosvelt Blvd, Key West, Florida. 33040
Onsite Contact: Tim Bergeron
Client Name: NV2A Group
Client Address: 9100 South Dadeland BLVD. Suite 60 Miami, Florida 33156
Weather Conditions and Temperatures: Sunny 86
Roof System
Describe the type of Roof System: Core#1 Coated Granulated BUR, 11/2'Perlite, F ISO,Wood Deck.
Core#2 Granulated BUR, 11/2'Perlite, 1.5"ISO,Wood deck. Core#3 Coated Granulated BUR, Wood Deck.
Core#4 Granulated BUR,2"LWC,2"EPS,Wood Deck. Core#5 Granulated BUR, F LWC, 1.5"EPS,Wood Deck
Core#6 Granulated BUR,3"LWC,2"EPS,Wood Deck. Core#7 Granulated BUR,2"LWC,2"EPS, Wood Deck
General Roof Details
Roof height: Roof width: Roof length:
Ceiling Type: Exposed 71 DropEl
Roof Drainage and Crickets
Roof Slope: Crickets at Units: Yes 11 No 71 at Skylights: Yes No
Primary Roof Drains: Size: 4"(8) 2"(2) (diameter) Quantity: 10 total
Secondary Roof Drains: Size: 6 1/2" x 4" (diameter) Quantity: 7
Height: 3.5' (above finished roof surface)
Note distance between drains/scuppers on roof plan.
TESTING&ENGINEERING SERVICES
MIAMI-DADE TEST LABORATORY#21-1018.01 FL.CERT.OF AUTH.#35193
5001 N.Hiatus Road•S&"e,Florida 33351•P(954)742-9515
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Atlantic & Caribbean ACRC Roof Consulting, LLC
Insulation, Field Membrane and Seams
Is the insulation buckled? Yes No 0
Condition of membrane and seams: Good F1 Fair F1 Poor 0
Comments: The existing roof has numerous areas of granular loss and repairs to the seams. Overall, these
roof areas are in poor condition.
Parapet Walls
Continuous Parapet heights from roof deck to top of parapet: Varies 1'-23'
Building heights from ground level: 16' — 19' Wall Supports: Yes 0 No 0
(underside/low side)
Note wall supports on roof plan.
Roof Core Results
Type of Membrane: Modified Bitumen X Top Layer Insulation thickness
Smooth Surface Bottom Layer Insulation thickness
Single Ply
Built-Up Gravel Insulation Attachment: Adhered e
Mechanically Attached
Deck Type: Concrete
Lightweight Concrete Slope: Flat/No Slope
Wood X Tapered Insulation
Tectum Structural Slope
Gypsum
Other
Roof Core#1 #of Layers: Adhered: Mechanical Attached Low Rise Foam Asphalt
Roof Core#2 #of Layers: Adhered: Mechanical Attached 7 Low Rise Foam Asphalt
Roof Core#3 #of Layers: Adhered: Mechanical Attached D Low Rise Foam Asphalt
Note: Minimum three(3)cores per roof section based on roof size
Base Flashing Membrane, Intermediate Fastening
Type of Flashing Membrane: Granular Surface membrane
Intermediate fastening at high walls:
Page 2 of 12
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Atlantic & Caribbean ACRC Roof Consulting, LLC
Walkway Pads
N/A 0
Type of Pads: Condition: Good 71 Fair F7 Poor
Single-width Double-width
Metal Copings
N/A
Material: Un clear Width: 999 Attached: Mechanically
Metal Counter Flashing
N/A
Where installed:
Type of Material: Metal w/caulk tray 71 Stucco Stop F1 Poor El
Roof Hatch and Safety Rail
N/A
Type of Hatch: Operational: Yes No
Does it need painted? Yes No Is there a safety rail? Yes No
Note location of roof hatch on roof plan.
Gutters or Scuppers
N/A
Box Gutter: Height: 5" Width: 5"
Primary Scuppers: Size: (diameter) Quantity:
Page 3 of 12
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Atlantic & Caribbean ACRC Roof Consulting, LLC
Emergency Overflow: Size: 6.5" X 4" (diameter) Quantity: 7
Height: 3.5" (Roof level to underside of scupper)
Downspouts and Downspouts Guards
N/A
Quantity: 3 Size: Varies Material: Un clear
Drain into cast iron piping: Yes No 0 Discharge on grade: Yes No 0
Downspout Guards: Yes F7 No Downspout Guards Needed: Yes No 0
Mechanical Units
N/A
Unit Type: Package Size of Units: Large: 9 Small: 1
Unit Type: Split Size of Units: Large: Small: 5
Flashing Height: 4" Skirt counter flashing: Yes No
Abandoned units: Yes 0 No Quantity: 2
Abandoned curbs: Yes 0 No Quantity: 3
Mechanical Screen: Yes No 0
Note locations and number of units on roof plan,as well as exhaust fans.
Condensate Lines
N/A
Material: PVC Condition: Good Fair 0 PoorEl
P-Traps: Missing Broken
Internal Drains: Yes No
Note locations of condensate lines if they extend across roof.
Page 4 of 12
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Atlantic & Caribbean ACRC Roof Consulting, LLC
Skylights
N/A 0
Skylights: Yes ❑ No ❑ Identify Manufacturer:
Skylight Deadload: 10 lb. ❑ 30 lb. ❑
Skylights caulked or broken: Yes ❑ No ❑ Identify Manufacturer:
Note: Include all skylights on roof plan. If possible,examine exposed insulation at interior of curbs.
Curb Size: Height:
Smoke Hatch Skylights and Security Cages
N/A 0
Type of Units: Smoke ❑ Sky ❑ Cages or Burglar Bars: Yes ❑ No ❑
Smoke hatch skylights caulked or broken: Yes ❑ No ❑ Type of counterflashing:
Note: Include all smoke hatch skylights on roof plan. If possible,examine exposed insulation at interior of curbs.
Curb Size: Height:
Gas Lines, Gas Line Supports and Gas Line Penetrations
N/A ❑
Condition of gas lines: Good ❑ Fair ❑ Poor ❑
Do they need to be painted: Yes ❑ No ❑
Type of Supports: Height at supply:
Note: Include locations of all gas lines and penetrations on roof plan.
Satellite Dishes
N/A ❑
Large—Postmounted: Small — Sledmounted:
Quantity—Postmounted: 1 Quantity — Sledmounted: 1
Page 5 of 12
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Atlantic & Caribbean ACRC Roof Consulting, LLC
Hot Stacks, Soil Stacks, Pitch Pockets
Note locations of all penetrations on roof plan. Differentiate between soil stacks and hot stacks (flues).
Expansion Joints
N/A
Type of Expansion Joint:
Roof to Wall Yes No
Roof to Roof Yes No
Curb to Curb Yes No
Curbmounted Yes No
Curb to Wall Yes No
Current Leaks: There are current leaks reported
Leak History: this roof does have an extensive leak history
Granular loss and deterioration of the field membrane. Numerous repairs to the field membrane. Previous repair
to the wall membrane.Improper AC support lines.Debris on roof.Abandon AC stands and Curbs. Previous repair
at the field membrane flashing seams. Previous repair to equipment flashing. AC unit missing curb or stands.
Missing roof drain strainer. Deteriorated membrane flashing seams. Ponding water and vegetation. Unprotected
wires on the roof.Sacrificial sheet missing at satellite dish. Anchors broken on gutter.Debris in gutters.Unadhered
wall flashing
Page 6 of 12
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Atlantic & Caribbean ACRC Roof Consulting, LLC
r r
Put AC lines on proper supports. Remove debris from roof surface. Properly install AC units sitting on
the roof. Install new drain strainers. Repair all deteriorated membrane flashing seams. Monitor ponding
water and properly remove vegetation growth at roof drain. Repair failing previous repair patched see
photo # 13. Properly secure wires on roof. Repair all broken anchors at the gutter. Remove debris from
gutters.Reflash roof drain shown in photo 14.
