Loading...
HomeMy WebLinkAboutItem I1 I1 BOARD OF COUNTY COMMISSIONERS COUNTY of MONROE Mayor James K.Scholl,District 3 The Florida Keys Mayor Pro Tern Michelle Lincoln,District 2 Craig Cates,District 1 David Rice,District 4 Holly Merrill Raschein,District 5 Board of County Commissioners Meeting April 16, 2025 Agenda Item Number: I1 2023-3894 BULK ITEM: Yes DEPARTMENT: Airports TIME APPROXIMATE: STAFF CONTACT: Richard Strickland N/A AGENDA ITEM WORDING: Report of Airport change orders reviewed by the County Administrator/Assistant County Administrator. ITEM BACKGROUND: There were two (2) change orders considered and approved by the County Administrator/Assistant Administrator during the month of March, 2025 PREVIOUS RELEVANT BOCC ACTION: Ordinance No. 005-2023 adopted on April 19, 2023, authorizes the County Administrator to approve separate, non-cumulative change orders for construction projects and professional service contracts in amounts not to exceed $100,0000 (as amended by Ordinance No. 0005-2022324-2015) or 5% of the original contract price, whichever is greater. The BOCC requested a monthly report of all change orders considered by the County Administrator. INSURANCE REQUIRED: No CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATION: N/A DOCUMENTATION: Airport Monthly Change Order Report.pdf FINANCIAL IMPACT: N/A 1472 1473 v 3 ai o v o � w 0 0 - a v `o 0 v v v T `0 3 E 3 3 O p V lu a - m n a — v 3 � v `o 0 o w 0 o w n w n `o o m v o ti v O V F W y W � � O 'N o rvo a ry ry m � m m d V W m d � � N Y 0 o - ? `O n m o -o C Y a R $ m O a m a C c e o L V d C C V L a p `v e " Jz a + o m N L CO Y C O LL W v 7 06 0 O O W V 2 � E u E V Y T W V j n w a v 0 O O W pp � v � � a 7 u E coo Q N � N O O V V o 0 Z � of o_ w + U- E 0 w O c r o cD V W V 5 z G v — o c E v � o u w < a W m Q N O w w a 'o v `v c p ic n V u E x y � w MONROE CouNTY/DEPARTmENT OF AiRpom CONTRACT CHANGE ORDER PROJECT TITLE: MTH Chiller Replacement CHANGE ORDER NO: 5 INITIATION DATE: Jebruary 27, 2025 TO CONTRACTOR: Air Mechanical & Service CONTRACT DATE: October 19, 2022 Corporation The Contract is changed as follows: The original (Contract Sum)(Guaranteed Maximum Price)........................................... $ 423,500-00 Net change by previously authorized Change Orders.................................................. $ 5214.10 The(Contract Sum)(Guaranteed Maximum Price) prior to this Change order was.............$ 423,500.00 The(Contract Sum)(Guaranteed Maximum Price)will be (increased) (decreased) (unchanged) by this Change Order....., $ 4657.67 The new(Contract Sum)_(Guaranteed Maximum Price) including this Change Order is....... $ 423,500.00 The Contract Time will be(increased) (decreased) (unchanged) by............................... 0 days The date of Substantial Completion as of the date of this Change Order is....................... June 17, 2024 Detailed description of change order and justification: This change order is to replace a DDC Temperature Controller This Change Order#5, for$4657.67, is to be paid from the Unforeseen Conditions Allowance. This change Order is 1.1% of the original contract price. Not valid until signed by Owner,Architect (if applicable), and Contractor ARCHITECT: 2/27/25 Data CONTRACTOR: 0 Date DIRECTOR OF AIRPORTS 03.03.2025 Digitally signeg)01�hristine Christine Hurley Hurley MONROE COUNTY: Date:2025.03.06 09:15:34-05'00' Asst./County Administrator Date NROE COUNTY ATMn F0 NEB'"OVE 801A 11 E 0 J!, Ty J�Y ASSP57T,A UNTY ATTORNEY Date 3/3/25 1475 Change Order Attachment per Monroe County Code Section 2-58(b) - Change Order was not included in the original contract specifications. Yes No X If Yes, explanation: - Change Order was included in the original specifications. Yes No ( X If Yes, explanation of increase in price: - Change Order exceeds$50,000 or 5%of contract price(whichever is greater).Yes No X If Yes, explanation as to why it is not subject for a calling for bids: - Project architect approves the change order. Yes( X ) No If no,explanation of why: - Change Order is correcting an error or omission in design document. Yes No ( X Should a claim under the applicable professional liability policy be made? Yes No ( X Explain: 1476 2700 Avenue of the Americas Englewood, Florida 34224 Phone 941-475-3715 Fax 941-475-37'25 February 18, 2025 Florida Keys Marathon International Airport 9400 Overseas Highway Maratho IFllorida, 33050 Attn: Ryan, Forney Subjiect: Change Order Request#3 MTH Chiller Replacement Project (Project # 403-6351 10 and 4,03-163,5111) Dear Ryan, In reference to the above subject project, Air Mechanical & Service Corp is requestingi an add change order in the following amount: Additional Temperature Control Work: $4050.,15 AMSCO marku-up 15%: $607.52 Total change order request: +$4657.67 If further information is required, please contact me. Sincerel Blaine Byers Service Sales 1477 Invoice ADVANCED Invoice Number e/� CONTIROL CORPORATION SD78895 6001 NIE 14th Avenue,Fort Lauderdale,FL 33334 Invoice Date 9/3/2024 Bill To: Air Mechanical Re: Marathon Airport 2700 Avenue of the Americas 9400 Oversea Highway Englewood, FL 34224 Marathon, FL 33050 Description: Marathon Airport Job No Customer Job,No Customer PO Quote,No Clue Date SO40284 E33597 10/3/2024 Chiller issue Quahtity. Description U/M Rate/Unit Price 1.00 Repaired 12850 INFINIT II CONTROLLER, 4 universal inputs, 1 EACH 1,485.00 1,485.00 airflow sensor, 3 form A relays, 1 tri-state output, 1 Smart Sensor/Room Sensor input, xP Expansion port 10.47 Tech Rate HR 245.00 2,565.15 Subtotal $ 4,050.15 Sales Tax(if applicable) $ 0.00 Total Due $ 4,050.15 Thank you for your business/ 1478 Docusign Envelope ID:DB1493F5-5AA7-4311-BCDD-C9D47E44AB62 M.C.A.INSTR.,8800.2 Enclosure(1) 3/28/2017 Page 3 MONROE COUNTY/DEPARTMENT OF AIRPORTS CONTRACT CHANGE ORDER PROJECT TITLE: KWIA Concourse A&Terminal Improvements CHANGE ORDER NO.: 044 INITIATION DATE: 11/21/2024 TO CONTRACTOR: NV2A/Gulf Keystar JV CONTRACT DATE: 8/17/'2022 The Contract is changed as follows: The Original(Contract Sum)(Guaranteed Maxium Price) $ 101,461,771.00 Net change by previously authozied Change Order $ 15,121,329.59 The(Contract Sum)(Guaranteed Mxium Price)prior to this Chage order was $ 116,583,100.59 The(Contract Sum)(Guaranteed Mxium Price)will be(hicreased)by this Change Order $ 805,498.00 The new(Contract Sum)(Guaranteed Mxium Price) including this Change Order is $ 117,388,598.59 The Contract Time will be(cl hanged)by TBD days The date of Substantial Completion as of the date of this Change Order is 4/8/2025 Detailed Description of change order and justification. 1'In accordance with KWIA Gate 8 Drawings Revision,this change order includes the costs associated with the Gate 8 PBB and Walkways electrical systern5 as per the attached approved PCO for KWIA project(20-2039-01). POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: pCp# Title Schedule Impact Amount 109 JFKE-Electrical Systems at Gate 8 PBB and Walkways $ 805,498.00 Total: $ 805,498.00 This change order is 0.79%of the original contract price. Not valid until signed by Owner,Architect(if applicable),and Contractor Sad by: r66�" ` ra 2/18/2025 1 09:49:14 PST ARCHITECT: ' 7, DATE: Docuftnud by: Do"319nod by: 2/18/2025 1 07:26:13 PST CONTRACTORS: •X�� DATE: 02.26.2025 EXECUTIVE DIRECTOR OF AIRPORTS DATE: Christine Digitally signed by Christine Hurley Hurley Date:2025.03.06 COUNTY/DEPUTY ADMINISTRATOR 09:16:01-05'00' DATE: IDS as N OE 01 ORNEY PROWAS' OI ,,,. RED J.I ERC ASSISTA !NTY- Date 1479 Docusign Envelope ID:DB1493F5-5AA7-4311-BCDD-C9D47E44AB62 NV KI" GULF MMUS On CCO #044 NV2A/Gulf Keystar JV Project:20-2039-01 -KWIA Concourse A and Terminal Improvements 9100 South Dadeland Blvd,Suite 600 Program Miami,Florida 33156 3941 South Roosevelt Blvd. Phone:(786)233-5060 y Ke West, Florida 330401 Prime Contract Change Order #044: FKE - Electrical Systems at Gate 8 PBB and Walk ays TO: Key West International Airport FROM; NV2A/Gulf Keystar JV 3491 South Roosevelt Boulevard 9100 South Dadeland Blvd,Suite 600 Key West,Florida 33040 Miami, Florida 331 11 56 DATE CREATED: 2/17/2025 CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) CONTRACT STATUS: Approved REVISION: 0 DESIGNATED REVIEWER; _ REVIEWED BY: DUE DATE: REVIEW DATE: 02/17/2025 INVOICED DATE; PAID DATE: _ SCHEDULE IMPACT: EXECUTED: No REVISED SUBSTANTIAL SIGNED CHANGE ORDER 02/14/2025 COMPLETION DATE: RECEIVED DATE: CONTRACT FOR: 20-2039-01:Key West International Airport TOTAL AMOUNT: $805,498.00 Concourse A DESCRIPTION: In accordance with KWIA Gate 8 Drawings Revision,this change order includes the costs associated with the Gate 8 PBB and Walkways electrical systems as per the attached approved PCO for KWIA project(20-2039-01). ATTACHMENTS: POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: =109FKE Title Schedule Impact Amount ectrical Systems at Gate 8 PBB and Walkways $805,498.00 Total: $805,498.00 The original(Contract Sum) $101,461,771.00 Net change by previously authorized Change Orders $15,121,329.59 The contract sum prior to this Change Order was $116,583,100.59 The contract sum will be increased by this Change Order in the amount of $805,498.00 The new contract sum including this Change Order will be $117,388,598.59 The contract time will not be changed by this Change Order. Ds Ds Christopher Kopec(McFarland Johnson, Key West International Airport NV2A/Gulf Keystar JV Inc.) 49 Court Street,Suite 240 3491 South Roosevelt Boulevard 9100 South Dadeland Blvd,Suite 600 Binghamton,New York 13901 Key West,Florida 33040 Miami,Florida 33156 Signed by. I V s � � ,,, Docu5igned by: DocuSigne y E3 P °"� " � a 02.26.2025 E�'11093827A?5487— A5... SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE 2/18 25 1 09:49:14 PST 2/18/2025 1 07:26:13 PST NV2A/Gulf Keystar JV Page 1 of 1 Printed On:2/17/2025 10:44 A 1480 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D TM GULF BUILDING P"CO #109 KEYST R NV2A/Gulf Keystar JV Project:20-2039-01 -KWIA Concourse A and Terminal Improvements 9100 South Dadeland Blvd,Suite 600 Program Miami, Florida 33156 3941 South Roosevelt Blvd. Phone:(786)233-5060 Key West, Florida 33040 Prime Contract Potential Change Order #109: FKE - Electrical Systems at Gate 8 PBB and Walkways TO: Key West International Airport FROM: NV2A/Gulf Keystar JV 3491 South Roosevelt Boulevard 9100 South Dadeland Blvd,Suite 600 Key West,Florida 33040 Miami,Florida 33156 PCO NUMBER/REVISION: 109/1 CONTRACT: 20-2039-01 -Key West International Airport Concourse A REQUEST RECEIVED FROM: CREATED BY: Mansour Sodagari(NV2A/Gulf Keystar JV) STATUS: Pending-In Review CREATED DATE: 11/2112024 REFERENCE: PRIME CONTRACT None CHANGE ORDER: FIELD CHANGE: No LOCATION: ACCOUNTING METHOD: Amount Based SCHEDULE IMPACT: PAID IN FULL: No EXECUTED: No SIGNED CHANGE ORDER RECEIVED DATE: TOTAL AMOUNT: $805,498.00 POTENTIAL CHANGE ORDER TITLE: FKE-Electrical Systems at Gate 8 PBB and Walkways CHANGE REASON:A/E Design Changes POTENTIAL CHANGE ORDER DESCRIPTION: (The Contract Is Changed As Follows) gLggJq 8 i?'IBI_ I:tPW Ik Ms In accordance with KWIA Gate 8 Drawings Revision,this change order includes the costs associated with the Gate 8 PBB and Walkways electrical systems as per the attached proposal for KWIA project(20-2039-01).Cost breakdown and backups are attached for further details. ATTACHMENTS: Gate S .ff .. ' ,,.pct!( # Budget Code Description Amount', 1 26-.00.10.10.S Electrical.Subcontractor _ Electrical Systems at Gate 8 PBB and Walkways $732,270.91 .... 2 99-.99.99.66.0 Procore OH&P.Other Prime Contract Markup ........-.. -....�..�. ...._ ...... $73,227.09 Grand Total: $805,498.00 Christopher Kopec(McFarland Johnson, Key West International Airport NV2A/Gulf Keystar JV Inc.) 49 Court Street,Suite 240 3491 South Roosevelt Boulevard 9100 South Dadeland Blvd,Suite 600 Binghamton,New York 13901 Key West,Florida 33 40 Miami,Florida 33156 Signed by: ocu igned by: I t � p�•xo�•+.o P+�a L ibr(uv Pw 02.13.2025 4F SIGNATURE DATE SIGNAT DATE SIGNATURE DATE 1 06:52:55 PST 1/16/2025 1 13:57:45 PST NV2A/Gulf Keystar JV Page 1 of 1 Printed On:1/16/2025 04:25 PM E£ 1481 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFBI0730D Gat e 8 ffrl,ev ,4.), 1 PBB, RCA, GPU $ 169,060.13 2 RTUS $ 202,017.17 3 Gear" $ 70,773.97 4, Lighting" - ,Sesc,o $ 71,054.48 5 Bran,ch Wiring $ 18,895.69 6' CC-FV - Co-radUit $ 68,281.90 '7 P agi ng -Can,d LI�i t $ 9,524.76 8 Telecom - COnduit $ 30,357.64 9 Hytech P ro p os a dI .Io,r, EY & ES $ 81,986.06 10 Hyted,), P rop os a 1, for FA $ 8,018.00 .11, Fire,Alarm -,Cori&lft $ 2,301.11, 12, Total for Gate 8 $ 732,270.91, 1482 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Job ID: JOB-1572 Project: Gate #8- KWL✓•l- Documents - 120V- Devices_rev.1 Bid Summary Report Vendor: (TARGET Labor Level: LABOR 1 16 Jan 20 9:53:20 Tax Rate status: Default Bid Name: FL KEYS ELECTRIC (Bid Template: FLORIDA KEYS ELECTRIC, INC. Drawing Phase I Quote Material$ Equip SubGon Labor Hrs DEVICES 0.00 5,726.90 00.00 0.00 67.29 Sheet Totals. 0.00 5,726.90 OM 0.00 67.29 Tax: 0.00 429.52 0.00 0.00 Bid Notes: Sub Total (Quo/Mat/Equip/Sub): 5,726.90 TAX RATES Sales Tax: 429.52 Material: 7.5000% Sub Total„ 6,156.42 6,1.56.42 Quote:: 7.5000% Direct Labor$: 10,382.66 Labor: 0.0000% Indirect Labor$: 0.00 Equipment.: 7.5000% Labor Escalation: 0.00 Subcontract; 7.5000% Labor Tax: 0 00' Job 0.0000% Direct Job Costs(0.00%): 0.00 MMELLANEQU Avg,. Lbr. Rate (Cost): 162.01 Prime Cost: 16P539 08 Avg. Lbr. Rate (Bid): 170.11 Overhead)(Avrq. 5.00%): 826.95 Total Square Feet: 1.00 Net Cost: 17,366.04 Cost Per Sq. Ft.: 18,895.69 Labor Per Sq. Ft'..: 1.0,382.66 Profit'(Avq. 5.00%): 868.30 Labor Hrs Per Sq. Ft.: 67.291 Job Tax: 0.00 Quantity of Units: 1.00 Bond(8.5000%): Cost Per Unit: 18,895.69 Lump Sum: 0.00 Calc,Adjustment:. 0.00% Selling) Price: 18,8 5.E 11:1oH k a IKeys II a_'a'p':u"mc Ilu K. 905 ovell sc„ls II ilia„II uw a7 (III'.IIIInn+oulml' 305 '"'J y wos' II II : ()40I' W'1h7'�III www II n IKcr,.11 flaDa„'q':H1i .coii100 11 t„ II. of 'p. 1483 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Bid Summary Sheet: Gate #8- KWIA- Documents - 120V - Devices—rev.1 16]an 2025 9:53AM LABOR ADJUST ESTIMATED HOURS ELECTRICAL MACHINE I OW Labor Class 4 Labor Class 5 Labor Class 6 LaloDir Class 7 Labor Class 8 Labor Class 9 Labor Class QPFRATQA V01 TAGF 1n REGULAR 67.29 OVERTIME -- SHIFT-2 SHIFT-3 DOUBLE TIME -- ESTIMATED HOURS: 67.29 LOSS ILBR AD]: -- CALCULATED HRS REGULAR 17.29 OVERTIME 50.00 SHIFT-2 -- SHIFT-3 DOUBLE TIME -- !TOTAL ADJ LABOR: 67.29, ITOTAL ADJUSTED LABOR HOURS: 67.29 DIRECT LABOR Labor Class Job Description Labor Type Crew Rate Man Hours Extension ELECTRICAL JOURNEYMEN REGULAR 1 $125.00 8.65 $1,080.75 JOURNEYMEN OVERTIME 1 $187.50 25.00 $4,687.41 APPRENTICE 1 REGULAR 0 $1 00.00 8.65 $864.60 APPRENTICE I OVERTIME 1 $150.00 25.00 $3,749.91 AVERAGE DIRECT LABOR RATE: $154.29 TOTAL DIRECT LABOR: $�,382.66 INDIRECT LABOR Labor Description Hours l Rate l Ext$ ITOTAL INDIRECT LABOR- DIRECT LABOR TOTAL: 10,382.66 INDIRECT LABOR TOTAL: 0.00 LABOR ESCALATION: 0.00 LABOR$ADJUSTMENT: 0.00 LABOR TAX: 0.00 ILABOR TOTAL: $10,382.66 MATERIAL: 5,726.90 MATERIAL ESCALATION: 0.00 MATERIAL ADJUSTMENT: 0.00 MATERIAL TAX: 429,52 MATERIAL TOTAL: $6,156.42 QUOTES Component IVendor I Amount 11:1oildck) Keys l l 905 Ov,���ii scas 11 fitfl iiw�::iy 1111!11111,oin �� 305.29u 11,11,JDY wcs , R 330 K WellxI www l jj<cysll::Icd�;�l coll Golill A 5011walic,"S1 StQ1,11,; 1484 ovcuaign Envelope ID:4o*o/4co-84zz-4oru-Busn-0xoara1n7000 Bid Summary Sheet: Gate #8- KWIA - Documents - 120V - Devices—rev.1 16]an 2025 9.53AM QUOTED MATERIAL: 0.00 ADJUSTMENT: 0.00 QUOTED MATERIAL TOTAL: $0.00 SUBCONTRACTS Component Ivendor Amount SUBCONTRACTS: 0.00 ADJUSTMENT: 0.00 SUBCONTRACT TAX; 0.00 SUBCONTRACTS TOTAL: $0.00 EQUIPMENT: 0.00 ADJUSTMENT: 0.00 EQUIPMENT TAX: 0.00 EQUIPMENT TOTAL: $0.00 DIRECT JOB COSTS Description Dollars DIRECT JOB COSTS. 