Loading...
HomeMy WebLinkAboutItem I01 COUNTY of MONROE BOARD OF COUNTY COMMISSIONERS � Mayor Michelle Lincoln,District 2 The Florida Keys Mayor Pro Tern David Rice,District 4 y Craig Cates,District 1 James K. Scholl,District 3 �f « Holly Merrill Raschein,District 5 Regular Meeting May 20, 2026 Agenda Item Number: I1 26-21973 BULK ITEM: Yes DEPARTMENT: Airports TIME APPROXIMATE: N/A STAFF CONTACT: Richard Strickland AGENDA ITEM WORDING: Report on Airport change orders reviewed by the County Administrator. ITEM BACKGROUND: There were two (2) change orders considered and approved by the County Administrator during the month of March,2026. PREVIOUS RELEVANT BOCC ACTION: Ordinance No. 005-2023 adopted on April 19, 2023, authorizes the County Administrator to approve separate, non-cumulative change orders for construction projects and professional service contracts in amounts not to exceed $100,0000 (as amended by Ordinance No. 005-2023) or 5% of the original contract price, whichever is greater. The BOCC requested a monthly report of all change orders considered by the County Administrator. INSURANCE REQUIRED: No CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATION: Approval DOCUMENTATION: Airport Monthly Change Order Report FINANCIAL IMPACT: Effective Date: Expiration Date: Total Dollar Value of Contract: Total Cost to County: Current Year Portion: Budgeted: Source of Funds: CPI: Indirect Costs: Estimated Ongoing Costs Not Included in above dollar amounts: Revenue Producing: If yes, amount: Grant: County Match: Insurance Required: 11. Report on Airportchange orders reviewed the County Administrator. N cn O N N bu0 a--+ U cn 04 O O � UA Q U O C X N U O O U Q 'a--+ X N O a) � O c6 u� a"' � _0 co _0N •N O •c Q C6 a--' co N E OO X J ca U Lu Co M co O N cn U cn O � � N c ca N i co N c N � c6 O O -0 c6 Occ V U N L- Q � N cn O ca cn co � � ccnn (Di Q CC O c -0 Z C/) O N �p �_ cn -0 O 0- i j O i + �O Oi c `� � 1 a--' }' O U E O N u N M o o O o Q w - � � " •= cn c m o � o 0 0 o 0 0 ca CO co •— M Lo N co + CD co CO cD CO tn co ca i c6 c6 r U O O O E O E 0 0 0 o o o0 °}' (D (D N N O NO O a O NO cu V c-'i c-i +; N o o ca ca � 0 V o0 c ca 0 i N O O 0 Cfl Q Cc N cn cn •� N O > > oo •y "IIIII'°° o o CD" a cn -0 cu N c6 c6 E -p L L Q oolllllll 0 � ca O �+ c6 c6 �° CL O O cn cn Q� bA N C N O O " (D cD •y O O (� as-+ N Q co Q CO O >, s o 0 -0 O a co 00 co i LPL 1-0 N N OHO O N Q co (D O O V O U-) U') V o 0 I- L- CU co cn cn 0 � >1 Cc Q O CD CD 0 V N N Z Z E E ca co 0 0 Cl- Cl- cn cn (3) (3) E E o O o 0- 0- •o E E a � � c6 c6 Q Q aD aD cn cn O O U U w w Docusign Envelope ID:9D3DB9BO-CF84-4985-A58B-D7C1979EODED M.C.A.INSTR.8800.2 Enclosure(1) 3/28/2017 Page 3 MONROE COUNTY/ENGINEERING/PROJECT MANAGEMENT CONTRACT CHANGE ORDER PROJECT TITLE: KWIA Concourse A&Terminal Improvements CHANGE ORDER NO.: 53 INITIATION DATE: 1/20/2026 TO CONTRACTOR: NV2A/Gulf Keystar JV CONTRACT DATE: 8/17/2025 The Contract is changed as follows: The Original(Contract Sum)(Guaranteed Maxium Price) $ 101,461,771.00 /iously authozied Change Order $ 17,817,947.63 The(Contract Sum)(Guaranteed Mxium Price)prior to this Chage order was $ 119,279,718.63 The(Contract Sum)(Guaranteed Mxium Price)will be(INCREASED)by this Change Order $ 285,955.71 The new(Contract Sum)(Guaranteed Mxium Price) including this Change Order is $ 119,565,674.34 The Contract Time will be(unchanged)by 0 days The date of Substantial Completion as of the date of this Change Order is 5/22/2026 Detailed Description of change order and justification: As per the attached approved PCO's 122;the Florida Department of Revenue&the tax savings program that has been established with Key West International Airport&Monroe County Board of Commissioners. POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO# Title Schedule Impact Amount 161 ODP Close-out-Viracon(P0001) 0 $ 89,741.08 166 ODP Close-out-White Cap(POCO1) 0 $ 196,214.63 Total: $ 285,955.71 This change order is N/A%of the original contract price. Not valid until signed by Owner,Archite Signed by: (6sfbr�vI. 6 2/13/2026 � 10.44.. 17 EST ARCHITECT: 062E1 EB4233B487... signed by: VlcFaranland Johnson,I Docusigned by: DATE: 41,(_L' _r CONTRACTORS. 019093827A75487._. _ 8F59717D29E34A5... Ll signed by: !r-NV2A Gulf Koysvr,cwjvPLLq,. iu.D/ DAtE:EST EXECUTIVE DIRECTOR OF AIRPORTS �FSfVwAj&I42/26/2026 16:36:05 EST U,dU-:k1 and DATE: Digitally signed by Christine Christine Hurle Hurley COUNTY/DEPUTY ADMINISTRATOR Y Date:2026.03.02 14:28:31 DATE: as t ROE COU ATTOn'NEY e � E 'J. ASS D 1116 6 2 6 Docusign Envelope ID:9D3DB9BO-CF84-4985-A58B-D7C1979EODED N�V K =" KC-YST*R PCCO #053 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 #053: PCO's 161 , 166 = ODP Close-outs TO: Key West International Airport FROM: NV2A/Gulf Keystar JV 3491 South Roosevelt Boulevard 9100 South Dadeland Blvd, Suite 600 Key West, Florida 33040 Miami, Florida 33156 DATE CREATED: 1/13/2026 CREATED BY: Sacha Rodriguez(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: $285,955.71 Concourse A DESCRIPTION: As per the attached approved PCO's 161, 166, 167;the Florida Department of Revenue&the tax savings program established with the Monroe Board of County Commissioners&Key West International Airport. ATTACHMENTS: IPCO 166 01DIP Close out 1Bella White Ca P df PC 161 IMP Close out C IF iracon P0001. df . .............................. POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO# Title Schedule Impact Amount 161 ODP Close-out-Viracon(P0001) $89,741.08 166 ODP Close-out-White Cap(P0001) $196,214.63 Total: $285,955.71 The original(Contract Sum) $101,461771.00 Net change by previously authorized Change Orders $17,817,947.63 The contract sum prior to this Change Order was $119,279,718.63 The contract sum would be changed by this Change Order in the amount of $285,955.71 The new contract sum including this Change Order will be $119,565,674.34 The contract time will not be changed by this Change Order. Christopher Kopec(McFarland Johnson, Key West International Airport NV2A/Gulf Keystar JV Inc.) 49 Court Street,Suite 240 3491 South Roosevelt Boulevard 9100 South Dadeland Blvd,Suite 600 Binghamton, New York 13901 Key West, Florida 33040 Miami, Florida 33156 Signed by: Signed by: Signed by: DocuSigned by: (,t,GLII" SfViCU4�� 2 26 202 1 6 :3 613 2026 10 � / / I E6062PEB4233B487... 8E65F52F4C2F4D3... SIGNATl�RE DATE SIGNATURE DATE $i�:�ct�i87... -Pull"5�7`�D�DPf►TE as Christopher S. I<opec Richard Strickland 2/3/202 6 I 14:06:391/E5�T02 6 I 16:6. 1 NV2A/Gulf Keystar JV Page 1 of 1 Printed On: 1/20/2026 10:19 AM Docusign Envelope ID:9D3DB9BO-CF84-4985-A58B-D7C1979EODED TM I GULF BUILDING PCO #161 t4 Ir b 12ii; Ke,'YST*R NV2A/Gulf Keystar JV Project:20-2039-01 -KWIA Concourse A and Terminal Improvements 9100 South Dadeland Blvd,Suite 600 Program Miami, Florida 33156 3941 South Roosevelt Blvd. Phone: (786)233-5060 Key West, Florida 33040 Prime Contract Potential Change Order #161 : ODP Close-out = Viracon (P0001) 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: 161 /0 CONTRACT: 20-2039-01 -Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Sacha Rodriguez(NV2A/Gulf Keystar JV) STATUS: Pending-In Review CREATED DATE: 10/30/2025 REFERENCE: CTC_Viracon-P0001 ODP Close-out 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: $89,741.08 POTENTIAL CHANGE ORDER TITLE:ODP Close-out-Viracon(P0001) CHANGE REASON: ODP POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE#292-ODP Close-out-Viracon(P0001) This PCO is being issued to request a Purchase Order Change Order(P0001)decrease and close the current Viracon Holding Corp Purchase Order PO#B-PO-1223-00002639, issued on 12/04/2023.This PO is now billed in full as per the attached Invoice Log&Final Release of Lien.As per the tax saving program and the Florida Department of Revenue,these monies+applicable taxes are due back to the subcontractor Crawford Tracey Corp. ATTACHMENTS: -PO#B-PO-1223-00002639-Viracon-ODP Close7outpdf # Budget Code Description Amount 1 08-.44.10.10.S Curtain Walls.Subcontractor ODP Close-out-PO#B-PO-1223-00002639-Viracon $84,661.40 2 08-.44.10.10.S Curtain Walls.Subcontractor Tax Credit Adjustment-flat 6% $5,079.68 Grand Total: $899741.08 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: Ile DocuSigned by: 6Ft4 11/12/2025 1 06:25:01 PST 10/31/2025 09:02:; E062ElEB4233B487... 12.01.2025 SIGNATURE DATE SIGNATURE DATE ZMUNAI UKr- DATE Sacha Rodriguez NV2A/Gulf Keystar JV Page 1 of 1 Printed On: 10/30/2025 04:09 PM EDT Docusign Envelope ID:9D3DB9BO-CF84-4985-A58B-D7C1979EODED MONROE COUNTY - PURCHASE ORDER 01° E ORDER TAX ID NUMBER:85-8013825294C-7 Date: 10/30/2025 MC PO# B-PO-1223-00002639 MC Project Name: Key West International Airport GC Requisition No.: P0001-Decrease Concourse A&Terminal Improvements Contractor Name: NV2A Gulf Keystar Joint Venture Contractor Telephone: 786-233-5044 Contact Person: Sacha Rodriguez Email Address: SRODRIGUEZ@NV2AGROUP.COM Mobile: 786.216.6683 Contractor Address: 3591 S.Roosevelt Blvd. (On-Site Location) Key West FI.33040 Subcontractor Name: Crawford-Tracey Corp. Subcontractor Telephone: 954.246.1863 Contact Person: Eiliv Rosen Email Address: eiliv@crawfordtracey.com Contractor Address: 3301 SW 13th Drive Deerfield Beach,Florida 33442 Vendor Name: Viracon Holding Corp.,DBA:Viracon,LLC Vendor Telephone: 800.533.0482 ext.53266 Contact Person: Cystal Hovden Email Address: chovden@viracon.com viracon.co Vendor Address: 800 Park Drive Brief Material Description: Glass for Curtain wall Owatonna,MN 55060 Vendor Remittance Address(if Diiferent): Ship to/Proposed Off-Site Storage Address: Key West Interational Airport c/o NV2A Gulf Keystar JV 3941 S.Roosevelt Blvd.; Key West,Florida 33040 NOTE TO CONTRACTOR:A deductive Change Order to your contract will be made for the value of the Direct Purchases made by Monroe County,plus Florida Sales Tax rate of 6%on the entire purchase plus discretionary sales surtax of 1.5%on the first$5,000.00 LINE# Quantity Units Deatiled Description Unit Price Total Price 1 Glass for Curtain wall ODP Close-out 1 LOT PRICE $ (84,661.40) Total for Taxable Items $ (84,661.40) Non-Taxable Items $ - Please submit quote from Vendor with Vendor Requisition Purchase REVISION Order Subtotal: $ (84,661.40) NO FE:As per the Florida Department of Revenue,no surtax is is be cal ulal,ed on increases or decreases of exiting PO's.Surtax is a Sales tax of 6% $ (5,079.68) 1x charge based off the original first.$5,000 worth of materials. 