ACRC believes that the existing roof sections overall are in very poor condition. Based on ACRC's
observations and deficiencies with the amount of granular loss and previous repairs made to the system,
these roof sections have exceeded their life expectancy and should be removed and replaced as soon as
possible.
r
r
Roof Replacement
800,000.00—950,000.00
Page 7 of 12
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Atlantic & Caribbean ACRC Roof Consulting, LLC
a
a "
CORE
#5
Q® a. a
7 q„
qn
q
❑^ q."V CORE p'ry
q p :+ ". 3 #6
6 6 q NORTH
d" M
Yo Yo
grvM 3 qP
q 1
3 N1
Mp
q " CORE q p
q." 6 #7 .1 n q.
Upper Metal Roof Walkaway
q q
KEY
q.M to AC attached to the wall
••
Z" q„ � Roof Drain
6 Scupper
p ^ Abondon Curb on stand
Mq tV
bM 6 ® Exhaust Fan
qry U
.. .. � AC with ducts
to .1 Satalite Dish
:1 q.q.m3N N AC Unit
q tV
q a q 0 Soil Stack
:^ „y M ^❑ Abaondcurb
to q q
to q
IltV
q. qM CORE
q
q
�tV #3
�qtV � qq
to
do d"
11 q
q„ OR
q1 #1
^❑ CORE q»
O #q q 1 CORE
q q tV #2
,1 q VV 3q.
6 0to " 1
q Y"
3 q.o TtF
q Yo
4"T o
Page 8 of 12
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Atlantic & Caribbean ACRC Roof Consulting, LLC
Granular loss
I
r
j
Abandoned AC stand
PHOTOO
Debris and Roof
1,0W pp l" S
1�
s ,
Fr
" 1 /
1
,4
AC not on stand or curb
lX41
fy
Page 9 of 12
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Atlantic & Caribbean ACRC Roof Consulting, LLC
l r Repairs ®n seams
Hole
in
deteriorated
membrane flashing
s,
Unadhered wall flashing
Ponding water and
I
I
vegetation growt
r�r
Page 10 of 12
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Atlantic & Caribbean ACRC Roof Consulting, LLC
Unprotected wires on
roof
Jf/
PHOTO #10
i i ,
dl
Improper AC line
supports
PHOTO #11
Anchor broken at the
PHOTO #12
i,
Previous repair
Page 11 of 12
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
Atlantic & Caribbean ACRC Roof Consulting, LLC
..,.
membranePHOTO #13
Previous repair to wall
flashing with open split in
PHOTO #14
�j
Missing drain strainer
r n „-
�a� and deteriorated
membrane flashing at
`r �IIGr drain
PHOTO #15
Roof core #2
� t
)L 99
s /� r
/ 1,5" polyisocyanur ate
� p ryr
insulation over wood deck
PHOTO #16
Typical roof core with
Lightweight concrete
over wood deck
r
I,
Page 12 of 12
MA��hlIW �
w
0
1
r
I
i
r�
J
G�f ��io��wunMoou�ra�"
301
ININ
Lo
L. 11/ n
r aicm;n�irsr'pU¢�mmlofnan!N" l
it
03
m�r�n�o<mum�?�ra�a
w mn
r�roa��r,>r«r�lrlrlan"
■� 1 1 �' fl%lf�t''�iUi�i//rt/ 1��
e
i
r >a,Bi i �o//iU jjjjjjjj
iy
1
J
u
i
x
e
' v a Mk�'1f171f1A
i
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
PCO # 164
FKE - RFI #629 - HP4 Power
Line Extension
Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442
K
GULF BUILDING PCO #164
�3KSYST*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 #164: FKE - RFI #629 - HP4 Power
Line Extension
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: 164/0 CONTRACT: 20-2039-01 -Key West International
Airport Concourse A
REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar
JV)
STATUS: Pending-In Review CREATED DATE: 12/1/2025
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: $23,893.79
POTENTIAL CHANGE ORDER TITLE: FKE-RFI#629-HP4 Power Line Extension
CHANGE REASON:A/E Design Changes
POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows)
FKE-RFI#629-HP4 Power Line Extension
Per RFI#629,this Change Order authorizes installing conduits and running power to the new Heat Pump#4 location at KWIA(20-2039-01).The HP-4
has been relocated from the pitched roof of the TSA Terminal building to level one parking garage on an elevated stand as shown in the attached RFI.
Cost breakdown and RFI#629 are included for more information.
ATTACHMENTS:
INI_P_-4 FIL_1F1 1 s4 c�ffi_pdf FNP:=4 I�id_ _u._mma -pof, _ IP._4 T k c�ff_Pdf, .INI_P_-4��FIL_11A INid_,"a_u._mma�._�rof ...RFI_.#C29_.INIP_4 F1c--�ssi----- X
IRelocation_.pd_f
# Budget Code Description Amount
1 26-00.10.10.S Electrical.Subcontractor HP-4 Power Line Extension $21,721.63
2 99-99.99.66.0 Procore OH&P.Other Prime Contract Markup $2,172.16
Grand Total: $23,893.79
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: Signed by:
�tvisfa�(Ac,v S. epcc Er�� Sfv�ic�LU4 E
01) -W (�vh vt's
062E 1EB4233B487... 8E65F52F4C2F4D3... AAD2DE76A693417...
SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE
2/2/2026 1 10:44:55 EST 2/5/2026 1 09:25:07 EST 2/2/2026 1 1 1-.50-.55 PST
NV2A/Gulf Keystar JV Page 1 of 1 Printed On: 12/1/2025 09:16 PM EST
Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442
GULF BUILDING NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and
NV K = KE=-vST" .R 9100 South Dadeland Blvd,Suite 600 Terminal Improvements Program
Miami, Florida 33156 3941 South Roosevelt Blvd.
P:(786)233-5060 Key West, Florida 33040
RFI #629: HP-4 Accessibility Relocation
Revision 0 Status Open
To Michael Martin(McFarland Johnson, Inc.) From Kellen Donnelly(NV2A/Gulf Keystar JV)
Christopher Kopec(McFarland Johnson, Inc.)
Dan Torres(McFarland Johnson, Inc.)
Oren Guttmann(McFarland Johnson, Inc.)
Date Initiated Oct 31,2025 Due Date Nov 7,2025
Location Project Stage
Cost Impact Schedule Impact
Spec Section Cost Code
Drawing Number M131 Reference
Linked Drawings
Received From Emmanuel Flores(Turnkey International, Inc.)
Copies To Kirk Boothroyd(McFarland Johnson, Inc.), Rafael
De Lacavalerie(NV2A/Gulf Keystar JV), Kellen
Donnelly(NV2A/Gulf Keystar JV), Ryan Donnelly
(NV2A/Gulf Keystar JV),Gregg Gaston(NV2A/Gulf
Keystar JV),Gustavo Lazaro(NV2A/Gulf Keystar
JV),Javier Ordieres(NV2A/Gulf Keystar JV),
Joseph L. Petzack(McFarland Johnson, Inc.),
Mansour Sodagari(NV2A/Gulf Keystar JV)
Trade Mechanical
Activity/
Question Question from Kellen Donnelly NV2A/Gulf Keystar JV on Friday, Oct 31, 2025 at 04:14 PM EDT
Mechanical drawing M131 shows condensing unit HP-4 to be installed on pitched roof of the Terminal Building(see
attached marked up drawing and photo).There is no safe access to the roof and the pitched metal roof can be
slippery when wet.This roof currently does not have any major A/C equipment, it only has small fans. Based on this
safety concern,we recommend considering the alternate location described below.
An alternate option is to locate the condensing unit on level one parking garage,on an elevated stand,between the
ramp structure and level 2 parking structure(see attached photos and marked up drawing).This area does not have
an overhead structure and therefore will not restrict the condensing unit air discharge.
