Loading...
R25-016 RESOLUTION NO. R25-016 2 3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 4 BEACH, FLORIDA, APPROVING THE SECOND AMENDMENT TO THE 5 AGREEMENT WITH PCL CONSTRUCTION, INC. FOR PROGRESSIVE 6 DESIGN/BUILD SERVICES, RFQ NO.013-2821-21/TP UFT STATION 317 7 MAJOR UPGRADE; AND FOR ALL OTHER PURPOSES. 8 9 WHEREAS, on May 23, 2022, the City and PCL Construction, Inc. ("Contractor") entered 10 into a Progressive Design/Build Agreement (the "Original Agreement") for Lift Station 317 Major 11 Upgrade, RFQ #013-2821-21/TP; and 12 WHEREAS, the Original Agreement was amended by a First Amendment dated June 18, 13 2024 (the Original Agreement and First Amendment are collectively referred to as the 14 "Agreement"); and 15 WHEREAS, the Contractor has completed the Phase 1 Services described in the 16 Agreement; and 17 WHEREAS, the Agreement provides that the contract price for Phase 2 shall be developed 18 during Phase 1. The Contractor has proposed a Guaranteed Maximum Price for the Phase 2 19 services, and the City desires to accept the Contractor's price, establish the Phase 2 project 20 schedule, and modify the City's Owner's Representative; and 21 WHEREAS, the Parties desire to amend the Agreement to establish the Guaranteed 22 Maximum Price and project schedule for the Phase 2 services, and modify the City's Owner's 23 Representative; and 24 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 25 best interests of the City's citizens and residents to approve the Second Amendment to the 26 Agreement with PCL Construction, Inc. for Progressive Design/Build Services, RFQ No. 013-2821- 27 21/TP Lift Station 317 Major Upgrade. 28 29 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 30 BEACH, FLORIDA, THAT: 31 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 32 being true and correct and are hereby made a specific part of this Resolution upon adoption. 33 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby 34 approve the Second Amendment to the Agreement with PCL Construction, Inc., for Progressive 35 Design/Build Services, RFQ No. 013-2821-21/TP Lift Station 317 Major Upgrade (the 36 "Amendment"), in form and substance similar to that attached as Exhibit A. 37 SECTION 3. The City Commission of the City of Boynton Beach, Florida, hereby 38 authorizes the Mayor to execute the Amendment. The Mayor is further authorized to execute any 39 ancillary documents as may be necessary to accomplish the purpose of this Resolution. 40 SECTION 4. The City Clerk shall retain the fully executed Amendment as a public record 41 of the City. A copy of the fully executed Amendment shall be provided to Keith Webber for 42 forwarding to the Contractor. 43 SECTION 5. This Resolution shall take effect in accordance with law. 44 45 46 47 [SIGNATURES ON THE FOLLOWING PAGE] 48 49 PASSED AND ADOPTED this day of �Ofll4fl rti 2025. 50 CITY OF BOYNTON BEACH, FLORIDA 51 YESNO 52 Mayor-Ty Penserga 53 54 Vice Mayor-Aimee Kelley 55 56 Commissioner-Angela Cruz ../ 57 58 Commissioner-Woodrow L. Hay 59 60 Commissioner-Thomas Turkin 61 622 � VOTE 63 A i: 65 1 J /► ge ! / / i 'and- 66 Mayle: De ~sus, MPA MC -1-, -- - a 67 City CI-rk A Mayo 69 ,..--73011N TO'\ c, ... POW4..�F►1► APPROVED AS TO FORM: 70 (Corporate Seal) 1. •mac, ►► 71 SEAL I% tU; • 72 ; INCORPORATED; 5 �Gf 6 ►► 1920 :. 73 ►11 ..• ; Shawna G. Lamb 74 tl% FLORI6 'r' City Attorney Y Op 1 (~ SECOND AMENDMENT TO AGREEMENT BETWEEN THE CITY OF BOYNTON c \ J BEACH AND PCL CONSTRUCTION, INC. FOR PROGRESSIVE DESIGN/BUILD L P *oN 154" SERVICES, RFQ 013- 2821- 21/TP LIFT STATION 317 MAJOR UPGRADE This Second Amendment ("Amendment") is entered into by and between the City of Boynton Beach, a Florida municipal corporation ("City"), and PCL Construction, Inc., a Colorado corporation authorized to do business in the State of Florida ("Contractor") (collectively referred to as the "Parties"). RECITALS A. On May 23, 2022, the Parties entered into a Progressive Design/Build Agreement (the "Original Agreement") for Lift Station 317 Major Upgrade, RFQ#013-2821-21/TP. B. The Original Agreement was amended by a First Amendment dated June 18, 2024 (the Original Agreement and First Amendment are collectively referred to as the "Agreement"). C. Contractor has completed the Phase 1 Services described in the Agreement. D. The Agreement provides that the contract price for Phase 2 shall be developed during Phase 1. The Contractor has proposed a Guaranteed Maximum Price for the Phase 2 services, and the City desires to accept the Contractor's price, establish the Phase 2 project schedule, and modify the City's Owner's Representative. E. The Parties desire to amend the Agreement to establish the Guaranteed Maximum Price and project schedule for the Phase 2 services, and modify the City's Owner's Representative. Now, therefore, in consideration of the mutual terms and conditions, promises, covenants, and payments hereinafter set forth, City and Contractor agree as follows: 1. The above Recitals are true and correct and are incorporated herein by reference. All capitalized terms not expressly defined within this Amendment shall retain the meaning ascribed to such terms in the Agreement. 2. Except as modified herein, all remaining terms and conditions of the Agreement shall remain in full force and effect. 3. Acceptance of Guaranteed Maximum Price. In accordance with Section 2.2 of Attachment B of the Agreement,the City hereby accepts the GMP for the Phase 2 Services.The Parties agree that the GMP, including the Unforeseen Conditions Allowance Contingency Item, shall be $9,970,393.00.The GMP Proposal and its basis are attached hereto as Exhibit A, and incorporated Second Amendment to PCL Construction — LS 317 PDB Agreement Page 1 of 4 into the Agreement by reference. Pursuant to Section 1.3 of the Agreement, the Owner's Representative is authorized to issue a Notice to Proceed to Contractor. 4. Phase 2 Schedule. In accordance with Section 5.2.1 of the Agreement, and Attachment C, the Parties hereby establish the Phase 2 schedule. Time is of the essence under this Agreement. Contractor shall proceed with the Phase 2 services and shall conform to the Project Schedule attached hereto as Exhibit A, and incorporated into this Agreement by reference. Substantial Completion of the Phase 2 services shall be days after M-eb+E nNTP. Final Completion of the Phase 2 services shall be days after Substantial Completion. 5. Owner's Representative. Section 8.1.2 of the Agreement appointing the City's Owner's Representative is hereby amended as follows: 8.1.2 Owner designates the individual listed below as its Owner's Representative,which individual has the authority and responsibility set forth in GC 3.4: Keith Webber, P.E., PMP, Assistant Director, Engineering, 124 E. Woolbright Road, Boynton Beach, FL 33435; Contact# (561) 742-6454; Email: webberk@bbfl.us 6. Additional Terms. Section 10.8 is hereby added to the Agreement as follows 10.8 Sovereign Immunity. Except to the extent sovereign immunity may be deemed waived by entering into this Agreement, nothing herein is intended to serve as a waiver of sovereign immunity by City nor shall anything included herein be construed as consent by City to be sued by third parties in any matter arising out of this Agreement. 7. Conflicts, Entire Agreement. In the event of any conflict or ambiguity between this Amendment and the Agreement, the Parties agree that this Amendment shall control. The Agreement, as amended herein by this Amendment, incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein, and the Parties agree that there are no commitments, agreements, or understandings concerning the subject matter hereof that are not contained in the Agreement as amended in this Amendment. Accordingly,the Parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. 8. No Disputes.Contractor acknowledges that through the date this Amendment is executed by Contractor,Contractor has no claims or disputes against City with respect to any of the matters covered by the Agreement. 9. Effective Date. The effective date of this Amendment shall be the date of complete execution by the Parties. Second Amendment to PCL Construction— LS 317 PDB Agreement Page 2 of 4 10. Counterparts. This Amendment may be executed in multiple originals, and may be executed in counterparts, whether signed physically or electronically, each of which shall be deemed to be an original, but all of which, taken together, shall constitute one and the same agreement. IN WITNESS WHEREOF, the Parties have executed this Second Amendment by their duly authorized representatives. CITY CITY OF BOYNTON :EACH` By 7 __j 20L Ty P: serga, May ror OF g0Y/VT0 1% \ �.•GORPpR9T, P day of �..I.. •f v/ SE F':c(33 • • L J' i �14025 i �N�oRPpRAT Atte • fu. �� 192 Eo: City Clerk ��� 1�`��(ORIDA•__ CITY ATTORNEY OFFICE Approved as to form and legality By: ' kaiv6 CONTRACTOR PCL CONSTRUCTION, INC. div Digitally',red by Jsn Mokp DN:CN=Jim Mott"OU=User,OU=Tampa, OU-.0011 Infrastructure OU=D do, By DC=PCLINC.DC=N5Ni32.DCoa=ads 0ete'.2024 12.30 14'.55:32-05'00' Authorized Signer Jim Holtje, Area Manager Print Name and Title 30th day of December , 2024 SRW 12.27.24 Second Amendment to PCL Construction — LS 317 PDB Agreement Page 3 of 4 EXHIBIT A GUARANTEED MAXIMUM PRICE, BASIS, AND PHASE 2 SCHEDULE Second Amendment to PCL Construction — LS 317 PDB Agreement Page 4 of 4 ,S V C� PCL ' CONSTRUCTION 44, O N CityBoyntonof Beach Utilities LIFT STATION 317 REHAB Guaranteed Maximum Price Proposal - FINAL Contract No. 013282121 December 6, 2024 °a Lift Station 317 Rehab \PCL Guaranteed Maximum Price °`�r°„ P Contract No.: 013282121 CONSTRUCTION TABLE OF CONTENTS TAB 1 EXECUTIVE NARRATIVE TAB2 SCHEDULE TAB 3 ASSUMPTIONS& CLARIFICATIONS TAB 4 PRICE MODEL TAB 5 LIST OF DOCUMENTS TAB 6 DESIGN COMPLETION/SERVICES DURING CONSTRUCTION TAB 7 VENDOR QUOTATIONS '°' Lift Station 317 Rehab P�+L ) \ : Guaranteed Maximum Price CONSTRUCTION/ c~LrOi ebr Contract No.: 013282121 TAB 1 EXECUTIVE NARRATIVE y?'" Lift Station 317 Rehab Guaranteed Maximum Price CONSTRUCTIONr� Contract No.: 013282121 Executive Narrative: PCL presents the following Early Procurement Guaranteed Maximum Price(GMP)for the rehabilitation of Lift Station 317. This GMP includes all labor,equipment,material,supervision, bonds,and insurances necessary to complete the Scope of Work as described herein. Scope of Work: Preconstruction Services: • See detailed scope of services for PCL and Carollo within Tab 6. Sitework: • Exterior wet well and associated piping necessary to intercept and handle all gravity flows currently entering the lift station. • Light pole and stand-alone eyewash and shower station at exterior wet well. • Installation of new 16"FM underneath W Boynton Beach Blvd. • Bypass of Lift Station 317 for duration of sitework and all interior station work through commissioning of new station. Demolition: • Existing 16"FM within yard to allow installation of new wet well. • Pump pads within dry well area. • Concrete stairwell within wet well. • Transformer enclosure. Removal of transformer to be by Others. • CMU walls as needed to accommodate new Electrical Room Layout. • Bathroom and fixtures. • Louvers and doors including the overhead door. • Fascia on exterior of building. • Roofing membrane. Existing sheathing assumed to remain in place. • Mechanical piping,valves,and accessories EXCEPT cast-in-place wall pipes. • Odor Control Unit and associated pads. • HVAC equipment and fans. • Electrical gear, equipment, conduit,and fixtures. Concrete: • Concrete pads for each of the following items: o Wet well o Transformer o Generator o Odor Control Unit o Lift Station Pumps and piping o Electrical Gear • Repairs to existing wet well as identified during work. Current quantities are unknown. • Concrete infill at locations for: o Entrance to wet well 0 Lift Station 317 Rehab 410Guaranteed Maximum Price Contract No.:013282121 o Entrance to former Chemical Room o Louver within former Chemical Room Metals: • Aluminum stair and landing for entry down to wet well mezzanine. Roofing/Moisture Protection: • New Flat Hot Mop roofing o Verification of base fastening attachment details o Fiberglass rolled roofing set in hot asphalt and one final layer of granulated cap sheet. o New lead plumbing stacks and drip edge. Doors: • Special Lite FRP doors for all exterior and interior ingress/egress locations. • Automatic overhead door. Finishes: • Dry Areas, CMU Walls, GWB, DIP& PVC piping,submerged metals wet well. • Interior Rehab/Coating System for concrete walls,slabs,and ceiling slabs for both levels Specialties: • Bathroom fixtures: o Toilet o Sink o Mirror,Towel and Toilet Paper Dispensers Odor Control: • Biotrickling Filter with Carbon Polishing Process Equipment: • Two(2)20 HP 460V 3 phase submersible pumps for submersible wet well. • Four(4)85 HP 460V 3 phase submersible pumps for dry well. • Muffin Monster grinder for gravity flow at exterior wet well. • 12"Dri-Prime Diesel Backup Pump with soundguard enclosure. Monorail: • 2-ton monorail crane at main level with electric hoist. Mechanical: • Process piping for main station. o Ductile iron pipe to be 401 lined. o Water piping to be schedule 80 PVC. Electrical: • Electrical gear required for complete operation of the station and exterior wet well including: o Switchgear Lift Station 317 Rehab 1110 Guaranteed Maximum Price Contract No.: 013282121 o Automatic Transfer Switch o 350kW Generator o 480V to 240/120V transformer. o Four(4)VFD's. o Electrical lighting fixtures to match existing conditions. o Conduit and conductors for all new equipment. o Concrete encased ductbank for new transformer.Transformer to be provided by Others. o Light pole at exterior wet well. Instrumentation&Control: • PCM Panel. • Pressure indicators and pressure switches for all pumps. • Level indication via floats for exterior wet well. • Level indication via floats and ultrasonic transmitter for Lift Station 317 wet well. • 20"magnetic flowmeter for common pump station discharge. No flow meter has been included for gravity flow discharge at exterior wet well. • Application programming for lift stations. Estimating Methodology Used: In development of this Price Proposal, PCL used a combination of BEST Estimating software and OnCenter's On-Screen Takeoff software. PCL utilized historical productions for self-perform work and solicited supplier and subcontractor bids for major scopes of supply and subcontract. ('3Lift Station 317 Rehab /�r Guaranteed Maximum Price CONSTRUCTIONr Contract No.:013282121 TAB 2 SCHEDULE Lift Station 317 Rehab PCL Guaranteed Maximum Price Contract No.: 013282121 CONSTRUCTION SCHEDULE NARRATIVE SCHEDULE SUMMARY: The current schedule assumes a GMP approval of January 10, 2024. Design has been assumed at 6 months and with permitting extends through November of 2025. Submittals will begin upon approval of the 60% documents to accelerate the schedule with all major equipment expected to be released for production by mid-2025. PCL will mobilize to site upon confirmation of electrical gear to minimize onsite duration and expenditure of overhead. With current lead times, mobilization is expected at the end of July 2026 with construction continuing through the beginning of February 2027. Substantial completion is assumed to be full operation of the new submersible lift station and rehabilitated Lift Station 37 with exception to the new generator. Due to the lead time of the generator, which is currently 110 weeks,final completion will not be reached until the end of November 2027. Start End Calendar Days GMP Council Approval 1/9/25 Phase 2 Design 1/9/25 11/14/25 309 Mobilization 7/31/26 8/6/26 5 Substantial Completion 2/2/27 294 Days from Mob. Final Completion 11/23/27 480 Days from Mob. .. O Aelvlry Nene Orybd Ran Hada TotOFba a O a a a a a a a a a a a a • Duration 1 Jul A SO N D lal F M A M I lul A S O N D len F M A M l Jul A S O N O len F M A M I Jul A S O N D Boynbn Beath IS 317G11p2024 11641m-2122A Nov2327 0 i Preliminary Investigations 88 Jun-21-22A Apr-28-234 Phase 1 Design 398 Mar 2023 A Nov-01-24 763 a 11.11111=1111-1 r �®�®1 ...y N.. 111—/1-1111 - -.. ........ Phase II-Design Cornpledon and Construction 765 0ct-31-24 Nov-23-27 0 % e YMaVPon1 r r. rr.r ^amlI GMPReow and Comment PBOE-City... 8 Nov-04-24 Nov-14-24 0 I G6raa'laa'ad Canmet Reba-64 01240 'levee and R4s,Ant Fna4 GMP br Approval 5 Nov-1524 Nov-21-24 0 1 BeYtad FMe4sa FholG.Qbr Awn* 41250 GMP Renew ad A0arova Pena 30 Nov 2224 1010925 0 ll OAP RMFWad4Wr61SPeOB ounciApprwal 0 1an0325 720 ♦Cana Approval ®®® % 4 :._.5,. 60si Dodi Document D4vdopnet 85 Ian-10-25 May-12-25 0 —60%Oetrr Oacunant DevdopmeE A1270 60%Suimeann _-- 0 May-12 25 0 ♦60%$lAnllolpl A1230 60%Reewa4h City 10 May-13-25 May2725 0 •6m6Ream wen Cly A1330 100%Nein OcvdoPvanl 40 May-2825 JAI-2325 43C + 100%llad1 Development A1300 100%R4vowwvh Cly 5 1.424--25 Jul-30-25 410 1100%R4v%wwith Cry 41310 100%Deja,to,Rand.ng 101.431-25 Aug-1325 4(0 El 100%De1 for Permitting 41320 100%Issued forConslructbn Lb curenls 5 Nov-07-25 Nov-1425 405 1100ttinulgkur CWllaructbn documents Comtrumon - Nov 2327 MEI rill C1a10 Permitting 60 Aug-14-25 Nov 0625 43r, WIM Paeans 01030 Mobilize 0 Jul-31-26 250 ♦Mabe (1460 Schefuvc2nnrem<y 20 Jan 0527 Feb0227 205 1111.SmadAeCOq&lplcy (1080 SubstadIOCo0Pdlm 0 Feb-02-27 205 ♦Slbfjm1CnnWMim (1200 inal Cumpson 0 Nov-23-27 0 • ♦SbIdC nan..rart 610 69g411-25 Nw01-27 9 i 41050 Mechare al Pbe&vale;%weeks.4 weals+30 weeis) 200 May-28-25 Ma-17-26 425- IgIM Mechanic/06.A vales(6 voices se .Parer*) 41060 85MPSubmesee Pumps DO weele.4 wafA.30 weeks) 220 May28-25 Apr•14-26 405. 1 —85NPSIMasil3Pl/r¢(10 .4ladao 0Wala) 01070 20 MP Submerse*Pumps 110 weeks.4wee4s.30ae1s) 220 May-28-25 Apr-14-26 4051 l - - ..—IMMEIS 70NPS0P9asb4Rirp110 441 wells weds) 41080 Dect rid Gear(10 weeks•44.010.45 weeks) 295 May-28-25 Jul-30-26 205' BZlrifd Geer110 .4 vsY.45*oda ( v A1090 Generator i8 wedn.4 weds.110wee%) 610 May2825 Nov-01-27 0' - ASISNO A1300 MliC(8 weds.4 weds.25 weals) __... 185 May2825 Feb-24-26 MO's ! I !AMC 91 weda.4 weals.25 well) 01190 Inprunrentdlon l6 weda.iwW.20mak) 150 May-28-25 40-02-26 475- Imtrrmrertabn(6 wada.4weeks 020*eels) A1203 Precast Wer Wel(6 reeks•4 woes.20ree1o) 150 May-28-25 Jan-02-26 475' Precast Wet Wel(6 weds•4 weeks.20 voeela) 61220 I nileGr.Me(6 weeks•4 vwels•30 weds) 200 May-28-25 Ma-17-26 425 11111 in'Ne6rWot(6aeea 44.05.30 61170 Concre9'8mer 40 Nov-17-25 Jan-16-26 465 Concrdgpde AWao 330 A631-26 Nov-23-27 0f I 01000 Mobile 5 1243126 Aug-06-26 250'. I MObam C1110 0660140 l 20 0.407-26 Sep0326 295 NM IAN Sodas' (1330 FPI.50G 10 Aug-07•26 444-20.26 315 •FPLSOG 01280 FPL Transformer connection 10 5ep0426 5ep18-26 295 •FPL aanlr4nla 01310 InpaiGeneaIo. 15 Nov0227 Nov-23-27 0 ya Rid SNYvarie UR Nolan 70 Aue07-26 Nw46.26 250 �1 C1020 Demo adding 16..FM 5 0.407-26 Aug-13-26 250 I Deno misting 16.FM C1380 Instal new 16'FM 15 44-14-26 Sep-03-26 250 p Instal new 16.FM (1150 Fxwae&shore 10 5ep-04-26 Sep-18-26 250 p Excavate&shore (1160 Se newR palm 10 5 2126 Oct-02-26 250 a Set new Ft Ism :1270 0/1/8 newlneloFM 5 0440526 0009-26 250 I DA/Bnewleeto FM PCL Construction Data Data Oct-3124 MINN Actual NAM Remanrg Level of Elbe Prim Date Nov-01-24 —Ramenig NAM evavem Actual Leve l of Effort Boynton Beach LS 317 GMP 2024 —CrInl Remaneg Nana ♦ ♦Milestone \' v` Page t oft \\ •aiveyl0 ARrvay Nene Orpal$tat Filial lot/000 a a a Q 0 a a a 0 a a 0 Q a a Durnor Jul A S O N D Nan f M A M I lul A S O N D In 1 M 4 M 1 J I A SON D Jan f M A M I Jul A S O N O Nr C1170 BacIAll structure 5 00-12-26 00.16-26 250 I t. 1n411107e C1180 1/11/550G 5 Oct-19-26 Oct-23-26 250 1 7/0556G C1190 Instalwbncet Ne Wmw 5 Oct-26-26 Oct-30-26 250 I Instal Aktnesge11.14.74 C1240 Elect rkSacdl&C 10 Nov-0226 Nov-16-26 250 ' ® Decrtr and AC lit Stelion37 535 Oct-31-24 De-23-26 230 Ne C1300 Remove BSP ass P1,11,15 O0-31-24 Nw-06-24 760 I Rende BSpas Pump A1340 Instal Bp{ss Pangs 10 04-31-26 014-13-26 205 •IIIrY BANN AMR A1390 Demo Mena eluprer and C MU was 15 Aug-14-26 5903-26 205 •0n10 al Merl*,equIprnelas1CM#Je* 41410 Mow000,open rigs and 111 mai ng omni-145 5 5e104-26 Sep-11-26 290 I Movedoot o,e*np and tett7lpt/lt's 01520 Instal new doors and warhead door 5 5ep14-26 Sep-18-26 290 I Instal newdooa ad wedttddeer A1530 loud Monorail 5 Sep-21-26 Sep25-26 290; s 1 Instal Monit4l (1340 Set driprme ow, 5 O0-2626 Oct-30-26 2601 M driven*� 1 driven*Poarp• A1400 Dery eeehr eeyrrea anam5,1115 d t dore 01.5 / 1000626 Nov-06-26 260* ■ Onq exterior ep cal et and ttadorme odours C1260 1.deand enclosure 5 Nov-02-26 Nov-06-26 260, I Instal soudeccblMe C1290 Inst419100009 Re Oda Cntrol555ten 5 Nov-02-26 Nw06-26 240 I Instal 5wrkldn/[Re lata Control 5wren *1350 Clean Nat wd 3 04-14-26 'Aug-18-26 I 279, I Ch111teded • A1360 Comteeaten An wet wl 5 kg-19-26 Aug-25-26 279 • 1 CAiertePlepdir wtwd *1.370 Concrete repair In wet wd 10 04/26-26 Sep-09-26 279 ■Gxrterlp0rinws end *1430 Deno e oinlconcntestas 3 Sep-10-26 Sep-14-26 279± I Dalnaat• lntM gpotes A1380 Instal cosh's 15 5ep-15-26 01105-26 2A r hddmOeO *1440 loud mecdneoumetals 5 00-0626 00-1226 279 1 lived ettdeNonrnit* to-23-26g'r1 • A1450 Instal new poops admednIcal ping , 40!5e04-26 00-30-26 205 I I Instal seepnatlpsand rMt.*401011 ' A1400 Rougt h electrical 20 Nw0226 Dec-02-26 205 ® ANON•4Nar1C41 41470 Pwwte tamklre adtaeMlictJtl 15 Da-0316 Oc-73-26 206 PJdra,t4jMtatrs aeittlM EllttYrl 61420 Instal dr yawl pa0menddooe 5 Sep04-26 5e-11-26 215 0 Instal dr'Mdp+tioNan lose 61480 Rougiiccn OAbrrectrtalp 20 Sep-14-26 00-09-26 215 ® Rough-1n-al ddt br*trt*I 41490 Sep - 5 Oct-11-26 Oct-16-26 215 • 1 Set's • 61510 Instal new/PAIL ade*aatrNs 15 00-19-26 Nov-06-26 215 p load nen MAC aid whale Ira A1500 Polite temhsk adtm for Eletrke 20 Nov-09-26 Dec-09-26 215 ®I w wore tetMat and tdt lor Electric/ • Coovne.au A1560 n Comnn•bn Odor Contrdeptem - 20 Nov-09i26 Dec-09-26 240 1I donerllsbn Odor Cadrpl6Aten 61550 Co .tarl•lo t Ext n alPMrp Raton • mM4bn enema Station 5 Nov-17-26 Nov-23-26 250 1 A1540 Conntebn Lit Ration 37 —___.5 Dec-24-26 15,04-27 205 •ConncYYjn Ut Strb537 PCL Construction Date Date Oct-t-24 Actual Work Ramming Lewd o/Egot Port Date Nov-01-24 ®Remene9 NAM —Actual Leset W EBart /�/�/ Boynton Beach LS 317 GMP 2024 —Cit.:Rem. View • •MleAone PCL Pape 2 of Removing FC �, "°R Lift Station 317 Rehab °5p�+L Guaranteed Maximum Price CONSTRUCTION 0,,,,,...e,,P Contract No.: 013282121 TAB 3 ASSUMPTIONS & CLARIFICATIONS c,(,-, Lift Station 317 Rehab (pcL ,,,D ,, Guaranteed Maximum Price CONSTRUCTION '� Contract No.: 013282121 ASSUMPTIONS / CLARIFICATIONS GENERAL NOTES 1. Reference the attached Document List for contract documents used in development of this GMP. 2. No cost for remediation of hazardous waste materials, testing, abatement, or archeological mitigation. Design Builder shall be responsible for only those hazardous materials and/or chemicals as brought on site by contractor forces; and shall not be responsible for any existing hazardous conditions not known or foreseen prior to the start of construction. Owner is generator of any pre- existing hazardous material. 3. Design Builder and Owner have reviewed the contingency items and agree that they constitute reasonable estimates for the work within this phase.A total value of 10%has been established within this GMP. 4. The attached billable rates for labor and construction equipment will be applicable for the project, allowance,contingency and change order work. 5. Proposal is valid through January 31, 2025. GENERAL REQUIREMENTS 6. No separate Owner's office trailer and/or office space has been included. 7. Design Builder assumes utilities (power and water) used for temporary facilities, equipment testing,startup and commissioning are to be supplied by owner. SITEWORK 8. Demolition of the existing 16"Forcemain under the new wet well will be accomplished by hot tap and linestop. No shut down of systems will be required. 9. Any required dewatering will be discharged to the on-site storm water ponds or swales without additional treatment. 10. Installation of the new 16"FM under W Boynton Blvd.will require a single lane closure for the duration of the work. 11. Asphalt repair for the new 16"FM has been assumed to be one full lane width and extend 50'beyond the end of the trench.Any area within this that has not been disturbed will be milled 1"and overlayed. 12. Odor control for the gravity wet well has been excluded. EXISTING PUMP STATION 13. An allowance of $50,000 has been carried for concrete spall repairs within the wet well due to unknown quantities. Work will be quantified upon inspection after cleaning of the wet well and will be billed at the unit rates included from Amherst Painting. Any additional quantity that exceeds the allowance will be requested from Contingency. ELECTRICAL 14. Generator will be supplied with belly tank and commissioned by Design-Builder. No additional load testing has been included. INSTRUMENTATION&CONTROL 15. Programming has been included for the project. 16. Purchase of software has been excluded. Lift Station 317 Rehab Guaranteed Maximum Price CONSTRUCTIONContract No.: 013282121 PERMITTING 17. An allowance of 2.5%of the total project value has been carried for permitting costs.All permit costs will be covered using this allowance. CONTINGENCY 18. A Contingency has been included. Such contingency may be used for any amounts reasonably required to perform or manage the Work to address items that include, but are not limited to: inadvertently omitted during the estimating and bidding process, schedule recovery amounts associated with weather and other causes of delay that are not otherwise compensable, interfacing omissions between and from the various categories of Work,additional amounts incurred due to the withdrawal or disqualification of a subcontractor bid that the Design Builder had relied upon prior to execution of a written subcontract, general conditions over-runs, amounts associated with subcontractor default, price increases due to unanticipated local labor and material market conditions, additional amounts that may arise or be associated with tariffs and/or price escalation due to such tariffs, selective overtime, or the like. Upon final completion of the Work identified in the final GMP, if this contingency has not been used,these remaining funds shall be disbursed back to the Owner to be used at its sole discretion. Lift Station 317 Rehab (PCL ) Guaranteed Maximum Price Contract No.: 013282121 CONSTRUCTION 1TOH�wP TAB 4 GMP BILLABLE RATES EQUIPMENT RATE SHEETS EARLY PROCUREMENT GMP- DETAILED ESTIMATE "°• Lift Station 317 Rehab PCL . r Guaranteed Maximum Price CONSTRUCTION Contract No.: 013282121 BILLABLE RATES All labor and/or equipment will be charged at the billable rates listed below. All equipment not included below will be billed per the current Blue Book Rates found at www.equipmentwatch.com INSURANCE AND BONDS RATE General Liability 0.8%of Total Contract Professional Liability 0.85%of Total Contract Builders Risk 0.11%of Total Contract Payment and Performance Bonds 0.5%of Total Contract Subcontractor Default Insurance 1.375%of Total Subcontract/Material Cost MANAGEMENT STANDARD OVERTIME HOURLY RATE HOURLY RATE Project Principal $ 235.00 $ 235.00 Construction Manager $ 185.00 $ 185.00 Project Superintendent $ 175.00 $ 175.00 Project Engineer $ 150.00 $ 150.00 Project Field Engineer $ 120.00 $ 120.00 Accountant $ 95.00 $ 95.00 Purchasing Agent $ 95.00 $ 95.00 Timekeeper/Clerk $ 75.00 $ 75.00 Safety HSE $ 120.00 $ 120.00 General Foreman $ 135.00 $ 135.00 CRAFT PERSONNEL STANDARD OVERTIME HOURLY RATE HOURLY RATE Mechanical Foreman $ 95.00 $ 142.50 Pipe Layer $ 74.00 $ 111.00 Millwright $ 70.00 $ 105.00 Skilled Laborer $ 55.00 $ 82.50 Unskilled Laborer $ 39.00 $ 58.50 Foreman Carpenter $ 95.00 $ 142.50 Carpenter $ 64.00 $ 96.00 Metalworker $ 65.00 $ 97.50 ��� =.� Lift Station 317 Rehab PGS- ) Guaranteed Maximum Price CONSTRUCTIONr Contract No.:013282121 Concrete Finisher $ 62.00 $ 93.00 Forklift Operator $ 51.00 $ 76.50 Backhoe Operator $ 60.00 $ 90.00 Excavator/Dozer Operator $ 74.00 $ 111.00 Crane Operator $ 93.00 $ 139.50 Rigger $ 68.00 $ 102.00 Truck(Tandem)Operator $ 52.00 $ 78.00 Mechanic(Tools/Equipment) $ 48.00 $ 72.00 Welder $ 82.00 $ 123.00 EQUIPMENT STANDARD HOURLY RATE Pickup Truck-1/4 Ton $ 35.48 EquipmentWatch_ www.equipmentwatch.com All prices shown in US dollars($) Rental Rate Blue Book® July 23,2024 Caterpillar 330F L(disc.2019) / �. r_ . Crawler Mounted Hydraulic Excavators �;J`AA') Size Class: "-• 28.5-33.4 mt Weight: NIA Configuration for 330F L(disc.2019) Horsepower 235.0 hp Blue Book Rates **FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated operating cost. Ownership Costs Estimated Operating FHWA Rate'* Costs Monthly Weekly Daily Hourly Hourly Hourly Published Rates USD$13,465.00 USD$3,770.00 USD$945.00 USD$140.00 USD$49.87 USD$126.38 Adjustments Region(100%) - - - - Model Year(2019:100%) - - - - Adjusted Hourly Ownership - - -Cost(100%) Hourly Operating Cost(100%) Total: USD$13,465.00 USD$3,770.00 USD$945.00 USD$140.00 USD$49.87 USD$126.38 Non-Active Use Rates Hourly Standby Rate USD$45.14 Idling Rate USD$92.84 Rate Element Allocation Element Percentage Value Depreciation(ownership) 31% USD$4,174.15/mo Overhaul(ownership) 41% USD$5,520.65/mo CFC(ownership) 17% USD$2,289.05/mo Indirect(ownership) 11% USD$1,481.15/mo Fuel(operating)@ USD 3.66 32.75% USD$16.33/hr Revised Date:3rd quarter 2024 These are the most accurate rates for the selected Revision Date(s).However,due to more frequent online updates,these rates may not match Rental Rate Blue Book® Print.Visit the Cost Recovery Product Guide on our Help page for more information. The equipment represented in this report has been exclusively prepared for Theo Mougros(temougros@pcl.com) All material herein®2003-2024 Randall-Reilly All rights reserved. Page 1 of 1 EquipmentWatch_ www.eq u i pm entwatch.co m All prices shown in US dollars($) Rental Rate Blue Book® July 23,2024 Caterpillar 420F(disc.2017) Tractor-Loader-Backhoes 4 Size Class:ht: t\ 13.5-14.4ft y� -rf Weight: A*j .4 a .R: Configuration for 42OF(disc.2017) Drive 4WD Horsepower 93.0 hp Operator Protection ROPSIFOPS Power Mode Diesel Blue Book Rates **FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated operating cost. Ownership Costs Estimated Operating FHWA Rate" Costs Monthly Weekly Daily Hourly Hourly Hourly Published Rates USD$6,505.00 USD$1,820.00 USD$455.00 USD$68.00 USD$32.37 USD$69.33 Adjustments Region(100%) - - - - Model Year(2017:100%) - - - - Adjusted Hourly Ownership - - - Cost(100%) Hourly Operating Cost(100%) - Total: USD$6,505.00 USD$1,820.00 USD$455.00 USD$68.00 USD$32.37 USD$69.33 Non-Active Use Rates Hourly Standby Rate USD$19.22 Idling Rate USD$50.19 Rate Element Allocation Element Percentage Value Depreciation(ownership) 23% USD$1,496.15/mo Overhaul(ownership) 48% USD$3,122.40/mo CFC(ownership) 17% USD$1,105.85/mo Indirect(ownership) 12% USD$780.60/mo Fuel(operating)@ USD 3.66 40.87% USD$13.23/hr Revised Date:3rd quarter 2024 These are the most accurate rates for the selected Revision Date(s).However,due to more frequent online updates,these rates may not match Rental Rate Blue Books Print.Visit the Cost Recovery Product Guide on our Help page for more information. The equipment represented in this report has been exclusively prepared for Theo Mougros(temougros@pcl.com) All material herein©2003-2024 Randall-Reilly All rights reserved. Page 1 of 1 EquipmentWatch_ www.equipmentwatch.com All prices shown in US dollars($) Rental Rate Blue Books July 23,2024 Ingersoll Rand P185WD Portable Rotary Screw Air Compressors Size Class: 125-249 cu ft/min Weight: 1955 lbs - Configuration for P185WD Air Delivery Rating 185.0 cu ftfmin Horsepower 61.4 Power Mode Diesel Blue Book Rates **FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated operating cost. Ownership Costs Estimated Operating FHWA Rate** Costs Monthly Weekly Daily Hourly Hourly Hourly Published Rates USD$3,850.00 USD$1,080.00 USD$270.00 USD$41.00 USD$22.71 USD$44.58 Adjustments Region(100%) - - - - Model Year(2024:100%) - - - - Adjusted Hourly Ownership - - - - Cost(100%) Hourly Operating Cost(100%) - Total: USD$3,850.00 USD$1,080.00 USD$270.00 USD$41.00 USD$22.71 USD$44.58 Non-Active Use Rates Hourly Standby Rate USD$6.78 Idling Rate USD$29.97 Rate Element Allocation Element Percentage Value Depreciation(ownership) 15% USD$577.50/mo Overhaul(ownership) 69% USD$2,656.50/mo CFC(ownership) 9% USD$346.50/mo Indirect(ownership) 7% USD$269.50/mo Fuel(operating)@ USD 3.66 35.62% USD$8.09/hr Revised Date:3rd quarter 2024 These are the most accurate rates for the selected Revision Date(s).However,due to more frequent online updates,these rates may not match Rental Rate Blue Book® Print.Visit the Cost Recovery Product Guide on our Help page for more information. The equipment represented in this report has been exclusively prepared for Theo Mougros(temougros@pcl.com) All material herein 0 2003-2024 Randall-Reilly All rights reserved. Page 1 of 1 EquipmentWatch. www.equipmentwatch.com All prices shown in US dollars($) Rental Rate Blue Book® July 23,2024 Lull 1044(disc.1991) 1 Telescoping Boom Rough Terrain Lift Trucks Size Class: ij 4.5-4.9mt i, _ '�. Weight: p 28000 lbs Configuration for 1044(disc.1991) Base Capacity 10000.0 lbs Horsepower 110.0 Maximum Lift Height 504.0 in Maximum Reach 431.0 in Power Mode Diesel Blue Book Rates **FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated operating cost. Ownership Costs Estimated Operating FHWA Rate** Costs Monthly Weekly Daily Hourly Hourly Hourly Published Rates USD$11,390.00 USD$3,190.00 USD$800.00 USD$120.00 USD$44.52 USD$109.24 Adjustments ' Region(100%) - - - - Model Year(1991:100%) - - - - Adjusted Hourly Ownership - - - - Cost(100%) Hourly Operating Cost(100%) - Total: USD$11,390.00 USD$3,190.00 USD$800.00 USD$120.00 USD$44.52 USD$109.24 Non-Active Use Rates Hourly Standby Rate USD$25.24 Idling Rate USD$76.03 Rate Element Allocation Element Percentage Value Depreciation(ownership) 17% USD$1,936.30/mo Overhaul(ownership) 61% USD$6,947.90/mo CFC(ownership) 10% USD$1,139.00/mo Indirect(ownership) 12% USD$1,366.80/mo Fuel(operating)©USD 3.66 25.4% USD$11.31/hr Revised Date:3rd quarter 2024 These are the most accurate rates for the selected Revision Date(s).However,due to more frequent online updates,these rates may not match Rental Rate Blue Book® Print.Visit the Cost Recovery Product Guide on our Help page for more information. The equipment represented in this report has been exclusively prepared for Theo Mougros(temougros@pcl.com) All material herein©2003-2024 Randall-Reilly All rights reserved. Page 1 of 1 EquipmentWatch_ www.equipmentwatch.com All prices shown in US dollars($) Rental Rate Blue Book® July 23,2024 Caterpillar 95OM 4-Wd Articulated Wheel Loaders Size Class: . .. 