1.5%on first$5,000: n/a Change Order Amount: $ (89,741.08) IMPORTANT NOTE: It is imperative in the interet5xf prompt payment that all original invocies are sent directly to Monroe County.All Invoices must reference the Project Name/Number and MC Purchase O der Contractor Name: NV2 G'u1`fXeV`st4 Joint Venture Verified and Approved by: Sacha Rodriguez,NV2A Gulf Keystar JV-ODP Manager Approved by: MC Project Manager Current PO Value: $ 1,205,747.71 Requested Change DECREASE: $ (84,661.40) REVISED PO AMOUNT: $ 1,121,086,31 Docusign Envelope ID:9D3DB9BO-CF84-4985-A58B-D7C1979EODED Owner: Key West International Airport/Monroe County Board of Commissioners Job Name: KWIA-Concourse A&Terminal Improvements NV2A Job#: 20-2039-01 Vendor: Viracon Holding Corp. Owner PO#: IIIIII IIIII "" 1223 °""39 Owner Job#: 0 Contact: ODP Request#: 20-2039-008 Change Orders Phone: Taxable Items $ 1,127,672.31 Taxable Items Email: Non-"'lea ablllle $ 78,075.40 Non-"'I a Ille NV2A Sub: Crawford Tracey Tax Savings: $ 67,735.34 Tax Savings: $ - Contact: Satya Vani Prior PO Amount: $ 1,205,747.71 Phone: 954-246-1889 Original PO Amount $ 1,205,747.71 Revised PO Amount $ 1,205,747.71 Email: satya@crawfordtracey.co Invoice Total Date Invoice Number Current Billings Previously Billed Submitted Comments 12/12/2023 11539985 $ 193,539.80 12/22/2023 12/12/2023 11539986 $ 214,994.27 12/22/2023 12/12/2023 11539987 $ 26,391.80 12/22/2023 12/19/2023 11540285 $ 9,885.40 12/22/2023 12/19/2023 11540424 $ 8,143.82 12/22/2023 12/19/2023 11540425 $ 26,391.80 12/22/2023 12/19/2023 11540426 $ 8,797.26 12/22/2023 12/30/2023 11540825 $ 8,797.26 1/30/2024 1/18/2024 11541732 $ 78,146.58 1/30/2024 1/16/2024 11541530 $ 536,100.85 1/30/2024 5/6/2024 11546707 $ 9,897.47 5/9/2024 �IF M' , f tOilr f 9/12: requested FROL Currently Billed: $ 9897.47 Previously Billed: $ 1,111,188.84 Total Billed to Date: $ 1,121,086.31 Billable Balance on Purchase Order: $ 841F661.40 Docusign Envelope ID:9D3DB9BO-CF84-4985-A58B-D7C1979EODED UNCONDITIONAL- FINAL WAIVER AND RELEASE OF LIEN The undersigned lienor, in consideration of the payment in the amount of 10.00 waives and releases its lien and right to claim a lien for labor, services or materials furnished to Monroe County Board of Commissioners on the job of EYW Concourse A - KWIA to the following described property: Job: #20-2023-01—KWIA Concourse A Dated on September 19th , 2025. Lienor's Name Viracon, LLC. Address 800 Park Drive Owatonna, MN 55060 By m� Print Name/Title: Dale Simon, CCE — Manager, Credit STATE OF Minnesota COUNTY OF Steele The foregoing was acknowledged before me this 19th day of September , 2025 by Dale Simon, CCE , who is personally known to me or who has produced N/A as identification and who did (did not) take an oath. Sworn to and subscribed before me this 19th day of September , 2025. My commissio 1ABIK HANSON Y Pu���C NOTARY PUBLIC ESOTA My cop s Jam.31,2026 NOTE: This is statutory form prescribed by Section 713.20, Florida Statutes (1996). Effective October 1, 1996 a person may not require a lienor to furnish a waiver it release of lien that is different from the statutory form. Docusign Envelope ID:9D3DB9BO-CF84-4985-A58B-D7C1979EODED From: Eiliv Rosen To: Sacha RgdLiguez; i Subject: RE: Final Waiver Key West Int"I Airport Date: Thursday,October 30,2025 12:19:52 PM Attachments: Good afternoon: There are (2) factors that have contributed to the Viracon PO not being billed in full. The first is that the SAGE glass was not purchased through Viracon but directly with SAGE and the 2nd factor was that we ended up buying the clear glass from a local vendor, and that the clear glass scope was moved into another phase later down the road. All of these factors helped to keep the construction schedule and phasing of the material delivery. DI- dm�ltrj 1 'rGi a,JA % f u Eiliv Rosen I Crawford-Tracey Corp. Sr. Project Manager p: 954.246.1863 c: 954.536.5846 f: 954.698.6889 e: ili cr r r c y.c w: From: Sacha Rodriguez <SRodriguez@nv2agroup.com> Sent:Thursday, October 30, 2025 9:42 AM To: Satya Vani <Satya@CrawfordTracey.com>; Eiliv Rosen <ERosen@crawfordtracey.com> Subject: RE: Final Waiver Key West Int'I Airport CAUTION:it :This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and know the content is safe. Team: Any updates on the below.We need a better explanation before I can submit the close- Docusign Envelope ID:9D3DB9BO-CF84-4985-A58B-D7C1979EODED out request. Sacha Rodriguez Estimator 9100 South Dadeland Blvd. Suite 600 Miami, FL 33156 M 786.216.6683 0 786.233.5044 E s r od 'anv2�gr��.CIQ�M, I............................................................[..I NV� K 1� GROUP I..................................................................................................................................................................................................................................................................................................................................................................... Docusign Envelope ID:9D3DB9BO-CF84-4985-A58B-D7C1979EODED M � GULF BUILDING PCO #166 Ir I 12is K6==YST`*R NV2A/Gulf Keystar JV Project:20-2039-01 -KWIA Concourse A and Terminal Improvements 9100 South Dadeland Blvd,Suite 600 Program Miami, Florida 33156 3941 South Roosevelt Blvd. Phone: (786)233-5060 Key West, Florida 33040 Prime Contract Potential Change Order #166: ODP Close-out = White Cap (POCO1) 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: 166/0 CONTRACT: 20-2039-01 -Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Sacha Rodriguez(NV2A/Gu1f Keystar JV) STATUS: Pending-In Review CREATED DATE: 12/8/2025 REFERENCE: Bella—White Cap(P0001) 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: $196,214.63 POTENTIAL CHANGE ORDER TITLE: ODP Close-out-White Cap(P0001) CHANGE REASON: ODP POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) CE#315-ODP Close-out-White Cap(P0001) This PCO is being issued to request a Purchase Order Change Order(P0001)decrease and close the current White Cap Purchase Order PO#B-PO- 1023-00002268, issued on 10/27/2023.This PO is now billed in full as per the attached Invoice Log&Final Release of Lien.As per the tax saving program and the Florida Department of Revenue,these monies+applicable taxes are due back to the subcontractor Bella Construction of Key West, Inc. Current PO Value: $ 498,058.36 Requested Change DECREASE: $ (185,108.14) REVISED PO AMOUNT: $ 312,950.22 ATTACHMENTS: 0.... 10 3„ IP C 1 I ,...,P 6 White a IMP Cllose out„ df.... 0000.......... ................................................................................................................................................................................................................................................................................................ # Budget Code Description Amount 03-31.10.00.S Structural CIP Concrete 1 (Complete).Subcontractor ODP Close-out-White Cap-Material Decrease-P0001 $185,108.14 03-31.10.00.S Structural CIP Concrete 2 (Complete).Subcontractor Tax Savings Adjustment(flat 6%) $11,106.49 Grand Total: $1969214.63 Initial DS "a NV2A/Gulf Keystar JV Page 1 of 2 Printed On: 12/8/2025 10:40 AM EST Docusign Envelope ID:9D3DB9BO-CF84-4985-A58B-D7C1979EODED TM s ULF BUILDING PCO #166 Ir I 12i K6==YST`*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: Signed by: DocuSigned by: b [:22s � 12/12/2025 06. 12/18/2025 � AIF72AB9497... 12/8/2025 � 11.33� 062DEB4233B487... [8E65F52F4C2F4D3... 07.2 SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE Richard Strickland Sacha Rodriguez NV2A/Gulf Keystar JV Page 2 of 2 Printed On: 12/8/2025 10:40 AM EST Docusign Envelope ID:9D3DB9BO-CF84-4985-A58B-D7C1979EODED MONROE COUNTY — PURCI� E ORDER Cl�IANGE TAX ID NUMBER:85-8013825294C-7 Date: 12/8/2025 MC PO# B-PO-1023-00002268 MC Project Name: Key West International Airport GC Requisition No.: P0001-Decrease Concourse A&Terminal Improvements Contractor Name: NV2A Gulf Keystar Joint Venture Contractor Telephone: 786-233-5044 Contact Person: Sacha Rodriguez Email Address: SRODRIGUEZ@NV2AGROUP.COM Mobile: 786.216.6683 Contractor Address: 3591 S.Roosevelt Blvd. (On-Site Location) Key West FI.33040 Subcontractor Name: Bella Construction of Key West,Inc. Subcontractor Telephone: 305.292.9888 Contact Person: Francesca Chavez Email Address: [it ,n, .. ir,ir,...................................lk .I.......................................... Contractor Address: 35 Diamond Drive Key West,Florida 33040 Vendor Name: White Cap,L.P. Vendor Telephone: 305.885.8699 Contact Person: Email Address: Vendor Address: 10800 NW 92nd Terrace Brief Material Description: Rebar Miami,Florida 33178 Vendor Remittance Address(if Diiferent): Ship to/Proposed Off-Site Storage Address: Key West Interational Airport c/o NV2A Gulf Keystar JV 3941 S.Roosevelt Blvd.; Key West,Florida 33040 NOTE TO CONTRACTOR:A deductive Change Order to your contract will be made for the value of the Direct Purchases made by Monroe County,plus Florida Sales Tax rate of 6%on the entire purchase plus discretionary sales surtax of 1.5%on the first$5,000.00 LINE# Quantity Units Deatiled Description Unit Price Total Price 1 Rebar ODP Close-out 1 LOT PRICE $ (185,108.14) Total for Taxable Items $ (185,108.14) Non-Taxable Items $ - Please submit quote from Vendor with Vendor Requisition Purchase REVISION Order Subtotal: $ (185,108.14) INO ICE:As per the Fllorida Department of Revenue,no surtax 6s it Ibe callcdlat,ed on iir:cireases or decreases of exiting II::'O'S.Suirtax is a Sales tax of 6% $ (11,106.49) 1..x charge Ihased off the original)first$!5,000 worth of mateHaisW 1.5%on first$5,000: n/a Change Order Amount: $ (196,214.63) IMPORTANT NOTE: It is imperative in the interq5xf prompt payment that all original invocies are sent directly to Monroe County.All Invoices must reference the Project Name/Number and MC Purchase O er Num Contractor Name: NV2 Gulf a st Joint Venture Verified and Approved by: Sacha Rodriguez,NV2A Gulf Keystar JV-ODP Manager Approved by: MC Project Manager Current PO Value: $ 498,058.36 Requested Change DECREASE: $ (185,108.14) REVISED PO AMOUNT: $ 312,950.22 Docusign Envelope ID:9D3DB9BO-CF84-4985-A58B-D7C1979EODED Owner: Key West International Airport/Monroe County Board of Commissioners Master Job Name: KWIA-Concourse A&Terminal Improvements NV2A Job#: 20-2039-01 Vendor: White Cap LP Owner PO#: IIIIII IIIII 123 226' Owner Job#: 0 Contact: ODP Request#: 20-2039-005 Change Orders Phone: 305.885.8699 Taxable Items $ 4981058.36 Taxable Items Email: i -,' a Ille Non-raxable NV2A Sub: Bella Construction Tax Savings: $ 29,883.50 Tax Savings: $ - Contact: Beryl Morgan Prior PO Amount: $ 498,058.36 Phone: 305.292.9888 Original PO Amount $ 498,058.36 Revised PO Amount $ 498,058.36 Email: her Invoice Total Date Invoice Number Current Billings Previously Billed Submitted Comments 11/9/2023 50024460489 $ 916.24 1/10/2024 11/9/2023 50024460867 $ 938.70 1/10/2024 11/15/2023 50024547973 $ 562.90 1/10/2024 11/15/2023 50024542808 $ 51028.60 1/10/2024 12/2/2023 10019150042 $ (375.00) 1/10/2024 11/17/2023 50024576364 $ 354.25 1/10/2024 11/22/2023 50024618627 $ 76.05 1/10/2024 12/1/2023 50024704762 $ 187.04 1/10/2024 12/1/2023 50024708051 $ 317.85 1/10/2024 12/6/2023 50024760232 $ 11399.45 1/10/2024 12/21/2023 50024934988 $ 207.20 1/10/2024 12/28/2023 50024975233 $ 61941.20 1/29/2024 12/28/2023 50024981874 $ 51859.70 1/29/2024 12/28/2023 50024982160 $ 2,660.70 1/29/2024 1/2/2024 50024996681 $ 31,744.30 1/29/2024 1/3/2024 50025008778 $ 11570.80 1/29/2024 1/4/2024 50025030952 $ 7,556.50 1/29/2024 1/11/2024 50025105351 $ 503.30 1/29/2024 1/16/2024 50025142205 $ 271638.80 1/29/2024 1/17/2024 50025155780 $ 21018.10 1/29/2024 1/17/2024 50025155183 $ 211203.70 1/29/2024 1/26/2024 50025265653 $ 101542.00 3/15/2024 1/26/2024 50025270639 $ 61204.80 3/15/2024 1/26/2024 50025270661 $ 171529.65 3/15/2024 1/31/2024 50025313694 $ 40.60 3/15/2024 1/31/2024 50025313903 $ 221257.90 3/15/2024 1/31/2024 50025313938 $ 11073.10 3/15/2024 2/1/2024 50025343558 $ 336.00 3/15/2024 2/7/2024 50025403186 $ 141376.60 3/15/2024 2/13/2024 50025468478 $ 413.74 3/15/2024 2/19/2024 50025536525 $ 101694.60 3/15/2024 2/27/2024 50025628283 $ 11511.30 3/15/2024 3/7/2024 50025762859 $ 9.10 4/18/2024 3/13/2024 50025837171 $ 67.20 4/18/2024 3/26/2024 50026002526 $ 321.30 4/18/2024 3/26/2024 50026006040 $ 4,571.00 4/18/2024 4/3/2024 50026105898 $ 5,401.90 5/17/2024 4/3/2024 50026108900 $ 21364.60 5/17/2024 4/18/2024 50026314057 $ 2,604.60 