0.00 ADJUSTMENT: 0.00 TOTAL DIRECT JOB COSTS: $0.00 OVERHEAD MATERIAL OVERHEAD:(5%markup) 30782 QUOTES OVERHEAD:(5% markup) 000 SUBCONTRACTS OVERHEAD:(5% markup) 000 EQUIPMENT OVERHEAD:(5% markup) 0.00 TOTAL OVERHEAD: $826,95 JOB COST w/OVERHEAD: $17,366.04 11:1orkia Keys BecbdcInc 905Qversa�ls11 ighway 1111'Nhoine: 305.2�6.4OQ8 KeyVVes�, FL 33040 Well-x: wwncFL�eysBec�c.00m cnnsa�son�a�sv�ema �&�� 3 of4 1485 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Bid Summary Sheet:. Gate #8- KWIA- Documents - 120V - Devices_rev.1 11.6.Ian 2025 9:53AM PROFIT MATERIAL PROFIT:(5% markup) 323.21 QUOTES PROFIT:(5% markup) 0.00 LABOR PROFIT:(5% markup) 545•09 SUBCONTRACTS PROFIT:(5% markup) 0.00 EQUIPMENT PRDFIT:(5"/o markup) 0.60 D]C PROF'IT:(5% markup) 0.00 TOTAL PROFIT: 868.3p MISCELLANEOUS JOB TAX: 0.00 BOND: 661.35 MISCELLANEOUIS TOTAL: 661,35 LUMP SUM LUMP SUM 1: tl 00 LUMP SUM 2: 0.00 LUMP SUM 3: tI 00 LUMP SUM 4: 0.00 LUMP SUM TOTAL: II.tDCi BTU TOTAL: $18,,8 5.fi9 l �H m � I��� II _'p:" � Il K. L vell scals II iia uw aL IIII.Ilmum �I5 .� I1;a' Y wcs , II II : (KC) W Ill-xIII www II n IlK y.11 fl ay a;'q H .c w::ll:n k::1.111111 A 501"1„w alit Ystui is 1486 000004ONMO1001" 010000 00OItNu') So C� lf� t� O� CO ko � M Ln 0 r C� lu� 0 1"' co 0 0 0 0 0 P4 00 m o m »A ri 6 '4 6 6 6 r-Z 6 r4 lr+ C5 ui C; 6 c; ui kd 6 6 lry 6 6 .j Ln 01 Ln 0 00 lm� 0 00 oLino o o o o o o o 0 0 0 0 V) 0 0 0 -E 0 0 0 0 0 Nr 0 C) 04 0 0 0 %0 VD 0 11' 0 0 0 0 (7w N LO 0 0 C) Lr) 0 0 00 714 W m m LI) 10 It 0 0 IV9 cql 0 0 0 ff) m 1 0 0 c MR oR 0 ':� lz� Ii -i C� ory C�0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N M 0 0 0 0 0 ri 0 N N ult N 0 0 N C" 0 0 J 0)') 0 0 0 �o 0 00 in 7r Kra 0 as CNJ) N ko 0 0 0 47 Lo ac) o Ln N U) m :6 �6 6 c; cS o4 06 6 6 6 ci 6 14 Cz ray +rw O Go -I rq co M 'T W, -I M r, C'4 N 0 0 0 (n IT r, co � 0 H 1' N U) o Lin o ro to Ni 0 ko V) Ln N 0 0 0 V) 0 cl G� 11 C) 74 (1) %0 H M Lr) LO U) r- r, N N M M 0 0 0 U) LO C� A N o o 6 o P4 o o o o 0 0 H 0 0 o o 0 0 Lr) 0 0 0 0 0 0 LO co co co < ai LU > araa < 0 47D uj Lt) CL a => N LU z u O 0 Ic: Ln Z Z U R 0 w z z z z cc wy > 0 0 0 0 uj U Lul C4 u u U) LU u u m CN LU 0. U" 8 8 Du 6 L �I I D w w 0 wwu' W w z C 4 uj UJ 0 X O� 0 "T LIJ 0 ca LL uj qr M u x CO u Z u a u 0 < CD V W U) z 'm uj 2 0 ui ui w 9 0 o Q A- Hl F- CO 0. UJ UJ 111 IL r'j LL 2 CN LL < In 000 I co 0 w ILUI _j 0 co 8 V) H U- 'In, LU w 0 x X LU C) < — o r'j IN ob 06 �t Zt 0 1 H, - - 0� lo� zt N lr� 74 rJ Kn "o: It -I .I r) M m At 00 0 L) < L<U IUILIJ L<U 6 IUILIJ z L6 (D 0 C) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 lit! 0 0 0 0 01 0 0 0 0 0 0 0 0 0 10 0 0 0 0 0 0 0 0 0 0 0 O 6 6 6 6 6 6 6 ri 6 6 0 lai 6 lu 'c; 6 6 N N (14 N 14 N 0' "T, In (D LO -4 ,A 14 Hi 0 ,A 1.1 Lf) IN ,4 0 N Ni N LO LU 01 7F) 41 Q) > C) (D Q > c LU < LU LU Ln ar r, Ln M 0 r4 rw it �r 00 M In u) 0 00 w r, 00 m N 't N N 74 �A It ko� rI4 Lr) �o ko LI) 10 a% m 'r U) cql U) �o r� 7) c In in E 0 to 0, 0 Q �o 1- 0 0 �; lj� N 0 0 0 o 0 0 C> 0 0 0 0 0 0 0 '-1 H 11� 0 0 0 �q H 4) V sT iM Ln 0 0 0 0 (n m rw r- (n �D ko U) rA 0 0 1- IM m 0 0 L. 1487 L) U r-I 0. r, 6 te P) Iko 0 U) N r.) � x 0 0 0 o ci 6 0 r, m 0 0 r'l -J Cd Lt) N 0 N ko 0 0 Ln 0 r,4 N 0 M. 0 0 0 0 0 0 0 0 Cs hw, ko 0 x N 0 ll7 lz� 1p q C� Iq Qn IR W ON uo kc 0 0 fl. 0 w 0 -M Lei lw* ka ill 0 00 �o r, 00 ol r 0 ko 0 co 0� rA 0 0 m rq 0 N It 0 0 0 M, r-I z uj LU Zo U. U H 0 z 0 0 0 Hi (A z uj CC =Z) <Q �o UJ C4 IUJ -j �w ul -j LU F- LU 0 w z D uj U rG L D M z luj n Z Z Z, m Ln u X Z = , D LLJ LU > P, uro z LL > W o 0 V) Q z z u Q LIJ I= 0 z > a o q) C:) Gf U al 00 LL > < Lr) 000 LU V) Ln N co co a a) A rz LL 1'4 X X co x C) u 't 0 It Ln M OD OD N 00 L) ol < co L'U L<U 0 0 0 0 0 C) a 0 0 0 0 0 0 a C) 0 a) m Ln Lf)V) �o ff) 0 CO �6 �6 %6 va ko ry rL 0 LU of F 7 u > > rn LU 0 w 0) to L) -Y 0 !2 1488 0 U Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Job ID: JOB-1573 Project: Gate #8- KWL✓•l- Documents -Camera(s) -Infrastrucuture_rev.1 Bid Summary Report Vendor: (TARGET Labor Level: LABOR 1 16 Jan 20 9:54:37 Tax Rate status: Default Bid Name: FL KEYS ELECTRIC (Bid Template: FLORIDA KEYS ELECTRIC, INC. Drawing Phase I Quote Materials$ Equip SubGon Labor Hrs BRANCH 0.00 11.5,991.00 0.00 0.00 255.46 Sheet Totals. 0.00 15,991.00 0.00 0.00 255.46 Tax: OM1,199,32 0.00 0.00 Bid Votes: Sub Total (Quo/Meat/Equip/Sub): 15,991.00 TAX RATES Sales Tax: 1,199.32 Material• 7.5000% Sub Total'.: 17,190.32 17,1.90.32 Quote:: 7.5000% Direct Labor$: 42,575.69 Labor: 0X000% Indirect Labor$: 0•06 Equipment: 7.5000% Labor Escalation: 0.00 Subcontract; 7.5000% Labor Tax: 0 00' 0.0000% Direct Job Costs(0.00%): 0.00 MMELLANEQU Avg,. Lbr. Rate (Cost): 175.00 Prime Cost: 5 ,766.01 Avg,. Lbr. Rate (Bid): 1 183.75 Overhead)(Avg. 5.00%): 2,988.30 Total Square Feet: 1.00 Net Cost: 62,754.31 Cost Per Sq. Ft.: 68,281.90 Labor Per Sq. Ft..:I 12,575 60 Profit(Avq. 5.100%): 3,1.37.72 Labor Hrs Per Sq. Ft.: : 255A61 Job Tax: 0.00 Quantity of Units: 1.00 Bond(3.5000%): 2,389.87 Cost Per Unit: 68,281.90 Lump Sum: 0.�a Calc,Adjustment:. 0.00% Selling Price: 68,281. 0 I111 �H m � I��� II _'p:" � Il K. 905 vell sc„ls Il ia„.uw a7 (III.IInoml �I5 � "'J y wos' II II : ()40I� W'1h� www II n IKcr,.11 flaDa;'gH1 .coii100 1489 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Bid Summary Sheet: Gate #8- KWIA- Documents - Camera(s) - Infrastrucuture—rev.1 16]an 2025 9:54AM LABOR ADJUST ESTIMATED HOURS ELECTRICAL MACHINE I OW Labor Class 4 Labor Class 5 Labor Class 6 La air Class 7 Labor Class 8 Labor Class 9 Labor Class QPFRATQA V01 TAGF 1n REGULAR 245.06 10.40 OVERTIME -- -- SHIFT-2 SHIFT-3 DOUBLE TIME -- -- ESTIMATED HOURS: 245.06 10.40 LOSS ILBR AD]: -- -- CALCULATED HRS REGULAR -0.94 10.40 OVERTIME 246.00 -- SHIFT-2 -- SHIFT-3 DOUBLE TIME -- !TOTAL ADJ LABOR: 245.06, 10*40 ITOTAL ADJUSTED LABOR HOURS: 255.46 DIRECT LABOR Labor Class Job Description Labor Type Crew Rate Man Hours Extension ELECTRICAL JOURNEYMEN REGULAR 1 $125.00 -0.47 -$58.81 JOURNEYMEN OVERTIME 1 $187.50 123.00 $23,062.04 APPRENTICE 1 REGULAR 0 $1 00.00 -0.47 -$47.05 APPRENTICE I OVERTIME 1 $150.00 123.00 $18,449.54 LOW VOLTAGE TECrOURNEYMEN REGULAR 1 1 $125.001 5.20 $649.919 APPRENTICE IREGULAR 1 1 $100 5.20 $519.99 "ERAGE DIRECT LABOR RATE: $166.66 TOTAL DIRECT LABOR: $42,575.69 INDIRECT LABOR Labor Description Hours l Rate l Ext$ TOTAL INDIRECT LABOR: DIRECT LABOR TOTAL: 42,575,69 INDIRECT LABOR TOTAL: 0,00 LABOR ESCALATION: 0,00 LABOR$ADJUSTMENT: 0.00 LABOR TAX: 0.00 ILABOR TOTAL: $42,575.159 MATERIAL: 15,991,00 MATERIAL ESCALATION: 0.00 MATERIAL ADJUSTMENT: 0.00 MATERIAL TAX: 1,19"9.32 ,MATERIAL TOTAL: $17,190.32 QUOTES Component IVendor I Amount 11:1011-kk) Keys l l 905 Ov,���ii scas 11 fitfl iiw�::iy 1111!11111,oinc� 305.29� 11,11,JDY wcs , R 330 K WellxI www l IKcysll::Icd�:'D l coll Golill A 5011walic,"S1 StQ1,11,; ��)age 2 ii)f ,14 1490 ovcuaign Envelope ID:4o*o/4co-84zz-4oru-Busn-0xoara1n7000 Bid Summary Sheet: Gate #8- KWIA - Documents - Camera(s) - Infrastrucuture—rev.1 16]an 2025 9.54AM QUOTED MATERIAL: 0.00 ADJUSTMENT: 0.00 QUOTED MATERIAL TOTAL: $0.00 SUBCONTRACTS Component Ivendor Amount SUBCONTRACTS: 0.00 ADJUSTMENT: 0.00 SUBCONTRACT TAX; 0.00 SUBCONTRACTS TOTAL: $0.00 EQUIPMENT: 0.00 ADJUSTMENT: 0.00 EQUIPMENT TAX: 0.00 EQUIPMENT TOTAL: $0.00 DIRECT JOB COSTS Description Dollars DIRECT JOB COSTS. 0.00 ADJUSTMENT: 0.00 TOTAL DIRECT JOB COSTS: $0.00 OVERHEAD MATERIAL OVERHEAD:(5%markup) 85952 QUOTES OVERHEAD:(5% markup) 000 LABOR OVERHEAD:(5% markup) 2,12838 SUBCONTRACTS OVERHEAD:(5% markup) 000 EQUIPMENT OVERHEAD:(5% markup) 0.00 TOTAL OVERHEAD: $2,988,30 JOB COST w/OVERHEAD: $62,754.31 11:1orkia Keys BecbdcInc 905Qversa�ls11 ighway 1111'Nhoine: 305.2�6.4OQ8 KeyVVes�, FL 33040 Well-x: wwncFL�eysBec�c.00m cnnsa�son�a�sv�ema �&�� 3 of4 1491 Docusign Envelope ID:46AD14CO-8422-4CF3-BBE3-085AFB10730D Bid Summary Sheet:. Gate #8- KWIA- Documents - Camera(s) - Inlrastrucuture_rev.1 11.6.Ian 2025 9:54AM PROFIT MATERIAL PROyFIT:(5°r"r; markup) 902.49 QUOTES PROFIT:(5% markup) 0.00 LABOR PRODFIT':(5% markup) 2,235.22 SUBCONTRACTS PROFIT:(5% markup) 0.00 EQUIPMENT PRO)FIT:(5"/o markup) 0.00 D]C PRO)F'IT:(5% markup) 0.00 TOTAL PROFIT: $3,137.72 MISCELLANEOUS JOB TAX: 0.00 BOND, 2, 89.87 MISCELLANEOUIS TOTAL: $2,,389,87 LUMP SUM LUMP SUM 1: 0.00 LUMP SUM 2: 0.00 LUMP SUM 3: 0.00 LUMP SUM 4: 0.00 LUMP SUM TOTAL: 0.00 1 BID TOTAL: $68,,28] l �H m � I��� II _'p:" � Il K. L vell scals II Iia uw aL IIII.Ilmum �I5 .� I1;a' Y wcs , II II : (KC) W Ill-xIII www II n IlK y.11 fl ay a;'q H .c w::ll:n k::1.111111 A 501"1„w alit Ystui is 1492 L- 4j O � O M O N N O O O � OODONINO OOONLno C� ff� f! lza t1i lr� ii ;> lr* ci I V R i -. -I Cr � q -$ -I -I .j 01 ri 01 eq L. 0 C) 0 0 CD 0 C> 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0-E 0 N rIj 0 0 0 0 00 0 N, 00 N 0 0 0 0 CO 0 N co N 0 0 o cr 0b 4 Ln m in Lo 0) 0 'j, ON U) 00 M U) ON 0 gyp- 0 Ln gar16 O oo 4 0 o o cq � 'i c J o o o 0 0 o c c 0 0 6 6 6 6 C; o 6 o 0 0 0 0 0 0 m ri aka -r, 0 0 0 per m 0 N v '0 0 M CO M 0 N Z 0 0 -4 N � r. 0 �10 ONMI-9 �Arlo 0 �Q 0 N 00 H �H r, 0 0 0 Ln 0 4j U) Lo N 0 C) C9e 0% IN CIO o 0) 0 CDP � r, w 0 0 0 0 C) lr� 00 0 0 0 0 0 rq Ni �D 0 ,r 0 0 1-1 0 0 00 14 N m 00 00 0 0 00 N M N 00 CO 0 0 IN co 4j O O R N sir � 'i 'R Cn '! V: R "? 0+ -I R O� -i 0 0 0 0 Ij 0 0 H 0 0 0 0 0 rl 0 0 1-1 0 0 0 0 0 a Q F- F- 4: < Lb Lb 0 0 0 LU> ui LU N rm N Li m iuu uj w Ln Q U) 0 0 u ca u -j -rI uj F- z < cc 0- wZ UJ (A z U) LLJ Ln wLn wZIw uj (x a U D M (n Q5 uj C4 0 ra (D LU w o� 0 (D < CD -z 01 U,L LW C> M r4 CL Uji 0 9L M < z < 0 A L V) =>Iz z u wbuonz , = Ou - 08 �� nz -a g u in -u 4 c �e UJ Z u V) w U u z U LO Lulu v > 0 C) 0 x 2 0 CL u 0. u < U CL iCL u 0- > > CL v ;-I IL v ;-I LL < Lr) 00 0 A E w rp co V) LU U.1 uj LL 4-1 U, u u C) c 0 z z z q) Z) D D E 0 Hi 00 0 8 C L) < < 6 0 0 U N N LU o LU 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 lit! 0 0 0 0 0 0 0 0 0 0 0 10 0 0 0 10 0 0 0 0 0 0 C) 0 0 0 0 OC) 4 4 4 , rl 4 : 0i 4 4 4 14 4 4 4 14 lrl� C k6 0'6 4 4 4 4 6 6 6 Ln, r1j, LO N N rl- rl- N r, 1-1 Lr) Lr) Lr) 1-1 N rL 7F) 41 > C) (D z Q LUH LU v) m m N m r4 r, im w LI m M N m N N m m m N m 0 H 0 0 H 0 H 0 H 0 0 H Mm It M m 0 4) ko "D 0 'F �2 0. > L) 0 1493 r-I U 'D 0 <7, 0 11 0 m 0 N N 0 Oa 0 UI) 0 Ln 0 10 to 0 C1w 0 N 0 0 0 to 0 0 0 R Iq rl� Ui C7 U 1. N q M "i Ca IPw C7 O� I: N t3 r� C. V) m 001-iok000 "Ho 01-100moorHo 0111, 000001-10 Lr) O O O 0 c) C) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r 0 0 00 0 N 00 N 0 0 0 0 00 0 N 00 N 0 0 0 0 00 0 N 00 N 0 0 0 0 m 0 (1) LO 0% C) 70% -4 Ln w m Ln a It 0) V) 00 M lua 0 0 '1- C r�a kn co m Ln C'� 0 la -! 'I -! CR C! -1 C! N -1 -! lc? 'R -! O N -1 -! -!: :, IR 11! IR r, , -1 N 0 0 0 0 0 0 0 0 0 0 0 0 o o o o 0 o o o O o o o o 6 6 6 6 Ln CA 0 0 �I m wD m 0 Na 0 h. LA m r, Ln N 0 0 r, ON 0 1,, ul N 0 C� NA -! Ill VI i Ui 17 C! 11,� 11 ',� 11! Lq r,+ cl� Ii CO In Lr! � 17h 41 0 r, C> C> 0) -1 TI- kc -1 1,4 r" 0 0 -, 0 CO M 0 0 r, 0 O .H 0 CN x q 0 0 N 0 0 41 rq rq too Ln V) to N Lo II y 0 c) 0 0 0 ON (71 r, 0 8 00 0 C) 0 0� N w 0 C) ON o r to 0 -t 0 0 It ri " N 0 'T 0 0 IT H 14 N to 0 0 0 O� i C! 0� �t 0 0 r, 00 00 0 0 00 -4 N co N 00 00 0 0 w 11 N; m N co CO 0 0 m N co N co co 0 C� Nr) �! 0 N m OA 0 0 .i 0 C� -! I: . I 0 N m ON 0 4j 0 ri 0 0 0 0 0 0 0 0 O 0 0 o O O o o rN C5 6 LU LU ULJ rj -j 1! -1 L 0 O� 0 LU uj LU u N z t-u m t-u ON u LU uj z Ln (A -5 0 0 ca u ED U, co u co uj Uj LLJ CL I LV cc < (D Lu z LU rL 6 CL Liu LU LU V) tu V) LIJ ui W F- U) U- Z) 0 U D Z D Z CL uj V) (D LU W < W W W W U) z U 0 0 Z z 0 z z 0 Z - 0 4� (f) C q-()%0 M iL E� LIJ 0 n m w uj CL. 0 Lf) C6 C < uj OU LU u 0 u U :j z F- V z LU o U0 81 <z 'n Ou 1 9 _Ie 9 �e 9 c �e Q) U U u v u uj u z u 0 w z Lo LU z Ln C:) c x L> 0 U� 0 0 U CL 0. 0. 0. -A L) 11 u CL u II > > > > n. C:) 0 CL (i G3 ;-q CL ;-q CL ca LL < Lr) 00 u 0 A I w 11) co 41 C11 A LU LIJ Liu LL u u u U C) N z z Z) z Z) 0 00 00 < L) :;! Y < < N Lu tZ g; N < 00 <w <w <w LU Lu c 0 Lu 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C! R R R R CR R C! R R R R R R R R R R R R R R R R R R R R R R R R R IR R O N -T TI- U) U) Ln �o H 0 �r IT M (I m N 11 N N C4 '11 It H H H N �r 0 rIj N br It m m ti Lr) LO LI) -4 N 1-1 rq 1-1 N LO a) 0) oll N to rL LA Ln UI) U) U) In 0 0' 7F) > 0 z CL LU r4 r� m Lu Ln m m N m N j,, m w Lo m m N m r4 r, m ui u-) m m r4 m N r, M LU co q- -4 r, — �o r, q- o m ;� r, ko N �t 0 r) It 'Hi r, �o r, It 0 r) v H N r-I m C) o (n N. m M c) 0 m rj rj M m C) �rn rq N m E M-1 0 L) 0as 1494 0) co 7i 0L. Z It IN CC P4 co It U) 41 2 kA L6 In J kn in a) Lt) N 0 m 0 ol N CD 0 0 c N 0 %0 rli 0 0 I;r 2 IN fn 0 11, �q 0 M. tn 0 0 W r, o 0 0 UII m 0 0 4 4 M IN lc M V) CO vo r, col CD IV) 0 0 r CO CF$ N 0 0 ^31� 0 0 D 74 0� ko N 0 0 �O �mo Cl 1p ray CL ra CC 0 -i > GA z LU = uj ui Tq Ln UJ < 0 0 Z 0 Q LU C) a < LU 4c �: :), UJ 0 ce "L ce z Z uj Lu 0 _j CL u m - I z P u Z 2 F- LU x 4 U LU 0 U. -,0 z ca 0 IL IL 0 > LU C:) NIX CC ui o (1) C:) ILL < LO 000 60 LU Ln co 4 x A ILL x x %0 CL co x C) 0 Ln 1�0 00 00 rlj OD M N (14 lzr 00 L) < < oo LU LU LU 8L t-L C� 1� C!, C� C 0 kD rL d) 0 LU 00 Go Ln In N IN H Of M 00 Ln N r- 00 m 'L- 0 0 C3 Is a) to r4 �4 H V4 L) 0 1495 EC Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Job ID: JOB-1574 Project: Gate #8- KWL✓•l- Documents - Data -Infrastructure_REV.1 Bid Summary Report Vendor: (TARGET Labor Level: LABOR 1 16 Jan 2025 10:08:26 Tax Rate status: Default Bid Name: FL KEYS ELECTRIC Bid Template: FLORIDA KEYS ELECTRIC, INC. Drawing Phase I Quote Material$ Equip SubGon Labor Hrs BRANCH 0.00 5,449.77 0.00 0.00 127.12 Sheet Totals. 0.00 5,449.77 0.00 0.00 127.12 Tax: 0.00 40833 0.oa 0.00 Bid Votes: Sub Total (Quo/Meat/Equip/Sub): 5,449.77 TAX RATES Sales Tax: 408.73 Material• 7.5000%1 Sub Total'.. 5,858.50 5,858.50 ( UCbte: 7.5000% Direct Labor$: 20,713.04 Labor: 0X000% Indirect Labor$: 0.00 Equipment.: 7.5000% Labor Escalation: 0.00 Subcontract; 7. 000% Labor Tax: 0 00' 0.0000% Direct Job Costs(0.00%): 0.00 MMELLANEQU Avg,. Lbr. Rate (Cost): 171.09 Prime Cost: 26P571 54 Avg. Lbr. Rate (Bid): 179.64 Overhead)(Avrq. 5.00%): 1,328.5$ Total Square Feet: 1.00 Net Cost: 27,900.12 Cost Per Sq. Ft.: 30,357.64 Labor Per Sq. Ft..: 20,713.04 Profit(Avq. 5.00%): 1,395.01 Labor Hrs Per Sq. Ft.: 127.12 Job Tax: 0.00 Quantity of Units: t.00 Bond(3.5�DC}0%): 9,062.52 Cost Per Unit: 30,357.64 Lump Sum: 0.00 Calc,Adjustment:. 0.00�i'o Selling) Price: 30,357.64 11:1oH k a IKeys II a_'a'p:u"mc Ilu K. 905 ovell sc„ls Il ilia„Il uw a7 Ill).llllnn+oulm 305 "'J y wos' II II : ()40l� W'1h� www II n IKcr,.11 flaDa;'gH: n .coii100 1496 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Bid Summary Sheet: Gate #8- KWIA- Documents - Data - Infrastructure—REV.1 16 Jan 2025 10:08AM LABOR ADJUST ESTIMATED HOURS ELECTRICAL MACHINE I OW Labor Class 4 Labor Class 5 Labor Class 6 LaloDir Class 7 Labor Class 8 Labor Class 9 Labor Class QPFRATQA VQ1 TAGF 1n REGULAR 127.12 OVERTIME -- SHIFT-2 SHIFT-3 DOUBLE TIME ESTIMATED HOURS: 127A2 LOSS ILBR AD]: -- CALCULATED HRS REGULAR 13.12 OVERTIME 114.00 SHIFT-2 -- SHIFT-3 DOUBLE TIME -- !TOTAL ADJ LABOR: 127.12, ITOTAL ADJUSTED LABOR HOURS: 127.12 DIRECT LABOR Labor Class Job Description Labor Type Crew Rate Man Hours Extension ELECTRICAL JOURNEYMEN REGULAR 1 $125.00 6.56 $819m JOURNEYMEN OVERTIME 1 $187.50 57.00 $10,687.29 APPRENTICE 1 REGULAR 0 $1 00.00 6.56 $655.98 APPRENTICE I OVERTIME 1 $150.00 57.00 $8,549.79 AVERAGE DIRECT LABOR RATE: $162.94 TOTAL DIRECT LABOR: $ 7�13.04 INDIRECT LABOR Labor Description Hours l Rate l Ext$ ITOTAL INDIRECT LABOR- DIRECT LABOR TOTAL: 20,713.04 INDIRECT LABOR TOTAL: 0.00 LABOR ESCALATION: 0.00 LABOR$ADJUSTMENT: 0.00 LABOR TAX: 0.00 ILABOR TOTAL: $20,713.04 MATERIAL: 5,449.77 MATERIAL ESCALATION: 0.00 MATERIAL ADJUSTMENT: 0.00 MATERIAL TAX: 408,73 MATERIAL TOTAL: $5,858.50 QUOTES Component IVendor I Amount 11:1oildck) Keys l l 905 Ov,���ii scas 11 fitfl iiw�::iy 1111!11111,oin �� 305.29u 11,11,JDY wcs , R 330 K WellxI www l jj<cysll::Icd�;�l coll Golill A 5011walic,"S1 StQ1,11,; 1497 ovcuaign Envelope ID:4o*o/4co-84zz-4oru-Busn-0xoara1n7000 Bid Summary Sheet: Gate #8- KWIA - Documents - Data - Infrastructure—REV.1 16 Jan 2025 10.08AM QUOTED MATERIAL: 0.00 ADJUSTMENT: 0.00 QUOTED MATERIAL TOTAL: $0.00 SUBCONTRACTS Component Ivendor Amount SUBCONTRACTS: 0.00 ADJUSTMENT: 0.00 SUBCONTRACT TAX; 0.00 SUBCONTRACTS TOTAL: $0.00 EQUIPMENT: 0.00 ADJUSTMENT: 0.00 EQUIPMENT TAX: 0.00 EQUIPMENT TOTAL: $0.00 DIRECT JOB COSTS Description Dollars DIRECT JOB COSTS. 