225-249 hp t �i!,� Weight: �� Apo Configuration for 950M Horsepower 230.0 hp Blue Book Rates **FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated operating cost. Ownership Costs Estimated Operating FHWA Rate** Costs Monthly Weekly Daily Hourly Hourly Hourly Published Rates USD$8,430.00 USD$2,360.00 USD$590.00 USD$89.00 USD$35.03 USD$82.93 Adjustments Region(100%) - - - - Model Year(2024:100%) - - - - Adjusted Hourly Ownership - - - - Cost(100%) Hourly Operating Cost(100%) - Total: USD$8,430.00 USD$2,360.00 USD$590.00 USD$89.00 USD$35.03 USD$82.93 Non-Active Use Rates Hourly Standby Rate USD$33.05 Idling Rate USD$62.76 Rate Element Allocation Element Percentage Value Depreciation(ownership) 40% USD$3,372.00/mo Overhaul(ownership) 31% USD$2,613.30/mo CFC(ownership) 18% USD$1,517.40/mo Indirect(ownership) 11% USD$927.30/mo Fuel(operating)@ USD 3.66 42.42% USD$14.86/hr Revised Date:3rd quarter 2024 These are the most accurate rates for the selected Revision Date(s).However,due to more frequent online updates,these rates may not match Rental Rate Blue Book® Print.Visit the Cost Recovery Product Guide on our Help page for more information. The equipment represented in this report has been exclusively prepared for Theo Mougros(temougros@pcl.com) All material herein®2003-2024 Randall-Reilly All rights reserved. Page 1 of 1 EquipmentWatch. www.eguipmentwatch.com All prices shown in US dollars($) Rental Rate Blue Book® July 23,2024 Caterpillar 246C(disc.2014) Skid Steer Loaders Size Class: aMMIL~ 1,751-2,200 lbs �'� Weight: ``�i: • I 7381 lbs \`© Ni'0 Configuration for 246C(disc.2014) Horsepower 73.0 hp Operator Protection ROPS Power Mode Diesel Blue Book Rates **FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated operating cost. Ownership Costs Estimated Operating FHWA Rate" Costs Monthly Weekly Daily Hourly Hourly Hourly Published Rates USD$6,735.00 USD$1,885.00 USD$470.00 USD$71.00 USD$29.58 USD$67.85 Adjustments Region(100%) - - - - Model Year(2014:100%) - - - - Adjusted Hourly Ownership - - - - Cost(100%) Hourly Operating Cost(100%) - Total: USD$6,735.00 USD$1,885.00 USD$470.00 USD$71.00 USD$29.58 USD$67.85 Non-Active Use Rates Hourly Standby Rate USD$13.78 Idling Rate USD$48.15 Rate Element Allocation Element Percentage Value Depreciation(ownership) 17% USD$1,144.95/mo Overhaul(ownership) 64% USD$4,310.40/mo CFC(ownership) 9% USD$606.15/mo Indirect(ownership) 10% USD$673.50/mo Fuel(operating)@ USD 3.66 33.4% USD$9.88/hr Revised Date:3rd quarter 2024 These are the most accurate rates for the selected Revision Date(s).However,due to more frequent online updates,these rates may not match Rental Rate Blue Book® Print.Visit the Cost Recovery Product Guide on our Help page for more information. The equipment represented in this report has been exclusively prepared for Theo Mougros(temougros@pcl.com) All material herein©2003-2024 Randall-Reilly All rights reserved. Page 1 of 1 EquipmentWatch. www.equipmentwatch.com All prices shown in US dollars($) Rental Rate Blue Book® July 23,2024 Multiquip MRV-10GA(disc.1990) Trench Compactors Size Class: �_ \ 26-34 in _WINPOr4ii Weight: 111-4 -41-4 "i 2646 lbs ' , lip, Configuration for MRV-1OGA(disc.1990) Drum Width 30.0 in Horsepower 10.5 hp Number Of Drums 2.0 Power Mode Gasoline Blue Book Rates **FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated operating cost. Ownership Costs Estimated Operating FHWA Rate*" Costs Monthly Weekly Daily Hourly Hourly Hourly Published Rates USD$7,575.00 USD$2,120.00 USD$530.00 USD$80.00 USD$24.89 USD$67.93 Adjustments Region(100%) - - -Model Year(1990:100%) - - - - Adjusted Hourly Ownership - - - - Cost(100%) Hourly Operating Cost(100%) - Total: USD$7,575.00 USD$2,120.00 USD$530.00 USD$80.00 USD$24.89 USD$67.93 Non-Active Use Rates Hourly Standby Rate USD$17.65 Idling Rate USD$45.24 Rate Element Allocation Element Percentage Value Depreciation(ownership) 23% USD$1,742.25/mo Overhaul(ownership) 59% USD$4,469.25/mo CFC(ownership) 9% USD$681.75/mo Indirect(ownership) 9% USD$681.75/mo Fuel(operating)@ USD 3.43 8.84% USD$2.20/hr Revised Date:3rd quarter 2024 These are the most accurate rates for the selected Revision Date(s).However,due to more frequent online updates,these rates may not match Rental Rate Blue Book® Print.Visit the Cost Recovery Product Guide on our Help page for more information. The equipment represented in this report has been exclusively prepared for Theo Mougros(temougros@pcl.com) All material herein®2003-2024 Randall-Reilly All rights reserved. Page 1 of 1 PCL CONSTRUCTION,INC. Boynton Beach IS 317 Item Description OPCC New PS GMP Rehab GMP Final Rehab GMP Change from New Explanation (6/26/23) (10/31/24) (12/06/24) 10/31/24 GMP Directs Mobilize/Demobilize $ 75,000 $ 118,094 $ 143,418 $ 143,418 $ - Taxes $ 90,000 $ 270,706 $ 137,333 $ 137,333 $ - Temporary Utilities $ 50,000 $ 106,595 $ 43,158 $ 43,158 $ - Material Testing $ 5,000 $ 20,000 $ 1,750 $ 1,750 $ - 2.5%of total project value has been carried as an Permitting Allowance $ 226,600 $ 226,600 allowance per Building Department discussions. -Linestop and bypass changes for demo of 16"FM -Addition of PW feed for gravity wet well and Emergency 02-Site Construction $ 807,000 $ 1,205,037 $ 968,443 $ 1,006,373 $ 37,930 Eyewash/Shower 03-Concrete $ 390,000 $ 381,467 $ 45,946 $ 45,946 $ - 04-Masonry $ 130,000 $ - $ - $ - $ - 05-Metals $ 50,000 $ 1,978 $ 94,956 $ 94,956 $ - 06-Woods&Plastics $ 15,000 $ 7,800 $ - $ - $ - 07-Thermal&Moisture Protection $ 85,000 $ 32,841 $ 53,550 $ 53,550 $ - 08-Doors&Wndows $ 35,000 $ 23,963 $ 45,000 $ 45,000 $ - 09-Finishes $ 75,000 $ 40,580 $ 595,530 $ 595,530 $ - 10-Specialties $ 25,000 $ 6,547 $ 4,522 $ 4,522 $ - - 11-Process Equipment $ 450,000 $ 694,896 $ 1,317,529 $ 1,249,439 $ (68,090)Monorail was doubled up in initial GMF 14-Monorail Crane System $ - $ - $ 68,090 $ 68,090 $ - 13-Special Construction $ 5,000 $ 414,443 $ - $ - $ - 15-Mechanical $ 1,000,000 $ 1,885,180 $ 702,149 $ 702,149 $ - 16-Electrical $ 1,352,000 $ 878,000 $ 1,117,377 $ 1,132,377 $ 15,000 Inclusion of site lighting pole at exterior gravity wet well 17-Instrumentation&Controls $ 335,000 $ 430,000 $ 376,456 $ 393,789 $ 17,333 Inclusion of application programming for lift stations Engineering 8 Design $ - Design Completion/Services During Construction $ 555,000 $ 940,000 $ 1,225,779 $ 1,225,779 $ - Total Directs $ 5,529,000 $ 7,458,127 $ 6,940,986 $ 7,169,759 $ (517,141.00) Indirects General Conditions $ 75,000 $ 104,753 $ 59,984 $ 60,014 $ 30 Percentage increase due to higher contract value Bond,Builder's Risk $ 81,000 $ 151,291 $ 129,761 $ 132,547 $ 2,786 Percentage increase due to higher contract value Insurance $ 100,000 $ 184,757 $ 149,462 5 154,994 $ 5,532 Percentage increase due to higher contract value Project Staff $ 1,200,000 $ 1,518,989 $ 1,033,624 $ 1,033,624 $ - TotalIndirects $ 1,456,000 $ 1,959,790 $ 1,372,831 $ 1,381,179 $ 8,348.00 Total Directs+Indirects 1$ 6,985,000 1$ 9,417,917)$ 8,313,817)$ 8,550,938 $ 237,121 I IFee(6.00%) I$ 464,000 1$ 565,075)$ 494,743)$ 513,056 $ 18,313 I Contingencies $ - Design Builder Contingency $ 736,000 $ 775,000 $ 874,047 $ 906,399 $ 32,352 Percentage increase due to higher contract value Owner's Allowance $ 375,000 $ - !Total Directs Indirects+Fee 1$ 8,185,0001$ 11,132,9921$ 9,682,6071$ 9,970,393 $ 287,786 I Proprietary and Confidential Date December 03,2024 <71320 Time 4:20:53 PM �ows,pURI�� BE Number 6E230046-10.03 Opportunity No 54.572.SPE.21.110972 Owner File No 22-TA003955CD/6110780 Estimator PCL Construction, Inc. Southeast Special Projects General Estimate Summary & Item Analysis Sheet Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA Bid Closing May 15,2023 Owner City of Boynton Beach EOD Designer The Carollo Design Build Group Florida Project Start January 9,2025 Completion November 23,2027 BE Number 85230046-10.03 PCL Civil Constructors,Inc. Summary Paae 1 of 2 Opportunity No 54.572.SPE.21.110972Dec 03,2024 Southeast Special Projects Owner File No 22-TA003955CD/6110780 4:20:53 PM Project Boynton Beach Lift Station 317(PDS)(GMP) General Estimate Summary Location Boynton Beach FL,USA Services/ Labor Equipment Material Subcontract Total Cost Sheet Quantity UOM Toss/Supplies Name --__ ,....,Q,�. ---- ,.r_, -�or.�i:.a.aw.i Hours Unit Total Unit Total Unit Total Unit Total Unit Total DIRECTS Division 1 1 LS M-DM Mobilize/Demobilize 1 LS 784 54.74 42,920 1,331 -- 68,097 - 17,400 - - - 15,000 -- 143,417 TAX Taxes 1 L5 - -- -- -- -- -- -- 137,333 - - - - -- 137,333 11.1 Temporary Utilities 1 LS 152 54.94 8,351 2,128 -- 4.714 -- 29,850 -- 243 - - -- 43,158 MT Material Testing Alowance 1 LS -- -- --- -- -- - 1,750 -- - - - -- 1,750 PERM Permitting 1 LS --- - --- - -- 226,600 --- --- 226,600 Division 1-4.....-....,-..-- _ 1 LS 936 -- 51 412,933 .,,,,,..---,.--,-2,13,...-..,,,,,,,,-- 15 - 552,259 Construction 1 18 02 Site Construction 1 IS 1,333 62.67 83,545 1,435 -- 87.264 -- 9,230 - -- -- 136,780 -- 316,819 02.1 Bypass Operation 1 IS 2,160 65.00 140,404 --- -- - 74,135 -- - -- 214,539 02.2 Landscaping&Site Improvements 1 LS --- -- -- -- - -- -- -- - -- - 93,206 -- 93,206 02.3 Wet Well Construction 1 L5 648 65.58 42,499 324 -- 94,507 -- 420 -- 185,753 -- 58,630 - 381,809 03 Concrete 1 LS 218 65.00,,,14,196 - - - 2,050 -- 29,700 -- 45,946 05 Metals 1 LS 327 65.00 21,256 - - -7, -- 2,000 -- 68,700 - 3,000 -- 94,956 07 Thermal and Moisture Protection 1 LS -- -- -- -- - -- - -- -- -- - 53,550 -- 53,550 08 Doors and Windows 1 LS --- -- -- -- - -- - -- -- 20,000 -- 25,000 -- 45,000 09 Finishes 1 IS 144 65.00 9,360 -- - -- - -- - -- -- 586,170 -- 595,530 10 Specialties 1 LS 25 65.44 1,636 -- -- -- - -- -- 2,885 -- - -- 4,521 11 Pumps and Grinder 1 IS 260 71.70 18,642 70 -- 5,06Q - 1,050 -- 485,300 -- - -- 510,052 11.1 Backup Dri-Prime Pump 1 LS 44 71.21 3,133 14 -- 1,012, --- 170 - 129,103 --- - -- 133,418 11.2 BioTrickling Odor Control Equipment 1 IS 327 61.29 20,020 87 - 9,449, -- - -- 576,500 - - -- 605,969 14 Monorail Crane System 1 LS --- --- -- -- - -- -- --- - -- -- 68,090 --- 68,090 15 Mechanical 1 LS 2,498 64.96 162,275 44 - 3,255 -- 20,120 - 390,000 --- 126,500 --- 702,149 16 Electrical 1 LS 42 72.17 3,031 12 - 3,916 -- 170 -- 260 --14125,000 -- 1,132,377 17 Instrumentation and Controls 1 LS --- --- --- --- --- --- --- --- --- --- --- 393,788 --- 393,788 Construction 1 LS 8,026 --- 519,996 1,985 --204,463 - 33,160 -Mb86 --2,699,414 -- 5,391,719 :, .wow.arn Proprietary and Confidential C:\usnlenashyppaab\Local\BEST\Localnles\99C3d11-0030ia%-03a5<a 6410004\ BE Number BE230036-10.03 PCL Civil Constructors,Inc. Summary Pane 2 of 2 Opportunity No 54.572.588.21.110972 Southeast Special Projects Dec 03,2024 Owner File No 22-TA003955CD/6110780 4:20:53 PM Project Boynton Beach Lift Station 317(PDB)(GMP) General Estimate Summary Location Boynton Beach FL,USA Sheet p Quantity UOM Labor Equipment Tool/5 ppiim Material Subcontract Total Cost Name Desch tion Hours Rate Total Hours Unit Total Unit Total Unit Total Unit Total Unit Total Preconstruction/Construction Engineering 1 IS Services DC Design Completion/Services During ___ 1,225,779 Construction 1 LS -- - -- --- -- -- --- --- 1,225x779 Preconstruction/Construction Engineering 1 LS --- --- --- --- --- --- --- --- --- --- --- 1,225,779 --- 1,225,779 Services DIRECTS 8,962 ---571,268 5,444 --- 277,275 --- 446,093 --- 1,934,929 --- 3,940,193 --- 7,169,757 r GENERAL EXPENSE GE 01 General Conditions 1 IS - - - 2,595 -- 14940 - 58,074 - -- -- - -- 60,014 GE 02 Bond,Builder's Risk 1 IS - -- -- -- - -- - 105,571 - 26,976 - - --- 132,547 GE 03 Insurance 1 LS -- -- -- -- - -- - 154,994 -- -- - - --- 154,994 GE 04 Project Staff 1 LS 54720 160.99 920,838 2,855 --101,286 --- 11,500 -- --- --- --- --- 1,033,624 GENERAL EXPENSE 1.1111 19.26% T.DC. 5,720 --- 920,838 5,450 --- 103,227 --- 330,139 --- 26,976 --- --- --- 1,381,180 TOTAL COST W 14,682 ---1,492,105 10,894 ---380,501 --- 776,232 --- 1,961,905 ---3,940,193 --- 8,550,937 Fee 6.00% T.C. 513,056 Contingencies ' DB Design Builder Contingency 1 LS -- -- -- - - -- -- -- -- 906,399 --- --- 906,399 Contingencies 19.26°7° T.DC. --- 906,399 --- 906,399 TOTAL BID 9,970,393 i°' ii,....,,,....--,.-- Proprietary and Confidential Cu,,w.,,srMppo,s.\L,,u\ersr\Louwa's\99e3e,raa3a-rias-bs,s<mosa,wa,4\ NO PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 1 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach LIR Station 317(PDB)(GMP) Location Boynton Beach,FL,USA M-DM Mobilize/Demobilize 1.00 LS Proprietary and Confidential -. . _ riZMIlliagr cat Mir _ _. $/hr Total $/hr Total $/ItemUnit T. ' MOBILIZE 100 % Freight In 100 % Load at Yard 80 HR 1.000 1.000 80 1-62 52.87 4,229 - -- --- -- -- - -- - 52.87 4,229 Load Permits 1 EA - - - -- -- - -- 500.00 500 -- - -- - 500.00 500 Form Material/Panels 2 EA - - - -- - - -- 500.00 1,000 -- - -- - 500.00 1,000 Misc.Loads 4 EA - - - -- - - -- 500.00 2,000 -- - -- - 500.00 2,000 Unload at Job Site 80 HR 1.000 1.000 80 e''52.87 4,229 - -- -- - -- - --- - 52.87 4,229 Equipment Freight-IN 1 LS - -- - -- -- - -- --- 2,000 --- --- --- --- --- 2,000 Freight In 100.00 % 0.625 1.600 160 52.87 8,459 -- -- 55.00 5,500 --- --- --- --- 139.59 13,959 MOBILIZE ,,,_.... 100.00% 0.625 1.600 160 52.87 8,459 --- --- 55.00 5,500 --- --- --- --- 139.59 13,959 DEMOBILIZE 100 % Freight Out 100 % Load at Site 80 HR 1.000 1.000 80 W2 52.87 4,229 --- - -- -- --- - -- - 52.87 4,229 Load Permits 1 EA - - - -- -- --- - 500.00 500 --- - --- - 500.00 500 Form Material/Panels 2 EA - - - -- -- - - 500.00 1,000 -- - --- - 500.00 1,000 Misc.Loads 4 EA - - - -- -- - - 500.00 2,000 -- - -- - 500.00 2,000 Unload at Yard 80 HR 1.000 1.000 80`00 52.87 4,229 - -- -- -- --- - --- - 52.87 4,229 Equipment Freight-OUT 1 LS - - - -- -- - -- -- 2,000 --- --- --- - --- 2,000 Freight Out 100.00 % 0.625 1.600 160 52.87 8,459 --- --- 55.00 5,500 `11T-- 139.59 13,959 DEMOBILIZE 100.00% 0.625 1.600 160 52.87 8,459 --- --- 55.00 5,500 --- --- --- --- 139.59 13,959 c\Users\ensn\appoara\Local\BEST\L«anies\990efl 1-0030-9.6-e3a5-cmom 0w109\ M-DM Mobilize/Demobilize 1.00 PCL Civil Constructors,Inc. BE Number BE230046-10.03 Southeast Special Projects Detail Page 2 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA M-DM Mobilize/Demobilize 1.00 LS Proprietary and Confidential Equipmm$ :.may. Perm.Material SubCgn9aU-: Total Cost ` $/hr -, S/I - i Unit Total Survey STS 100% Survey Sub Extra Work 10 DY -- - - -- - - -- -- - --- - 1,500.00 15,000 1,500.00 15,000 Lasers Pipe 2 MO 1.000 1.000 - - - 1.66 573 - - --- - -- - 286.36 573 Lasers Vertical/Horizontal 2 MO 1.000 1.000 - - - 1.24 430 - - --- - - - 214.93 430 Survey Supplies 2 MO - - - -- -- - -- 150.00 300 --- --- - -- 150.00 300 Survey STS 100.00% --- -- 10.03 1,003 3.00 300 -- -iiiii 15,000 163.03 16,303 Const/Set-Up Office Bldg 100 Set Up Office-Labor BO HR 1.000 1.000 80"a64.00 5,120 --- -- --- --- --- -- -- --- 64.00 5,120 Set Up Office-Material 1 EA -- - --- --- - --- - 1,000.00 1,000 --- --- -- --- 1,000.00 1,000 Security System-Install 1 LS --- -- --- -- - --- --- --- 100 --- --- -- --- --- 100 Const/Set-Up Office Bldg 100.00 e/0 1.250 0.800 80 64.00 5,120 --- --- 11.00 1,100 - - - - 62.20 6,220 Set-Up Trailers&Vans 100 0/0 Set Up Container-Labor 40 HR 1.000 1.000 40"364.00 2,560 --- -- -- --- - -- - 64.00 2,560 Set Up Container-Materia 1 LS - - - -- -- --- -- 500 --- - -- -- --- 500 Forklift,RT 10,000#Reach 3 MO 1.000 1.000 - - - 109.24 56,694 -- - --- - -- - 18,898.07 56,694 Set-Up Trailers&Vans 100.00% 2.500 0.400 40 64.00 2,560 566.94 56,694 5.00 500 --- --- --- --- 597.54 59,754 Set-Up Fuel Storage 100 % Tanks 1 LS -- - -- --- --- --- -- --- 2,000 --- - -- - --- 2,000 Hardware 1 LS --- -- --- --- -- --- -- --- 500 --- - -- - --- 500 Set-Up Fuel sta111111WIllr ;V.100.00% -- -- -- --- --- --- --- 25.00 2,500 --- -- --- --- 25.00 2,500 C:lusaaknwsnVwpoara\Local\BEST\Louwlez\99d3c11r-0030-0d46-63.5<N064100,4\ I M-DM Mobilize/Demobilize 1.00 CONSTRUCTOON PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 3 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA00395SCD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach LIR Station 317(PDB)(GMP) Location Boynton Beach,FL,USA M-DM Mobilize/Demobilize 1.00 LS Proprietary and Confidential Dismantle Buildings 100% Dismantle Office-Labor 48 HR 1.000 1.000 48`G`52.87 2,538 --- -- -- - --- - -- - 52.87 2,538 Dismantle Buildings 100.00% 2.083 0.480 48 52.87 2,538 -- - - - - - - - 25.38 2,538 Dismantle Facilities 100 % Dismantle Facilities-Lab 48 HR 1.000 1.000 48 LG2 52.87 2,538 --- -- -- - --- - -- - 52.87 2,538 Dismantle Facilities 100.00% 2.083 0.480 48 52.87 2,538 - - - - --- --- --- --- 25.38 2,538 Dismantle Utilities 100% Dismantle Utilities-Labo 48 HR 1.000 1.000 48'"' 52.87 2,538 --- - -- - --- - --- --- 52.87 2,538 Dismantle Utilities 100.00% 2.083 0.480 48 52.87 2,538 -- - - --- --- --- --- --- 25.38 2,538 Cleanup&Restore Site 100% Cleanup STS 1 IS - - - - -- --- - -- 2,000 --- - -- - --- 2,000 Skidsteer Ldr Cat 246C 5 DY 0.125 8.000 40°"'51.00 2,040 67.85 2,714 -- - --- - -- - 950.76 4,754 Foridift,RT 10,000#Reach 5 DY 0.125 8.000 40°"'51.00 2,040 109.24 4,369 -- - --- - -- - 1,281.87 6,409 Cat,938G Loader 5 DY 0.125 8.000 40 0°=60.00 2,400 82.93 3,317 - -- --- - -- - 1,143.46 5,717 2 Labor Group 1 5 DY 0.125 8.000 80 LGz 52.87 4,229 --- -- --- -- --- --- --- --- 845.90 4,229 Cleanup&Restore Site 100.00% 0.500 2.000 200 53.55 10,709 104.01 10,401 20.00 2,000 --- -- -- --- 231.10 23,110 Mobilize/Demobilize 1.00 LS --- --- 784 54.74 42,920 --- 68,097 --- 17,400 --- --- --- 15,000 --- 143,417 new knasvop0.lLooiteesrµ«.wie\99d f11.003o-aaa6-b3a5<wwro0mr� M-DM Mobilize/Demobilize 1.00 41110 PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 4 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA TAX Taxes 1.00 LS Proprietary and Confidential TAXES 100 0/0 Perm.Materials 1,961,905 MC --- --- --- --- -- --- --- 0.070000 137,333 --- -- --- -- 0.070000 137,333 TAXES 100.00% — — — -- -- — --- 1,373.33 137,333 — — — — 1,373.33 137,333 Taxes 1.00 LS -- -- -- --- -- --- --- --- 137,333 -- -- -- — -- 137,333 Cluse.skn+smFppoata\Lc.RBEST\Lwinia\9se3erir-0030-adac-e3a5,.641.174\ TAX Taxes 1.00 PCL Civil Constructors,Inc. BE Number BE230046-10.03 Southeast Special Projects Detail Page 5 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA TU Temporary Utilities 1.00 LS Proprietary and Confidential � 11 Install Telephone 1 EA Install Telephone .. 1,000.00 Install Telephone 1.00 EA — -- — — — --- --- --- --- --- --- --- Install Power 1 EA Power Main Connection LS 7,50D.00 Temporary const Power Set-up 1 LS -- --- -- -- -- --- -- --- 2,500 --- -- -- --- --- 2,500 Install Power 1.00 EA — 2,500.00 2,500 — — --- --- 2,500.00 2,500 Install Potable Water 1 EA Water Main Connection 1 LS -- --- -- -- — --- --- --- 500 --- --- -- — --- 500 Install Potable Water 1.00 EA --- -- — — -- — --- 500.00 500 --- — --- -- 500.00 500 Install Sewer 1 EA Sewer Main Connection 1 LS --- 500 --- --- --- --- 500 Install Sewer 1.00 EA --- --- -- --- --- --- -- 500.00 500 --- --- --- --- 500.00 500 Maint Access Roads 100 % Construction Entrance 1 EA 2-3" Coarse Aggregate Entrance Area 2,50(.00 SF Crew Labor 27E.00 SY .000 LC,: C\usaskryshA,Dare\LEK+BEST\Loanies\990011-0030-9d96h3a5tm0691000A TU Temporary Utilities 1.00 4112) PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 6 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 item Analysis Sheet 4:20:54 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA TU Temporary Utilities 1.00 LS Proprietary and Confidential Bckho-Ldr Ct 420C 1.Ocy 27(.00 SY1lMlinl.Z!7MlillMMIIIIII_0OP2 Ickho-Ldr-IT Ct 3/4" (057 Rock) (1.62 TN/CY) 3).00 TN M2210.050 Construction Entrance . . - --Maint Access - __ - - - - - - - Concrete Washout 100% STS/Plastic 50 SY - - - --- -- - --- --- - 3.00 150 -- -- 3.00 150 Crew Labor 200 SF 50.000 0.020 4'G1 39.00 156 - --- --- - -- --- -- -- 0.779917 156 Bcidto-Ldr Ct 420C 1.0cy 200 SF 50.000 0.020 4 0°=60.00 240 69.33 277 --- -- -- --- -- - 2.59 517 3/4"(#57 Rock)(1.62 TN/CY) 3 TN --- --- --- -- -- --- --- --- -- 31.00 93 -- -_ 31.00 93 Concrete Washout 100.00% 12.500 0.080 8 49.50 396 2.77 r, 277 - - 2.43 243 - 9.16 916 Maint Work/Laydown Area 100% One Day per Month 2 Labor Group 2 6 DY 0.125 8.000 96`'52.87 5,075 --- -- --- -- --- - --- -- 845.90 5,075 Skidsteer Ldr Cat 246C 6 DY 0.125 8.000 48 0°'60.00 2,880 67.85 3,257 --- -- -- - -- - 1,022.81 6,137 Maint Work/Laydown Area 100.00% 0.694 1.440 144 55.25 7,955 32.57 3,257 -- --- - - - - 112.12 11,212 Oper Office Bldg 100 0/0 ° Trailr Office 12'x60' 6 MO --- --- --- --- -- --- --- 3,000.00 18,000 -- -- --- -- 3,000.00 18,000 Oper Office Bldg 100.00% -- --- --- --- -- -- --- 180.00 18,000 -- - - - 180.00 18,000 Oper Trailers&Vans 100% 2 TCon Tool 20' 6 MO 1.000 1.000 - --- --- 0.5683 1,180 --- -- --- --- -- 196.62 1,180 Oper Trailers&Vans 100.00% - -- - --- -- 11.80 1,180 - --- - - - - 11.80 1,180 c:Wsmknasntn°°Datatlocal\BE0Tt,oca0lct99a3elll-0030-ma6-b3,5-, 691o000t `TU Temporary Utilities 1.00 comsrwocnow PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 7 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA TU Temporary Utilities 1.00 LS `` t Proprietary and Confidential r'i Total , Total $/ItemUnit Total Total Total Total Oper Const'n Water 100 % Royalty-Const.Water 1 LS --- --- --- --- --- --- --- --- 1,000 --- --- -- --- --- 1,000 Oper Const'n Water 100.00% -- --- -- --- --- --- --- 10.00 1,000 --- --- --- --- 10.00 1,000 Oper Telephone System 100 DSD Tele/Fax Billing 1:.00 MO 500.00 Cellular Billing 24.50 MO 150.00 Oper Telephone System 100.00% -- --- -- --- --- --- --- -- --- — — — -- Oper Radio System 100 0// Radio Base Station .. .. ..00C- F:,- .-:-E ST. Site Radios .- . -- 40.00 Oper Radio System 100.00 /o --- --- --- -- Oper Power System 100 0/D Power/Light Billing 6 MO --- --- --- --- --- --- 300.00 1,800 300.00 1,800 Oper Power System 100.00% --- -- --- --- --- --- --- 18.00 1,800 --- --- --- --- 18.00 1,800 Oper Potable Water Suply 100 ..,ter Billing .-. .. . - Oper Potable Water Suply 100.00% --- --- --- --- --- --- --- --- Oper Sewer System 100 0/0 Sewage Fil'..r°.c .. l.- Oper Sewer System 100.00% --- --- --- --- --- --- --- --- --- --- c:tuunw.,J,FpoDauµ«...uHnLorawiat�a.,1,°,°-0,,m&b.,,..sat.v,A TU Temporary Utilities 1.00 PCL Civil Constructors,Inc. BE Number BE230096-10.03 Southeast Special Projects Detail Page 8 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:59 PM Project Boynton Beach LIR Station 317(PDB)(GMP) Location Boynton Beach,FL,USA TU Temporary Utilities 1.00 LS Proprietary and Confidential D No. Description -- Site Services 100% Portable Toilets 6 MO — -- — --- --- --- -- 125.00 750 --- --- -- — 125.00 750 Garbage Pickup 6 MO — -- — --- --- --- -- 800.00 4,800 --- --- -- — 800.00 4,800 Site Services 100.00% — — -- --- -- --- --- 55.50 5,550 — — — — 55.50 5,550 Temporary Utilities 1.00 LS — -- 152 54.94 8,351 --- 4,714 --- 29,850 --- 243 -- -- -- 43,158 c:tusask0.snwvoD.t.IXAeeM«ziFiatvsd3enr-oo3o-0d46-b3as-"0069100dN TU Temporary Utilities 1.00 PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 9 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:54 FM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA MT Material Testing Alowance1.00 LS Proprietary and Confdentlal Quality Control STS 100% P Compaction Testing 4 EA — — — -- — — — 250.00 1,000 -- — — — 250.00 1,000 P Material Testing 1 EA — — — -- — — — 250.00 250 -- — — — 250.00 250 P Concrete Mix Design 1 EA — — — — — — -- 250.00 250 -- — — — 250.00 250 P Conc Testing Structures 1 EA — -- -- -- -- --- -- 250.00 250 -- -- -- — 250.00 250 Quality Control STS 100.00% --- --- --- --- --- --- --- 17.50 1,750 --- -- --- --- 17.50 1,750 Material Testing Alowance 1.00 LS --- --- --- --- --- 1,750 -- --- --- --- --- 1,750 .CWursknosh\"•n'Dea\Local\BESi\LocalFicOcl 3ef11-0030-1d96-e3a5<m069100dN MT Material Testing Alowance 1.00 CONISTraUCTION PCL Civil Constructors,Inc. BE Number BE230046-10.03 Southeast Special Projects Detail Page 10 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA PERM Permitting 1.00 LS Proprietary and Confidential Se-oce�_,n ,__,_ _ Labor Equipment roofs/s�Pp�es Perm.Material SubContract Total Cost No. Description �`- $/hr Total $/hr Total $/ItemUnit Total $/ItemUnit Total $/ItemUnit Total Ung Total Permit Allowance 9,063,993 TB --- — -- --- --- --- 0.025000 226,600 --- --- --- --- 0.025000 226,600 Permitting 1.00 LS -- --- --- --- --- --- 226,600 --- -- -- -- -- 226,600 c:Wserskn.sh D,t,Ii«ai\eEsrµ�iFicst99dxn 1.30ga4c-1646PERM Permitting 1.00 PCL Civil Constructors,Inc. BE Number BE230046-10.03 Southeast Special Projects Detail Page 11 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2025 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20.54 P11 Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 02 Site Construction 1.00 LS Proprietary and Confidential <� - 85 Per ManHrs tabor Equipment Tr Supservip Penn.Material Subcontract Total Cost .._._ Hours Per Unit Hours $/hr Total $/hr Total S/ItemUnit Total $/ItemUnt Total $/ItemUnit Total Unit Total Buried Pipe 100 LF Yard Pipe Materials 1 LS Site Yard Piping Material . . 100,000.00 Includes chainfalls/shackles Pipe Rigging STS 1 LS — — — -- — --- — -- 5,000 -- — — -- --- 5,000 Includes pipe carts/skates/Misc. Pipe Installation SIS 1 LS — — — -- — --- — --- 2!500 -- — — — --- 2,500 Blind Flanges, Test plugs, small valvae and n;pples to isolate and hydrotest runs of yard pipe Testing SIS 1 LS -- — -- -- -- --- — --- 1,000 --- -- -- --- --- 1,000 Yard Pipe Materials 1.00 LS — f1, ,- — — — — — 8,500 — — — — -- 8,500 Pothole Crew 6 EA 2 Yard Pipe Crew(LF+1PL+3LG3) 6 EA 0.125 8.000 96"9`a 65.00 6,240 --- -- --- — -- — -- — 1,040.03 6,240 Bdtho-Ldr Ct 420C 1.0cy 6 EA 0.125 8.000 48°p'60.00 2,880 69.33 3,328 --- — -- — -- — 1,034.66 6,208 Pothole Crew 6.00 EA 0.042 24.000 144 63.34 9,120 554.64 3,328 — — — — --- --- 2,074.69 12,448 16"Force Main DIP 70 LF Tie-in in roadway between two valves tc allow demo of existing 16" under Wet well. Dig/Lay/Bury 70 LF 2 Yard Pipe Crew(LF+1PL+3LG3) 70 LF 2.000 0.500 70 e 65.00 4,550 --- -- -- — -- — -- — 65.00 4,550 Bdtho 329EL 2.5CY-0 70 LF 2.000 0.500 35°"°74.00 2,590 126.38 4,423 -- — -- — -- — 100.19 7,014 Cat,938G Loader 70 LF 2.000 0.500 35°r'60.00 2,100 82.93 2,903 --- — — — — — 71.47 5,003 Trench Compactor 24"-33"-0 70 LF 2.000 0.500 — -- -- 67.93 2,378 --- — -- -- -- --- 33.97 2,378 Trc Water-TA 2000 Gal-0 70 LF 2.000 0.500 35 TD3 52.00 1,820 68.80 2,408 --- -- -- --- --- --- 60.40 4,228 itlg/Lay/Bury Illr 70.00 LF 0.400 2.500 175 63.20 11,060 173.03 12,112 -- --- — -- — -- 331.03 23,172 `C:Wsersknrsh1App°ata\Local\BEST\LaalFla\99d3ef11-00304096-b3a52tl>0\m06910002 Site Construction 1.00 PCL Civil Constructors,Inc. BE Number 80230046-10.03 Southeast Special Projects Detail Page 12 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 02 Site Construction 1.00 LS Proprietary and Confidential No. Units Per MEW Hours Utility Crossings 4 EA 2 Yard Pipe Crew(LF+1PL+3LG3) 4 EA 0.125 8.000 64"04 65.00 4,160 - - --- -- - - - - 1,040.03 4,160 Bddw 329EL 2.5CY-0 4 EA 0.125 8.000 32 c"74.00 2,368 126.38 4,044 -- - - - - - 1,603.10 6,412 Cat,938G Loader 4 EA 0.125 8.000 32°P2 60.00 1,920 82.93 2,654 --- -- - -- - - 1,143.46 4,574 Trench Compactor 24"-33"-O 4 EA 0.125 8.000 - -- -- 67.93 2,174 --- -- -- - - - 543.48 2,174 Trc Water-TA 2000 Gal-0 4 EA 0.125 8.000 32 70a 52.00 1,664 68.80 2,202 -- -- - - - - 966.39 3,866 Crossing STS 1 LS - - - -- - -- -- --- 250 - -- -- 250 Crossings 11074 50 250 :_ 5 358.96 21 436 Trench Boxes 1 EA 8 X 16 Trench Box w/Spreaders 0.50 MO 1.000 1.000 -- -- - 13.87 1,200 --- - -- --- -- - 2,400.00 1,200 Assemble/Disassemble/Unload 0.50 EA 0.042 24.000 12 190 65.00 780 -- --- 1,560.04 780 Forklift,RT 10,000#Reach 0.50 EA 0.125 8.000 4°"'51.00 204 109.24 437 --- --- --- --- --- 1,281.87 641 v /ArAllies 1.00_EA , 0.063.X00 16 61.50, 984,1,636.95 1,637 -- --- --- --- -- 2,620.96 2,621. Demo Asphalt Paving on Street 800 SF Potential Asphalt Removal 1f.00 CY Potential Base Removal 3(.00 CY Base will be left in place to use on site. Assume 13CY /LD 1_.00 CY Labor 45 CY 2.500 0.400 18 LG'39.00 702 --- -- --- -- --- - -- - 15.60 702 Cat,938G Loader 45 CY 2.500 0.400 18°"2 60.00 1,080 82.93 1,493 - - - - -- - 57.17 2,573 Bddw 330FL 2.5CY-0 45 CY 2.500 0.400 184ow 60.00 1,080 126.38 2,275 -- - - -- - 74.55 3,355 Sawcut Asphalt 230 LF 10.000 0.100 23*a 65.00 1,495 - - --- - - - -- - 6.50 1,495 Re-Sawcut Asphalt 230 LF 10.000 0.100 23 19s 65.00 1,495 --- - --- - -- - -- - 6.50 1,495 Sawcut STS 46 HR - - - -- - --- -- 5.00 230 -- - --- - 5.00 230 Hauling/Disposal 2 LD - - - --- -- --- -- --- 500.00 1,000 500.00 1,000 Demo on Street: 58.52 5 852 4.71 3 768 0.287500 230 --- --- 1.25 1 000 13.56 10 850 Asphalt Paving 213 SY SF/TN 5,.00 LB C:\Users\enashlAppetta\Local\BEST\Lwlnles\99dxn1-0030-0das-b3a5-cd.9100d14\ f 02 Site Construction 1.00 CONSTRUCIIION PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 13 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 02 Site Construction 1.00 LS Proprietary and Confidential _.. i Equipment - , /hr Total Total j": Area - SY 21:.00 SY Asphalt Paving 36 TN - - - - -- --- - -- - -- - 500.00 18,000 500.00 18,000 Base 213 CY - - - - -- --- - -- - -- -- 30.00 6,390 30.00 6,390 Mob for Milling 1 LS - - - -- -- --- --- --- -- --- --- --- 7,500 --- 7,500 Asphalt Paving 213. --- --- --- --- -- --- -- -- 149.72 31,890 149.72 31,890 Traffic Control 1 LS Lane Closure 30 DY - --- --- --- --- --- --- --- --- --- --- 1,500.00 45,000 1,500.00 45,000 Traffic Control 1.00 LS `- -- - -- --- --- - --- -- --- -- 45,000 --- 45,000 16"Force Main DIP 70.00 LF 0.155 6.443 451 62.10 28,008 408.43 28,590 6.86 480 --- --- 1,112.71 77,890 1,928.12 134,969 16'x12"FM Demolition 140 LF Assuming 4' of cover Yard Pipe Crew(LF+1PL+3LG3) 140 LF 6.667 0.150 21"65.00 1,365 --- - - - - - -- - 9.75 1,365 Bckho 329EL 2.5CY-0 140 LF 6.667 0.150 21 o"3 74.00 1,554 126.38 2,654 - - -- - -- - 30.06 4,208 Cat,938G Loader 140 LF 6.667 0.150 21 ore 60.00 1,260 82.93 1,742 - - - - -- - 21.44 3,002 Metal Dumpster/Recyde 2 LD - - -- -- -- --- - -- - - - 1,000.00 2,000 1,000.00 2,000 16"x12"FM Demolition 140,00 LF 2.222 0.450 63 66.34 4,179 31.40 4,396 14.29 2,000 75.53 10,575 6"DIP PS Discharge 60 LF Dig/Lay/Bury 60 LF Yard Pipe Crew(LF+1PL+3LG3) 60 LF 2.000 0.500 30"0 65.00 1,950 --- -- -- - -- - -- - 32.50 1,950 Bicho 329EL 2.5CY-0 60 LF 2.000 0.500 30 on 74.00 2,220 126.38 3,792 -- - - - -- - 100.19 6,012 Cat,938G Loader 60 LF 2.000 0.500 30 c"60.00 1,800 82.93 2,488 -- - - - - - 71.47 4,288 Trench Compactor 24"-33"-0 60 LF 2.000 0.500 - -- -- 67.93 2,038 -- - - - - - 33.97 2,038 Tic Water-TA 2000 Gal-0 60 LF 2.000 0.500 30 TD9 52.00 1,560 68.80 2,064 --- -- -- --- --- --- 60.40 3,624 Dip/Lay/Bury 60.00 IF 0.500 2.000 120 62.75 7,530 173.03 10,382 -- --- -- -- 298.53 17,912 �c:Wsen\eraiMwvwratLounBESTu«awleSi9900f11-oo3o-0aaQaa,S<mosaio0diat 02 Site Construction 1.00 PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 14 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach lit Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 02 Site Construction 1.00 LS Proprietary and Confidential Units Per ManHrs Labor Equipment r 6 Perm.Material SubContract Total Coat No. Description Quantity UOM Hours Per Unit Hours $/hr Total $/hr Total $/ItemUnit Total $/ItemUntt Total $/ItemUntt Total Unit Total 6"DIP PS Discharge 60.00 LF 0.500 2.000 120 62.75 7,530 173.03 10,382 --- --- --- -- -- --- 298.53 17,912 16"SS PVC from Manhole to Wet Well 35 LF 16" C900 PVC SS Dig/Lay/Bury 35 LF 2 Yard Pipe Crew(LF+1PL+3LG3) 35 LF 5.000 0.200 14"Du 65.00 910 --- -- -- - - - - - 26.00 910 Cat,301.8 Mini Excavator 35 LF 5.000 0.200 7 0P2 60.00 420 48.44 339 - - - - - - 21.69 759 Cat,938G Loader 35 LF 5.000 0.200 7°P2 60.00 420 82.93 581 -- - -- - - --- 28.59 1,001 Trench Compactor 24"-33"-0 35 LF 5.000 0.200 - -- - 67.93 476 -- - -- - - - 13.59 476 Trc Water-TA 2000 Gal-0 35 LF 5.000 0.200 7 TD3 52.00 364 68.80 482 -- --- - - - 24.16 846 ./Lay/Bury 35.00 LF 1.000 1.000 ;' 60.40 2,114 - --- 12 3,991 Trench Boxes 1 EA 2 8x12 Trench Box 0.50 MO 1.000 1.000 - - -- 20.23 3,500 -- -- - -- - - 7,000.00 3,500 Assemble/Disassemble/Unload 0.50 EA 0.042 24.000 12"0t°65.00 780 - -- -- - - -- -- - 1,560.04 780 Forldift,RT 10,000#Reach 0.50 EA 0.125 8.000 4°P'51.00 204 109.24 437 - - - - -- - 1,281.87 641 .50 984 3,936.95 3,937 .96 4,921 Install 16"Plug Valve 1 EA 2 Yard Pipe Crew(LF+1PL+3LG3) 1 EA 0.125 8.000 16"°0 65.00 1,040 --- -- -- - - -- - - 1,040.03 1,040 Bckho 329EL 2.5CY-0 1 EA 0.125 8.000 8°P3 74.00 592 126.38 1,011 -- - - - - - 1,603.10 1,603 Cat,938G Loader 1 EA 0.125 8.000 8°r2 60.00 480 82.93 663 -- - - - - - 1,143.46 1,143 Trench Compactor 24"-33"-0 1 EA 0.125 8.000 - - - 67.93 543 -- - -- - -- - 543.48 543 11.11.1111 . 0.03 -- - - 4,330.06 4,330 Utility Crossings 2 EA 2 Yard Pipe Crew(LF+1PL+3LG3) 2 EA 0.125 8.000 32"9°65.00 2,080 --- -- -- - -- - - - 1,040.03 2,080 Cat,301.8 Mini Excavator 2 EA 0.125 8.000 16°P2 60.00 960 48.44 775 -- - -- - - - 867.56 1,735 C:Users kn.,h\Appat.1Locai\aemLocainiat99d3,r1,-oow-ad+6-w 5eou6+1o0d 4\ 102 Site Construction 1.00 PCL Civil Constructors,Inc. BE Number 8E2300,46-10.03 Southeast Special Projects Detail Page 15 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 02 Site Construction 1.00 LS Proprietary and Confidential 11 LIIII!iinim. ..,immilummur- Cat,938G Loader 2 EA 0.125 8.000 16 nc 60.00 960 82.93 1,327 -- - -- - -- - 1,143.46 2,287 Trench Compactor 24"-33"-0 2 EA 0.125 8.000 - -- -- 67.93 1,087 -- - -- - -- - 543.48 1,087 Trc Water-TA 2000 Gal-0 2 EA 0.125 8.000 16 1a 52.00 832 68.80 1,101 -- - -- - -- - 966.39 1,933 Crossing STS y1�L5 -- - --- --- --- yy��-�- --- --- 250 --- --- --- --- --- 250 Utility Crosi 200' 80 60.40 4,832 2,14189 4,290 125.00 250 --- --- -- -- 4,692 9,372 16"SS PVC from Manhole to Wet Well 3500 LF 0.215 4.657 163 61.61 10,042 352.04 12,322 7.14 250 --- -- --- --- 646.10 22,614 Existing 16"PVC Valve Installation 1 EA Install 16"Plug Valve 1 EA 2 Yard Pipe Crew(LF+1PL+3LG31 EA 0.125 8.000 16''Dm 65.00 1,040 -- -- -- - -- - -- - 1,040.03 1,040 Bddro 329EL 2.5CY-0 1 EA 0.125 8.000 8°P3 74.00 592 126.38 1,011 - - -- - -- - 1,603.10 1,603 Cat,938G Loader 1 EA 0.125 8.000 8°"'60.00 480 82.93 663 -- - -- - -- - 1,143.46 1,143 Trench Compactor 24"-33"-0 1 EA 0.125 8.000 - -- -- 67.93 543 -- - -- - -- - 543.48 543 triPlug Valve .00 2,112 2,217.99 2,218 -- --- --- --- -- -- 4,330.06 4,330 Trench Boxes 1 EA 2 4x8 Trench Box 0.50 MO 1.000 1.000 -- --- --- 8.67 1,500 -- - -- - -- - 3,000.00 1,500 Assemble/Disassemble/Unload 0.50 EA 0.042 24.000 12"9`e 65.00 780 --- -- -- -- -- -- --- - 1,560.04 780 Forklift,RT 10,000#Reach 0.50 EA 0.125 8.000 4 o"51.00 204 109.24 437 --- --- --- --- --- --- 1,281.87 641 Trench Boxes 1.00 EA 0.063 16.000 16 61.50 984 1,936.95 1,937 -- ---. --- -- -- -- 2 2,921 Existing 16"PVC Valve Installation 1.00 EA 0.021 48.000 48 64.50 3,096 4,154.94 4,155 -- --- --- --- --- --- 7,251.02 7,251 PVC Water Lines 200 LF 2"PVC Water Line 100 LF Reroute at new PS Wet Well 02 Site Construction 1.00 c:w.n. NpWat+\cat\eim,.o.n..s id3e u-0030-,d%-b3a5«006,,,,0041 r PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 16 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Locabon Boynton Beach,FL,USA 02 Site Construction 1.00 LS Propnetary and Confidential Total Cost Total $/hr Total .. dal Unit Total Dig/Lay/Bury 100 LF 2 Yard Pipe Crew(LF+1PL+3LG3) 100 LF 5.000 0.200 40'00 65.00 2,600 --- - -- - - - - -- 26.00 2,600 Cat,301.8 Mini Excavator 100 LF 5.000 0.200 20 3"2 60.00 1,200 48.44 969 -- - - - - - 21.69 2,169 Cat,938G Loader 100 LF 5.000 0.200 20°"2 60.00 1,200 82.93 1,659 -- - - - - - 28.59 2,859 Trench Compactor 24"-33"-0 100 LF 5.000 0.200 - -- -- 67.93 1,359 -- - - - -- - 13.59 1,359 Trc Water-TA 2000 Gal-0 100 LF 5.000 0.200 20 TD3 52.00 1,040 68.80 1,376 -- - - - -- - 24.16 2,416 Dig/Lay/Bury 100.00 LF 1.000 1.000 100 60.40 6,040 53.62 5,362 -- --- -- - --- --- 114.02 11,402 24-PJM 100.00 LF 1.000 1.000 100 60.40 6,040 53.62 5,362 -- --- -- --- -- --- 114.02 11,402 1'PVC Water Line 100 LF PW for Emerg Shower & Bio Filter Dig/Lay/Bury 100 LF 2 Yard Pipe Crew(LF+1PL+3LG3) 100 LF 5.000 0.200 40'90 65.00 2,600 --- - -- - - - -- - 26.00 2,600 Cat,301.8 Mini Excavator 100 LF 5.000 0.200 20°"3 60.00 1,200 48.44 969 - - -- - -- - 21.69 2,169 Cat,938G Loader 100 LF 5.000 0.200 20 3"3 60.00 1,200 82.93 1,659 - - -- - -- -- 28.59 2,859 Trench Compactor 24"-33"-0 100 LF 5.000 0.200 - --- -- 67.93 1,359 -- - - - -- - 13.59 1,359 Trc Water-TA 2000 Gal-0 100 LF 5.000 0.200 20 TD3 52.00 1,040 68.80 1,376 -- -- -- - -- - 24.16 2,416 Dig/Lay/Bury 100.00 LF 1.000 1.000 100 60.40 6,040 53.62 5,362 - - - -- -- - 114.02 11,402 1"PVC Water Line 100.00 LF 1.000 1.000 100 60.40 6,040 53.62 5,362 - --- - -- -- -- 114.02 11,402 PVC Water Lines 200.00 LF 1.000 1.000 200 60.40 12,080 53.62 10,724 -- --- -- -- -- --- 114.02 22,805 Buried Pipe 100.00 LF 0.084 11.890 1,189 62.28 74,056 738.96 73,896 92.30 9,230 -- -- 798.90 79,890 2,370.72 237,072 MOPO's 1 LS 20x6 Hot Tap-New wet well 1 EA discharge piping 20 x 6 Hot Tap w/tapping valve and sleeve 1 EA -- --- --- - - --- -- --- --- -- - 8,000.00 8,000 8,000.00 8,000 C'\Usasenash\appData\Local\BEST\Laal Flex\99d3ef11-003Uia%-h3a5<A0611BDtl30t 102 Site Construction 1.00 PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 17 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 02 Site Construction 1.00 LS Proprietary and Confidential jabor El -'„.renal • Total $1 hr Total Total $"i - PCL Sub Support 2 Yard Pipe Crew(LF+1PL+3LG3) 1 EA 0.083 12.000 24''00 65.00 1,560 --- -- -- - -- - -- - 1,560.04 1,560 Bddto 329EL 2.5CY-0 1 EA 0.083 12.000 12 0°'74.00 888 12638 1,517 -- - -- - -- - 2,404.65 2,405 Cat,938G Loader 1 EA 0.083 12.000 12°P'60.00 720 82.93 995 -- -- -- -- -- -- 1,715.19 1,715 Trench Compactor 24"-33"-0 1 EA 0.083 12.000 --- --- -- 67.93 815 --- -- --- --- --- --- 815.22 815 20 x 6 Hot Tap-New wet well dischar 1.00 EA 0.021 48.000 48 66.00 3,168 3,326.99 3,327 -- --- - - 8,000.00 8,000 14,495.10 14,495 20x16 Hot Tap-20"FM and 16"in 1 EA Roadaway P 20 x 16 Hot Tap w/tapping valve and sleeve 1 EA - -- - --- -- -- -- - - - - 8,000.00 8,000 8,000.00 8,000 PCI. Sub Support 2 Yard Pipe Crew(LF+1PL+3LG3) 1 EA 0.083 12.000 24"00 65.00 1,560 --- - - - - - -- - 1,560.04 1,560 Bckho 329EL 2.5CY-0 1 EA 0.083 12.000 12°'3 74.00 888 126.38 1,517 -- - - - -- - 2,404.65 2,405 Cat,938G Loader 1 EA 0.083 12.000 12°"'60.00 720 82.93 995 -- -- -- - -- - 1,715.19 1,715 Trench Compactor 24"-33"-0 1 EA 0.083 12.000 -- --- -- 67.93 815 -- - --- --- -- --- 815.22 815 20 x 16 Hot Tap-20'FM and 16," ,&. 1.00 EA 0.021 48.000 48 66.00 3,168 3,326.99 3,327 - - -- -- 8,000.00 8,000 14,495.10 14,495 16"Cut&Cap 3 EA 2 Line Stop 1 EA 0.125 8.000 16'"0 65.00 1,040 --- -- --- - -- - 18,445.00 36,890 37,930.03 37,930 2 Yard Pipe Crew(LF+IPL+3LG3) 1 EA 0.125 8.000 16'"0 65.00 1,040 --- -- -- - -- - -- - 1,040.03 1,040 Bddlo 329EL 2.5CY-0 1 EA 0.125 8.000 8°"3 74.00 592 12638 1,011 -- -- -- - -- - 1,603.10 1,603 Cat,938G Loader 1 EA 0.125 8.000 8°"`60.00 480 82.93 663 -- - -- - -- - 1,143.46 1,143 Trench Compactor 24"-33"-0 1 EA 0.125 8.000 - --- -- 67.93 543 -- -- - - --- - 543.48 543 6"Trash Pump 2 WK 1.000 1.000 -- --- -- 56.20 4,496 -- -- --- -- --- --- 2,248.19 4,496 16"Cut&Cap 3.00 EA 0.063 16.000 48 65.67 3,152 2,238.12 6,714 - -- - - 12,296.67 36,890 15,585.49 46,756 Misc.Concrete-Valve Pad/Thrust 5 CY Block Concrete Supply&Install 5 CY - - - --- -- --- -- -- -- -- - 800.00 4,000 800.00 4,000 �c:\Users\enash\uwo,r,\Local\BEsr\Loalai.\�d3eru-ao3o-raweaascm06riooa�a\ 02 Site Construction 1.00 CONSTRUCTION PCL Civil Constructors,Inc. BE Number 6E230096-10.03 Southeast Special Projects Detail Page 18 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-T4003955CD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach Litt Station 317(PDB)(GMP) location Boynton Beach,FL,USA 02 Site Construction 1.00 LS Propnetary and Confidential ,. nt TooisisZI Perm.Material Subcontract Total Cost urs $/hr Total. Total $/RemUnit Total $/ItemUnit Total ii$/ItemUntt Total Unit Total Misc.Concrete-Valve Pad/Thrust Blo 5,00 CY - — -- --- --- --- --- -- --- --- --- 800.00 4,000, 800.00 4,000 MOPO's 1.00 LS --- -- 144 65.89 9,488 --- 13,368 56,890 --- 79,747 Site Construction 1.00 LS --- --- 1,333 62.67 83,545 --- 87,264 --- 9,230 --- --- --- 136,780 --- 316,819 tc\users knasn\App..\Local\BEST:«aiRies\95a3erii-0030-0.196-t3a5<mow10oei4\ 02 Site Construction 1.00 cc...nu� PCL Civil Constructors,Inc. BE Number BE230046-10.03 Southeast Special Projects Detail Page 19 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 02.1 Bypass Operation 1.00 LS Proprietary and Confidential , .:4,P,,.,.a,-- bContract Total Cost f/hr Total' it Bypass Operation 5 MO Plug Rentals 12"Blowup Plug 2 MO — — — — -- r— -- — -- 350.00 700 -- — 350.00 700 3 16"Blowup Plug 2 MO — — — — — — -- -- -- 500.00 3,000 -- — 1,500.00 3,000 2 30"Blowup Plug 5 MO — — — -- — — -- -- -- 500.00 5,000 — — 1,000.00 5,000 Bypass Pumping Operation 40 gal/day @ $4/gal @ 24/7 operation Mobilization 1 LS — — — -- -- --- -- -- -- -- 350 -- — --- 350 Demobilization 1 LS — — — -- -- --- -- -- — -- 350 -- — --- 350 Bypass System Rental 5 MO — — — -- -- --- -- — -- 8,467.00 42,335 -- — 8,467.00 42,335 Bypass Pump Fuel 140 DY -- -- -- --- -- -- — — 160.00 22,400 — — 160.00 22,400 Bypass Pump Watch(12 hr) 100 DY 0.083 12.000 1,200''00 65.00 78,002 --- -- — -- -- — -- — 780.02 78,002 Weekend Bypass Pump Watch(24 hr) 40 DY 0.042 24.000 960'00 65.00 62,402 --- -- — -- -- — -- — 1,560.04 62,402 Bypass Operation 5.00 MO 0.002 432.000 2,160 65.00 140,404 -- "e°P -- —14,827.00 74,135 •'-MPIEI —42,907.80 214,539 Bypass Operation 1.00 Ls -- -- 2,160 65.00 140,404 --- --- --- --- 74,135 --- --- --- 214,539 cw.uRw.a. ..v_ an,.saltm„...