5/17/2024 4/30/2024 50026455218 $ 2,006.20 5/17/2024 5/8/2024 50026572762 $ 585.20 6/20/2024 5/9/2024 50026590215 $ 51870.80 6/20/2024 5/14/2024 50026650234 $ 41029.20 6/20/2024 5/14/2024 50026650575 $ 11416.80 6/20/2024 5/16/2024 50026687456 $ 165.20 6/20/2024 5/16/2024 50026687841 $ 51608.40 6/20/2024 5/21/2024 50026742594 $ 81765.45 6/20/2024 6/4/2024 50026924258 $ 1,891.40 7/15/2024 6/4/2024 50026924647 $ 578.90 7/15/2024 6/6/2024 50026951534 $ 21402.40 7/15/2024 Docusign Envelope ID:9D3DB9BO-CF84-4985-A58B-D7C1979EODED Owner: Key West International Airport/Monroe County Board of Commissioners Master Job Name: KWIA-Concourse A&Terminal Improvements NV2A Job#: 20-2039-01 Vendor: White Cap LP Owner PO#: IIIIII IIIII 12 226' Owner Job#: 0 Contact: ODP Request#: 20-2039-005 Change Orders Phone: 305.885.8699 Taxable Items $ 4981058.36 Taxable Items Email: u -""I able n-r abl NV2A Sub: Bella Construction Tax Savings: $ 2%883.50 Tax Savings: $ - Contact: Beryl Morgan Prior PO Amount: $ 498,058.36 Phone: 305.292.9888 Original PO Amount $ 498,058.36 Revised PO Amount $ 498,058.36 Email: c Invoice Total Date Invoice Number Current Billings Previously Billed Submitted Comments 6/11/2024 50027011010 $ 21412.20 7/15/2024 6/25/2024 50027226007 $ 822.50 7/15/2024 6/26/2024 50027245778 $ 132.30 7/15/2024 7/2/2024 50027320580 $ 753.20 8/15/2024 7/2/2024 50027323414 $ 41767.70 8/15/2024 7/9/2024 50027378798 $ 132.30 8/15/2024 7/15/2024 50027463751 $ 51583.90 8/15/2024 7/16/2024 50027489072 $ 41919.25 8/15/2024 7/18/2024 50027523790 $ 11206.10 8/15/2024 7/23/2024 50027584694 $ 51114.20 8/15/2024 7/30/2024 50027680134 $ 41823.70 8/15/2024 8/5/2024 50027757565 $ 31241.00 9/12/2024 8/6/2024 50027785069 $ 134.40 9/12/2024 8/15/2024 50027920625 $ 1,368.75 9/12/2024 9/3/2024 50028164600 $ 48.60 10/11/2024 9/9/2024 50028243469 $ 781.90 10/11/2024 9/18/2024 50028386374 $ 237.30 10/11/2024 9/19/2024 50028410131 $ 21879.80 10/11/2024 10/15/2024 50028742573 $ 290.50 12/13/2024 10/24/2024 50028888581 $ 72.10 12/13/2024 2/6/2025 50030100605 $ 61387.50 3/31/2025 2/19/2025 50030238602 $ 116.90 3/31/2025 2/19/2025 50030239291 $ 536.20 3/31/2025 2/26/2025 50030328199 $ 71021.00 3/31/2025 2/27/2025 50030346681 $ 31338.30 3/31/2025 3/15/2025 10021326129 $ (31338.30) 10/17/2025 4/10/2025 50030926431 $ 21039.10 10/17/2025 8/20/2025 50032982901 $ 166.60 10/17/2025 9/4/2025 50033221010 $ 51076.40 10/17/2025 9/18/2025 50033440615 $ 865.90 10/17/2025 9/25/2025 50033554512 $ 68.60 10/17/2025 l; 1 MENOMONIE= Currently Billed: $ - Previously Billed: $ 312,950,22 Total Billed to Date: $ 312,950.22 Billable Balance on Purchase Order: $ 1851108.14 Docusign Envelope ID:9D3DB9BO-CF84-4985-A58B-D7C1979EODED 0 0 .ti UNCONDITIONAL- FINAL WAIVER AND RELEASE OF LIEN The undersigned lienor, in consideration of the payment in the amount of 10.00, waives and releases its lien and right to claim a lien for labor, services or materials furnished to Monroe County Board of Commissioners on the job of EYW Concourse A - KWIA to the following described property: Job: #20-2023-01— KWIA Concourse A Dated on Nov 25 , 2025. Li e n o is Name ,--lii ,,,,, Address IPO BOX 4852 lii,. lii,-1 :: By: ,� L/LOIL110--111 Print Name/Title: a �°edit Associate STATE OF 1°i" COUNTY OF Jeffersain The foregoing was acknowledged before me this 25 day of , 2025 by M alii,- IiiP"iieu'iii lii�i who is personally known to me or who h a s produced as identification and who did (did not) take an oath. Sworn to and subscribed before me this_ 25 day of , 2025. My commission expires: NOTARY PUBLIC NOTE: This is statutory form prescribed by Section 713.20, Florida Statutes (1996). Effective October 1, 1996 a person may not require a lienor to furnish a waiver it release of lien that is different from the statutory form. ICIOE- ON.. NOURV PUBU ',ALABAMA STATEAT LARGE GomI ss S' 1X-2 Docusign Envelope ID:9D3DB9BO-CF84-4985-A58B-D7C1979EODED From: EaE41 M or To: Sacha RgdLiguez Subject: RE: KWIA-U-FROL Date: Monday,December 1,2025 2:03:49 PM Attachments: i 1065 WC ODP Unconditional Hi Sacha, Signed release attached. Beryl iiiiiiiiiiiiiiiiiiiiiillillillillillillilliillillillillillilliillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliillillillillillillilliillillillillillillilliillillillillillillillillillillilliilI Beryl Morgan Accounting & HR Manager Bella Construction of Key West, Inc. ONSTRUCTION of Key West Inc. 305.292.9888 35 Diamond Drive Key West, FL 33040 WARNING!WIRE 1:::::::RAUD ADVISORY.Wirefraud and e fi rm ii attadks are on the increase! If:: u receive air--i ernail contair-iing Wire IFr n sfe iir ri stiru ct iii c n , IIDO IINO IIF IIR II;S 11"10 IIN IID 1,,,. IFII IIIE 1E IIM A 111 Instead,call your Ipoint of contact i tllh Bella ii lire iir „d ii to l„ , using III iir vlii o u s l„ III irmvein coin to ct ii iin f rirn tiii e in arid III III..... ii nf irirn a tii c in Iprovided in t Ih e e irn ii 1.to verify t Ih e ii in f rm a,„ii n. From: Sacha Rodriguez <SRodriguez@nv2agroup.com> Sent:Thursday, October 30, 2025 9:00 AM To: Beryl Morgan <beryl@concretebella.com> Subject: KWIA- U-FROL Here is the template that White Cap can use, or if they have their own template, they can use that—as long as if references the project specifics. Thanks! Sacha Rodriguez Estimator 9100 South Dadeland Blvd. Suite 600 Miami, FL 33156 M 786.216.6683 Docusign Envelope ID:E891 OE5E-8LA2-441 3-9DE5-I E3FCE[_:52442 KC,A,INSTR,,8800.2 Enclosure(1) 3/28/2017 Page 3 MONROE COUNTY/DEPARTMENT OF AIRPORTS CONTRACT CHANGE ORDER PROJECT TITLE: KWIA Concourse A&Terminal Improvements CHANGE ORDER NO.: 054 INITIATION DATE: 1/27/2026 TO CONTRACTOR: NV2A/Gulf Keystar JV CONTRACT DATE: 8/17/2022 The Contract is changed as follows: The Original(Contract Sum)(Guaranteed Maxium Price) $ 101,461,771.00 Net change by previously authoried 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 i(increased)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 )by TBD days The date of Substantial Completion as of the date of this Change Order is 7/31/2026 Detailed'lesc:tiption of change;order and)u ;lfi 'dn: This PCCO authorizes the scope ofwork in the following executed PCO's: o 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 colurns in the existing terminal o PCO 163 Decktight Terminal roof replacement:Authorizes the replacement of the Existing Terminal roof at Areas❑and CE in accordance with RFI 524 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 ssociatd with the revision of the LED wall dimensions in the passenger bridge. 10 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. POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO# Title Schedule Impact Amount .- ----A 148 Column Tiles iUJ,bU3.IL 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 $21,690.89 169 dMark 11 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 I 10:49:33 EDT ARCHITECT: ,1,li'I Ljy: DATE: D". SIBtwed by; �(►cc.vt.V' 3/20/2026 I 12:18:42 EDT CONTRACTORS: Is pm az DATE: EXECUTIVE DIRECTOR OF AIRPORTS - Digitally ignedby Christine Christine Hurley Hurley COUNTY/DEPUTY ADMINISTRATOR Date: 2026.03.30 11:41:59-04'00' DATE: VIM CO'LM Ar" 110VE FOFN i iliel os Date Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442 K GULF BUILDING 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, 164, 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 PCO#14alQolumn Tiles .7 f,KWIA PCO 1 - Deckfigt - xi tin r in . f,KWIA PCO 164 - FKE - RFI 629 - HP4 Power L.pdf,KWIA PCO 165-Electrosonic-Additional 1 POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO# Title Schedule Impact Amount 148 Column Tiles $303,603.72 163 Decktight-Existing Terminals Roof Replacement $11267,640.00 164 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 $11452.00 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 K GULF BUILDING PCCO #054 initial DS S-� KOL 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: c062E1EB4233B487... E019093827A75487... 8F59717D29E34A5... SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 3/23/2026 10:49:33 EDT 3/20/2026 12:18:423 /2026 1 12:19:28 NV2A/Gulf Keystar JV Page 2 of 2 Printed On:3/12/2026 07:41 PM Docusign Envelope ID:E8910E56-8CA2-4413-9DE5-1 E3FCEC52442 PCO # 148 Column Tiles Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442 GULF BUILDING PCO #148 K S,Y S T*R NV2A/Gulf Keystar JV Project:20-2039-01 -KWIA Concourse A and Terminal Improvements 9100 South Dadeland Blvd,Suite 600 Program Miami, Florida 33156 3941 South Roosevelt Blvd. Phone:(786)233-5060 Key West, Florida 33040 Prime Contract Potential Change Order #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: $3031603.72 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 1 x1 CW 27 Winter Blues Applicable Specifications: • SECTION 09 3000—TILING • SECTION 03 3000—CAST-IN-PLACE CONCRETE • SECTION 09 9123—INTERIOR PAINTING ATTACHMENTS: 09 3 Interior Paintina nrif , 09 3 ilin f, 3 3 O a t-in- lac oncr t . , I olu ns Locatiions. I F 466 Rgsp oir1se df, PCO#4 Rev.,#1 Columns Addit. Finish De'tails..Dd , Fro os II foir olluir n Tiilles foir e est lnteirn tiion II iiir Dirt,, df # Budget Code Description Amount 1 09-60.10.10.0 Cermaic IPorcelian Tile.Other Column Tiles $2761003.38 2 99-99.99.66.0 Procore OH&P.Other Prime Contract Markup $271600.34 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 TM GULF BUILDING PCB #148 tj Ir b 12is Kr=YST`*`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 Signed by. Richard Richard Strickland Date:2026.02.23 �"'ty oykuls 041visfbr�" �- c Strickland 15:44:11-05 00 362E1 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 ­4 1. h 14 T Gael 1 ID T 3 FIN El 1:1 SEi -n-H�Ttl F 11 Ll Drawing 1121 2nd Floor A. -111E .............. L� � � „; i a F7 .T- iq � �El 7-4i 11 I'M A; ff Drawing III I-1st Floor Walls Supply&Install:CT-1 1 DALTILE Glass Mosaic Tile 1"1 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 EAD WE:12...14.weeks after PO Please Note: •STAINLESS STEEL BASE 8"H is not included. •We are following drawings:A121,A 512 Iiiiiiiiii limillsillsills mills llm ill!1 in SE • Bond 2.5% $6,607.66 Total $270)913.99 Docusign Envelope ID: E8910E513-8CA24413-91DE5-1 E3FCEC52442 s GENERAL PROPERTY CONSTRUCTION PCO#4 T IF E F L 0 0 R II NI G E X P E R T S Revision#: 7 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 joruere ev ro .corT� 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: "4w lid" =p REMCWE AM1IL' SIB PT-q EXISTING PA ` )L' 329 33P ANC PRIMER ,3 CT- UJ m 'CAD LIJ CT-3 33 0 r WW CT W M NURSING, 33 E" WALL Cl F1 327 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 NVUI L F BUILDING NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and � " KE=-YST*'R 9100 South Dadeland Blvd,Suite 600 Terminal Improvements Program Miami, Florida 33156 3941 South Roosevelt Blvd. P:(786)233-5060 Key West, Florida 33040 RFl #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 Tr ns itt I FI-RFI#466-Column Tile Alternatec(Responded an los ). f, RFI#466-MH Response.pdf, Tr ns itt I FI-RFI#466-Column Tile Alternate (Responded and Clos ). f 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 NVUI L F BUILDING NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and � " KE=-YST*'R 9100 South Dadeland Blvd,Suite 600 Terminal Improvements Program Miami, Florida 33156 3941 South Roosevelt Blvd. P:(786)233-5060 Key West, Florida 33040 RFl #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. NV2A/Gulf Keystar JV Page 1 of 1 Printed On:Jan 31,2025 10:52 AM EST oDocusign Envelope ID: E8910E56-8CA2-4413-9DE5-1 E3FCEC52442 3A0HdNIb b Eisijn0CNOC o cc ' mo a e o F=Ih In wO Y l�Od�Ib bNOIlbN��1Nl 1S�M J�� o J Z " LL _ JmJ �m ry � � zz LU OtiOS yOJ E�d 1jsaM AE)N 1PAleaA SOOdS 6LU LU o il 41/612 W 1N3M o o w o a n N d W Q UQa z Qrr OUVIAV z° o 0 lv", w ❑ C07O ¢ Om ❑ F mxw ❑ZO w x O €€€€€€j Z ¢ z�C7 uNi Z(9 ¢ wm0 amp aLLw w mN F [[[[[j N 7 z z w O z z LL O O w m z [[aaaa/ = w z U��� tomOv> am �LLw WOm z w mQ w €€€€j ❑-- ❑ ❑ �zU ¢ yay WIZ a z w O J w w La WZF?