0.00 ADJUSTMENT: 0.00 TOTAL DIRECT JOB COSTS: $0.00 OVERHEAD MATERIAL OVERHEAD:(5%markup) 29293 QUOTES OVERHEAD:(5% markup) 000 LABOR OVERHEAD:(5% markup) 1,03565 SUBCONTRACTS OVERHEAD:(5% markup) 000 EQUIPMENT OVERHEAD:(5% markup) 0.00 TOTAL OVERHEAD: $1,328,58 JOB COST w/OVERHEAD: $27,900.12 11:1orkia Keys BecbdcInc 905Qversa�ls11 ighway 1111'Nhoine: 305.2�6.4OQ8 KeyVVes�, FL 33040 Well-x: wwncFL�eysBec�c.00m cnnsa�son�a�sv�ema �&�� 3 of4 1498 Docusign Envelope ID:46AD14CO-8422-4CF3-BBE3-085AFB10730D Bid Summary Sheet:. Gate #8- KWIA- Documents - Data - Infrastructure_REV.1 16 Jan 2025. 10:08AM PROFIT MATERIAL PROyFIT:(5°r"r; markup) 307.57 QUOTES PROFIT:(5% markup) 0.00 LABOR PRObFIT:(5% markup) 1,087.43 SUBCONTRACTS PROFIT:(5% markup) 0.00 EQUIPMENT PRO)FIT:(5"/o markup) 0.00 DJC PRO)F'IT:(5% markup) 0.00 TOTAL PROFIT: $1,3 5.01 MISCELLANEOUS JOB TAX: 0.00 BOND, 1,062.52 MISCELLANEOUIS TOTAL: $1,,062,52 LUMP SUM LUMP SUM 1: 0.00 LUMP SUM 2: 0.00 LUMP SUM 3: 0.00 LUMP SUM 4: 0.00 LUMP SUM TOTAL: BID TOTAL: $30,,357.fi4 l �H m � I��� II _'p:" � Il K. L vell scals II Iia uw aL IIII.Ilmum �I5 .� I1;a' Y wcs , II II : (KC) W Ill-xIII www II n IlK y.11 fl ay a;'q H .c w::ll:n k::1.111111 A 501"1„w alit Ystui is 1499 L- 4j 0 .0 0 r4 U), 'i LD 0 0) 0 '1D 0 r4 U) %0 0 0 OeOONLno 0 w It " N' m N C> r, 0 0 'It N rM M (q 0 ot� 0 OD IT NN in J6 06 6 6 14 0' 6 1-4 6 C5 06 6 C5 14 C; 6 14 c; 6 o6 6 6 4 6 .j O 01 O O ri Ln 0 C) o 0 CD 0 00 o o 0 0 o o 0 0 o 0 0 0 0 0 0 N -E 0 N #Y rIj 0 0 0 0 M 0 Ni 00 N 0 0 0 0 CO 0 N co N 0 0 c) Ict 14 LI) M M LO 0) 0 11, ON U) 00 M U) ON 0 gyp- 0 U) garN IC 0 0 ti o NI4 0 C;] r-I o C4 �'i -! `� -! :� C� -! IR N -! c C5 6 6 C5 C5 C; o 6 6 0 0 0 0 0 0 m rn aka 0 0 G r, U) rq v 0 P, I,, J,) N0 C) t�, H r. .c C� HIn m IN ON ll� 5 m ,r Ln N ti r 0 m 'T � Ln 4) H c) cr 0 r-Z L6 0 C; lr0 6 :5 4 6 ram u) c; 0 rz 6 rW Ln 6 4j 0 0 C) C9e 0% IN CIO 0 0) 0 CDP Cn r, w 0 0 0 0 C) fSw 4T lrM 00 0 0 0 0 0 V, H rq 0 ,r 0 0 1-1 0 0 00 14 N M 00 00 0 0 00 � N �M N 00 CO 0 0 IN co 4 O O R N C? Ii 'R C? ! V: 'R NI "? 0� -I R O? -i R 0 0 0 0 Ij 0 0 H 0 0 0 0 0 H 0 0 1-1 00 0 0 0 ri 0 0 a a Q F- F- 4: < i Lb Lb 0 0 0 LU> ui LU N NN Li m uSN u iuu uj w Ln Q 0 0 u ca tLCu z < z zCL z UJ Z UJ Ln uj z Ln uj Z cn CN uj L M w 0 (n W W < 0 (D U U Z -c( z u Z z UL > ON C> LU 'T 0 �D ull 0 w-j LLL z -,j T z < < VL), in, <Z -u ou U) U0 in E ou in z Q) 4 z LLI Z u V) LU U u z U V) LU o v > 0 0 u CL CL 11 C:) 0.. u 0 t CL u 0. 3 R: u > > C:) G Q CL S7 r 41 i (1) LL < Lr) 00 0 A B w V) LU uj uj C) c z z z q) Z) D D E 0 0 0 H 00 0 L) < < N N LU o 1� 0 0 LU 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 lit! 0 0 0 0 01 0 0 0 0 0 0 10 0 0 0 10 0 0 0 0 0 0 C) 0 0 0 0 OC) 6 rn 0; ry 06 6 lr. rti 4 4 6 � 0 (-y C6 ui (14 (-y 4 4 6 vs. OF lfv GO' Ln, rIJ, rL 0, 7F) 41 > C) (D z Q < LU H i LU v) m m N m r4 r, im ui Lr) m El) N m N n rn Lu Lr) m M N m m M o fn P) C) 0 m E I m 0 ri im, 0 C;, H 0 0 H 0 H 0 H 0 0 H H rn 11 M, M IT " M 14 M, �r (n m v N rn M m 4) Ly ,Oa0 0 0. �2 L) .0 0 > 1500 r-I U L. te r 0 0 rq 0 'A J N t*4 V) M 41 1-1 0 Ln Lf) M. 0 r4 g I qo 0 m 17! 17? jr It H 0 m �D LA RCS y Q as co tD IN as 0 Ln 0 M G� F, 00 00 IN al Q rl 0 tir C� IP li li C� N m mo m .lM CL (P z 0 CY Ul 0 = cis _j rn Ln z w LU uj < = UA CL F- LLJ U-) �H < 0 > 19 rH 0 n �o = Q !s uj 0 C) -, ?: w LLJ z z 17, ur Z n cr M U. U U, o C:) q z > F- a CL r-1 LO 0 V) �? LL < Lr) 000 00 LU V) Ln co a A �o x x 'D LL 00 C) 00 05 00 00 L) < 00 L'u L'u 0 0 0 0 0 Cl� 0 0 0 0 0 m 04 C� (R rq �r T Ln 0 Ln 0� 0 v) 1" IN rL d) 0 N tYi LU �M IN tn M'-4r� m 00 00 W LO 11, r� 1rl,- al �t C14 w E AO o 0 r1i r) ID 0 ko 0 L) EC 0 1501 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Job ID: JOB-1575 Project: Gate #8- KWIA- Documents - Fire Alarm- Infrastructure_REV.1 Bid Summary Report Vendor:TARGET Labor Level: LABOR 1 16 Jan 2025 10:09:40 Tax Rate status: Default Bid Name: FL KEYS ELECTRIC Bid Template: FLORIDA KEYS ELECTRIC, INC. Drawing Phase I Quote Material$ Equip SubGon Labor Hrs BRANCH 0.00 27.43 0.00 0.00 3.82 FIRE ALARM 0.00 52.36 0.00 4.00 7.60 Sheet Totals: 0.00 79.79 0.00 0.00 1.1.43 Tax" 0.00 5.98 0.00 0.00 Bid dotes: Stub Total (Quo/Mat/lEquip/Suub): 79.79 TAX RATES Sales Tax: 5.98 M, ri : ,,,:,,emu 'Rb Sub Total.: 85.77 85.77 Quote:: 7.5000% Direct Labor$: 1,928.35 Labor: 0.0000% Indirect Labor$: 0.00 Equipment: 7.5000% Labor Escalation: 0.00 Subcontract: 7.5000% Labor Tax: 0.00 Job: 0.0000% Direct Job Costs(0.013%): 0.00 MMEl 1 NEnUS Avg,.. Lbr. Rate (Cost): ', 177.20 Prime Cosh 2,014.12 Avg. Lbr. Rate (Bld): 1W06 overhead(Avg.. '5.Bfd%): 100.71 Total Square Feet: 1.00 Net Cost: 2,114.83 Cost Per Sq. F't.: 2,301.11 Labor$Per Sq. Ft..: 1,928.35 Profit(Avg. 5.00%): 105.74 Labor Hrs Per Sq. Ft..: 11.43 Job Tax: 0.00 uantlty of Units: 1.00 Bond(3.5fDt�fD%): 80.54 Cost Per Unit:I 2,301.11 Lump Sum: 0.00 Calc,Adjustment: O.Oo% Selling Price: 2,301.11 l �H m � I��� II _'p:" � Il K. 905 ueu°s „: II Ia„.uw a7 IIII.Ilnom �15 'ua 01:r pI.D",1Vn "';a' y wos' II II 33()40I� W' Ill-TII www II n IKcr,.11 flaDa;'gH: n .coii100 11L ,t„ II. ofp. 1502 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Bid Summary Sheet: Gate #8- KWIA- Documents - Fire Aiarm - Infrastructure—REV.1 16 Jan 2025 10:09AM LABOR ADJUST ESTIMATED HOURS ELECTRICAL MACHINE I OW Labor Class 4 Labor Class 5 Labor Class 6 La air Class 7 Labor Class 8 Labor Class 9 Labor Class QPFRATQA VQ1 TA(-,F 1n REGULAR 10.49 0.94 OVERTIME -- -- SHIFT-2 SHIFT-3 DOUBLE TIME -- -- ESTIMATED HOURS: 10.49 0.94 LOSS ILBR AD]: -- -- CALCULATED HRS REGULAR -0.94 0.94 OVERTIME 11.43 -- SHIFT-2 -- SHIFT-3 DOUBLE TIME -- !TOTAL ADJ LABOR: 10.49, 0094 I -- TOTAL ADJUSTED LABOR HOURS: =11.4 3 DIRECT LABOR Labor Class Job Description Labor Type Crew Rate Man Hours Extension ELECTRICAL JOURNEYMEN REGULAR 1 $125.00 -0.47 -$5&82 JOURNEYMEN OVERTIME 1 $187.50 5.72 $1,071.54 APPRENTICE 1 REGULAR 0 $100.00 -0.47 -$47.06 APPRENTICE I OVERTIME 1 $150.00 5.72 $857.23 LOW VOLTAGE TECrOURNEYMEN REGULAR 1 1 $125.001 0.47 $58.59 APPRENTICE IREGULAR 1 1 $100 0.471 $46.87 "ERAGE DIRECT LABOR RATE: $168.76 TOTAL DIRECT LABOR: $1,928.35 INDIRECT LABOR Labor Description Hours l Rate l Ext$ TOTAL INDIRECT LABOR: DIRECT LABOR TOTAL: 1,928,35 INDIRECT LABOR TOTAL: 0,00 LABOR ESCALATION: 0,00 LABOR$ADJUSTMENT: 0.00 LABOR TAX: 0.00 ILABOR TOTAL: $1,92&35 MATERIAL: 79.79 MATERIAL ESCALATION: 0.00 MATERIAL ADJUSTMENT: 0.00 MATERIAL TAX: 5.98 ,MATERIAL TOTAL: $85,77 QUOTES Component IVendor I Amount 11:1011-kk) Keys l l 905 Ov,���ii scas 11 fitfl iiw�::iy 1111!11111,oinc� 305.29� 11,11,JDY wcs , R 330 K WellxI www l IKcysll::Icd�:'D l coll Golill A 5011walic,"S1 StQ1,11,; ��)age 2 ii)f ,14 1503 ovcuaign Envelope ID:4o*o/4co-84zz-4oru-Busn-0xoara1n7000 Bid Summary Sheet: Gate #8- KWIA - Documents - Fire Alarm - Infrastructure—REV.1 16 Jan 2025 10.09AM QUOTED MATERIAL: 0.00 ADJUSTMENT: 0.00 QUOTED MATERIAL TOTAL: $0.00 SUBCONTRACTS Component Ivendor Amount SUBCONTRACTS: 0.00 ADJUSTMENT: 0.00 SUBCONTRACT TAX; 0.00 SUBCONTRACTS TOTAL: $0.00 EQUIPMENT: 0.00 ADJUSTMENT: 0.00 EQUIPMENT TAX: 0.00 EQUIPMENT TOTAL: $0.00 DIRECT JOB COSTS Description Dollars DIRECT JOB COSTS. 0.00 ADJUSTMENT: 0.00 TOTAL DIRECT JOB COSTS: $0.00 OVERHEAD MATERIAL OVERHEAD:(5%markup) 4.29 QUOTES OVERHEAD:(5% markup) 000 LABOR OVERHEAD:(5% markup) 9642 SUBCONTRACTS OVERHEAD:(5% markup) 000 EQUIPMENT OVERHEAD:(5% markup) 0.00 TOTAL OVERHEAD: $100,71 JOB COST w/OVERHEAD: $2,114.83 11:1orkia Keys BecbdcInc 905Qversa�ls11 ighway 1111'Nhoine: 305.2�6.4OQ8 KeyVVes�, FL 33040 Wel-x: wwncFL�eysBec�c.00m cnnsa�son�a�sv�ema �&�� 3 of4 1504 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Bid Summary Sheet:. Gate #8- KWIA- Documents - Fire Aiarm _ Infrastructure_REV.1 16 Jan 2025. 10:09AM PROFIT MATERIAL PROFIT:(5°r"r; markup) 4.50 QUOTES PROFIT:(5% markup) 0.00 LABOR PROFIT':(S% markup) 101.24 SUBCONTRACTS PROFIT:(5% markup) 0.00 EQUIPMENT PROFIT:(5"/o markup) 0.00 DJC PROF'IT:(5% markup) 0.00 TOTAL PROFIT: 105.74 MISCELLANEOUS JOB TAX: 0.00 BOND: 80.54 MISCELLANEOUIS TOTAL: $80,54 LUMP SUM LUMP SUM 1: 0.00 LUMP SUM 2: 0.00 LUMP SUM : 0.00 LUMP SUM 4: 0.00 LUMP SUM TOTAL: 0.00 BID TOTAL: $2,,38]l.��l l �H m � I��� II _'p:" � Il K. L vell scals II Iia uw aL IIII.Ilmum �I5 .� I1;a' Y wcs , II II : (KC) W Ill-xIII www II n IlK y.11 fl ay a;'q H .c w::ll m n k::1.111111 A 501"1„w alit Ystui is 1505 6 'w O 00 M 0 0 O 't p4 L +' O -t O O O O O Lo L.) O N Lo U) 01 M O g O +ri cl T°« •-+ N c O O O! M ,--i M ,--i ,--i 7 N 0� ;t t0 -! O 'O O O O O O O J O O O O O O O O ,� O O -1 O O O M Lin L 4J O r0 W 4o 0 0 O L i+ 0 U) O O O O O O O O O O O O u) 'N' O O M1 to r0 7 O O O 'L O n Ln O In O O In O O Oµ O O O N d3 � ' O M n O n O M r\ u) O Y M U) M ri O O� M ri M ri O O O M -! O O O M O O O O O O O O O O O O O O O O O O O O O O O p7' v�,�^^ co $,71 OD lrry +' O O O O% M ri ri co -;I- 7 N ri O ri N O' O O A 11 'CI." N N O O C� M tp tp N 7 W W N O n ,-i a,➢, O -1 O -1 O 41 y�) IL.V... J q ++ O h Ln CO N r-i wD +_+ O O N L, O ri N L-) n ri co W L, N OD "i 0 Pam. 1N* M i ,L O O O 0%% N ri M W n 7 P, u M M O " W' O O O i Q1 O O O� M kR kR O O 7 O� O 7 N O N p m o o e-q «-t o 0 0 0 0 o o ri o o o o o r4 o o o N 1 U 4 m 0 co LU 0 w x p F uII 0 a, O t Z a f— z W a G Rip z ¢ a C9 z n z Q O n- w cn o z C 0 w a cr U F- (a w m m a 0 U a V) COW LIU cx ca W a m x p � x � w p O > a � � x � w w Q m Z a V w O 8 m w (n rry Vo W U W �a 0 Y � w a 0 Q Z 0 V aU u Q) u z II n aIl "Y o a w w d � w Lu >� w Y z M L V' w w w I- w CL a' lL ri F > W W w LL W � O II 1) '> d m ( LL L¢n U a Q W m LL LU O U m i H p p (A r-1 ; 1 LL 4- "' x W N N ¢ X X N N O N \ ; oo O N 4/1 w M M M *4, M M (/) M ,� ,-i In # M M M 4V M 4V M N 00 R 0 o C 57 s v Ci C Q w tL w w w w w w w w w w w w w v Y 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Lr) L 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o cs o 0 0 0 p CO lui vi 4 ke Cd r4 N -1 ri r-1 ri r-1 ri ko ko m m m Ln n m N �...; LO N N N O CD Cy '� 0' ILIL.I N 0 LU t W F— co Ln � 0 N O LL: JWI O O O rii t0 ON MM L 00 in O C5).. O U) N � O I". vO�^ +•i uo N I��i 0 0 0 0 0 -4 ri O Z �k" N L!) ri 0 N 0 V G 07 C`OJ ,fry ap d*O"9, 'FP N r NO LIOj mLIOj m O O O-4 O O M t"n Oi ip to M 0 L) N „�' '"CS ,-d M M ri ri ri ri ri ri ri ri 1p 0 .0 i 0 L a� s � 1506 p a �. c� % 2 g \ 4 .. _ S / w c J $ \ � � \ Lo N > \ \ \ \ � \ \ e ± \ � � ■ \ \ k k 2 w % w e / c \ & \ . � \\ \ : n {/ 6\ / « % ? 2 \ \ \ [ \ } $ , § E @ E j \ § \ / \ / \ f j \ \ ± r § \ _ \ \ > _ � ƒ \ - \ \ k Q 1507 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D ���� ���� �IIIIIIIIIIIIIUV��IIIU�°" x wow """... . A SOLUTIONS INC. ....... ' w 0 fFl, CONFIDENTIAL PROPOSAL PREPARED FOR: Key West International Aiirpoi Gale PROJECT ADDR� S: 3491 S Roosevelt Blvd Key"a st, FL 33040 GATE: . . 024 00 ( ��IfJ�I o 0 t iw �." Information,data,and drawings embodied i irn this proposal,are strictly cornfid rntn M,and are supp4ed on the understan&g that they,will be held!in confidence, wind not disclosed to t ilyd parties without the prior written n consent of Hy-Tech ch SoWtions,Inc. 4/1 oil PREPARED BY: MIICHAEL HANAN4NtSH OPERATIONS MANAGER NwfiNMNARNIS,^MPH -TECHS nN.NJTION S� »CNTNA+"N 1508 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFBI0730D SCOPE OF WORM ........................................................................................................................... .................................................................................................................................................................. I-ly-Tech SOILHions, lose;. Is Pleased to sllbmit oi,u- proposal for the electrical work to be done, 1,61- y West Ittlernationot Airport (Gate 8 Fly-Tech sotutions, 1111C. gLiaxantees that all work performed by our company shaH conlorni to current codes, regulations, and yiroJect specificatioris. A work perf'ormed by Hy-Tech So'lutions, Inc, shall be warranted for one Year after date ofcompIction, The f6flowing breakdown describes the item s vmd Services thal Hy-Tech SOILILions, Inc. shall provideas well as any CUILISions tivrn ourscopc of' nark, fly-'Fech Solutions proposics change order for the gate 8 exparislon at lite ahifive location. The following is includied in this propos,g& Install additional pagingsystcrn t'c,,r the new�grmc 8. 0 Insu ffl!addiflonM dala knes Io s1q,)Port the CIO.W,eats 8', includc�� m"'Otly,("WEthenlel cumnectIMM 0 InstaH adchhot4d 11ber, rons a, fisled On fl'le plelns fioi-gjme 8, 1 No Ten� mnaxions or testing nicluded'i Hy-Tech Solutions, lite, proposes to petlorm the work, as stated W this proposal, in accordance wilh (he Job description, spocificatious,all addendunis and complete in a workitionlike niumner,too-the sum ofi —........................-............. oaaaa ................ ....... ....... ........... ---- ------ tfrer fiat lNf-[tAS'll-RUC'I'Ultl-,'/'I ,At IMIA' AND CABEILING PU`RNUTTING ResticcOWly Si,tbmiued, Michael flar"Ish Operatiolts Project Manager Notes-, 1. All work to be dorie(Juring nornial working hours lXfimday- Friday 730am-4a30p"I) No overtinse is included in this quote 3, No Pertuitfing is included In this proposal 4 Any alteration or deviation from above specifications will be executed oul, upon written, orders an'd will beconve an price ( 10te Is vain d 0,� 310 eltra charge over and above the esthirate. This esthimled 1), days, froin date of is'suance. Prices May change if work is,not authorized and deposit received ivithinlo days. 5. T,erms oat`Payment, a. will be leilled on as schedule ot'values 6. ('onduit,conductor,lioxes etc.excluded-Rough Iti (to be perfortmed lays FKL kqkmim=1111111 7/29i/2012, 1509 NTIAil, 2 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Illllllllllllllllllllllllllllllllf IIIIIIIIIIIIIIIIIII,II,II,IIIII u411 IIII 1111111111111,11,111 IIIIIIIIIIIIIIIIIIIIIIIIIIIIII,II,II, •.. .. __ x�di ifllduVdii i a 11 ��I�fl �� LO 0 cn SOLD 1 IONS' INC:. y� �4r//'ai, d��di . "NO "� ki ,a. ....... ...�;......,.._._.,_,.,_,.,_ CONFIDENTIAL PROPOSAL PREPARED FOR: Key West International Airport Gate 8 PROJECT ADDRESS: 3491 S Roosevelt Blvd, Key West, FL 33040 DATE: 07.29.2024 C0)00 Information, data, and drawings embodied in this proposal are?strictly confidential, and are supplied on the understanding that they will be held in confidence, and not disclosed to third parties without the - prior written consent of Hy-Tech Solutions, Inc. r PREPARED BY: SHAWN LASHER PROJECT MANAGER SLASHER@HY-TECHSOLUTIONS.COM 91 Overseas Hwy Key West,FL 33040 ' • 1 •. 1 •. • EC13007833 now 1510 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Illllllllllllllllllllllllllllllllf IIIIIIIIIIIIIIIIIII,II,II,IIIII u411 IIII 1111111111111,11,111 IIIIIIIIIIIIIIIIIIIIIIIIIIIIII,II,II, ►.SCOPE OF WORK Hy-Tech Solutions, Inc. is pleased to submit our proposal for the fire alarm work to be done for: Key West International Aitport(Gate 8) Hy-Tech Solutions, Inc. guarantees that all work performed by our company shall conform to current codes, regulations, and project specifications. All work performed by Hy-Tech Solutions, Inc. shall be warranted for one year after date of completion. The following breakdown describes the items and services that Hy-Tech Solutions, Inc. shall provide as well as any exclusions from our scope of work. HY-TECH SOLUTIONS HAS INCLUDED: Hy-Tech Solutions proposes change order to add,install,program and certify additional magnetic door holders& relays for Gate 8 at the above location.The following is included in this proposal: • Engineer Fire Alarm Shop Drawings • Install, Program, Test, And Certify New Magnetic Door Holders And Relays Hy-Tech Solutions, Inc. proposes to perform the work, as stated in this proposal, in accordance with the job description, specifications,all addendums and complete in a workmanlike manner,for the sum of: TotalProposal..............................................................................