�.0„eii-0030-,mr,.,n,..10rdm `02.1 Bypass Operation 1.00 =itO PCL Civil Constructors,Inc. BE Number BE230046-10.03 Southeast Special Projects Detail Page 20 of 54 Opportunity No 54.572.SPE.21.110972 Item Analysis Sheet Dec 03,2024 Owner File No 22-TA003955CD/6110780 4:2054 PM Project Boynton Beach Uft Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 02.2 Landscaping&Site Improvements 1.00 LS Proprietary and Confidential Site Perimeter Fence 499 LF Based on Gomez & Sons Fence quote from EDB-2 bid P Fence Subcontractor 250 LF -- -- -- -- -- --- --- --- --- --- --- 50.00 12,500 50.00 12,500 P Manual Fence Gate 1 EA -- -- -- -- -- --- --- --- --- --- --- 5,000.00 5,000 5,000.00 5,000 Site Perimeter Fence 499.00 IF — — — — -- — — — --- — -- 35.07 17,500 35.07 17,500 Silt Fence 250 LF P Sit Fence 250 LF -- -- -- -- -- --- --- --- --- --- --- 5.00 1,250 5.00 1,250 P Silt Fence Maintenance 100 LF -- -- -- -- -- --- --- --- -- --- --- 5.00 500 5.00 500 Silt Fence 250.00 IF — -- — — — — -- -- --- — — 7.00 1,750 7.00 1,750 Landscaping 1 LS Remove Trees&Bushes 3 EA Remove Trees & Bushes :.00 EA 1,000.00 Remove Trees&Bushes 3.00 EA — — — — --- — --- -- --- — — -- — --- — Sodding 9,739 SF P Sodding 9,739 SF -- --- -- -- --- --- -- .... --- --- --- 4.00 38,956 4.00 38,956 Sodding 9,739.00 SF -- — — — --- --- -- -- --- — — 4.00 38,956 4.00 38,956 Landscape Allowance 13 EA P Landscape Allowance 1 LS --- --- --- --- -- --- -- --- -- --- --- --- 35,000 --- 35,000 landscape Allowance 13.00 EA — -- — — --- -- -- -- --- — -- 2,692.31 35,000 2,69231 35,000 Landscaping 1.00 LS — — -- — -- — -- — --- -- -- -- 73,956 -- 73,956 Landscaping&Site Improvements 1.00 LS -- -- -- --- -- --- --- --- --- --- -- -- 93,206 -- 93,206 C:\Usersknash\AppDarta\Local\BESTALocanlmWS.ef11-0030-9.6,3a5-.06910009\ 1 02.2 Landscaping&Site Improvements 1.00 PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 21 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 02.3 Wet Well Construction 1.00 LS Proprietary and Confidential Labor Equipment s'm""� tract Total Cost No. Description V Quantity units UOM Toois/sun/a l> �.. H Hours $/hr Total $/hr Total $/ItemUnit Total Total Dewatering 2 MO Well Pair.- ,1,-,,- ', Setup/Teardown Mobilization 1 LS -- -- -- - -- - -- - -- - -- 350 --- 350 Demobilization 1 LS -- - -- - - - -- - -- - -- 350 --- 350 Installation of Wellpoint Dewatering 1 L5 --- -- -- -- - -- -- -- - -- - -- 1,500 --- 1,500 Removal of Wellpoint Dewatering 1 LS -- -- - -- - -- -- -- -- -- - -- 1,500 --- 1,500 Wellpoint System Rental Wellpoint System Rental 2 MO - -- - -- -- -- -- -- - -- -- 4,994.00 9,988 4,994.00 9,988 Hydraulic Pumping System Rental 2 MO -- - - -- - -- -- -- -- -- -- 4,476.00 8,952 4,476.00 8,952 Dewatering 2.00 MO --- --- --- --- --- --- - --- --- --- -- 11,320.00 22,640 11,320.00 22,640 Submersible Lift Station 1 LS Haul and Dispose Quantity 351.40 CY Haul and Dispose Load Count 21.00 LD Haul and Dispose Duration 41.00 HR Excavate for Lift Station 256 CY Grade Foreman 256 CY 8.000 0.125 32^43 95.00 3,040 --- -- -- - -- - -- - 11.88 3,040 Labor Group 1 256 CY 8.000 0.125 32"G2 52.87 1,692 --- - -- -- - - -- - 6.61 1,692 WO°530 Long Reach/,Excavator-0 256 CY 8.000 0.125 32°"60.00 1,920 800.00 25,600 -- -- - - -- - 107.50 27,520 Cat,938G Loader 256 CY 8.000 0.125 32 0°'60.00 1,920 82.93 2,654 --- - - --- -- - 17.87 4,574 Forklift,RT 10,000#Reach 256 CY 8.000 0.125 32 0°1 51.00 1,632 109.24 3,496 --- - -- --- -- --- 20.03 5,127 P Haul/Dispose Spoils 42 HR --- --- -- -- -- --- -- -- -- -- --- 95.00 3,990 95.00 3,990 Excavate for Lift Station 256.00 CY 1.600 0.625 160 63.77 10,204 124.02 31,749 - -- - - 15.59 3,990 179.47 45,943 Slide Rail System 1 LS Engineering Fee 1 IS - -- -- - -- --- --- --- -- --- --- --- 2,500 --- 2,500 ct,,,,, , �� „uet, /1-C030„46,b3a5 11.,* 02.3 Wet Well Construction 1.00 CONSTRUCTION PCL Civil Constructors,Inc. BE Number BE230046-10.03 Southeast Special Projects Detail Page 22 of 54 Opportunity No 54.572.SPE.21.110972 Item Analysis Sheet Dec 03,2024 Owner File No 22-TA003955CD/6110780 4:2054 PM Project Boynton Beach Lilt Station 317(MB)(GMP) Location Boynton Beach,FL,USA 02.3 Wet Well Construction 1.00 LS Proprietary and Confidential No. *: lah Delivery and Pickup(6 trucks) 1 LS -- — -- — — -- -- --- -- — 4,800 --- --- --- 4,800 Slide Rail System Monthly Rental 2 MO --- — -- -- -- --- -- --- -- 21,375.00 42,750 --- --- 21,375.00 42,750 Panel Extractor 2 DY --- — -- --- --- --- -- --- --- 1,000.00 2,000 --- --- 1,000.00 2,000 ..... Slide Rail System LAW .200k. 14111Ir --- --- — — — — — 49,550 --- 2,500 --- 52,050 Set Precast Lift Station 1 EA Standard 10' Inside Diameter Manhole Rim Elevation 2,' Mob Crane to Set Pre Cast Wet Well Precast Lift Station 1 EA — — — — — --- — — — 63,632.97 63,633 — — 63,632.97 63,633 P Engineered Shop Drawings 1 IS — — — -- — — -- — — — 3,500 — — --- 3,500 Yard Pipe Crew(LF+1PL+3LG3)2 1 EA 0.042 24.000 24'"65.00 1,560 — — — -- — — — — 1,560.04 1,560 Forklift,RT 10,000#Reach 1 EA 0.125 8.000 8 on 60.00 480 109.24 874 — -- — -- -- — 1,353.92 1,354 P 65 RT Crane 1 DY — — — — — --- — — -- -- -- 4,500.00 4,500 4,500.00 4,500 Temp Handrail 1 IS — — — — — --- — -- — --- 1,500 -- — --- 1,500 Grout Inverts Yard Pipe Crew(LF+1PL+3LG3) 1 EA 0.063 16.000 16'us 65.00 1,040 — — — -- -- -- -- — 1,040.03 1,040 Non-Shrink Grout 6 CF — — — -- — — — — -- 50.00 300 -- — 50.00 300 Adjust Grade Rings Yard Pipe Crew(LF+1PL+3LG3) 1 EA 0.063 16.000 16"'"65.00 1,040 --- -- --- -- --- --- --- --- 1,040.03 1,040 Set Precast Lift Station 1.00 EA 0.016 64.000 64 64.38 4,120 873.90 874 — —68,932.97 68,933 4,500.00 4,500 78,426.99 78,427 Remove Slide Rail System 6 DY Grade Foreman 6 DY 0.125 8.000 48'''''95.00 4,560 --- — -- — -- --- --- — 760.03 4,560 Labor Group 1 6 DY 0.125 8.000 48 I-G2 52.87 2,538 --- — — — -- — -- — 422.95 2,538 Bckho 530 Long ReachhExcavator-0 6 DY 0.125 8.000 48 c"60.00 2,880 800.00 38,400 — — -- — -- — 6,880.02 41,280 Cat,938G Loader 6 DY 0.125 8.000 48 c*2 60.00 2,880 82.93 3,981 — — -- — -- — 1,143.46 6,861 Forklift,RT 10,000#Reach 6 DY 0.125 8.000 48 m 51.00 2,448 109.24 5,243 -- — -- — -- --- 1,281.87 7,691 „,.... Remove Slide Rail System 6.00 DY 0.025 40.000 240 63.77 15,306 7,937.34 47,62111.— — — — — — 10,488.32 62,930 Backfill 90 CY _.,. ,.......—.........,...., 02.3 Wet Well Construction 1.00 CALisers\enasMAppData\Local\BEST\LocalRles09d3ef11-0030-9d9b-b.5-a00691C0:179\ PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 23 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach LIR Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 02.3 Wet Well Construction 1.00 LS Propnetary and Confidential Units Per Man < EQ Material SubContract Total Cost NiirctlpU°n_iiiimmingme- UIOM Hours Per Unit Hours $/hr ToIT,, /hr -Toby - Total $/ItemUnit Total Unit Total Excavation Total 251.00 CY Structure Area 19;.00 SF Structure Depth 24.00 FT Stone Under Structure Depth 1.00 FT Stone Under Structure Volume :.00 CY Backfill P Clean nil 90 CY - - - -- -- -- -- -- -- 75.00 6,750 -- - 75.00 6,750 Grade Foreman 90 CY 7.500 0.133 12 eo 95.00 1,140 --- --- -- -- - - - - 12.67 1,140 Bdcho 530 Long Reade/,Excavator-0 90 CY 7.500 0.133 12 02 60.00 720 800.00 9,600 -- -- - - -- -- 114.67 10,320 Cat,938G Loader 90 CY 7.500 0.133 12°P3 60.00 720 82.93 995 -- -- - -- -- -- 19.06 1,715 Trc Water-TA 2000 Gal-0 90 CY 7.500 0.133 12 TD3 52.00 624 68.80 826 -- -- --- --- -- -- 16.11 1,450 Trench Compactor 24"-33" 90 CY 7.500 0.133 12°P3 60.00 720 67.93 815 -- - --- - --- - 17.06 1,535 Saddlll 90.00 CY 1.500 0.667 60 65.40 3,924 135.96 12,236 - - 75.00 6,750 -- - 254.56 22,910 Flatwork-Wetwell Pad 200 SF Concrete Supply&Install 200 SF -- -- -- --- -- --- -- -- -- --- --- 125.00 25,000 125.00 25,000 IMEia -- --- -- --- --- -- --- 125.00. 25,000 125.00 25,000 Submersible Litt Station 1.00 LS - -- 524 64.03 33,554 - 92,483 -- --- -- 125,233 -- 35,990 - 287,260 43 25 13.31 Submersible Pumps 2 EA Purchase and Handle 2 EA Submersible Pumps 1 LS - - - -- -- --- -- -- - -- 60,000 -- - --- 60,000 Unload&Store Equipment 2 EA 0.250 4.000 8""74.40 595 --- -- -- - -- - -- - 297.59 595 Forklift,RT 10,000#Reach 2 EA 0.250 4.000 8°P'51.00 408 109.24 874 -- -- --- - -- - 640.93 1,282 P Non-Shrink Grout 2 CF - - - -- -- -- 110.00 220 -- - 110.00 220 P Anchor Bolts 2 EA --- -- -- --- --- --- -- -- -- 150.00 300 --- --- 150.00 300 Purchase and Handle 2.00 EA 0.125 8.000 16 62.70 1,003 436.95 874 -- ---30,260.00 60,520 -- --31,198.53 62,397 c:\uursk"aa"Vnpoe,\ al\BEsrxoaini \99d3e111-0030-ad,n-bmr-,oD691Wd)9\ 02.3 Wet Well Construction 1.00 PCL Civil Constructors,Inc. BE Number 80230046-10.03 Southeast Special Projects Detail Page 24 of 54 Opportunity No 54.572.SPE.21.110972 Item Analysis Sheet Dec 03,2024 Owner File No 22-TA003955CD/6110780 4:20:54 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 02.3 Wet Well Construction 1.00 LS Proprietary and Confidential ' _ UnBs Per ..-_...,. Labor , No. Hours. Installation 2 EA Install Pumps 2 EA 0.031 32.000 64 A0tl 74.40 4,762 - - - - - - - - 2,380.76 4,762 Grout Under Bases 2 EA 0.500 2.000 4 e 74.40 298 - - -- - - - - - 148.80 298 2 SS Guide Rails 20 IF 2.000 0.500 20 ron 74.40 1,488 --- - - -- - - -- - 74.40 1,488 ForklIft,RT 10,000#Reach 2 EA 0.500 2.000 4.0°151.00 204 109.24 437 -- - - -- -- - 320.47 641 p Installtion STS 68 HR -- --- --- -- -- --- --- 5.00 340 -- - --- --- 5.00 340 2.00 EA 0.022 46.000 92 73.38 6,751 218.47 437 170.00 340 --- --- --- --- 3,764.01 7,528 Start-Up&Test 2 EA N Items Total HR HP/Item Total HP Startup s Test 1.00 ea L6.00 75.00 150.00 Total Number of Start-up/Tests 1.00 ea Total Crew Hours 16.00 * > 1E.00 * man Crew = 16.00 Mhrs Or E.00 Hhr Testing and Certification Field Test Equipment 2 EA 0.125 8.000 16 eu 74.40 1,190 --- - --- --- -- - -- --- 595.19 1,190 STS Misc Start Up Materials 16 HR -- - - --- -- --- -- 5.00 80 -- -- -- --- 5.00 80 Comp 185 CFM Diesel 16 HR 1.000 1.000 - --- -- 44.58 713 -- - --- --- --- --- 44.58 713 Start-Up&Test 0.125 8.000 "'i6 74.40 1,190 356.63 713 40.00 80 - -- - --- 991.82 1,984 43 25 13.31 Submersible Pumps 2.00 EA 0.016 62.000 124 72.13 8,945 1,012.06 2,024 210.00 420 30,260.00 60,520 --- ---35,954.35 71,909 Wet Well Construction 1.00 LS --- --- 648 65.58 42,499 --- 94,507 --- 420 --- 185,753 --- 58,630 --- 381,809 C:\Usen1enash\AppDeta\Loot\BEST\LocalFles\99d3ef11-0030-9d46b3a52o106410094\ 02.3 Wet Well Construction 1.00 CONSTRUCTION PCL Civil Constructors,Inc. BE Number BE230046-10.03 Southeast Special Projects Detail Page 25 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 03 Concrete 1.00 LS Propnetary and Confidential LaborEquipment Services/ Penn.Material Subcontract Total Cost No. Description Quantity UOM Units Per ManHrs Toolslsupaes Hours Per Unit Hours $/Or Total $/Or Total $/ItemUnit Total $/ItemUnit Total $/ItemUnf Total Unit Total CONCRETE 1 LS Sitework 1 LS Flatwork-Transformer Pad 100 SF Concrete Supply&Install 100 SF --- --- --- --- --- --- --- -- --- --- --- 50.00 5,000 50.00 5,000 Flatwork-Transformer Pad 100.00 SF --- -- -- - --- --- --- -- --- 50.00 5,000 50.00 5,000 Flatwork-Generator Pad 24 SF Concrete Supply&Install 24 SF --- --- --- --- 50.00 1,200 50.00 1,200 Flatwork-Generator Pad 24.00 SF --- - - --- --- --- --- -- --- 50.00 1,200 50.00 1,200 Flatwork-Odor Control Pad 250 SF Concrete Supply&Install 250 SF --- --- --- --- --- --- --- --- --- 50.00 12,500 50.00 12,500 Flatwork-Odor Control Pad 250.00 SF -- - - --- --- -- --- - --- 50.00 12,500 50.00 12,500 Ductbank 10 CY Concrete Supply&Install 10 CY --- --- --- -- --- --- --- --- --- 400.00 4,000 400.00 4,000 Ductbank 10,00 CY -- - - --- 400.00 4,000 400.00 4,000 Sitework 1.00 LS --- -- -- --- --- --- -- - - - - --- 22,700 - 22,700 Pump Station Structural 3 CY Existing Chemical Room Opening 1.10 CY 0.031 32.000 35"a 65.00 2,288 -- -- -- -- 250.00 275 --- -- 2,330.06 2,563 Existing Wet Well Entrance 1.10 CY 0.031 32.000 35"w 65.00 2,288 -- -- -- -- 250.00 275 -- - 2,330.06 2,563 Louver Fill 4x6x8 1 CY 0.042 24.000 24''w 65.00 1,560 -- -- -- -- 250.00 250 -- - 1,810.04 1,810 03 Concrete 1.00 C:IUsers nashlpppo,ra\Local\BEST\LmzlFlc\99d3ef11-0030-4d46-b3a5cm060100E,4\ \e PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 26 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 03 Concrete 1.00 LS Proprietary and Confidential pment semces/ tools/suppes Perm.Material SubContract Total Cost No. Description Quantity UOM - 3Howe Per UnI Hours $/hr Total $/hr Total $/ItemUnit Total $/ItemUnit Total $/ItemUnt Total Unit Total Pump Station Miramar,. ,., 3 nil FY :.4<e-01172–SLAW„ 94 65.00 6,136 --- -- --- --- 266.67 800 -- --- 2,312.06 6,936 Pump Supports 4 EA Pump Supports 4 CY — — -- -- -- --- --- -- — 250.00 1,000 -- — 250.00 1,000 Demo Existing 4 EA 0.125 8.000 32"9°65.00 2,080 --- -- -- -- -- — -- — 520.01 2,080 Form/Reinforce/Pour 4 EA 0.125 8.000 32"0°65.00 2,080 --- -- -- -- - — -- — 520.01 2,080 Trailer Pump 1 DY — — --- -- -- --- --- --- --- -- --- 3,500.00 3,500 3,500.00 3,500 $(► 0.063 16.000 64 65.00 4,160 --- --- -- --- 250.00 1,000 875.00 3,500 2,165.03 8,660 Access Hatch Curb 4 EA Form/Reinforce/Pour 1 CY 0.017 60.000 60"65.00 3,900 --- -- -- — 250.00 250 --- -- 4,150.11 4,150 Trailer Pump 1 DY — — — -- --- -- -- — -- — 3,500.00 3,500 3,500.00 3,500 Access Hatch Curb 4.00 EA 0.067 15.000 60 65.00 3,900 --- --- --- --- 62.50 250 875.00 3,500 1,912.53 7,650 CONCRETE 1.00 LS --- --- 218 65.00 14,196 --- --- --- --- --- 2,050 --- 29,700 --- 45,946 Concrete 1.00 LS --- -- 218 65.00 14,196 --- --- --- 2,050 --- 29,700 --- 45,946 03 Concrete 1.00 C.Users knash\RppData\Local\BEST\Lxalwa\99d3a/1,-Oo304d46-b3a5<cce64lrud74\ PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 27 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA OS Metals 1.00 LS Propnetary and Confidential Labor Equipment Perm.Material Subcontract Total Cost No. Description Quantity UOM Units Per ManHrS. T �vws Hours Per ar Total $/hr Total $/ItemUnit Total S/ItemUnit Total illaillai 05500 Misc Metals 1 LS Supply Misc Metals 1 LS Materials STS:Safety/Confined Space/Access 1 LS - - - -- -- --- - -- - -- 7,500 -- - --- 7,500 Monitor/Air Circulation 05500 Supply Misc Metals 3.00 LS Access Hatch P Supply Access Hatch-Wetwell 1 EA - - - --- -- --- -- -- -- 6,000.00 6,000 -- - 6,000.00 6,000 Install Access Hatch 1 EA 0.014 72.000 72"0°65.00 4,680 --- -- -- -- --- - - - 4,680.13 4,680 Remove/Replace Existing Stairs P Demo of existing wet well stairs 1 LS - - - -- - - -- - -- --- 15,000 -- - --- 15,000 Fall protection Attendee(Hole Watch) 10 DY 0.125 8.000 80"04°65.00 5,200 - - - -- --- - -- - 520.01 5,200 P Aluminum Stairs PS/Wet Well 1 EA - - - -- - - - - - 16,000.00 16,000 -- - 16,000.00 16,000 Install Aluminum Stairs 1 EA 0.014 72.000 72"°e 65.00 4,680 - - -- - --- -- -- - 4,680.13 4,680 Anchor Bolts 4 EA 0.500 2.000 8"90 65.00 520 - - -- - 500.00 2,000 -- --- 630.00 2,520 STS Drill and Epoxy 4 EA - - - -- -- - - 500.00 2,000 -- - -- --- 500.00 2,000 Non-Shrink Grout 10 CF - - - - -- - - - - 20.00 200 -- --- 20.00 200 Haul Off/Dumpster Concrete Rubble 5 LD - - - - -- - -- -- - -- - 600.00 3,000 600.00 3,000 Halls ten Covers Supply Halisten Access Wetwell 1 LS - - - -- -- --- - -- --- -- 22,000 -- - --- 22,000 Install Hallsten Covers 50 SF 0.526 1.900 95 1°65.00 6,175 --- - -- --- -- - -- - 123.50 6,175 Supply Misc Metals 1.00 LS --- --- 327 65.00 21,256 --- --- --- 2,000 -- 68,700 --- 3,000 -- 94,956 05500 Misc Metals 1.00 LS --- --- 327 65.00 21,256 --- --- --- 2,000 -- 68,700 --- 3,000 --- 94,956 05 Metals 1.00 c\Use,s\enash\App5ata\Local\BEST\LocaInIes\9Bdxfri-oo3oid4o-b3as<a10641ooa)4\ CONSTRUCTION PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 28 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner He No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 05 Metals 1.00 LS Proprietary and Confidential Units Per ManHrs Labor Equipment To Perm.Material Subcontract Total Cost No. Description Quantity UOM Hours Per Unit Hours $/hr Total S/hr Total $/ItemUnit Total S/1temUnit Total $/RemUnit Total Unit Total Metals 1.00 LS --- --- 327 65.00 21,256 --- --- --- 2,000 --- 68,700 --- 3,000 --- 94,956 O5 Metals 1.00 C:Luserskaash*nppuar.Lo al\BEBr\Loo93e lFles\9dr11-ao3o-4d46-b3a5<mosaioomat 411110 PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 29 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2029 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 07 Thermal and Moisture Protection 1.00 LS Proprietary and Confidential Notal 07410-Metal Roof&Wall Panel 1,100 SF Sub Per DWG: Area: '••• Type: Pricng based on TPO roof quote from EDE-2 Roofing Sub TPO Roof 1,100 SF -- -- -- --- -- --- -- --- -- -- — 31.50 34,650 31.50 34,650 Exterior Fascia Replacement 540 SF -- -- -- -- --- -- -- -- --- --- 35.00 18,900 35.00 18,900 07410-Metal Roof&Wall Panel S 1,100.00 SF — — — -- — -- --- — — — -- 48.68 53,550 48.68 53,550 Thermal and Moisture Protection 1.00 LS — --- -- --- --- --- --- --- -- -- 53,550 -- 53,550 ew *asMAopoaraiw.neem�m.IR� V.1.rr,-MM41 1.�5<mowroomat 07 Thermal and Moisture Protection 1.00 PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 30 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach Lift Station 317(PDB)(GMP) _Location Boynton Beach,FL,USA 08 Doors and Windows 1.00 LS Proprietary and Confidential .- Labor Equipment Toosevioes/es Material Subcontract Total Cost ls/SuppliNo. Descnptial Hours $/hr Total $/hr Total $/ItemUntt Total $/ItemUnit Total $/ItemUnit Total Unit Total 08000-Doors and Door Hardware 5 EA Doors and Door Hardware 5 EA Evaluate switching to FRP doors p Supply Single Aluminum Door w/Hardware 5 EA — --- --- --- -- --- --- -- -- 4,000.00 20,000 --- --- 4,000.00 20,000 P 08000-Install Doors Subcontractor 5 EA -- --- --- --- -- --- --- -- -- --- --- 2,000.00 10,000 2,000.00 10,000 Doors and Door Hardware 5.00 EA -- — — — --- --- --- — -- 4,000.00 20,000 2,000.00 10,000 6,000.00 30,000 Overhead Door 1 EA Supply&Install 1 EA --- --- --- --- -- --- --- --- -- --- --- 15,000.00 15,000 15,000.00 15,000 Overhead Door 1.00 EA --- -- — — --- --- -- — — --- --- 15,000.00 15,000 15,000.00 15,000 08000-Doors and Door Hardware 5.00 EA --- -- -- --- -- --- --- -- --- 4,000.00 20,000 5,000.00 25,000 9,000.00 45,000 Doors and Windows 1.00 LS --- --- --- --- --- --- --- --- -- --- 20,000 --- 25,000 --- 45,000 cw k hVroDaa\v�nsesru«:iFo-sMnetu-w3o<easn.s<wwiood74\ 08 Doors and Windows 1.00 PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 31 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 09 Finishes 1.00 IS Proprietary and Confidential 1 Painting&Coatings 1 IS Type 1 Repair-1/4"to 1/2"Deep Repair —SF — — — -- -- -- --- -- -- --- -- 55.00 — Type 2 Repair-1/2"to 1"Deep Repair —SF — — — — — -- -- -- -- --- — 110.00 — --- -- Type 3 Repair-1"to 2"Deep Repair —SF — — — -- -- -- -- -- — --- — 225.00 — --- -- Type 4 Repair-2"to 4"Deep Repair —SF — — — — -- -- -- -- — --- — 450.00 — --- -- Type 5 Repair-2"to 4"w/Rebar Repair —SF — — — — -- — -- -- -- --- 850.00 — --- -- Concrete Repair Allowance 1 IS — — — -- -- — -- -- -- --- -- -- 50,000 --- 50,000 Item 1-Dry Areas,CMU Walls,GWB,DIP& 1 IS — — — -- — -- --- -- — --- — --155,000 --- 155,000 PVC Item 2-Interior Rehab/Coating System for 1 LS — — — -- -- — --- -- — --- — --375,000 --- 375,000 wet well Painting&Coatings Woo LS --- --- --- --- --- --- --- — — — — —580,000 — 580,000 Interior Finishes 300 SF Drywall P Interior Finishes 300 SF --- — — — -- --- -- -- -- --- — 12.50 3,750 12.50 3,750 F Ceiling-Control Room&Bathroom 242 SF --- -- — — — --- -- --- — --- — 10.00 2,420 10.00 2,420 Set/Place Wall Cart Crew(LF+1PL+3LG3)2 2 EA 0.021 48.000 96""0 65.00 6,240 --- --- --- -- --- — -- — 3,120.09 6,240 Set/Place Ceiling Cart Crew(LF+1PL+31.G3)2 2 EA 0.042 24.000 48`"®65.00 3,120 --- --- --- -- --- -- -- — 1,560.04 3,120 Interior Finishes 300.00 SF 2.083 0.480 1.- 65.00 9,360 -- --- — -- -- -- 20.57 6,170 51.77 15,530 inishes 1.00 is --- 144 65.00 9,360 --- --- --- --- --- --- --- 586,170 -- 595,530 —c.\Users\e"ashWpoats\Local\eesr\L"vinia:\99d3"rrr-0030-ada6-bx5<mD69100m4t 109 Finishes 1.00 4P PCL Civil Constructors,Inc. BE Number BE230046-10.03 Southeast Special Projects Detail Page 32 of 54 Opportunity No 54.572.SPE.21.110972 Item Analysis Sheet Dec 03,2024 owner File No 22-TA003955CD/6110780 4:20:54 PM Project Boynton Beach Litt Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 10 Spedattles 1.00 LS Proprietary and Confidential . , Equipment - :„ Perm.Material Total Cost /hr Total • Div 10 Specialties/Accessories 1 LS Fire Extinguishers/Life Safety 4 EA Material p Class B 10Ib Extra Hazard 4-A 4 EA --- --- -- -- - --- - -- - 270.00 1,080 --- --- 270.00 1,080 P Class A 51b Ordinary Hazard 2 EA - -- - -- - --- -- -- - 65.00 130 65.00 130 Installation Lift Station 87 - 2.6MH/EA Fire Extinguisher Installation 2 EA 0.400 2.500 5"n'65.44 327 --- - --- -- --- --- --- --- 163.61 327 Fire Extinguishers/Life Safety 4.00 EA 0.800 1.250 5 65.44 327 - -- - -- 302.50 1,210 -- --- 384.30 1,537 Bath/Toilet Accessories 8 EA P Purchase Bath Accessories 1 LS - -- - -- - - - -- - -- 1,425 - -- --- 1,425 P Installation STS 1 LS - -- - -- -- - - -- - - - --- 250 Material Electric Hand Dryer 1.00 EA 250.00 Sanitary Napkin Dispenser 1.00 EA 100.00 Semi-recessed Trash/Paper towel 1.00 EA 340.00 Shower Curtain W/ Rod 1.00 EA 100.00 Surface Mounted Soap Dispenser 1.00 EA 40.00 Surface Mounted Toilet Seat Cover 1.00 EA 40.00 Surface Mounted Toilet Tissue 1.00 EA 40.00 Mirrors 1.00 EA 200.00 Replumb Water Lines to new Location t.00 EA 2,000.00 Installation Installation 40 EA 2.000 0.500 20'''n'65.44 1,309 --- --- -- --- --- --- 32.72 1,309 Bath/Toilet Accessories 8.00 EA 0.400 2.500 20 65.44 1,309 --- -- --- --- 209.38 1,675 --- --- 372.98 2,984 Div 10 Specialties/Accessories 1.00 LS -- -- 25 65.44 1,636 --- --, --- --- --- 2,885 --- --- --- 4,521 • sr,......................., _ 10 Specialties 1.00 CAUsers\clash\Appro.\Lccal\BESTILocalRIft\99.13ef11-0030-91:196-1.5-.06910009\ PCL Civil Constructors,Inc. BE Number BE230046-10.03 Southeast Special Projects Detail Page 33 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 10 Specialties 1.00 LS Proprietary and Confidential Units Per ManHrs Labor Equipment Tools/SuppliesPerm.Material Subcontract Total Cost No. Descnptlon Quantity UOM Hours Per Unit Hours $/hr Total $/hr Total $/ItemUnit Total $/ItemUntt Total $/ItemUnit Total Unit Total Specialties 1.00 Ls -- -- 25 65.44 1,636 --- --- --- --- --- 2,885 --- --- --- 4,521 10 Specialties 1.00 lC.\Users\enasr\appData\Local\BEST\LoralFln\99dsef11-0030-0d46-n3a5<n64100d,4\ 423) CONSTRUCTION PCL Civil Constructors,Inc. BE Number 13E230046-10.03 Southeast Special Projects Detail Page 34 of 54 Opportunity No 54.572.SPE.21.110972 Item Analysis sis Sheet Dec 03,2024 Owner File No 22-TA003955CD/6110780 4:20:54 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 11 Pumps and Grinder 1.00 LS Proprietary and Confidential •Iiiibor Equipment (SubContract Total Cost No. Description Hours E/hr Total ;/hr Total E nitTotal Unit Total -i 43 25 13.30 Submersible Large Cap 4 EA Non-Clog Pumps Purchase and Handle 4 EA Vert.Non-Clog Pumps 4 EA - -- - -- - -- -- --- -- 106,000.00 424,000 - - 106,000.00 424,000 Unload&Store Equipment 4 EA 0.250 4.000 16'94 74.40 1,190 - - -- - --- - - - 297.59 1,190 Forklift,RT 10,000#Reach 4 EA 0.250 4.000 16°"1 51.00 816 109.24 1,748 -- - --- - - - 640.93 2,564 Non-Shrink Grout 4 CF -- -- - -- - --- -- -- - 110.00 440 -- -- 110.00 440 Anchor Bolts 4 EA --- --- -- -- - --- -- --- --- 150.00 600 --- --- 150.00 600 Purchase and H -- - A.40II, 32 62.70 2,006 436.95 1,748 -- ---106,260.00 425,040 --- -- 107,198.53 428,794 Installation 4 EA Install Pumps 4 EA 0.031 32.000 128'D"74.40 9,523 --- -- -- - -- --- -- - 2,380.76 9,523 Grout Under Bases 4 EA 0.500 2.000 8'93 74.40 595 --- -- - -- -- -- -- - 148.80 595 Forklift,RT 10,000#Reach 4 EA 0.500 2.000 8°P1 51.00 408 109.24 874 -- - -- --- -- --- 320.47 1,282 P Installtlon STS 136 HR -- -- -- -- --- -- 5.00 680 --- --- --- --- 5.00 680 Installation IIIIIIIIgllijIIIIIIIIIIrlliiWgl 36.000 144 73.10 10,526 218.47 874 170.00 680 - --- -- --- 3,020.02 12,080 Start-Up&Test 4 EA 6 Items Total HR HP/Item Total HP Startup S Test s.00 ea 32.00 75.00 300.00 Total Number of Start-up/Tests S.00 ea Total Crew Hours 32.00 * - > 31.00 * man Crew = 32.00 Mhrs Or 1.00 Mhr Testing and Certification c.\uaasuna.ny,Pooa,\rw\Bmn..i*ial99axnr-m3m+d+e-na+s< *sand a� 11 Pumps and Grinder 1.00 PCL Civil Constructors,Inc. BE Number 13E230046-10.03 Southeast Special Projects Detail Page 35 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 9:20:54 P1.1 Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 11 Pumps and Grinder 1.00 LS Propnetary and Confidential .. ., Eqillr ,I Cost Hours Total $/hr T. Total Field Test Equipment 4 EA 0.125 8.000 32 Pxr 74.40 2,381 --- -- -- - -- - -- - 595.19 2,381 STS Misc Start Up Materials 32 HR -- - - --- - --- -- 5.00 160 -- - -- - 5.00 160 Comp 185 CFM Diesel 32 HR 1.000 1.000 -- --- -- 44.58 1,427 --- -- -- --- -- - 44.58 1,427 Start-Up&Test 4.00 EA 0.125 8.000 32 74.40 2,381 356.63 1,427 40.00 160 - --- --- --- 991.82 3,967 43 2513.30 Submersible Large Ca 4.00 EA 0.019 52.000 208 71.70 14,913 1,012.06 4,048 210.00 840 106,260.00 425,040 --- -111,210.37 444,841 46 24 23 Open Channel Grinders 1 EA Purchase and Handle 1 EA P Drip Prime Pump 1 EA -- -- -- -- - --- - -- - 60,000.00 60,000 -- - 60,000.00 60,000 Unload&Store Equipment 1 EA 0.250 4.000 410"74.40 298 --- -- -- - -- - -- - 297.59 298 Forklift,RT 10,000#Reach 1 EA 0.250 4.000 4°P'51.00 204 109.24 437 -- - --- -- -- - 640.93 641 P Non-Shrink Grout 1 CF -- -- - -- -- --- - -- - 110.00 110 --- - 110.00 110 P Anchor Bolts 1 EA -- --- -- --- -- --- -- -- -- 150.00 150 --- --- 150.00 150 Purchase and Handle 1.00 EA 0.125 8.000 Ii .70 502 436.95 437 - ---60,260.00 60,260 --- -61,198.53 61,199 Installation 1 EA Install Grinder Pumps 1 EA 0.031 32.000 32'0"74.40 2,381 --- -- -- -- - - -- - 2,380.76 2,381 Grout Under Bases 1 EA 0.500 2.000 2"0"74.40 149 --- -- -- - - - -- - 148.80 149 Forklift,RT 10,000#Reach 1 EA 0.500 2.000 2°P'51.00 102 109.24 218 -- - - - -- - 320.47 320 P Installtion STS 34 HR -- - - -- -- --- -- 5.00 170 - - -- - 5.00 170 Installation 1.00 EA 0.028 36.000 36 73.10 2,632 218.47 218 170.00 170 --- --- --- 3,020.02 3,020 Start-Up&Test 1 EA S items HP/Item Total HP Startup & Test :.00 ea 75.00 75.00 Total Number of Start-up/Tests .00 ea Total Crew Hours .... cw,,,k,.wNPp m*Lcolters,µ,,nIw\9s r1l-aow-e,6,n,,Kmo64raoa„1 11 Pumps and Grinder 1.00 10110 comsrmucnow PCL Civil Constructors,Inc. BE Number 13E230046-10.03 Southeast Special Projects Detail Page 36 of 54 Opportunity No 54.572.SPE.21.110972 Item Analysis Sheet Dec 03,2024 Owner File No 22-TA003955CD/6110780 4:20,54 PM Project Boynton Beach Lift Station 317(MB)(GMP) Location Boynton Beach,FL,USA 11 Pumps and Grinder 1.00 LS Proprietary and Confidential .'-..,........r., 1/1." -... Total Cost 11:11K, AM Total Unit Total * > E.00 * mar. Crow o 9.00 , s Or E.00 h8r Testing and Certification Field Test Equipment 1 EA 0.125 8.000 8'1"74.40 595 --- --- -- -- -- — -- --- 595.19 595 STS Misc Start Up Materials 8 HR — -- -- --- --- --- 5.00 40 --- — -- --- 5.00 40 Comp 185 CFM Diesel 8 HR 1.000 1.000 --- 44.58 357 --- --- --- --- --- --- 44.58 357 Start-Up&Test 1.00 EA 0.125 8.000 8 74.40 595 356.63 357 40.00 40 --- --- --- --- 991.82 992 46 24 23 Open Channel Grinders 1.00 EA 0.019 52.000 52 71.70 3,728 1,012.06 1,012 210.00 210 60,260.00 60,260 --- --- 65,210.37 65,210 Pumps and Grinder 1.00 LS --- 260 71.70 18,642 --- 5,060 --- 1,050 --- 485,300 --- --- 510,052 , -...... „....-..._ 11 Pumps and Grinder 1.00 4111, PCL Civil Constructors,Inc. BE Number 8E230096-10.03 Southeast Special Projects Detail Page 37 of 54 Opportunity No 54.572.SPE.21.110972 Item Analysis Sheet Dec 03,2029 Owner File No 22-TA003955CD/6110780 1 4:20:54 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 11.1 Backup Dri-Prime Pump 1.00 LS Proprietary and Confidential IW 107 POIMOrt _ Pem1.Material Total $/ItemUnit Total Backup Dri-Prime Pump 1 EA Purchase and Handle 1 EA P Drip Prime Pump w/Endosure 1 EA -- -- -- -- - --- - -- - 128,843.00 128,843 -- - 128,843.00 128,843 Unload&Store Equipment 1 EA 0.250 4.000 4"""74.40 298 --- -- -- - -- - -- - 297.59 298 Forklift,RT 10,000#Reach 1 EA 0.250 4.000 4 O°'51.00 204 109.24 437 -- - --- -- -- - 640.93 641 P Non-Shrink Grout 1 CF -- -- -- --- - --- -- -- -- 110.00 110 -- - 110.00 110 p Anchor Bolts 1 EA --- --- --- --- -- --- --- --- -- 150.00 150 --- --- 150.00 150 Purchase and Handle 1.00 EA 0.125 8.000 8 62.70 502 436.95 437 -- -129,103.00 129,103 --- --- 130,041.53 130,042 Installation 1 EA Install Pump/Suction/Discharge 1 EA 0.042 24.000 24"01 74.40 1,786 --- - - - -- -- -- - 1,785.57 1,786 Grout Under Bases 1 EA 0.500 2.000 2"0174.40 149 --- -- -- - -- - -- - 148.80 149 Forklift,RT 10,000#Reach 1 EA 0.500 2.000 2 0°'51.00 102 109.24 218 - - --- - - - 320.47 320 P Installtion STS 26 HR - -- -- --- - --- - 5.00 130 --- - -- - 5.00 130 Installation 1.00 EA 0.036 28.000 28 72.73 2,036 218.47 218 130.00 130 - - --- --- 2,384.83 2,385 Start-Up&Test 1 EA 0 Items HP/Item "otal HP Startup & Test 1.00 ea . -'5.00 75.00 Total Number of Start-up/Tests 1.00 ea Total Crew Hours * > 1.00 + man Crew = 8.00 Nfirs Or 1.00 Mhr Tasting and Certification C:\1lsfstnashWpD•b\LoolWES7Vounit.\9943111-0030-.16-b3e5-cm0611000)9\ 111.1 Backup Dri-Prime Pump 1.00 CCM.TA LKT•011d PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 38 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03.2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4.2C.5.4 pr,.1 Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 11.1 Backup Dri-Prime Pump 1.00 LS Proprietary and Confidential • • - _.- rs Per Field Test Equipment 1 EA 0.125 8.000 8 ma 74.40 595 --- -- -- — -- — --- --- 595.19 595 STS Misc Start Up Materials 8 HR — — — --- --- --- 5.00 40 -- — --- --- 5.00 40 Comp 185 CFM Diesel 8 HR 1.000 1.000 --- --- 44.58 357 --- -- -- -- --- --- 44.58 357 Start-Up&Test 1.00 EA 0.125 8.000 8 74.40 595 356.63 357 40.00 40 — -- — --- 991.82 992 Backup Dri-Prime Pump 1.00 EA 0.023 44.000 44 71.21 3,133 1,012.06 1,012 170.00 170 129,103.00 129,103 — --- 133,418.18 133,418 Backup Dri-Prime Pump 1.00 LS --- --- 44 71.21 3,133 --- 1,012 --- 170 --- 129,103 — --- --- 133,418 cCt users krasr\Appoata\uxaRBESTµcralRla\ssa3dtt-0030-+doswa5-.0060rooa7+t 11.1 Backup Dri-Prime Pump 1.00 PCL Civil Constructors,Inc. BE Number BE230046-10.03 Southeast Special Projects Detail Page 39 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:54 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 11.2 BioTrickling Odor Control Equipment 1.00 LS Proprietary and Confidential Units Per .. Equipment Tools a Perm.Material SubContract Total Cost No. Description Quantity UOM Hors Per Unit Hours S/hr Total 1 hr Total $/ItemUnit Total $/ItemUnit Total $/ItemUnit Total Unit Total 46 78 84 Biotrickling Filter Odor 1 LS Control System Manufactures, Daniel Mechanical, ECS, Eio-Air P Odor Control System Supply 1 LS — — — -- — --- -- -- — -- 525,000 -- — --- 525,000 P GAC Carbon Unit 1 EA — — — -- — --- — — — 50,000.00 50,000 -- — 50,000.00 50,000 Install STS 1 LS — — — -- -- --- -- — — --- 1,500 -- — --- 1,500 Labor Assist Install 1 EA 0.004 240.000 240'''m 65.00 15,600 --- — — — --- — -- — 15,600.44 15,600 Foridift,RT 10,000#Reach 0.50 MO 1.000 1.000 87°P'51.00 4,420 109.24 9,449 — — - — — — 27,737.34 13,869 46 78 84 Biotrickling Filter Odor C 1.00 LS --- --- 327 61.29 20,020 --- 9,449 — — --- 576,500 — — — 605,969 BioTrickling Odor Control Equipment 1.00 LS --- --- 327 61.29 20,020 --- 9,449 --- -- --- 576,500 --- --- — 605,969 cw.Mk�.roeon.ray:\rues l.c nw ownrru oono-aw-oras-mow,ma�c,t 11.2 BioTrickling Odor Control Equipment 1.00 CONSTRUCTION PCL Civil Constructors,Inc. BE Number BE230046-10.03 Southeast Special Projects Detail Page 40 of 54 Opportunity No 54.572.SPE.21.110972 Item Analysis Sheet Dec 03,2024 Owner File No 22-TA003955CD/6110780 4:20:55 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 14 Monorail Crane System 1.00 LS Propnetary and Confidential /el' Units Per ManHrs Labor Equipment SerToo> Suuppplies Perm.Material SubContract Total Cost Description it Hours Per Unit Hours $/hr Total $/hr Total $/itemUnit Total $/ItemUnit Total $/ItemUnit Total Unit Total MHS Crane 1 LS Installed By Supplier Overhead/2 TN Monorail with Hoist 1 L5 --- --- --- --- --- --- --- --- --- --- 68,090 --- 68,090 MHS Crane 1.00 Ls --- --- --- --- --- --- --- --- --- --- --- --- 68,090 -- 68,090 Monorail Crane System 1.00 IS --- --- --- --- --- --- --- --- --- --- --- 68,090 --- 68,090 CWe,H,ehwwoarau«ai\BEsru�wia\wdaf -oono-adasnnas«mwiood'a\ 14 Monorail Crane System 1.00 4422) PCL Civil Constructors,Inc. BE Number 13E230046-10.03 Southeast Special Projects Detail Page 41 of 54 Opportunity No 54.572.SPE.21.110972 Item Analysis Sheet Dec 03,2024 Owner File No 22-TA003955CD/6110780 4:20:55 PM Project Boynton Beach Lilt Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 15 MedianIcal 1.00 IS Proprietary and Confidential i• Total Cost 1111111=1.111fis 't :ours .- , Total HVAC Subcontractor 1 LS HVAC Subcontractor P Electrical Room 200 SF — — — -- -- --- --- --- -- --- --- 225.00 45,000 225.00 45,000 Louvers 2 EA — — — -- — --- -- --- -- --- --- 2,500.005,0002,500.00 5,000 Exhaust Fans 4 EA -- -- -- -- -- --- -- -- -- --- --- 9,500.00 38,000 9,500.00 38,000 HVAC Subcontradai ' 1.00 LS -- -- — _ -- -- --- — — — -- — 88,000 — 88,000 Plumbing Subcontractor 1 LS p Fbdainls 1 LS — -- -- --- --- --- --- -- — --- -- --- 3,500 --- 3,500 Plumbing Subcontractor 1.00 LS --- -- -- --- -- -- --- — --- --- --- --, 3,500 -- 3,500 Exposed Pipe 1 LS Purchase Pipe Materials(Exposed) 1 LS Exposed Pipe Materials 1 LS .. Purchase Pipe Materials(Create Code) 1 IS — — — -- -- ... -- -- -- --- 340,000 -- — --- 340,000 CIPP Lining of Wall Pipes 4 EA — — — -- — --- -- -- -- --- -- 2,500.00 10,000 2,500.00 10,000 P Additional Piping Accessories 1 IS — -- — -- -- --- -- -- — --- 50,000 -- — --- 50,000 Forklift,RT 10,000#Reach 20 HR 1.000 1.000 20°P2 60.00 1,200 109.24 2,185 -- — --- --- -- — 169.24 3,385 2 Yard Pipe Crew 20 HR 1.000 1.000 40""65.00 2,600 -- -- -- — --- --- -- — 130.00 2,600 FE=1=1/#1# 1.0W 111111111— 60 6334 3,800 --- 2,185 — --- --- 390,000 -- 10,000 -- 405,985 Temporary Pipe Materials 1 LS p STS-Installation(Exposed) 115 -- -- -- -- -- --- -- --- 7,500 --- --- -- --- --- 7,500 Include carts, chain falls, furniture novers, hoists etc.... c. srmareuemsvcareurr — 15 Mechanical 1.00 0\UserOgnash\AppataWatel\BESnoolFilesk9X3ef11-0030-4d46-b3a5,c01)64100d74\ PCL Civil Constructors,Inc. BE Number 13E230046-10.03 Southeast Special Projects Detail Page 42 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:55 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 15 Mechanical 1.00 LS Proprietary and Confidential -�_._.,.... Un@ Total STS-Rigging(Exposed) 1 L5 — — — — -- --- -- -- 7,500 --- — -- --- --- 7,500 STS-Testing(Exposed) 1 LS — — — — -- --- -- --- 5,000 --- — -- — --- 5,000 PIPE SUPPORTS GROUTING Non-Shrink Grout @ 0.3 CF/EA SUPP Pipe Supports Q-ty: 2(.00 EA Non-Shrink Grout 6 CF — -- — -- --- --- -- 20.00 120 --- --- --- 20.00 120 .11. Illr --- --s--- --- --- --- — 20,120 --- --- --- -- --- 20,120 Purchase Pipe Materials(Exposed) 1.00 L5 --- -- 60 63.34 3,800 --- 2,185 -- 20,120 -- 390,000 --- 10,000 --- 426,105 Install Piping(Exposed) 1 LS Scaffolding 1 LS Scaffold Rental 2 MO — — — — -- --- -- -- -- --- — 7,500.00 15,000 7,500.00 15,000 Installation 1 LS — — — — -- --- -- -- -- --- — -- 5,000 --- 5,000 Removal 1 LS — — — --- -- --- --- -- -- --- 5,000 --- 5,000 25,000 -- 25,000 Direct Manhours 1 LS Booster Pump Suction 38:.00 MHR Booster Pump Discharge 1,02'.00 MHR Lift Station Above Grade Discharge 14 .00 MHR Process Pipe Install 1,551 HR 1.000 1.000 1,551'93 65.00 100,818 --- --- - -- --- -- -- — 65.00 100,818 -- — 100. 8 Adjustments 1 LS Booster Pump Suction 19 .00 MHR Booster Pump Discharge 50(.00 MHR 15 Mechanical 1.00 c:(uaenk ( n+snUvooat.L« m Local ( i.9se3efvt-oo3osaa6-nsa 3,5<mot0oma( PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 43 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:55 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 15 Mechanical 1.00 LS Proprietary and Confidential Labor Equipment T - Total Cost $/hr Total $/hr Total $/ItemUntt Total Unit Total Lift Station 14".00 MHR Process Pipe Adjustment 839 HR 1.000 1.000 839 roa 65.00 54,537 --- -- --- --- --- -- -- — 65.00 54,537 1.00 LS — — jab 65.00 54,537 --- --- -- --- — -- -- -- -- 54,537 Pipe Testing 1 LS 2 Test Pipe Crew 3 EA 0.125 8.000 48 ms 65.00 3,120 --- --- -- -- --- — --- --- 1,040.03 3,120 Comp 185 CFM Diesel 3 EA 0.125 8.000 -- --- --- 44,58 1,070 -- -- --- -- -- --- 356.63 1,070 Pipe Testing =IIIINEMIF"-fs -- 65.00 3,120 --- 1,070 --- --- --- -- -- — -- 4,190 Install Piping(Exposed) 1.00 LS --- --- 2,438 65.00 158,474 --- 1,070 --- --- -- --- --- 25,000 --- 184,544 Exposed Pipe 1.00 LS --- --- 2,498 64.96 162,275 --- 3,255 --- 20,120 --- 390,000 --- 35,000 --- 610,649 Mechanical 1.00 LS - -- 2,498 64.96 162,275 --- 3,255 --- 20,120 --- 390,000 --- 126,500 --- 702,149 C:\Users\erash\AppDabm0d3 \lBES kLoonles\99er11-003040.3x5< E96- m69 01Wd]9\ 15 Mechanical 1.00 CONSTRUCTION PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 44 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:55 PM Project Boynton Beach LIR Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 16 Elect11cal 1.00 LS Proprietary and Confidential •nit Total Unit Total Quote Includes Furnish & Install New Generator less Adder SwitchGear Package, All Duct Banks & Ccnduit Electrical Subcontractor 1 IS --- — — -- — --- -- -- — --- — --1,iio,000 -- 1,110,000 Yard Lighting light Pole 1 EA — — — -- — --- -- -- — --- -- 15,000.00 15,000 15,000.00 15,000 Generator 1 EA Purchase and Handle 1 EA Supplied By Electrical Sub Adder Enclosure L 4000 GL Base Tank 227,00D.00 Generator/Enclosure/Fuel Tank (1700gal) Unload&Store Equipment 1 EA 0.250 4.000 4"1 74.40 298 --- -- — — --- — — — 297.59 298 Forklift,RT 10,000#Reach 1 EA 0.250 4.000 4 0°i 51.00 204 109.24 437 -- — --- — — — 640.93 641 P Non-Shrink Grout 1 CF — -- — -- -- --- -- -- — 110.00 110 --- --- 110.00 110 P Anchor Bolts 1 EA — -- -- -- -- --- -- --- -- 150.00 150 --- --- 150.00 150 Purchase and Handle 1.00 EA 0.125 8.000 8 62.70 502 436.95 437 — -- 260.00 260 -- -- 1,198.53 1,199 Installation 1 EA Install Generator 1 EA 0.031 32.000 32 10"74.40 2,381 --- -- -- -- -- — --- --- 2,380.76 2,381 Grout Under Bases 1 EA 0.500 2.000 2''s"74.40 149 — -- -- -- — — --- --- 148.80 149 ............. Crane 70 ton+travel and setup 1 EA 0.125 8.000 — — — 434.82 3,479 -- — — — — --- 3,478.58 3,479 P Installtion STS 34 HR — -- — -- -- -- — 5.00 170 -- — -- --- 5.00 170 Installation lgillIllIllIllIlliK. 