¢ wOF ~�¢ oOw O J z0N w / w ai -6 wrn u LL ozzm mzwzW ��� LL�O Paz < o w~U'> z ❑ Y � ❑ -00¢ —z m F a Z J 7 F ¢ z - ❑m O— aww O W z¢ ¢LL V _ J ❑ fff; > U U ¢ m W Z Z Z W x Q ///%/%% ZZ m U W ¢ O W m m � €aaaa/U Z m Z C7 � ¢ Z O W W F �m — — —> a❑ O w €aaaaM W Y N Jp F L �r ¢W O J❑ ❑ —F J m [[[[[�Z O W Z a O_ � m �❑ w O N w U1 O J W W [[[[/JW OF O J UJ U— U a W O O €€aaaa/a ¢w O w- LL �¢ — J z-Q �U t� —� W Q rc QJJ— x €aaaa U z m O � m w _ _ m w x ❑ to O F � F €[[aaaa/IMM — m O U v LL F Z F U � x W Z O —F LL J O m — [aaaa/ ,O O — w ❑N � � w¢ O rn z— F O cn Z [[aaaa/O F Z z rc z m z�F t w U (l X U x U Z — [,,,,>Z C ft) m Q LL —a O w ¢ ❑ mz— ❑ y z¢m z w w O— F in w z x �— (7 O ❑II Z — O F J m❑ O ❑Y O LL U m ¢ Z w [[aaaa/ w F O-Z¢m 0❑ z m m z w J o [[aaaa/ / z z w —> a ❑0 o w U F — LL� �O Z ❑ r1 ¢— W LL �� C 28ww U O LL LLN m O m Kc Q mO N 19 w x mow~ t O w ¢yg F O LL_m ❑w o y m LLO O [[[[[j ,,,;;j Z z ¢ w z w¢ w ¢ LL❑ ,+,aaaa/ 1 1 O F Z J U m m W m 0❑ � Z OJ u1 LLZ W F � Waa/W M — F ft) ❑ F ❑¢ cG V N O tq N O W W¢m [¢¢aaaa/m❑ O ❑LLJ O tv U' Z Z ¢ 1 1 ❑ O g VO—m y� Q ¢ Lou ¢¢aaaa/W J❑ Z W d Z W LL F O — J LLZ V F xZ W O U'J —ZW ¢ ma W Z UJ� Z W W F F 1 1 U m ¢ W. F to J W W ¢ W O m Z� J U — m a' - — WY. Z W NQ V m ULL¢UQ LL OZ OQ W H W LLV O T. W g y Z z ¢w ¢ x w G7 0 Y m F V m F Z>Q vl N a m O z❑ m U W x x p [/ W m w -❑ ¢LL w ¢ w O N— a/ OLL zw m z V a rn m z>LL(� �J Z ¢ U I I — a — J J LL LL� Z LL F ,/ Z X ❑ Ul O F U1 m ¢ zJ w m �w — O Z U F O� Z Y W Z Z Z Z Z ¢❑ ¢ W '^ Q � O W W V — ¢ Z LLy ¢ —m I I J W O U1 m z 3 0 ¢ 4 "'❑ w o _� — —z O �� O F� t� €[aaaa F¢ UJ Q w z ¢ m �❑ m m w F z O ow C7 X [[aaaa a�OW �n m-- da t— ¢H. F Ul W U F K ❑O V x Vl� ¢ W W z F a O¢ F w Z O ¢F� Z w w (7 � Z F m m Z cn ¢ ❑ [aaaaaa�I I ¢ uJ O U— Z F— m— � cn +n Z >—m z ¢— ❑ O Z � O m z a m J ¢ m �� F U'w F❑ > m rn m Jz U— x W W— in— W — O F¢ w Z❑ m z m w x w cn w a m F ¢ JO U Z a W W� a z z z �LLo� m m O ¢ a J F g - w � — tn O I I w w O O cn �n Ei m w O ❑ J J W a LLN V ¢O r. O F < , m O m w.xaX -F�w a Uz¢t ❑ O w ¢ = rn II d O }z m❑ Ow wZ mU~WW ❑Fa W O O¢�F ❑zxg WU WU �¢N ❑ jU �O Oln U— ZwmO m= �U W aU Vw mviz ¢ VN x OJ Uzw U UQ m O ❑ w z J m x— F m— €€aaaa Fw wU W¢ zF ¢mow wmF ¢zt ¢ ZZV WLma C9$Z¢ zi �F ZOz z zln O LL� w¢ W W— w W— W WF O o= ❑x Z m w w Q UM.O Q U U V= K m LL ❑Y w J Z z o F Z!n Z W w F V w w❑O aaaa/ 1> 11 wU >Uaw F— ¢ w❑ O �r WU x a FOJ FUFz— O'w O¢O— \2❑Ow ww m T 11 O tm =LL �¢ zF ww ¢J Z¢ ¢WOOZ Owa mm I. XZJm ¢m wx w¢O w w '\ V LLO ¢� LLO mrn aLL¢LL� adz ULL Umm amaF w LLU �O 0— will- 0 ¢ ¢ 1 1 LL \\\ 1 1 ro rn — \ \ 1 1 I I \\\ 1 1 1 a v N ry v IeI I I v I I ' I I I i .......... . dr. , ,d^ I I I m A I I I IeI �a�„lp °YID ii +� \w, a � �m�pta m � I I .. ,.,. I 7 CL 1 I 1 t 1< m rb w cp IIm W aI I 1 O y m 1 O 1 0 W LL z Q p p IIII z I! Y'rr���f rr���J k�4 f(f. it�r �-Om � X � LuLL o IIILU U Q 1 a a S f Q ------•— , w`a ... �o it oit M ' ❑ ®1 ! r �•-�dU {fir I ^1 ' m 1 I I I III I JI � 1 �------ __�%i „� .w.,ap w�lam+ ....w,��f v. \'` � �,,,.,�� ..w , I°1°,,, • ff1 � ��r, w w,6,�rc P N w.., ,Jr,.� , I I k („ �,,, .,..., �u0i ���s 9 I I r, 1 I (1>� m h 4 1,f II�I��a;1I JJf(J -®r � !uuoNVV lil uuuu ' l yl, r .,ru f 1 v� `J Jf II ("��° �I l,, ry III h4 Ii ' rp 511 � 1 w�`'E� 111117��1� w'% .f I ., (.. •,T e Qww Q 1 w ®mod, C f oI Q 1 Q T ! 4 S fi4 �F,v 4„ f I I � I I f �i---- -=--- I I-1111111111 I H - �� f II 'f II .,.... _J,�� ,r , R Gf4 l f � f .-�. -.������� � (... ---rf �...;.. r;•, III -/-- --- ----L-- -- [ [n J _ �- �l I M ;i LL rf �I . rl I • , f f „� III I �0 r s ti �M r� i II .......terrr�ll���u y I IU T"IfIff" �I I � ` �� II aaa o .,, lu uuuuuu ruumiu ruul�uuuuuuu I ............. .................... ........................ ............... �ddd^o„on ua ��,a � w o.os , ...I 7 W lZ rvnmuo�b•,p S�100�N�l�uetlp leuluu3l-YONM leuopw.xyul]`aM�JI//➢5E 4u19 n Envelope ID: E8910E56-8CA2-4413-9DE5-1 E3FCEC52442 3A0HdHl�bNIIN�I�l'8 b Eisun0CNOC Docusig o J� r!fj d '�YrwA' m zOil- o ad Na w S woQ oY s a Jz pJ w w zaJ-HoddIVO 1SEIM ADD Wp L -„ l O ` W E p OSE�� �saM(a� p�19�lanasood S 16��ytioo Oti N uj W J o 1 QQ o LN�� o I_ o mz QrN lvNt Cq F. as._. z �-�O I.A. �-�O I.A. VMi U I.A. 46 I.A. .� I.A. ❑t C'1 C C..in W In J II77777 a�a ocu ti > m n UN vN a x R t...l.J "X 32 Oa. w i�.on _ a N a O €€aaa J LL (j L LI o z ® I w II = oa U� a W u�Wn_�A mI rmuUmw �N� J90ICS lC,1i g..M.I�II1.CK"u5p J.'��.IJ.�1A/.,II��........ QO_-❑ co 1IIIIII/ .If Q oWUzU w�O /LL�dja N U` rn ImWI~wIiI 1a11 w l I�."V1IIIIrI I�J III`If I°�II Ir/.ry�,,,,I,l��li�y�If` a,c lamI II.q, 4f 1N�o�l`G ml I IIIIIIiI IIwII_QIIIII I II�WOUw, ,II11IIIIr1 111(fl;I,IIIIIIIv..W IllRalf Alttf10 W ll!!!INmw(QW 9 IU tI IIIIIIII.II.,;W lIl tt\fl 0 !llttfl0 WIlIIJ Wd0QN�y 7 w II WppU� CNfma�NJ9�e I`Fy,lWl4/.1 f QOFQw I((I°N a CZ'7um r No � 0 Gr0u m, r WOOU umNor IIJI1�IM„<I� �i ...,....., ZY mawma WmrnWw~�O� U zm0O z O0 o mzw0 z — W aW¢ O Oq Ww zw > W0w (7w O O a O� w � XzwWn o QD 40 0 III I llllllll ¢ co0 Z unr uu......... 0 W N di �1 (,0, „.0 0 y Z Z m ° O 00 Uwaf CI Pm ,1� ,F22 �a No wwa Y 0 oC)W~WmOUQZ 11 vm aw w e,rr µ o�+uu0.lrrN18I ollu.wu,l">wWrrrn o�NUl5�llll lll�llllll;u rrnwn rrralU`uw,�m�lfIIM r rno�lpiw nen�ow1'01II I uuwu mIQmun�u �hm al x uud[l u' 'j�mawr�NumwJm "r l�VIir u�uo IIl�I f�~mrIrfL',l I ((IIIII�vmW�lm IIY,,I! � .�LLOLLLLe,. mo zw I"aoU,in.fe,7 rrall ovliI/Y ru r LLQ O 01 wt7a Fml O h fllr,lry�,u , ,`.1 l.,l.l..IllI l"lllItff l U I � II NoFaU � � LLUN ..N" IIIIIIIIJ� IY�[If ! "........ ll..l lllllo.lIIl l� llllll IiI�I�f��Iy t21An. w f Q oui 14 o W z o W oR 0 J coco ° lir .... Q Q a14 mo 13137 m � I U O w lD Q g , U OU ry ;o ffi I w N [fill� oo o a o z>w z° a co W oQ I o wz 60 00 o LLQ � W W woo O O Z a a a� zLLON co If �" am- j0fff m n .� Q N"��U P11 ol : ..ffffff ffffff ,.e.fill co w WO w w I a jW a,s a ff z KQ W 4 zoO oU '0 wQui TNr¢ 7 W lZ rvnmuo��lp S�100�N�l�uetlp leul..31-YONM leuopw.xyul]`aM�JI//➢5E 4'119 Docusign Envelope ID: E8910E513-8CA24413-91DE5-1 E3FCEC52442 Concourse A &Terminal Improvements Key West International Airport 01/20/2023 - Conformed Documents Monroe County Dept. of Aviation SECTION 09 9123 INTERIOR PAINTING PART 1 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. SCAQMD 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: E8910E513-8CA24413-91DE5-1 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: E8910E513-8CA24413-91DE5-1 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. SCAQM D 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: E8910E513-8CA24413-91DE5-1 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: E8910E513-8CA24413-91DE5-1 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: E8910E513-8CA24413-91DE5-1 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 PART 1 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: E8910E513-8CA24413-91DE5-1 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: E8910E5B-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. PART 2 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: E8910E513-8CA24413-91DE5-1 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.mineralstech.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 C 1315 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: E8910E513-8CA24413-91DE5-1 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: E8910E513-8CA24413-91DE5-1 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: E8910E513-8CA24413-91DE5-1 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 C 143/C 143M. 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: E8910E5B-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: E8910E513-8CA24413-91DE5-1 E3FCEC52442 Concourse A &Terminal Improvements Key West International Airport 01/20/2023 - Conformed Documents Monroe County Dept. of Aviation SECTION 09 3000 TILING PART 1 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: E8910E513-8CA24413-91DE5-1 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 A118.10. 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: E8910E513-8CA24413-91DE5-1 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: E8910E513-8CA24413-91DE5-1 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 Doasign Envelope ID:E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442 PCO # 163 Decktight - Existingi Term ID inals Roof replacement Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442 GULF BUILDING PCO #163 P1 KSYST*R NV2A/Gulf Keystar JV Project:20-2039-01 -KWIA Concourse A and Terminal Improvements 9100 South Dadeland Blvd,Suite 600 Program Miami, Florida 33156 3941 South Roosevelt Blvd. Phone:(786)233-5060 Key West, Florida 33040 Prime Contract Potential Change Order #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: $112671640.00 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 1/2"cover board and a peel-and-stick membrane to maintain building dryness during the tear-off phase. 3. Install tapered insulation and 1/2"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 1277,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: I#524- xi ti T r i I iti ,_ st it o f ury _ 5. 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 TM i; GULF BUILDING PCO #163 Ir b 12i KeYST*R # Budget Code Description Amount 1 07-50.10.10.S Roofing System.Subcontractor Existing Terminals Roof Replacement $111521400.00 2 99-99.99.66.0 Procore OH&P.Other Prime Contract Markup $1151240.00 Grand Total: $1,2671640.00 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: C.01 Aa-&A4 SfVi&AtAJ 062E1 EB4233B487... Er8E65F52F4C2F4D3... EAADMEMA693417... SIGNATURE DATE SIGNATURE DATE NUNA I UKh 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: E8910E513-8CA24413-91DE5-1 E3FCEC52442 2755 NW 63rd Ct., Fort Lauderdale, FL 33309 CD,K I HI Phone: 954.970.8565 Fax: 954.970.6881 " Website: www.decktight.com A Colnpatq qf1Crqftsmen Date: Tuesday, July 15, 2025 Client: ( a����r tap DI)����re t oi Project: Key West international airport re-roof Project Address: Ch d<ur­t a� III�»�w,,n� : ����.,���r i� e r te t Scone 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: i ck(,,)rm��t a o III)�i e r e t e ri�1:',e "t e x".. 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: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442 CD,K I HI 6680 NW 17th Avenue, Fort Lauderdale, FL 33309 Phone: 954.970.8565 Fax: 954.970.6881 " Website: www.decktight.com A Colnpatq qf1Crqftsmen 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 b y: Date: or-,ta��o t,'o��,��I t����r'a (.J a t E�,. Decktight Roofing Services, Inc. Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442 NVGULF BUILDING NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and 'K " K�YST'. R 9100 South Dadeland Blvd,Suite 600 Terminal Improvements Program Miami, Florida 33156 3941 South Roosevelt Blvd. P:(786)233-5060 Key West, Florida 33040 RFI #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 Survey 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 -MH Response.pdf NV2A/Gulf Keystar JV Page 1 of 2 Printed On: Nov 3,2025 08:14 PM EST Docusign Envelope ID: E891 OE5B-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 -MH Response.pdf Response from Kellen Donnelly NV2A/GuIf 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 rero of.