•-•-•-•--.................................................$8,018.00 EXCLUDES: INFRASTRUCTURE/RACEWAY AND CABELING PERMITTING Respectfully Submitted, Shawn Lasher Fire Alarm Project Manager Notes: 1. All work to be done during normal working hours(Monday-Friday 7:30am-4:30pm) 2. No overtime is included in this quote 3. No Permitting is included in this proposal 4. Any alteration or deviation from above specifications will be executed only upon written orders, and will become an extra charge over and above the estimate. This estimated price quote is valid for 30 days from date of issuance. Prices may change if work is not authorized and deposit received within 30 days. 5. Terms of Payment: a. will be billed on a schedule of values 6. Conduit,conductor,boxes etc.excluded-Rough In to be performed by FKE. 108NOM 7/29/20: 1511 CONFIDENTIAL z Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D F%, 1P Juan Rodriguez 9850 N.W. 41st Street Doral, Florida 33178 juan.rodriguez@us.abb.com +1 305-903-5216 ABB June 04, 2024 Quote No.: U3A-00038869 Doc Rev. 0 Project: KWIA - GATE 8 PCO Quote Version: Original Version Quote Expiration: July 4, 2024 Dear Valued Customer, Thank you for your inquiry for KWIA - GATE 8 PCO. We are pleased to respond with our proposal based on the requirements of your inquiry. Please contact us with any questions. We look forward to working with you on this opportunity. Best Regards, Juan Rodriguez ABB Notes Project Level PROPRIETARY AND CONFIDENTIAL INFORMATION This document contains confidential and proprietary information.Upon receipt of this document,the receiver agrees to not to reveal its content,except to those people inside of their own organization to who concerned to do the evaluation of this proposal. No copies of this document should be made without permission.This document shall be returned upon its written request. KWIA - GATE 8 PCO I U3A-00038869 page 1 o.1512 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Summarized Bill of Material(s) Quantity Description Item(s) Mark(s) 1 HC1C 2 Panelboard 2 HCB1A 3 HCD1 4 HCB1 14 Circuit Breaker 5 HC2A 6 HC1A Total Net Price The total net price for the item(s) defined in this quotation is: $26,798.77 KWIA - GATE 8 PCO I U3A-00038869 page 2 o.1513 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Summary of Proposal Estimated Lead Time The Estimated Lead-Times contained in this proposal are for estimating purposes only. These lead-times reflect the estimated time to manufacture our products from the order release date until the factory shipment date. Our lead-times are shown in terms of working days, which do not include weekends, factory holidays, nor factory shutdowns. Our published lead-times do not include approval drawing cycle, factory witness testing, or jobsite transit time. The actual lead-times are subject to change at any time and depend on factory loading, scheduled plant shutdowns, and job size. Please contact your ABB sales representative if firm lead-times are needed and they can work on your behalf to obtain pre-negotiated engineering/manufacturing slots as necessary. Item product Description Mark(s) Estimated Lead Quantity No. Time (Days) 1 Lighting Panelboard, ReliaGear RE HC1C 40 1 2 Lighting Panelboard, ReliaGear RE HCB1A 80 1 Circuit Breaker, Molded Case, Tmax XT neXT, 3 XT4HU3250FY8000XXX HCD1 CHECK AVAILABILITY 1 Circuit Breaker, Molded Case, Tmax XT neXT, 4 HCB1 60 1 XT4HU3200AYJ000XXX 5 MCCB, TEYD/H/L, TEYL3015B HC2A CHECK AVAILABILITY 8 6 MCCB, TEYD/H/L, TEYL3015B HC1A CHECK AVAILABILITY 4 KWIA - GATE 8 PCO I U3A-00038869 page 3 o.1514 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Bill of Material(s) Item Quantity Description No. 1 1 Lighting Panelboard, ReliaGear RE Marks: HC1C 1 Section(s), NEMA 3R Cabinets 400 Amps, 3 Phase 4 Wire 480Y/277V, 50/60 Hz Minimum Interrupt Rating: 65kA Fully Rated Incoming Feed: Bottom Surface Mounted 54 Circuits UL67 / CSA C22.2 No. 29 Certified cULus Certified Height: 64.5 Inches; Width: 20 Inches; Depth: 6.21 Inches 1 400 Amps Main Lugs 1-lug/phase 1-cable/lug #4 -600 kcmil Or 1-lug/phase 2-cable/lug 1/0 -250 kcmil Main Option Details 1 Copper Bus Heat Rated 5 Ground-Cu box bonded TGC2 1 Ground main lug TGL20 1 100% Rated Neutral 1 NEMA 3R Cabinets Feeders 6 Breaker Device 15 Amps 3 Poles TEYL 36 Breaker Space Device 20 Amps 1 Poles TEYL Modifications 1 Power Distribution Panel 1 Nameplates 1 Interior: ASF3544MBX AXB7 1 Box: AB643 1 Front : NONE 2 1 Lighting Panelboard, ReliaGear RE Marks: HCB1A 1 Section(s), NEMA 3R Cabinets 400 Amps, 3 Phase 4 Wire 480Y/277V, 50/60 Hz Minimum Interrupt Rating: 65kA Fully Rated Incoming Feed: Bottom Surface Mounted 42 Circuits UL67 / CSA C22.2 No. 29 Certified cULus Certified Height: 55.5 Inches; Width: 20 Inches; Depth: 6.21 Inches 1 400 Amps Main Lugs 1-lug/phase 1-cable/lug #4 -600 kcmil Or 1-lug/phase 2-cable/lug 1/0 -250 kcmil Main Option Details 1 Copper Bus Heat Rated 4 Ground-Cu box bonded TGC2 1 Ground main lug TGL20 1 100% Rated Neutral 1 NEMA 3R Cabinets Feeders 12 Breaker Device 15 Amps 3 Poles TEYL 6 Breaker Space Device 20 Amps 1 Poles TEYL Modifications 1 Nameplates 1 Interior: ASF3424MBX AXB7 1 Box: AB553 1 Front : NONE 3 1 Circuit Breaker, Molded Case, Tmax XT neXT, XT4HU3250FY8000XXX KWIA - GATE 8 PCO I U3A-00038869 page 4 o.1515 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Bill of Material(s) Marks: HCD1 XT4H 250 EKIP LSI IN=250A 3P F F UL/CSA 4 1 Circuit Breaker, Molded Case, Tmax XT neXT, XT4HU3200AY]OOOXXX Marks: HCB1 NEXT4H 250 TMF 200-2000 3P F F UL/CSA 5 8 MCCB, TEYD/H/L, TEYL3015B Marks: HC2A TEYX CIRCUIT BREAKER 3P 15A 6 4 MCCB, TEYD/H/L, TEYL3015B Marks: HC1A TEYX CIRCUIT BREAKER 3P 15A KWIA - GATE 8 PCO I U3A-00038869 page 5 o.1516 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D TERMS AND CONDITIONS OF SALE General Policies and Conditions 1. This Proposal is offered subject to the following: 1)attached TERMS AND CONDITIONS OF SALE,2)an executed Master Supply Agreement("NSA"),and 3)ABB Inc.'s current general Terms and Condition of Sale.Any conflict among the documents comprising the terms of this Proposal shall be resolved in accordance with the following order of precedence: (i)an executed NSA incorporating the following Terms and Conditions of Sale(ii)attached TERMS AND CONDITIONS OF SALE incorporating ABB Inc. General Terms and Conditions of Sale(iii)or ABB Inc.General Terms and Conditions of Sale.Nan-ABB preprinted PO terms have no force and/or effect and are hereby rejected by ABB. 2. Buyer represents and warrants that there are no federal,state,or local(collectively"Governmental")contracting provisions,regulations,flow-downs,or requirements that apply to this transaction,including without limitation any Governmental domestic preference or prevailing wage,other than such terms that have been disclosed and agreed to by Seller in writing.Buyer assumes sole responsibility for any costs associated with non-compliance of terms not agreed by Seller in writing.Unless expressly provided in writing,Seller makes no representation that the quoted product(s)or service(s)comply with any Governmental contracting provisions and regulations. 3. This proposal expires in 30 calendar days,unless terminated sooner by notice.This proposal is not inclusive of taxes of any kind,unless explicitly stated. 4. Orders not requiring engineered drawings for approval must he released by Buyer for manufacture within 90 days of PO receipt.If engineered drawings are required,they must be returned and approved by Buyer for release within 60 days of mailing.If not,and/or shipment is delayed for any reason the price will increase by 1.5%for each partial/full month that shipment release is delayed after the 90-day period.If project is delayed 6 months or more after PO receipt,project will be repriced based off current market values. 55. For MV Transformers(including Padmount,Substation,&Power transformers),refer to the factory proposal for applicable terms and conditions including,but not limited to quote validity,price validity,escalation,warranty,cancellation,estimated delivery,and freight terms. Payment Terms 1. Net 30 days from the date of invoice 2. For projects up to$1,000,000 net,terms of payment are 100%upon invoicing. 3. If project value exceeds$1,000,000 net,progress payments are required payable at the following milestones.These milestones will be applied at a line-item level and will be tailored to the project schedule. • 20%upon delivery of drawings • 30%upon release of equipment • 50%upon shipment Warranty 1. The warranty for Products shall expire one(1)year from date of installation or eighteen(18)months after date of shipment,whichever occurs first,except that software is warranted for ninety(90)days from delivery.The warranty for Services shall expire one(1)year after performance of the Service,except that software related Services are warranted for ninety(90)days. 2. Additional 12 months available for 2%adder,24 months for 4%adder.Engage ABB representative if longer durations are needed. 3. All warranty claim remedies are provided under the General Terms and Conditions of Sale,or any applicable NSA,whichever is applicable between the parties. Order Cancellation—Schedule of Charges 1. 10%-Order received. 2. 30%-Drawings for approval submitted,if required. 3. 50%-Revisions to approval drawings submitted,if required. 4. 80%-Order released for manufacturing and shipment. 55. 100%-Production started. Delivery and Transportation 1. CPT/FCA ABB's facility,place of manufacture or warehouse(Incoterms 2020).Title and risk of loss passes upon shipment. 2. ABB will assume the risk of loss or damage to the destination for a 2%adder(but not less than$500 net)applied to the total price of the equipment."Destination"is defined as ABB's common carrier's delivery point nearest first destination or point of export within the continental U.S. 3. Transportation and handling are prepaid and pilled,unless otherwise noted in this quotation or NSA. 4. Shipment via Air or Open Top/Flatbed/Lift gate truck not included unless specifically listed herein. 5. Special Instruction-The Receiving Associate is required to sign,date,and note specific visible or concealed damage on Bill of Lading at time of delivery.Freight Company Associate is required to witness Receiver's signature,date,and damage claim annotations.ABB's Post Sales Service Department must be provided with copy of annotated BOL within five(5)days of delivery or Shipper's responsibility ends. Other Notes 1. Standard factory test procedures will be performed.Customer inspections,customer witness tests,and any other non-standard test procedures are not included unless specifically noted herein. 2. The accompanying Bill of Material is our interpretation of what is required to meet the intent of the listed Drawings and Specifications.Please review thoroughly for accuracy and completeness and advise immediately if any revisions are required.This proposal is limited to the attached Bill of Material only.Selective coordination of the system should be verified by a qualified engineer and may require changes to the design,Bill of Material,and price. 3. The Parties are aware of the shortage of raw materials,electronic components worldwide which is likely to last for the foreseeable future,as well as,of market fluctuations in the availability and cost of other raw materials,commodities,other critical components,and transportation capacities.Notwithstanding anything to the contrary in the contract terms and conditions/purchase order,if after the date of ABB's proposal/offer or during the term of the performance of the contract/purchase order there are any changes to availability and/or market conditions for electronic components,raw materials,commodities,and transportation capabilities directly or indirectly affecting ABB's performance,ABB shall be entitled to relief in the schedule of the performance or delivery of the directly or indirectly affected scope of work under the contract/purchase order.In such circumstances,the Parties shall meet without delay and discuss in good faith to find a mutually agreeable solution,with equitable adjustment to the contract/purchase order date of delivery or completion.Customer hereby acknowledges and agrees that in said circumstances ABB may not be able to comply with the originally agreed delivery or completion schedule and that ABB shall not be liable for any liquidated or actual damages in connection thereto. KWIA - GATE 8 PCO I U3A-00038869 page 6 o.1517 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D ABB INC.GENERAL TERMS AND CONDITIONS OF SALE (2024-01 U.S.) KWIA - GATE 8 PCO I U3A-00038869 page 7 o.1518 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D 1.General. installation of purchased Equipment.risk of lass for the Equipment shall pass from ABB to The terms and conditions contained herein,together with any additional or different terms contained Purchaser at the earlier of the time Purchaser puts the installation to its specified purpose or until in ABB's proposal,quotation and/or invoice("Proposal"),if any,submitted to Purchaser(which the completion of the installation pursuant to this Agreement. Proposal,Policies,Addendum(s),if any,submitted to Purchaser shall central over any conflicting terms),constitute the entire agreement(the"Agreement")between the parties with respect to the purchase order and supersede all prior communications and agreements regarding the purchase 7,Inspection,Testing and Acceptance. order.Acceptance by ABB of the purchase order;or Purchaser's acceptance of ABB's Proposal,is (a)Any inspection by Purchaser of Equipment on ABB's premises shall be scheduled in advance to expressly limited to and conditioned upon Purchaser's acceptance of these terms and conditions, be performed during normal working hours and subject to rules and regulations in place at the ABB payment for or acceptance of any performance by ABB being acceptance.These terms and premises. conditions may not be changed or superseded by any different or additional terms and conditions (b)If the purchase order provides for factory acceptance testing,ABB shall notify Purchaser when proposed by Purchaser to which terms ABB hereby objects.Unless the context otherwise requires; ABB will conduct such testing prior to shipment.Unless Purchaser states specific objections in the term"Equipment"as used herein means all of the equipment,parts,accessories sold,and all writing within ten(10)days after completion offertory acceptance testing,completion of the software and software documentation,if any,licensed to Purchaser by ABB("Software")under the acceptance test constitutes Purchaser's factory acceptance of the Equipment and its authorization purchase order.Unless the context otherwise requires;the term"Services"as used herein means all for shipment. labor,supervisory,technical and engineering,installation.repair consulting or other services (c)If the purchase order provides for site acceptance testing,testing will be performed by ABB provided by ABB under the purchase order.As used herein,the term"Purchaser"shall also include personnel to verify that the Equipment has arrived at site complete,without physical damage,and in the initial end user of the Equipment and/or services,provided,however,that Article 14(a)shall good operating condition.Completion of site acceptance testing constitutes full and final acceptance apply exclusively to the initial and user. of the Equipment.If;through no fault of ABB.acceptance testing is not completed within thirty(30) days after arrival of the Equipment at the site.the site acceptance test shall be deemed completed 2.Prices. and the Equipment shall be deemed accepted. (a)Unless otherwise specified in writing,all Proposals expire thirty(30)days from the date thereof and may be modified or withdrawn by ABB before receipt of Purchaser's conforming