1.00 EA 0.029 34.000 34 74,40 2,530 3,478.58 3,479 170.00 170 — — --- --- 6,178.13 6,178 Start-Up&Testing 1 EA Start-Up & Testing by Electra_::.:. Start-Up&Testing 1.00 EA --- -- -- --- --- -- --- •. –•. r» �. .. 16 Electrical 1.00 C:\use,zkr+shUppData\loul\BESf\Locae W es\99,13ef11-003oiA46b3a52m0611000.\ a* PCL Civil Constructors,Inc. BE Number BE230046-10.03 Southeast Special Projects Detail Page 45 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:55 PM Project Boynton Beach lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA 16 Elechicdl 1.00 LS Proprietary and Confidential .ManHrs Labor Equipment Tools/Supplies Perm.Material Subcontract Total Cost No. ft $/hr Total $/hr Total $/ItemUnit Total $/Itemunit Total $/ItemUnit Total Unit Total Generator 1.00 EA 0.024 42.000 42 72.17 3,031 3,915.53 3,916 170.00 170 260.00 260 --- --- 7,376.66 7,377 Electrical 1.00 L5 -- 42 72.17 3,031 --- 3,916 --- 170 --- 260 1,125,000 -- 1,132,377 ,, 16 Electrical 1.00 C\Uurs\.nasn\gppoata\LocanBESTµocalRies\99d3e/11.0030-4d4e-ba5<cwn4tmd 4\ PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 46 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:55 PM Project Boynton Beach lift Station 317(PDB)(GMP) Location Boynton Beach,FL,115A 17 Instrumentation and Controls 1.00 LS Proprietary and Confidential Units Per ManHrs tabor Equipment Tiles Perm.Material Subcontract Total Cost No. Description Quantity UOM Hours Per Unit Hours $/hr Total $/hr Total $/ItemUnit Total $/ItemUnit Total $/ItemUnit Total Unit Total I&C Sub 1 LS CC Controls p I&C Subcontractor 1 LS --- --- --- --- --- --- --- ---393,788 --- 393,788 I&C Sub 1.00 LS --- --- --- --- --- --- --- --- --- --- --- ---393,788 -- 393,788 Instrumentation and Controls 1.00 LS --- --- --- --- --- --- --- --- --- --- --- --- 393,788 --- 393,788 C:\usaslenasP AppoataWxaIBEsrlcoiResi99dxnr-oo3o-4dwn3.5<mamoom+t 17 Instrumentation and Controls 1.00 CONSTIRLICTION PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 47 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:55 Pt1 Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA DC Design Completion/Services During Construction 1.00 IS Proprietary and Confidential Thr Total $ Total PCL Preconstruction Services 1 LS — — -- -- — -- --- -- — -- -- --- 75,000 --- 75,000 Phase 2-Design Services 1 LS — — — -- -- — -- -- -- -- — ---720,921 --- 720,921 Construction Design Services 1 LS -- — -- -- -- --- -- -- -- --- — ---429,858 --- 429,858 Design Completion/Services During C 1.00 LS — -- -- --- --- --- --- --- --- --- -- — 1,225,779 -- 1,225,779 ,4c'luurskna,hmop� \Local iSrnru,.initnrou f,i-ooao-aeac-e.�s<mobaiooma� DC Design Completion/Services During Construction 1.00 PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 48 of 54 Opportunity No 54.572.SPE.21.110972 Item Analysis Sheet Dec 03,2024 Owner File No 22-TA003955CD/6110780 4,20.55 PM Project Boynton Beach Lift Station 317(PDS)(GMP) Location Boynton Beach,FL,USA GE 01 General Conditions 1.00 LS Proprietary and Confidential - r, ,• Equipment . '''.= 1111111Fr ''' Staff Travel 100% Business Travel Expense 5 MO - --- --- --- --- --- -- 500.00 2,500 -- - --- --- 500.00 2,500 Staff Relocation Expense 4 EA - --- --- --- -- --- -- 4,000.00 16,000 -- - --- --- 4,000.00 16,000 Staff Travel 100.00% -- -- -- --- - - --- 185.00, 18,500 - - dira - 185.00 18,500 Engineering STS 100 % Eng&Drafting Equipment 5 EA - - -- -- - --- -- 500.00 2,500 -- - -- --- 500.00 2,500 Eng,Supplies,Blueprints 5 MO - - - -- - --- -- 50.00 250 -- - - --- 50.00 250 EPA Permits 1 EA - - - - - - -- 2,000.00 2,000 -- - -- --- 2,000.00 2,000 Engineering STS ` 1.: 100.00% --- --- --- --- --- It - 47.50 4,750 iiii__ ___ •___ ___ 47.50 4,750 Office STS 100 % Furniture 1 EA - - - -- - - - 1,000.00 1,000 - - - --- 1,000.00 1,000 Office Equipment 5 MO - - - - -- - -- 300.00 1,500 -- - - -- 300.00 1,500 Computer Equipment per Ea 5 MO -- -- --- - 250.00 1,250 -- - --- --- 250.00 1,250 Computor Software 1 LS - - - -- - -- -- -- 500 -- - - --- --- 500 Office STS 100.00% . --.MOM=- - AL - 42.50 4,250 AL& - - - 42.50 4,250 First Aid&Safety STS 100 0/ Medical/Drug Testing 10 EA - - - -- -- - - 75.00 750 - - - -- 75.00 750 Training&Orientation 10 EA - - - -- -- - -- 35.00 350 - - --- -- 35.00 350 F.A.&Safety Supplies 14,682 MH - - - -- - --- - 0.120000 1,762 -- --- --- --- 0.120000 1,762 Fire Protection 14,682 MH - - - -- -- - -- 0.070000 1,028 -- -- -- -- 0.070000 1,028 Water Coolers 2 EA - - - -- -- - - 50.00 100 -- - -- - 50.00 100 2 Drinking Water&Ice 5 MO - - - -- -- - - 50.00 500 - - -- - 100.00 500 Air Monitors 5 MO 1.000 1.000 - -- - 0.9263 801 -- -- -- - -- -- 160.25 801 un Tri*Sret ler GE 01 General Conditions 1.00 CAUserOgnash\AppData\LocalVIESIALocARImWed.I11-0030-91196-b3a5-cc006910009\ PCL Civil Constructors,Inc. BE Number 13E230046-10.03 Southeast Special Projects Detail Page 49 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:55 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA GE 01 General Conditions 1.00 LS Propnetary and Confidential " Labor Eq No Description ALI& AttiltirMIM. otal Rescue Tripod w/yo yo 5 MO 1.000 1.000 -- -- -- 0.9263 801 -- -- -- -- --- --- 160.25 801 Yo Yo Winch 5 MO 1.000 1.000 — -- 0.3906 338 -- -- -- — --- --- 67.57 338 Rrst Ald&Safety STS 100.00% — — -- --- 19.40 1,940 44.90 4,490 --- -- — --- 64.30 6,430 SMALL Tools-Expendables 100% Small Tool Assess 14,682 MH — — — -- -- --- -- 1.00 14,682 -- -- --- --- 1.00 14,682 Expendables Assess 14,682 MH — — — -- -- -- 0.700000 10,277 --- --- --- --- 0.700000 10,277 SMALL Tools-Expendables 100.00% -- -- — -- — -- 249.60 24,960 -- — -- --- 249.60 24,960 Public Relations 100% Project Signs 1 EA — — — -- — — -- 1,000.00 1,000 --- --- --- --- 1,000.00 1,000 Photographs 5 MO — -- — -- -- — -- 25.00 125 --- --- 25.00 125 Public Relations 100.00% -- — — — -- -7M --- 11.25 1,125 — — — -- 11.25 1,125 General Conditions 1.00 LS -- -- — --- -- --- 1,940 — 58,074 -- -- --- --- --- 60,014 ... c\u�k.w:h\Apvoara\Locanrrsnr�iFlatwa3,rr1-0030-aaast3,5Kmowmoma� GE 01 General Conditions 1.00 CONSTRUCTION PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 50 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:55 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA GE 02 Bond,Builder's Risk 1.00 LS Proprietary and Confidential No. Description Quantity UOM Units Per ManHrs Labor Equipment T Perm.Material Subcontract Total Cost Hours Per Unit Hours 5/hr Total f/hr Total $/ltemunit Total f/ltemUnit Total $/ItemUnit Total Unit Total US CONTRACT BOND Class B 100 Wo US CONTRACT BOND Class B 9,063,993 TB --- --- --- --- --- --- --- 0.005670 51,393 --- --- --- --- 0.005670 51,393 US CONTRACT BOND Class B 100.00% — — -- — --- --- --- 513.93 51,393 --- --- --- --- 513.93 51,393 SUBCONTRACT BOND 100 % Sub-Contract 3,940,193 SC --- --- --- --- --- --- 0.013750 54,178 --- --- 0.013750 54,178 Permant Material 1,961,905 MC --- --- --- --- --- --- --- 0.013750 26,976 --- --- 0.013750 26,976 SUBCONTRACT BOND 100.00% --- --- --- --- --- --- --- 541.78 54,178 269.76 26,976 --- --- 811.54 81,154 Bond,Builder's Risk 1.00 LS --- --- --- --- --- --- --- --- 105,570 --- 26,976 --- -- --- 132,547 ., n r Ctu. \enasMAppData\ux.itBesnroc.niat99axni-0030-naao-e3n-cc00.10 mrt I GE 02 Bond,Builder's Risk 1.00 PCL Civil Constructors,Inc. BE Number 8E2300.76-10.03 Southeast Special Projects Detail Page 51 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA0039SSCD/6110780 Item Analysis Sheet 4:20:55 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA GE 03 Insurance 1.00 LS Proprietary and Confidential N0. V _ ;�ma1-cam:t General Liability 100% Gen Liab-USA 8.50/M 9,063,993 TB -- — — -- — --- — 0.008000 72,512 --- — --- -- 0.008000 72,512 General Liability 100.00% --- -- -- --- -- -- --- 725.12 72,512 -- -- -- --- 725.12 72,512 Builders Risk Insurance 100 % Builders Risk 9,063,993 TB -- --- -- -- — --- -- 0.001100 9,970 --- — --- --- 0.001100 9,970 Builders Risk Insurance 100.00% --- -- — -- — -- --- 99.70 9,970 --- --- --- --- 99.70 9,970 Desgin Build Proffesional Liability 100 Wo Design Build Proffesional Liability 9,063,993 TB --- --- -- --- --- --- --- 0.008000 72,512 --- --- --- --- 0.008000 72,512 Desgin Build Proffesional Liability 100.00% -- -- — — -- --- --- 725.12 72,512 — — --- --- 725.12 72,512 Insurance 1.00 L5 --- --- -- --- --- --- --- --- 154,994 --- -- -- --- -- 154,994 1CwserskruNNppDaa\Lou(\BESnlwiwe:\99d3ene+s i-0030-9b3as<muv 10001\ GE 03 Insurance 1.00 CONSTRUCTION PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 52 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:55 PM Project Boynton Beath Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA GE 04 Project Staff 1.00 LS Proprietary and Confidential Management 100% Principal-in-Charge 2.50 MO 1.000 1.000 433 5T235.00 101,832 — — --- — — -- — -- 40,732.95 101,832 Truck Allowance 2.50 MO — — — — — — — 600.00 1,500 --- — — --- 600.00 1,500 Construction Manager 8 MO 1.000 1.000 1,387 ec185.00 256,530 — -- -- — -- — — --- 32,066.29 256,530 Trc Pickup 4x2-Project Manger 8 MO 1.000 1.000 — — — 35.48 49,110 — — --- — — -- 6,138.81 49,110 Superintendent 6 MO 1.000 1.000 1,040 "175.00 181,999 — -- — — -- — -- -- 30,333.24 181,999 Trc Pickup 4x2-Project Super 6 MO 1.000 1.000 — -- -- 35.48 36,833 -- — --- --- --- --- 6,138.81 36,833 Management ....__.;._. 100.00% 0.035 28.600 2,860 188.94 540,362 859.43 85,943 15.00 1,500 --- --- --- --- 6,278.05 627,805 Administration 100 % Accountant 1 MO 1.000 1.000 173°°95.00 16,467 --- -- --- -- --- — --- --- 16,466.97 16,467 Administration 1'100.00% 0.577 1.733 173 95.00 16,467 --- --- --- — — — — --- 164.67 16,467 Engineering&Survey 100 % Proj Eng. 8 MO 1.000 1.000 1,387 B0150.00 208,005 --- -- -- — --- — --- --- 26,000.62 208,005 Field Engineer 5 MO 1.000 1.000 867 BO120.00 104,003 --- -- -- — --- — --- --- 20,800.63 104,003 Engineering&Survey jMni,100.00% 0.044 22.533 2,253 138.47 312,008 --- --- --- --- --- --- --- --- 3,120.08 312,008 First Aid&Safety 100% Safety Manager 2.50 MO 1.000 1.000 433°"120.00 52,001 35.48 15,343 --- --- --- --- --- --- 26,937.49 67,344 Safety Assesment TB Risk Management TB C.\Usersnash\App°Mn\ltta5BEST\LoolRies\99d3e111-00304d06 46-b3a5<ma100d)9\ GE 04 Project Staff 1.00 k PCL Civil Constructors,Inc. BE Number BE230046-10.03 Southeast Special Projects Detail Page 53 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:55 PM Project Boynton Beach Lift Station 317(PDB)(GMP) Location Boynton Beach,FL,USA GE 04 Project Staff 1.00 LS Proprietary and Confidential Pt Equipment services/ Penn.Material SubContract Total Cost l• tl -_: ,Per Manes rook/Supple Hers Per Unit Hours $/hr Total $/hr Total $/ltemUnit Total $/ItemUnit Total $/ItemUntt Total Unit Total First Aid&Safety 100.00% 0.231 4.333 433 120.00 52,001 153.43 15,343 --- --- --- -- --- --- 673.44 67,344 Management Assessment 100 % P CED Mgmnt Assessment 1 LS -- -- -- --- — --- --- -- 10,000 --- --- --- --- --- 10,000 Management Assessment 100.00% — — -- -- -- — --- 100.00 10,000 --- -- --- --- 100.00 10,000 Project Staff 1.00 LS -- -- 5,720 160.99 920,838 --- 101,286 --- 11,500 --- --- --- --- -- 1,033,624 C:\Uses\ennn\MpDete\Local\BESo\Lo aria,994tent-0030-9d96-baa5<,OO6iloodl9\ 'GE 04 Project Staff 1.00 4132) PCL Civil Constructors,Inc. BE Number 8E230046-10.03 Southeast Special Projects Detail Page 54 of 54 Opportunity No 54.572.SPE.21.110972 Dec 03,2024 Owner File No 22-TA003955CD/6110780 Item Analysis Sheet 4:20:55 PM Project Boynton Beach UR Station 317(PDB)(GMP) Location Boynton Beach,FL,USA DB Design Builder Contingency 1.00 LS Proprietary and Confidential Labor Equipmentserv"g/ Perm.Material SubContract Total Cost No. Description AL Qua p5 Per Manes -rods/Supplies urs $/hr Total $/hr Total $/ItemUntt• Total $/ItemUntt Total $/ItemUnit Total Unit Total Contingency 9,063,993 TB — — -- --- --- --- --- --- 0.100000 906,399 --- --- 0.100000 906,399 Design Builder Contingency 1.00 LS --- --- --- --- --- --- --- --- -.- --- 906,399 --- --- --- 906,399 c:wursk..hl On.umneesrumiona\99axnr-0030-aan-b3,s-�macaoom4l DB Design Builder Contingency 1.00 Lift Station 317 Rehab (PCL Guaranteed• Maximum Price oM1=o.. Contract No.: 013282121 CONSTRUCTION TAB 5 LIST OF DOCUMENTS Lift Station 317 Rehab (PCL ) Guaranteed Maximum Price Contract No.: 013282121 CONSTRUCTION BID DOCUMENTS: TYPE DOCUMENT NAME DATE Specification 30% DESIGN SPECIFICATIONS September 2024-DRAFT Package Drawings MASTER LIFT STATION 317 REHABILITATION October 2024 Package 30% GMP SUBMITTAL Lift Station 317 Rehab PCL 1. Guaranteed Maximum Price Contract No.: 013282121 CONSTRUCTION TAB 6 DESIGN COMPLETION/SERVICES DURING CONSTRUCTION SCOPE OF SERVICES PCL Progressive Design-Build Phase 1— Lift Station 317 Rehab Additional Preconstruction Services Boynton Beach Lift Station 317 Contract No. 013282121 BACKGROUND The scope of work for this project includes progressive design-build services to complete design, permit, construct, test, and start-up the LS 317. This is the second phase of the project that includes: • Phase 2 — Final design, construction, testing, and start-up. The scope of services, presented herein, is for Phase 2 work items and includes engineering services for project management, final design engineering, and permitting. A detailed description of the Phase 2 goals and each work task is provided below. SCOPE TASKS TASK 1 —MEETINGS/PROJECT MANAGEMENT 1.1 PROJECT MANAGEMENT- Monthly progress reports, tracking and managing the budget variance based on actual versus budgeted, maintaining the overall schedule, and coordination of subconsultants. Durations assumed for this contract are as follows: • Design Completion: 6 months • Construction Duration: 5 months • Warranty Period: 12 months 1.2 PROGRESS MEETINGS - Monthly progress meetings will be held to discuss the work conducted and by whom during the month, budget and schedule status, and work to be completed next. 1.3 COMMUNICATIONS - Project management will include general communication among Design-Builder and Boynton staff members for overall facilitation, and to manage delivery of the project on time and within budget. TASK 2 —EARLY WORK PACKAGES/ODP PROCUREMENT Identification and solicitation of eligible items for procurement by the Owner. Design-Builder will be responsible for the prepurchase advertisement, distribution of the request for Scope of Services Lift Station 317 Rehab Phase 2 Preconstruction Services Boynton Beach Lift Station 317 proposals, receipt of proposals, issuance of purchase orders, review and approval of submittals, and release for fabrication. TASK 3—DESIGN COMPLETION 3.1 COMPLETE DESIGN DOCUMENTS Under this task, Design-Builder will advance the design from the current Guaranteed Maximum Price stage of completion to the level required for the City Building Department's permitting and construction. It is assumed that no more than two (2) submittal packages will be prepared. The following services will be performed and/or evaluated to complete design: • Minimum day flow conditions for the turndown capacity of the pumps (Main station) and size and volume of the wetwell (Gravity Station) will be evaluated. • Geotechnical investigation for the gravity lift station. Design-Builder will complete an engineering analysis and develop design/build level drawings and specifications for the following: • Site/civil drawing: to include landscaping, site lighting, odor control system location, and FPL transformer and secondary power feed locations and duct bank runs. • At grade facility floor plan to depict: electrical room, restroom, entry corridor, and realignment of stairs into the wetwell. • Electrical room enlarged plan: a layout of the electrical switchgear and VFDs. • Electrical primary power supply coordination with FPL. • Pump room enlarged plan to depict: pumps, discharge piping and valving, new magnetic flow meter and new header. • Wetwell mezzanine enlarged plan: to include structural drawing show enclosure of current opening into wetwell with aluminum covers. • Odor control system enlarged plan view: to include layout for packaged odor control system and routing into building of ductwork for wetwell fresh air supply and return. • HVAC section drawing to include: ventilation of access space to wetwell with fresh air supply and return • HVAC enlarged plan to include; air conditioning of electrical room and ventilation of entry corridor • Plumbing enlarged plan to depict: supply of protected water to restroom, discharge of restroom wastewater into wetwell • Fire protection: we have assumed that fire protection will not be required. • l&C: development of process control descriptions to be used by the SCADA integrator (assumed to be procured as a subconsultant to PCL). • Gravity station plan and section. • Architectural: No architectural drawings are anticipated to be required. 2 Scope of Services Lift Station 317 Rehab Phase 2 Preconstruction Services Boynton Beach Lift Station 317 3.2 CONSTRUCTABILITY,VALUE ENGINEERING,AND ALTERNATE ASSESSMENT The following reviews will be performed by the Design-Builder through the process: • Constructability review and recommendations • Value Engineering assessment including recommendations and pricing for potential alternate designs, systems, materials, and methods • Provide options to gain efficiency in project delivery. • Advise on proposed site use and improvements, selection of materials, and equipment. • Advise on availability of labor and materials. • Advise on potential long lead equipment to facilitate advanced progression of specific equipment technical specifications. 3.3 SCHEDULING PCL will maintain a project schedule in P6 format and will provide monthly updates. The detailed estimate will be used to identify: • Preliminary construction planning and scheduling. • Estimated permitting durations and deliverables based on known items and recommendations from Owner. • Time requirements for procurement, installation, and construction. • Identification &tracking log for long lead items. • Overall preconstruction and construction timeframes. 3.4 FINAL PROJECT PRICE VALIDATION Subsequent to the 100% design a final price model will be compiled for the project. This model will rectify final design with the GMP that was submitted at 30%and will be used to identify final contingencies for the project. Any buyout identified during the final price model will be rolled into the contingency. 3.5 MAINTENANCE OF PLANT OPERATIONS PLANNING PCL will update all MOPO plans as the design evolves and will coordinate in specific work sessions with station operators to confirm acceptance. TASK 4—PERMITTING SERVICES Design-Builder shall prepare signed documents for submission to the following permitting agencies. Design-Builder will respond to comments and modify design to accommodate 3 Scope of Services Lift Station 317 Rehab Phase 2 Preconstruction Services Boynton Beach Lift Station 317 comments. Any additional changes resulting from permitting review and comment will be identified and reimbursed from contingency. • City of Boynton Beach Building Department • Florida Department of Health • Florida Department of Transportation Additionally, Design-Builder will submit final documents and obtain all necessary permits for construction. TASK 5—ENGINEERING SERVICES DURING CONSTRUCTION Design-Builder will be responsible for the following Engineering Services during construction: • Review and approval of all product data and shop drawing submittals. • Factory testing: • We have assumed that no factory testing will be required. • Site visits and routine inspections: • A total of 20 inspections with an average of four inspections per month for a construction period of five months has been assumed. • Startup and commissioning: • Onsite commissioning assistance will be provided as follows: • One visit prior to energizing of switchgear (1 day onsite plus travel). • One visit for generator testing (1 day onsite plus travel). • One visit to observe the operation of the odor control system (1 day onsite plus travel). • One visit for startup of the main lift station and one visit for startup of the gravity station pumps (4 days onsite plus travel). • SCADA checkout: • This will be performed by the Integration subconsultant, no additional Engineering Services will be provided for this scope. • Substantial and final completion walkthroughs: • One day onsite for development of a punch list at substantial completion. • One day onsite for a walkthrough to verify completion to certify final completion. • Record drawings: • Design-Builder will prepare final record drawings based on onsite redline information. • O&M manual: • No composite O&M manual will be provided. Individual O&M Manuals as provided by equipment manufacturers will be turned over to Owner. • Warranty assistance: 4 Scope of Services Lift Station 317 Rehab Phase 2 Preconstruction Services Boynton Beach Lift Station 317 • An average of 12 hours per month for 12 months to provide miscellaneous Engineering support during the warranty period has been included. COMPENSATION Design-build Team Billable Rates: Design-Builder Rate Principal-in-Charge $235.00 Preconstruction Manager $225.00 Construction Manager $185.00 Project Engineer $135.00 Project Administration $ 75.00 Chief Estimator $185.00 Estimator $150.00 BIM Modeler $125.00 HSE Supervisor $120.00 Superintendent $175.00 Foreman $ 95.00 Design Consultant Rate Principal $279.00 Design Manager/Project Manager $279.00 Project Engineer/Senior Engineer $257.00 Senior Mechanical Engineer $279.00 Project Support/Engineer $162.00 Hydraulic Modeling $202.00 Senior Electrical Engineer $257.00 Electrical Engineer $202.00 Project Engineer(Process) $202.00 HVAC/Senior Mechanical Engineer $257.00 HVAC Engineer $202.00 Senior Structural Engineer $257.00 Structural Engineer $202.00 CADD/Designer $160.00 Project Administration $105.00 Services performed will be reimbursed as follows: • Charges will be invoiced monthly as a percent complete. PROJECT SCHEDULE The City and the Design-Build team upon agreement of the goals, objectives, and scope will develop milestones for each assignment if necessary. The overall schedule for this work order is estimated for 6 months after notice to proceed. 5 I 1 d 1 1 I d I I I I y I ....... e.......Y_ I d d d d d d .d d d d d [ .+,' Ir . l IS ram ml 1s ,rr.r al IS l°065700 I .....,.... ,+a..,,..r ..........�.p.,.� . m + ,. ,+ n . o • U.' r - An IMI 306 Ai 00 , w.s WOO _ .r....rys•••••,.. I d d +d d +4 d d d d d d = I. - I rr .r.om1 1, n,mml Ir ...ravel linist 11 1 •••••+..1...e.* I d d d d d d d d d d d I d Ir - I I, - I Ir ®rami Ir .rosserol 1111.11110. •. .4-4-4.44•+•44444 l d d 4 d 4 4 4 4 4 4 4 1 4 I. - I Ir - I I - I Ir - I soaroru I 01 •.I MI 01 W 001 •I ol N W a ® It 4 I IS osaoo.00I IS o,000,m.oaI IS1..4,5,171.00 I -- I I I I I 1 I I I I I I I = I I I I I, 1 I, I I, "•m"mui.•+••.a'o.mnowam I 4 4 4 4 d 4 4 d 4 4 4 1 d 10 - I I, 1 I. • 1 10 • 1 I• - I *ins I.r...rom I 4 r'4 .d 4 .4 ,.I +4 4 d 4 4 I •+4 IS - I I, I 171=21 11 I51EES,770. I -e.,w....,..,r.e...,anw o.w s.....m.4.,....<°.v.....l,a.w,v.l...."......" Efffil 1:11 I ,I il F. I * A. F 0.• P Ir P I. P P. IF. P. P PF Ir OF I My T.F.1•••••.•••••••• i 51 1- Si 1 'Ii 11/1 i 1. I. P 0 P P P P P P P P P P 0 P I r.-P.i-..................... 1:=1 it3=3 I IC; I I 1 I II I I I I I I I I I I 1...,,,,it1 P I11 11 W.i lii. ie. Pat Is P.. Is. PF 1,0 P. FA IF, Ir P.. Ira P. I ....ni L ill - SI I - $1 li I. p p p r P p I. • P. P 0 P P 0 P I ............. _,. :.' : — _ _‘. • ' F•FgEllil II IF... Si IF P$F SI P,.. I P F ^ . F F. .., F .. .0 F J. ... - ,.. .......... C SI _ sr.. 1 1...• t ••,... , '" r r $. F F A r .. p, " . . 0, ... F .. ,___,............................... Irmo II IMO. 51 '.5.6, ',. I P qP _ h_ __0____N___ ' ' ..m... .4.0.1.11.1.1.1.1•V ---r. -..- ,, a ,_ Ir nitro 5 .0.. r H oreo• 1 , • P . • I* p . 'a p . r P P, r r• 0, P. 0. A F P,, IF I .......... ................. F ----$. L , ......... ,.. ---------....- . . F F a p. F. F loaves, $1 Wag= 1,.... ti . 1 r. F. I. I. 1 F 0 0 P. IF IF I .......... Pgalagilialit ,....rnI IF P 0 IF h P• P. P. I. P. P. P P I. * IF I 0 g 11 ..1 • r ,,' ..4 ' 0 10 1...'. .... ..... . =;f 1 .::: r 0 ................=........, ii ..... ..... —. ....... ..r...= ... ........ ......T.a........... ...r.. ... ..... ..... ...... ................................ ;a. ....... ..1.....1*.....1[..141.1.11,1104...... ......, ............ Lift Station 317 Rehab PCL ) = Guaranteed Maximum Price °a P CONSTRUCTION Contract No.: 013282121 TAB 7 VENDOR QUOTATIONS OMERSINO I OGLOBAL PUMP A MERSINO COMPANY Invoicing Address: PCL Construction Services, Inc. PCL Construction Services,Inc. 6700 Forum Drive Ste. 100 6700 Forum Drive Ste. 100 Orlando FL 32821 Orlando FL 32821 United States United States t. +1480-829-6333 Shipping Address: PCL Construction Services,Inc.,58680- Project Address Master Station 317 Boynton Beach Blvd Boynton Beach FL United States Project # 58680 Quotation # S10229 Quotation Date: Expiration: Salesperson: 09/18/2024 10/18/2024 Zachary Groner Pricing Description Quantity Unit Price Amount MOBILIZATION 1.00 Units $350.00 $350.00 DEMOBILIZATION 1.00 Units $350.00 $350.00 Total $700.00 Rental Pricing Quantity Name Unit Price Period Subtotal 1.0 BYPASS SYSTEM RENTAL(8" UNITS w/8" HOSE AND FITTINGS) $8,467.00 Month $8,467.00 Total per period $8,467.00 Remit payments to: Mersino Dewatering, LLC P.O. Box 675406 Detroit,MI 48267-5406 Page: 1/3 OMERSINO I OGLOBAL PUMP A MERSINO COMPANY Equipment List Name Quantity Shift 8"GLOBAL STANDARD TRASH PUMP - SG 1.0 Single 8"GLOBAL STANDARD TRASH PUMP 1.0 Single 8"X 10'QD STEEL PIPE 2.0 8"X 20' QD STEEL PIPE 2.0 8" QD 90 DEG ELBOW 2.0 8" FQD X FLANGE 2.0 8" MQD X FLANGE 2.0 8"X 10'QD CRIMPED SUCT HOSE 2.0 8"X 20'QD CRIMPED SUCT HOSE 2.0, 8" MQD TEE- MQD X MQD X FQD 1.0 8" CHECK VALVE X FLANGE 2.0 FLOAT ASSY- START/STOP-TWO 50' FLOATS 2.0 TERMS&CONDITIONS Unless stated otherwise: Quotations are only valid for 30 days; pricing does not include any applicable taxes or fees; rental time frame is based upon three days equaling one week and three weeks equaling one(28-day) month; and any quantities mentioned in the pricing schedule are only estimated and will be billed per the actual quantities provided. Payment terms are net 30. By agreeing to this quotation,you agree and accept the full terms and conditions located at https://apps.mersino.com/terms/Rental-Gen-T-and-C.pdf uthorized Si:nature and Title Date Remit payments to: Mersino Dewatering, LLC P.O. Box 675406 Detroit, MI 48267-5406 Page:2/3 OMERSINOfl I OGLOBAL PUMP A MERSINO COMPANY Printed Name Remit payments to: Mersino Dewatering, LLC P.O. Box 675406 Detroit, MI 48267-5406 Page:3/3 O United Rentals. 11111111111 1111111111 1111111111 RENTAL QUOTE BRANCH 02F 1860 MARTIN LUTHER KING JR BLV # 23853895 7 RIVIERA BEACH FL 33404-7105 561-881-7368 561-881-7004 FAX Customer # : 450403 Quote Date : 09/09/24 d BOYNTON BEACH WTP Estimated Out : 10/02/24 09:00 AM 1.) Estimated In : 10/30/25 09:00 AM 1527 BOYNTON BEACH BLVD UR Job Loc : 1527 BOYNTON BEACH B BOYNTON BEACH FL 33436 Customer Job ID: 365 A P.O. # b Office: 480-829-6333 Requested By : TONY SPERA Written By SHAUN SAUNDERS Salesperson PCL CONSTRUCTION INC TEMPE 1711 W GREENTREE DR STE 201 TEMPE AZ 85284-2717 This is not an invoice Please do not pay from this document RENTAL ITEMS: Qty Equipment Description Minimum Day Week 4 Week Estimated Amt. 1 2331650 FORKLIFT VARIABLE REACH 10000# 50'-62' 700.00 1,650.00 3,350.00 47,600.00 1 9021020 BACKHOE/LOADER 60-90HP 4WD 280.00 746.00 1,741.00 24,654.00 1 9051095 EXCAVATOR 53000-59999# LONG REACH 1,200.00 2,950.00 7,500.00 106,200.00 Rental Subtotal: 178,454.00 SALES/MISCELLANEOUS ITEMS: Qty Item Price Unit of Measure Extended Amt. 1 DELIVERY CHARGE 300.000 EACH 300.00 1 PICKUP CHARGE 300.000 EACH 300.00 Sales/Misc Subtotal: 600.00 Agreement Subtotal: 179,054.00 Tax: 10,857.24 Estimated Total: 189,911.24 COMMENTS/NOTES: CONTACT: TONY ROACH CELL#: 602-370-1540 *****************************************************************a**** CUSTOMER MUST CALL FOR PICK UP AND REQUEST OFF RENT NUMBER. WE ARE UNABLE TO PRE ARRANGE PICK UPS. RENTAL RATES BASED ON SHIFT TIME AS FOLLOWS, 8 HOURS = DAY, 40 HOURS = WEEK, 160 HOURS = MONTH KEYS NOT RETURNED WILL BE BILLED AT, $15.00 EACH. CUSTOMER IS RESPONSIBLE FOR ALL DAMAGE TO TIRES. CLEANING CHARGES WILL APPLY TO EQUIPMENT RETURNED WITH EXCESSIVE DIRT. CUSTOMER IS RESPONSIBLE TO VISUALLY INSPECT EQUIPMENT ON DELIVERY/PICK UP WITH A UNITED REPRESENTATIVE. ********************************************************************** ********************************************************************** CUSTOMER MUST CALL FOR PICK UP AND REQUEST OFF RENT NUMBER. WE ARE UNABLE TO PRE ARRANGE PICK UPS. RENTAL RATES BASED ON SHIFT TIME AS FOLLOWS, 8 HOURS = DAY, 40 HOURS = WEEK, 160 HOURS = MONTH KEYS NOT RETURNED WILL BE BILLED AT, $15.00 EACH. CUSTOMER IS RESPONSIBLE FOR ALL DAMAGE TO TIRES. CLEANING CHARGES WILL APPLY TO EQUIPMENT RETURNED WITH EXCESSIVE DIRT. CUSTOMER IS RESPONSIBLE TO VISUALLY INSPECT EQUIPMENT ON DELIVERY/PICK UP WITH A UNITED REPRESENTATIVE. ********************************************************************** This proposal may be withdrawn if not accepted within 30 days.The above referenced Rental Protection Plan,environmental,and tax charges are estimates and are subject to change. NOTICE This Is not a rental agreement. The rental of equipment and any Items listed above Is subject to availability and subject to the terms and conditions of the Rental and Service Agreement,which are available at https://www.unitedrentals.comilegal/rental-service-tenns-US and which are Incorporated herein by reference. A COPY OF THE RENTAL AND SBWICE AGREEMENT TERMS ARE AVAILABLE IN PAPER FORM UPON REQUEST. Page: 1 OMERSINOfl I OGLOBAL PUMP A MERSINO COMPANY Invoicing Address: PCL Construction Services, Inc. PCL Construction Services,Inc. 6700 Forum Drive Ste. 100 6700 Forum Drive Ste. 100 Orlando FL 32821 Orlando FL 32821 United States United States t. +1480-829-6333 Shipping Address: PCL Construction Services, Inc.,58633- Project Address Station 317 Boynton Beach United States Project # 58633 Quotation # S10225 Quotation Date: Expiration: Salesperson: 09/18/2024 10/18/2024 Zachary Groner Pricing Description Quantity Unit Price Amount FREIGHT/SHIPPING 1.00 $750.00 $750.00 Units [12GSTAPICT4S1SG] 12"GLOBAL STANDARD TRASH AUTOMATIC 1.00 $128,093.00 $128,093.00 PRIMING PUMPSET TO 28' BY UTILIZATION OF VENTURI /COMPRESSOR Units COMBINATION SYSTEM,CAST IRON PUMP END, POWERED BY A TIER 4, C4.4- 174 HP CAT ENGINE,SKID MOUNTED/SOUNDGUARD UNIT Total $ 128,843.00 TERMS&CONDITIONS Payment terms are net 30. By agreeing to this quotation,you agree and accept the full terms and conditions located at https://apps.mersino.com/terms/Conditions-of-Sale.pdf Remit payments to: Mersino Dewatering, LLC P.O. Box 675406 Detroit,MI 48267-5406 Page:1/2 OMERSINO I it3GLOBAL PUMP A MERSINO COMPANY Authorized Signature and Title Date Printed Name _ Remit payments to: Mersino Dewatering, LLC P.O. Box 675406 Detroit, MI 48267-5406 Page:2/2 OUnited Rentals. RENTAL QUOTE TRENCH SAFETY BRANCH A19 808 NW 12TH AVE # 238235903 POMPANO BEACH FL 33069-2016 954-545-9770 954-545-9074 FAX Customer # : 450403 Quote Date : 08/30/24 41 BOYNTON BEACH WTP Estimated Out : 10/02/24 09:00 AM Estimated In : 10/30/24 01:00 PM ..1 1527 BOYNTON BEACH BLVD UR Job Loc : 1527 BOYNTON BEACH B M BOYNTON BEACH FL 33436 UR Job # : 365 Customer Job ID: P.O. # : TBD c Office: 480-829-6333 Requested By : TONY SPERA h Written By : ROBERT OSULLIVAN Salesperson : ROBERT OSULLIVAN PCL CONSTRUCTION INC TEMPE r 1711 W GREENTREE DR STE 201 TEMPE AZ 85284-2717 This is not an invoice Please do not pay from this document RENTAL ITEMS: Qty Equipment Description Minimum Day Week 4 Week Estimated Amt. 2 9418419 TRENCH BOX 8' X 12' (4" SKE) 221.00 513.00 1,432.00 2,864.00 8 940/5506 SPREADER BAR (KIT) 8" X 4' 5.00 14.00 34.00 272.00 32 940/5655 8" SPREADER BAR (LINEAR FEET) 16 940/9605 SPREADER PIN KEEPERS N/C 16 941/8101 SPREADER BAR PIN 10" N/C 2 941/8103 STACKING PINS FOR STEEL BOXES 5.00 7.00 9.00 18.00 Rental Subtotal: 3,154.00 SALES/MISCELLANEOUS ITEMS: Qty Item Price Unit of Measure Extended Amt. 1 DELIVERY CHARGE 100.000 EACH 100.00 1 PICKUP CHARGE 100.000 EACH 100.00 Sales/Misc Subtotal: 200.00 Agreement Subtotal: 3,354.00 Tax: 220.78 Estimated Total: 3,574.78 COMMENTS/NOTES: CONTACT: TONY ROACH CELL#: 602-370-1540 This proposal may be withdrawn if not accepted within 30 days.The above referenced Rental Protection Plan,environmental,and tax charges are estimates and are subject to change. NOTICE This is not a rental agreement. The rental of equipment and any items listed above is subject to availability and subject to the terms and conditions of the Rental and Service Agreement,which are available at https://www.unitedrentals.com/legal/rental-service-terns-US and which are Incorporated herein by reference. A COPY OF THE RENTAL AND SERVICE AGREEMENT TERMS ARE AVAILABLE IN PAPER FORM UPON REQUEST. IIIINVPDF Page: 1 Date Estimate # Quotation and Contract 6/21/2023 TJP-23-349 40 PRECAST Project Name 6600 NW 32 Avenue BOYNTON BEACH LIFT STATION Miami, FL 33147 Ph: (305) 696-7904 Fax: (305) 220-1019 Customer/Address PCL Construction Ph: (970) 319-4340 1805 Ponce de Leon Blvd., Suite 20,1Coral Gables, FL 33134 Fax: ( ) - email: tmmckibben@pcl.com Item Description Qty Unit Price Total WV WELL VAULT RC-60"X120" (DOOR ACCESS NOT INCLUDED) 1 6,616.68 6,616.68 WW PRECAST WET WELL STRUCTURE SQ-120"X120" (ACCESORIES, 1 57,016.29 57,016.29 ACCESS DOOR, PAINTS, BOOTS AND ADDITIVES NOT INCLUDED) 63,632.97 Page 1 of 2 Date Estimate # U Quotation and Contract 6/21/2023 TJP-23-349 PREG4ST Project Name 6600 NW 32 Avenue BOYNTON BEACH LIFT STATION Miami, FL 33147 Ph: (305) 696-7904 Fax: (305) 220-1019 Customer/Address PCL Construction Ph: (970) 319-4340 1805 Ponce de Leon Blvd., Suite 20,1Coral Gables, FL 33134 Fax: ( ) - email: tmmckibben@pcl.com TJ Precast Corp. is a manufacturer of pre-cast contract products. Payments are due upon the terms stated on this invoice / quote, regardless of the terms of any Contract under which the Customer may be performing works. Sales taxes are not included in the prices shown above. These prices are F.O.B. Jobsite location. Prices quoted herein are tendered based on the entire purchase of all quoted products shown in this estimate and are valid for 30 calendar days.After this time, prices may change. TJ Precast reserves the right to withdraw this proposal. Resale items (rings, covers, grates, frames, etc.) are subject to price modification by our supplier. Should this occur, the prices quoted herein will be adjusted accordingly. Cast iron products will be furnished unpainted. Structural calculations and the signature, seal and certification by a FL Licensed Professional Engineer are not included in these prices. Shop drawings will be produced only upon receipt of an executed/signed proposal by a duly authorized representative of the Customer. Before any structures are put in production,the Customer must submit in writing a desired production/delivery sequence request. Deliveries are only performed Mondays through Fridays between 7:00 AM and 3:30 PM. Deliveries outside this schedule may be accommodated, subject to additional charges and only provided they are requested at least 72 hours in advance. Materials must be off-loaded by the Customer, within 1 (one) hour of arrival at the agreed delivery site. After this time, an hourly rate of$225 will be applied for each hour or fraction thereof that the offloading is delayed. Specially fabricated items cannot be returned. Stock items may be returned subject to a 15% restocking fee. TJ Precast can only store requested products for up to 60 days from their production date. Any structure not delivered by this time will incur a $50 charge per week or fraction thereof. All deliveries are subject to a fuel surcharge. Accepted on Behalf of Buyer Accepted on Behalf of Seller Tittle Quoted By Date Date Page 2 of 2 Quote Number: KTX-11047JT January 31,2023 certified WBEN OWNED WOMEN'S BUSINESS ENTERPRISE .JNE G STGPPIN /4G Koppl Pipeline Services,Inc. •Gulf Coast KOP PL Phone 346-600-3390•jarred@koppl.com CCL#844802 AZCL#ROC216719 NVCL#0060642 / tiF SEP\I\G- Hot Tapping (TS&V) Service Estimate PCL Construction Anthony Roach Job Name: Boynton Beach LS 317 Lift Station Upgrades-Boynton Beach FL Koppl Pipeline Services will provide: Stainless Steel tapping sleeve with SS hardware, FLG x MJ gate valve. installation of materials, pressure test, and the hot/wet tap. All taps to be completed on the same mobilization. All materials are in stock and on our shelves at all times. Qty Pipe Size/Tap Size Pipe Type Tapping Sleeve/Valve 1 20"x 6" DIP/CIP/PVC/AC Stainless Steel/FLG x MJ 1 16"x 6" DIP/CIP/PVC/AC Stainless Steel/FLG x MJ 1 12"x 8" DIP/CIP/PVC/AC Stainless Steel/FLG x MJ TOTAL $18,877.32 • Mobilizations: Koppl will allow (1) mobilization to the jobsite per each TS&V(tap)and line stop. Additional mobilizations will be $3,250.00 per trip. If the technician is enroute prior to cancellation a mobilization charge will apply. All taps are quoted to be performed on the same mobilization. • Standby Charges 7am to 7PM: $175.00 per tech per hour • Standby Charges 7pm to 7am: $250.00 per tech per hour • Equipment Standby Charges: $950.00 equipment charge will apply if tapping equipment is onsite and not needed. • OSHA Safe Excavation • Ladder • 2 Laborer for Assistance/ Hole Watch • Liftin• E•ui•ment Qty Size Pipe Type Single Line Stop TOTAL Line Stop Equipment charges: Days allowed ( 2) Begin at 7pm on the 3rd day. 1 16" DIP/CIP/PVC/AC $18,445.00 $18,445.00 $950.00 Per day per each line stop starting at 5pm on the 2nd day. Koppl cannot guarantee a 100%seal due to internal pipe conditions such as tuberculation, debris, or out of round piping. • Days Allowed: Koppl will allow line stopping equipment to be on to the pipe for(2) days. Daily overnight equipment charges of $1,000.00 per day will begin at 5pm on the 2nd day. Discounts will not be given if line stops are removed earlier than expected. • Standby Charges 7am to 7PM: $175.00 per tech per hour • Standby Charges 7pm to 7am: $250.00 per tech per hour • Equipment Standby Charges: $1,250.00 per day per each set of equipment onsite not being used due to contractor delays. • Concrete Encasement: Customer is responsible for encasing the line stop fitting in concrete Job Name: Boynton Beach LS 317 Lift Station Upgrades-Boynton Beach FL 10/15/2024 Koppl Pipeline Services, Inc. •Texas Phone 346-600-3390 •iarred©koppl.com • www.koppl.com o CIP/AC pipe types the line stop fitting must be encased in concrete o 24"and larger line stops the line stop fitting must be encased in concrete o Out of round pipe:Piping must be within the manufacturers tolerance of+/- • OSHA Safe Excavation *Includes all taxes and delivery of material unless otherwise noted. *Koppl does not supply Mega-Lugs.Customer is responsible for connection to the Mi side of the gate valve. 