Refrigerant lines would be installed up high and routed directly underneath the structure until it reaches the point of
entry to go up to TSA level above as indicated on attached marked up drawing and photo. Please note that HP-4 has a
maximum refrigerant pipe length of 541'between the outdoor unit and indoor unit,which is more than sufficient for
the proposed location.
Design Team is requested to review this proposed location and advise if it is acceptable(please note Owner is OK with
the proposed alternate location). Design team is also requested to advise the stand elevation required(NAVD)to
install the unit in this location.
Attachments
KWIA IRFII 629 Attachment.pdf
Awaiting an Official Response
NV2A/Gulf Keystar JV Page 1 of 1 Printed On: Dec 1,2025 08:05 PM EST
S1N3W3AOHdWl IVNIVIH31 8 v 3sHnoONOD
N� a 3 o�hy�h iUOdHIV WNOliVNa31Nl 1S3M A3Ji 3 oad e s o M
r OW, O r
,ago ObD££�d'3saM Aa71'PM8 316nasoo8 S L617£ a z
W MIAB
- Fi NOIiVIAH dO 1Nz1VUHVd34 AlNnoo DOHNOW
� 7
O
a — l
os
0.�➢
an d
I
1 o
Lie-
I 'Ile
�LL
"s
'� of ....
— _
O
I Q
1
0
T u
4 �
z4
�Il/
/
r
,
g � �
r
/ r 401
�I
P /y
I r r
� p�%��� r„,; y �� IIIIIIIIIIIIIIIIIIIIIIIIIII���� I, / ,;My�l / j(11
VI IIIII IIIII ,H r
r
1 w.
/
i
f
r
IN"��� r-�-' IIIIIIIIIIIIIIIIIIIIIIII
/
r r�
w ,
// I;�IIIIIIIIIIII
E
r
w
�,r u
HJ,�. �i ✓ J � //rF l,�i l
Ik
/,"
f �I
{ / '�/I ,/����(If��//i a1,�' ������� ^��✓°al��jllr1�� rlf�//%11�r
i� LO
cc
cc
CL
cc
LO
( /�
?a
i
r
CD
(6
rrr w — �
r
.....
U)
OP
ll �,,�` � ,
01
awl
41. „! W u
c .
CL
III hrr" �. .,,`7i � ��� ,I; o „� � `+• �I
„ a
dS
µ�
OAT
al c
4w
N ryi i�1, Ilwra
U XV �
w
,
ILL
CO
�n 1
rLO
�raui r
Q �F/ / I xm r rixr a wwrow "i L0
r
W
Gn /, r y
a in
L00
LlCL
o
^ /�G
o
LL
C)
/ 9�
U) 'iG c^ ram:
o- t
0
G
E
SW, 3NN: tlNl: .win..n.ry SNV Id 1.i33V1 3311 VQIN(1'Id'iS�.M A3}i y
N0033 UN1173S UNV.LSN13 Ai\l0]30tINOIN - p g
3�tl0 .LTIOd7IFV
° iF�iWN3Z ZSIXH OZ KTOiZiQQF lvaor.[V vxa,l.v! `3 aU s
>w„;" p° 0osg"I d,o s n aaiory so /,105�2I 8 JQ I`d IVNIIIRI�Z MR isam Aix
a 3 3 ���zenl e Moslems l
s w J 3 ° g
p Z aaa'a s waory a y
pp
FixC e 9 ¢ sa W «say Epi z � a ¢ o rl s a
I s ^ e a
In
Kg v
o z GF
hisPA
a8 ag yea g 7m a $$
C 2 3 Y is �."�. a_. � aYY £�N fowl i •�e Yb 5
3m FS;� ggLso WgErB; g" "s a 34 z a
O W w ao i_v ,=* I:cu°Ou7 Yu3F r88 z t�o5 Is!
In
z
00
3f
03
o
£ »� s gls i F.. sls�elenealyleg
" >
Is
a 3 g a fi �v°. E2x g" -'222c'2222 E 0 W
� ' a Y a' los:l lgdal Ipldz 'abl z
o yp FF :g. no p� a :s EI11�1 I `�>
C
b.
� 8 $NM q..�i
o ��t<I91 `s I E:; aEEa _I€ & ,. g EYY• ESE � :�b eQl nuoluouiioulouuouuoluu g
k 3 3 $ a��F ' 'P8a`2:W1£$I_ n g$ $- �.E�9...I'.�. M
Zz d ='882 e=g gge ia8 " c ill g.,.
p F ¢s9I9 $ =STkak�B,.r t�c•zq=s x•, .a
e` tlon
FE =•$ e55
OF
`
N"d
..V..°JNIOIlnB 3 INS }I NIO
!" V..Mama �41L18 .,8 NF ll -I I z a a � � i/ Jay.JI��II I u � Is
fz
0
'� II
z
� w 1 Y'
J l Q
ri
e w
ILI u� 4 �[ I _
- SIN��I I II I I I I
. 3 ° I.:: � chi\ .I `G '° 5 �I m� �■
J
� w
LL I J I I III I II _ 3m L' + X II
2
yl ao �py n x a ~ w 3 I a II
' a ez II f I �"
�• I I „�`_ '� .� ,... ! w� �� � � "?Ills. M� € �+�� � &diuf I ,rn� � �
Is
a B� �ry�� ... IIII,INI I,I IIIN I INIIINIIININ,IIIN,INI,IIIII 'INININININIrININ IIININININII 'I II i �
" U11� mmmmn�l II
MIXG 'III NIIIIN III "II v s
N = IIrrlIrrrr IIrrrrlI rr Iql di
u Wy? IIIIL.I ..Ils i „ .mm, ••:;: a II 0.11h 0.1I(I ryw.. Y m m dV(
m I
IIIH
MI uiwl w c •I
' Iplplo I ae "
woo � rs MIMIMI s�
z�
s �
!!B IMI IIIJII
J
I III W Y ...II� � Z2 I I I �. ill 1'�• .� $ I � � m i
fill h SL �• Hg8o,
.
LII z y—" $
I17 lii �11 1
I I I
"
la
w<
a
o
k
+,4
Y
�fu
t,
(u,
1
1
I
�r
�k a
r
i
r-
r err
�" v
i
i
I
ur iI �
" M G
rf
J f l ,llf
i
i
iuuuuuuuuuuuuuuuuu
o u ' IIII
t' 9lPuuuuuuuuuuuuuuuuliiiiiii �; "�6 u�r %�� ��
a oy
�, "�;� uuuuuuuuuuuum
u uuuuuum
��7�/7 7 7
,-11�//7777 m uuuuuuuum
i
� � � f IIIIIIIIIIII°0m�
pr, m p i
Am
LL f // IIJ II ii}1 V'4
W
N
Q
U
m
m
W SAY
of uroiw�a,Mi,YNIYINUIVf�4 r�r%ii//y�;%�q;���!,"
wro
off ��
�ocuslgn Envelope ID'.E891�ESB-8CA2-447�39DE5-1 E3FCEC52442 1 �1�� ".
TI
9
III "iii "Ill iir�llk�lii iii IIbcal JanIlk 9
r
i
J
r
r
/
r�
r,
I
r �r
r
r
I /
/ r
/
l /
,,:� � � ,,,,,, �// /✓r/ ✓i/%��//���������la/�////iii � do i
r
i
IRMO
a., /, �..w ✓v/u r/ r ������
u rij r / "..
/,
r
dial"
n /Oii r/
�/O/GILT r✓r rr r/
S1N3W3A0lIdWlIbNIWli31 8b 3Slif10ON0D LL W
h Ny a 3 o y lUOdl llb lb N011b NZ 131LL
NI 1S3M A3N
��60���0 oaroaa _ N a N
° _ y Ob0££�d'3SaM ABN'PM8 JIanas008 S L6b£ w T
0 0L e- a-N, ag > -
- o NOliVIAH AO 1N3W1FJHd3°AlNnoo 3]OHNOWLU
5
o w O
r >^ y
= n
r e
y
v. O
O ( �
\X�
W
O.~ Q.