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 Transmittal RFI-524(Responded and Closed).pdf,524-MH Response.pdf,Transmittal—RF1-524(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-4662-99e6-00fe7340b3b9.png]Tang Fang,AlA, LEED AP, NCARB(She, Her, Hers)Senior Project Arch itect/Manager Architecture Direct:813-210-8746 Transfer Files[cid:Mead H u ntlogo-87950253-989c-49b2-a74f-a 156c2lc38dd.png]Linkedln Facebook Instagram My Linkedln Attachments 524-MH Response.pdf, Mead H u ntiogo_87950253-989c-49b2-a74f-a 1 56c2l c38dd.png, 125stamp_35caO925-425e-4662- 0%� 99e6-00fe7340b3b9.png' WRD2403.jpg NV2A/Gulf Keystar JV Page 2 of 2 Printed On: Nov 3,2025 08:14 PM EST Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442 �1 IN Me a d, ii� IIQIIIQIf'. /'° wiIM�i/As,,(99ONmoiour p VIIIVIIIVIIIVIIf IIVIIII M VIIIVIIIV IVIIIVIIIVII i r; INY NGm ulmumiouu open y)aiiiullll�' o�u�l N8 a �� y� k ���� 11 f!f ��� ����IV1uuu GNP � VIVI���iuuuiuuuuG� ���VII I�1 �uuuai �uuuu u n 5 0 0 1.33 L.w II"'Z,.WY� S I(,J"I i "I'll; 101 1,5 DNlw.w,I A S w.["X 5 24 41. J iiin ii t e(mN St at e a a EYW Key West Conc A &Terminal IlDA SIlww Il\ul 6/23/2025 Prog ra m 4317400-200125.01 S�1BIII C IL Existing Terminal Roof Condition 524 llrw III°III,w RFI Ilr III4;.A IIIII S III 1 II w llr. 00851 Ilh$ !III,II.G � ILww. Answered V If4 Procore Mir ill Ilr ILA°II'I 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. IIN A Il l S\A/ 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. Ili All/1 Ilw.w. ("1"01 ll\1 A ll` Y IIIE llM A"I l. -II 111 Genae.Sweet@meadhun Genae Sweet 469-626-9348 t.com II . NI ����.�m��Il !Ilh���A II �� Ill llr��lna���.I IIL��w��� Ih����III��-I�0 II II ILww���II II ILww ryand@gulfbuilding.co ryand@gulfbuilding.com m II;M III �,,��,,,II"°.II ID i i 01 Il l 0II � ati)Il l.Ilr.w.11w.w.Il l i,,,,.S w. w.w.r II,,,.hill�1 III,w;Iw,w,III"4�,. ����IC ai'�4.-Iw,w„ �°���I� 1 6/18/2025 524 - M H Response.pdf :I>a g wi. o f 7 Docusign Envelope ID: E8910E56-8CA24413-91DE5-1 E3FCEC52442 1 ACRC Atlantic & Caribbean Roof Consulting, LLC Visual Condition Survey Only QX Visual Condition and Pre-Design Survey F-1 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, 1/2"Perlite, 1"ISO,Wood Deck. Core#2 Granulated BUR, V2"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, 1"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 Drop Roof Drainage and Crickets Roof Slope: Crickets at Units: Yes No at Skylights: Yes No X 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•Sunrise,Florida 33351•P(954)742-9515 Docusign Envelope ID: E8910E56-8CA24413-91DE5-1 E3FCEC52442 1 ACRC Atlantic & Caribbean Roof Consulting, LLC Insulation, Field Membrane and Seams Is the insulation buckled? Yes No QX Condition of membrane and seams: Good Fair 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 Q 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 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 F-] Asphalt Roof Core#2 #of Layers: Adhered: Mechanical Attached Low Rise Foam F-] Asphalt Roof Core#3 #of Layers: Adhered: Mechanical Attached Low Rise Foam F-] 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: E8910E513-8CA24413-91DE5-1 E3FCEC52442 Atlantic & Caribbean ACRC Roof Consulting, LLC Walkway Pads N/A �X Type of Pads: Condition: Good Fair Poor Single-width Double-width 0 Metal Copings N/A Material: Un Clear Width: 9" Attached: Mechanically Metal Counter Flashing N/A �X Where installed: Type of Material: Metal w/caulk tray Stucco Stop Poor 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: E8910E56-8CA2-4413-9DE5-1 E3FCEC52442 1 ACRC Atlantic & Caribbean 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 Discharge on grade: Yes No 0 Downspout Guards: Yes No Downspout Guards Needed: Yes No Mechanical Units N/A Unit Type: Package Size of Units: Large: 9 Small: I Unit Type: Split Size of Units: Large: Small: 5 Flashing Height: 4" Skirt counter flashing: Yes No Abandoned units: Yes QX No Quantity: 2 Abandoned curbs: Yes QX No Quantity: 3 Mechanical Screen: Yes No QX Note locations and number of units on roof plan,as well as exhaust fans. Condensate Lines N/A Material: PVC Condition: Good Fair QX Poor 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: E8910E56-8CA2-4413-9DE5-1 E3FCEC52442 1 ACRC Atlantic & Caribbean Roof Consulting, LLC Skylights N/A QX 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 QX Type of Units: Smoke Sky Cages or Burglar Bars: Yes No 0 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: E8910E56-8CA2-4413-9DE5-1 E3FCEC52442 1 ACRC Atlantic & Caribbean 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: E8910E56-8CA2-4413-9DE5-1 E3FCEC52442 1 ACRC Atlantic & Caribbean Roof Consulting, LLC 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. Roof Replacement 8009000.00—9509000.00 Page 7 of 12 Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442 Atlantic & Caribbean ACRC Roof Consulting, LLC 1 6 1 1 6,12 6 6 3 6 1 18 (6 CORE 36 6 1 #5 411 6 14' 7' 0 4'q 12 1 12 13 CORE 12 12 5 5 3 #6 (� 6 6 NORTH 5 12 5 1 6 6 5 10 6 5 491E 5 1 11 411* 11 II ................... 12 5 5 3 3 12 12 4. 1 3 5 3 5 1 12 6 5 1 5 CORE 3 12 11 #7 Upper Metal Roof Walkaway 5 12 6 5 126 5 12 5 6 1 11 m 1 1 5 5 3 KEY 6 1 AC attached to the wall Roof Drain 6 211 1 4" Scupper 5 5 5 1 Abondon Curb on stand 5 1 12 6 Exhaust Fan 5 5 5 12 AC with ducts 6 1 N 6 3 5 Satalite Dish 3 3 \ 0 AC Unit 3 1 5 0 Soil Stack 5 3 5 Abaond curb 6 1 6 1 1 10 5 5 1 1 1 CORE 10 #3 N 10 11 13 3 6' 12 13 13 1311 6 1 1 6 H I 13 CORE 16 13 #1 3❑ CORE 15 0 #4 13 CORE 10 #2 0 3 10 3 1 13 6 2 3 6 3 N jo 4. 11 4"10 14. @) 6 Page 8 of 12 Docusign Envelope ID: E8910E56-8CA2-4413-9DE5-1 E3FCEC52442 t ACRC Atlantic & Caribbean Roof Consulting, LLC PHOTO #1 Granular loss PHOTO #2 r I rr �� / r � � /J✓r/ff ,ail������%��/���%/// ��i���j�/�l rl F„`. .di r J I I r �ry "s., D�/�tf6✓ r , �, �V f r" P� I lh� i D r'ia�9i G✓;�� '��1f rV. 1 I 1 I r f r e r r' fail i�ri/�r/ ,I f J � / �/✓Jl f�,l! /��J �,�i?�%///�/� �(y� r r r/H//�%(%J 9,, r /�/rl��������•li�`/f�FJ��''�j%r�r///�i�ii%!i�'/�%i%�v�% n 0 J I /rJJr�jr I I D r/ �/�yi � % ��,✓/�/��/ /�jii„�,� / Abandoned AC stand 4 r i i�J���r,l rr✓r'�/�i /. �fi:`r �f,ii/I fYNr ,��c�rrolR�wr�rvrtrV�// PHOTO #3 f�f ii m�tJJ Debris PHOTO #4 AC not on stand or curb t r u/ r r/ II yl ;, III 4 ly I. a %I i uu1�0 y �r uoy, lf4, I M II I l�l+rrr�u� Ir I I III XI i I r i/I I r Page 9 of 12 Docusign Envelope ID: E8910E56-8CA2-4413-9DE5-1 E3FCEC52442 I ACRC Atlantic & Caribbean Roof Consulting, LLC a PHOTO Repairs on seams t r„ `b^ I Ili p G�,f PHOTO #6 a r✓r a// / �/� ,ra!,ti91 nr�!rli/,Irfr!� !a.r i � �/', r r n ✓Ft ,t / A/�/y6�/. r r ��'hr.)rT•� cll',I f " / A r r fi,// q rt r i/1�/�e'/r,.,9rr!�;?.''yV��.:� /�,.:L / In ��,r,,✓P�'�'._ i�,Y, -P, o'. U.� ,/, f ��/, �I ,�, I,,,��r ,,,��,,�� ,� ,�, r � � �� �- Hole in deteriorated r/i/1 /�s 1.✓ i�zr r�:./Il/,/91�(Wf ,, r�IJ I�/ � ��/,9'.1,��,,. h �y 1(�.I' !'� Y/�4 o y�!!,�f 1 I,I I r//%/%r/�%!/r W//r,aL/�7 �'IV✓ wr�p.�v I�17 � ..�� �/�y�`�Y, � 1 q, 2ij, y /'yi��, yrlllVs JI>iw.uV'�/�iY.>•/ '4,` , ;/fl ,� I,,1� )�, s 0 membrane flashing i,,p�(rp r�;i�/r I!1�:;' na �b1;r ls/f,;,;,H �,rl�,IV Rli,�;,8 �",rll!� y�7' �f`)� Y%��1rijN'S'l �i9��."'m.'✓f '�!, ..,.1, - I(/',�,. U� /! sF IG` rJ r�f',. /,�� ., /,, ,„rl/ ,'r 1 r i"'�.�., ,p ,,,<:,^k J;.,...�,�'J��,V I,,u�.;>r „r,�r�if!N� I�1.�1(a� ti•,,:% � ' I;,..r�I r/ / / r{,� /..,//r fI 91bD,:���i i/!%'7/i r%%r/ r./,rf//rAl ' %, r�dl,i1,1 I!!',rll /r r✓r,'r%// � 7 !8�i rJ,�/ >� !�1r�G V'l;r✓v��u r�a-�uP�J'u J U v f� ,'�wh„ y f �sF's, � � %l�%�i,ii%ly„/u,�Jl��'r ,:w�"yY��✓�l��,,��,/ni(,�rf ra,��/rl�r��'�,N"r"�/�,� ,;�5�/�,'��i",�,�i� i,Vl��c`n-1 I'- �rRT!�il �,;.�/�I�,Y1"',;,�-'r ,V(P�n��G., s e is u uui uuuuuu���u m u I miiiiiiiii PHOTO #7 /r � Unadhered wall flashing , �� is / ............. PHOTO #8 r, Ponding water and vegetation I I i IM, I, I of ,I 14 W e, ti a„ Page 10 of 12 Docusign Envelope ID: E8910E56-8CA2-4413-9DE5-1 E3FCEC52442 1 ACRC Atlantic & Caribbean Roof Consulting, LLC PHOTO #9 i I Unprotected wires on roof PHOTO #10 ................... Improper AC line k �r Y 1, �h' r supports .................. PHOTO #11 Anchor broken at the gutter IMF/ PHOTO #12 0 0 Previous repair Air �a',I u�Vl i �II.Y'u ,„�tiuHu,u puuiWuu, GI 00000im // r y» , a r r Page 11 of 12 Docusign Envelope ID: E8910E56-8CA2-4413-9DE5-1 E3FCEC52442 r ACRC Atlantic & Caribbean Roof Consulting, LLC PHOTO #13 Previous repair to wall � i f!/1rNl1 r�� �l r d, Ur h 'rrrr i • • • fK� flashing It open split 1 membrane PHOTO #14 fir(dw,wrw � �, ��� '✓ir+ �/a✓my ,J.H r l �rq i win ,�fr/i1 rrwd' dGK � i Missin dram strainer and deter*orated ,ltl membrane flashing at �vu""W'✓yr.. ............ drain 1 "'i"' A ` rrrr� '" w",lUMb�"'✓ 'v, "',; " tl ",I s o- Ir� r. V, du Rma°I K ii r w a '« a�" �dmw,, I o PHOTO #15 �gw0 w�w �ym''tr �rwy p ��r� i�vp a'',t°. Roof core #2 is 1/2" perlifte r / IS' P Y �'of isoc anurate r� insulation overwood deck r f "s y,u; r r r'V� >rr�r r d Jl i% Page 12 of 12 r ' a / u III r 1 %,l: j Ic� `rl��rl r � E / I � /�j� illllullllllllllllllllllllllllllllllllllllll IIIIIIIIIIIIII�I I �,Iroi � fl riii�JJf Y I� ! / N i �� � ��'J '� (� ', IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII I uuuluuuuuuuuuuuuuuuuuuuuuuuuuuuu' �I�IIIIIII I I Iry I r Y ; %/IYIII II liiiiiiiiiuuuuuuuuuuuuuuuuumiiiiiliili IIIIIIIIIIIIIIII �JI / �PV uuuuuuuu ` 11 I 1 ' 9�J/ t% ! I VI IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII II ' III '� �;➢' J J'1 J Qh ' I ,LM AVE �% r D I ����IIIIIIIIII IIIIIIII I fff All ,,. I fJ1JIJIfIIIJIf%%P QQb �IV IIII 8uu °,�„/ � IIIIII I l uuuuuu IpV I"" II� VVV I'.i�u YY I I J i �IIIII I I IIVIuVuVll °� JI I ,� ! f t`�%////%///D/////////O1a110001I101111011111J10 rid I L r � i�li Illlllllllllllllllgiiii IN MOON NINA '/, rJ���'�J/0%� ,� i) ° I�lilllllllllllllllllllllllll I I r ( t/,/oJ,,��10,,J/l,J/,J,o✓;o,J f 1, ���:I p�i � I �III��I, ? i i, S,% / 1,�,� / ,✓ / � / J rrr�I c i ,,. '�4illllllllll I J/ l/�IYIIII�r(f 9ii,� /; I W Ln �II I ff I ' 1 1. r- / I'll fl uullJ����n I i IIII uuuuuul„''u 41 n ill lull i Dry %✓ / � o�.����� UV,�IIf)� � �/' JI'llt o'm µ if a I M N uuuuul I ly' 0 Docusign Envelope ID: E8910E56-8CA2-4413-9DE5-1 E3FCEC52442 PCO # 164 FKE - RFI #629 - IIP4 Power L 40 ine Extension Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442 TM i; GULF BUILDING PCO #164 Ir b 12i KeYST*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: $237893.79 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: LT T ,_HP-4 Bid Sumniary. f,_H f,_H L i u r , f , F _ cessi ilit c ti . f # Budget Code Description Amount 1 26-00.10.10.S Electrical.Subcontractor HP-4 Power Line Extension $211721.63 2 99-99.99.66.0 Procore OH&P.Other Prime Contract Markup $21172.16 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: usfbr�tr S. Wrtt P&A4 SfVutAtAJ �"-ty orkm's E- IC062ElEB4233B487... 8E65F52F4c2F4D3..- AAd2DE76A593417... 