acceptance.All g,Warranties and Remedies. quoted prices are subject to revision at any time in the event of any increase in raw material,energy (a) Equipment and Services Warranty.ABB warrants that Equipment(excluding Software,which is costs or governmental actions such as tariffs. warranted as specified in paragraph(d)below)shall be delivered free of defects in material and (b)Unless otherwise stated herein,Services prices are based or normal business hours(8 a.m.to 5 workmanship and that p.m.Monday through Friday).Overtime and Saturday hours will be billed at one and one-half(1 1/2) times the hourly rate,and Sunday hours will be billed at two(2)times the hourly rate,holiday hours will be billed at three(3)times the hourly rate.If a Services rate sheet is attached hereto,the Services shall be free of defects in workmanship.The Warranty Remedy Period for Equipment applicable Services rates shall be those set forth in the rate sheet.Rates are subject to change (excluding Software and Spare Parts)shall end twelve(12)months after installation or eighteen(18) without notice. months after date of shipment,whichever first occurs.The Warranty Remedy Period for new spare (c)The price does not include any federal,state or local property,license,privilege;sales use, parts shall end twelve(12)months after date of shipment.If the purchase order includes the sale of excise,gross receipts,or other like taxes which may now or hereafter be applicable.Purchaser refurbished or repaired parts,the Warranty Remedy Period for such parts shall end ninety(90)days agrees to pay or reimburse any such taxes which ABB or its suppliers are required to pay or collect. after date of shipment.The Warranty Remedy Period for Services shall end ninety(90)days after If Purchaser is exempt from the payment of any tax or holds a direct payment permit,Purchaser the date of completion of Services. shall,upon purchase order placement,provide ABB a copy,acceptable to the relevant (b)Equipment and Services Remedy.If a nonconformity to the foregoing warranty is discovered in governmental authorities of any such certificate or permit. the Equipment or Services during the applicable Warranty Remedy Period,as specified above, (d)The price includes customs duties and other importation or exportation fees,if any,at the rates under normal and proper use and provided the Equipment has been properly stored,installed. in effect on the date of ABB's Proposal.Any change after that date in such duties,fees,or rates, operated and maintained and written notice of such nonconformity is provided to ABB promptly after shall increase the price by ABB's additional cost. such discovery and within the applicable Warranty Remedy Period,ABB shall at its option,either(i) repair or replace the nonconforming portion of the Equipment or re-perform the nonconforming Services or(ii)refund the portion of the price applicable to the nonconforming portion of Equipment 3.Payment. or Services.If any portion of the Equipment or Services so repaired,replaced or re-performed fails (a)Unless specified to the contrary in writing by ABB.payment terms are net cash,payable without to conform to the foregoing warranty,and written notice of such nonconformity is provided to ABB offset,in United States Dollars,30 days from date of invoice by wire transfer to the account promptly after discovery and within the original Warranty Remedy Period applicable to such designated by ABB in the Proposal.ABB is not required to commence or continue its performance Equipment or Services or thirty(30)days from completion of such repair.replacement or re- unless and until invoiced payments have been received in a timely fashion.For each day of delay in performance,whichever is later,ABB will repair or replace such nonconforming Equipment or re- receiving required payments,ABB shall be entitled to a matching extension of the schedule. perform the nonconforming Services.The original Warranty Remedy Period shall not otherwise be (b)If in the judgment of ABB,the financial condition of Purchaser at any time prior to delivery does extended. not justify the terms of payment specified;ABB may require payment in advance,payment security (c)Exceptions.ABB shall not be responsible for providing temporary power removal,installation. satisfactory to ABB and suspend its performance until said advance payment or payment security is reimbursement for labor costs or working access to the nonconforming Equipment including received or may terminate the purchase order,whereupon ABB shall be entitled to receive disassembly and re-assembly of non-ABB supplied equipment or for providing transportation to or reasonable cancellation charges.If delivery is delayed by Purchaser,payment shall be due on the from any repair facility,or for any other expenses incurred in connection with the repair or date ABB is prepared to make delivery.Delays in delivery or nonconformities in any installments replacement,all of which shall be at Purchaser's risk and expense.ABB shall have no obligation delivered shall not relieve Purchaser of its obligation to accept and pay for remaining installments. hereunder with respect to any Equipment which(i)has been improperly repaired or altered;(ii)has (c)Purchaser shall pay,in addition to the overdue payment.a late charge equal to the lesser of 1 been subjected to misuse,negligence or accident;(iii)has been used in a manner contrary to ABB's 1/2%per month or any part thereof or the highest applicable rate allowed by law on all such overdue instructions,(iv)is comprised of materials provided by or a design specified by Purchaser,or(v)has amounts plus ABB's attorneys'fees and court costs incurred in connection with collection.If failed as a result of ordinary wear and tear.Equipment supplied by ABB but manufactured by others Purchaser fails to make payment of any amounts due under any purchase order and fails to cure is warranted only to the extent of the manufacturer's warranty,and only the remedies.if any, such default within ten(10)days after receiving written notice specifying such default,then ABB provided by the manufacturer will be allowed. may by written notice,at its option,suspend its performance under the purchase order until such (d)Software Warranty and Remedies.ABB warrants that,except as specified below,the Software time as the full balance is paid or terminate the purchase order.as of a date specified in such notice. will,when properly installed,execute in accordance with ABB's published specification.If a In the event of suspension;cancellation or termination hereunder,ABB will be entitled to recover all nonconformity to the foregoing warranty is discovered during the period ending one(1)year after costs for work performed to date,costs associated with suspension.cancellation or termination of the date of shipment and written notice of such nonconformity is provided to ABB promptly after the work and all other costs recoverable at law. such discovery and within that period,including a description of the nonconformity and complete information about the manner of its discovery,ABB shall correct the nonconformity by,at its option, 4.Changes. either(i)modifying or making available to the Purchaser instructions for modifying the Software,or (a)Any changes requested by Purchaser affecting the ordered scope of work must first be reviewed (ii)making available at ABB's facility necessary corrected or replacement programs.ABB shall have by ABB and any resulting adjustments to affected provisions,including price,schedule,and no obligation with respect to any nonconformities resulting from(i)unauthorized modification of the guarantees mutually agreed in writing prior to implementation of the change. Software or(ii)Purchaser-supplied software or interfacing.ABB does not warrant that the functions (b)ABB may,at its expense,make such changes in the Equipment or Services as it deems contained in the software will operate in combinations which may be selected for use by the necessary,in its sole discretion,to conform the Equipment or Services to the applicable Purchaser or that the software products are free from errors in the nature of what is commonly specifications.If Purchaser objects to any such changes,ABB shall be relieved of its obligation to categorized by the computer industry as"bugs". conform to the applicable specifications to the extent that conformance may be affected by such (e)THE FOREGOING WARRANTIES ARE EXCLUSIVE AND IN LIEU OF ALL OTHER objection. WARRANTIES OF QUALITY AND PERFORMANCE,WHETHER WRITTEN,ORAL OR IMPLIED, AND ALL OTHER WARRANTIES INCLUDING ANY IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE OR USAGE OF TRADE ARE 5.Delivery. HEREBY DISCLAIMED.THE REMEDIES STATED HEREIN CONSTITUTE PURCHASER'S (a)All Equipment manufactured,assembled orwarehoused in the continental United States is EXCLUSIVE REMEDIES AND ABB'S ENTIRE LIABILITY FOR ANY BREACH OF WARRANTY. delivered FCA ABB paint of shipment,Incoterms®2020 unless otherwise mutually agreed in writing. Equipment shipped outside the continental United States is delivered FCA Incoterms®2020 United g.Intellectual Property Infringement. States port of export unless otherwise mutually agreed in writing.Purchaser shall be responsible for any and all demurrage or detention charges. (a)ABB shall defend at its own expense any action brought against Purchaser alleging that the (b)If the scheduled delivery of Equipment is delayed by Purchaser or by Force Majeure,ABB may Equipment or the use of the Equipment to practice any process for which such Equipment is move the Equipment to storage for the account of and at the risk of Purchaser whereupon it shall be specified by ABB(a"Process")directly infringes a patent in effect in the United States;an European deemed to be delivered. Union member state or the country of the Site(provided there is a corresponding patent issued by (c)Shipping and delivery dates are contingent upon Purchaser's timely approvals and delivery by the U.S.,UK or an EU member state),or any copyright or trademark registered in the country of the Purchaser of any documentation required for ABB's performance hereunder. Site and to pay all damages and costs finally awarded in any such action,provided that Purchaser (d)Claims for shortages or other errors in delivery must be made in writing to ABB within ten(10) has given ABB prompt written notice of such action all necessary assistance in the defense thereof days of delivery.Equipment may not be returned except with the prior written consent of and subject and the right to control all aspects of the defense thereof including the right to settle or otherwise to terms specified by ABB.Claims for damage after delivery shall be made directly by Purchaser terminate such action in behalf of Purchaser. with the common carrier. (b)ABB shall have no obligation hereunder and this provision shall not apply to:(i)any other 6.Title&Risk of Loss. equipment or processes;including Equipment or Processes which have been modified or combined Except with respect to Software(for which title shall not pass,use being licensed)title to Equipment with other equipment or process not supplied by ABB,(ii)any Equipment or Process supplied shall transfer to Purchaser upon delivery according to the applicable freight term.Notwithstanding according to a design,other than an ABB design,required by Purchaser,(iii)any products any agreement with respect to delivery terms or payment of transportation charges;risk of loss or manufactured by the Equipment or Process;(iv)any use of the Equipment or Process contrary to damage with respect to the sale of Equipment shall pass from ABB to Purchaser at delivery as ABB instructions,(v)any patent issued after the date hereof,or(vi)any action settled or otherwise defined in this Agreement.With respect to a purchase order that obligates ABB to complete the terminated without the prior written consent of ABB. KWIA - GATE 8 PCO I U3A-00038869 page 8 0.1519 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D (c)If,in any such action,the Equipment is held to constitute an infringement,or the practice of any (b)ABB shall maintain all right,title and interest in any Technology and Intellectual Property Rights Process using the Equipment is finally enjoined,ABB shall;at its option and its own expense, that ABB owned,created,conceived or discovered prior to entering into this Agreement,or owns, procure for Purchaser the right to continue using said Equipment,or modify or replace it with non- creates or discovers separately from the activities contemplated by this Agreement.Unless infringing equipment or,with Purchaser's assistance;modify the Process so that it becomes non- otherwise agreed in writing by ABB and Purchaser.ABB shall have all right,title and interest in any infringing;or remove it and refund the portion of the price allocable to the infringing Equipment.THE Technology and Intellectual Property Rights that ABB creates,conceives or discovers in furtherance FOREGOING PARAGRAPHS STATE THE EXCLUSIVE LIABILITY OF ABB AND EQUIPMENT of this Agreement;and ABB shall have all right,title and interest in any Technology and Intellectual MANUFACTURER FOR ANY INTELLECTUAL PROPERTY INFRINGEMENT. Property Rights embodied in the Equipment and Services.Any design,manufacturing drawings or (d)To the extent that said Equipment or any part thereof is modified by Purchaser,or combined by other information submitted to the Purchaser remains the exclusive property of ABB.Purchaser Purchaser with equipment or processes not furnished hereunder(except to the extent that ABB is a shall not,without ABB's prior written consent,copy or disclose such information to a third party, contributory infringer)or said Equipment or any part thereof is used by Purchaser to perform a unless required by a public information request from a governmental body.Such information shall process not furnished hereunder by ABB or to produce an article;and by reason of said be used solely for the operation or maintenance of the Equipment and rot for any other purpose, modification,combination.performance or production,an action is brought against ABB,Purchaser including the duplication thereof in whole or in part. shall defend and indemnify ABB in the same manner and to the same extent that ABB would be obligated to indemnify Purchaser under this"Intellectual Property Indemnification"provision. 16.Force Majeure. 