3/4"Corps are not include in the TS&V price.An additional charge of$175.00 will apply if corp is required prior to making the tap. Customer Delays: Delays caused on the jobsite that are of no fault of Koppl Pipeline Services will be billed at$175.00 per hour per technician 7am to 7pm and $250.00 per tech per hour 7pm to 7am, plus any applicable overtime. Coupon Retention: Koppl Pipeline Services uses the latest technology for coupon retention, yet there is no guarantee of its retrieval. All costs associated with retrieving the coupon will be the responsibility of the customer. Payment Terms: Net 30—Pending Credit Approval Customer Acknowledgement Customer has reviewed and agreed upon the above estimate for the work described herein. Customer is aware of the fact that job parameters may change and extra charges may occur. If the job scope changes upon our arrival, customer is entitled, at customer's request, to receive a revised estimate. Signatures below indicate acknowledgement and acceptance of this estimate and additional references, along with its standard terms and conditions. Thank you in advance for considering Koppl Pipeline Services for your hot tapping, line stopping, pipe freezing, and valve insertion needs. Authorized Koppl Representative: Jarred Tompkins EVP of Sales 346-600-3390 jarred@ koppl.com Additional References Site Preparation Customer is responsible for safe preparation of the work site.For underground work,this may include traffic control,excavation,shoring,permits,etc.For work performed inside of a building or other structure,safe access to the work area must be provided,such as scaffolding,a manlift,or ladders.Please contact your sales representative for detailed requirements depending on the work to be performed. Pipe Information Customer must provide accurate dimensional information for the pipe in which the line stopping operation will occur.This will include type of pipe,class,outside diameter, inside diameter,pressure,temperature,etc.If the information is found to be inaccurate at the time the work begins,a re-quote may be required.A brief summary of the work to be performed while the line stop is in line should also be provided. Thrust Restraint Any type of thrust restraint that is required to properly prevent pipe movement shall be provided by the customer.Any engineering necessary for the design of the restraint shall also be the responsibility of the customer. Equipment Support Block Support of our equipment at the line stopping or tapping location may be required.This typically consists of a concrete support block placed under and around our line stop or tapping fitting to carry the loads imposed on the pipe by our equipment.Consult with your sales representative for clarification. Suspension of Flow Customer must provide suspension of flow at the time the line stop head is inserted into the line.Pressure may be maintained,but flow must be stopped.Consult with your sales representative for clarification. Chlorination It will be the customer's responsibility to provide any chlorination services that may be required.This applies to any equipment,bypasses,or fittings that are related to the line stop process.Requirements for flushing must be discussed before prior to the line stop being scheduled. Blow Down and Draining After the line stops have been set,it will be the customer's responsibility to blow down the line and drain its contents in a safe and controlled manner. Leakage Due to various internal piping conditions,a 100%seal on the line stop may not be possible.Koppl will attempt to obtain the best seal attainable given the conditions,but no guarantee can be made as to the quality of the line stop.The customer must be prepared for containing and working with any leakage that may occur.Consult with your sales representative for clarification. Job Name: Boynton Beach LS 317 Lift Station Upgrades-Boynton Beach FL 10/15/2024 Koppl Pipeline Services, Inc. •Texas Phone 346-600-3390•jarred(&kopDl.com •www.koppl.com Equalization Equalization of pressure on both sides of the line stop location is required prior to removing the line stop head.A means of equalization must be provided. Duration of Line Stop The line stop shall remain in line for the duration stated above.If additional days are required,additional equipment charges may apply. Pipe Coating Prior to our arrival on site,the customer is responsible for removing any existing coating on the pipe.This includes insulation,tape wrap,concrete,tar coating,etc.Any coating containing asbestos will need to be abated before we can begin any work on site. Welding If Koppl Pipeline Services is to provide welding services,connection of a welding machine may be necessary.An electrician must be available to connect our portable welding machine to a suitable power source(208 or 480 3-phase,minimum 20 amp breaker).Our truck mounted welding machine may be used if we can park within 200 feet of the job location.If Koppl provides a welder,the customer must provide a fire watch. Stand-By Time and Overtime Delays beyond our control will be subject to a charge of$175.00 per man/per hour for straight time$250.00 per man/per hour for overtime,after hours,holiday,or emergency projects plus any applicable overtime. Coupon Retention Koppl Pipeline Services uses the latest technology for coupon retention,yet there is no guarantee of its retrieval.All costs associated with retrieving the coupon will be the responsibility of the customer. C900 and PVC Piping On certain systems,C900 piping might have a tendency to crack and catastrophically fail.Although Koppl follows all industry standard tapping procedures when tapping into C900,there is no way to determine the integrity of the pipe being tapped.If a failure should occur,Koppl shall be relieved of all liability related to the incident. Prevailing Wage&Project Labor Agreements KOPPL PIPELINE SERVICES,INC.ISA NON-UNION CONTRACTOR.Customer must notify Koppl,in advance,of any requirement to be signatory to a union in order to comply with a site project labor agreement.We must also be notified to pay prevailing wage rates or to provide certified payroll reports.Requirement to do so shall warrant a requote. Pricing Pricing is based on the scope of work described.Any changes to this scope may change unit pricing or total pricing.Please contact us for a new quote if the quantities,sizes, or scope of work is modified. I have read the above additional references: Signature: Date: ON-STREAM SERVICES&PRODUCTS TERMS AND CONDITIONS GOVERNING TERMS THESE TERMS AND CONDITIONS ARE AN OFFER BY US TO YOU SUBJECT TO THE APPROVAL OF OUR CREDIT DEPARTMENT,AND MAY BE ACCEPTED ONLY ON THESE EXACT TERMS AND CONDITIONS. THE CONTRACT FORMED BY YOUR ACCEPTANCE OF THIS QUOTATION,OR BY YOUR REQUEST THAT WE ENTER A SALES ORDER FOR YOU,OR BY YOUR ACCEPTANCE OF A SHIPMENT FROM KOPPL PIPELINE SERVICES,INC PIPELINE SERVICES,INC WILL CONSTITUTE THE EXCLUSIVE,COMPLETE AND FINAL AGREEMENT BETWEEN KOPPL PIPELINE SERVICES,INC PIPELINE SERVICES,INC AND YOU AND THERE ARE NO OTHER AGREEMENTS,REPRESENTATIONS, PROMISES,OR STATEMENTS BETWEEN US EITHER EXPRESSED OR IMPLIED. IF YOU ISSUE A DOCUMENT OF YOUR OWN,THIS DOCUMENT SHALL SUPERSEDE THE TERMS AND CONDITIONS OF YOUR DOCUMENT. ALL TERMS AND CONDITIONS,DISPUTES AND LEGAL ACTIVITIES SHALL BE CONDUCTED IN AND INTERPRETED BY THE JURISDICTION AND LAWS OF THE STATE OF CALIFORNIA,LOS ANGELES COUNTY. SHIPMENT DELIVERIES SHALL BE MADE IN ACCORDANCE WITH A DELIVERY SCHEDULE,WHICH MAY BE REVISED BY MUTUAL AGREEMENT TO ADJUST TO JOB CONDITIONS OR MANUFACTURING REQUIREMENTS. WE CANNOT GUARANTEE PRECISE DELIVERY OR INSTALLATION DATES AND SHALL NOT BE RESPONSIBLE FOR DELAYS IN DELIVERIES,NOR LIABLE FOR ANY LOSSES,EXPENSES OR DAMAGES,INCLUDING LIQUIDATED DAMAGES OR PENALTIES OF ANY KIND,WHICH YOU OR YOUR CUSTOMER MAY INCUR. ACCEPTANCE OF DELIVERY BY YOU CONSTITUTES CONFIRMATION OF YOUR ACCEPTANCE OF THE DELIVERY SCHEDULE AGAINST WHICH THE DELIVERY WAS MADE. UNLESS STATED OTHERWISE IN THE QUOTATION,SHIPMENTS ARE QUOTED F.O.B.OUR DOCK OR OUR VENDOR'S DOCK. PRICES,PAYMENT AND TAXES PRICE DOES NOT INCLUDE ANY STATE,FEDERAL,OR LOCAL TAXES UNLESS SPECIFICALLY NOTED. TERMS OF PAYMENT ARE STATED ON THE QUOTATION. OUR TERMS OF SALE DO NOT PERMIT OR ALLOW THE WITHHOLDING FROM PAYMENT OF ANY PERCENTAGE OF DOLLAR AMOUNT DUE AND PAYABLE TO KOPPL PIPELINE SERVICES, INC PIPELINE SERVICES,INC BECAUSE THE OWNER OR FINANCING AGENCY WITHHOLDS FUNDS AS RETENTION,OR FOR SOME OTHER REASON,UNTIL SOME FUTURE CONDITION IS FULFILLED. ALL FUNDS RECEIVED BY YOU OR PAYABLE TO YOU FOR SATISFACTION OF THE AMOUNT DUE KOPPL PIPELINE SERVICES,INC PIPELINE SERVICES,INC HEREUNDER SHALL BE HELD AS A TRUST FUND FOR PAYMENT OF YOUR OBLIGATIONS TO KOPPL PIPELINE SERVICES,INC PIPELINE SERVICES,INC,AND SHALL NOT BE APPLIED TO OTHER PURPOSES UNTIL YOUR OBLIGATION TO KOPPL PIPELINE SERVICES,INC PIPELINE SERVICES,INC IS SATISFIED. PAYMENT SHALL BE IN UNITED STATES OF AMERICA DOLLARS. NO BACKCHARGES,WITHHOLDING OR DEDUCTS OF ANY KIND ARE ALLOWED. PRICES ARE SUBJECT TO INCREASE TO COMPENSATE FOR ANY INCREASE IN OUR COSTS DUE TO NEW OR INCREASED TAXES OR GOVERNMENTAL REGULATORY MEASURES. PRICES ON THE QUOTATION ARE BASED ON THE QUANTITIES GIVEN. ANY QUANTITY CHANGES OR OTHER ORDER MODIFICATIONS MAY RESULT IN PRICE CHANGES. EXCEPT AS ABOVE NOTED,PRICES ON THE QUOTATION ARE VALID FOR A PERIOD OF THIRTY DAYS AFTER THE DATE OF THE QUOTATION UNLESS A SPECIFIC VARIANCE IS GRANTED ON THE ATTACHED QUOTATION. Job Name: Boynton Beach LS 317 Lift Station Upgrades—Boynton Beach FL 10/15/2024 Koppl Pipeline Services, Inc. •Texas Phone 346-600-3390•jarred@koppl.com •www.koppl.com INDEMNITY FOLLOWING DELIVERY OR KOPPL PIPELINE SERVICES,INC PIPELINE SERVICES,INCS INSTALLATION,YOU EXPRESSLY AGREE TO INDEMNIFY AND HOLD KOPPL PIPELINE SERVICES,INC HARMLESS FROM ANY AND ALL LOSS,COST,LIABILITY OR EXPENSE,INCLUDING ATTORNEY'S FEES RELATING TO OR IN CONNECTION WITH ANY PROCEEDING,CAUSE FOR ACTION,OR ANY DAMAGE TO PERSONS OR PROPERTY INVOLVING THE USE,APPLICATION,TRANSPORTATION,STORAGE,DISPOSAL,OR YOUR'S OR OTHER'S INSTALLATION OF THE ITEMS ON THIS QUOTATION,OR SALES ORDER,OR SHIPMENT. FORCE MAJEURE KOPPL PIPELINE SERVICES,INC IS NOT RESPONSIBLE OR LIABLE FOR ANY DELAYS OR NONPERFORMANCE IN THE EVENT OF EARTH MOVEMENT,FIRE,FLOOD, EXPLOSION,THE ELEMENTS,OR OTHER CATASTROPHE,ACTS OF GOD,WAR,RIOT,CIVIL DISTURBANCE,STRIKE,LOCKOUT,REFUSAL OF EMPLOYEES TO WORK,LABOR DISPUTES,SHORTAGE,OR INABILITY TO OBTAIN RAW MATERIALS,INCLUDING ENERGY REQUIREMENTS,FAILURE OF CARRIERS TO DELIVER,IN THE EVENT OF ANY LEGISLATIVE,EXECUTIVE OR JUDICIAL ACT OF ANY GOVERNMENTAL AUTHORITY SUBSTANTIALLY AFFECTING KOPPL PIPELINE SERVICES,INC OPERATIONS,IN THE EVENT KOPPL PIPELINE SERVICES,INC SUSPENDS OR DISCONTINUES BUSINESS FOR ANY REASON,OR ANY OTHER REASON BEYOND THE CONTROL OF KOPPL PIPELINE SERVICES,INC. LIMITED WARRANTY LABOR AND PRODUCTS MANUFACTURED BY KOPPL PIPELINE SERVICES,INC ARE WARRANTED FREE FROM DEFECTS IN MATERIAL AND WORKMANSHIP FOR A PERIOD OF 365 DAYS FROM THE DATE OF SHIPMENT FROM KOPPL PIPELINE SERVICES,INC TO ANY LOCATION(MATERIALS)OR SERVICE. THE WARRANTY ON ITEMS NOT MANUFACTURED BY KOPPL PIPELINE SERVICES,INC OR SUBCONTRACTED SERVICES SHALL NOT EXCEED THE WARRANTY OF OUR SUBCONTRACTOR OR SUPPLIER OR HIS MANUFACTURER. IF DEFECT UNDER THIS WARRANTY APPEARS,KOPPL PIPELINE SERVICES,INC,AT ITS OPTION WILL REWORK OR REPLACE THAT ITEM OR REFUND THE PURCHASE PRICE OF THE DEFECTIVE PORTION,LESS AN ALLOWANCE FOR SERVICES RENDERED BY THE SERVICE OR PRODUCT PRIOR TO THE CLAIM,BUT IN NO EVENT WILL KOPPL PIPELINE SERVICES,INC BE RESPONSIBLE FOR CONSEQUENTIAL OR INCIDENTAL DAMAGES. THIS WARRANTY SHALL NOT APPLY TO ANY PRODUCT OR INSTALLATION WHICH HAS BEEN REPAIRED OR ALTERED BY ANYONE OTHER THAN KOPPL PIPELINE SERVICES,INC,OR WHICH HAS BECOME DEFECTIVE DUE IN TOTAL OR IN PART TO MISUSE,MISHANDLING,NEGLIGENCE OR CASUALTY,OR WHICH HAS BECOME DEFECTIVE IN TOTAL OR IN PART DUE TO NATURAL OR MAN-MADE EXPOSURE DAMAGE(EG.,POLLUTION CONTACT DAMAGE)OR ANY SEISMIC OR OTHER MOTIONS OF THE INSTALLATION OR ANY PRESSURE/THERMAL CYCLING OR HAS BEEN OPERATED CONTRARY TO MANUFACTURER'S INSTRUCTIONS. REMEDIES AVAILABLE TO AN OWNER FOR BREACH OF WARRANTY ARE EXPRESSLY LIMITED TO AN ACTION TO RECOVER FOR THE VALUE OF REPAIRS OR REPLACEMENTS DUE HEREUNDER OF OUR PRODUCT ONLY,AND KOPPL PIPELINE SERVICES,INCS LIABILITY FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES ARE HEREBY EXPRESSLY EXCLUDED TO THE FULL EXTENT PERMITTED BY APPLICABLE LAW. ANY SHORTAGES OR SHIPPING DAMAGE MUST BE REPORTED IN WRITING OR FAX TO KOPPL PIPELINE SERVICES,INC WITHIN THREE BUSINESS DAYS OF YOUR RECEIPT OF SHIPMENT. KOPPL PIPELINE SERVICES,INC MAKES NO WARRANTY THAT THE GOODS SOLD UNDER THIS CONTRACT ARE FIT FOR ANY PARTICULAR PURPOSE. THERE ARE NO WARRANTIES WHICH EXTEND BEYOND THOSE SET FORTH HEREIN. OTHER SPECIFIC WARRANTY EXCLUSIONS (1).ANY PRODUCT FAILURES OR DAMAGE DUE TO CORROSION. (2).THE FINISH ON THE PRODUCT. (3).IF THE PRODUCT IS NOT INSTALLED BY KOPPL PIPELINE SERVICES,INC,ANY SEAL LEAKAGE OR SEAL FAILURE FOR ANY REASON WHATSOEVER. (4).IF THE PRODUCT IS INSTALLED BY KOPPL PIPELINE SERVICES,INC,ANY SEAL LEAKAGE OR SEAL FAILURE,FOR ANY REASON WHATSOEVER,WHICH MAY OCCUR AT ANY TIME AFTER EITHER THE FIRST ACCEPTANCE OF AN INSTALLATION OR A FIRST PRESSURE TEST ACCEPTANCE,WHICHEVER OCCURS FIRST. EITHER VERBAL JOBSITE APPROVAL OR SIGNATURES ON KOPPL PIPELINE SERVICES,INCS FIELD WORK DOCUMENTS CONSTITUTE ACCEPTANCE. MISCELLANEOUS (1).ALL DOCUMENTATION SUBJECT TO CORRECTION OF STENOGRAPHIC ERRORS. (2).A FIELD REPRESENTATIVE MAY ASSIST YOU,HOWEVER THAT REPRESENTATIVE HAS NO AUTHORITY TO BIND KOPPL PIPELINE SERVICES,INC IN ANY MODIFICATION OF THIS AGREEMENT. KOPPL PIPELINE SERVICES,INC SHALL NOT BE HELD RESPONSIBLE FOR ANY INSTRUCTIONS OR TECHNICAL ADVICE IN CONNECTION WITH THE DESIGN AND/OR USE OF MATERIAL HEREUNDER. (3).KOPPL PIPELINE SERVICES,INC MAY REFER TO AND USE VARIOUS GENERALLY ACCEPTED CODES AND FORMULAS FOR DESIGNS. THIS IN NO WAY INDICATES OUR APPROVAL OR AGREE- MENT TO SUCH CODES OR FORMULAS. CITING ANY CODE,FORMULA,OR STANDARD IN NO WAY IMPLIES SUITABILITY OR USABILITY OF ANY PRODUCT FOR ANY SPECIFIC APPLICATION. (4).THIS AGREEMENT SHALL BE BINDING UPON AND INURE TO THE BENEFIT OF THE RESPECTIVE HEIRS,EXECUTORS,ADMINISTRATORS, RECEIVERS,LEGAL REPRESENTATIVES,SUCCESSORS AND ASSIGNS OF THE PARTIES HERETO. (5).ALL CHANGES IN THE THIS AGREEMENT/ORDER MUST BE IN WRITING,SHOWING THE ORIGINAL ORDER NUMBER AND THE CHANGE ORDER NUMBER. ALL COSTS FOR THE CHANGES IN THE ORDER WILL BE AT YOUR EXPENSE, SUBJECT TO THE TERMS AND CONDITIONS HEREIN. (6).INVOICING TO YOU FROM KOPPL PIPELINE SERVICES,INC WILL OCCUR AS SOON AS POSSIBLE AFTER THE DATE OF SHIPMENT OF OUR PRODUCT TO YOUR SITE OR REPRESENTATIVE,OR THE DATE OF ACCEPTANCE BY YOUR REPRESENTATIVE,WHICHEVER IS EARLIER,AND PAYMENT SHALL BE DUE PER THE TERMS OF OUR QUOTATION(BUT NOT LONGER THAN 30 DAYS AFTER DATE OF INVOICE)REGARDLESS WHETHER OR NOT ACTUAL SHIPMENT HAS BEEN MADE,UNLESS SUCH LACK OF SHIPMENT IS THE FAULT OF KOPPL PIPELINE SERVICES,INCS FAILURE TO ALLOW SUCH SHIPMENT OR TO FOLLOW OUR STANDARD SHIPPING PROCEDURES. FAILURE OF YOU TO PROVIDE SHIPPING INSTRUCTIONS OR TO AUTHORIZE SHIPPING SHALL NOT BE VALID REASON FOR YOU TO DELAY OR REFUSE PAYMENT. (7).AFTER OUR DATE OF INVOICE,IF WITHIN 30 DAYS WE HAVE NOT RECEIVED AUTHORIZATION OR WORKABLE INSTRUCTIONS TO SHIP,A STORAGE FEE,IN MONTHLY INCREMENTS EQUAL TO 2.75%OF THE INVOICE TOTAL,SHALL BE ASSESSED TO YOU AND PAYABLE BY YOU WITHIN 30 DAYS. FAILURE OF YOU TO PAY THIS STORAGE FEE ON TIME OR STORAGE WHICH LASTS LONGER THAN 12 MONTHS SHALL BE CONSIDERED TO BE ABANDONMENT BY YOU OF THE PRODUCT AND KOPPL PIPELINE SERVICES,INC SHALL BE FREE TO SELL OR OTHERWISE DISPOSE OF THE STORED ITEMS. SUCH ACTIVITY IN NO WAY RELIEVES YOU OF YOUR OBLIGATION TO PAY FOR THE ITEM(S)IN QUESTION UNDER THE TERMS OF THIS AGREEMENT. WARNING THE USE OR APPLICATION OF ANY KOPPL PIPELINE SERVICES,INC PRODUCT OR MATERIAL SOLD BY KOPPL PIPELINE SERVICES,INC IS STRICLTY AND COMPLETELY AT YOUR OWN RISK. NAMES OF PRODUCTS OR VERBAL OR PRINTED APPLICATION AND USAGE SUGGESTIONS ARE NOT TO BE CONSTRUED OR ASSUMED TO BE SAFE OR WORKABLE IN YOUR SITUATION. READ AND UNDERSTAND ALL SAFETY INSTRUCTION. EXPERIMENT FIRST,AT YOUR OWN RISK AND EXPENSE,BEFORE APPLYING OR USING ANY PRODUCT. MANY PRODUCTS HAVE HAZARDOUS,DANGEROUS OR TOXIC APPLICATION CHARACTERISTICS. KOPPE KOPPL PIPELINE SERVICES, INC. Job Name: Boynton Beach LS 317 Lift Station Upgrades—Boynton Beach FL 10/15/2024 HALLSTEN INGENUITY COVERED WEDNESDAY,OCTOBER 16,2024 Project: City of Boynton Beach, Florida—Master List Station 317 Rehabilitation Hallsten is pleased to quote on Lite Span rmAluminum Covers. MATERIAL SCOPE ALUMINUM COVERS (Hallsten Standard Product Specification for Aluminum Covers as Set Forth Below) Pump Operating Intermediate Floor Area: (Carollo Drawing No. S08) • One(1)approx. 5'-9" x 10'-0"rectangular aluminum cover system mounted to the inside face of the concrete tank walls on aluminum ledger angle provided by Hallsten on three sides of the cover. This cover system includes one(1) Hallsten standard penetration kit with raised aluminum flange if required to accommodate a 10"pipe or duct by others. • Note: One approx. 10'-0"side of the cover system shall be surface mounted to the top of the concrete wall and shall overlap the wall by approx.6-inches. The stairs by others must be located at least 6-inches back from the inside face of the concrete at this location. • Note: The Contractor accepting this Material Scope shall provide and certify the survey dimensions to Hallsten for fabrication of the aluminum cover. • Note: The Owner shall choose the type of aluminum cover profile to be provided by Hallsten from either PDF ED006 or PDF ED008 attached to this Material Scope. Approximate Total Square Footage: 58 Sq. Ft. Material Only Price: (Not incl. sales tax.) $ 20,541.18 Florida Sales Tax 6% $ 1,162.47 TOTAL PRICE: $ 21,703.65 Note: The estimate of square footage is for informational purposes only. The price quoted above is for the total amount of the project and not based on a price per square foot of the material actually installed. Including: D The aluminum-decking surface of the structure shall be Hallsten's patented Deck Slat, which is ribbed to provide an aggressively nonskid surface. D 6061-T6 corrosion resistant aluminum alloy construction with mill finish. D Aluminum ledger angle as required. D 316 stainless steel anchor bolts. D Santoprene Gaskets. (UV Stabilized) D Standard panels designed for a 50-pound PSF uniform live load,with an L/240 deflection limitation. D Designed for 400-pound concentrated load on a 6"x 6"square area. D Panel weight limitation of 150-pounds. " Production of shop drawings. D Submittal drawings stamped by a Florida Professional Engineer. D One(1) Delivery to job site. D Hallsten Corporation one(1)year warranty. PLANT ADDRESS:HALLSTEN CORPORATION,6944 34TH STREET,N.HIGHLANDS,CA 95660 MAILING ADDRESS:HALLSTEN CORPORATION,P.O.BOX 41036,SACRAMENTO,CA 95841 CONTACT:(800)473-7440/(916)331-7211/HALLSTEN.COM Excluding: G Applicable sales tax. (Any applicable sales tax on the material price must be added to the total price listed above.) G Site Survey. (The Contractor shall provide and certify dimensions for fabrication.) G Installation. G Union agreements. G Licenses, Permits or Bonding fees. G Unloading of Hallsten supplied materials. G Tank Shutdown or Sludge Removal costs. G Confined entry procedures,equipment or personnel of any kind. G On-site cover testing of any kind. G BIM or Revit drawings or models. (Hallsten shall provide submittal drawings for the project in standard 2D CAD format.) • EDPM or Silicone Pipe Boots. G Protective tank liners or coatings. G Loads greater than 50-pounds per square foot imposed on the cover system by ductwork, piping or other equipment. G Grating or checker plate covers. G Safety nets or panel under grating. G Silicone or EDPM gaskets. (Hallsten uses Santoprene gaskets as an equal.) G Silicone sealants. (Hallsten shall use Sikaflex la as an equal to this item.) G Hatches containing raised curbs and hold open devices. G Signage of any kind. G Anodizing, Painting or Coatings of any kind. G Handrail of any kind. G Temporary handrail systems. G Ladders of any kind. G Stairs of any kind. (Stairs by others must not interfere with the cover system.) G Piping and ductwork. G Pipe flanges. (Other than those described above.) G Pipe supports. G Gooseneck vents. (Hallsten shall supply its standard square aluminum vent as an equal.) G X-Ray or ultrasonic inspections of the concrete. G Concrete work of any kind, including reinforcements, repairs and/or coatings. G Grout work of any kind. G Any slide gates or operators. G Any sensors or probes. G Electrical work of any kind, including relocation of any conduit. Hallsten shall hold this price valid for 90 days from the date at the top of this quotation. Estimated time frame for submittals is 8 weeks from receipt of an order. Estimated time frame for fabrication and delivery of the first cover system is 12 weeks from receipt of approved submittals and completed site survey. Sincerely, Mark Adams Vice President of Sales HALLSTEN INGENUITY COVERED 2" ALUMINUM INTERLOCKING HANDLE CHANNEL WITH 6" ALUMINUM SANTOPRENE CHEVRON SEAL INTERLOCKING DECK SLAT 3 8"0 316 S.S. HILTI HIT-RE 500 V3 ANCHOR W/S.S NYLOC NUT & FLAT WASHER =Ell, a (3" MIN. EMBEDMENT) d C a 4 0 4 EXISTING CONCRETE WALL 3 1/2" MIN 02021 HALLSTEN CORPORATION THE PRODUCT DEPICTED ABOVE IS COVERED BY ONE OR MORE OF THE FOLLOWING U.S. PATENTS AND/OR OTHER FOREIGN OR DOMESTIC PATENTS PENDING; 5,050,361, 5,325,646, 5,454,195, 5,526,620, 5,545,358, 5,617,677, 5,689,920, 5,845,594, 5,911,662, 5,941,027, 6,012,259, 6,151,835, 6,255,102, 6,802,157, 7,422,895, 7,713,732 AND 8,136,312. 1.1ALLSTEN (800)473-7440 DATE: 29 JUN 21 DECK SECTION NV EWON SHEET: 1 OF 1 INGENUITY COVERED WWW.HALLSTEN.COM DWG. NO: ED006 LOW PROFILE FLASHING 6" ALUMINUM W/SANTOPRENE CHEVRON SEALS INTERLOCKING DECK SLAT 3/8"0 316 S.S. HILTI HIT—RE 500 V3 ANCHOR W/S.S NYLOC NUT & FLAT WASHER jilin (3" MIN. EMBEDMENT) _ a a' a d . EXISTING CONCRETE WALL 1" 3 7/8" 02021 -ALLS I EN CORPORAT;ON THE PRODUCT DEPICTED ABOVE IS COVERED BY ONE OR MORE OF THE FOLLOWING U.S. PATENTS AND/OR OTHER FOREIGN OR DOMES-HO PATENTS PENDING: 5,050.361. 5,325,646, 5,454,195, 5,526,620, 5,545,358, 5,617,677, 5,689.920, 5,845,594, 5,911,662, 5,941,027, 6,012,259, 6,151.835, 6,255,102, 6,802,157, 7,422,895, 7,713,732 AND 8,136,312. FIALLSTEN (800)473-7440 LOW PROFILE DECK DATE: 29 JUN 21 CONNECTION SECTION VIEW SHEET: 1 OF 1 INGENUITY COVERED WWW.HALLSTEN.COM DWG. NO: ED008 DIXIE METAL PRODUCTS, INC 442 SW 54th Court www.dixiemetals.com (352) 873-2554 Ocala, Florida 34474-1893 Fax(352)873-2557 1967-2021 Celebrathig 57 Years ofE.xcelleace QUOTATION We propose to furnish the following materials as listed, all F.O.B. Terms: Net 30 days. All orders subject to acceptance by Credit Department. We cannot be responsible for delayed delivery due to strikes, delays of carriers or other causes beyond our control.All quotations are made for prompt acceptance. All prices are subject to review and revision after 14 days, or if delivery delays are requested. October 28,2024 TO: RE: LS 317 Rehabilitation Boynton Beach, FL ATTENTION: ESTIMATING WE PROPOSE THE FOLLOWING SCOPE OF WORK FOR FABRICATION AND DELIVERY(ONLY) BASED ON BID DOCUMENT DRAWING SETS: GENERAL, CIVIL, STRUCTURAL,AND MECHANICAL, AS WELL AS SPECIFICATIONS: NONE Drawing S08 No Drawing S11 BID DOCS DATED: October 2024 ADDENDA: NONE REVISIONS: NONE PAGE# ITEM# DESCRIPTION QTY DEL/INST S-08 1 Aluminum Stairway—Mill/Mastic 20 rs Delv S-08 2 Aluminum DMP 2-line Stair Guardrail 40 If Delv S-08 3 Aluminum Double-door Floor Hatch 1 req Delv Miscellaneous Items 4 General Conditions TOTAL QUOTED PRICE: $ 21,942 ITEMS 1 thru 3 F.O.B JOBSITE NOT INCLUDING TAX Page 3 of 3 RE: LS 317 Rehabilitation Boynton Beach,FL PAGE# ITEM# DESCRIPTION QTY DEL/INST NOTES: A. ALL LISTED ITEMS ARE F.O.B JOBSITE.UNLOADING AND INSTALLATION ARE BY OTHERS. B. ABOVE PRICE DOES NOT INCLUDE SALES TAX C. ABOVE PRICE SUBJECT TO REVIEW AFTER 30 DAYS D. DMP PAYMENT TERMS FOR DELIVERY OF FABRICATED MATERIALS IS 100%,NET 30 DAYS(NO RETAINAGE) E. FIELD MEASUREMENTS BY OTHERS. F. DESIGN CALCULATIONS,ENGINEERS SIGNED AND SEALED DRAWINGS NOT INCLUDED. G. ALL ITEMS DELIVERED ONLY IN TRUCKLOAD QUANTITIES H. ALL LISTED QUANTITIES ARE APPROXIMATE AND ARE DETERMINED THROUGH DMP BEST INTERPRUTATIONS OF THE PROVIDED INFORMATION. DMP RESERVES THE RIGHT TO ADJUST QUANTITIES AND RELATED PRICING TO REFLECT ACTUAL REQUIREMENTS. I. IN THE EVENT OF SIGNIFICANT DELAY OR PRICE INCREASE OF MATERIAL,EQUIPMENT,OR ENERGY OCCURING DURING THE PERFORMANCE OF CONTRACT,THROUGH NO FAULT OF DIXIE METALS,THE CONTRACTED SUM,TIME OF COMPLETION,AND/OR CONTRACT REQUIREMENTS SHALL BE EQUITABLY ADJUSTED VIA CHANGE ORDER IN ACCORDANCE WITH THE PROCEDURES OF THE CONTRACT DOCUMENTS.A CHANGE IN PRICE OF AN ITEM OF MATERIAL,EQUIPMENT,OR ENERGY WILL BE CONSIDERED SIGNIFICANT WHEN THE PRICE OF AN ITEM INCREASES 5.0%BETWEEN THE DATE OF THE CONTRACT AND THE DATE OF THE SHIPMENT. J. PER CONTRACT SPECIFICATIONS,QUOTED MATERIALS ARE IN COMPLIANCE WITH THE USE OF AMERICAN IRON& STEEL AS MANDATED BY THE CONSOLIDATED APPROPRATIONS ACT OF 2014(PUBLIC LAW 113-76). K. ALL STEEL ITEMS ARE DIXIE STANDARD SHOP PREP AND PRIMED WITH A SINGLE COAT USING SHERWIN WILLIAMS PRO-CRYL UNIVERSAL PRIMER UNLESS NOTED AS GALVANIZED IN THE ITEM DESCRIPTION. CUSTOMER IS RESPONSIBLE FOR ADVISING IF PRIMER PRODUCT IS TO BE MODIFIED TO ALLOW COMPATIBILITY WITH FINISH COATINGS(BY OTHERS). INORGANIC BASED PRIMERS ARE SPECIFICALLY EXCLUDED. L. ALL RAILINGS QUOTED AS DIXIE METAL PRODUCTS STANDARD POP RIVET,COMPONANT SYSTEM,WITH 2-HOLE BASE, SHIPPED SUB-ASSEMBLED EXCEPT STAIR RAILINGS(SHOP ASSEMBLED) M. ALL HOSE RACKS QUOTED AS DIXIE METAL PRODUCTS ALUMINUM STANDARD DESIGN N. FRP GRATES AND STAIR TREADS ARE NOT INCLUDED. CUSTOMER IS RESPONSIBLE FOR COORDINATION WITH FRP VENDOR TO ALLOW COMPATIBILITY WITH DIXIE FABRICATED METAL SUPPORT SYSTEMS. O. ANY ENGINEERING THAT MAY BE REQUIRED FOR HYBRID MATERIAL SYSTEMS AND ITEMS WILL BE BY OTHERS. P. PLEASE NOTE THAT THE EXTENT OF SHOP ASSEMBLY ON LARGER ITEMS CAN BE LIMITED DUE TO GALVANIZING OR ANODIZING TANK SIZE RESTRICTIONS(IF REQUIRED)AND/OR SPECIAL SHIPPING NEEDS THAT REQUIRE PERMITS.AS THESE FACTORS CANNOT BE DETERMINED AT TIME OF BID,ADDITIONAL COSTS TO ACCOMMODATE THESE CONDITIONS ARE NOT INCLUDED IN THE BASE BID PRICE. Q. ANY SPECIFIED MATERIALS THAT MUST BE PROCURRED THROUGH A THIRD-PARTY VENDOR THAT REQUIRES IMMEDIATE PAYMENT WILL REQUIRE AN ADVANCE BILL PURCHASE& PAYMENT BY CUSTOMER. R. QUOTED PRICE IS BASED ON A COMPLETE SCOPE PACKAGE.ANY BREAKOUT PRICES OFFERED ARE PART OF THE TOTAL PACKAGE PRICE AND ARE NOT VALID AS INDIVIDUAL PURCHASE PRICES.ANY SCOPE DELETIONS RESULTING FROM OFFERED BREAKOUTS WILL IMPACT THE OVERALL COST OF THE QUOTED REMAINING SCOPE AND DMP WILL ADJUST PRICE ACCORDINGLY. Page 3 of 3 RE: LS 317 Rehabilitation Boynton Beach,FL S. COST OF PAYMENT,PERFORMANCE,AND/OR MATERIAL SUPPLY BONDS IS NOT INCLUDED IN DMP PRICE T. COST OF THIRD-PARTY SHOP INSPECTIONS IS NOT INCLUDED IN DMP PRICE U. QUOTE IS LIMITED TO THE SPECIFICALLY LISTED ITEMS. EXCLUSIONS: 1. ALL LIGHT GAUGE FRAMING 2. PRE-ENGINEERED METAL BUILDINGS 3. SHOP PRIME OF GALVANIZED ITEMS 4. ANCHORING,FILL,AND LEVELING GROUTS 5. ALL FIBERGLASS,NEOPRENE,TEFLON,EPDXY AND ANTI-SIEZE PRODUCTS 6. ATTACHMENT FASTENERS FOR FIBERGLASS PRODUCTS 7. EQUIPMENT BASES,SUPPORTS,ANCHORS,AND ATTACHMENT FOR NON-MISCELLANEOUS METALS TRADES. 8. INTERMEDIATE AND FINISH PAINT COATINGS 9. INORGANIC BASED PRIMERS. 10. ALL"HILTI"BRAND,MANUFACTURED PRODUCTS 11. ALL NON-METALLIC MATERIALS 12. MATERIALS FOR MODIFICATION OF EXISTING RAILINGS 13. TEMPORARY RAILINGS AND RELATED MATERIALS CAST IRON AND DUCTILE IRON PRODUCTS 14. EMBEDS AND CONNECTION PLATES IN PRECAST CONCRETE 15. HATCHES AT PRECAST STRUCTURES 16. ROOF HATCHES 17. ALL DIVISION 15 PIPE SUPPORTS,HANGERS, SADDLES,PIER PIPE STRAPS,ATTACHMENTS, U- BOLTS,AND EMBEDDED PIPE SLEEVES 18. CHAIN LINK AND ORNAMENTAL FENCING SYSTEMS 19. ALL SLIDE, STOP,AND WEIR GATES 20. LOUVERS 21. EXPANSION JOINT COVERS 22. ANY MATERIALS NOT SPECIFICALLY LISTED IN OUR QUOTE SINCERELY, DIXIE METAL PRODUCTS,INC. Mike Petrosino/Estimator wWart.)-(k)uFAV,F,IN j i15 cw CERTIFIED WELDING FABRICATOR AISC Sophisticated Paint Endorsement TERMS&CONDITIONS DIXIE METAL.PRODUCTS,INC, It is agreed that these terms and conditions shall be and are an integral part of the contract between the parties and the Maw provisions are incorporated and made a part of any agreement between the parties thereof.that the provisions of these terms and conditions shall govern the conduct of the parties herein and if there are any conflicts between the provisions of these terms and conditions and the provisions of any agreement between the parties.it is agreed and understood by the panics that these terms and conditions shall control I Dixie Metal Products,Inc.will not be responsible for damaged material.delayed installation.or delayed deliveries,due to strikes-material shortages.lost shipments.delays of earners.Acts of God.delays caused by General Contractor or other Subcontractors,or causes beyond our control.Under no circumstances shall Dixie Metal Products.Inc.be responsible for any type of delay damages.loss of profits andvor any other types of Consequential damages 2. Dixie Metal Products,Inc.assumes no responsibility for conformance with any building code requirements that conflict with the contract documents or arc omitted from the architectural and structural plans and specifications.Further,any design considerations that require calculations or an engineers seal on drawings shall be by others 3. Dixie Metal Products.Inc.reserves all rights under the General Contractor's Payment and Performance Bond and the lien laws of the applicable state or Federal law.In the event Dixie completes its work as sea forth in the applicable agreement and Dir purchase order between the parties.perlirmed and corrected all punch list work,submitted close out documents as may he required by the agreement and'or purchase order and Contractor has not made final payment to Dixie within 90 days of the above conditions having been met.Dixie shall be entitled to recover its reasonable attorney's fees and costs should it institute legal proceedings,including but not limited to arbitration or administrative hearings.to collect on any outstanding balance owed 4 This contract and the rights obligations,and remedies of the parties hereunder shall be governed in all respects by the laws of the State of Florida.Any and all disputes arising directly or indirectly from such transactions and which cannot be resolved by pre suit meditation shall be resolved exclusively in the courts of Marion County Honda However,it is expressly understood that mediation shall not be a condition precedent to filing any legal action as provided for under this paragraph. 5. All extra work authorized verbally tw in writing by the General Contractor,or his representative.will be priced at Dixie Metal Products,Inc. existing billing rates at the lime the work is performed and will be included in the applicable monthly requisition for payment.Change ordeal,shall he considered authorized and approved if requested by any individual employed by general contractor at the time the request is made.Such individual shall be deemed a fully authorised representative of the general contractor Change order payments shall not he contingent on payment received by the general contractor or construction manager. 6. No work shall be hack charged to Dixie Metal Products,Inc.unless Dixie Metal Products.Inc.has been given at least 72 hours written notice to cure the hack charges approved by Dixie Metal Products.Inc. 7. Dixie Metal Products.Inc.will not be responsible for supplying any temporary'facilities and responsibility will rest with the General Contractor. R. h is understood that monthly progress payments shall include the value of material delivered and stored on site 9. Purchased material in storage at the fabricator's premises is to be paid in full within the next and subsequent monthly requisition invoices.if accompanied by a formally itemized bill of sale.with proper fire.vandalism and theft insurance coverage.with the owner as beneficiary.Materials used will be of good quality. 10. Monthly requisitions arc due and payable by the I5°i of the following month.Any requisition not paid by this date could cause production delays until such payment is received.At the time of payment the remaining work will be rescheduled for production. I I. All invoices are due and payable at our office in Ocala.Marion County.Florida 12 Retainage at no time shall be greater than 0__S:D l0:'.if left blank).Retainage withheld from payments shall he reduced to the same extent as the percent withheld from the Contractor.Within 6()days alter complete performance of this Subcontract by Dixie Metal Products, Inc.the Contractor shall pay Subcontractor the retainage balance.This final payment shall not be held for any reason whatsoever,unless directly caused by this Subctmtractor 13. Dixie Metal Products.Inc.agrees to indemnify and hold harmless only the contractor by reason of the work pertirmed under this contract, and only to the extort that the contractor is not negligent or other wise responsible for the acts for which indemnity is sought.If materials are deleted after shop drawings have been prepared we can only offer a credit of approximately 85%of the scheduled value.Once materials have been purchased or fabrication has commenced,no credit can be issued and Contractor agrees to pay in full for the materials 14 Schedule of Insurance Dixie Metal Products.Inc shall provided the following insurance. Workmen's Compensation as required by law. Public Liability -Each Occurrence 55.000.000.00 -Aggregate $5,000.000.00 Property Danage -Each Occurrence 55.000.000.00 -Aggregate 55.000.000.00 IS. Any insurance requirements pertaining to this Subcontract that exceed these stated amounts will he provided by the subcontractor and paid for by the Contractor when the insurance is obtained 16. Payment and of perlirmance bond.if required.will be provided by Dixie Metal Products.Inc.and paid lin by General Contractor Developer 17. All guarantees andmr warranties arc limited to one year from the date of delivery and/or completion of Dixie Metal Products.Inc work.,whichever applies. 18. The material costs component of this agreement and'or purchase order has Mon calculated based on current market prices for steel and aluminum materials However,these prices are volatile,and sudden price increases or lack of available inventory may occur dung performance of this agreement and'or purchase order.Should after execution of this agreernent ander purchase order an increase in the costs of materials and'or a lack of available materials occur.Buyer hereby agrees that Seller shall be entitled to an equitable adjustment to the agreement and/or purchase order price and'or time of performance.Any claim by Selly for an equitable adjustment in price and/or time shall he made pursuant to materials adjustinenl price le Buyer DMP-Signature/Title Buyer-Signature/Title Date: Dale: •••) Dixie Metal Products , Inc . a.......N. 352 -873 -2554 Ocala, FL 1/1 1 , 1. j_ _ ,1 1 i , i „ti j I I a jiNi ' tlfti , 1 I 11' is 4 - 1..1 • ,. - ' ' IIIliL 1111 1111-44. 111. 44„:`' ''%*41%,111144.74%- a . ��_ 1 0 i ri , ,.._ 000-.1, -:. t, 4.,„ , ,..„,,,,,„ .. ' .T......,_,N. \\ 1 I : tit ' .. 3 ,l, ,t\11 ''y a 4: i N i ,,• e. Op 1 f A. 1 Large Scale Commercial, _g. f ` MM NOA Governmental and v Sib ° Industrial Construction, __ • Water and Electrical --=- siiiiiIiii 11 S� Utilities, Infrastructure 1 54 I51 - dFrog License No. CGCOI11.)0 10/23/2024 SeaBreeze Roofing REROOF c Department Sled, 9 `:1' 2600 High Ridge Rd. ✓�W.Y � ' Boynton Beach,FL 33426 CCC-1328689 Phone:(561)292-3457 Company Representative Danny Bivins Phone:(561)970-9627 dannyb@seabreezeroof.com Tony Roach Job:Tony Roach PCL Construction 1527 Boynton Beach Boulevard Boynton Beach,FL 33436 (602)370-1540 Roofing-Flat Section Flat Hot Mop a.Remove existing materials on flat roof(s)and haul away to licensed land fill. b.Fasten decking in accordance with Florida Building Code. c.Furnish and install one layer of#75 base sheet,fastened to deck in accordance with Florida Building Code. d.Furnish and install new lead plumbing stacks.Stacks are to be folded over outside of pipes to prevent water intrusion. e.Supply and install new 26-gauge,prefinished 3"x3"galvanized drip edge,prefinished white. f.Furnish and install two(2)layers of Ply IV fiberglass rolled roofing set in hot asphalt at a rate of 20 to 30 lbs.per 100 ft2 of roof area per layer. g.Furnish and install one layer of granulated cap sheet set in hot asphalt at a rate of 20 to 30 lbs.per 100 ft2 of roof area. h.Apply ceramic granules to asphalt bleed-out to prevent UV degradation. 