Q y x
: T
u
w y z
LU
............................................. a-
L
�o .o
----- - ........
a
I
ov I
fz
q,r � �❑
S�;G LL
oi' a
��' .
o-
° 1
J � 1
o °
Aw
u` o
gtl° ga° Lj,
�x> �=�
Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442
Job ID: JOB-2038
Project: KWIA- CCO- HP4- Delta
Bid Summary Report
Vendor:TARGET Labor Level: CONEST 1 Dec 2025 9:12:47
Tax Rate status: Default Bid Name: FL KEYS ELECTRIC Bid Template: FLORIDA KEYS ELECTRIC, INC.
Drawing I Phase I Quote$ Material$ Equip$ SubCon$ Labor Hrs
BRANCH 0.00 162.07 0.00 0.00 4.96
HVAC&MOTORS 0.00 15.56 0.00 0.00 4.34
Sheet Totals:1 0.001 177.641 0.00 0.00 9.30
Tax' 0.00 13.32 0.00 0.00
Bid Notes: Sub Total (Quo/Mat/Equip/Sub): 177.64
TAX RATES Sales Tax' 13.32
Material' 7.5000% Sub Total' 190.96 190.96
Quote: 7.5000% Direct Labor$: 1,161.93
Labor: 0.0000% Indirect Labor$: 0.00
Equipment: 7.5000% Labor Escalation: 0.00
Subcontract: 7.5000% Labor Tax: 0.00
Job: 7.5o0o°i° Direct Job Costs(3.23%): 55.81
MISCELLANEOUS
Avg. Lbr. Rate(Cost): 131.25 Prime Cost: 1,408.70
Avg. Lbr. Rate(Bid): 137.81 Overhead(Avg. 5.00%): 70.43
Total Square Feet: 1.00 Net Cost: 1,479.13
Cost Per Sq. Ft.: 1,730.12
Labor$ Per Sq. Ft.: 1,161.93 Profit(Avg. 5.00%): 73.96
Labor Hrs Per Sq. Ft.: 9.30 Job Tax: 116.48
Quantity of Units: 1.00 Bond(3.5000%): 60.55
Cost Per Unit: 1,730.12 Lump Sum: 0.00
Calc.Adjustment: 0.00% Selling Price: 1,730.12
l 1~H m � ��� ua u � a°u� .ia va211„ ^aqu II It,fl may 1111!11
11 koine 305 9 6). 0,12.
I11,J Y wcs , II II 330,K) Well-� www II n Il a a II a„'V':u na. tioi n.n
11 a �t„ II o f:4.
Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442
Bid Summary Sheet: KWIA- CCO- HP4- Delta 1 Dec 2025 9:12AM
LABOR ADJUST
ESTIMATED HOURS ELECTRICAL MACHINE LOW Labor Class 4 Labor Class 5 Labor Class 6 Labor Class 7 La or ass La or ass Labor Class
REGULAR 9.30 -- -- -- -- -- -- -- -- --
OVERTIME -- -- -- --
SHIFT-2 -- -- -- -- --
SHIFT-3 -- -- -- --
DOUBLE TIME -- -- -- -- -- -- -- --
ESTIMATED HOURS: 9.30 -- -- -- -- -
LOSS LBR ADJ: -- -- -- -- -- -- -- -- -- --
CALCULATED HRS
REGULAR 9.30 -- -- -- -- -- -- -- -- --
OVERTIME -- -- -- -- -- -- --
SHIFT-2 -- -- -- --
SHIFT-3 -- -- -- --
DOUBLE TIME -- -- -- -- -- -- --
TOTAL ADJ LABOR: 9.30 -- -- -- -- -
TOTAL ADJUSTED LABOR HOURS: 9.30
DIRECT LABOR
Labor Class Job Description Labor Type Crew Rate Man Hours Extension
ELECTRICAL FOREMEN (WORKING) REGULAR 2 $125.00 3.10 $387.31
JOURNEYMEN REGULAR 1 $125.00 3.10 $387.31
APPRENTICE 1 REGULAR 0 $125.00 3.10 $387.31
AVERAGE DIRECT LABOR RATE: $125.00 TOTAL DIRECT LABOR: $1,161.93
INDIRECT LABOR
Labor Description I Hoursl Ratel Ext
TOTAL INDIRECT LABOR:
DIRECT LABOR TOTAL: 1,161.93
INDIRECT LABOR TOTAL: 0.00
LABOR ESCALATION: 0.00
LABOR$ADJUSTMENT: 0.00
LABOR TAX: 0.00
LABOR TOTAL: $1,161.93
MATERIAL: 177.64
MATERIAL ESCALATION: 0.00
MATERIAL ADJUSTMENT: 0.00
MATERIAL TAX: 13.32
MATERIAL TOTAL: $190.96
QUOTES
Component Ivendor I Amount
:1oi and d: lKeys II crctrlii q:umc. 905 Ovei s as iiiglluw1y lll1!!u11llhm uneme�� 05 296 Q1128
I11,J Y wd:s , I n 330 K) elll,)�III w°v+w I n KCY� Io.d Valdc d"op..l.l
01oll ull +tl,w01'haAf III i., y.,tdf,"I"'f'livS
Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442
Bid Summary Sheet: KWIA- CCO- HP4- Delta 1 Dec 2025 9:12AM
QUOTED MATERIAL: 0.00
ADJUSTMENT: 0.00
QUOTE TAX: 0.00
QUOTED MATERIAL TOTAL: $0.00
SUBCONTRACTS
Com onent Ivendor I Amount
SUBCONTRACTS: 0.00
ADJUSTMENT: 0.00
SUBCONTRACT TAX: 0.00
SUBCONTRACTS TOTAL: $0.00
EQUIPMENT
Component Ivendor I Amount
EQUIPMENT: 0.00
ADJUSTMENT: 0.00
EQUIPMENT TAX: 0.00
EQUIPMENT TOTAL: $0.00
DIRECT JOB COSTS
Description Dollars
EQUIPMENT DEPRECIATION 11.62
TOOLS EXPENDABLE 11.62
TEMP LIGHT(SQ FT) 30.00
PERMIT FEE 0.30
DIRECT JOB COSTS: 55.81
ADJUSTMENT: 0.00
TOTAL DIRECT JOB COSTS: $55.81
JOB COST w/NO OVERHEAD: $1,408.70
OVERHEAD
MATERIAL OVERHEAD:(5% markup) 9.55
QUOTES OVERHEAD:(5% markup) 0.00
LABOR OVERHEAD:(5% markup) 58.10
SUBCONTRACTS OVERHEAD:(5% markup) 0.00
EQUIPMENT OVERHEAD:(5% markup) 0.00
DJC OVERHEAD:(5% markup) 2.79
TOTAL OVERHEAD: $70.43
JOB COST w/OVERHEAD: $1,479.13
l 1~H m � ��� ua u � a°u� .ia va211„ ^aqu II IVt,fl nWa III 1u1 1hoine�� 305 29 6). 0,12.
I1;a' Y wcs , II II 330,K) VJ"' IIIl-x� www II n Il as II a„'V':una. tioin.n
113 : 3 of: 4
01�Hull ,tl.wOfl,:wa .�Yslrc.irini,,,,
Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442
Bid Summary Sheet: KWIA- CCO- HP4- Delta 1 Dec 2025 9:12AM
PROFIT
MATERIAL PROFIT:(5% markup) 10.03
QUOTES PROFIT:(5% markup) 0.00
LABOR PROFIT:(5% markup) 61.00
SUBCONTRACTS PROFIT:(5% markup) 0.00
EQUIPMENT PROFIT:(5% markup) 0.00
DJC PROFIT:(5% markup) 2.93
TOTAL PROFIT: $73.96
MISCELLANEOUS
JOB TAX: 116.48
BOND: 60.55
MISCELLANEOUS TOTAL: $177.04
LUMP SUM
LUMP SUM 1: 0.00
LUMP SUM 2: 0.00
LUMP SUM 3: 0.00
LUMP SUM 4: 0.00
LUMP SUM TOTAL: $0.00
BID TOTAL: $1,730.12
l 1~H m � ��� ua u � a°u� .ia va211„ ^aqu II IVt,fl nWa III 1u1 1hoine�� 305 29 6). 0,12.