10.Waiver of Consequential Damages. ABB shall neither be liable for loss,damage,detention or delay nor be deemed to be in default for In no event shall ABB,its suppliers or subcontractors be liable for special indirect,incidental or failure to perform when prevented from doing so by causes beyond its reasonable control including consequential damages,whether in contract,warranty;tort;negligence;strict liability or otherwise, but not limited to acts of war(declared or undeclared),delays attributable to outbreaks,epidemics including,but not limited to,loss of profits or revenue,loss of data,loss of use;lass of use of any of and pandemics(including any variations), the Equipment or any associated equipment,cost of capital,cost of substitute equipment,facilities or services,downtime costs.delays,and claims of customers of the Purchaser or other third parties Acts of God,fire.strike,labor difficulties acts or omissions of any governmental authority or of for any damages. Purchaser compliance with government regulations,insurrection or riot embargo,delays or shortages in transportation or inability to obtain necessary labor,materials,or manufacturing 11.Limitation of Liability. facilities from usual sources or from defects or delays in the performance of its suppliers or (a)ABB's aggregate liability for all claims whether in contract,warranty.tort.negligence,strict subcontractors due to any of the foregoing enumerated causes.In the event of delay due to any liability,or otherwise for any loss or damage arising out of,connected with.or resulting from this such cause,the date of delivery will be extended by period equal to the delay plus a reasonable Agreement or the performance or breach thereof,or from the design,manufacture,sale,delivery, time to resume production,and the price will be adjusted to compensate ABB for such delay. resale,repair,replacement,installation,technical direction of installation,inspection,operation or use of any equipment covered by or furnished under this Agreement,or from any services rendered in connection therewith,shall in no case(except as provided in the section entitled"Intellectual 17.Cancellation. Property Indemnification")exceed the purchase order price. Special order,custom designed,and made-to-order Equipment are non-cancelable and non- (b)All causes of action against ABB arising out of or relating to this Agreement or the performance returnable.Any other purchase order may be cancelled by Purchaser only upon prior written notice or breach hereof shall expire unless brought within one(1)year of the time of accrual thereof. and payment of termination charges as set forth in the cancellation schedule included in the (c)In no event,regardless of cause;shall ABB be liable for penalties or penalty clauses of any Proposal or payment of,including but not limited to,the purchase price of the work performed prior description or for indemnification of Purchaser or others for costs,damages,or expenses arising out to the effective date of notice of termination,the casts identified to the purchase order incurred by of or related to the Equipment and/Services. ABB for work not completed,and all expenses incurred by ABB attributable to the termination,plus (d)The rights and remedies of the parties contained under these terms and conditions shall be sole a fixed sum of ten(10)percent of the final total price to compensate for disruption in scheduling, and exclusive. planned production and other indirect casts. 12.Laws and Regulations. 18.Termination. ABB does not assume any responsibility for compliance with federal,state or local laws and (a)No termination by Purchaser for material default shall be effective unless,within fifteen(15)days regulations,except as expressly set forth herein,and compliance with any laws and regulations after receipt by ABB of Purchaser's written notice specifying such default,ABB shall have failed to relating to the operation or use of the Equipment or Software is the sale responsibility of the initiate and pursue with due diligence correction of such specified default. Purchaser.All laws and regulations referenced herein shall be those in effect as of the Proposal (b)If the event of termination for a material default,ABB shall reimburse Purchaser the difference date.In the event of any subsequent revisions or changes thereto,ABB assumes no responsibility between that portion of the Agreement price allocable to the terminated scope and the actual for compliance therewith.If Purchaser desires a modification as a result of any such change or amounts reasonably incurred by Purchaser to complete that scope,and Purchaser shall pay to ABB revision,it shall be treated as a change per Article 4.Nothing contained herein shall be construed as the portion of the Agreement price allocable to Equipment completed and any amounts due for imposing responsibility or liability upon ABB for obtaining any permits;licenses or approvals from Services performed before the effective date of termination. any agency required in connection with the supply.erection or operation of the Equipment.This (c)ABB may terminate the Agreement(or any affected portion thereof)immediately for cause if Agreement shall in all respects be governed by,and construed;interpreted and enforced in Purchaser becomes insolvent/bankrupt,or materially breaches the Agreement including,but not accordance with the laws of the State of New York.USA,excluding its conflicts of laws rules and the limited to.failure or delay in Purchaser making any payment when due,or fulfilling any payment provisions of the United Nations Convention on Contracts for the International Sale of Goods,and conditions. both parties hereby agree that any litigation concerning,arising out of,or related to this Agreement. whether claims are based on contract,tort,equity or otherwise,shall be conducted only in the state or federal courts functioning in the State of New York,Manhattan County and waive the defense of 19.Export Control. an inconvenient forum in respect to any such litigation.If any provision hereof,partly or completely, (a)The following definitions apply to this Articlel9: shall be held invalid or unenforceable;such invalidity or unenforceability shall not affect any other "Trade Control Laws"means all applicable trade and economic sanctions laws and regulations, provision or portion hereof and these terms shall be construed as if such invalid or unenforceable specifically including but not limited to the U.S.International Traffic in Arms Regulations("ITAR") 22 provision or portion thereof had never existed. C.F.R.120 at seq.;the Export Administration Regulations("EAR"),15 C.F.R.730-774,the Foreign Assets Control Regulations("FACR"),31 C.F.R.500-598,the Foreign Trade Regulations("FTR"), 15 C.F.R.30-199;and,any administrative or regulatory decisions or guidelines adopted pursuant to 13.OSHA. Trade Control Laws. ABB warrants that the Equipment will comply with the relevant standards of the Occupational Safety "Purchaser Entities"means Purchaser's officers,directors employees,parent company, and Health Act of 1970("OSHA")and the regulations promulgated thereunder as of the date of the subsidiaries and other affiliates,and if f the Equipment,Software and/or Services are subject to Proposal.Upon prompt written notice from the Purchaser of a breach of this warranty,ABB will resale or other distribution.Purchaser's customers and end-users of the same. replace the affected part or modify it so that it conforms to such standard or regulation.ABB's (b)Purchaser shall comply in all respects with Trade Control laws and shall not export re-export. obligation shall be limited to such replacement or modification.In no evert shall ABB be responsible transfer,disclose or otherwise provide or make accessible the Equipment,Software,data or other for liability arising out of the violation of any OSHA standards relating to or caused by Purchaser's information provided to Purchaser by ABB hereunder,to any non-U.S.person or entity(including design,location,operation;or maintenance of the Equipment,its use in association with other Purchaser's dual and/or third-country national employees or third party contractors)without first equipment of Purchaser,or the alteration of the Equipment by any party other than ABB. complying with all requirements of the applicable Trade Control Laws.If Purchaser is a U.S.entity and is engaged in the business of either exporting or manufacturing(whether exporting or not) Defense Articles or furnishing Defense Services as defined in the ITAR,Purchaser represents that it 14.Software License.(a)ABB owns all rights in or has the right to sublicense all of the Software,if shall maintain an active registration with the U.S.Department of Slate's Directorate of Defense any,to be delivered to Purchaser under this Agreement.As part of the sale made hereunder Trade Controls("DDTC"),as required by the ITAR.throughout the performance of this Contract,and Purchaser hereby obtains a limited license to use the Software.subject to the following:(i)the that it maintains an effective export and impart compliance program in accordance with the ITAR.If Software may be used only in conjunction with equipment specified by ABB;(ii)the Software shall be Purchaser is a U.S.entity and will export ABB's Equipment,Software.and/or data,Purchaser will be kept strictly confidential;(iii)the Software shall not be copied,reverse engineered,or modified;(iv) considered an exporter within the meaning of the U.S.export regulations.Therefore.ABB should the Purchaser's right to use the Software shall terminate immediately when the specified equipment not be listed as the exporter or U.S.Principal Party in Interest("USPPI")on any documentation or is no longer used by the Purchaser or when otherwise terminated,e.g.for breach,hereunder,and filings relating to any export.Purchaser acknowledges it's acting on its own behalf and not as ABB's (v)the rights to use the Software are non-exclusive and non-transferable,except with ABB's prior agent for export or any other purposes. written consent. (c)Purchaser represents and warrants that the Equipment,Software and Services provided (b)Nothing in this Agreement shall be deemed to convey to Purchaser any title to or ownership in hereunder and the""direct product""thereof are intended for civil use only and will not be used, the Software or the intellectual property contained therein in whole or in part;nor to designate the directly or indirectly.,for the production of chemical or biological weapons or of precursor chemicals Software a"work made for hire"under the Copyright Act,nor to confer upon any person who is not a for such weapons;or for any direct or indirect nuclear end use or any other end use prohibited by named party to this Agreement any right or remedy under or by reason of this Agreement.In the Trade Control Laws. event of termination of this License,Purchaser shall immediately cease using the Software and, (d)Purchaser represents and warrants that:(1)neither Purchaser nor any Purchaser Entity is without retaining any copies,notes or excerpts thereof,return to ABB the Software and all copies included on any of the restricted party lists maintained by the U.S.Government,including the thereof and shall remove all machine-readable Software from all of Purchaser's storage media. Specially Designated Nationals List administered by the U.S.Treasury Department's Office of Foreign Assets Control("OFAC"),Denied Parties List.Unverified List or Entity List maintained by the . U.S.Commerce Department's Bureau of Industry and Security("BIS"),or the List of Statutorily 15 Intellectual Property,Inventions and Information. 15 Intellectual Property Rights"means all current and future rights in copyrights,trade secrets, Debarred Parties maintained by the U.S.State Department's Directorate of Defense Trade Controls, trademarks,mask works,patents,design rights,trade dress,and any other intellectual property listed,the ITAR rights that may exist anywhere in the world,including,in each case whether unregistered.registered designated by thee Restricted Parties List,or the consolidated list of asset freeze targets United Nations,European Union,and United States or any similar list maintained nit or comprising an application for registration.and all rights and farms of protection of a similar nature by the European Union or or having equivalent or similar effect to any of the foregoing."Technology"means all inventions, discoveries,ideas,concepts,methods,code,executables;manufacturing processes unique compositions,mask works,designs,marks,and works of authorship fixed in the medium of expression,and materials pertaining to any of the preceding,whether or not patentable, copyrightable or subject to other forms of protection. KWIA - GATE 8 PCO I U3A-00038869 page 9 0.1520 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D European member state(collectively"Restricted Parties List"),and(2)no entity or person listed on health safety,security and environmental requirements and procedures.Without limiting the Restricted Parties List(or owned directly or indirectly:in whole or in part,by an entity or person Purchaser's responsibilities hereunder.ABB has the right but not the obligation to,from time to time, on the Restricted Parties List)has any property,financial or other interest in the Equipment, review audit and inspect applicable health,safety,security and environmental documentation, Software or Services,and that the same shall not be transferred,reexported,disclosed to or procedures and conditions at the Site. otherwise provided to an entity or person on the Restricted Parties List.Purchaser shall notify ABB (c)If;in ABB's reasonable opinion,the health,safety,or security of personnel or the Site is,or is immediately if Purchaser or a Purchaser Entity becomes listed on the Restricted Party List. likely to be,imperiled by security risks,the presence of or threat of exposure to Hazardous (e)Purchaser shall notify ABB immediately upon awareness of any breach or suspected breach of Materials,or unsafe working conditions.ABB may,in addition to other rights or remedies available this Article 19.Any violation of Purchaser's obligations under this Article 19 is a material breach of to it,remove some or all of its personnel from Site,suspend performance of all or any part of the this Agreement and ABB reserves the right to terminate the Agreement immediately upon written purchase order and/or remotely perform or supervise work.Any such occurrence shall be notice for Purchaser's default.Purchaser shall indemnify,defend and hold harmless ABB,its considered a Force Majeure event.Purchaser shall reasonably assist in ensuring the safe departure officers,directors,employees,agents,affiliates,successors,and permitted assigns from and of personnel from the Site. against all claims,causes of action,damages,liabilities,and expenses,including attorney's fees (d)Purchaser shall not require or permit ABB's personnel to operate Purchaser's equipment at Site. arising from Purchaser's breach of this Article 19 and any resulting termination of this Agreement. (e)Purchaser will make its Site medical facilities and resources reasonably available to ABB (f)If agreed to by the Parties pursuant to a written statement of work or elsewhere in this personnel who need medical attention. Agreement,ABB shall file for a U.S.export license.but only after appropriate documentation for the (f)ABB has no responsibility or liability for the pre-existing condition of Purchaser's equipment or the license application has been provided by Purchaser.Purchaser shall furnish such documentation Site which is the sale responsibility of Purchaser.Prior to ABB starting any work at Site,Purchaser within a reasonable time after purchase order acceptance.Any delay in obtaining such license shall will provide documentation that identifies the presence and condition of any Hazardous Materials suspend performance of this Agreement by ABB.If an export license is not granted or,if once existing in or about Purchaser's equipment or the Site that ABB may encounter while performing granted,is thereafter revoked or modified by the appropriate authorities;this Agreement may be under this Agreement.The provision of such documentation shall in no way release Purchaser from canceled by ABB without liability for damages of any kind resulting from such cancellation.At ABB's its responsibility for said conditions.Purchaser shall disclose to ABB industrial hygiene and request,Purchaser shall provide to ABB a Letter of Assurance and End-User Statement in a farm environmental monitoring data regarding conditions that may affect ABB's work or personnel at the reasonably satisfactory to ABB. Site.Purchaser shall keep ABB informed of changes in any such conditions. (g)When applicable,the party considered the exporter of the Equipment,Software,Services and/or (g)ABB shall promptly notify Purchaser if ABB becomes aware of:(i)conditions at the Site differing data,will apply for the export license in compliance with all applicable Trade Control Laws.If ABB is materially from those disclosed by Purchaser,or(ii)previously unknown physical conditions at Site the applicant of the export license,the Purchaser agrees to immediately provide all the necessary differing materially from those ordinarily encountered and generally recognized as inherent in work information and documentation(i.e.End-User/End-Use Certificate and Letter of Assurance)required of the character provided for in the Agreement.If any such conditions cause an increase in ABB's to apply