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 NVGULF BUILDING NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and 'K " K�YST'. R 9100 South Dadeland Blvd,Suite 600 Terminal Improvements Program Miami, Florida 33156 3941 South Roosevelt Blvd. P:(786)233-5060 Key West, Florida 33040 RFI #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 I 629 Attachment.pdf Awaiting an Official Response NV2A/Gulf Keystar JV Page 1 of 1 Printed On: Dec 1,2025 08:05 PM EST �, Qo =¢ _ S1N�W0nO�IdWI�b'NIW�I�l'8`d�S�If10ON0O /j,gyp�a qC�d,M1 i '�.rxoo aa oc�,' t�,,,-*■; u��MR�M�'�6 r��m om eN m s o�o wz ao � n o��ti��` oz idOdlb WNOIlbNIE1NI 1SEIM ADD o U ~H LL w� =s � � w g1�3fOad 5,w O O�f zoN N 00N / � CM0E sa (a�1 n1 9}Ianasoob S LZ Z y O OtiOES�� 6-V0 zW w Zz ro sa 0o O, cis Wco D zZ r`TM+ w NOliVlA'�O 1NDNiHVdDO AiNnoo 3OHNOIN w w a ° o a y :1N3110 o o v 0 o a z o 0 j Z 777777 €/j w [[[Y U Y x c EEEE� U €aaa� w O aaa� [aa� 0 LL [aa fEfEfEfEfEf'jj [[[[[f, O W wWJ 3z NWH /mOU ff€EE€ff€EE€ff€EE€ff€EE€ff€EE€ff€EE€ff€EE€ff€EE€ff€EE€ ffEEf`E` N� w O aaaaaaa/ Q JO ❑ I o z ¢LLIlk [ (Q3 w [[ [LL [[[j aaaaaaaaaaaaaaaaaaa ,,, n U x f ¢F U j �Z U W O wZ .0 w b/E 6 b dw W OLL 11 w O Jw /�) LL VJ � 03 d U W �O � O O m Uo N O U z �w w p -QN <0 X O� > F Zw <Z QLu C-) > W W o w o d O Qz O ¢ a0U a y W Y N cm El ¢} w_o 4TI Y w l El � w❑ v O c! Y ¢ w O N L E� ............................. 4 z w w — 7 N w 0 S O[[ LL U x W U py WW�� Y v N F �[ II �a 00 ...,.P», .... ..; i rc w x F w O ¢ w III a ¢ N 4 N N IT LLUU77 w ~ ll O N Q W LL 6 IE x Q W Q O ff x x w w Q nnni nnnni nnnni Y Y W Y O ^ W rn O Q m N N N Z* 7_.i m W L LL � " w_ YOx M a L ✓ x a > LL O J � Z� _..¢ =NO U u WLi 'v H'kl)I�IVIH�I�uuuu�yyy>umm��. Y! r "" f ��lj�/''1✓rF Ar ffs,G // / Ir al /ii/ I ri /1 /// r'r6rrrc TV PO �l rri / %r%/r / / yf " o/ r- (wr wart+ /J /Di rii i� ,/�✓' � / r e z,O"Iffillro �, . L r //i � r%rl� l� l��� rri/ ✓ r WP / r / / �r r�/r r %/ /r r /O rt g/l/ / IIII Illl............ / r � it p11 Aiir r;,e✓,,,,1 / if,, erl ullllllllll IIIIIIIIIIIIIIIII r rf l / ri,, �� co r'fir®4-1 IIpI� r r r 1 i r i I f r r r..r ,r v ✓ r r / r r r r e r r rl,r r l 1 I:o / r T r r /r l J r l V" r, /v 0 r wry w. al r, r/ ! �I ��Ali 1 ': /o/ 1 ullllllllllllllllllllllllllllllllo ' i 4 r r / 1 rr /l r 0 // r rla, rr r r / rr/ !U`/ IIIIIIIIII IIIIIIIIIIIIIIII //// / r ICI o� it/ u � r r............y............ r r»r r I +ww I ly���u ii, ullllllllllllllllllllllllllllllllo , „ /ail / 1M y , u r,, r i r / /J 1„I I I " r,a r1 � I w wr r r r /y/ it /p✓jr /JJ wr+ yr.. rI i r I i .� AL' a ;A/l Ad / Ir.. �i r v rs �l iiiiiiiiiuuuuuuuuuuuuuuuuuiiiiiiiiiuuuuuuuuuuuuuwiiil j. LN tlllrin'%//%///j it ' /�, ' '' //%%/ r r Y r , /rrr � �/ri,r/rr// 1f% fly»f�✓ of% % /'ii i%1/Ir r7ir/1r✓//,ra ;r%y'I,��/,'IJ III ul u u u u u u u u u u u u u u u u u u m i i i i i u u u u u u u u u u u u u u u u u u u u u u u u u u u u m i i i i i u u u u u u u u u u u u u u u u u u u u u u u u u u u u m i i i i i u u u u u u u u u u u u u u u u u u u u u u u u u u u u m i i i i i u u u u u u u u u u u u u m i i i i i i l rr /r j uuuuuuuuu�� ./ 1 I r !„,.., r .,, 0000000000000000000000uuuuuuuuuuuuuuu000000000000000000uuuuuuuuuuuuuuu000000000000000000uuuuuu00000000 Y ../ r r i_. VVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVV V VVluuuuuuuuul // r ✓,/ ., / /, I� l / .,r ,,r/r�✓a�n�,a „fir r//.„/ w r f U IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII / � r LL Cl) i f1001, w � �,. III � ,,/I/!,✓,;✓j!✓rrIIG v,�r1I�%,�,, �r� ,rr,%f r" 't99 u I 1 V,I r. / ✓i,r r� r w r ,/ i u6 W r..�Ip, I, �I III.t r / r r r / / r / � r /.rrr.. II r / r i Illh Ilh IIIIIII�����IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII����III uuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuu�uuuuuuuuuuuuuu��u IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII IIII III r If rr, r.,.. VVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVV VVVVVVVVVVVVVVV ... /„� ,,..,/ , r, r , y r / ::J I 1, 1 f. r. ✓f r :n r_ ,I r IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII � I � Q a 1 /,. r, / ✓// i.l // r co Lo ui Do / Ili,.. ✓ + ra� ,r,. ,,//� ,r, i",,. ,,„: i r uuuc; III r � r r/ r I I� VI n I I„ ���Vu4VVV���VVVV�IIIi�V�o V VVVVVVV�VVVVVV VV u 1 l r / / IIIIIIIIIIIIIIIIIIIIIIIIIIIII r � ,, r rr l w / f � r r Ilulll:,.� r nnnnnnnnnnnnnnnnnnnliiiinnnnnnnnnnnnnnii-,ii r yr r / / ✓r it r r/ � n aw I r r r v,. r, rr w r r r.1,,w I rr 1 r r r , r r f ,!/ ! r/i r/ r r t �/ r /, rr / r f l u �ir: AlPr / / / r r t, / � r / / r r r/ /i '� ✓ f � r o r, r f rr r/i( / lr r, r l f r ,r 1. r r / rI r r r, / r / rrr / y o G III „,.� ✓i�iii�/iii%�� 'i �,���i��� ,,`' � �l�%..,,y �iiJ Y � l/b ,//ii% w f�/r, 1/ r, t Iv, I LO `L / l;, n II r,f 0001Cr II f I r / "4 f,lll,� I MR r co zco I ruu d I Wn III Vi V U J� J t yll I l ilia II r V I Ir , rr,n� •,. ���,I,. r„ r ��;,/�-' :� p�/// -.,,,w r IiP. %„ia', :. r iir '_maudr,rw�„,I r '";I O p;. i / Q OP rIIu / ..,., r I I 6�1'M1�wu��� LL f r / \` I� ^ 6il �YYS r 1 l / O fop m lonnnnnnni 1 tl ,,,w;rftdltl�!,UIMWnefu9��frd�uu�Ff w„ ` I � l e ... I r"r, OOI'1 auw,r r wnl✓eru✓IOMIYW!+" / , /, ' / f r; W N / �I�nnn J('/ / CIO O'j P, /G/ C /�rM « // fe �, G y' �, ,,a rnr,r rrlrllJr / �a,' ,', r 1%, W arr' f py ,( � lnm nnni rr, 1 V ......... >1 n l/ J �� „ /, , / i P, �,, j / .......... i I l� a noon m000000000000000 ° r 0 /Pr,« Dj,`% LU ME "r ;�' ff II, Q I I 00000 000000n n /" WW r w ' ,eawc „ w y� a , m000000000000000 1 �r�; '.r,f/i� Cu '!i; rr f ,rrrf yd,:!Irw✓ uorwe G' i;" I�I f/, CD IIIWI (!?rfl r///Nfll✓///(//// �//�/ ,',, YIfW r, conn N (iair'„ // nnnnnn r n n / ii P IV Jf�l»//i/e f CIO -e. ," r„...I, I; /,�:-."- IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII nnnn.nnnn. of, . N � !'y���o � rr p f ii/�r f�Iq�11V�j/' <, N ly„ �� (6 r y, V � LO ui Uowl, f; N 1 mw m P M (r /, �1' ui fflt , � Wr �� T LO co co N f / ,r ll.I ,,;,ram,Vr,Idllr frrrA( w� i „ r,. y r =1 „,:;,tea" a ' �/ ,, %r, l luM1111J1y�ili,r,7%l✓�r LO Y J 00 LO / �„-r�i`74 i r Ju //,Y�41� '� I�,� �/ %J�l,"� 1.. / I ,,,N➢, I ,� ' �nr,�IW l ,.`'� �� d11 I j � �lJn' I �� f I /, � W �� %/ /� f I ,l 1 miirrr/ Or m ✓rr %1 ' I hum, f,;;?r, / �irij��,�1 �, J�f. 4 S of ,.. I y r,,,f, f✓1/ii co ui 14 0 L W V ,;,;r,' r��Itaufv%�/�/�// �i j I i/ rri• ,/ �/ ,,,,,„,r � �;,,, �,r/ o w ' 111 /\ l i� / ., / //„i// 1 r �Ir / r ((( �I II IIIIIIIIIII III IIIII IIIIIIIIIIIIIIGIIIIIIIIIII y�r }� U rl /IiIIIUII r) SONII a8O338 /z/<< Sdf: 3M `>Il. F ke a,Nddv ne>IO •Ae•aa mne'Nola SNv"Id AIE[IVS H:IIrI �QI2I0I3,mim'Xam 900Z`9Z Nflf AILNMOD aoHNOK p sj O E" 4 Q L> 210(l QNOOAS QNv IS211A W L V c7 s 00000•Z91.9£9ZL:#loafoid sb:m :RVO .LHOdH1V z p b Nu3-nne b La/L/9 OZZ6"9Z6£UIA IweIW r7 \7 T,�Tv T (l T �T(l T r7 I.r ,rV r� w OBbL 3NVtlD Z 3SVHd mP L 3SVHd 0/9Z/6 OOb a11nS IVNI1��1 :I L JLSIX�O L l�O LUMV 1�'1�Loi LvN(1 4,Na a���cl.� mil OSIry-zA IN in. z so/b/a anll jaaua0 geiodjo0 OS9L Q a Z p �,ry Q NOudlaos3a 'ON Siva way,noS uol;ejodjo0 Sys 4310N Sb �S�m��� p A o S N O I S I N 3 21 m31VOS /"OK2tH T 911'IVNIL HHI AXHN V ma z S9n;IA1VHG(IN03rA w NmN W m I I xI I I I IXIXIXI Io uumillllll 111 iii! yxx 01 ?m W =00 O 0000000 = < = aDa Ozz z zzzzzzz W ^ � 2 w U W n W N m o morn 41. mxX I XXXIIIX N q .,L4 m lI VCIVIII�I0I I.1I1.**IIVI�II IC I tOi.w..mmO.,^0r rO$NOy\a�frLL="nNva.Ir,'.•.„•'dV-pmOccIVVVV IIII'0v 3$ox�NWmU xmcC0_¢3Wz<�N-=w=m�7• d.O swW�*NWm axoou=°NdI�•• OzoaNizO .t=�t`so0Wm>�• .hZ�mwmwza II„....•.,..,hc,,E,NI••III Id h�•IIIII\\m�c IWvI II.Urno o-,I a a d' h.T s.�U•.I"_y¢Fr.coU."..-,wwI,.'f.,.,rmMM,°n I m��h�,�=m W"I',FUQ'I ghi;MMMtinNI=Y+co°-'o„W�YfiYdUOro'Y•.caWmmommmNUm»'W�C'i iW^m°°Oyn..IW„..eot.'w..mc°WmmUmC.+—rw ,cwr�Uoz+„ "mni+ora,Wmi..m. I�.o.mUWJaraWo"..,I^i�•Z�,O}' Um V1p.v•o�o�.II��odm.©�''r�.f,.."s,.,"N.,,u,.''.a. �v.W.r TmIrnI..I.I OSI.I,mI�I�IoI.o�Na, o'I.�•.Lm.._¢W=_waII.INI'II».�..,..m,..,...W...'r,,..'�I�YI.I„,:_•,�;,,;}.,+.d��z�..1NwZ.,.V0I_mI��,�d..,.�.wIry VV�3um_m�IIuVV II6�.Zaaw.m.oOwa�0� rwoa �n•x wJ a3"..�.x•uI Iv II�o�I IIrIIIIIII`.•NNNIINN 0o_•�n ...•ti.. ,a«�dLE.„IIWI,\IIIwYxOaIIIIIdNI}•IIWIIrW�`0mm_II II.IIW.I.I_.wV, VI._—o°•I_..W`W0_mmIWIVpV0QZONor"NMdII II p�Z�_I I�o�m0IIIIIIIIII IIIi"�hI IIWI II cm1VVII dII IIWO3SO�II VppVII--II IIIWIII III;.III ow34aIIIWIII NIIImIII IIW.;II ",✓\..,/x.x-,d�Wa(,,.gOc A,LOm6czoUOa M� wGYwfo9W.aoOVnmoCCc-,i.'. . lmmn �mII dQao ,„tlV�(III.ImI�z.N I.,.•..�mII.'.D N Il�Il�nJp mmrnrn�//z yI-o�m"�IIIIIijmWIIIY�''"=.II,J3Jo.+�W„':'.,jmMwW'II�w'.Tu.is,�I2u.11.u.TI,Im.orc,rI.TI<¢I�w-?zQ iYM YU„'.1 u I1I I iI'„IImm l,l C.°�1S.jmI�W�=WrI�Im',p,Ilu3l�".wNO j,^IvVUJI�"I O I.:I I;u.0.u..`,Cm„...,'.:.ajm,W���VV'Il I Il,' Imm w,w—mv...„..,,...........,...II...,°... u...V...y,...yu�...�... "I..I.a ._du^.„.�u..IIw<a,�u.....�....u.....I.......I.,.....IWWM....u..�.....I.......,N.:,,..,...,,..„ ^I!.!...i.!l�...pI��....l.........y.,...y.l..0 n......l.....,uII..II.....,, ............u...u..�...I..r¢aaI®v.. .I..nI...I.. ...,,...u�...u...u»I...mJuo....,lu®j...�..imI.....V... u.....n.."...m..J.....Ju......�--o---�m�®...II...up...I..1..0�W....1..V.I.I...dI¢NT.y�Waawv.....0®'......,..................""...............,,,'',.., -........-p.....p-.....0.....-........-........I':.............-. .;,........,.V....A o$ZmmN,............_........_ar?wYmZw 4L 0 m}dNa}a IM g a m >� . ' "^ ..^.. IIIIIII1III1 Sa=NWQUNN�.I I � IIIIIII I V uIuVI cmR �8. 1IIIIIIIIIIIIIIIIIIII,I,II . °TydMm UaN ~vsr �9"c-cc r �Io"mm"v on�oovN5� ; ZI d V-IIIIIII IIII.........V,...........I , rw�YU=C zzaz oNrIlZ I*x » Q 0 L«x C U N U~NJ�N II ��N � N�UI Cy Z IO� H11ON my zaaaa o >1 m° m NN. _ aW Q0 10 Z o _ �w N wW m� ....... � � O vPNN:z o O o z ZO OT C X W R OC q t _ 5E w z.z- .J X N oom .- vv > J O.J.}mwm O 0 C c02AO m¢ ..............................• 8 N n Z In OcJw �OC �mm•C Nm OO O V UU N i ILL, Z9 0 j<O DUQ ILL Y LL 0 OTC <J 0_ K -0 zz O> `>O E _Emo zg °16 - T p(j S3W \ � �o vw0 �vO t NYmm m;�W `oCA i 3 cO = 3 °Eco „o` o _ vz mo �eU e;0o 2O [wl__ w In N<DO LL n 4O m w w* oO W 14 Z ?O z o nN $ Z FSS N < m ci d w ILL: c� w f W IzIIo W, Inn aa0 4 ......................................... w o zz zzzzzzzz m I y O Z ,a - _> I d�d lO 2 rNm w9U J LLN N z }}m }c}}} O N 'IL am O NN �J l O cx 0 WWxmxx ho-o-h o 8� r o oY CZZZZZZZ% m m I•,p o Z W m J `o o,om o 2 11 Z» oW Z EE E. d W oi J C 'w o= >>?OaoW x MX Z o`vv oovv� O o -m > gym}W ,3 .� ' � .'c ccom c Ev Loo�=oao w _ E 0 o oEc o t '- o Em m o c L O. O 0 Emm_ O m W O -Ozo O»O Uxw X0 02 00 O00 2 n O1i Z WO T Eo oJNcl`z o � Ovd8. aam OCI z o O O `Ls Ion 9a = om Is �.� ovat W 0. `N0z od°° ooE <� = wSELLIV �at N } o � QOOZm: 6(0O1<2 O SA � � o`ZIL q 8 LLN l 2 LLo U d wl li U Qai U� °m 4 � FW2 WZz 3 iae ol � g ,.d.,�Niaina Nis Q,Ib11 Je JdR9 119119NIQ�1 LLIZLL. a N V LLj 5z o 0LL:0 1w>>um� a g. o � u"W =o J UJI wW a N Y S o O O aSOj a UoLL. w wW &�o7M$w O w mwZm m y yro J II ZwaZ a tl £ I m ° F~O O�FZK-ozm_HLLzJL�z0W>w$FowF- IJ V40ttH(N<syNN0w_W<vJ��mc&- 3zoc�f<s�WH��vvOomg��ZOo<z8iroWficom_yUwzzc��onAt5 m ( I wQ o N. o777777[^ I w� oc 1 „ I ao= p > aw II I I N W J1 ............................. w FN �z - zzro ? _ o 12 Zw w K < 0-? o i 'am o mH mu w I w I. _$ ba 0o f o O z¢ uuuul luuuuuuuu11 11uuuullu U y9 O w o z woo aFiwW� oN a o _ o <m a III V mw wzJaa0 a o °h yW w a N v QO yw"ZwOm = II I9ozz fE J z U 0 w zwLJ O v a cn m m _ r O<a . LU zI I1 oa o¢ o m xoo z_.... m rea . C z a oZr . ?-z O W a�° � W w;� N w 1 ....r Om c z Eam 7 n w3 z x�orJjO O N< I z z yzWIm I3a X w < <N X g O W w rr c �.,...,w., a «„ r �......n� mph......�"�, ....,�,� rn w z r� J if f l` Hl`,N/, rrnm� i P; /r 11 rt l� 9 m000000000000000io IIIIIIIIIIII C1111111111111111 4-a CN QD rU uuuuu o0000000 Ci o0000000 i IIIII m000000000000000io Y i ������ r r, r r r y r � r„ r r rr/ r / r r 1 ri r/ r�. f / ri f i I�r l r , ,r/ / r / irrrrr. / r i rrrrr r rrr rrrrrrr i i . r ,a. r � / i r r� r i rrr/ /M, rain% ........... , r ,IIIII /r / r, 1 i f i f ra�y�>1W'tGw, r r f r ' ,Y q � iu ii iu' r r r / �I / r � I r / r Y I / r r I � f I � J 1 i f f r / a�rria � ri iiri i, r�r /r rrrrr.. rr r rrrrrrrrr r as r r r r r r r � / rrrrrrrrrrrrrrrrr�rrr l � / i� rr i r it i � / r ............ /r r 1 1 r/ / r r r �r r,rrrrr...... ....r rr r ,rr rr. r J rr r r/ r� r r I i r r i . ...... ....... . r r, rrr r r r r r /r r i r r rrrrrrrrrrrrrrrrr r � r r r r // r r i aarr _ r � r r // ,arrrrrrrrrrrr _ 1 rr / / r � � r� r rrr ... r.............. ...r� r r r r , �t . r ............. ...... ........ ....... I .r r r rr r r i / , rr rr r r r / rr r rr rr t �� ,rrrrrrr r.r r r r r � ,,rrrrrrrrr rr. I li I l / , 1 � r r ,r r r r/ rrrrrrr r,rrrrrrrrr rr rr r r r j r I r 1 ii rr r .1 J � � tiuuuuuuuuuuuuii i'�ti' r �r r Itl�i r i / r r / ,r i � r r i i >rrrrr / r r // r/ r / r a� r rrrrrrr % „ i t r r , � r rrrr r /r r , r r, i r/r �/r// / uuuuuuuuuuuuuiuigllllllluuuuuuuuuuuuuuVu of iui 1 INS I ........ .................III v v U w Q cn .4" (D wa) ����� III U IIIII0 0 C 0 „„ 0 LIJ I ... .......... IIIIIin a) 0 o E Lr) °' 11110 0 0 oq�.... � C W C d) N 3 U O M i e MI J I f ?" 4 In r r f �i j 1 f a J i /r r r ,I� �',/; r/1 �� � I I�� N✓i��l lye (��J,��% r I rrll I �� o „c II�YW IIIIIIIIIIIIIII ciiiiiiiiiiiiiiiiiiiiiiiii / r ,f QI IIIV'I M, I'I i iuu r fG, / 1r u i I C: IIIII I r % ..III f u,III I i,� f/1cuCD //�jr rl, �' IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII r/ if I ''' l/��'� ,'-, ICI IIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIIIII f I II I r r 1 /r, r r r r I� IIIIIIIIIIIIIIII VVVIIII // Illlllllllllllllllllllllllllllllf // ,,, ,,, --,:. ✓ uuuuuuuuuuuuuu !, / '�' ' �!,,,,, "'° ///, IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII r / j/�///////////� %'/ (IIIIIIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIII eo ,/ v„ ...... LU LL CIO �, IIIII�II r. /e✓w w N U °c 00 n , m LO r,w 0 t Lli Ir � 1 Ili I� 1 / j / IIIII I f � r D, � y r, f / r I r f r. r 1 /IIIII lr Il/ 1 r if 1111�1 r 1 / f f /r ilia 6 N oil r r / / / r .r r � r w r / / i i U O I I I 0 r ��11� g Ir p :E8910E5BY8CA2� Docusi n Envelo a ID �� -4413-9DE5-1 E3FCEC52442 1I i �IRI I GIII�y un I IIIIIIIII III, �J � " IIII IIII � 1 w IIII locatibin to flboir albove 1 rlrl , � rlrl � r 0 11/ r r� � I Illri�,�ll III a n e I� I,7v YIlI1l J... yry yrfJ -,, //.//i/9 ,,as r,.✓�i, %rrr/�.,, 1 c' r� lr0/�oufff fe7rr,y rrr ;�7��� „� .,,..,,,.�, .��rirr,�� ;�,,,c, •, ,,,,, , rrtrridt m arcmi Tmas r, Ott ell ........... r 1 / r r r/ r / r r r„,r, OAK IN ;;" rrr�N :� ����, ur � », ,vyr - - /, �, r loll 1/ ,, in u li 9 r , mm r i / N 'r r / r .� / � s / -r✓ ,��, r!/.rrrr6Ur� „ fr „ f i II IIIIIIIIIIIII «r f w // J y err r rr oG a�i / %o V1 rP!/� IV till IIII ar'- I /j Or %„ '" ,,,i / i I� //�1%/%, %/' ,,, ..Y<,;N,GAX1YGuY�Ui�N lN➢�R Is.,,, r//yrir��f sJr r/r1,r,om �llLlrl,'�r . 'I II / g ljgy 9/rari„�riill G/r�l/G!ri%l%�� /fvrrurirr ,,r / {I /// /NE/ J/rr / rar w 1 ll A IR IF ll 6 2 9 Alt", Ills IIIIIIIIIIIII III �, S1NEIWEInOUM WNIINHE1i'&`d EisunOONOO o o W o ��, Moo 3N ¢_ o ti LL idOdIJIV WN01iVNIIE1NI 1SEIM ADD o o ¢ = w s ❑ W cfl 7 NN M V �OJC� r�J -Z�<'� y m °o a o oN� oNwm� P!R - 1�3fOad a w oo w °o .�....��LL = ���o o w � z� �'d.� o Lz N N Coro of a�m ��%�o C0�oN° 30= ,o�w O�J Z � ~ J z T ,~o '_. 4; ��2 se o= om��o��� yti 'sa AE) n anasoo 14 2 a o OtiOSS�� M p 19�I b S 16-V6 w w , z w z W Z a � �.� F o e o id 4 z s a D O z Z U o `` ,r,�o a — J Y W W 2i / 2i �= w NOUVIAV dO 1NDNiHVdDa AlNnoo DOHNON w a cl a- w �2711~�i w ��a _ N �1N31� p p U co o a �z° o J o w U ¢ Z — LL < z � a Q ❑ m � a z ¢ o w >o F Y W g W tr _ Ul z FO w ¢ ❑ m O o z w = N w z a M O H CD U J Z Q O ¢ U � w ❑z O O F m w w H w> z Q O lLL W f[i Z 2i¢ Q LL � O Oo3� w w Q w ❑ O X O VJ ¢Z V N W O QZ z O Q w " m❑ w ZW W Q v 2 W w wD Z ¢ 0 53 Z ¢ aLLI w —>o mLL Z o w LLI Y " X o C�/ � w w X X za nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn N II N= W ro N i' ............................. 00 T] SE r CU.p� —-—-—-—-——— — e0 °° i I „tiZxBti _ � i ~� I O LL LL LL LL ,., ....... �oo ❑o ❑o ❑o ' � NOJ„lam LL :a mo ry ry Z¢YA N"'. Wo Wo Wo W LL \/0 N tiY LL �m �m ❑�' �m U \X� :E..m^ z mo c7 co o LL co ta� oI = = °I Z I LL °1.0 lei ¢ U LL LL LL LL 1 U U U U u ~LL U U I g . mo mo � ❑N ❑N LL X U U N .., ❑ r ❑" g g " ❑N ,,,,,,,, ,,'', ......,, ...... U U U ]] o- f LL� I aLJ LL i O Qom U ❑ ❑Um ❑ I r � U xq � O'� =o I�pJI � knot 0' �op N — U a x w c U a LL LL ❑o .v 0012 17� a c5 ZlxZz ❑� o0 w LL ❑U ❑U LL Xo x ¢❑ Lw m U x � _ �v LL LL 'Ta U= " Mom d _ LL o N LL pvv, U X O LL 3 a U LL U m � �a LL ❑� O ❑ >N f � ❑N ❑'o � � Qo m Qo ..If J `5 U iw QUo rc u blx bZ ¢O mom 6" Ua=� LL LL > LL (�IIInIII U U 3 ¢o rw U ❑ `�I I Z . ❑o N m mN _ X U c4 ¢o c❑p Ar Qo o u LL oo L Om U tom C7N LL U ¢ W« LL LL M¢o — U LL o� LL ■U moo 4 U ❑o U o ❑� (7� ❑a m� ❑o LL ❑rn U y " o ❑ a LL ro ¢ LL❑o U > m o ¢o� O O LL' U a m LL Q ,,,,,,,,,,,, ,,,t,,, ❑' a F N U ¢o. n > w U " ❑ Q� C7� o m o a j ❑ > ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, , , m Oon�i °❑J ❑ wV n ao wQo I Om po 0 W ig�❑� a❑ ¢ • U Uo U Q Iao� � LL LL m o w❑ U U �M �o ❑'oM U ON m do mQo ao ao� � zo 0 0 N I I LL LL J� >of o = ¢o aom w /CC�XJJ` J� X \/\ /\J X X X � v�to es��ooi o�w ao t teau�gsveay ieuiw�ai-votl�ie ieuoimwawi Wrenn rewi:ass irvre 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: CON EST 1 Dec 2025 9:12:47 Tax Rate status: Default Bid Name: FL KEYS ELECTRIC Bid Template: FLORIDA KEYS ELECTRIC, INC. Drawing 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: 0.00 177.64 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$: 11161.93 Labor: 0.0000% Indirect Labor $: 0.00 Equipment: 7.5000% Labor Escalation: 0.00 Subcontract: 7.5000% Labor Tax: 0.00 Job:1 7.5000% Direct Job Costs (3.23%): 55.81 MISCELLANEOUS Avg. Lbr. Rate (Cost): 131.25 Prime Cost: 11408.70 Avg. Lbr. Rate (Bid): 137.81 Overhead (Avg. 5.00%): 70.43 Total Square Feet: 1.00 Net Cost: 11479.13 Cost Per Sq. Ft.: 1,730.12 Labor $ Per Sq. Ft.: 11161.93 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 Ca Ic.Adjustment: 0.00% Selling Price: 11730.12 IIII°"IIII IIII e IIII °iii [�Iciii 90b Overseas IIII 1i4[-iway IIIIII IIIIIh1 r:e 3 0 b 1114 ..... West, IIIIIIIL........... 33040IIII:IIIIIIII.... IIII � .. swLware systenis 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 Labor Class 8 Labor Class 9 Labor Class REGULAR 9.30 -- -- -- -- -- -- -- -- -- OVERTIME -- -- -- -- -- SHIFT-Z -- -- -- -- -- -- -- -- -- -- SHIFT-3 -- -- -- -- -- -- --DOUBLE TIME -- -- -- -- -- -- -- -- -- -- ESTIMATED HOURS: 9.30 -- -- -- -- -- -- -- -- -- LOSS LBR AD]: -- -- -- -- -- -- -- - CALCULATED HRS REGULAR 9.30 -- -- -- -- -- -- -- -- -- OVERTIME -- -- -- -- -- -- -- -- -- -- SHIFT-2 -- -- -- -- SHIFT-3 -- -- -- -- DOUBLE TIME -- -- -- -- -- -- -- -- -- -- TOTAL AD] 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: $125.0 ITOTAL DIRECT LABOR: $1,161.93 INDIRECT LABOR Labor Description Hours Rate Ext TOTAL INDIRECT LABOR: $0.00 DIRECT LABOR TOTAL: 1,161.93 INDIRECT LABOR TOTAL: 0.00 LABOR ESCALATION: 0.00 LABOR$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 Vendor Amount IIII IIII l��� IIII<. . �� � Il�� a � � . 0 b 29 6.,40 III:IIII IIII...... IIII IIII Illmmlii 'fir b W Le II III mmD 114 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 Component Vendor Amount SU BCONTRACTS: 0.00 ADJUSTMENT: 0.00 SUBCONTRACT TAX: 0.00 SUBCONTRACTS TOTAL: $0.00 EQUIPMENT Component Vendor 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:(511/o markup) 0.00 DJC OVERHEAD:(50/c markup) 2•79 TOTAL OVERHEAD: $70.43 JOB COST w/OVERHEAD: $1,479.13 IIII°"IIII IIII e IIII III°Ili [IIciii 90b OveIrseas IIII 1I4[-iway IIIh In e 3 0 b 1114 ..... West, IIII IIIL........... 33040Illh::lllh IIII.... Illh Ill lli � .. 3 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 IIII IIII IIII e IIII III°Ili [IIciii 90b OveIrseas IIII 1I4[-iway IIIh r°:e 3 0 b 1114 ..... West, IIII IIIL........... 33040Illh::lllh IIII.... Illh Ill lli � .. ..: L. }+ O M ,-I I- kD N O 00 L � O O Ln 0r-I Ln M 00 kD �■ O 0 3 O N N M to M ,-i O 0.3 O O �,o O N r-I r-I O O M M Jo •4 o o 4 o 6 6 � J � o ry r4 O o 6 6 6 6 � � oG GG N ■■ h LA N O r1 M l0 M of O O i �+ O O O O O N O O O O (P 110 N110 It O o o O O O o Ln r-i 1,0 0 0 O N N M O O Ln d- O O Ln N M Ln N A M ra O o r' O O O O o O O �,o O O r-I r-I O O u J o 0 0 0 0 0 0 o J o cv r4 6 6 6 6 6 6 0 ++ O X X N N r-i ;,o m ^ }+ O O O O M O a1 m N tD d' O d- It 0) M 110 N d- O O O O 00 r-I 00 N 't LA W o Q� o Ci 00 r4 r4 o N o 0 o O 4 ;.o ryi o o ui a ce W 74 III III IIII ++ O N N O O O O Ln r-i ko ko N '= O d' m r-i ko Ln O � ,T 'C O O O O Ln I� Ln .-I N .� ro O CO ;,0 r-I rllN r-i 00 N O O O O M O m r-i N N N II O O N r4 O O O O - O O O O O to M O O - - m O a a W O LU z - o O � 4� ��j a 4) Z J w wru L O U z z W U U � O z p z < �-' O LU O z H J O ❑ U Q U pm U) a J rr ❑ (f W J O ' J z Ln � ~ (�' _ V) � z J W Q J LU a a o z ❑ z LU M J U U _ V) � z LU O O I- _ ~ w O ° z z cn z w o U m cn w U m J = J = U LL w W W Jro = z LW LU = w C V) z D_ O � ~ " i~iED O 4 O O I'_'_'- F_'_ � .� a LU a � 0 0 � � u _ ■ Ln a a� cn z LU cn .a z LL 0 1O c~n '� U N > W F- VWLO Ln o = o = Vat w L _ M W M r Li) 'n W �" r) U') rn o A o dam- a a N � ■N O ■N O O O Q � '� +-� r-i r■I 00 r■I r■I r■I l0 l0 l0 M M M M M U p 00 LO a O� O' o = ' w LL w w w w w w w w w w w w 00 p > > wwwww W U o 0 0 0 0 o 0 0 o O o 0 0 0 0 0 0 0 0 0 b 0 O rn d- to ry rl� O O r4 r-I r4 M ;,o r-I r4 N N N N < _ 4-1 ■N -J Q , 0 m z d 016 d 11 > rn LU Ln 00 M Ln ;,o Ln o, .. .. Ln d- ,-I [Yl cf- �o ,-I = J N N Ln 00 m O r-I Ln .. H o N Ln o ,-� ,o N .. H O +-� M O O •-i N Ln V a) F O O O O O O 0) W F O O O O O O Off' � 11 � O s s 0 a o ON Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442 Job ID: JOB-2037 Project: KIWA- CCO - HP4 Bid Summary Report Vendor: TARGET Labor Level: CON EST 1 Dec 2025 9:15:07 Tax Rate status: Default Bid Name: FL KEYS ELECTRIC Bid Template: FLORIDA KEYS ELECTRIC, INC. Drawing 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: 0.00 61630.46 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: 71127.74 71127.74 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:1 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: 11345.94 Quantity of Units: 1.00 Bond(3.5000%): 699.70 Cost Per Unit: 19,991.51 Lump Sum: 0.00 Ca Ic.Adjustment: 0.00% Selling Price: 19,991.51 IIII IIII IIII e IIII °iii [�Iciii 90b Overseas IIII 1i4[-iway IIIIII Illllh r: b 1114 ..... West, IIIIIIIL........... 33040IIII:IIIIIIII.... IIII � .. I III: :;swLware systems 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 Labor Class 8 Labor Class 9 Labor Class REGULAR 71.51 -- -- -- -- -- -- -- -- -- OVERTIME -- -- -- -- -- SHIFT-Z -- -- -- -- -- -- -- -- -- -- SHIFT-3 -- -- -- -- -- -- --DOUBLE TIME -- -- -- -- -- -- -- -- -- -- ESTIMATED HOURS: 71.51 -- -- -- -- -- -- -- -- -- LOSS LBR AD]: -- -- -- -- -- -- -- - CALCULATED HRS REGULAR 71.51 -- -- -- -- -- -- -- -- -- OVERTIME -- -- -- -- -- -- -- -- -- -- SHIFT-2 -- -- -- -- SHIFT-3 -- -- -- -- DOUBLE TIME -- -- -- -- -- -- -- -- -- -- TOTAL AD] LABOR: 71.51 -- -- -- -- -- -- -- -- -- 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: $125.0 ITOTAL DIRECT LABOR: $8,938.35 INDIRECT LABOR Labor Description Hours Rate Ext TOTAL INDIRECT LABOR: $0.00 DIRECT LABOR TOTAL: 8,938.35 INDIRECT LABOR TOTAL: 0.00 LABOR ESCALATION: 0.00 LABOR$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 Vendor Amount IIII IIII l��� IIII<. . �� � Il�� a � � . 