8d Nails Tin Tags-301b Bucket 1.25 Non-Dade Nails 16"Galvanized Valley Metal Certainteed Glass Base Certainteed Ply IV Certainteed Glascap Mineral Surfaced Asphalt Mop Yarn Mop Staples-4" Granules 4"Membrane Lead Stack 3" Dumps-Flat Tear Off Permit Fees LABOR Flat Tear-off and Install 3 Ply System Engineered Calcs GL ISO Package DensDeck Insulation-1/4"x4'x8' Sheet Metal Galvanized Coping-2"x6"x2" Perlite Cant Strip-4" Self Flashed Skylight 4'x4' TOTAL $34,000.00 Proposal price above is valid for 30 days Payment schedule to be made as follows: 25%deposit due upon execution of contract. 25%due upon commencement of tear off. 40%due upon roof covering materials delivered. 10%due upon substantial completion of the project. *Any additional lumber used above allowance outlined in section 1 will be billed and payment due following completion of tear-off.Prices listed on Wood Replacement Sheet.Payment in full for additional lumber to be made prior to roof covering installation. Payment shall be made in the form of cash or check.PACE Funding and any other forms of payment are subject to additional fees. INCLUSIONS: i.Roof permit fees,engineering,and applicable taxes are included in price. ii.10-YEAR WARRANTY-Contractor leak free warranty. EXCLUSIONS: i.Removal and replacement of screen enclosures,trellises,solar panels and satellite antenna are not included in this proposal unless stated otherwise. ii.Soffits may become loose,crack,or fall during the re-roof process.Replacement/repair by others. iii.All existing base flashing to be reused.Any new base flashing required to be charged in accordance with prices listed Wood Replacement Sheet.Paint and stucco/siding work required after installation of new base flashing by others. GUTTERS: I authorize Seabreeze Roofing to remove and dispose of my gutters I will remove my gutters prior to the start of the roofing project I will leave my gutters in place.I will not hold Seabreeze Roofing responsible for any damage to the gutters.I understand that the gutters may need to be removed to repair/replace components of the roof.I understand that Seabreeze Roofing will dispose of the gutters if they are removed. Acceptance of Proposal-The above prices,specifications and conditions are satisfactory and are hereby accepted.You are authorized to do the work as specified.Payment will be made as outlined above.By signing this proposal,you agree to the Seabreeze Roofing and Sheet Metal Inc.General Terms and Conditions. Company Authorized Signature Date Customer Signature Date Customer Signature Date orWAGSTAFF -TAYLOR ASSOCIATES, INC. N*tBOC WBE CERTIFIED Date: 10/25/2024 Proposal No: 201370 Customer: PCL Construction PAGES: Project Name: Boynton Master Lift Station Location: Boynton Attn: Eric Nash MATERIALS FURNISHED Finished Hardware $ 5,779.00 (5) Special lite AF100 Doors and (5) AF 150 Frames $ 14,109.00 "Based on standard factory lead times" Total for material supply excluding taxes $ 19,888.00 Budget Pricing only as we had no hardware schedule lye included exit devices at exterior doors interior are Mortice locksets All doors are self closing Exterior doors are weatherized including Thresholds Exclusions: *Aluminum Storefront Doors& Frames *Glass &Glazing *Installation *Painting *Overhead&Coiling Doors *Signage *Junction Boxes and Conduit *Screens for doors and louvers *Bituminous Coating *Jobsite Storage *Special Crating for Materials Handling *Wire Mesh *Cabinet Locks and Cores *Jobsite Material Handling *Gates&Gate Hardware *Padlocks *Installation(of any products, installation of permanent cores) *Field repairs/modifications of any existing/new materials 2608 Queenstown Road- Birmingham,Alabama 35210-(205)836 5625 Fax(205)836 3667 III WAGSTAFF -TAYLOR ASSOCIATES, INC. WBE CERnFIFO PROPOSAL# QUALIFICATIONS The pricing of this proposal is based on complete package purchase of all materials quoted. If the package is broken, the pricing of desired materials is subject to change due to manufacturers quantity discounting. Wagstaff Taylor may or may not choose to enter contract if only certain items are desired; for example, "Wood doors only". Subcontracts will not be accepted for material supply agreements. Please issue Purchase Orders. This price is contingent upon 3 shipments to the jobsite. One for frames, one exterior doors and hardware and one for interior doors and hardware. Any additional shipments required are subject to trip charges and additional freight bills. Payment terms are NET 30 without retention for materials,subject to the approval of our credit department. Acceptance of Proposal: Date of Acceptance: Printed Name and Title: Date of Acceptance: Proposal is based off plans and specs dated: 00/00/2022 Addendums Acknowledged: 0 Shipping: FOB Factory. Freight Allowed to Jobsite, Offload Materials by other Terms: QUOTE VOID AFTER 60 DAYS Taxes: Sales tax, unless noted otherwise is not included in this proposal. The amount of any applicable sales, use or comparable tax on receipts that Wagstaff Taylor may be required to collect will be added to each invoice. Estimate Prepared By: Jeff Brooks, 2608 Queenstown Road- Birmingham,Alabama 35210 (205)836 5625 Fax(205)836 3667 QUOTE (R) AB Doors and more INVOICE#1202 "Quality Matters" DATE: 10/30/2024 5425 Westwood Dr Quote is good for 7 days Milton, FL 32570 Cell:850-781-5207 Abdoorsandmore@outlook.corn TO Jeff Brooks Wagstaff Taylor ft Assoc. 2608 Queenstown Rd Birmingham,AL 35210 0:850-350-0567 Customer ID: 01069 SALESPERSON JOB PAYMENT TERMS DUE DATE Aaron Boynton Master Lift Station - - QTY DESCRIPTION UNIT LINE TOTAL PRICE Exterior Doors, Interior Doors AB Doors to install new FRP Frame and Door; NO DEMO RQUIRED Labor to install new hardware set: - Exit Device - Closer 5 - Kickplate - Weatherstrip - Threshold - Sweep Labor, Materials and Travel included. TOTAL $1875 Quotation prepared by: This is a quotation on the goods named,subject to the conditions noted below: Improperly ordered material resulting in the prevention of my installations for the day,a$250 additional trip fee will be added. To accept this quotation, sign here and return: THANK YOU FOR YOUR BUSINESS! AMHERST MAINTENANCE, INC. PROPOSAL October 29,2024 PCL Construction 1050 North Dale Blvd Tampa FL 33609 Attention: Todd Palmatier Re: Boynton Beach Utilities Existing Lift Station 317. Proposed price is based on Tnemecs Scope, site visit and drawings. SCOPE OF WORK ITEM 1-Dry Areas,CMU Walls,GWB,DIP& PVC Piping, Submerged metals S 155,000.00 A. High pressure all interior CMU walls at a min 10,000 PSI B. Resurface all CMU with Tnemec 217 Mortar Crete C. Apply two coats of a Heavy-Duty Epoxy ITEM 2-Interior Rehab/Coating System for Concrete walls,Slabs and ceiling slabs for both Levels were submerged and gases are present $ 375,000.00 A. Ultra-High Pressure(UHP)all Interior Concrete with a Min pressure of 30,000 PSI to a sound concrete substrate B. Apply a max of/a"of Tnemec 217 Mortar Crete to all concrete surfaces. C. Apply 150 Mils of EpoxyTec CPP at a min of 150 mils DFT LEVEL 3-Rehab Repairs pass 's A. TYPE 1 Repair-1/4" to 1/2" deep repair @ $55.00 per SQF B. TYPE 2 Repair-'/2" to 1" "deep repair @$110.00 per SQF C. TYPE 3 Repair- 1"to 2" deep repair @$225.00 per SQF D. TYPE 4 Repair-2"-4" deep repair @$450.00 per SQF E. TYPE 5 repair-2"-4" Deep Repair with rebar replacement @ $850.00 per SQF (Please see attached Tnemec Scope of Work for Surface prepare and coat) Price includes all labor, materials, scaffoldings, insurances, licenses and supervision. 920 Harbor Lake Court, Safety Harbor Florida 34695 Phone(727) 781-6500 Fax(727) 726-8729 Email: AmherstMaintenance@verizon.net Project: Master Lift Station No.317 Rehab. With PCL Bid: Oct 28,2024 1 NR ITEMS UNIT COAT QUANTITY PRICE TOTAL NOTE Existing Lift Station 317 Building Section 099601 Existing Wetwell Interior conc.floor 150 mils SF 3 Attach.B pg.4 Interior conc.walls 150 mils 3 Attach.B pg.4 Interior conc.ceiling 150 mils 3 Attach.B pg.4 Existing Pump Room Interior conc.floor SF 2 Epoxy floor Interior conc.walls 3 Epoxy paint Interior conc.ceiling 3 Epoxy paint Interior conc.floor Elec.room 2 Epoxy floor Interior GWB walls Elec.room 3 Epoxy paint Interior conc.ceiling Elec.room 3 Epoxy paint Interior conc.floor Operation room 2 Epoxy floor Interior CMU walls Operation room 3 Epoxy paint Interior GWB walls Operation room 3 Epoxy paint Interior conc.ceiling Operation room 3 Epoxy paint Interior GWB ceiling bathroom 3 Epoxy paint Submerged metal SP-11 2 Attach.B pg.3 Interior DIP SP-10 3 Attach.B pg.2 Interior pvc pipes SP-1 2 Attach.B pg.5 Interior miscellaneous metal SP-10 3 Attach.B pg.2 Exterior CMU walls lift station building 3 Acrylic paint LF Existing interior coating of outside wetwell ID=10' Depth= 25' Section 099601 Interior conc.floor 150 mils SF 3 Attach.B pg.4 Interior conc.walls 150 mils 3 Attach.B pg.4 Interior conc.ceiling 150 mils 3 Attach.B pg.4 2 NR ITEMS UNIT COAT QUANTITY PRICE TOTAL NOTE NR ITEMS UNIT COAT QUANTITY PRICE TOTAL NOTE NR ITEMS UNIT COAT QUANTITY PRICE TOTAL NOTE FLYGT Xylem Water Solutions USA Inc. / Flygt Products a xylem brand 15132 Park of Commerce Blvd.Suite 102 Jupiter,Florida 33478 Phone:561-848-1200•Fax: 561-848-1299 To: PCL Construction Date: October 28, 2024 Subject: Boynton Beach - LS 317 Quote: 2024-WEP-0801 We are pleased to offer the following equipment: Large Dry Pit Pumps Qty Description 4 Flygt Model NT-3301.095 10" volute Submersible pump equipped with a 460 Volt/ 3 phase / 60 Hz 85 HP 1150 RPM motor, 634 impeller, 1 x 50 Ft. length of SUBCAB 3x50+2G35/2+S(2x0,5) submersible cable, FLS leakage detector, volute is prepared for Flush Valve FLS ENABLED DUTY POINT: 3000GPM@75'TDH Factory Tests 4 TEST FAL 2.2 3171-3301 + DEFAULT PLOTTED FAL 15-900006 4 TEST FAL 2.3 HYDRO 3140-3153+ COMPLETE PUMP FAL 15-900009 4 TEST FUS WITNESS >3300 2 Travel, Food & Lodging For Factory Witness Testing Spare Parts Qty Description 1 KIT,REPAIR BASIC 3301.180 (Includes upper & lower bearings, mech seals & 0-RINGS) 2 GROMMET,NBR 39lD 70OD 33L 1 IMPELLER,N MT CODE 634 HC 1 RING,INSERT HC Accessories Qty Description 4 ELBOW,INLET DN250 X 12"ANSI CI 4 KIT,T-STAND 3301 MT Startu ; Qty Description 1 Startup services and training performed by Flygt technician Price: $ 415,000.00 xylem Let's Solve Water FLYGT Xylem Water Solutions USA Inc. / Flygt Products a xylem hranri 15132 Park of Commerce Blvd.Suite 102 Jupiter,Florida 33478 Phone:561-848-1200•Fax: 561-848-1299 Exclusions: WE DO NOT SUPPLY. PIPING. VALVES, GUIDE BARS. PRESSURE GAUGES, DISCONNECTS. JUNCTION BOXES, KELLUMS GRIPS, SURGE PROTECTION EQUIPMENT, SPARE PARTS. LABOR OR ANY OTHER ITEM NOT SPECIFICALLY LISTED ABOVE_ PLEASE MAKE PURCHASE ORDERS OUT TO: XYLEM WATER SOLUTIONS USA, INC. Validity: THIS QUOTE IS VALID FOR TBD DAYS UNLESS LONGER TIME AGREED TO IN WRITING. Taxes: State, local, and other applicable taxes are not included in this quotation. Freight Terms: DAP: Jobsite- Full Freight Allowed (per Incoterms 2010) Shortages: Xylem will not be responsible for apparent shipment shortages or damages incurred in shipment that are not reported within two weeks from delivery to jobsite. Damages should be noted on the receiving slip and the truck driver advised of the damages. Please contact our office as soon as possible to report damages or shortages so that replacement items can be shipped, and the appropriate claims made. Payment Terms: 90% NET 60 DAYS AFTER SHIPMENT DATE, 10% NET 120 DAYS AFTER SHIPMENT DATE. (Note: Partial billing will be made on partial shipments) Xylem's payment shall not be dependent upon Purchaser being paid by any third party unless Owner denies payment due to reasons solely attributable to items related to the equipment being provided by FLYGT. Schedule: Please consult your local Flygt branch for submittals and fabrication lead-times. Back Charges: Buyer shall not make purchases nor shall Buyer incur any labor that would result in a back charge to Seller without prior written consent of an authorized employee of seller. Terms & Conditions: This order is subject to the Standard Terms and Conditions of Sale—Xylem Americas effective on the date the order is accepted which terms are available at http://www.xyleminc.com/en-us/Pages/terms-conditions-of-sale.apx and incorporated herein by reference and made part of the agreement between the parties. We thank you for your interest in our equipment and look forward to being of service to you in the near future. IN THE ABSENCE OF A FORMAL ISSUED PURCHASE ORDER, A SIGNED COPY OF THIS PROPOSAL IS ACCEPTABLE AS A BINDING CONTRACT. Xylem Water Solutions USA, Inc. Company Name: Address: 24`.°.'w49‘4"`" Giacomino Spera Sales Representative Accepted By: (786) 810-9798 Print Name: giacomino.spera@xyleminc.com Date: xylem Let's Solve Water FLYGT Xylem Water Solutions USA Inc. / Flygt Products a xylem brand 15132 Park of Commerce Blvd.Suite 102 Jupiter,Florida 33478 Phone: 561-848-1200•Fax: 561-848-1299 TO: PCL Construction October 28, 2024 2024-WEP-0803 SUBJECT: Boynton Beach - LS 317 Submersible Medium Capacity We are pleased to offer the following equipment: 2 EA 4"NP3153/462 20hp 460v 3ph FM Rated Flygt Pumps with 50' of Motor Cable and 5-Year Extended Warranty 2 EA 30'x 1/4" Lifting Chain 316ss 2 EA 4"x 4" Discharge Connections 2 EA '/2" Base-plates for 4" Elbows 16 EA 3/4"x 12"Anchor Bolts 316ss 2 EA 2" Upper Guide Bar Brackets 316ss 120 FT Guide Rails 316ss 1 EA Cable Holders 316ss 1 EA Cable Entry Seal kit 1 EA Basic Repair kit to include upper and lower bearings, mechanical seal and o-rings 1 EA Insert Ring Start-Up by Xylem Flygt Service Representative Price: $ 68,500.00 Exclusions: WE DO NOT SUPPLY, PIPING, VALVES, GUIDE BARS, PRESSURE GAUGES, DISCONNECTS, JUNCTION BOXES, KELLUMS GRIPS, SURGE PROTECTION EQUIPMENT, SPARE PARTS, LABOR OR ANY OTHER ITEM NOT SPECIFICALLY LISTED ABOVE. PLEASE MAKE PURCHASE ORDERS OUT TO: XYLEM WATER SOLUTIONS USA, INC. Validity: THIS QUOTE IS VALID FOR THIRTY(30) DAYS UNLESS LONGER TIME AGREED TO IN WRITING. Taxes: State, local, and other applicable taxes are not included in this quotation. Freight Terms: DAP; Jobsite- Full Freight Allowed (per Incoterms 2010) Shortages: Xylem will not be responsible for apparent shipment shortages or damages incurred in shipment that are not reported within two weeks from delivery to jobsite. Damages should be noted on the receiving slip and the truck driver advised of the damages. Please contact our office as soon as possible to report damages or shortages so that replacement items can be shipped and the appropriate claims made. Payment Terms: 100% NET 45 DAYS AFTER SHIPMENT DATE. (Note:Partial billing will be made on partial shipments) Xylem's payment shall not be dependent upon Purchaser being paid by any third party unless Owner denies payment due to reasons solely attributable to items related to the equipment being provided by FLYGT. Schedule: Please consult your local Flygt branch for submittals and fabrication lead-times. Back Charges: Buyer shall not make purchases nor shall Buyer incur any labor that would result in a back charge to Seller without prior written consent of an authorized employee of seller. xylem Lets Solve Water FLYGT Xylem Water Solutions USA Inc. / Flygt Products r xylem brand15132 Park of Commerce Blvd.Suite 102 Jupiter,Florida 33478 Phone: 561-848-1200•Fax: 561-848-1299 Terms & Conditions: This order is subject to the Standard Terms and Conditions of Sale—Xylem Americas effective on the date the order is accepted which terms are available at http://www.xyleminc.com/en-us/Pages/terms-conditions-of-sale.apx and incorporated herein by reference and made part of the agreement between the parties. We thank you for your interest in our equipment and look forward to being of service to you in the near future. IN THE ABSENCE OF A FORMAL ISSUED PURCHASE ORDER, A SIGNED COPY OF THIS PROPOSAL IS ACCEPTABLE AS A BINDING CONTRACT. Xylem Water Solutions USA, Inc. Company Name: Giacomino Spera Accepted By: Sales Representative (786) 810-9798 Print Name: giacomino.speraPxyleminc.com Date: xylem Let's Solve Water G Global Headquarters 2850 Red Hill Ave., Suite 125 ® n Santa Ana, CA 92705 wimmior i L E ai � � phone (949)833-3888 �++•- toll-free (800)331-2277 Trust Monster Quality' fax (949)833-8858 jwce@jwce.com IN-CHANNEL GRINDER BUDGET DESIGN INFORMATION DATE: 5/16/2023 EXPIRES: 6/16/2023 PROJECT: Boynton Beach LS 317 TO: Jim King/Barneys Pumps Thank you for choosing JWC's equipment.Enclosed you will find a specification and drawing based on the design parameters listed below.Please let us know if any of the information below changes. Number of units: 1 Model: 30005-0012 Flow: 620 GPM Unrestricted free fall condition. Refer to JWC flow curves Channel width N/A Custom wall mount frame provided Channel depth N/A Weight 1480 lbs. (671.3 kg) �r - 30005-0012 Muffin Monster grinder with 7T cam cutters ,,,,�,� 5HP XPNV immersible motor with 40'cable 304 S/S lifting bail with 22'lift chain 304 S/S custom wall mount frame with 17'rails PC2200 NEMA 4X SS standard control panel Budget Price Per Unit: $53,833 (Freight and one startup service included) Not to be used for construction Please contact JWC if you have any questions. colaky,CVMOkIG�Yi 3`�'E�VIROyEy www.jwce.com ��� a SULZER CONFIDENTIAL ' ' ,tr""°� QUOTATION NUMBER 103024-KSB-M BARNEY S PUMPS INC. B P Page 1 of 4 12080 NW 40th Street Coral Springs, FL 33065-7602IOW Broward (954) 346-0669 Dade (305) 945-0279 Fax (954) 346-0993 DATE: 10/30/24 TO: PCL Construction FOR SHIPMENT TO: PROJECT: Boynton Beach LS 317 Delivery Via From F.O.B. Terms TBD Bestway Barney's Pumps Barney's Pumps net 30 with approved credit ITEM QTY DESCRIPTION PRICE COS: 497 GPM @ 78'TDH 460V / 30 / 60 Hz A 1 Barney's Pumps Non-Clog Lift Station including: $48,000. 2 KSB submersible non-clog sewage pump — model KRT E 100-253/154XEG-S, 20 HP, 1750 RPM with 50' power cords, testing, and spare parts 1 Duplex Rail System including: (2) Base elbow and flange — cast iron — 04". (2) Upper guide bracket — 316SS. (2) Lifting bail and chain — 316SS. (4) Schedule 40 guide rail — 316SS — 02" x 20'. 1 Aluminum wet well cover with SS hardware — 36" x 48" (load rating: 300 psf) 1 Startup Day Thank you for the opportunity to earn your business. Prices quoted are firm for 30 days (unless otherwise noted), then subject to adjustment to agree with prices at time of shipment and subject to any tax required by law. Lead time and/or ship dates are estimates only and are based on the information available at the time of quotation. Please note that these times/dates are subject to change. If shop drawings are required for approval, please request them from our office. All shipments are F.O.B origin. The following items are attached: Bulletin Performance curve Elevation drawing Order processed per Barney's Pumps standard terms and conditions of BARNEY'S PUMPS INC. sale,and all terms and conditions of Barney's Pumps Terms of Sale& Warranty are incorporated herein by this reference as if fully set herein. Please Please visit https://www.barneyspumps.com/legal.html (,i Authorized Signature Accepted By Date PO# Barney's Pumps Terms of Sale & Warranty 1. This document is fully incorporated in the Credit Agreement (the "Agreement") signed by Customer, and is a binding contract between Barney's Pumps, Inc. ("Barney's Pumps") and the Customer executing the Credit Agreement which shall apply to all purchases by the above referenced Customer or its agents after the date of the Agreement. This document is also fully incorporated into any quote or invoice it is sent with or attached to. Barney's Pumps expressly conditions its acceptance of any offer or purchase order from Customer on Customer's acceptance of only these Terms of Sale & Warranty expressly provided herein, and Customer agrees that any additional or different terms and conditions that may be attempted or purported to be imposed by the Customer on Barney's Pumps shall not apply to any transaction between Barney's Pumps and the Customer. Customer agrees and acknowledges that Barney's Pumps is unwilling to conduct business at all with Customer except for Customer's agreement to only these Terms of Sale & Warranty contained herein and nothing else unless such additional or different terms are agreed to in a subsequent writing by Barney's Pumps. 2. Quoted prices do not include any taxes and are valid for thirty (30) days from the date of Barney's Pumps' proposal unless otherwise noted on the proposal. If the proposal is not unconditionally accepted, in writing, within that timeframe, Barney's Pumps may modify pricing. 3. Customer's payment terms are net 30 days from invoice date unless Barney's Pumps states other payment terms in writing signed by Barney's Pumps. The Customer shall pay a finance charge of 18% per annum, or the highest rate permitted by law, whichever is lower, on all delinquent accounts. If it becomes necessary for us to employ an attorney or to bring suit to recover any amount, the Purchaser agrees to pay all of our court costs, legal expenses, and reasonable attorney's fees in connection therewith. These remedies are not in lieu of any other remedies so provided by applicable law. The Customer agrees that any credit extended by Barney's Pumps is for business purposes only, and not for personal, family, or household purposes. 4. Shipping and shop drawing production schedules are estimates based on current market conditions; they are subject to revision. We will not be liable or responsible for any delays caused by late shipment to us, or by any other matters beyond our control (Force Majeure) either in whole or in part. The Customer hereby releases Barney's Pumps for all damages for delays caused, whether in whole or in part, by third parties. Customer agrees that if a third party caused or contributed to any delay, Customer releases Barney's Pumps completely for any damages caused by that delay, including any liquidated damages. Barney's Pumps shall only be liable for liquidated damages if Barney's agrees to such in writing. 5. If requested, shop drawings will be provided for submittal, review and approval to ensure that you, our customer, can be sure that Barney's Pumps has the correct perception of what you require. Any order where shop drawings are provided is contingent upon the approval of those shop drawings that, when approved, shall become the only specifications for the materials, goods, and/or services you wish to purchase. Barney's Pumps cannot and does not warrant, guarantee or represent that materials/goods/services are suitable for any particular purpose nor does Barney's Pumps warrant. guarantee or represent that the materials/goods/services will be or have been approved for use by any other party. The customer is not authorized to rely on any warranty or representation by Barney's Pumps not contained in this document or otherwise provided in writing, and any reliance on anything else shall be deemed unreasonable by the Customer. 6. Purchaser must inspect all materials/goods for damage or shortage at the time of delivery. Claims for non-conforming materials/goods, whether for damage, shortage or otherwise, must be given in writing at the time of delivery to the carrier, and we must be notified in writing of any such claim within five (5) days of the date of delivery. If Customer does not provide written notice of any issue with the materials/goods delivered within five (5) days after the date of delivery, then Customer shall be conclusively deemed to have accepted the materials/goods, and waives any right to complain regarding the quality of the materials/goods and any defects or non-conformance, whether patent or latent. Once the materials and/or goods are accepted, the Customer waives any right to revoke acceptance, whether in whole or in part. These waivers will be enforceable despite any contrary course of performance or course of dealing between the parties hereto. After the five (5) day period mentioned above, materials/goods may not be returned to Barney's Pumps without its written consent and will be subject to a restocking charge plus any freight costs involved. 7. For Specially Manufactured Goods: If Customer orders any goods that must be specially manufactured under specific specifications from the Customer, then the Customer shall not have the ability to cancel any order for such specially manufactured goods once production starts on the goods. Once procurement or production starts on said goods, Customer shall be fully liable for the purchase price of said goods, unless Barney's Pumps agrees otherwise in writing. Customer agrees that any cancellation of production or manufacturing of the specially manufactured goods may result in a cancellation fee to Barney's Pumps, which shall be borne solely by Customer. However, the express warranties below shall still apply to the goods if completed goods are delivered to and accepted by Customer. 8. With respect to materials/goods manufactured by Barney's Pumps, including Unitron Controls and/or Sci-Text' control panels, we warrant said materials/goods only if the Customer is the original purchaser, and only against Page 1 of 3 effective: 11 November 2020 defects in workmanship and material, subject to the limitations described below. The warranty period shall be the lesser of one year from startup or eighteen (18) months from date of shipment. It is the original purchaser's responsibility to ensure that the equipment is properly lubricated and that electrical components used in the control panels are free from rust and operate properly prior to start-up. This warranty does not apply to damage resulting from accident, alteration, misuse or abuse. We warrant to the original purchaser that any part which proves to be defective in material or workmanship will be repaired or replaced at no charge with a new or remanufactured part, F.O.B. Lakeland, Florida. The Customer shall assume all responsibility and expense for removal, reinstallation, and freight to and from Lakeland, Florida. Any item designated as manufactured by others shall be covered only by the express warranty of the manufacturer thereof, if any. Parts of products, or accessories, manufactured by third parties are warranted only to the extent of the original manufacturer's express warranty, if any. In order for this express warranty to be valid and enforceable, Customer shall give Barney's Pumps a written notice within the warranty period above and shall give Barney's Pumps a reasonable opportunity to inspect the materials/goods alleged to be defective. as well as the installation and use thereof. If written notice is not received by Barney's Pumps within the warranty period. any warranty is deemed waived. 9. Service, Repair and Maintenance Work: From time to time, Barney's Pumps may perform service. repair and maintenance work for the Customer on materials/goods purchased by the Customer and/or provide training to Customer concerning said materials/goods. For all repair and maintenance work performed by Barney's Pumps at Barney's Pumps facility, Barney's Pumps warrants said repair and maintenance work against defects in material and workmanship only for the ninety (90) days from the date of completion of said repair and maintenance work. For service, repair and maintenance in the field and for training to customers. Barney's Pumps warrants only that said service, repair and maintenance and field training shall be free from defects in materials and workmanship for ninety (90) days following the date of completion of said services. In order for this express warranty to be valid and enforceable, Customer shall give Barney's Pumps a written notice within the warranty period above and s hall give Barney's Pumps a reasonable opportunity to inspect the materials/goods repaired as well as the installation and use thereof. If written notice is not received by Barney's Pumps within the warranty period, the warranty shall be waived by Customer. 10. Customer acknowledges and agrees that any UNITRON CONTROLS®, SCI-TEXT', or other software provided by BARNEY'S PUMPS in connection with any hardware or control panel products is provided under license, and not sold, to Customer. Customer does not acquire any ownership interest in the software and Barney's Pumps reserves all right, title, and interest in and to the software and all intellectual property rights arising therefrom. Subject to and conditioned upon Customer's strict compliance with the terms of this Agreement, Barney's Pumps hereby grants to Customer a non-exclusive, non-transferable. non-sublicensable limited scope license to use such software in conjunction and only with the hardware specifically provided by Barney's Pumps. Barney's Pumps reserves all rights in the software not expressly granted herein. 11. All drawings. specifications, designs, plans and other documents (including without limitation those in electronic form) prepared by Barney's Pumps (collectively the "Plans and Specifications") are property of Barney's Pumps. Barney's Pumps is and shall be deemed the author and owner of the Plans and Specifications. Barney's Pumps retains all common law, statutory and other rights thereto, including without limitation all copyrights. Customer hereby assigns to Barney's Pumps any interest Customer has or may have in the Plans and Specifications, and otherwise expressly disclaims and waives any right and/or claim of ownership in and to the Plans and Specifications. 12. EXCLUSION OF ALL OTHER WARRANTIES: THE EXPRESS WARRANTIES CONTAINED HEREIN ARE IN LIEU OF ALL OTHER WARRANTIES, INCLUDING ALL IMPLIED WARRANTIES, INCLUDING WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. ALL OTHER IMPLIED WARRANTIES, INCLUDING, BUT NOT LIMITED TO, ANY IMPLIED WARRANTY OF MERCHANTIBILITY OR FITNESS FOR A PARTICULAR PURPOSE, NON-INFRINGEMENT OF THIRD-PARTY INTELLECTUAL PROPERTY, OR THAT ANY UNITRON CONTROLS , SCI-TEXT , OR OTHER SOFTWARE PROVIDED IN CONNECTION WITH A CONTROL PANEL WILL BE SECURE, UNINTERRUPTED, ERROR-FREE, OR SUITABLE FOR THE PARTICULAR NEEDS OF CUSTOMER ARE HEREBY DISCLAIMED AND EXCLUDED FROM THIS TRANSACTION AND SHALL NOT APPLY TO ANY PRODUCTS PURCHASED FROM BARNEY'S PUMPS, INCLUDING MATERIALS OR GOODS PRODUCED OR MANUFACTURED BY BARNEY'S PUMPS, OR ANY PARTS INCORPORATED INTO ANY BARNEY'S PUMPS PRODUCT. THE MATERIALS/GOODS SOLD BY BARNEY'S PUMPS TO THE CUSTOMER ARE SOLD AND DELIVERED "AS IS" AND "WITH ALL FAULTS." 13. UNDER NO CIRCUMSTANCES SHALL BARNEY'S PUMPS BE LIABLE TO THE CUSTOMER FOR INCIDENTAL. SPECIAL OR CONSEQUENTIAL DAMAGES OF ANY NATURE AND HOWEVER OCCASIONED. WHETHER ALLEGED AS A RESULT OF BREACH OF WARRANTY OR CONTRACT BY BARNEY'S PUMPS, AS A RESULT OF THE NEGLIGENCE OF BARNEY'S PUMPS, OR OTHERWISE. BARNEY'S PUMPS AND THE CUSTOMER AGREE THAT THE SOLE AND EXCLUSIVE REMEDY AGAINST BARNEY'S PUMPS REGARDING GOODS AND/OR MATERIALS PROVIDED BY OR DELIVERED BY BARNEY'S PUMPS SHALL BE FOR THE REPAIR OR REPLACEMENT OF ANY DEFECTIVE PART PURSUANT TO THE EXPRESS WARRANTY PROVISIONS HEREIN. Page 2 of 3 effective: 11 November 2020 14. This Agreement constitutes the entire agreement between the Customer and Barney's Pumps. This Agreement takes precedence and shall be controlling over any conflicting provision in all other writings, whether agreed upon by the Customer and/or Barney's Pumps, or otherwise, including any purchase order from Customer. Furthermore, Customer agrees that any indemnification or hold harmless provision in any document provided to Barney's Pumps by the Customer is not accepted by Barney's Pumps unless Barney's Pump's consents in writing to said provision(s). THE CUSTOMER AGREES THAT ANY REPRESENTATION, PROMISE, CONDITION, INDUCEMENT OR WARRANTY, EXPRESS OR IMPLIED, NOT INCLUDED IN WRITING IN THIS AGREEMENT SHALL NOT BE BINDING ON BARNEY'S PUMPS, AND ANY RELIANCE BY THE CUSTOMER ON ANYTHING OTHER THAN THE WRITING CONTAINED HEREIN IS UNREASONABLE. 15. If any provision of this Agreement is held to be illegal, invalid, or otherwise unenforceable under present or future laws. such provision shall be fully severable, the same as if such invalid or unenforceable provision had never comprised part of this Agreement. The remaining provisions of this Agreement shall remain in full force and effect and shall not be affected by the illegal, invalid or unenforceable provision or by its severance from this Agreement. 16. The fact that Barney's Pumps may have initially drafted or structured this Agreement shall not be considered in construing any particular provision herein either in favor of or against Barney's Pumps or the Customer. 17. As to each person signing and/or accepting this Agreement on behalf of a corporation or other entity, each such person represents and warrants that he or she is competent and authorized to enter into this Agreement. 18. This Agreement shall be construed and enforced in accordance with the laws of the State of Florida only, regardless of any principles of conflicts of laws. Exclusive venue and jurisdiction for any claims, causes of action or disputes between the Customer and Barney's Pumps shall be vested in the appropriate state court in Polk County, Florida. 19. THE CUSTOMER AND BARNEY'S PUMPS HEREBY WAIVE THEIR RIGHT TO A TRIAL BY JURY ON ANY DISPUTE ARISING BETWEEN THEM. Page 3 of 3 effective: 11 November 2020 QUOTATION NUMBER 103024-KSB-L BARNEY S PUMPS INC. B P Page 1 of 4 12080 NW 40th Street Coral Springs, FL 33065-7602 40v Broward (954) 346-0669 Dade (305) 945-0279 Fax (954) 346-0993 DATE: 10/30/24 TO: PCL Construction FOR SHIPMENT TO: PROJECT: Boynton Beach LS 317 Delivery Via From F.O.B. Terms TBD Bestway Barney's Pumps Barney's Pumps net 30 with approved credit ITEM QTY DESCRIPTION PRICE COS: 3000 GPM @ 75'TDH 460 V / 30 / 60 Hz A 4 KSB KRT D 300-502/758XNG2-D Vertical Dry-Pit Non-Clog Pump with 16" suction, 12" discharge, 466mm impeller, with 100 HP, 900 RPM motor. Complete with witness factory testing. B 1 Lot of spare parts C 1 Startup labor Total $430,000. +TAX Thank you for the opportunity to earn your business. Prices quoted are firm for 30 days (unless otherwise noted), then subject to adjustment to agree with prices at time of shipment and subject to any tax required by law. Lead time and/or ship dates are estimates only and are based on the information available at the time of quotation. Please note that these times/dates are subject to change.If shop drawings are required for approval, please request them from our office. All shipments are F.O.B origin. The following items are attached: Bulletin Performance curve Elevation drawing Order processed per Barney's Pumps standard terms and conditions of BARNEY'S PUMPS INC. sale,and all terms and conditions of Barney's Pumps Terms of Sale& Warranty are incorporated herein by this reference as if fully set herein. 7//ft Please visit https://www.barneyspumps.com/legal.html v Authorized Signature Accepted By Date PO# CS Barney's Pumps Terms of Sale & Warranty 1. This document is fully incorporated in the Credit Agreement (the "Agreement") signed by Customer, and is a binding contract between Barney's Pumps, Inc. ("Barney's Pumps") and the Customer executing the Credit Agreement which shall apply to all purchases by the above referenced Customer or its agents after the date of the Agreement. This document is also fully incorporated into any quote or invoice it is sent with or attached to. Barney's Pumps expressly conditions its acceptance of any offer or purchase order from Customer on Customer's acceptance of only these Terms of Sale & Warranty expressly provided herein, and Customer agrees that any additional or different terms and conditions that may be attempted or purported to be imposed by the Customer on Barney's Pumps shall not apply to any transaction between Barney's Pumps and the Customer. Customer agrees and acknowledges that Barney's Pumps is unwilling to conduct business at all with Customer except for Customer's agreement to only these Terms of Sale & Warranty contained herein and nothing else unless such additional or different terms are agreed to in a subsequent writing by Barney's Pumps. 2. Quoted prices do not include any taxes and are valid for thirty (30) days from the date of Barney's Pumps' proposal unless otherwise noted on the proposal. If the proposal is not unconditionally accepted. in writing, within that timeframe, Barney's Pumps may modify pricing. 3. Customer's payment terms are net 30 days from invoice date unless Barney's Pumps states other payment terms in writing signed by Barney's Pumps. The Customer shall pay a finance charge of 18% per annum, or the highest rate permitted by law, whichever is lower. on all delinquent accounts. If it becomes necessary for us to employ an attorney or to bring suit to recover any amount, the Purchaser agrees to pay all of our court costs, legal expenses, and reasonable attorney's fees in connection therewith. These remedies are not in lieu of any other remedies so provided by applicable law. The Customer agrees that any credit extended by Barney's Pumps is for business purposes only, and not for personal, family, or household purposes. 4. Shipping and shop drawing production schedules are estimates based on current market conditions; they are subject to revision. We will not be liable or responsible for any delays caused by late shipment to us, or by any other matters beyond our control (Force Majeure) either in whole or in part. The Customer hereby releases Barney's Pumps for all damages for delays caused, whether in whole or in part, by third parties. Customer agrees that if a third party caused or contributed to any delay, Customer releases Barney's Pumps completely for any damages caused by that delay, including any liquidated damages. Barney's Pumps shall only be liable for liquidated damages if Barney's agrees to such in writing. 