for the license.If an export license is denied or revoked the applicant must notify the other cost of,or the time required for,performance of any part of the work under the Agreement,an party immediately and this Agreement may be terminated by ABB without liability for damages of equitable adjustment in price and schedule shall be made. any kind resulting from such termination. (h)If ABB encounters Hazardous Materials in Purchaser's equipment or at the Site that require special handling or disposal.ABB is not obligated to continue work affected by the hazardous conditions.In such an event,Purchaser shall at its sole cost and expense eliminate the hazardous 20.Bribery and Corruption. conditions in accordance with applicable laws and regulations so that ABB's work under the (a)Purchaser hereby warrants that it will not,directly or indirectly;and it has no knowledge that Agreement may safely proceed;and ABB shall be entitled to an equitable adjustment of the price other persons will,directly or indirectly,make any payment,gift or other commitment to its and schedule to compensate for any increase in ABB's cost of,or time required for,performance of customers,to government officials or to agents,directors and employees of Seller or any other party any part of the work.Purchaser shall properly store,transport and dispose of all Hazardous in a manner contrary to applicable laws(including but not limited to the Corruption of Foreign Public Materials introduced.produced or generated in the course of ABB's work at the Site. Officials Act(Canada),the Foreign Corrupt Practices Act(United States)and,where applicable, (i)Purchaser shall indemnify ABB for any and all claims,damages,losses,and expenses arising out legislation enacted by member States and signatories implementing the OECD Convention of or relating to any Hazardous Materials which are or were(i)present in or about Purchaser's Combating Bribery of Foreign Officials)and shall comply with all relevant laws,regulations, equipment or the Site prior to the commencement of ABB's work,(ii)improperly handled or disposed ordinances and rules regarding bribery and corruption. of by Purchaser or Purchaser's employees,agents,contractors or subcontractors,or(iii)brought, (b)Nothing hereunder shall render Seller liable to reimburse Purchaser for any such consideration generated,produced or released on Site by parties other than ABB. given or promised. (c)Purchaser's material violation of any of the obligations contained in Article 20(a)above may be considered by Seller to be a material breach hereunder and shall entitle Seller to terminate this 25.Confidentiality. agreement with immediate effect and without prejudice to any further right or remedies on the part of a)ABB and Purchaser(as to information disclosed,the"Disclosing Party")may each provide the Seller hereunder or applicable law.Purchaser shall indemnify Seller for all liabilities,damages costs other party(as to information received.the"Receiving Party")with Confidential Information in or expenses incurred as a result of any such violation of the above-mentioned obligations and connection with this Agreement."Confidential Information"means(a)information that is designated termination of this agreement. in writing as"confidential"or"proprietary"by Disclosing Party at the time of written disclosure,and (d)Purchaser understands that Seller's Code of Conduct is available for consultation online at (b)information that is orally designated as"confidential"or"proprietary"by Disclosing Party at the http://www.abb.com/integrity.Purchaser agrees to perform its contractual obligations hereunder with time of oral or visual disclosure and is confirmed to be"confidential"or"proprietary"in writing within substantially similar standards of ethical behavior as those found in Supplier's Code of Conduct. fifteen(15)days after the oral or visual disclosure.In addition,prices for Products and Services shall (e)Seller has established the following reporting channels where Purchaser and its employees may be considered ABB's Confidential Information. report suspected violations of applicable laws,policies or standards of conduct: (b)Receiving Party agrees:(i)to use the Confidential Information only in connection with the Web portal:www.abb.com/integrity Agreement and use of Products and Services,(ii)to take reasonable measures to prevent Telephone:number specified on the above Web portal disclosure of the Confidential Information to third parties,and(iii)not to disclose the Confidential Mail:address specified on the above Web portal Information to a competitor of Disclosing Party.Notwithstanding these restrictions each party shall permit access to the other's Confidential Information only to its employees who:(i)reasonably require access to Confidential Information for purposes approved by this Agreement,and(ii)have 21.Assignment. undertaken a binding obligation of confidentiality with respect to the confidential information of Any assignment of this Agreement or of any rights or obligations under the Agreement without prior others entrusted to him or her,and(iii)have been apprised of the confidentiality obligations written consent of ABB shall be void. hereunder.ABB may disclose Confidential Information to its affiliates and subcontractors in connection with performance of the purchase order.A Receiving Party may only disclose 22.Nuclear. Confidential Information to any other third party with the prior written permission of Disclosing Party, Equipment and Services sold hereunder are not intended for use in connection with any nuclear and in each case,only so long as the Receiving Party obtains a non-disclosure commitment from facility or activity,and Purchaser warrants that it shall not use or permit others to use Equipment or any such third party that prohibits disclosure of the Confidential Information and provided further that Services for such purposes,without the advance written consent of ABB.If,in breach of this,any the Receiving Party remains responsible for any unauthorized use or disclosure of the Confidential such use occurs,ABB(and its parent,affiliates;suppliers and subcontractors)disclaims all liability Information.Receiving Party shall upon request return to Disclosing Party or destroy all copies of for any nuclear or other damage,injury or contamination,including without limitation any physical Confidential Information except to the extent that a specific provision of the Agreement entitles damage to a nuclear facility itself,resulting from a nuclear incident and,in addition to any other Receiving Party to retain an item of Confidential Information.ABB may also retain one archive copy rights of ABB,Purchaser shall indemnify and hold ABB(and its parent,affiliates,suppliers and of Purchaser's Confidential Information. subcontractors)harmless against all such liability including,but not limited to,any physical damage (c)The obligations under this Article 25 shall not apply to any portion of the Confidential Information to the nuclear facility or surrounding properties,if any.Consent of ABB to any such use,if any,will that:(i)is or becomes generally available to the public other than as a result of disclosure by be conditioned upon additional terms and conditions that ABB determines to be acceptable for Receiving Party.its representatives or its affiliates;(ii)is or becomes available to Receiving Party an protection against nuclear liability including but not limited to the requirement that the Purchaser a non-confidential basis from a source other than Disclosing Party when the source is not,to the liability and property best of Receiving Party's knowledge,subject to a confidentiality obligation to Disclosing Party,(iii)is and/or its end user customer shall have complete insurance protection against damage including without limitation physical damage to a nuclear facility itself liability any surrounding independently developed by Receiving Party,its representatives or affiliates,without reference to properties,if any,resulting from io nuclear incident and shall indemnify ABB.its subcontractors, the Confidential Information;(iv)is required to be disclosed by law or valid legal process provided suppliers and vendors against all claims resulting from a nuclear incident including;but not limited that the Receiving Party intending to make disclosure in response to such requirements or process to,any physical damage to the nuclear facility. shall promptly notify the Disclosing Party in advance of such disclosure and reasonably cooperate in attempts to maintain the confidentiality of the Confidential Information. (d)As to any individual item of Confidential Information the restrictions under this Article 25 shall 23.Resale. expire five(5)years after the dale of disclosure.This Article 25 does not supersede any separate If Purchaser resells any of the Equipment or Services,the sale terms shall limit ABB's liability to the confidentiality or nondisclosure agreement signed by the parties. buyer to the same extent that ABB's liability to Purchaser is limited hereunder.Additionally,if the end-user intends to use the Equipment or Services in connection with any nuclear facility or activity. 26.Non-Survival. the Purchaser shall require the end-user comply with the financial requirements under Price- The following Articles shall not survive termination or cancellation of this Agreement:5,7,8,17 and Anderson Act(PAA)and secure a written release of liability which flows from the end-user to the 18.All other Articles shall survive the termination or cancellation of the Agreement. benefit of ABB. 24.Environmental,Health and Safety Matters. (a)Purchaser shall be obligated to maintain safe working conditions at its facility or location(the "Site"),including the implementing of appropriate procedures regarding Hazardous Materials, confined space entry,and energization and de-energization of power systems(electrical. mechanical and hydraulic)using safe and effective lock-out/tag-out("LOTO")procedures including physical LOTO or a mutually agreed upon alternative method. (b)Purchaser shall immediately advise ABB in writing of all applicable Site-specific KWIA - GATE 8 PCO U3A-00038869 page 10 0.1521 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D 27.Entire Agreement. This Agreement constitutes the entire agreement between ABB and Purchaser.There are no agreements,understandings;restrictions,warranties,or representations between ABB and Purchaser other than those set forth herein or herein provided.As stated in Article 1 of this Agreement,ABB's Proposal.Policies.Addendum(s),if any,submitted to Purchaser,shall control over any conflicting terms.ABB specifically rejects any exceptions to this Agreement,Proposals, Polices,and/or Addendum(s)on the face of any purchase order.Purchaser shall advise ABB in writing of all conflicts,errors,omissions,or discrepancies among the Proposal.Policies, Addendum(s)and this Agreement immediately upon discovery.This Agreement shall supersede any standard,preprinted terms and conditions that are automatically attached to purchase orders issued by Purchaser. 28.US Government Contracts. This Article 28 applies only if the Agreement is for the direct or indirect sale,or is funded in whole or in part by,an agency of the U.S.federal government,or a state government,or any other U.S.government instrumentality or political subdivision(collectively"U.S.government entity"). Unless otherwise expressly stated and specifically agreed in ABB's Proposal: (a)Purchaser agrees that: (i)all Equipment,Software,and Services provided by ABB meet the definition of"Commercial-off- the-shelf'("COTS")or"commercial product"or"commercial service"or"commercial computer software"as those terms are defined in Federal Acquisition Regulation("FAR")2.101. (ii)ABB technical data and computer software are developed at ABB's private expense and not in performance of the Agreement.ABB retains ownership and proprietary rights in all technical data and computer software provided to Purchaser under the Agreement and under a U.S.Government contract or subcontract.Neither the Purchaser,the U.S.Government nor any higher-tier contractor under a U.S.Goverrment contract will obtain any rights in ABB technical data or computer software beyond the rights provided under ABB's standard commercial licenses consistent with FAR 12.211 and 12.212. (iii)to the extent the Buy American Act(41 U.S.C.§§8301—8305,as amended),Trade Agreements Act(19 U.S.G.§§2501—2581,as amended),Build America,Buy America(Pub.L.117-58, December 29,2022,as amended)or other domestic preference requirements are applicable to this Agreement,the country of origin of Equipment or Software is unknown. (iv)the version of any applicable FAR clause listed in this Article 28 shall be the one in effect on the effective date of this Agreement. (b)If Purchaser is an agency of the U.S.Government,then as permitted by FAR 12.302,Purchaser agrees that: (i)all paragraphs of FAR 52.212-4(except those listed in 12.302(b))are replaced with these Terms and Conditions. (ii)only the clauses identified in FAR 52.2125 apply and only to the extent applicable for sale of COTS and/or commercial products and/or commercial services and as appropriate for the purchase order price. (iii)any Services offered by ABB are exempt from the Service Contract Act of 1965(41 U.S.G.§§ 6701-6707,as amended). (iv)all other U.S.Government agency contract provisions are rejected. (c)If Purchaser is procuring as a contractor,or subcontractor at any tier,on behalf of an agency of a U.S.government entity,then Purchaser agrees that: (i)only the clauses identified in FAR 52.212-5(e)(1)or 52.244-6(c)(1)(whichever is applicable)apply and only to the extent applicable for sale of COTS and/or commercial products and/or services and as appropriate for the purchase order price. (ii)Purchaser shall notify ABB prior to transmitting any Controlled Unclassified Information("CUI")to ABB,and only upon written authorization by ABB may Purchaser transmit CUI to ABB.Purchaser shall transmit CUI to ABB in accordance with applicable CUI safeguarding and/or dissemination authority requirements. (iii)prevailing wage and related public works labor and employment laws or regulations are not applicable to ABB's services offered in the Proposal. (iv)Purchaser is solely responsible for its obligations to its customer(s),including validating that ABB's Proposal fulfills Purchaser's U.S.Government contracting obligations,if any.To the extent the terms and conditions of Purchasers customer contract(s)are different from the terms and conditions of this Agreement,Purchaser shall defend,indemnify and hold ABB harmless from and against all losses,liabilities,cost,expense(including attorney's fees and expenses of litigation and/or settlement),damages allegations,claims,causes of action and judgments resulting from such difference.In no event will Purchaser withhold payment due to ABB for any dispute or liability incurred between Purchaser and its customer(s). 