I1;a' Y wcs , II II 330,K) W 1ll-x8 www II n Il a a II a„'V':u na. tioi n.n
01�Hull ,tl.wOfl,:wa .�Yslrc.irini,,,,
L. i+ O L r-i -t t0 N O W O i a+ O O LO �D ri U) M W t0 O
90
r4 0 0 0 0 0 0
N
n
ri
01
N
M k0 M O O D i +� O O O O O N O O O
O 0% t0 Il O 7 0 0 O'L O O O O U) ri to O O
Q O N n M O O )A V O O LO N M ul N 7 M
V 16 O O r-i O O O O O f6 O O t0 O O -! -! O O
J O O O O O O O O J O N r-i O O O O O O
0
ri
Y':::
0
+' O W co N I, ri t0 U) ^ ++ O O O O M O 0 co r� O
@ 3 O O O O W ri W N L6 %0y,y�
•� H O 0% O 0% W ri ri O ,L W O O O O 7 %0 M O O ""
N t ri n ,--1 6 I�N +O+ N w
R OC %0 aL)
..
�a
ill
+_+ o 0% 0% (71 n .i ++ o 0 0 0 )r) ri �o ko n ;
O 0 ri 10 ul O r� @ O O O O LO n LO ri N
' LO O O O MO N r
4 ' O W t0 ri N ri O N 4j' O O O O W O W ri N
mO O N ri O O O O m O O O O O �D M O O
a a
w
z
o m
U N c {I
z
w a
� N O FO �
N Z 1 E U
w w .n...
F y O V Z Z w
0 z Q N O LL O Z a
ko U V O
J O U V O = Z LL Z z cwn O o _
C z i W = W m L V N a > L=L W FNW W 70� J
O O W W = H W U C H W U O >O r U 2 r„d7M
_a U 0 t z u; a G 0 ~ 10 0 0 0
Z W ) Z w cn
F F- = W � ,L O O ri � p �
H a W = z _ = � z g v U o = Y a a a g �
N y _ w w w F C7 w o_ y a r o w o_ w w w o w
LU
LL 2
Cl) d
W M
Un
W n
0 U)
rn 0
M O D
_N �_ Q Q
N N 7 7
U � i ri r ri W -4 ri ri (/) i0 tp k0 M M M M M
i
00
a a a
0 2 F
' w li w w ri ri w w w w w w w w w w
W 0 0 0 0 0 0 0 0 0 O o 0 0 0 0 0 0 0 0 0
00 U o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0 M 6 6 6 4 V 6 N N T O ri 4r4 M N N l0 ri ri
y
N a � 2 a N � 92
m ....
w oY z a
m J Lo 7 -4 M � O T _ J N O O O O O rl �
L O r, U) O ri t0 N O ri M O O ri N ll')
C C y E 0 0 0 0 0 0 0 y 0 0 0 0 0 0 o ri
U +O+ r-I N M I" n M U) +O+ N N N 'n LO 7 T-1 ..�,..w
0 n a > a a U
Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442
Job ID: JOB-2037
Project: KIWA- CCO- HP4
Bid Summary Report
Vendor:TARGET Labor Level: CONEST 1 Dec 2025 9:15:07
Tax Rate status: Default Bid Name: FL KEYS ELECTRIC Bid Template: FLORIDA KEYS ELECTRIC, INC.
Drawing I Phase I Quote$ Material$ Equip$ SubCon$ Labor Hrs
HVAC&MOTORS 0.00 31.26 0.00 0.00 4.88
FEEDERS 0.00 6,599.20 0.00 0.00 66.63
Sheet Totals:1 0.001 6,630.461 0.00 0.00 71.51
Tax' 0.00 497.28 0.00 0.00
Bid Notes: Sub Total (Quo/Mat/Equip/Sub): 6,630.46
TAX RATES Sales Tax' 497.28
Material: 7.5000% Sub Total' 7,127.74 7,127.74
Quote: 7.5000% Direct Labor$: 8,938.35
Labor: 0.0000% Indirect Labor$: 0.00
Equipment: 7.5000% Labor Escalation: 0.00
Subcontract: 7.5000% Labor Tax: 0.00
Job: 7.5000% Direct Job Costs(1.06%): 211.34
MISCELLANEOUS
Avg. Lbr. Rate(Cost): 131.25 Prime Cost: 16,277.43
Avg. Lbr. Rate(Bid): 137.81 Overhead(Avg. 5.00%): 813.87
Total Square Feet: 1.00 Net Cost: 17,091.30
Cost Per Sq. Ft.: 19,991.51
Labor$ Per Sq. Ft.: 8,938.35 Profit(Avg. 5.00%): 854.56
Labor Hrs Per Sq. Ft.: 71.51 Job Tax: 1,345.94
Quantity of Units: 1.00 Bond(3.5000%): 699.70
Cost Per Unit: 19,991.51 Lump Sum: 0.00
Calc.Adjustment: 0.00% Selling Price: 19,991.51
l 1~H m � ��� ua u � a°u� .ia va211„ ^aqu II It,fl may 1111!11
11 koine 305 9 6). 0,12.
I11,J Y wcs , II II 330,K) Well-� www II n Il a a II a„'V':u na. tioi n.n
11 a �t„ II o f:4.
Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442
Bid Summary Sheet: KIWA- CCO- HP4 1 Dec 2025 9:15AM
LABOR ADJUST
ESTIMATED HOURS ELECTRICAL MACHINE LOW Labor Class 4 Labor Class 5 Labor Class 6 Labor Class 7 La or ass La or ass Labor Class
REGULAR 71.51 -- -- -- -- -- -- -- -- --
OVERTIME -- -- -- --
SHIFT-2 -- -- -- -- --
SHIFT-3 -- -- -- --
DOUBLE TIME -- -- -- -- -- -- -- --
ESTIMATED HOURS: 71.51 -- -- -- -- -
LOSS LBR ADJ: -- -- -- -- -- -- -- -- -- --
CALCULATED HRS
REGULAR 71.51 -- -- -- -- -- -- -- -- --
OVERTIME -- -- -- -- -- -- --
SHIFT-2 -- -- -- --
SHIFT-3 -- -- -- --
DOUBLE TIME -- -- -- -- -- -- --
TOTAL ADJ LABOR: 1 71.511 -- -- -- -
TOTAL ADJUSTED LABOR HOURS: 71.51
DIRECT LABOR
Labor Class Job Description Labor Type Crew Rate Man Hours Extension
ELECTRICAL FOREMEN (WORKING) REGULAR 2 $125.00 23.84 $2,979.45
JOURNEYMEN REGULAR 1 $125.00 23.84 $2,979.45
APPRENTICE 1 REGULAR 0 $125.00 23.84 $2,979.45
AVERAGE DIRECT LABOR RATE: $125.00 TOTAL DIRECT LABOR: $8,938.35
INDIRECT LABOR
Labor Description I Hoursl Ratel Ext
TOTAL INDIRECT LABOR:
DIRECT LABOR TOTAL: 8,938.35
INDIRECT LABOR TOTAL: 0.00
LABOR ESCALATION: 0.00
LABOR$ADJUSTMENT: 0.00
LABOR TAX: 0.00
LABOR TOTAL: $8,938.35
MATERIAL: 6,630.46
MATERIAL ESCALATION: 0.00
MATERIAL ADJUSTMENT: 0.00
MATERIAL TAX: 497.28
MATERIAL TOTAL: $7,127.74
QUOTES
Component Ivendor I Amount
:1oi and d: lKeys II crctrlii q:umc. 905 Ovei s as iiiglluw1y lll1!!u11llhm uneme�� 05 296 Q1128
I11,J Y wd:s , I n 330 K) elll,)�III w°v+w I n KCY� Iod Valdc d"op..l.l
01oll ull +tl,w01'haAf III i., y.,tdf,"I"'f'livS
Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442
Bid Summary Sheet: KIWA- CCO- HP4 1 Dec 2025 9:15AM
QUOTED MATERIAL: 0.00
ADJUSTMENT: 0.00
QUOTE TAX: 0.00
QUOTED MATERIAL TOTAL: $0.00
SUBCONTRACTS
Component Ivendor I Amount
SUBCONTRACTS: 0.00
ADJUSTMENT: 0.00
SUBCONTRACT TAX: 0.00
SUBCONTRACTS TOTAL: $0.00
EQUIPMENT
Component Ivendor I Amount
EQUIPMENT: 0.00
ADJUSTMENT: 0.00
EQUIPMENT TAX: 0.00
EQUIPMENT TOTAL: $0.00
DIRECT JOB COSTS
Description Dollars
EQUIPMENT DEPRECIATION 89.38
TOOLS EXPENDABLE 89.38
TEMP LIGHT(SQ FT) 30.00
PERMIT FEE 0.30
DIRECT JOB COSTS: 211.34
ADJUSTMENT: 0.00
TOTAL DIRECT JOB COSTS: $211.34
JOB COST w/NO OVERHEAD: $16,277.43
OVERHEAD
MATERIAL OVERHEAD:(5% markup) 356.39
QUOTES OVERHEAD:(5% markup) 0.00
LABOR OVERHEAD:(5% markup) 446.92
SUBCONTRACTS OVERHEAD:(5% markup) 0.00
EQUIPMENT OVERHEAD:(5% markup) 0.00
DJC OVERHEAD:(5% markup) 10.57
TOTAL OVERHEAD: $813.87
JOB COST w/OVERHEAD: $17,091.30
l 1~H m � ��� ua u � a°u� .ia va211„ ^aqu II IVt,fl nWa III 1u1 1hoine�� 305 29 6). 0,12.
I1;a' Y wcs , II II 330,K) VJ"' IIIl-x� www II n Il as II a„'V':una. tioin.n
113 : 3 of: 4
01�Hull ,tl.wOfl,:wa .�Yslrc.irini,,,,
Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442
Bid Summary Sheet: KIWA- CCO- HP4 1 Dec 2025 9:15AM
PROFIT
MATERIAL PROFIT:(5% markup) 374.21
QUOTES PROFIT:(5% markup) 0.00
LABOR PROFIT:(5% markup) 469.26
SUBCONTRACTS PROFIT:(5% markup) 0.00
EQUIPMENT PROFIT:(5% markup) 0.00
DJC PROFIT:(5% markup) 11.10
TOTAL PROFIT: $854. 66
MISCELLANEOUS
JOB TAX: 1,345.94
BOND: 699.70
MISCELLANEOUS TOTAL: $2,045.64
LUMP SUM
LUMP SUM 1: 0.00
LUMP SUM 2: 0.00
LUMP SUM 3: 0.00
LUMP SUM 4: 0.00
LUMP SUM TOTAL: $0.00
BID TOTAL: $19,991.51
l 1~H m � ��� ua u � a°u� .ia va211„ ^aqu II IVt,fl nWa III 1u1 1hoine�� 305 29 6). 0,12.
I1;a' Y wcs , II II 330,K) W 1ll-x8 www II n Il a a II a„'V':u na. tioi n.n
01�Hull ,tl.wOfl,:wa .�Yslrc.irini,,,,
L i+ O O LO �D Il �D ,-i Lrl M 0 10 0 N M i a+ �D O Il
�O= O O tD O O O O N ,� ri O O ri O ri O 0 3 OD to ri
J O N 1-1 0 0 0 0 0 0 0 0 0 0 0 0 0 9J (Iii O 14
ri
Q1
N O 0 0 r, 0 0 0 � ++ O O O
C 0'E O O O O N �DO LO ri to O O r� 1- 0 0 0'E � 0 Lf)
N Q O O LO N N LO V M U) N 7 M O O N M ;I- LO �D
V 16 O O tD O O O O O ,! -! O O O O ,! O 16 O -! O
J O N rl O O O O O O O O O O O O O J O O O
0
ri
Y':::
aw;!
N tD �D
NO rr1l41
41
7 .I�•-YV
R OC M ROC N
y';Y'1 „IRrcll��
IL.V...
O N LO �D LO ,--1 ID %D I" LO ON %0 LO +_+ N kD Lf1
O O O O LO M ri to N LO r-1 N ri to �D M R' t- LO N
"V ,� O O O O O N � O 0� W � M M I� O O •i � � ,-i � '�"°' >i'"F
1 N ri O O W ri N I: ri O P� 1 � �D N N �p
O O O O O O O O �D M O O O O N O O M O
s
a
w
z
om
) zLU 0
J
J J z Z w n O ....
F Q z0 a z0 O a O W
t! V Z LU H
0 M 2 Z p Q ''" W .. z O (7 ..5. a��,p
Z p w Z w p Z Y > w
Z O z V) V = OU o ! = W U V X z r; p p
N w V D Lu w w w j w Z z O g o C7
C U z o > � F m H m � _ = m m G W � 0 0 "ON ZJ' YII i.�ii.�u
G L H 0 0 z U U 2 iD iD m W W
N a z O o V Y > > > z w L J V U O ? ar
H � ° o = Y � ogaaag � = � � � yvVv, �nV w
N N d o LL a C7 J a J J J a w C7 y a H > > >
LO G 2 a a a a
U al P...
LU
LLLL =
Cl) a
w M V>
LU O
0 � �
tOD tOD O
Q
0?
m a
w
0 2
' w w w w w w w w w w w L L w w L w w
LU OU O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
M U ~O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
O ri ,-4 .--i M +4 ,-4 r4 tD ri ri N N 7 O ri ri Lfl O U) W ..
a
Q O a
w ILILII
O^ Y a Q 0
W .
LU J O i i OD O r r ri N M OD 0 kD to Ti- n LU # 0 0 7 'G9,➢
2 N I, Lo o q- +i o O O ri Lo M t M tD LL O co Il ",x
L O ri M O N N O O ri N Lo O ri ri ri N M Cl)
C 0 y p 0 0 0 0 0 0 0 0 0 0 ri O O O O aj E O O ri
U N N N O -t It LO LO LO 7 tD N N LO LO ri N M ..V,..Lw
0 n a > a a U
Q� O W O O N O N N O O W M O M (y
O= N LP) (R O O C� OR n O N 7 7 O N t0
JO r, N N O 11 n O O U) O O O O
Ln
N
O
N
V
N
i +r O M M O O O O O O O O O O O O
Lo M t0 O O O O O ri O M O LI) O LI)
Q ' 7 ri O O O W Ln M O N co N M O O
O O O O O -! O O N O ,! O -! O
J O O O N O O O O O O O O O O O
Y�I'�:::
nw iw
+' M O O O O 0 co O O O r� n O 7 N
3 n o o OIIR M rn ri o U� IR v o N
•� rn O O O O W 7 M 7 O .--I *-) N O O
4 N 0% N
m (7 N L` N
+Y
k.l
Why
u"�',Y'1 „IRrcll:
IL.V...
d'0"';Y III
++ W O O O O W ko L` 00 O N OD W O O
R C N O O O O 00 O N O O It � 0ri Lo
to M M O O N O O n O Lo ri r-I N N
y M O I* O O O 041
r ri O M ri N rip
O M O O O N O O O O O O O O
fG r1
s
a
W M
F F-
W
z Z
z O =
I�.rl...