5. If requested, shop drawings will be provided for submittal, review and approval to ensure that you, our customer, can be sure that Barney's Pumps has the correct perception of what you require. Any order where shop drawings are provided is contingent upon the approval of those shop drawings that. when approved, shall become the only specifications for the materials, goods, and/or services you wish to purchase. Barney's Pumps cannot and does not warrant, guarantee or represent that materials/goods/services are suitable for any particular purpose nor does Barney's Pumps warrant, guarantee or represent that the materials/goods/services will be or have been approved for use by any other party. The customer is not authorized to rely on any warranty or representation by Barney's Pumps not contained in this document or otherwise provided in writing, and any reliance on anything else shall be deemed unreasonable by the Customer. 6. Purchaser must inspect all materials/goods for damage or shortage at the time of delivery. Claims for non-conforming materials/goods, whether for damage, shortage or otherwise, must be given in writing at the time of delivery to the carrier, and we must be notified in writing of any such claim within five (5) days of the date of delivery. If Customer does not provide written notice of any issue with the materials/goods delivered within five (5) days after the date of delivery, then Customer shall be conclusively deemed to have accepted the materials/goods, and waives any right to complain regarding the quality of the materials/goods and any defects or non-conformance, whether patent or latent. Once the materials and/or goods are accepted. the Customer waives any right to revoke acceptance, whether in whole or in part. These waivers will be enforceable despite any contrary course of performance or course of dealing between the parties hereto. After the five (5) day period mentioned above, materials/goods may not be returned to Barney's Pumps without its written consent and will be subject to a restocking charge plus any freight costs involved. 7. For Specially Manufactured Goods: If Customer orders any goods that must be specially manufactured under specific specifications from the Customer, then the Customer shall not have the ability to cancel any order for such specially manufactured goods once production starts on the goods. Once procurement or production starts on said goods, Customer shall be fully liable for the purchase price of said goods, unless Barney's Pumps agrees otherwise in writing. Customer agrees that any cancellation of production or manufacturing of the specially manufactured goods may result in a cancellation fee to Barney's Pumps, which shall be borne solely by Customer. However, the express warranties below shall still apply to the goods if completed goods are delivered to and accepted by Customer. 8. With respect to materials/goods manufactured by Barney's Pumps, including Unitron Controls" and/or Sci-Text control panels, we warrant said materials/goods only if the Customer is the original purchaser, and only against Page 1 of 3 effective: 11 November 2020 defects in workmanship and material, subject to the limitations described below. The warranty period shall be the lesser of one year from startup or eighteen (18) months from date of shipment. It is the original purchaser's responsibility to ensure that the equipment is properly lubricated and that electrical components used in the control panels are free from rust and operate properly prior to start-up. This warranty does not apply to damage resulting from accident, alteration, misuse or abuse. We warrant to the original purchaser that any part which proves to be defective in material or workmanship will be repaired or replaced at no charge with a new or remanufactured part, F.O.B. Lakeland, Florida. The Customer shall assume all responsibility and expense for removal, reinstallation, and freight to and from Lakeland, Florida. Any item designated as manufactured by others shall be covered only by the express warranty of the manufacturer thereof, if any. Parts of products, or accessories, manufactured by third parties are warranted only to the extent of the original manufacturer's express warranty, if any. In order for this express warranty to be valid and enforceable, Customer shall give Barney's Pumps a written notice within the warranty period above and shall give Barney's Pumps a reasonable opportunity to inspect the materials/goods alleged to be defective. as well as the installation and use thereof. If written notice is not received by Barney's Pumps within the warranty period, any warranty is deemed waived. 9. Service, Repair and Maintenance Work: From time to time, Barney's Pumps may perform service. repair and maintenance work for the Customer on materials/goods purchased by the Customer and/or provide training to Customer concerning said materials/goods. For all repair and maintenance work performed by Barney's Pumps at Barney's Pumps facility, Barney's Pumps warrants said repair and maintenance work against defects in material and workmanship only for the ninety (90) days from the date of completion of said repair and maintenance work. For service, repair and maintenance in the field and for training to customers, Barney's Pumps warrants only that said service. repair and maintenance and field training shall be free from defects in materials and workmanship for ninety (90) days following the date of completion of said services. In order for this express warranty to be valid and enforceable, Customer shall give Barney's Pumps a written notice within the warranty period above and s hall give Barney's Pumps a reasonable opportunity to inspect the materials/goods repaired as well as the installation and use thereof. If written notice is not received by Barney's Pumps within the warranty period, the warranty shall be waived by Customer. 10. Customer acknowledges and agrees that any UNITRON CONTROLS`, SCI-TEXT', or other software provided by BARNEY'S PUMPS in connection with any hardware or control panel products is provided under license, and not sold, to Customer. Customer does not acquire any ownership interest in the software and Barney's Pumps reserves all right, title. and interest in and to the software and all intellectual property rights arising therefrom. Subject to and conditioned upon Customer's strict compliance with the terms of this Agreement, Barney's Pumps hereby grants to Customer a non-exclusive, non-transferable, non-sublicensable limited scope license to use such software in conjunction and only with the hardware specifically provided by Barney's Pumps. Barney's Pumps reserves all rights in the software not expressly granted herein. 11. All drawings. specifications, designs. plans and other documents (including without limitation those in electronic form) prepared by Barney's Pumps (collectively the "Plans and Specifications") are property of Barney's Pumps. Barney's Pumps is and shall be deemed the author and owner of the Plans and Specifications. Barney's Pumps retains all common law, statutory and other rights thereto, including without limitation all copyrights. Customer hereby assigns to Barney's Pumps any interest Customer has or may have in the Plans and Specifications, and otherwise expressly disclaims and waives any right and/or claim of ownership in and to the Plans and Specifications. 12. EXCLUSION OF ALL OTHER WARRANTIES: THE EXPRESS WARRANTIES CONTAINED HEREIN ARE IN LIEU OF ALL OTHER WARRANTIES, INCLUDING ALL IMPLIED WARRANTIES, INCLUDING WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. ALL OTHER IMPLIED WARRANTIES, INCLUDING, BUT NOT LIMITED TO, ANY IMPLIED WARRANTY OF MERCHANTIBILITY OR FITNESS FOR A PARTICULAR PURPOSE, NON-INFRINGEMENT OF THIRD-PARTY INTELLECTUAL PROPERTY, OR THAT ANY UNITRON CONTROLS , SCI-TEXT , OR OTHER SOFTWARE PROVIDED IN CONNECTION WITH A CONTROL PANEL WILL BE SECURE, UNINTERRUPTED, ERROR-FREE, OR SUITABLE FOR THE PARTICULAR NEEDS OF CUSTOMER ARE HEREBY DISCLAIMED AND EXCLUDED FROM THIS TRANSACTION AND SHALL NOT APPLY TO ANY PRODUCTS PURCHASED FROM BARNEY'S PUMPS, INCLUDING MATERIALS OR GOODS PRODUCED OR MANUFACTURED BY BARNEY'S PUMPS, OR ANY PARTS INCORPORATED INTO ANY BARNEY'S PUMPS PRODUCT. THE MATERIALS/GOODS SOLD BY BARNEY'S PUMPS TO THE CUSTOMER ARE SOLD AND DELIVERED "AS IS" AND "WITH ALL FAULTS." 13. UNDER NO CIRCUMSTANCES SHALL BARNEY'S PUMPS BE LIABLE TO THE CUSTOMER FOR INCIDENTAL. SPECIAL OR CONSEQUENTIAL DAMAGES OF ANY NATURE AND HOWEVER OCCASIONED. WHETHER ALLEGED AS A RESULT OF BREACH OF WARRANTY OR CONTRACT BY BARNEY'S PUMPS, AS A RESULT OF THE NEGLIGENCE OF BARNEY'S PUMPS. OR OTHERWISE. BARNEY'S PUMPS AND THE CUSTOMER AGREE THAT THE SOLE AND EXCLUSIVE REMEDY AGAINST BARNEY'S PUMPS REGARDING GOODS AND/OR MATERIALS PROVIDED BY OR DELIVERED BY BARNEY'S PUMPS SHALL BE FOR THE REPAIR OR REPLACEMENT OF ANY DEFECTIVE PART PURSUANT TO THE EXPRESS WARRANTY PROVISIONS HEREIN. Page 2 of 3 effective: 11 November 2020 14. This Agreement constitutes the entire agreement between the Customer and Barney's Pumps. This Agreement takes precedence and shall be controlling over any conflicting provision in all other writings, whether agreed upon by the Customer and/or Barney's Pumps, or otherwise, including any purchase order from Customer. Furthermore, Customer agrees that any indemnification or hold harmless provision in any document provided to Barney's Pumps by the Customer is not accepted by Barney's Pumps unless Barney's Pump's consents in writing to said provision(s). THE CUSTOMER AGREES THAT ANY REPRESENTATION, PROMISE. CONDITION, INDUCEMENT OR WARRANTY, EXPRESS OR IMPLIED, NOT INCLUDED IN WRITING IN THIS AGREEMENT SHALL NOT BE BINDING ON BARNEY'S PUMPS, AND ANY RELIANCE BY THE CUSTOMER ON ANYTHING OTHER THAN THE WRITING CONTAINED HEREIN IS UNREASONABLE. 15. If any provision of this Agreement is held to be illegal, invalid, or otherwise unenforceable under present or future laws, such provision shall be fully severable, the same as if such invalid or unenforceable provision had never comprised part of this Agreement. The remaining provisions of this Agreement shall remain in full force and effect and shall not be affected by the illegal, invalid or unenforceable provision or by its severance from this Agreement. 16. The fact that Barney's Pumps may have initially drafted or structured this Agreement shall not be considered in construing any particular provision herein either in favor of or against Barney's Pumps or the Customer. 17. As to each person signing and/or accepting this Agreement on behalf of a corporation or other entity, each such person represents and warrants that he or she is competent and authorized to enter into this Agreement. 18. This Agreement shall be construed and enforced in accordance with the laws of the State of Florida only, regardless of any principles of conflicts of laws. Exclusive venue and jurisdiction for any claims, causes of action or disputes between the Customer and Barney's Pumps shall be vested in the appropriate state court in Polk County, Florida. 19. THE CUSTOMER AND BARNEY'S PUMPS HEREBY WAIVE THEIR RIGHT TO A TRIAL BY JURY ON ANY DISPUTE ARISING BETWEEN THEM. Page 3 of 3 effective: 11 November 2020 LJIEIP p p MATERIAL HANDLING SYSTEMS INC. {,• www.M HScrane.com Scan QR Code to view our website Oct.23,2024 Quote 1062-241 SUBJECT:City of Boynton Beach LS 317 2 ton monorail system. We are pleased to quote you the following as per the plans and specifications: MHS is a UL508A approved control box manufacturer. Many counties no longer will allow control boxes with all internal components UL—they require the UL508A label on the outside. Approval of a non UL508A box in the field can cost over$10,000. All MHS control boxes are UL508A certified NOTE: We would also like to inform you that we are a certified Small Disadvantaged Minority business,not only will we use our 45 plus years of experience in the material handling industry to provide the best prices,quality and service but we can also help you meet any Minority participation goals that you may have. 1. 2 ton monorail with: - 35 ft length. - Hangers to support monorail - End stops 2. 2 ton wire rope hoist with - 30ft of lift - Double reeved - Dual limit switches - Dual brakes - Hoist speed of 16 FPM. - Trolley speed of 40 FPM. - Drop lugs and rail sweeps as required. - Bumpers as required - Trolley brake as required 3. NEMA 4X controls 4. Cable reel to supply power to the hoist 5. PE sealed drawings 6. All shipping costs to the job sight 7. Unload the material and move it into area of installation. 8. Install the material quoted in this proposal. 9. Furnish the certified test weights and test. 10. Provide operator training as required by OSHA 11. Provide all equipment for installation. 12. Utilize our own installation crew on a straight time basis only. 13. Connect conductors to power source(conduit and wire by others). PLEASE NOTE: The material that we propose to furnish for this project is equal to or superior to that named in the specifications. Any variation in our equipment and that named should be construed only to be a difference in manufacturers design and not an exception to the specification. Corporate HQ Northeastern Florida Northwest Florida& Central Florida Atlanta Region Savannah Region MHS International South Florida &Southern Georgia Alabama 399 Enterprise Street, 1756 Wilwat Drive 1333 Lynah Avenue. 2741 NE 4i°Avenue 2741 NE 4's Avenue 1943 East 21"Street 1000 Jackson Way Suite B NW,Suite E Savannah,GA 31405 Pompano Beach,FI Pompano Beach,FL Jacksonville,FL Panama City,FL Ocoee,FL 34761 Norcross,GA 30093 Ph:(912)200 9788 33064 33064 32206 32405 Ph:(407)373-0022 Ph:(678)999-2199 sav@mhscrane.com Ph:(954)416-3927 Ph:(954)921-1171 Ph:(904)354-1004 Ph:(850)638-4101 orl@mhscrane.corn atl@mhscrane.com intl@mhscrane.com info@mhscrane.com jax@mhscrane.com pc@mhscrane.com .o ! lip MATERIAL HANDLING SYSTEMS INC. www.MHScrane.com Scan DR Code to view our website Your net cost for the above-listed including installation and tax is: $68,090.00 The installed price is based on our assumption that we will have a finished floor for our equipment and that the area will be reasonably free of debris and construction material. And,of course we assume that there will be free access to move the material and equipment into the area of installation. The above-quoted price DOES NOT INCLUDE any of the following: a. Re-enforcing of building structure or alterations of any kind. b. Moving of any obstructions;e.g.,lights, pipes,conduit,air conditioning ducts, machinery,or moving construction material or debris. c. Bringing power from building main supply to the conductors that we are furnishing. d. Touch-up or repainting of building e. Premium time work. Normal hours are Monday through Friday,8 A.M.to 4:30 P.M. Although we have excluded the above items from the quoted installation price,any of the above could be arranged at an additional cost upon request. MHS is a licensed,State Contractor,and insured for the manufacture and installation of cranes This price remains valid for 30 days. Should you award us a contract we will guarantee price WITHOUT ESCALATION through delivery. TERMS: 90%monthly for material delivered to the jobsite by the 25th of the month. Balance due on approval of our material by the owner's representative. Shipment could be made in 8 to 14 weeks after receipt of order and finalization of all details. Quoted delivery and installation is based upon estimates given to us by our suppliers and are made in good faith but we cannot be responsible for delays or losses caused by a late delivery beyond our control or a malfunctioning of equipment after installation. We have been established in this area for over 45 years and would be proud to furnish you with references and arrange a visit to some of our installations to see the quality of our work. Should you desire further information or clarification of this quotation please do not hesitate to call on us. Very truly yours, MATERIAL HANDLING SYSTEMS INC. Ronald Fontes, President CORE&MAIN Bid Proposal for Boynton Beach L5317 - PCL PCL CONSTRUCTION INC Job TAMPA/ORLANDO PLANT JOBS Boynton Beach LS317- PCL 1711 W GREENTREE DR STE 201 BOYNTON BEACH, FL TEMPE, AZ 85284 Bid Date: 08/30/2024 02:00 pm Bid#: 3720385 u Sales Representative Core & Main Marco Lemus 1101 W 17th St (M) 813-459-9171 Riviera Beach, FL 33404 (T) 813-621-1971 (T) 5618484396 p (F) 813-621-3280 U Marco.Lemus@coreandmain.com V) W 0 Actual taxes may vary Page 1 of 3 CORE&MAIN Bid Proposal for Boynton Beach LS317 - PCL PCL CONSTRUCTION INC Core&Main Job Location: BOYNTON BEACH, FL 1101 W 17th St Bid Date: 08/30/2024 02:00 pm Riviera Beach, FL 33404 Core&Main Bid#: 3720385 Phone: 5618484396 Fax: 5618457267 Seq# Qty Description Units Price Ext Price 10 FORCEMAIN @ PUMP 20 4 16" FLG PLUG VALVE W/EMO EA 16,833.52 67,334.08 30 4 - 16X12 FLG ECC RED C110 P401 PR IMP EA 2,040.87 8,163.48 40 416X12 FLG TEE C110 P401 PR IMP EA 2,885.23 11,540.92 50 4 - 16 FLGXFLG DI PIPE P401 2'IMP EA 2,096.47 8,385.88 60 1 12X4 TAPT BLIND FLG P401 EA 636.34 636.34 70 1 20 FLGXFLG DI PIPE P401 4'IMP EA 3,878.77 3,878.77 80 2 20 FLG 90 C110 P401 PR IMP EA 3,595.16 7,190.32_ 90 4 12"FLG PLUG VALVE W/EMO EA 12,337.78 49,351.12 100 412 FLG CHECK VALVE SWING LEVER&WEIGHT EA 11,396.67 45,586.68 110 4 12 FLG BASE 90 C110 P401 PR IMP EA 2,086.36 i 8,345.44 120 4 12 NEOPRENE EXP JOINT 316SS CONTROL HARNESS EA 4,918.30 19,673.20 __130 4 12X10 FLG RED C110 P401 PR IMP EA 1,372.85 5,491.40 140 4 • 10 NEOPRENE EXP JOINT 316SS CONTROL HARNESS EA 3,925.61 15,702.44 150 2 • 4XCL 316SS NIPPLE EA 29.72 59.44 _ 160 1 4" 316SS THREADED BALL VALVE _ EA 775.13 775.13 170 1 -_ 4"316SS FLG X MALE KAMLOCK _ EA 302.20 302.20 180 1 KAMLOCK 4 DUST CAP SS EA , 117.94 117.94 190 4 16 FLGXFLR 90 C110 IMP P401 EA 3,122.38 12,489.52 200 31 16X1/8 FLG ACC EPDM FF 316SS EA 210.20 6,516.20 210 _ 48 '12X1/8 FLG ACC EPDM FF 316SS EA 111.27 5,340.96 220 12 10X1/8 FLG ACC EPDM FF 316SS EA 107.67 1,292.04 230 _ 8 12"ADJUSTABLE PIPE SUPPORT 316SS CL 3'0" EA 1,457.32 11,658.56 240 2 16"ADJUSTABLE PIPE SUPPORT 316SS CL5'0" _ EA 1,847.57 3,695.14 250 _ 4 20"ADJUSTABLE PIPE SUPPORT 316SS CL 5'0" EA 3,146.35 12,585.40 270 -H- LIFT STATION PIPING 280 2 _ 6 FLGXFLG DI PIPE P401 PR 19' PRIMED IMP EA 2,856.10 5,712.20 290 46 FLG 90 C110 P401 PR IMP EA 522.87 2,091.48 _ 300 2 6 FLGXFLG DI PIPE P401 5' IMP EA 963.30 1,926.60 _ 310 4 6"WALL ANGLE PIPE SUPPORT 316SS W/6" PIPE STRAP EA 750.00 3,000.00 320 2 6 FLGXFLG DI PIPE P401 1'6" IMP EA 490.10 980.20 330 1 6 FLG TEE C110 P401 IMP EA 665.98 665.98 340 1 6 FLGXFLG DI PIPE P401 3' IMP EA 692.90 692.90 350 26 -j 6X1/8 FLG ACC EPDM FF 316SS EA 43.74 1,137.24 1 370 METER BOX ASSEMBLY 380 4 6 FLGXFLG DI PIPE P401 1' IMP EA 422.50 1,690.00 390 1 6 FLG CHECK VALVE SWING LEVER&WEIGHT EA 4,123.34 4,123.34 400 2 6 FLG PLUG VALVE W/HANDLE EA 962.23 1,924.46 410 **FLOW METER BY OTHERS** 420 2 317-069006-000 6X3/4IP SADDLE EPDXY W/304SS STRAPS EA 92.32 184.64 5.94-6.90 OD 430 1 1 ASHCROFT 0-60#PRESSURE GAUGE W/DIAPHRAGM SEAL EA 628.75 628.75 Actual taxes may vary Page 2 of 3 CORE&MAI N Bid Proposal for Boynton Beach L5317 - PCL Bid#: 3720385 Seq# Qty Description Units Price Ext Price 440 4 3/4 316SS BALL VALVE EA 117.15 468.60 450 2 3/4 316SS TEE EA 7.52 15.04 460 L--6 3/4XCL 316SS NIPPLE EA 2.32 13.92 470 1 2 3/4X1/2 316SS BUSHING EA 3.35 6.70 Sub Total 331,374.65 Tax 0.00 Total 331,374.65 UNLESS OTHERWISE SPECIFIED HEREIN,PRICES QUOTED ARE VALID IF ACCEPTED BY CUSTOMER AND PRODUCTS ARE RELEASED BY CUSTOMER FOR MANUFACTURE WITHIN THIRTY(30)CALENDAR DAYS FROM THE DATE OF THIS QUOTATION.CORE&MAIN LP RESERVES THE RIGHT TO INCREASE PRICES TO ADDRESS FACTORS,INCLUDING BUT NOT LIMITED TO,GOVERNMENT REGULATIONS, TARIFFS,TRANSPORTATION,FUEL AND RAW MATERIAL COSTS. DELIVERY WILL COMMENCE BASED UPON MANUFACTURER LEAD TIMES.ANY MATERIAL DELIVERIES DELAYED BEYOND MANUFACTURER LEAD TIMES MAY BE SUBJECT TO PRICE INCREASES AND/OR APPLICABLE STORAGE FEES.THIS BID PROPOSAL IS CONTINGENT UPON BUYER'S ACCEPTANCE OF SELLER'S TERMS AND CONDITIONS OF SALE,AS MODIFIED FROM TIME TO TIME,WHICH CAN BE FOUND AT: https://coreandmain.com/TandC/ Actual taxes may vary Page 3 of 3 0 FERGUSON BOYNTON BEACH LS-317(DB30) Page 1 11/1/2024 9:53 AM WATERWORKS System/Location Addenda Description Qty UOM Unit Cost Amount Item Notes Tag 0.5"PG 17,012 SUBMERSIBLE LS DRW 00001,DRW M04 3,149 ••• 1/2"316 SSTL 1504 THREADED 90 ELL 3 EA 14.23 43 1/2"316 SSTL 1504 THREADED TEE 3 EA 20.11 60 1/2"X 2"316 SSTL SCH 40 THREADED NIPPLE 9 EA 3.61 32 4 1/2"DIA X 1/2"BOTTOM CONNECTION SSTL CASE LIQUID 3 EA 397.94 1,194 PI LS317-220 232 FILLED PRESSURE GAUGE-0 TO 100 P5I RANGE 1/2"NPT STAINLESS STEEL PRESSURE DIAPHRAGM SEAL 3 EA 511.00 1,533 1/2"2 PIECE THREADED 316 STAINLESS BALL VALVE W/LEVER 3 EA 95.51 287 OP DRI-PRIME PUMP DRW 00001,DRW M04 1,050 ••• 1/2"316 SSTL 1504 THREADED 90 ELL 1 EA 14.23 14 1/2"316 SSTL 1504 THREADED TEE 1 EA 20.11 20 1/2"X 2"316 SSTL SCH 40 THREADED NIPPLE 3 EA 3.61 11 4 1/2"DIA X 1/2"BOTTOM CONNECTION SSTL CASE LIQUID 1 EA 397.94 398 PI-LS317-233 FILLED PRESSURE GAUGE-0 TO 100 PSI RANGE 1/2"NPT STAINLESS STEEL PRESSURE DIAPHRAGM SEAL 1 EA 511.00 511 1/2"2 PIECE THREADED 316 STAINLESS BALL VALVE W/LEVER 1 EA 95.51 96 OP INUNE BOOSTER PS DRW M02,DRW MO3 12,814 ••• 1/2"316 SSTL 1504 THREADED 90 ELL 12 EA 14.23 171 1/2"316 SSTL 1504 THREADED TEE 6 EA 2011 121 1/2"X 2"316 SSTL SCH 40 THREADED NIPPLE 24 EA 3.61 87 4 1/2"DIA X 1/2"BOTTOM CONNECTION 5511 CASE LIQUID 12 EA 397.94 4,775 ••• FILLED PRESSURE GAUGE-0TO 100 PSI RANGE 1/2"NPT STAINLESS STEEL PRESSURE DIAPHRAGM SEAL 12 EA 511.00 6,132 1/2"2 PIECE THREADED 316 STAINLESS BALL VALVE W/LEVER 16 EA 95.51 1,528 OP 01"PG 331 SUBMERSIBLE L5 DRW 00001,DRW M04 331 1"X 1/2"316 SSTL 1504 THREADED COUPLING 3 EA 27.48 82 1"CC X MIP BALL CORP STOP 3 EA 82.76 248 01"PW 316 SITE PLAN DRW 00001 316 1"X 20'IPS SCH80 PE GRAY PVC PIPE 40 FT 1.12 45 1"PVC SCH 80 SLIP 90 ELL 4 EA 2.28 9 1"PVC SCH 80 SLIP X MIP ADPT 2 EA 4.48 9 1"PVC SCH 80 SLIP COUPLING 2 EA 2.80 6 1"CC X MIP BALL CORP STOP I EA 82.76 83 1"AWWA THREADED METER W/DIRECT READ REGISTER(BY 1 EA - - OTHERS) 18"FIBERGLASS METER BOX W/LID(BOYNTON STANDARD W- 1 EA 165.24 165 131 01"UW 7,590 ••• INLINE BOOSTER PS DRW M02,DRW M03 7,590 ••• I"X 20'IPS SCH80 PE GRAY PVC PIPE 260 FT 1.12 291 1"PVC SCH 80 SLIP 90 ELL 16 EA 2.28 36 1"PVC SCH 80 SLIP X MIP ADPT 28 EA 4.48 125 1"PVC SCH 80 SLIP UNION W/EPDM O-RING 4 EA 8.75 35 1"PVC SCH 80 SLIP COUPLING 8 EA 2.79 22 1"PVC SCH 80 SLIP TEE 8EA 4.08 33 1"SOLVENT WELD PVC BODY WYE STRAINER W/EPDM SEALS 4 EA 81.06 324 &PVC SCREEN 1"THREADED 316 STAINLESS 2 WAY SOLENOID VALVE- 4 EA 1,162.00 4,648 SV-LS317-011-041 NORMALLY CLOSED 1"SCH 80 PVC BALL VALVE TRU-UNION W/SOLVENT WELD 16 EA 50.10 802 ENDS&LEVER OP 1"SOLVENT WELD PVC TRU UNION BALL CHECK VALVE W/ 4 EA 57.28 219 EPDM SEALS 1"PVC INLINE PRESSURE RELIEF VALVE W/EPDM SEALS 4 EA 260.95 1,044 THREADED 02"ARV 3,394 SUBMERSIBLE LS DRW 00001,DRW MO4 3,394 2"X 2-1/2"316 SSTL SCH 40 THREADED NIPPLE 2 EA 13.03 26 2"2 PIECE THREADED 316 STAINLESS BALL VALVE W/LEVER 1 EA 555.15 555 OP 2"X 2"SINGLE IRONBODY TYPE-VALVE ONLY WASTEWATER 1 EA 2,812.50 2,813 COMBINATION AIR VALVES W/FIP THREADED INLET&OUTLET 02"D 634 INUNE BOOSTER PS DRW MO2,DRW M03 634 2"X 20'IPS SCH80 PE GRAY PVC PIPE 200 FT 2.47 494 2"PVC SCH 80 SLIP 90 ELL 12 EA 3.96 48 2"PVC SCH 80 SLIP COUPLING 10 EA 4.93 49 2"PVC SCH 80 SLIP X MIP ADPT 4 EA 10.89 44 02"PW 2,168 SITE PLAN DRW ORCO1 2,168 2"X 20'In SCH80 PE GRAY PVC PIPE 220 FT 2.47 543 2"PVC SCH 80 SLIP TEE 1 EA 14.03 14 2"PVC SCH 80 SLIP 90 ELL 16 EA 3.96 63 2"PVC SCH 80 SLIP COUPLING 10 EA 4.93 49 2"XI"PVC SCH 80 SLIP RED COUP I EA 8.55 9 2"PVC SCH 80 SLIP X MIP ADPT 6 EA 10.88 65 2"PVC SCH 80 SLIP UNION W/EPDM 0-RING 2 EA 31.75 64 12"X 2"IP TAP EPDXY COATED IRONBODY/DOUBLE SSTL 1 EA 679.40 679 STRAP SERVICE SADDLE FOR DI/AC OD 2"BRONZE BODY REDUCED PRESSURE ZONE ASSEMBLY 1 EA 681.25 681 BACKFLOW PREV ENTER-BRONZE BODY W/QUARTER TURN SHUT-OFFS Report by SYSTEM 0 FERGUSON BOYNTON BEACH 15-317(DB30) Page 2 11/1/2024 9:53 AM WATERWORKS 04"FM 42,887 ••• SUBMERSIBLE LS DRW 00001,DRW M04 42,887 ••• 4"X 0'6"DI SPOOL PIECE PROTECT°401 LINED WI 1258 FLG X 6 EA 497.33 2,984 DRW M02 NOTE 1 EPDXY COATED W/POLY FLG TOPCOAT 4"X 0'6"DI SPOOL PIECE PROTECTO 401 LINED W/1250 FLG X 2 EA 1,055.45 2,111 DRW MO2 NOTE 1 EPDXY COATED W/POLY FLG W/1"TAP TOPCOAT 4"X 11'0"DI SPOOL PIECE PROTECTO 401 LINED W/1258 FLG 4 EA 2,422.50 9,690 DRW MO2 NOTE 1 EPDXY COATED W/POLY X FLG(SUBMERGED) TOPCOAT 4"%4'6"DI SPOOL PIECE PROTECTO 401 LINED W/1250 FLG X 2 EA 1,018.88 2,038 DRW M02 NOTE 1 EPDXY COATED W/POLY PE(SUBMERGED) TOPCOAT 4"C110 FLG PRIME COATED/PROTECTO 401 LINED D190 ELL 2 EA 367.40 735 (SUBMERGED) 8"%0'8"PE x WC X PE CARBON STEEL-HD GALVANIZED WALL 6 EA 266.25 1,598 SLEEVES 4"MODEL 5-316 MODULAR SEAL FOR DI/CI OD PVC/DIPS HDPE 42 EA 14.81 622 FOR STEEL WALL SLEEVE(QUOTED PER LINK-REQUIRES 7 EA-LS- 4105 LINKS PER SEAL) 4"FLG ACC MS-316 SST.FINISHED HEX-CL 125/150 FLANGE 4 EA 24.20 97 WI SBR GASKET(DIXCV) 4"FLO ACC PK5-316 SSTL FINISHED HEX-CL 125/150 FLANGE 10 EA 24.20 242 W/SBR GASKET(DIXDI) -...._ 4"FLG ACC PK5-316 SSTL FINISHED HEX-Cl 125/150 FLANGE 2 EA 24.20 48 W/SBR GASKET IDIXEQPI 4"FLG ACC PKS'316 SSTL FINISHED HEX•CL 125/150 FLANGE 4 EA 24.20 97 W/SBR GASKET(DIXGV) 4"FCA NON-RESTRAINED DI BODY FOR DI PIPE SIZE W/ 2 EA 267.12 534 STANDARD BOLTS'SBR GASKETS _ 4"C515 125LB FIG NRS GATE VALVE W/HANDWHEEL OP(NO 2 EA 797.50 1,595 GEAR) 4"125/150LB FLG IRONBODY AWWA SWING CHECK VALVE W/ 2 EA 4,160.80 8,322 BOTTOM MOUNTED OIL CUSHIONED-NO LIMIT SWITCH 4"HOT DIPPED GALVANIZED CARBON STEEL FLOOR STYLE 4 EA 731.25 2,925 ADJUSTABLE SADDLE SUPPORT W/STEEL YOKE 8 NUTS(1'-6" CO NO DTL 4"316 SSTL FABRICATED WALL BRACKET SUPPORT FOR 4 EA 2,312.50 9,250 VERTICAL PIPE 2'-0"CENTERLINE TO WALL(DRWOOM04/5 20A) 04"SS - ._... 4,23A SITE SITE PLAN DRW 00001 3,474 4"C153 FOR PVC PIPE MI BIT COATED/PROTECTO 401 LINED 5 EA 243.65 1,218 DI 45 ELL 4"C153 FOR PVC PIPE MI BIT COATED/PROTECTO 401 LINED 2EA 458.15 916 DI WYE 4"X 4"CONCENTRIC FLEXIBLE RUBBER JOINT CI/PVC%CI/PVC 2 EA 30.64 61 4"DR18/PR235 C900 BJ GSKT PVC PIPE-GREEN 100 FT 7.55 755 4"CI CLEAN OUT ADAPTER W/THD BRASS PLUG 2 EA 261.45 523 SUBMERSIBLE L5 DRW OOCO1,DRW M04 740 8"%OA"PE%WCX PE CARBON STEEL-HD GALVANIZED WALL 2 EA 266.25 533 SLEEVES 4"MODEL 5-316 MODULAR SEAL FOR DI/CI OD PVC/DIPS HDPE 14 EA 14.81 207 FOR STEEL WALL SLEEVE(QUOTED PER LINK-REQUIRES 7 EA-LS. 4105 1INKS PER SEMI 04"VT 1,829 ••• SUBMERSIBLE IS DRW 00001,DRW M04 1,829 ••• 4"X 2'0"DI SPOOL PIECE PROTECTO 401 UNED W/1258 FLG X 1 EA 548.62 549 DRW MO2 NOTE 1 EPDXY COATED W/POLY PE - TOPCOAT 4"C110 FLG PRIME COATED/PROTECTO 401 LINED DI 90 ELL 2 EA 367.40 735 4"C110 COMP FLG PRIME COATED/PROTECTO 401 LINED DI 1 EA 52.80 53 THD COMPANION FLG F/DI 8"X 0'8"PE X WC X PE CARBON STEEL-HD GALVANIZED WALL 1 EA 266.25 266 SLEEVES 4"MODEL 5.316 MODULAR SEAL FOR DI/CI OD PVC/DIPS HDPE 7 EA 14.81 104 FOR STEEL WALL SLEEVE(QUOTED PER LINK-REQUIRES 7 EA-LS- 410SLINKS PER SEAL) 4"FLG ACC PKS-316 SSTL FINISHED HEX-CL125/150 FLANGE 3 EA 24.20 73 W/SBR GASKET IDIXDII STAINLESS ROUND BUG SCREEN FOR 4"FLANGE 1 EA 50.00 50 06"FM 26,300 ••• SITE PLAN DRW 00001 7,134 6"PC350 DUCTILE IRON PIPE REST 1NT PROTECTO 401 LINED- 20 FT 70.71 1,414 BITUMINOUS COATED 6"C153 M)BIT COATED/PROTECTO 401 LINED DI90 ELL 2 EA 410.85 822 6"WEDGE FITTING RESTRAINT MJ GLAND PACK-SBR GASKET- 3 EA 55.19 166 CORTEN BAN'S-FOR DI PIPE - 6"FIG ACC PK5-316 SSTL FINISHED HEX-CL 125/150 FLANGE 1 EA 44.15 44 W/SBR GASKET ITS%NI 20",6"STAINLESS BODY TAPPING SLEEVE-FULL SEAL W/ 1 EA 2,532.86 2,533 DROP-IN BOLTS FOR DI OD W/SSTL FLANGED OUTLET(NO VALVE) 6"C515 M1%FLG TAPPING VALVE W/2"OP NUT(NO GEAR) 1 EA 1,549.35 1,549 27-37"HEAVY DUTY 5-1/4"SHAFT-SCREW TYPE 2 PC VALVE 1 EA 343.75 344 BOX COMPLETE W/LID 5'O"CARBON STEEL SOLID ROD EXTENSION STEM-SOCKET X 1 EA 262,69 263 NUT SUBMERSIBLE LS DRW 00001,DRW MO4 16,664 ••• 6"X 1'0"DI SPOOL PIECE PROTECTO 401 LINED W/1258 FLG X 3 EA 660.49 1,981 DRW M02 NOTE 1 EPDXY COATED W/POLY FLO TOPCOAT 6"X 11)"DI SPOOL PIECE PROTECTO 401 LINED W/1258 FIG X 1 EA 888.62 889 DRW M02 NOTE 1 EPDXY COATED W/POLY FIG W/1"TAP TOPCOAT 6"X 2'0"DI SPOOL PIECE PROTECTO 401 LINED W/1258 FLO X 1 EA 871.39 871 DRW M02 NOTE 1 EPDXY COATED W/POLY FLG _ _ .._.. _ TOPCOAT 6"X 3'6"DI SPOOL PIECE PROTECTO 401 LINED W/1259 FLG X 1 EA 2,012.87 2,013 DRW M02 NOTE 1 EPDXY COATED WI POLY PE W/2"TAP _ TOPCOAT 6"0310 FLG PRIME COATED/PROTECTO 401 LINED DI TEE IEA 716.65 717 6"X 4"C110 FLG PRIME COATED/PROTECTO 401 LINED DI TEE 1 EA 770.00 770 Report by SYSTEM 0 FERGUSON BOYNTON BEACH LS-317(0830) Page 3 11/1/2024 9:53 AM WATERWORKS 6"X 4"C110 FLG PRIME COATED/PROTECTO 401 LINED DI 1 EA 460.35 460 CO NC RED 6"FLO ACC PKS-316 5STL FINISHED HEX-CL 125/150 FLANGE 1 EA 44.15 44 W/SBR GASKET ICVXQC) 6"FIG ACC PKS-316 SSTL FINISHED HEX-CL 125/150 FLANGE IEA 44.15 44 W/SBR GASKET(DIXCV) 6"FIG ACC PKS-316 SSTL FINISHED HEX-CL 125/150 FLANGE 7 EA 44.15 309 W/SBR GASKET IDIXDI) 6"FLG ACC PKS-316 SSTL FINISHED HEX-CL 125/150 FLANGE 4 EA 44.15 177 W/SBR GASKET(DIXGV) 6"STAINLESS STEEL ADAPTER(MALE QC)%15011 ANSI FLANGE 1 EA 732.33 732 QUICK DISCONNECTS 6"C515 125LB FLG NRS GATE VALVE WI HANDWHEEL OP(NO 2 EA 1,066.09 2,132 GEAR) 6"125/15018 FLG IRONBODY AWWA SWING CHECK VALVE W/ 1 EA 5,524.40 5,524 BOTTOM MOUNTED OIL CUSHIONED-NO LIMIT SWITCH INLINE BOOSTER PS DRW M02,DRW 14103 2,501 6"FLG ACC PKS-3165571 FINISHED HEX-C1.125/150 FLANGE 4 EA 44.15 177 WI 513R GASKET IEXPXEQP) 6"FLO X FIG-RUBBER SPOOL TYPE-SINGLE FILLED ARCH FOP 4 EA 581.25 2,325 1NT'GALV BACKUP RING&CONTROL ASSY 10"FM 4,664 - INLINE BOOSTER PS DRW M02,DRW M03 4,664 10"FLG ACC PKS.316 SSTL FINISHED HEX-CL 125/150 4 EA 103.38 414 FLANGE W/SBR GASKET(EXPXEQPI 10"FLG X FLO-RUBBER SPOOL TYPE-SINGLE FILLED ARCH EXP 4 EA 1,062.50 4.250 1NT•GALV BACKUP RING&CONTROL ASSY 12"FM 198,543 ••• ••• SITE PLAN DRW O0001 18,246 12"PC350 DUCTILE IRON PIPE REST 1NT PROTECTO 401 LINED 40 FT 135.18 5,407 BITUMINOUS COATED 12"0153 Mi BIT COATED/PROTECTO401LINED DI90 ELL IEA 1,029.05 1,029 12"WEDGE FITTING RESTRAINT Ml GLAND PACK-SBO GASKET- 3 EA 143.73 431 CORTEN B&N'S-FOR DI PIPE 12"FLG ACC PKS-316 SSTL FINISHED HEX-CL 125/150 1 EA 105,68 106 FLANGE W/SBR GASKET ITSXTV) 20"x 12"STAINLESS BODY TAPPING SLEEVE-FULL SEAL W/ 1 EA 5,819.08 5,819 DROP-IN BOLTS FOR DI OD W/SSTL FLANGED OUTLET(NO VALVE)_ 12"0515 MJ X FIG TAPPING VALVE W/2"OP NUT(NO GEAR) 1 EA 4,847.46 4,847 - - 27-37"HEAVY DUTY 5-1/4"SHAFT-SCREW TYPE 2 PC VALVE 1 EA 343.75 344 BOX COMPLETE W/LID 5'0"CARBON STEEL SOLID ROD EXTENSION STEM-SOCKET% 1 EA 262.69 263 NUT DRI-PRIME PUMP DRW 00001,DRW 1004 50,253 • " 12"%1'0"DI SPOOL PIECE PROTECTO 401 LINED W/125#FLO 1 EA 1,571.06 1,571 DRW M02 NOTE 1 EPDXY COATED W/POLY X FLG TOPCOAT 12"X 3'O"DI SPOOL PIECE PROTECTO 401 UNED W/125#FLG 2 EA 2,391.87 4,784 DRW MO2 NOTE 1 EPDXY COATED W/POLY X FLG TOPCOAT 12"X 40"DI SPOOL PIECE PROTECTO 401 LINED W/125#FLO 1 EA 2,802.26 2,802 DRW M02 NOTE 1 EPDXY COATED WI POLY X FLG TOPCOAT 12"X 6'6"DI SPOOL PIECE PROTECTO 401 LINED W/1258 FLG 1 EA 3,828.26 3,828 DRW M02 NOTE 1 EPDXY COATED W/POLY MI& TOPCOAT 12"X 20"DI SPOOL PIECE PROTECTO 401 LINED W/125#FLG I EA 1,379.40 1,379 DRW M02 NOTE 1 EPDXY COATED WI POLY __....-. XPEN/IIMERGED) TOPCOAT 12"%4'0"DI SPOOL PIECE PROTECTO 401 LINED W/125#FLG 1 EA 2,200.20 2,200 DRW M02 NOTE 1 EPDXY COATED W/POLY XPE...._.-____ TOPCOAT 12"%5'0'DI SPOOL PIECE PROTECTO 401 LINED W/125#FLG I EA 2,610.60 2,611 DRW M02 NOTE 1 EPDXY COATED W/POLY XPE -._.____.... TOPCOAT 12"C110 FLG PRIME COATED/PROTECTO 401 LINED DI 90 ELL 3 EA 1,588.95 4,767 12"0110 FLG PRIME COATED/PROTECTO 401 LINED DI 90 ELL 1 EA 1,588.95 1,589 (SUBMERGED) 16"X 0'8"PE X WC XPE CARBON STEEL-HD GALVANIZED WALL 1 EA 508.75 509 SLEEVES 12"MODEL S-316 MODULAR SEAL FOR DI/CI OD PVC/DIPS 18 EA 15.50 279 HDPE FOR STEEL WALL SLEEVE(QUOTED PER LINK-REQUIRES 18 EA-L5-475S LINKS PER SEALI 12"FLG ACC PKS-316 SSTL FINISHED HEX-CL 125/150 2 EA 105.68 211 _FLANGE W/SBR GASKET(DIXCV) 12"FIG ACC PKS-316 SSTL FINISHED ME%-CL 125/150 6 EA 105.68 634 _FLANGEW/SBR GASKET(DIXDI)_ 12"FLG ACC PKS-316 SSTL FINISHED HEX-CL 125/150 2 EA 105.68 211 FLANGE W/SBR GASKET(DIXEQP) 12"FLG ACC P1(9-316 SSTL FINISHED HEX-CL 125/150 4 EA 105.68 423 FLANGE W/SBR GASKET(DIXPV) -___ 12"125LB FLG IRON BODY PLUG VALVE STD PORT W/GEAR 2 EA 3,653.30 7,307 OPERATOR/HANDWHEEL 12"1125/15018 FLG IRONBODY AWWA SWING CHECK VALVE 1 EA 11,547.90 11,548 WI BOTTOM MOUNTED OIL CUSHIONED-NO LIMIT SWITCH ...______ _......_.._ ...._.__ __ .._. ..-... 12"HOT DIPPED GALVANIZED CARBON STEEL FLOOR STYLE 4 EA 900.000,00 3,6000 ADJUSTABLE SADDLE SUPPORT W/STEEL YOKE&NUTS(1'-6" CLI NO DEL INLINE BOOSTER PS DRW MO2,DRW M03 130,044 •"" ••• 12"X 1'6"DI SPOOL PIECE PROTECTO 401 LINED W/125#FLG 4 EA 1,77626 7,105 DRW MO2 NOTE 1 EPDXY COATED W/POLY X FLG TOPCOAT 12"X 1'6"DI SPOOL PIECE PROTECTO 401 LINED W/125#FLU 4 EA 2,004.39 8,018 DRW MO2 NOTE 1 EPDXY COATED W/POLY X FLG 1y/1"TAP TOPCOAT 12"X 30"DI SPOOL PIECE PROTECTO 401 UNED W/125#FLG 1 EA 2,391.87 2,392 DRW M02 NOTE 1 EPDXY COATED W/POLY %12FLG TOPCOAT "FIG ACC PKS-316 SSTL FINISHED HEX-CL 125/150 8 EA 105.68 845 FANGE W/SBR GASKETJDI%CV) 12"FLG ACC PKS-316 SSTL FINISHED HEX-CL 125/150 10 EA 105.68 1,057 .-__..-._... ......._- FLANGE W/SBO GASILET IDIXDII 12"FLG ACC PKS-316 SST.FINISHED HEX-CL 125/150 8 EA 105.68 845 FLANGE W/SBR GASKET(DIXPV) 12"125LB FLG IRON BODY PLUG VALVE STD PORT W/EMO/ 4 EA 12,437.50 49,750 LS317-118,148 MODULATING SERVICE Report by SYSTEM 0 F E RG U S O N BOYNTON BEACH LS-317(81330) Page 4 11/1/2024 9:53 AM WATERWORKS PLUG VALVE START-UP SERVICE-INCLUDES 1 TRIP,3 DAYS- 1 DAY 8,540.00 8,540 LS317 118.148 DOES NOT INCLUDE TRAINING 12"125/150LB FIG IRONBODY AWWA SWING CHECK VALVE 4 EA 11547.90 46,192 W/BOTTOM MOUNTED OIL CUSHIONED-NO LIMIT SWITCH 12"HOT DIPPED GALVANIZED CARBON STEEL FLOOR STYLE 4 EA 1,325.00 5,300 ADJUSTABLE SADDLE SUPPORT W/STEEL YOKE&NUTS(7'-0" CLI NO DTL 14"FM 72,751 ••• INLINE BOOSTER PS DRW MOO,DRW M03 72,751 ••• 14"X 12'6"DI SPOOL PIECE PROTECTO 401 LINED W/1258 FLG 4 EA 8,621.38 34,486 DRW MOO NOTE 1 EPDXY COATED W/POLY X FLG W/1"TAP TOPCOAT 14"FLG ACC PICS-316 SSTL FINISHED HEX-CL 125/150 4 EA 141.65 567 FLANGE W/SBR GASKET(DIXDII....__. 14"FLG ACC PK5-316 SSTL FINISHED HEX-CL 125/150 8 EA 141.65 1,133 FLANGE W/SBR GASKET IDIXPV]___- - 14"12518 FLG IRON BODY PLUG VALVE STD PORT W/GEAR 4 EA 6,253.80 25,015 OPERATOR/HANDWHEEL 14"HOT DIPPED GALVANIZED CARBON STEEL FLOOR STYLE 8 EA 1,443.75 11,550 ADJUSTABLE SADDLE SUPPORT W/STEEL YOKE&NUTS(3'-6" Cil NO DTI 15"SD 4,722 SITE PUN DRW OOCOl 4,722 15"CORRUGATED DUAL WALL/SOLID HDPE WATER-TRE 180 FT 18.94 3,409 DRAINAGE PIPE 15"CORRUGATED DUAL WALL HDPE WATER-TRE B145 ELL-WT 2EA 656.25 1,313 16"FM 65,915 SITE PLAN DRW 00001 65,915 16"PC250 DUCTILE IRON PIPE REST 1NT PROTECTO 401 LINED- 80 FT 194.50 15,560 BITUMINOUS COATED 16"C153 M1 BIT COATED/PROTECTO 401 LINED DI TEE 1 EA 2,439.80 2,440 16"C153 M1 BIT COATED/PROTECTO 401 LINED DI LONG 2EA 1,443.75 2,888 SLEEVE 16"WEDGE FITTING RESTRAINT M1 GLAND PACK-SBR GASKET- 11 EA 257.89 2,837 CORTEN B&N'S-FOR DI PIPE 16"MECH IT IRON BODY PLUG VALVE STD PORT W/GEAR 2 EA 9,125.90 18,252 OPERATOR/2"OP NUT 20"x 16"STAINLESS BODY TAPPING SLEEVE-FULL SEAL W/ 1 EA 11,597.22 11,597 DROP-IN BOLTS FOR DI OD W/SSTL FLANGED OUTLET(NO VALVE) 16"C515 MIX FLO TAPPING VALVE W/2"OP NUT(NO GEAR) 1 EA 11,128.53 11,129 27-37"HEAVY DUTY DUTY 5-1/4"SHAFT-SCREW TYPE 2 PC VALVE 2 EA 343.75 688 BOX COMPLETE W/LID 5'0"CARBON STEEL SOLID ROD EXTENSION STEM-SOCKET X 2 EA 262.69 525 NUT 18„FM :,..,. _ _ .- 278,196 ... •.• SITE PLAN DRW O0001 71,063 18"PC250 DUCTILE IRON PIPE REST INT PROTECTO 401 LINED- 120 FT 239.79 28,775 BITUMINOUS COATED 18"C153 Ml BR COATED/PROTECTO 401 LINED DI45 ELL 4 EA 1,848.55 7,394 18"WEDGE FITTING RESTRAINT M1 GLAND PACK-SBR GASKET- 10 EA 348.75 3,488 CORTEN B&N'S-FOR DI PIPE 18"FLG ACC PICS-316 SSTL FINISHED HEX-CL 125/150 1 EA 377.87 378 FLANGE W/SBR GASKET ITS/CIV) ..._-. .. ..... ......._.__.-..___-___._-_____-.. 20"B 18"STAINLESS BODY TAPPING SLEEVE-FULL SERI W/ 1 EA 11,944.45 11,944 DROP-IN BOLTS FOR DI OD W/SSTL FLANGED OUTLET(NO VALVE) 18" 18"C515 M1 X FLG TAPPING VALVE W/2"OP NUT(NO GEAR) 1 EA 18,477.40 18,477 27-37"HEAVY DUTY 5-1/4"SHAFT-SCREW TYPE 2 PC VALVE 1 EA 343.75 344 BOX COMPLETE W/LID 5'0"CARBON STEEL SOLID ROD EXTENSION STEM-SOCKET X 1 EA 262.69 263 NUT INLINE BOOSTER PS DRW MOO,DRW M03 207,133 ••• ••• 18"C153 M1 BIT COATED/PROTECTO 401 LINED DI90 ELL 1 EA 2,243.45 2,243 18"WEDGE FITTING RESTRAINT MI GLAND PACK-SBR GASKET- 1 EA 348.75 349 CORTEN B&N'S-FOR DI PIPE 18"Ml X Ml RESTRAINT(FOSTER ADAPT TYPE)W\STANDARD 1 EA 668.29 668 B&N'S-P.401 COATED 18"X 1'0"DI SPOOL PIECE PROTECTO 401 LINED W/1258 FLG 2 EA 3,162.79 6,326 DPW M02 NOTE 1 EPDXY COATED W/POLY . . . _.. .-_..XkS•_.. TOPCOAT 18"X 1'6"DI SPOOL PIECE PROTECTO 401 LINED W/1258 FLG 1 EA 3,515.48 3,515 DRW M02 NOTE 1 EPDXY COATED W/POLY XFL_G__ ...______.. TOPCOAT 18"X 2'0"DI SPOOL PIECE PROTECTO 401 LINED W/1258 FLG 2 EA 3,868.16 7,736 DRW M02 NOTE 1 EPDXY COATED W/POLY . .. __ X.FLG_ _..._._. __-_ TOPCOAT 18"X 5'0"DI SPOOL PIECE PROTECTO 401 LINED W/1258 FLG 3 EA 5,984.29 17,953 DRW MO2 NOTE 1 EPDXY COATED WOOLY X FLG _ TOPCOAT -__,-_-___- 18"X 6'6"DI SPOOL PIECE PROTECTO 401 LINED W/1251 FLG 1 EA 7,042.35 7,042 DRW MOO NOTE 1 EPDXY COATED W/POLY X FLG TOPCOAT 18"X 14'0"DI SPOOL PIECE PROTECTO 401 LINED WI 1251 FLG 1 EA 12,332.67 12,333 DRW MO2 NOTE 1 EPDXY COATED W/POLY X FLO TOPCOAT 18"X 10'0"DI SPOOL PIECE PROTECTO 401 LINED W/1258 FLG 1 EA 8,303.47 8,303 DRW MO2 NOTE 1 EPDXY COATED W/POLY %Pl..___.--_--. .__ TOPCOAT 18"C110 FLG PRIME COATED/PROTECTO 401 LINED DI TEE 1 EA 4,299.35 4,299 18"FLG ACC PKS-316 SSTL FINISHED HEX•CL 125/150 16 EA 377.88 6,046 FLANGE W/SBR GASKET(81X811 -_.- .___-..._...__...._-._-._-..-...... _.. 18"FLG ACC PK5-316 SSTL FINISHED HEX•CL 125/150 2 EA 377.88 756 FLANGE W/SBR GASKET IDIXFMI _....... _....._.._ _._ ___...._ .. ........_ 18"FLG ACC PIES'316 SSTL FINISHED HEX-CL 125/150 12 EA 377.88 4,535 FLANGE W/SBR GASKET IDIXPV) 18"EEG ACC PICS•316 SSTL FINISHED HEX-CL 125/150 2 EA 377.88 756 FLANGE W/SBR GASKET(PVXQC) 18"STAINLESS STEEL ADAPTER(MALE QC)X 150N ANSI 2 EA - - FLANGE QUICK DISCONNECTS(BYOTHER;)_______. 