0 . III:IIII IIII...... IIII IIII Illmmlii 'fir b W Le II III mmD 114 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 Vendor Amount SU BCONTRACTS: 0.00 ADJUSTMENT: 0.00 SUBCONTRACT TAX: 0.00 SUBCONTRACTS TOTAL: $0.00 EQUIPMENT Component Vendor 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:(511/o markup) 0.00 DJC OVERHEAD:(50/c markup) 10.57 TOTAL OVERHEAD: $813.87 JOB COST w/OVERHEAD: $17,091.30 IIII°"IIII IIII e IIII III°Ili [IIciii 90b OveIrseas IIII 1I4[-iway IIIh In e 3 0 b 1114 ..... West, IIII IIIL........... 33040Illh::lllh IIII.... Illh Ill lli � .. 3 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: $854.56 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 IIII IIII IIII e IIII III°Ili [IIciii 90b OveIrseas IIII 1I4[-iway IIIh r°:e 3 0 b 1114 ..... West, IIII IIIL........... 33040Illh::lllh IIII.... Illh Ill lli � .. ..: L. }+ O O U) 910 N 910 9T r-I Ln M m k-0 00 It N M 00 L. }+ �-o O N O O O 110 O O O O N ,-I ,-I O O ,-I O ,-1 O 00 O 00 l0 r-1 J O N ryi O r4 O O O 0 0 O O O O O O O O J IX Ln rl in N }+ O c) O O O O O 0 N 0 0 0 N CI O O O O O o c) o o rN ;,a o Ln r-J to o o N d- o o O'_ - O Ln O O U) N rll% LO I- m Ln N [T M O O N M IT Ln 110 ra O O ;10 O O O O O •-1 r-1 0 0 0 0 O O H O u J o c�i •4 o 0 0 0 0 0 0 0 0 0 0 0 o J o 0 0 0 ++ O c O Or-� N91- M O CI m N �-o r-i O Ip N 11.0 1.0 O O O O Imo. N r-1 00 ,--I CO N d" M d" ,-a N N ■- 3 m 00 It r4 N O L. N N d' lid MleN I ++ O O O O N Lo l0 Ln ,-I l0 1,0 I� m m l0 m — ++ N 110 Lf) '= O O O O m M r-1 M N Ln r-1 N r-1 M to M ■L.� Ln I� .O O O O O O^ N r-1 00 O M r-i N It r■I O N N (DD � N N O O O O O O O O 6 M O O O O N O � � O M O """""""""' lA s a ~ w Z O � U O _ w > ~ o O a 4) L V) U ru J J w ' w w n z Z O L O W J 0 < 0 ❑ U Q a U O O W i V) W Z J ro J Z W ~ Z (� J > ~ J a o w M a o a w �- o U a (D w ❑ = z z ❑ z w Z 1 > Lu Z w z z � U = 0 o I- _ �j U U x z H LL 0 �..� w OU D ❑ V) U rn cn W z z 0 O 0 _ V � > LL LU W W w D J 2 CO CO V LU O� z z o o U U %0 �o = m > 00 00 ul a Ln .O H w Q � = H ■O H CO o0 a z z 51,11,111,11111, ,-i ,-i U = _ Z) a C ❑ LL Q o M ,� Z w �i �i a■L. J U U O u U a � I � _ N 0. fY LL clC U' J a- J J J m W � U� Ct' d' 0. M > > > U-) Ln 0 = fY 0 = a EL a V w L _ M a W � r U O W Q N O c7 a 0 Z 00 N "� d d' d' d' d' d' d' d' ,� N C� n i7n U 00 Ln a OY CY o = ' w w w w w w w w w w w w w w w w � O > > ���wwwww 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q M U O O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U O r4 r4 r4 ['i r4 r4 r4 k6 r4 r4 N N 4 00 r4 r4 Lf O Lfl 4 GO O N "� ~ 0� O� a M mo � w o U o L.., w > w > W l0 O O � � X •-i N M w w l0 lD 'T N w O O IT _ J N N Ln O d' ,-i 00 m O r-I L n M d' M lD LL O 00 N � F' O , M O N N O O ,-1 N L n O ,-I ,-I ,-I .. �0 0 0 0 0 0 0 0 0 0 •-i O O O O o o � O V O Qf a) F ,-� N M lD IT IT Ln Ln Ln T LO I� � Ln Ln O ,-I N rn L) min M Iy N N N IM O m O t t 0 a p i a--' 0) ;,0 00 O O N O N N m O 00 M O M d- O N Ln O O O m 00 r O N It I- l0 N l0 L Or� N N O 14 r � O O Ln O O o o p Lf� • ,-I J ix Ln IN N V N L 41 O M M O O O O O O O O O O O O Ln M l0 o O O O 0 r-I O M O m O m Itr-i 0 0 0 00 m M o N M N M o o m r-I 0 0 0 0 0 r-1 0 0 N 0 r-1 0 r-1 0 J O O O N O O O O O O O O 0 0 0 0 }+ M 0 0 0 0 m X 0 0 0 r N � N p p r �.0 O) o 0 l0 M M � 0 M � r-i � 00 aN co '� G1 0 o a� o 0 o 4 M 4o N o o m 0) N r N ,-i Q M III +_+ 00 0 0 0 0 00 l0 r 00 0 N 00 00 m l0 .� ._ Ln � OM OM O O N 0) 1.0 O� O U) � � r-iN N O M O r\ O O O k0 r-i ,-1 O M 't r-1 N r-1 ' O M O O O N O O O O O O O O m to 4w 4a 0 s m a w M w F- Q U z zru O cn oCDiiiiiiiiii U �- O z O U `t z O z LU O ~ 00 0 "� = LV ~ w V) J z ce Q O Jro 00 W V) � � W LU 0 w LLB m a z D a W D 2 z p a Q Q U U (7 cn U o X z Ln U Q U p z w Q m w w �= Q z oro = Q z = J OC ,� 2 LL H o o Q <L I� I .0 w = O o� V) 00 d' a Lu N .a � z w o W cVi c� z z z cM a OU Z z L C a u U ,-i H a a a LL V w LL w 2 - r - m Ln 00 - W Ln - d' N � �� Mx ,-I ,-I N k-0 x x d' d' 00 X � � M 00 NV)N r-i In I 00 00 00 N I- �r-I rl 00 r-1 r-1 M M M .-i M M M M rl U 00 Ln a C) o U = w w w w w w w w w w 00 1 W < 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 }� 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ,,,,, N N O O r4 0 N 4 N 4 4 4 A Lf 4 00 N Lfl Q Y V) +�+ M ((� ''� N Lfl N N N � M M N .�, ce a O � W L � 0- 0 N LJJ M O ,-I L�fl r N m �I- ,-I f]L LL m O r N ~ M 00 Ln r r m 00 r M 0 �+- 0 � 0 0 0 0 0 0 O ,-I O O ,-I O O M N Nr-i 'IT l0 l0 %-0 %-0 ,-i N M M M la v N O co s o a Docusign Envelope ID: E8910E56-8CA2-4413-9DE5-1E3FCEC52442 PCO # 165 41 19 Electrosonic - Additional LED Wall on Passenger Bridi ge Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442 TM i; GULF BUILDING PCO #165 Ir b 12i KeYST*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: $217690.89 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: s it rt- h n r r iti n I P r ri f ,_RFI#51A.1- passenger b ridyr II tensi n. f # Budget Code Description Amount 1 27-00.10.10.S Comm unications.Subcontractor Additional LED Wall on Passenger Bridge $191718.99 2 99-99.99.66.0 Procore OH&P.Other Prime Contract markup $11971.90 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: P&A4 SfVutAtAJ C062DEB4233B487... Er8E65F52F4C2F4D3... AAD2DE76A693417... SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 11/18/2025 1 06:04:05 PST 12/8/2025 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: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442 r=Laobffmc3 wc3rjioI CHANGE ORDER REQUEST COM 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: Email:mikhilogeor e eleotrosonio,00m 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 strin lights nn the Ceiling ESI Job#:ENC101940 Original Contract Date:April 1,2024 Contract Name/Number:20240426 Payment Schedule:As Per Contract Terms Client Ref#:9166 MATERIALS&EQUIPMENT Qty 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 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 Date Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442 NVGULF BUILDING NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and 'K " K�YST'. R 9100 South Dadeland Blvd,Suite 600 Terminal Improvements Program Miami, Florida 33156 3941 South Roosevelt Blvd. P:(786)233-5060 Key West, Florida 33040 RFl #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 KWIA FI 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 -MH 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 NVGULF BUILDING NV2A/Gulf Keystar JV Project:20-2039-01 KWIA Concourse A and 'K " K�YST'. R 9100 South Dadeland Blvd,Suite 600 Terminal Improvements Program Miami, Florida 33156 3941 South Roosevelt Blvd. P:(786)233-5060 Key West, Florida 33040 RFl #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 RF1 514.1 Attachment.pdf This is an ongoing discussion with the Owner. Final decisions will still need to be coordinated with the Owner and vender. NV2A/Gulf Keystar JV Page 1 of 1 Printed On:Jun 2,2025 11:32 AM EDT O O N LA_ W S w ryi ¢¢omoW a s 0 Z U N z oyQ�az ¢r11 Q w m °°°z�zz z < N O W Q Z X -stQtz zo w C (V Z O >Q L�O LU �O��OOO N Q �N 1 r a a N� w U N > wQ zoof p J N ¢ C7 C7 g X U o N o K K W m w owao LU ww Q 0z m m m < 0 LL o > w z z z z a w Y w W w z Q qa Q a C Q i Q m U ❑ N Z J J=LU J N J m w LU ❑ ¢p W�7 K o Q O F F >-0 MQyp. lwi� ❑o C7❑ O ZO C7 in W Ka'OF VI of W Z> F Z mQu7a F= J W v)❑ zO O z � W �0SQ 3 p W Hw W U f/lY OH = U S p w W. 3 Q z w U W S S K o m LL m7 w W K m Q� W J U)H= Ur p�W W v)U =Z Za CO Q U W U)O �9 W,[if W Uo O P d' O 0 O~0 O O m O X W a 0, g a of W W w 7 W m�J d N ❑F W J F H W W z O J Z 3 CL W S p Q J S Z Q W J F CO U, ❑ Q U 3 cn m w 0 H Q H ❑U >Q O �n u� i i t + t P t t� +I + t 1 t f rl i ////////a/////m////////////////////ti//////m////////////m//ri J'� f..H f f K ud J � f f f p �z 5 o° + i II I {I f f zo w .. ......... J + + IJ f r # + i r ff I +� i + � 0 CD ......,f I r (1 + + I + t + + l t f f IIIIIIIII ± �� rf fed i' i J f + I � + J +� I l ` _ m t + I I t { f w m C- I t o I + t f ,,..,,,,, ........................................................................................ r..... .......... I 1 v i r 1 I- W _ Z w o i1 () N JI U N fj or+ v w U I,..., U f Q J H U ff f J j W I cn w f i w Lu � I' o� li m —K4CN O II I;.. �o N I m O ,1 I1 w o W wcn (� z JI Q w o d cnI f (n z o IIII ITI U N I 3 W N 1 1J J r7 I i f v � J � J— i I + ...... Q i,,) f U J! i j i ro + J o r'1r Nl� p m U ❑ 0b380NV-1 NVH1VNOr:,kg I01d/ (S3HONI 00'bZ X 00'96)C1 4331s-nnJ HObV:30S IMcA/ 9ZOZ/2/Z:31V0 IMcA a O O N LA_ W S w ryi ¢¢omoW a s 0 Z U N z oyQ�az ¢r11 Q w m °°°z�zz z < N O W Q Z X -stQtz zo w C (V Z O >Q L�O LU �O��OOO N Q �N 1 r a a N� w U N > wQ zoof p J N ¢ C7 C7 g X U o N o K K W m w owao LU ww Q 0z m m m < 0 LL o > w z z z z a w Y w W w z Q qa Q a C Q i Q m U ❑ N Z J J=LU J N J m w LU ❑ ¢p W�7 K o Q O F F >-0 MQyp. lwi� ❑o C7❑ O ZO C7 in W Ka'OF VI of W Z> F Z mQu7a F= J W v)❑ zO O z � W �0SQ 3 p W Hw W U f/lY OH = U S p w W. 3 Q z w U W S S K o m LL m7 w W K m Q� W J U)H= Ur p�W W v)U =Z Za CO Q U W U)O �9 W,[if W Uo O P d' O 0 O~0 O O m O X W a 0, g a of W W w 7 W m�J d N ❑F W J F H W W z O J Z 3 CL W S p Q J S Z Q W J F CO U, ❑ Q U 3 cn m w 0 H Q H ❑U >Q O �n u� i i t + t P t t� +I + t 1 t f rl i ////////a/////m////////////////////ti//////m////////////m//ri J'� f..H f f K ud J � f f f p �z 5 o° + i II I {I f f zo w .. ......... J + + IJ f r # + i r ff I +� i + � 0 CD ......,f I r (1 + + I + t + + l t f f IIIIIIIII ± �� rf fed i' i J f + I � + J +� I l ` _ m t + I I t { f w m C- I t o I + t f ,,..,,,,, ........................................................................................ r..... .......... I 1 v i r 1 I- W _ Z w o i1 () N JI U N fj or+ v w U I,..., U f Q J H U ff f J j W I cn w f i w Lu � I' o� li m —K4CN O II I;.. �o N I m O ,1 I1 w o W wcn (� z JI Q w o d cnI f (n z o IIII ITI U N I 3 W N 1 1J J r7 I i f v � J � J— i I + ...... Q i,,) f U J! i j i ro + J o r'1r Nl� p m U ❑ 0b380NV-1 NVH1VNOr:,kg I01d/ (S3HONI 00'bZ X 00'96)C1 4331s-nnJ HObV:30S IMcA/ 9ZOZ/2/Z:31V0 IMcA a Docusign Envelope ID: E8910E56-8CA2-4413-9DE5-1 E3FCEC52442 PCO # 168 Mark Products - Gate 3 , 4, and 5 Cabinets Modifications Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442 TM i; GULF BUILDING PCO #168 Ir b 12i KeYST*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, 4, 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: $11452.00 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.pdf # Budget Code Description Amount 1 06-22.10.10.S Millwork.Subcontractor Gate 3,4,and 5 Cabinets Modifications $11320.00 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 µ �"-ty orkm's 01.06.2026 E- 062ElEB4233B487... AAd2DE76A393417... SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 12/29/2025 1 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: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442 Mark Products USA, 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 i Removing base cabinets for airlines inserts at gates 3, 4 and 5 Remove casework at gates 3, 4 Et 5 $ 1,200.00 Labor: 2 installers 1 day C$75.00/h Profit (10%) $ 120.00 Subtotal $ 1,320.00 Shipping $ - Tax rate 0% Tax due $ - Other $ - 4/3/2025 TOTAL $ 19320.00 Approved by: Date If you have any questions about this COR , please contact Dan Petrovic, 305 232-4461 , email: dan.petrovicCmarkproductsusa.com Page 1 Docusign Envelope ID: E8910E5B-8CA2-4413-9DE5-1 E3FCEC52442 if r i r i,/i/r r ill riiia rill i � 11 I I' i u� r, / / I� � / rrrrrrr r /r //r/i�rr r ri rrrrr rrrrrr ..... .." rrrrr /rr, rrrrrrii/ ri% 1 if r/ AAMPH,011/1,rrr, rrrrrrrrrrr, i r r „r f/t l�lfilm, 1 I 5 Docusign Envelope ID: E891 OE5B-8CA2-4413-9DE5-1 E3FCEC52442 IFF" tj ...........-,'I'll, kill, E mom ll' Ull� ............ ............... WO,