C7
Z O rj z 00 LU
LU
a F C7 O LL J W F 0 C9 a'
u1 F a z O W W W W CO
a 7 V 7 0 Ul V o X Z
Q U Q o F M W W
O ¢ z = J �. M F 2 LL 0 H O O "J' Q Q
W ?j = 0 Q J J J J � 0 co 7 a
+' J 2 F 2 C7 F F F F F W O = _ J
C ¢ F OC v> n u> n U U O ¢ > ,➢
y
U = w � LLI
G U N F F F ¢ U U U U W
N 41 > _ � O Z N ,-i (n (n (n 2 = > > > >
UG a F Q U S H a a a 0
W
U
LL
Cl)
W 2 ih
W
LU - 7 N
0 ri r-I
MX N r-I *-I
ko X X
co X
N_ -1 .\-I l j 00 co 00 N 't 7 'f 7
N (/� ri ri W .--I
U a
ao 2
m I a
LU
00 1
W L L W W L W W W W LL w w w L
W Q O O O O O O O O O O O O O O O O O
6 O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0
I--I N O O r-I O N It N It It It Ln Ln 7 co N )o
N N N Y . M ri N Ln N N N ri r-I r-I V y
O � oi!+ M M M M old2
W LILII
a
c �W ;",
W Lu LL M 7 'S 7 J M co U) I, � O W I� M O
M O ri U) F r N � 7 ri r-I N M Cl) O
ri O O O � O O O O ri O O 1-1ri O
U0 +O+ M � n ri N O O O O r-I N M M �
0 d
..
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
PCO # 165
Electrosonic - Additional LED
Wall on Passenger Bridge
Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442
K
GULF BUILDING PCO #165
�3KSYST*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 #165: Electrosonic - Additional LED
Wall on Passenger 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: 165/0 CONTRACT: 20-2039-01 -Key West International
Airport Concourse A
REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar
JV)
STATUS: Pending-In Review CREATED DATE: 11/10/2025
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: $21,690.89
POTENTIAL CHANGE ORDER TITLE: Electrosonic-Additional LED Wall on Passenger Bridge
CHANGE REASON:A/E Design Changes
POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows)
Electrosonic-Additional LED Wall on Passenger Bridge
In accordance with the RFI#514.1 resposne,this Change Order includes the costs associated with the revision of the LED wall dimensions in the
passenger bridge at the KWIA Project(No.20-2039-01).The East wall measures 6.6 feet high by 30.2 feet wide.The West wall consists of one segment
measuring 6.6 feet by 30.2 feet and an additional segment on the opposite side of the column measuring 6.6 feet by 11.8 feet.A credit for the removal of
the LED strip lights from the ceiling has been included in this proposal.Cost breakdown and RFI#514.1 are attached for more details.
ATTACHMENTS:
ICe nr �Lt/ irprort-Qh@nq ardtr for Additional Pa���ng�r IELIO��ldf, IRIFII 1�514 1��s��nc��r bride wr vugll �xt�n�ian pdf.
# Budget Code Description Amount
1 27-00.10.10.S Comm u n ications.Subcontractor Additional LED Wall on Passenger Bridge $19,718.99
2 99-99.99.66.0 Procore OH&P.Other Prime Contract markup $1,971.90
Grand Total: $21,690.89
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: Signed by:
E
062E 1EB4233B487... 2F4D3 EAAD2DE76A693417
SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE
1 1/18/2025 1 06:04:05 PST 1 2/8/2025 1 08:18:48 PST 11/18/2025 1 05:52:33 PST
NV2A/Gulf Keystar JV Page 1 of 1 Printed On: 11/12/2025 05:03 PM EST
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
ELreobnOSONIC CHANGE ORDER REQUEST
COR# 2
Project:KWIA-New Terminal Date:14-Jul-25
Quote:0
Pay Terms: Per the Contract Expiration:This Quotation is valid for 30 days
Keywest Airport/NV2a Electrosonic,Inc.
Requested By:Mansour Sodagari Project Manager:Nikhil George
Email:1nrr5uursjcqul(6uiklima r:urn Emall:ll��:fiilgvurgv.[cpt:NvcfrGspnic,coln-
Mobile: Office:
Address:3491 S Roosevelt Blvd Mobile: 908-267-5528
Key West,FL 33040 Address:9400 Southridge Park Court#800
Orlando,FL 32819
Title: Passenger Bridge Size Revisions
Description:This change order is for the revision of the LED wall sizing in the passenger bridge to match the attached drawing.
The east wall is 6.6'high by 30.2'wide.The west wall will consist of a segment 6.6'x 30.2',and an additional
segment on the other side of the column that measures 6.6'x 11.8'.We've also issued a credit for removing the LED
strip liehts on the ceiline
ESI lob#:ENC101940 Original Contract Date:April 1,2024
Contract Name/Number:20240426 Payment Schedule:As Per Contract Terms
Client Ref#:9166
MATERIALS&EQUIPMENT
city Manufacturer Part# Description Unit Extended
-1 Schnick-Schnack Systems Misc All Schnick-Schnack LED components REMOVED $ 21,835.00 $ (21,835.00)
-2 Mad Mapper Software License Mad Mapper REMOVED $ 607.00 $ (1,214.00)
-2 SNA Displays VST2.5 Passenger Bridge East&West Wall(Original)REMOVED $ 204,640.00 $ (409,280.00)
2 SNA Displays VST2.5 Passenger Bridge East&West Wall Revised $ 169,677.33 $ 339,354.66
1 SNA Displays VST2.6 Passenger Bridge Additional Smaller West Wall $ 112,693.33 $ 112,693.33
Subtotal: $ 19,718.99
TOTAL(Pre-Tax): 19,718.99
Quotation Valid for 30 Days
This Change Order is governed by the DocuSign_20240426_KWIA_Electrosonic_Agreement by and between Electrosonic,Inc.and NV2A dated 1st of April,2024.
AUTHORIZATION
NV2A Electrosonic,Inc.
Name Signature Date Sean McChesney Signature Dote
Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442
GULF BUILDING NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and
NV K = KE=-vST" .R 9100 South Dadeland Blvd,Suite 600 Terminal Improvements Program
Miami, Florida 33156 3941 South Roosevelt Blvd.
P:(786)233-5060 Key West, Florida 33040
RFI #514.1 : Passenger Bridge VR Wall Extension
Revision 0 Status Closed on 10/09/25
To Christopher Kopec(McFarland Johnson, Inc.) From Kellen Donnelly(NV2A/Gulf Keystar JV)
Tyler Bethel(Key West International Airport)
Date Initiated Jun 2,2025 Due Date Jun 9,2025
Location Project Stage
Cost Impact Schedule Impact
Spec Section Cost Code
Drawing Number Reference
Linked Drawings
Received From Nikhil George(Electrosonic Inc.)
Copies To Tim Bergeron(NV2A/Gulf Keystar JV), Kirk
Boothroyd(McFarland Johnson, Inc.), Kellen
Donnelly(NV2A/Gulf Keystar JV), Ryan Donnelly
(NV2A/Gulf Keystar JV),Gregg Gaston(NV2A/Gulf
Keystar JV),John Govero(NV2A/Gulf Keystar JV),
Gustavo Lazaro(NV2A/Gulf Keystar JV),Joseph L.
Petzack(McFarland Johnson, Inc.),Mansour
Sodagari(NV2A/Gulf Keystar JV)
Trade Finishes, Electrical
Activity/
Question Question from Kellen Donnelly NV2A/Gulf Keystar JV on Monday,Jun 2, 2025 at 11:13 AM EDT
We initially scoped to have(2)mirrored displays at the East Wall&West Wall at the passenger bridge.
They are approximately 30'x 67'EACH.After a meeting with the architect,they requested we add an
additional display on the west wall. Please confirm if this needs to be added.We can provide updated
costs. Please see attached doc for review. I marked the additional display that may need to be added.