18"MAGNETIC FLOW METER INLINE FLANGED SPOOL STYLE 1 EA 13,645.14 13,645 FE-LS317-150 • 18"125LB FLG IRON BODY PLUG VALVE STD PORT W/GEAR 7 EA 8,346.10 58,423 OPERATOR/HANDWHEEL_ Report by SYSTEM PS FERGUSON BOYNTON BEACH LS-317(DB30) Page 5 11/1/2024 9:53 AM WATERWORKS 18"125/150LB FIG IRONBODY AWWA SWING CHECK VALVE 1 EA 30,904.30 30,904 W/BOTTOM MOUNTED OIL CUSHIONED-NO LIMIT SWITCH 18"HOT DIPPED GALVANIZED CARBON STEEL FLOOR STYLE 8 EA 2,662.50 21,300 ADJUSTABLE SADDLE SUPPORT W/STEEL YOKE&NUTS(7-0" CLI NO DTI 20"FM 2,333 SITE PLAN DRW O0001 2,333 20"C153 M1 BIT COATED/PROTECTO 401 LINED DI PLUG 1 EA 1,90740 1,907 20"WEDGE FITTING RESTRAINT MI GLAND PACK-SBR GASKET- 1 EA 425.55 426 CORTEN BAN'S-FOR DI PIPE 24"FM 494,233 ••• SITE PLAN DRW 00001 126,356 24"PC200 DUCTILE IRON PIPE REST INT PROTECTO 401 LINED- 260 FT 326.48 84,885 BITUMINOUS COATED 24"C153 MJ BIT COATED/PROTECTO 401 LINED 0190 ELL 2 EA 3,970.45 7,941 24 C153 Ml BIT COATED/PROTECTO 401 LINED DI 45 ELL 6 EA 2,945.25 17,672 24"X 16"C153 M1 BIT COATED/PROTECTO 401 LINED DI 1 EA 2,624.60 2,625 CONC RED 24"X 18"C153 Ml BIT COATED/PROTECTO 401 LINED DI 1 EA 2,549.80 2,550 CONC RED 24"WEDGE FITTING RESTRAINT Ml GLAND PACK-SBR GASKET- 17 EA 576.63 9,803 CORTEN BAN'S-FOR DI PIPE 24"Ml X MJ RESTRAINT(FOSTER ADAPT TYPE)W\STANDARD 1 EA 881.47 881 BAN'S-P-401 COATED SUBMERSIBLE LS DRW 0OCO1,DRW 1104 1,321 28"%0'8"PE X WC X PE CARBON STEEL-HD GALVANIZED WALL 1 EA 918.75 919 SLEEVES 24"MODEL S-316 MODULAR SEAL FOR DI/CI OD PVC/DIPS 23 EA 17.47 402 HDPE FOR STEEL WALL SLEEVE(QUOTED PER LINK-REQUIRES 23 EA-LS-4005 LINKS PER SEALI INLINE BOOSTER PS DRW M02,DRW 1.103 366,557 ••• 24"C153 MJ BIT COATED/PROTECTO 401 LINED DI90 ELL 1 EA 3,970.45 3,970 24"X 18"C153 MI BIT COATED/PROTECTO 401 LINED DI 2 EA 2,549.80 5,100 CONC RED 18"WEDGE FITTING RESTRAINT MI GLAND PACK-SBR GASKET- 1 EA 348.75 349 CORTEN B&N'S-FOR DI PIPE 24"WEDGE FITTING RESTRAINT Ml GLAND PACK-SBR GASKET- 4 EA 576.63 2,307 CORTEN 8&N'S-FOR DI PIPE 24"Ml X MJ RESTRAINT(FOSTER ADAPT TYPE)W\STANDARD 1 EA 881.47 881 BAN'S-P-401 COATED 24"X 2'0"DI SPOOL PIECE PROTECTO 401 LINED W/1254 FLG 1 EA 5,575.31 5,575 DRW M02 NOTE 1 EPDXY COATED W/POLY X FLG TOPCOAT 24"X 2'6"DI SPOOL PIECE PROTECTO 401 LINED W/1254 FLG 1 EA 6,056.97 6,057 DRW M02 NOTE 1 EPDXY COATED W/POLY FLG TOPCOAT 24"X 3'6"DI SPOOL PIECE PROTECTO 401 LINED W/1254 FLG 1 EA 7,020.26 7,020 DRW M02 NOTE 1 EPDXY COATED W/POLY X FLG TOPCOAT 24"%4'6"DI SPOOL PIECE PROTECTO 401 LINED W/1254 FLG 4 EA 7,983.56 31,934 DRW M02 NOTE 1 EPDXY COATED W/POLY X FLG TOPCOAT 24"X 5'0"DI SPOOL PIECE PROTECTO 401 LINED W/1254 FLG 1 EA 8,465.21 8,465 DRW M02 NOTE 1 EPDXY COATED W/POLY XFLG TOPCOAT 24"X 8'6"DI SPOOL PIECE PROTECTO 401 LINED W/1254 FLG 1 EA 11,836.77 11,837 DRW M02 NOTE 1 EPDXY COATED W/POLY X FLG TOPCOAT 24"X 10'6"DI SPOOL PIECE PROTECTO 401 LINED W/125N FLG 1 EA 13,763.36 13,763 DRW MO2 NOTE 1 EPDXY COATED W/POLY X FIG TOPCOAT 24"X 10'0"DI SPOOL PIECE PROTECTO 401 LINED W/125N FLG 1 EA 11,488.05 11,488 DRW M02 NOTE 1 EPDXY COATED W/POLY X PE TOPCOAT 12"X 6"C110 FIG PRIME COATED/PROTECTO 401 LINED DI 4 EA 1,415.70 5,663 90 ELL 12"C110 FLG PRIME COATED/PROTECTO 401 LINED DI 45 ELL 4 EA 1,411.30 5,645 12"C110 FLG PRIME COATED/PROTECTO 401 LINED DI LR 90 1 EA 2,401.85 2,402 ELL 14"%10"C110 FLG PRIME COATED/PROTECTO 401 LINED DI 4 EA 1,686.85 6,747 CONC RED 18"C110 FLG PRIME COATED/PROTECTO 401 LINED DI 90 ELL I EA 3,179.00 3,179 18"C110 FLG PRIME COATED/PROTECTO 401 LINED DI TEE 2 EA 4,299.35 8,599 18"X 12"C110 FLG PRIME COATED/PROTECTO 401 LINED DI 3 EA 3,597.00 10,791 TEE 18"C110 FLG PRIME COATED/PROTECTO 401 LINED DI CROSS 1 EA 5,613.30 5,613 18"X 12"C110 FLG PRIME COATED/PROTECTO 401 LINED DI 1 EA 2,310.00 2,310 CONC RED 24"C110 FIG PRIME COATED/PROTECTO 401 LINED DI90 ELL 4 EA 5,958.15 23,833 24"C110 FLG PRIME COATED/PROTECTO 401 LINED DI TEE 3 EA 8,272.55 24,818 24"X 14"C110 FIG PRIME COATED/PROTECTO 401 LINED DI 4 EA 6,878.85 27,515 TEE 14"X 18"C110 FIG PRIME COATED/PROTECTO 401 LINED DI 1 EA 4,601.30 4,601 CONC RED 24"C110 FLG PRIME COATED/PROTECTO 401 LINED DI LR 90 4 EA 9,181.15 36,725 ELL 24"FLG ACC PKS-316 SSTL FINISHED HEX-CL 125/150 20 EA 547.55 10,951 FLANGE W/SBR GASKET(DIXDI( 24"FLG ACC PKS-316 SSTL FINISHED HEX-CL 125/150 1 EA 547.55 548 FLANGE W/SBR GASKET IDIXDMI( 24"FLG ACC PKS-316 SSTL FINISHED HE%-CL 125/150 5 EA 547.55 2,738 FLANGE W/SBR GASKET(DIXPV( 24"FIG ACC PKS-316 SSTL FINISHED HEX-CL 125/150 1 EA 547.55 548 FLANGE WI SBR GASKET(PVXDMI( 24"FLG DUCTILE IRON BODY DISMANTLING JOINT W/ 1 EA 5,934.61 5,935 STANDARD B&N-SBR GASKETS 24"125LB FLG IRON BODY PLUG VALVE STD PORT W/GEAR 3 EA 21,633.50 64,901 OPERATOR/HANDWHEEL 24"X 4"WIDE HOT DIPPED GALVANIZED STEEL PIPE STRAP- 10 EA 375.00 3,750 CONCRETE INSERT MOUNT(NO DTI) 24"FM BO 56,855 ••• INLINE BOOSTER PS DRW M02,DRW M03 56,855 ••• Report by SYSTEM 0 FERGUSON BOYNTON BEACH LS-317(DB30) Page 6 11/1/2024 9:53 AM WATERWORKS 24"C153 MI BIT COATED/PROTECTO 401 LINED DI 90 ELL 1 EA 3,970.45 3,970 24"WEDGEE FITTING RESTRAINT MI GLAND DACK.SBfl GASKET- IEA 576.63 1,1515 3 CORTEN B&N'S-FOR DI PIPE 24"X 6'0"DI SPOOL PIECE PROTECTO 401 LINED W/1256 FLG 1 EA 9,428.51 9,429 DRW M02 NOTE 1 EPDXY COATED W/POLY XFLG .._... -_—__ TQPCQAT 24"X 1043"DI SPOOL PIECE PROTECTO 401 UNED W/1256 FLG 1 EA 11,488.05 11,488 DRW M02 NOTE 1 EPDXY COATED WI POLY TOPCOAT 24%PE "C310 FIG PRIME COATED/PROTECTO 401 LINED DI LR 90 1 EA 9,181.15 9,181 ELL •_ _ 24"12516 FLG IRON BODY PLUG VALVE STD PORT W/GEAR 1 EA 21,63350 21,634 OPERATOR/HANDWHEEL VARIES 1,997 SITE PLAN DRW 00001 1,997 8 MIL BLACK 16"•300'3"-6"DIP 2 ROLL 136.50 273 8 MIL BLACK 27'•300'30"-11"DIP 2 ROLL 226.50 453 8 MIL BLACK 37"-300'16"-18"DIP 2 ROLL 318.78 638 8 MIL BLACK 54"-150'24"DIP 2 ROLL 228.00 456 2"X 100'BLACK POLY TAPE 20 ROLL 6.75 135 3"X woo SEWER DET TAPE-GREEN 1 ROLL 42.85 43 SUBMITTALS AND O&M MANUALS SUBMITTALS AND O&M MANUALS VALVE SUBMITTAL CHARGE PER SPECIFICATIONS I EA • - O&M MANUAL CHARGE PER SPECIFICATIONS 1 EA - - Total 1,286,881 Report by SYSTEM (t.44 GILMORE ELECTRIC CO., INC. Corporate Offices 2875 Jupiter Park Dr. Ste. 1800 Jupiter,Florida 33458 (561)744-8008 Fax. (561) 744-8288 Lic.#EC13004255 ELECTRICAL SCOPE/PROPOSAL Boynton Beach LS 317 Bid Date 10/21/2024 We are pleased to submit our scope and proposal for the project identified above.Our Electrical proposal includes all labor,material,and taxes,and is based and bid upon our interpretation of Electrical drawings E-02 (30%)dated 10/2024,no specs received.All clarifications,exceptions,or additions as indicated below are part of this proposal and scope of work. Included: 1. No addendums received. 2. Gilmore Electric will supply and install the switchgear package as shown on the provided single line drawing. 3. Gilmore Electric will supply and install(1)generator with AL enclosure and 1700 gallon sub base tank and(1)transfer switch. 4. Gilmore Electric will supply and install(1)empty 5"conduit from the power pole to the transformer location. 5. Gilmore Electric will supply and install underground duct banks,above ground conduit systems and conductors complete based on the bid package. 6. Gilmore Electric will supply and install a basic lighting package and outlets in the renovated LS building. 7. Gilmore Electric will supply and install the grounding and lightning protection. 8. Third party testing 9. Electrical Demo 10. Electrical field connections/terminations only to equipment,control equipment,and devices furnished and installed by others.All necessary interconnecting wiring,terminal blocks,point to point drawings or other connecting areas are provided by others. Excluded: 1. Bond,Permit fee,Surveying,Electrical design and/or engineering. 2. All Power Company Fee's including consumption fees. 3. All concrete, including housekeeping,transformer,and equipment pads. 4. Replacement and/or repair of concrete,stucco,gypsum board,asphalt, sod, landscaping,soil/rock, or sub-base damaged or deemed unfit. 5. Maintenance of Traffic 6. Motors 7. FPL transformer,service conduit and conductors to the primary side of the FPL transformers and its terminations. 8. Drop wire supports for recessed light fixtures 9. Installation and/or supply of instrumentation and control equipment including but not limited to control panels, local control panels,monitoring panels,RTUs,I&C devices,and all appurtenances 10. Mounting hardware,stanchions,and special built racks for equipment or devices furnished by others. Jupiter, Florida Gilmore Electric Co., Inc. Electrical Scope&Proposal Page 2 of 2 11. Terminations of antenna cable,fiber optic,and/or other specialty cable supplied by others. 12. Supply and/or installation of antennas including all appurtenances. * Clarification to scope: * This bid is predicated upon the scheduled construction time and overall durations as indicated in the bid documents. Delays not attributable to this subcontractor must provide for extended completion dates and /or compensation for accelerated and/or extended schedules. * If selected as the electrical contractor for this project,our sub-contract agreement must include as an attachment,this scope and proposal.By listing Gilmore Electric Co., Inc. or using the prices provided by Gilmore Electric Co.,Inc.the contractor acknowledges and agrees to the terms and conditions of this scope and proposal. * This scope and proposal is based on Standard Form of Agreement between contractor and subcontractor as printed by The American Institute of Architects and is contingent upon a subcontract agreement acceptable to Gilmore Electric Co.,Inc. We reserve the right to accept or decline any term or clause of any subcontract agreement other than that stated above. We reserve the right to increase our price if we are required to accept terms,clauses,or conditions that increase our costs in any way. Those increases, if any,will be determined by Gilmore Electric Co.,Inc. * The price included in this proposal is based on a copper price as of the date of this proposal. The price of copper and other commodities is subject to significant price increases beyond the control of Gilmore Electric Co.At the time of contract award and/or the actual date of material order placement,the price of any materials,components,or goods to be furnished under this proposal shall be equitably adjusted by an amount reasonably necessary to cover any such price increase. * On September 17th,the U.S.Department of Commerce and the U.S.Trade Representative(USTR) provide a one week notice as to the implementation of a 10%tariff effective September 24,2018 and increasing to 25%on January 1,2019 on Chinese-manufactured components and finished goods. Due to the circumstances all quote proved by Gilmore Electric will be valid for purchase up until the day of quotation. In an effort to ensure that orders are placed with the factories in a timely manner we encourage all customer to have these orders placed as soon as possible after quote.If orders are not placed with the factories in a timely manner Gilmore Electric cannot guarantee that the factories will be open to process these orders.Any orders placed after the day of quotation will be subject to a requote which will incorporate any additional tariffs effective after the day of quotation * Limits of insurance coverage are based on Gilmore Electric Co.,Inc. standard certificate of insurance. Copy of certificate is available upon request.Additional coverage's can be provided at no additional cost to Gilmore Electric Co., Inc. * This proposal is valid for ninety(90)days from the date of submission or as otherwise specified and is subject to a firm commitment in writing,within fifteen(15)days from the date of submission,subject only to owner's award of contract. Lump Sum: $1,110,000 Adder for weather resistant generator enclosure(HVHZ)and 4000 gallon sub base tank: $227,000 If you have any questions please call 561-744-8008 or Fax. 561-744-8009. Gilmore Electric Co,Inc. Tony Costa Estimator Jupiter, Florida Customer: Boynton Beach Utilties 6INFRAMARK Project: Master Lift Station 317 Rehabilitation A&I Quote#: Q24-103124JM, Rev. 0 AUTOMATION&INTELLIGENCE December 3, 2024 Quote Expiration Bill of Materials and Labor February 1, 2025 Qty Tag/Loop Description Master Lift Station 317 Rehabilitation 30% Budgetary Scope & Pricing Inframark, LLC is pleased to offer our professional services for the instrumentation and controls for the Boynton Beach Master Lift Station 317 Rehabilitation 30%design budget project for PCL Construction. Scope of Work: - Provide professional engineering services by acting as the project's System Control Supplier(SCS) and Process Systems Engineer(PSE) as detailed below. This is a Budgetary Proposal based on the 30% Contract Documentation plans and specifications and the specified requirements of previously bid jobs. This document is Inframark A&I's understanding of the Integration and Control Scope for the Boynton Beach Master Lift Station LS0317 progressive design build project. Our notes and clarifications are included throughout for examination and discussion. As more detailed project information becomes available (through contract documentation and collaborative discussion), a more refined scope of work and associated quotation can be prepared. ADMINISTRATIVE Submittals Shop Drawing Submittals Loop Diagram Submittal Test Procedures Test Reports Operating and Maintenance(O&M)Manuals System Changeover Plan Field Instrumentation Shop Drawings SCADA System Hardware Submittal SCADA System Software Submittal Application Programming Design Package Fiber Final Documentation Coordination Meetings-Assumes No More than Ten(10)Meetings Training Instrumentation Training-One(1)Session for One(1)Day Training(Provided by the SCS) M�. Non Telaffirs. ( 8L Custom Controls Unlimited ,y ,T E M g InsLruL_ogic a...6INFRAMARK Cagwq MOINFRAMARK C,,...o,,,.r .,o INFRAMARK Comp.*, A, INFRAMARK Co.no.., https://www tntromork.com/outomotion-ond-intelligence-division/ Page 1 of 11 Customer: Boynton Beach Utilties 61NFRAMARK Project: Master Lift Station 317 Rehabilitation AUTOMATION&INTELLIGENCE A&I Quote#: Q24-103124JM, Rev. 0 December 3, 2024 Quote Expiration Bill of Materials and Labor February 1, 2025 Qty Tag/Loop Description Testing Factory Acceptance Test(FAT) Unwitnessed Witnessed Operational Readiness Test(ORT) Field Acceptance Test(FAT) System Acceptance Test(SAT) Vendor Coordination SCADA Please Note: We have included time to update time the application. We have not included any software pricing should it be required. NETWORKING Fiber Please Note: Inframark has included fiber optic cabling and will perform"on the reel"testing of fiber after delivery before fiber is installed by the Contractor.Inframark will perform testing post- termination. 400 Fiber Run-001 FROM PLC-LS317-001 (FOPP) TO: City SCADA Network connection(FOPP) Cable Type: Multimode 24 Strands(0M3) Fiber Optic LC Connectors&Patch Cables Please Note: Inframark has included a network switch in the control panel. Inframark is happy to provide any other networking/communications equipment at an additional price. BL7-1.-1) �� leron.a i,,,m Custom Controls Unlimited �rj`` "" InstruLogic �„dINFRAMARK n,.„w,,+ A..IINFRAMARK iINFRAMARK Co. r A..®INFRAMARK C....o,..r hi l> www.mlromorl,com/oulornotion-and-orltelligence-dtvision/ Page 2 of 11 Customer: Boynton Beach Utilties 6INFRAMARK Project: Master Lift Station 317 Rehabilitation AUTOMATION&INTELLIGENCE A&I Quote#: Q24-103124JM, Rev. 0 December 3, 2024 Quote Expiration Bill of Materials and Labor February 1, 2025 Qty Tag/Loop Description CONTROL PANELS 1 PCM-LS317 PLC Panel LS-317 Enclosure:NEMA 12,Carbon Steel,Freestanding Expected Endosure Size: 72"H x 36"W x 24"D PLC Manufacturer&Model:AB ControlLogix Available I/O:48 DI, 16 DO,8 Al,0 AO Wired I/O:48 DI, 16 DO,8 Al,0 AO Operator Interface Terminal:AB 10.4"PanelView Plus 7 Performance Communications Type: Fiber Optic&CAT6 Fiber Optics Termination Panels: Included Primary Power: 120VAC Power Backup Power:AC UPS AC Power Protection:Included Digital I/O Surge Protection:Interposing Relays Included Analog I/O Surge Protection:MR Systems'Kamikaze II Included Utility Light(s):LED Fixture Included AC Utility Power Outlet:GFI Outlet Included Panel Door Intrusion Switch:Included INSTRUMENTATION 1 Spares and Expendables N09 P&ID Lift Station Submersible Pumps 1 and 2 1 LSH/LE- Switch,Ball Float LS317-221 Service: Lift Station High Level Accessories: Surge Arrestor: N/A Solar Shade: N/A 1 Nametag,Stainless Steel 1 LIT/PE-LS317. Level Indicator,Bubbler 222 Service: Lift Station Level Accessories: Surge Arrestor:N/A Solar Shade:N/A 1 Nametag,Stainless Steel . BLTI bed somw Custom Controls Unlimited Y, , „, InstruL_ogic M 6INFRAMARK Cvnya.r M®INFRAMARK Cv,mro.n A„OINFRAMARK Cwrvwq M®INFRAMARK haps://www.mtromork.com/outomation-ond-intelligence-divison/ Page 3 of 11 Customer: Boynton Beach Utilties 6INFRAMARK Project: Master Lift Station 317 Rehabilitation A&I Quote#: Q24-103124JM, Rev. 0 AUTOMATION&INTELLIGENCE December 3, 2024 Quote Expiration Bill of Materials and Labor February 1,2025 Qty Tag/Loop Description 3 PI-LS317- Pressure Gauge 231,232, 220 Service: Lift Station Pump Discharge Pressure Accessories: Surge Arrestor: N/A Solar Shade: N/A 1 Nametag,Stainless Steel 1 PSH-LS317- Pressure Switch 224 Service Lift station pump high pressure switch Accessories: Surge Arrestor: N/A Solar Shade: N/A 1 Nametag, Stainless Steel N10 P&ID Dry Pit Submersible Pumps 1 and 2 1 LSH/LE- Switch,Ball Floats(Qty.4) LS317-101 Service. Wet Well Level Accessories: Surge Arrestor:N/A Solar Shade: N/A 1 Nametag,Stainless Steel 1 LE/LIT-LS317. Ultrasonic Level Transmitter 102 Service. Wet Well Level Accessories: 1 Surge Arrestor Solar Shade N/A 2 Nametag, Stainless Steel 2 PI-LS317- Pressure Gauge 114,027 Service: Lift station pump pressure Accessories: Surge Arrestor: N/A Solar Shade: N/A 1 Nametag, Stainless Steel �BL �� Custom Controls Unlimited --4 — Ifl truL_ogic 5Y61EM8 r..tb)INF RAMARK C...w r r.,.(t1)INFRAMARK Co..vo..r ti,®INFRAMARK Convert, An 6INFRAMARK Caen_ i ., www.rnirurnerk Com/outomotion-ond-rntelhgenCe-division/ Page 4 of 11 Customer: Boynton Beach Utilties 6IN F R A M A R K Project: Master Lift Station 317 Rehabilitation AUTOMATION&INTELLIGENCE A&I Quote#: Q24-103124JM, Rev. 0 December 3, 2024 Quote Expiration Bill of Materials and Labor February 1,2025 Qty Tag/Loop Description N11 P&ID Dry Pit Submersible Pumps 3 and 4 2 PI-LS317- Pressure Gauge 037,047 Service: Dry pit submersible pump 3 and 4 discharge pressure Accessories: Surge Arrestor:N/A Solar Shade:N/A 1 Nametag,Stainless Steel 1 FE/FIT-LS317• Magnetic Flow Meter 150 Service: RAS Effluent Flow Size-20" Accessories: 1 Surge Arrestor 1 Solar Shade 2 Nametag,Stainless Steel Project Labor One Lot Project Management,Project Engineering,Electrical Design,Drafting& Administrative Labor(including Travel&Living expenses)to perform final system design and to prepare Submittals and Record Drawings as required by the Contract Documents. One Lot IT&OT Labor(including Travel&Living expenses)as required by the Contract Documents. One Lot HMI Applications&Graphics Labor(including Travel&Living expenses)as required by the Contract Documents. One Lot PLC Applications Labor(including Travel&Living expenses)to be performed as required by the Contract Documents. One Lot Field Service Labor(including Travel&Living expenses)to provide installation supervision calibrations, startup, training,etc.as required by the Contract Documents. One Lot Electrical Labor(including Travel&Living expenses)to provide fiber optic terminations and testing as required by the Contract Documents. 1 Year Onsite Comprehensive Warranty(including Travel&Living expenses) One Lot Freight SBL T ■M� Pear ` I khomdl s„e,n. Custom Controls Unlimited InstruLogic !SYSTEMS OINFRAMARK Co..,w.., A.,OINFRAMARK Cv.wn, A.,oINFRAMARK Com., M OINFRAMARK C.. , https://www.inlromork.Com/outomotion-ond-intelligence-division/ Page 5 of 11 Customer: Boynton Beach Utilties (6 I N F R A M A R K Project: Master Lift Station 317 Rehabilitation A&I Quote#: Q24-103124JM, Rev. 0 AUTOMATION 8,INTELLIGENCE December 3, 2024 Quote Expiration Bill of Materials and Labor February 1,2025 Qty Tag/Loop Description Subtotal of Project Costs: $393,788 State Sales Tax - NOT INCLUDED: $ Total Project Cost: $393,788 General Notes: A *Sales Representation* Jean Mead is the Inframark A&I Regional Sales Manager. Jean can be reached at 863-581-6865 and jean.mead@inframark.com. t3 *Technical Questions* For technical or scope of supply questions contact Jean Mead,the Inframark A&I Regional Sales Manager Jean can be reached at 863-581-6865 and jean.mead@inframark.com. • *Installation of Conduit and Wire* This quotation DOES NOT INCLUDE the supply or physical installation of conduit or wire unless specifically noted above D *Equipment Installation* This quotation DOES NOT INCLUDE physical installation of field instruments, pipe,tubing,fittings,isolation valves, instrument stands, instrument mounts,control panels,antennas.masts,wooden poles,or other devices or other equipment unless specifically noted above E *Wiring Terminations* This quotation DOES NOT INCLUDE field or panel terminations of signal or power wires F *Fiber Optics Cable* This quotation INCLUDES the supply,terminations and testing of Fiber Optic Cable as specifically identified above. • *Fiber Optic Cable Termination* This quotation INCLUDES the terminations and testing of the fiber optics cable. H *Coaxial Cable Installation* This quotation DOES NOT INCLUDE the physical installation of coaxial cable or other related components. * Installation of Communications Towers or Poles* This quotation DOES NOT INCLUDE the supply or physical installation of Communication Towers or Poles J *Contractor License Information* ( pL •s r s u„owl kW. Custom Controls Unlimited I �r� .inr rw s nstruLogic A,,OINFRAMARK C*.wv„, A�OINFRAMARK 6INFRAMARK Comm/ M®INFRAMARK hip,:':www.,nfromork corn!ourornotion-and-intelligence-division' Page 6 of 11 Customer: Boynton Beach Utilties 66 I N F R A M A R K Project: Master Lift Station 317 Rehabilitation AUTOMATION&INTELLIGENCE A&I Quote #: Q24-103124JM, Rev. 0 December 3, 2024 Quote Expiration Bill of Materials and Labor February 1, 2025 Qty Tag/Loop Description K *Order Information* Any orders resulting from this quotation shall be made out to"Inframark,LLC". L *Terms and Conditions* Inframark, LLC A&I Division Terms and Conditions of Sale apply to any order resulting from this quotation and are provided below. M. *Performance&Payment Bonds* If you desire Performance and Payment Bonds for this project,please let our local sales representative know and we will provide you with an adder for the cost of these bonds. Revision Notes: Rev 0 30%Budgetary Estimate-2024-10-31-JM pthi) �� +holsnw., Custom Controls Unlimited e -40r- Prow Sel r"" "" InstruL_ogic 6 Y 8 t E M 5 Aee1NFRAMARK ®)INFRAMARK ..n t)INFRAMARK Conowq M®INFRAMARK Conv,00, Mips:/Iwww.mfromork.com/outomotion-ond-intelhgence-division/ Page 7 of 11 Customer: Boynton Beach Utilties 6IN F R A M A R K Project: Master Lift Station 317 Rehabilitation ABI Quote #: Q24-103124JM, Rev. 0 AUTOMATION&INTELLIGENCE December 3, 2024 Quote Expiration Bill of Materials and Labor February 1,2025 Qty Tag/Loop Description INFRAMARK,LLC A&I DIVISION TERMS AND CONDITIONS OF SALE 1.Performance of Obligations. The manner in which INFRAMARK's obligations are to be performed and the specific hours during which the obligations are to be performed shall be determined solely by INFRAMARK. INFRAMARK shall supply at INFRAMARK's expense any instrumentalities required by 2.Term. The term of this Agreement will commence on the date the last of the parties'executes this Agreement and continue until all obligations of the Parties hereunder are completed or is otherwise terminated in accordance with paragraph 11 of this Agreement. 3.Compensation.The compensation due to INFRAMARK from Client shall be as stated on the applicable Purchase Order or Quote.Any amount due from Client hereunder which is not paid when due shall bear interest at a rate equal to 1.5%per month, 18%per annum,(but in no event more than the maximum rate permitted by law)from the date due until paid. Compensation paid pursuant to this Agreement shall not be subject to the customary withholding of income taxes and other employment taxes. INFRAMARK shall be solely responsible for reporting and paying any such taxes.Client shall notify Operator of any dispute with an invoice within ten(10)business days from receipt of said invoice.In the event that Client has a dispute with any charges,all undisputed charges on said invoice(s)will be due in accordance with the above times and the Parties shall negotiate in good faith to resolve any such dispute in a timely manner. If there is a change in law, change in the interpretation of law, or other factor which causes an increase in INFRAMARK's cost of providing the Services, INFRAMARK may provide notice to the Client and the parties shall negotiate in good faith to adjust the compensation to account for such change in INFRAMARK's costs.If the parties are unable to reach a negotiated agreement within thirty(30)days of the date of notice,then the contract may be terminated immediately by INFRAMARK. 4. Indemnification and Release. EACH PARTY SHALL INDEMNIFY, DEFEND, AND HOLD THE OTHER, AND ITS PARENTS, SUBSIDIARIES, AFFILIATES, OFFICERS, EMPLOYEES,AND LICENSORS, HARMLESS FROM ANY AND ALL CLAIMS, DEMANDS, ACTIONS, DAMAGES, LOSSES, LIABILITY, COSTS,AND EXPENSES,INCLUDING ACTUAL ATTORNEY FEES,BROUGHT BY ANY THIRD PARTY FOR BODILY INJURY,INCLUDING DEATH,OR PROPERTY DAMAGE,TO THE EXTENT CAUSED BY OR ARISING OUT OF THE INDEMNIFYING PARTY'S,OR ITS EMPLOYEES',SUBCONTRACTORS'OR AGENTS'NEGLIGENCE. 5. Warranty: INFRAMARK warrants to the Client that: (i)the Services will be performed by appropriately qualified, trained, experienced, and when applicable licensed and/or certified personnel,with due care,skill and diligence,and in accordance with all terms of this agreement,applicable law and industry standards. INFRAMARK warrants the products shall conform to the description contained in this agreement and be free from defects in material and workmanship for a period of one(1)year from the date the products are initially placed in operation,or 18 months from when the products are shipped,whichever occurs first,provided that the products are stored,maintained and operated so as to protect the products from harm or damage due to any cause but not limited to fire,water,inclement weather,lightning,extreme temperatures,and not subjected to misuse,neglect or accident.Upon prompt written notice of and determination that such defect is covered under the foregoing warranty,INFRAMARK's responsibility is limited to correction of the defect by,at INFRAMARK's option,repair or replacement of the defective part,parts,or services.Unless stated elsewhere herein,INFRAMARK provides no warranty of product performance or process results. The foregoing warranties are exclusive and INFRAMARK hereby disclaims all other warranties of any kind,including any implied warranty of merchantability or fitness for a particular purpose.The warranties provided herein shall not apply to any Client product which shall have been;(a)repaired or altered other than by Client or the Client's personnel,representatives,or agents;(b) subjected to physical or electrical abuse or misuse;or(c)operated in any manner inconsistent with the applicable Client instructions for use. 6.Shipment and Loss or Damage to Goods and Materials: All shipments will be made F.O.B.shipping point unless otherwise specified herein. In the absence of specific instructions,INFRAMARK will select the carrier. Title to and risk of loss for the material shall pass to the Client upon delivery to the carrier or delivery service. Materials held for the Client or stored for the Client shall be at the risk and expense of the Client. Title and risk of loss for all parts,materials,and equipment provided hereunder shall pass when such parts,materials,and equipment are shipped. 7.Software. Software created on this project by INFRAMARK is owned by INFRAMARK. If noted in the scope of work,INFRAMARK may authorize use of this software inside the Client's organization only. Authorized use includes ability to modify the software,by the Client at the Client's risk. Under no circumstance is the Client,agent or third-party contractor of the Client authorized to distribute or use software created by INFRAMARK at locations other than the Client's facilities. �BL NA Aommod sn,.,., Custom Controls Unlimited S , G f M 8 """S"' InstrU Logic !.. iINFRAMARK An oINFRAMARK Company A..6INFRAMARK Comporn w„®INFRAMARK i•.rp;.'-www.�nlromork com/outomotion-ond-mtelhgence-division./ Page 8 of 11 Customer: Boynton Beach Utilties i I N F R A M A R K Project: Master Lift Station 317 Rehabilitation A&I Quote#: Q24-1O3124JM, Rev. 0 AUTOMATION&INTELLIGENCE December 3, 2024 Quote Expiration Bill of Materials and Labor February 1,2025 Qty Tag/Loop Description 8.Limitation on Damages. In no event shall either Party be liable under any circumstances for any special,consequential,indirect,or incidental damages arising out of or in any way connected with this Agreement or the services provided,including,but not limited to,damages for lost profits,anticipated sales,compensation,reimbursement,good will for expenditures,investments, leases,or any other commitments in connection with the business of Client,or damages to third parties.Except for liability arising out of INFRAMARK'S gross negligence or willful misconduct,INFRAMARK's total liability for any cause shall be limited to the compensation paid to INFRAMARK by the Client under this Agreement. 9.Cyber Security. INFRAMARK shall not be liable for any liabilities,losses,damages,expenses,fines,or penalties incurred by the Client or any third party as a result of a data security breach or other cyber security breach to the Client's computer systems,operating systems,and all other technological or information systems related to the Services provided hereunder,except to the extent such liability,loss,damage,expense,fine,or penalty is the direct result of INFRAMARK's willful or negligent acts or omissions. 10. Client Information. If any information, opinions, recommendations,advice, or other work product or any data,information, procedures,charts, spreadsheets, logs, instruments, documents, plans, designs,specifications, operating manuals and specifications, customer data, billing information, regulatory filings,permits,authorizations,licenses,operation and maintenance records,or other records are provided by the Client or any third party acting on behalf the Client are provide to and used or relied on by INFRAMARK, INFRAMARK shall not be liable for any damages resulting directly or indirectly from such use and reliance. 11.No Third-Party Beneficiary.It is the explicit intention of the parties hereto,that no person or entity,other than the parties,is or shall be entitled to bring any action to enforce any provision of this Agreement against either of the parties,and the covenants,undertakings,and agreements set forth in this Agreement shall be solely for the benefit of and shall be enforceable only by the parties hereto or their respective permitted successors or assigns hereunder. 12.Termination.This agreement may be terminated by INFRAMARK,in whole or in part,(a)whenever Client defaults in its performance in any manner and fails to remedy same within ten (10) days after receipt of notice setting forth the default. In the event of such termination, Client shall pay INFRAMARK for all services performed and all parts,materials,and equipment ordered by INFRAMARK up to the effective date of termination.Client may terminate this agreement if INFRAMARK is in default,provided that Client has provided INFRAMARK with written notice,including sufficient information regarding the alleged default,and INFRAMARK shall have thirty(30)days from the date of written notice to cure any such default. 13.Independent Contractor. The parties acknowledge that INFRAMARK is an independent contractor and is not an agent,partner,joint venturer,nor employee Client. Nothing shall operate to change or alter that relationship except further agreement between the parties in writing and specifically addressing the issue. Neither party shall have authority to bind or otherwise obligate the other in any manner nor shall either party represent to anyone that it has a right to do so. 14.Force Majeure. Under no circumstances shall either party be held liable for any delay or failure in performance resulting directly or indirectly by acts of nature,forces,or causes beyond its reasonable control,including,without limitation:internet,computer equipment,telecommunication equipment, other equipment,or electrical power failures;riots;insurrections;pandemics/epidemics;civil disturbances;fires;floods;storms;explosions;acts of God; war;governmental actions;actions,embargoes or blockades in effect on or after the date of this Agreement;orders or law of domestic or foreign courts or tribunals or other governmental authorities;loss of or fluctuations in heat,light,or air conditioning;or strikes,labor stoppages or slowdowns or other industrial disturbances,other than those involving the affected parties employees. 15. Binding Agreement. The provisions of this Agreement shall be binding upon and inure to the benefit of the heirs, personal representatives, successors,and assigns of the parties. Any provision hereof which imposes upon a party an obligation after termination or expiration of this Agreement shall survive termination or expiration hereof and be binding upon the party. 16.Choice of Law. The laws of the State of in which the work is performed shall govern the validity,performance,construction,and enforcement of this Agreement without regard to choice of law provisions. No litigation concerning a dispute or arising out of this agreement may be commenced by Client more than one year after completion of work by INFRAMARK. �B—ST- M� Custom ControlsUnlimited 8 8TPM, ^~Sf" InstruLogic An®INFRAMARK oINFRAMARK Ca.w,n. M oINFRAMARK Cenvwrr wo oINFRAMARK https://www.mlromork.com/outomotion-ond-intelligence-division/ Page 9 of 11 Customer: Boynton Beach Utilties 6INFRAMARK Project: Master Lift Station 317 Rehabilitation A&I Quote#: Q24-103124JM, Rev. 0 AUTOMATION INTELLIGENCE December 3, 2024 Quote Expiration Bill of Materials and Labor February 1,2025 Qty Tag/Loop Description 17.Mediation and Arbitration. If any controversy or claim arising out of this Agreement cannot be settled by the Parties hereto through good faith discussions,the Parties shall mediate their dispute before a mediator acceptable to both parties.If they cannot agree on a mediator,they shall ask the Director of the Federal Mediation and Conciliation Service to nominate a mediator.The parties shall bear their own costs of the mediation,but the parties shall share equally the costs of the mediator and the mediation facilities. If the controversy or claim cannot be resolved through mediation, the controversy or claim shall be settled by arbitration in accordance with the rules of the American Arbitration Association then in effect. Any such controversy or claim shall be arbitrated on an individual basis and shall not be consolidated in any arbitration with any claim or controversy of any other party unless otherwise agreed by the Parties. 18.Amendment.This Agreement may only be altered or amended in an instrument,in writing,signed by all the parties hereto. 19.Waiver. No waiver of any provision of this Agreement shall be deemed,or shall constitute,a waiver of any other provision,whether or not similar,nor shall any waiver constitute a continuing waiver. No waiver shall be binding unless executed in writing by the party making the waiver. 20.Severability. The invalidity of any portion of this Agreement will and shall not be deemed to affect the validity of any other provision. In the event that any provision of this Agreement is held to be invalid,the parties agree that the remaining provisions shall be deemed to be in full force and effect as if they had been executed by both parties subsequent to the expungement of the invalid provision. 21. Non-Solicitation. Neither party may actively solicit,for hire,the employees of the other party during the term of this Agreement or for one year following the termination of this Agreement. 22.Assignment. This Agreement shall not be assigned by either party without the prior written consent of the other party,which consent shall not be unreasonably withheld,unless such assignment shall be to a parent,subsidiary,affiliate,or successor of either Party. 23.Notice. All notices will be in writing and shall be deemed given when delivered in person or mailed by certified or registered mail, return receipt required,with postage prepaid.Notices required to be given to the parties by each other will be addressed to the parties at the address set forth on the first page of this Agreement. 24.Entire Agreement. This Agreement constitutes the entire agreement between the parties pertaining to its subject matter and supersedes all prior contemporaneous agreements,representations,and understandings of the parties. 25.Counterparts and Copies. This Agreement may be executed in two or more counterparts,each of which shall be deemed an original. An electronic copy or photocopy of this Agreement containing electronic copies or photocopies of the signatures or initials of any Party shall be binding. Acceptance of Quote: We have read and understand all pages of this agreement and hereby acknowledge receipt of a copy hereof and realize the attached INFRAMARK,LLC A&I DIVISION TERMS AND CONDITIONS OF SALE are part of this agreement.You are authorized to complete the work as specified. WITNESS OUR SIGNATURES,this the day of ,20 . OWNER/CONTRACTOR: Company Name: Signed by: Print Name: Title: FOR • T M,� Custom Controls Unlimited SYSTEMS Instrul_ogic A oINFRAMARK Carnpnny M oINFRAMARK Cowooq M®INFRAMARK Campsp M®INFRAMARK CO., ,v hitps:Nwww.infromork com/outomotion-ond-intelligence-division/ Page 10 of 11 Customer: Boynton Beach Utilties c6 I N F R A M A R K Project: Master Lift Station 317 Rehabilitation A81 Quote#: Q24-103124JM, Rev. 0 AUTOMATION&INTELLIGENCE December 3, 2024 Quote Expiration Bill of Materials and Labor February 1,2025 Qty Tag/Loop Description Signed by: Print Name: BLTI. Y e,e M e M Ism. Custom Conte Unlimited Nes Met: InstruL_ogic An OINFRAMARK Canp.q An OINFRAMARK Ce.,own A.,OINFRAMARK Ca.wnr An OINFRAMARK CM, https://www.infromork.Com/outomotion-ond-inteniyenCe-division/ Page 11 of 11