Attachments
MAIIA IRFII 514.1 Attachment.pdf
Official Response Response from Christopher Kopec McFarland Johnson,Inc.on Thursday, Oct 2, 2025 at 09:41 AM EDT
Confirming the Owner would like to move forward with receiving the updated cost for the additional display area on the west
wall.
Official Response Response from Genae Sweet Mead&Hunt on Monday,Jun 23, 2025 at 11:00 AM EDT
See the attached PDF for response.
Attachments
514.1 -IMIH Response.pdf
NV2A/Gulf Keystar JV Page 1 of 1 Printed On: Nov 12,2025 04:59 PM EST
Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442
GULF BUILDING NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and
NV K = KE=-vST" .R 9100 South Dadeland Blvd,Suite 600 Terminal Improvements Program
Miami, Florida 33156 3941 South Roosevelt Blvd.
P:(786)233-5060 Key West, Florida 33040
RFI #514.1 : Passenger Bridge VR Wall Extension
Status Open
To Christopher Kopec(McFarland Johnson, Inc.) From Kellen Donnelly(NV2A/Gulf Keystar JV)
Genae Sweet(Mead&Hunt)
Joe Cruz(Mead&Hunt)
Tang Fang(Mead&Hunt)
Tonya Wood(Mead&Hunt)
Date Initiated Jun 2,2025 Due Date Jun 9,2025
Location Project Stage
Cost Impact Schedule Impact
Spec Section Cost Code
Drawing Number Reference
Linked Drawings
Received From Nikhil George(Electrosonic Inc.)
Copies To Tim Bergeron(NV2A/Gulf Keystar JV), Kirk
Boothroyd(McFarland Johnson, Inc.), Kellen
Donnelly(NV2A/Gulf Keystar JV), Ryan Donnelly
(NV2A/Gulf Keystar JV),Gregg Gaston(NV2A/Gulf
Keystar JV),John Govero(NV2A/Gulf Keystar JV),
Gustavo Lazaro(NV2A/Gulf Keystar JV),Joseph L.
Petzack(McFarland Johnson, Inc.),Mansour
Sodagari(NV2A/Gulf Keystar JV)
Trade Finishes, Electrical
Activity/
Question Question from Kellen Donnelly NV2A/Gulf Keystar JV on Monday,Jun 2, 2025 at 11:13 AM EDT
We initially scoped to have(2)mirrored displays at the East Wall&West Wall at the passenger bridge.
They are approximately 30'x 67'EACH.After a meeting with the architect,they requested we add an
additional display on the west wall. Please confirm if this needs to be added.We can provide updated
costs. Please see attached doc for review. I marked the additional display that may need to be added.
Attachments
KWIA IRFII 514.1 Attachment.pdf
7TOhi.s is an ongoing discussion with the Owner. Final decisions will still need to be
dinatedFwithFthe OwnerF-and uendorF.F.F.F .w.w.w.w. w.w.w.w.w w.w.w.w.w w.w.w.w.w w.w.w.w.w
NV2A/Gulf Keystar JV Page 1 of 1 Printed On:Jun 2,2025 11:32 AM EDT
a go sa oz a
w W.
w.
p� pro �m
„'naf
LJ ra �
s.
,e
is ssss
e
� Ili
evY
i rs se �
r N7 c
M
o
rc'
F.. w
UO
ww
Q,
W� ~
� �d
-n ❑g
We n
n o
N Z I
Q We
Zs d
O�
w� Oo
F
W�
y�
I
F w
e
oa3eoNm NdHidNor;.e io�di (H3H�Nl oo of xoo srJa o-33te=ni H�ad3zieimdi szou�irt Aida imd
a go sa oz a
w W.
w.
p� pro �m
„'naf
LJ ra �
s.
,e
is ssss
e
� Ili
evY
i rs se �
r N7 c
M
o
rc'
F.. w
UO
ww
Q,
W� ~
� �d
-n ❑g
We n
n o
N Z I
Q We
Zs d
O�
w� Oo
F
W�
y�
I
F w
e
oa3eoNm NdHidNor;.e io�di (H3H�Nl oo of xoo srJa o-33te=ni H�ad3zieimdi szou�irt Aida imd
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
PCO # 168
Mark Products - Gate 3 4 and S
Cabinets Modifications
Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442
K
GULF BUILDING PCO #168 V =�3KSYST*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 #168: Mark Products - Gate 3, 47
and 5 Cabinets Modifications
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: 168/0 CONTRACT: 20-2039-01 -Key West International
Airport Concourse A
REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar
JV)
STATUS: Pending-In Review CREATED DATE: 12/18/2025
REFERENCE PRIME CONTRACT None
CHANGE ORDER:
FIELD CHANGE: No
LOCATION: ACCOUNTING METHOD: Amount Based
SCHEDULE IMPACT: _ PAID IN FULL: No
EXECUTED: _ No SIGNED CHANGE ORDER
RECEIVED DATE:
TOTAL AMOUNT: $1,452.00
POTENTIAL CHANGE ORDER TITLE: Mark Products-Gate 3,4,and 5 Cabinets Modifications
CHANGE REASON:Client Request
POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows)
Mark Products-Gate 3,4,and 5 Cabinets Modifications
This Change Order includes the costs associated with modifying the fire extinguisher inserts at the Gate 3,4,and 5 counters in KWIA Concourse A,as
requested by the Owner.Supporting photographs and the proposal are attached.
ATTACHMENTS:
23_04 cor3a 040325_pof
# Budget Code Description Amount
1 06-22.10.10.S Millwork.Subcontractor Gate 3,4,and 5 Cabinets Modifications $1,320.00
2 99-99.99.66.0 Procore OH&P.Other Prime Contract Markup $132.00
Grand Total: $1,452.00
Christopher Kopec(McFarland Johnson, Key West International Airport NV2A/Gulf Keystar JV
Inc.)
49 Court Street,Suite 240 3491 South Roosevelt Boulevard 9100 South Dadeland Blvd,Suite 600
Binghamton, New York 13901 Key West, Florida 33040 Miami, Florida 33156
--�--Signed by: Signed by:
01.o6.2oz6 EAAD
A -2DE A69341 ( t,S1EB4233B487... 2DE76A693417...
SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE
12/29/2025 I 11:48:09 PST 12/19/2025 1 05-.43-.52 PST
NV2A/Gulf Keystar JV Page 1 of 1 Printed On: 12/18/2025 07:53 PM EST
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
umllliu
Mark Products ' Uaii10 1
Institutional& Lab Casework Specialists
1900 Coral Way, Ste 303 DATE: 4/3/2025
Miami, FL 33145 PROJECT: 23-04
p 305 232-4461
f 305 232-7901
NV2A Group Key West International Airport
Attn: Antonio Pinto Terminal Improvements Program Et Concourse A
5450 MacDonald Av, suite 3 3491 S. Roosevelt Blvd
Key West, FL 33040 Key West, FL 33040
305 202-0610
Removing base cabinets for airlines inserts at gates 3, 4 and 5
rRemoveework at gates 3, 4 Et 5 $ 1,200.00
tallers 1 ',,gates
Profit (10%) $ 120.00
Subtotal $ 1,320.00
Shipping $ -
Tax rate 0%
Tax due $
Other $ -
4/3/2025 TOTAL $ 1,320.00
Approved by: Date
If you have any questions about this COR , please contact
Dan Petrovic, 305 232-4461 , email: dan.petrovic@markproductsusa.com
Page 1
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
/ f
%M%
IIIIIIIII��"��'ll � r
� a ,
'uuuuuuur 1114 � r
� 1
i
II i
IIIIi�
I �
%///0000/,,,!`
x rn
91p
1 'i
!o
1JUl�l�llft�lllrUrr�aUulrro,U���
I
Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442
XJ
Ar
TII
'M
�j(� ''' will Moi Mini
t
�i
uu
� I
r�
J
u
rrr ji rrr
,,rrrr
r,,