29.Data Protection. (a)The parties agree that the protection of Personal Data is very important.If Purchaser discloses Personal Data to ABB,ABB shall comply with all applicable data protection laws and regulations. Purchaser shall comply with all applicable data protection laws and regulations in respect of any Personal Data it receives from ABB in the course of receiving the Equipment or Services. (b)The parties agree that neither will withhold or delay its consent to any changes to this clause which are required to be made in order to comply with applicable data protection laws and regulations and/or with guidelines and order from any competent supervisory authority,and their application to the Equipment or Services from time to time,and agrees to implement any such changes at no additional cost to the other party. (c)The parties acknowledge that the processing of Personal Data in accordance with this purchase order may require the conclusion of additional data processing agreements or additional data protection agreements.If and to the extent such additional data processing agreements or additional data protection agreements are not initially concluded as part of the purchase order,the parties shall,and shall ensure that their relevant affiliates or subcontractors shall,upon the others request promptly enter into any such agreement with an affiliate;as designated by the other party and as required by mandatory law or a competent data protection or other competent authority. KWIA - GATE 8 PCO I U3A-00038869 page 11 0.1522 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D QUOTE#SQ197462-01 KEY WEST INTERNATIONAL AIRPORT CONCOURSE A&TERMINAL Date: 5/9/2024 4:16 PM IMPROVEMENTS kJJ 3II 'JI VII���°l�iIPII II 6250 Coral Ridge Dr Suite 200 S E S C 0 Coral Springs FL 33076 L j G j jµ j P 954-474-9888 I F: 954-474-9773 "If there is a problem with a SESCO product that you specified or we supplied,we will fix it...PERIOD" To: Job/Project Name: Florida Keys Electric KEY WEST INTERNATIONAL AIRPORT CONCOURSE 905 OVERSEAS HIGHWAY A &TERMINAL IMPROVEMENTS KEY WEST FL 33040 Contractor: Bid Date: Location: Florida Keys Electric KEY WEST, FL Specifiers: Contact Name: Type: MCFARLAND JOHNSON MEAD&HUNT, INC Remarks: ADDED GATE 8- CHANGE TO CONCOURSE LIGHTING Qty Type Mfg Description Price 2 132E TRULYG 882440-35-LF-/TGS-15W-INT 3 P1 SESCO ZANEEN ACQUA D39001+D39003+D3005+D39007 4 P2 SESCO ZANEEN ACQUA D39001+D39003+D3005+D39007 1 Y2 LCDOAN VSB-2-1 W27-35-80-VAR-DM-OP-LG-TP-65-FH-IMS CHANGES IN BOM&QUANTITIES WILL REQUIRE A RE-QUOTE TOTAL: $48,999.99 Prices Firm for Entry By: Lead Time: 30 Days Varies by Mfg Printed By: Email: Date: Janet Coley jcoleyCsescolighting.com 5/9/2024 > Price per BOM only > Complete quote must be used;no partials > Spare material,allowances,dimmers and sales tax NOT included unless noted > Prices include standard finishes only unless noted > Lamps are not included unless noted(This does not apply to fixtures with internal LED diodes) > Pole wind load calculations do not include structural base engineering > Project may include SESCO start-up services which consist of programming,testing,end user training and system configuration back up. These services are required for manufacturers warranty. To ensure this warranty,SESCO start-up costs are non-refundable > All warranties as per manufacturers terms > All shipments FOB origin > Deposits may be required as noted at time of breakdown > Quotation valid 30 days > Hold for Release orders do not secure project pricing but may be required for factory drawings > Additional costs will be charged to ship the Anchor Bolts and Template out ahead of time Page: 1 of 1 1523 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Gate#8(EPEP&EL1EL1 PBB,PCA,GPU $ 169,060.13 RTU(S) $ 202,017.17 GEAR $ 70,773.97 LIGHTING-SESCO $ 71,054.48 RECEPTACLE(S) $ 18,895.69 Gate#8- Hy-Tech(EY&ES) PROPOSAL $ 81,986.06 CCTV- IN F RA $ 68,281.90 PAGING SYSTEM- INFRA $ 9,524.76 TELECOM - INFRA $ 30,357.64 Gate#8- Hy-Tech(FA) PROPOSAL $ 8,018.00 FIRE ALARM - INFRA $ 2,301.11 TOTAL PROPOSAL: $ 732,270.91 1524 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Job ID: JOB-1576 Project: Gate #8- K.W.I.A. C.O.D. - Gear_REV.1 Bid Summary Report Vendor:TARGET Labor Level: LABOR 1 16 Jan 2025 10:14:20 Tax Rate status: Default Bid Name: FL KEYS ELECTRIC Bid Template: FLORIDA KEYS ELECTRIC, INC. Drawing Phase I Quote Material$ Equip SubGon Labor Hrs FEEDERS 0.00 1.0,036.74 0.00 0.00 104.4.4 DISTRIBUTION EQUIPMENT 26,798.77 0.00 0.00 4.00 25.00 Sheet Totals: 26,798.77 10,03634 0.0'0 0.00 132.44 Tax: 2,009.91 752.7'6 0.00 0.00 Bid Notes: Sub Total (''Quuo/Mat/lEquip,/Suub): 36,835.51 TAX RATES Sales Tax: 2„762.66 Materlat 7.509 ,., Sub Total: 39,598.17 39,598.1.7 Quote:'' 7.5000% Direct Labor$: 22,349.12 Labor: 0.0000% Indirect Labor$: 0.00 Equipment: 7. 000% Labor'Escalation: 0.00 Subcontract: 7.5000% Labor Tax: 0.00 Job: Direct Job Costs(0.00%): 0.00 MMEl 1 NEnUS Avg,.. Lbr. Rate (Cost): 177A8 Prime Dose 61,947.29 Avg. Lbr. Rate (Bid): 1W04 overhead(Avg. 5.00%): 3,097.3E Total Square Feet: 1.00. Net Cost: 65,044.65 Cost Per Sq. F't.: 1': 74,773.97 Labor$Per Sq. Ft..: 22,349A2' Profit(Avg. 5.I00%): 3,252.23 Labor Hrs Per 54 Ft..: 132.44 Job Tax: 0.00 Quantity of Units: 1,00 Bond(3.501D0%): 2,477.09 Cost Per Unit:: 70,773.97 Lump Sum: 0.00 Calc,Adjustment: O. o% Selling Price: 70,773.97 .. yH m � " y� _�: � K. 90 J��• d�U . I ircu �17 IIII.Iln ul ' 1I5 OQ:r pI.D".,fin'"'J y wos' II II 3()401' W' t� www II n IKcr,.11 flaDa;'gH1 .coii100 11 ,t„ II. of p. 1525 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Bid Summary Sheet: Gate #8- K.W.I.A. C.O.D. - Gear—REV.1 16 Jan 2025 10:14AM LABOR ADJUST ESTIMATED HOURS ELECTRICAL MACHINE I OW Labor Class 4 Labor Class 5 Labor Class 6 LaloDir Class 7 Labor Class 8 Labor Class 9 Labor Class QPFRATQA V01 TAGF 1n REGULAR 132.44 OVERTIME -- SHIFT-2 SHIFT-3 DOUBLE TIME ESTIMATED HOURS: 132A4 LOSS LBR AD]: CALCULATED HRS REGULAR -- OVERTIME 132.44 SHIFT-2 -- SHIFT-3 DOUBLE TIME -- !TOTAL ADJ LABOR: 132.44 ITOTAL ADJUSTED LABOR HOURS: 132.44 DIRECT LABOR Labor Class Job Description Labor Type Crew Rate Man Hours Extension ELECTRICAL JOURNEYMEN REGULAR 1 $125.00 0.00 $0.20 JOURNEYMEN OVERTIME 1 $187.50 66.22 $12,416.00 APPRENTICE 1 REGULAR 0 $100.00 0.00 $0.16 APPRENTICE I OVERTIME 1 $150.00 66.22 $9,932.75 AVERAGE DIRECT LABOR RATE: $168.74 TOTAL DIRECT LABOR: INDIRECT LABOR Labor Description Hours l Rate l Ext$ ITOTAL INDIRECT LABOR- DIRECT LABOR TOTAL: 22,349.12 INDIRECT LABOR TOTAL: 0.00 LABOR ESCALATION: 0.00 LABOR$ADJUSTMENT: 0.00 LABOR TAX: 0.00 ILABOR TOTAL: $22,349.12 MATERIAL: 10,036.74 MATERIAL ESCALATION: 0.00 MATERIAL ADJUSTMENT: 0.00 MATERIAL TAX: 752,76 MATERIAL TOTAL: $10,789.49 QUOTES Component IVendor I Amount SWITCHGEAR 26,798.77 11:1oildck) Keys l l 905 Ov,���ii scas 11 fitfl iiw�::iy 1111!11111,oin �� 305.290 11,11,JDY wcs , R 330 K WellxI www l jj<cysll::Icd� l coll Golill A 5011walic,"S1 StQ1,11,; 1526 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Bid Summary Sheet: Gate #8- K.W.I.A. C.O.D. - Gear—REV.1 16 Jan 2025 10.14AM QUOTED MATERIAL: 26,798.77 ADJUSTMENT: 0.00 QUOTIE TAX: 2,00'9.91 QUOTED MATERIAL TOTAL: $28,808.68 SUBCONTRACTS Component IVendor Amount I SUBCONTRACTS: 0.00 ADJUSTMENT: 0.00 SUBCONTRACT TAX; 0.00 SUBCONTRACTS TOTAL: $0.00 EQUIPMENT Compon nt lVendor Amount EQUIPMENT: 0.00 ADJUSTMENT: 0.00 EQUIPMENT TAX: 0.00 EQUIPMENT TOTAL: $0.00 DIRECT JOB COSTS Description Dollars DIRECT JOB COSTS. 0.00 ADJUSTMENT: 0.00 TOTAL DIRECT JOB COSTS: $0.00 308 COST w/NO OVERHEAD: $61,947.29 OVERHEAD MATERIAL OVERHEAD:(5%markup) 539.47 QUOTES OVERHEAD:(5% markup) 1,440.43 LABOR OVERHEAD:(5% markup) 1,117.46 SUBCONTRACTS OVERHEAD:(5% (markup) 0.00 EQUIPMENT OVERHEAD:(5% markup) 0.00 DIC OVERHEAD:(5% markup) 0.00 TOTAL OVERHEAD: $3,097,36 JOB COST w/OVERHEAD: $65,044.65 .....o�kia Keys 11:::Icc�dc 1111 K. 905 ovell sc�ls 11 fikfl-ilway 1111'Nhoinc� 305 11,1JDY wcs , II II 33()40' Well-x www II::1 cold �A 1527 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Bid Summary Sheet:. Gate #8- K.W.I.A. C.O.D. _ Gear_RE'V.1 1.6 Jan 2025 10:14AM PROFIT MATERIAL PROFIT:(5°r"r; markup) 566.45 QUOTES PROFIT:(5% markup) 1,512.46 LABOR PRCFIT:(5% markup) 1,173.33 SUBCONTRACTS PROFIT:(5% markup) O.00 EQUIPMENT PRDFIT:(5"/o markup) 0.60 DJC PROF'IT:(5% markup) 0.00 TOTAL PROFIT: $3,2 2.23 MISCELLANEOUS JOB TAX: 0.00 BOND: 2,477.09 MISCELLANEOUIS TOTAL: $2,,477,Q9 LUMP SUM LUMP SUM 1: tl 00 LUMP SUM 2: 0.00 LUMP SUM 3: tI 00 LUMP SUM 4: 0.00 LUMP SUM TOTAL: II.tDCi BID TOTAL: $70,,773. 7 l �H m � I��� II _'p:" � Il K. L vell scals II Iia uw aL IIII.Il:um �I5 a I1;a' Y wcs , II II : (KC) W Illl-xI www II n IlK y.11 flaya;'q H1 .coii:n k::1.111111 A 501"1„w alit Ystui is 1528 L +' 0 0 0 0 1t N Ln M M 10 �O N 0 0 0 lt M O O D N U) M M O j N O O ill: O W O O W ri Il LIQ O O LP) N O ri C� OR rn3 O M O O D W N ri ri ri O J,) N 7 ri ri ri M O O J N ri ri L i 4+ O O O Lf) O O O N N O M M M O O O O O O LO 0 0 0 N N N O'E O O O n O 0 0 ri ri to ID to ri 0 0 0 J,) O O I, O O O " ri 0 Q WC) O M W KY ri O O M M M N O O I, B O O M co 7 ri O O N �6 O E M i *-i N i O O O O O (Rlu� ul N O IO V i *-i N * :O (R c J O O O O O O O O O O O O O O O O O O O O O O O O O m r'1 +' O O O t0 N O ri o 7 0 0 0 U) O N ri 0 7 0 t0 N O _ 3 JP O JP 7 n C B O O N O O N JP O 7 I� W O 7 f� O � O co � O O O O N M N 7 n •� 'A ri k0 -i � ri M � ko O O 0 N 41 r� 7 t0 ri M M It �D ri U) O M 1a N ri ri M 7 ri M N J�k +Y IL.V... +_+ O O O In N 0 N ON O I, O O O O M O O O OU-) N O N CP>r O O O O N O O M O O LO 0 0 0 0 N LO O O O N O O M O7 O ,O O O U) M IT O W N ri M N N M U) ri O k0 O M IT O j M O W 7 W O W O i iOi C� N r� O n Ln O M 7 OW O OR O Ip M ko N O O O O O O U) LO N O W O t0 N mM N O O O O O ri 0 `1 y z fC J O O O .n... 0 Z m z ri �i 0 Z 0 z w a CO Z w � w U C O a z p x C7 O p a cl� r a O a yQ = wW0x p a' w V rl O z w W p v> ^ p p, U O Z V O p w w p tlo _ '.........'. a"�"I, V V O 0 ¢ ¢ H 0 0 0 U 2 TI '� O ril w ¢ z z z z `� 2 Om U a 7a o III +0+ A w U z z p wa' U x ¢ m A w `� z z p 82 u 2 I..: a ' C a x O w x x x M �; U �; �i 0 a x O pr a+a p L .i rn 0 U LL 2 1 ri rn 0 U w H a LL > Lw O H m �- p p p p p p 2 2 x U C H C H p p p fJ p a G 2 w w w a a 7C a a a a Z w a 2 w w w a a x a w a 00 LL ¢n 0 ih O pwp L� ko r4 \ W ri ri `L ri x ko r x ko V ) Q1 x ' _ _ r� N N N x r� _ 't N_ O N O O W O O O r\-I ,\-I r\-I W N W to W N N N N M rr I M C+9 M N 0 R a0 V d a Q ¢ ¢ ¢ ¢ ¢ Q ¢ ¢ Q ¢ Q ¢ ¢ ¢ ¢ ¢ W w w w w w w w w w w w w w w w v Y O O O O O O 0 O O O O O O O O O O O O O O O O O O 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O Li Ln 7 O W W C6 Ln 4 4 4 Ln Ln Ji N N N Lf; Ln 4 O O W O U), W It . LO $k O O ri M N N N N I, n Lr) N ri M N N :!I "y fl- Qi O m 41 (� w ILILII > 0 cv a W V, r U LL U) U) O M r4 OM O O OM -t 't M � � N U" U) O M NO I, OM O O "°n•"�` O N Ln O N ri N It M ON O O O N k0 N O f, U') O N ri N It M }1 O O O O O ri ri O O O O O O O O O O O O O O ri ri O O 0 Q1 ri N M t0 kO ko kO kO kO to IN N IN O M V +-i N M t0 �0 to k0 0k0 � �"� ^ M ri ri ri ri ri ri ri ri ri i ri ri w-q r L. > a 1529 0 co 00 0 w o Z w 0 " �O 0 U) 0 N In M rq I11 M 41'A r-: ri 6� H, 6 0', M 6 6 �4 4 ri 6 4 4 o r-: r6 NV 6 C5 6 j ce 0 01 Mn rw rw 4J 0, 0 Q 0 0 0 0 0 rn 0 0 0 rn r) 0 0 0 0 J, T 0 E 0 0 M, 0 0 0 0 0 0 0 %a 0 0 0 �o t14 Lf) 0 0 0 IN N 0 0 U� 'I Cb lz� U� P7 P� � C. 0 0 0 0 0 0 0 0 0 a 0 0 0 0 0 0 0 0 0 0 0 0 0 U) IV9 tt) 0 at U) 74 LO 0 U) 1� 0 1" 0 U) 0 0 0 0 U') 7) �O M: C! Iq m Lo Ln H H co (N LOko H 0 00 0 0 0 0 0 0 0 ko ko IM r-q 0 `N UO Per P, CD 0 01 0 00 0 IN "r m C) 0 H H co 0 0 m 0 0 CDP It 0 0 "r r Ln 0 0 0 0 ko Ln IN 00 IV) 0 0 CF1 Hl (N 0 0 00 0 0 0 It w 0 N Ln 1-1 00 0 00 N M M Ln Ln 1H U) IN 0 0 0 ON N OD OR 1 C� 11. I Va C Ili C� C3 'C."! :� Cr 'i k6 to o ere 00 oo 1 %0 T m Ln CA 0 H Ln N 0 0 0 0 N IS 0 CL J Q F- ox N 0 Fj-) ce 0 V) ao uj w o4 cc iw NNu LLJ u t; H 0 z > LD U) V) 0 0 Z:Dr Ln — CL co LZ u U u u -j D U U R >1M = 6WA uuj �-�- = A v Z z z V u z z C) z w u Lu IF-�? CL VN- F- F- CL 0 0 F- u x (D 0 LD F- > -i In > ILL LU < Lr) 00 0 CIDro A a) CIO LU rq co mq z A X ILL U C; C) N N IN N 00 x PIP Ln V) 1-4 ri 11 0 Ln co OD z co OD N C14 N N 11, IN N N IN IN N N v N r'41 N CT N «H Lr) M- lzr 00 L) 01 'IT L tz tL < co LLL (D a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 T Ln v) Ln N r,4 N 0 0 r4 r4 0 Ln 0 0 NiN o v) o o ko tO %o 0 ko Ln a (D N CN %D N IN N m N N M M 'H 0 t Lu d) 0 CL uj LU 0 LU 0 ko to r, C) G� Ml C� LO Ln LO 04 N It m v m Of U- M IT It M H O'N (N 0 0 �N �JH �v '0 0 N M m J') ko 0 0) 0 0 0 N LA N 0 C) g C) -1 0 C7 r-I 0 0 P, Tt IT 0, 0 D 0 0 o o o o o o o o o 0 4 0 0 0 0 0 0 V) r- 0 rn !I" m (n r, III r4 m M 11- N 0 LO sv %a Vo L) 0 0 1530 U Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Job ID: JOB-1577 Project: Gate #8- K.W.I.A. C.O.D. - Lighting (Sesco)_REV.1 Bid Summary Report Vendor: (TARGET Labor Level: LABOR 1 16 Jan 2025 14:18:29 Tax Rate status: Default Bid Name: FL KEYS ELECTRIC Bid Template: FLORIDA KEYS ELECTRIC, INC. Drawing Phase I Quote Materials$ Equip SubGon Labor Hrs FIXTURES 48,999.99 244.31 0.00 0.00 54.85 Sheet Totals: 48,999.99 244.31 OM 0.00 54.85 Tax: 3,675,00 18,32 0.00 0.00 Bid Votes: Sub Total (Quo/Meat/Equip/Sub): 49,244.30 TAX RATES Sales Tax: 3,693.32 Material 7.5000%1 Sub Total'.. 52,937.62 52,937.62 Quote:: 7.5000% Direct Labor$: 9,255.19 Labor: 0•0000% Indirect Labor$: 0.00 Equipment.: 7.5000% Labor Escalation: 0.00 Subcontract; 7.5000% Labor Tax: 0 00' 0.0000% Direct Job Costs(0.00%): 0.00 MMELLANEQU Avg,. Lbr. Rate (Cost): 177A9 Prime Cost: 62,192.81 Avg,. Lbr. Rate (Bid): 186.05 Overhead)(Avg. 5.00%): 3,109.64 Total Square Feet: 1.00 Net Cost: 65,302.45 Cost Per Sq. Ft.: 71,054.48 Labor Per Sq. Ft..: 9,255.19 Profit(Avq. 5.00%): 3,265.1.2 Labor Hrs Per Sq. Ft.: 4.8 Job Tax: 0.00 Quantity of Units: 1.00 Bond(3.5�DC}0%): Cost Per Unit: 71,054A8 Lump Sum: Calc,Adjustment:. o.Oo�i'o Selling Price: 71,054.48 11:1oH k a IKeys II a_'a'p:u"mc Ilu K. 905 ovell sc„ls Il ilia„Il uw a7 (III IIIlnnoull 305 "'J y wos' II II : ()40i� W' Ill-TII www II n IKcr,.11 flaDa;'gH: n .coii100 1531 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Bid Summary Sheet: Gate #8- K.W.I.A. C.O.D. - Lighting (Sesco)—REV.1 16 Jan 2025 2:18PM LABOR ADJUST ESTIMATED HOURS ELECTRICAL MACHINE I OW Labor Class 4 Labor Class 5 Labor Class 6 LaloDir Class 7 Labor Class 8 Labor Class 9 Labor Class QPFRATQA V01 TA(-,F 1n REGULAR 54.85 OVERTIME -- SHIFT-2 SHIFT-3 DOUBLE TIME -- ESTIMATED HOURS: 54.85 LOSS ILBR AD]: -- CALCULATED HRS REGULAR -- OVERTIME 54.85 SHIFT-2 -- SHIFT-3 DOUBLE TIME -- !TOTAL ADJ LABOR: 54.85, ITOTAL ADJUSTED LABOR HOURS: 54.85 DIRECT LABOR Labor Class Job Description Labor Type Crew Rate Man Hours Extension ELECTRICAL JOURNEYMEN REGULAR 1 $125.00 0.00 -$030 JOURNEYMEN OVERTIME 1 $187.50 27.43 $5,142.08 APPRENTICE 1 REGULAR 0 $100.00 0.00 -$0.24 APPRENTICE I OVERTIME 1 $150.00 27.43 $4,113.65 AVERAGE DIRECT LABOR RATE: $168.75 TOTAL DIRECT LABOR: $9,255.19 INDIRECT LABOR Labor Description Hours l Rate l Ext$ ITOTAL INDIRECT LABOR- DIRECT LABOR TOTAL: 9,255.19 INDIRECT LABOR TOTAL: 0.00 LABOR ESCALATION: 0.00 LABOR$ADJUSTMENT: 0.00 LABOR TAX: 0.00 ILABOR TOTAL: $9,255.19 MATERIAL: 244.31 MATERIAL ESCALATION: 0.00 MATERIAL ADJUSTMENT: 0.00 MATERIAL TAX: 18.32 MATERIAL TOTAL: $262.63 QUOTES Component IVendor I Amount FIXTURES 48,999.99 11:1oildck) Keys l l 905 Ov,���ii scas 11 fitfl iiw�::iy 1111!11111,oin �� 305.29u 11,11,JDY wcs , R 330 K WellxI www l jj<cysll::fled; l coll Golill A 5011walic,"S1 StQ1,11,; 1532 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Bid Summary Sheet: Gate #8- K.W.I.A. C.O.D. - Lighting (Sesco)—REV.1 16 Jan 2025 2:18PM QUOTED MATERIAL: 48,999.99 ADJUSTMENT: 0.00 QUOTIE TAX: 3,675.00 QUOTED MATERIAL TOTAL: $52,674.99 SUBCONTRACTS Component Ivendor Amount I SUBCONTRACTS: 0.00 ADJUSTMENT: 0.00 SUBCONTRACT TAX; 0.00 SUBCONTRACTS TOTAL: $0.00 EQUIPMENT Compon nt lvendor Amount EQUIPMENT: 0.00 ADJUSTMENT: 0.00 EQUIPMENT TAX: 0.00 EQUIPMENT TOTAL: $0.00 DIRECT JOB COSTS Description Dollars DIRECT JOB COSTS. 0.00 ADJUSTMENT: 0.00 TOTAL DIRECT JOB COSTS: $0.00 308 COST w/NO OVERHEAD: $62,192.81 OVERHEAD MATERIAL OVERHEAD:(5%markup) 1113 QUOTES OVERHEAD:(5% markup) 2,633.75 LABOR OVERHEAD:(5% markup) 46236 SUBCONTRACTS OVERHEAD:(5% (markup) 0.00 EQUIPMENT OVERHEAD:(5% markup) 0.00 DIC OVERHEAD:(5% markup) 0.00 TOTAL OVERHEAD: $3,109,64 JOB COST w/OVERHEAD: $65,302.45 .....o�kia Keys 11:::Icc�dc 1111 K. 905 ovell sc�ls 11 fikfl-ilway 1111'Nhoinc� 305 11,1JDY wcs , II II 33()40' Well-x www II::1 cold �A 1533 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Bid Summary Sheet:. Gate #8- K.W.I.A. C.O.D. _ Lighting (Sesca)_RE'V.1 1.6 Jan 2025 2:18PM PROFIT MATERIAL PROFIT:(5°r"r; markup) 13.79 QUOTES PROFIT:(5% markup) 2,765A4 LABOR PRCFIT:(5% markup) 485.90 SUBCONTRACTS PROFIT:(5% markup) O.00 EQUIPMENT PRDFIT.(5"/o markup) 0.00 DJC PROFIT:(5% markup) 0.00 TOTAL PROFIT: $ ,265.12 MISCELLANEOUS JOB TAX: 0.00 BOND: 2,486.91 MISCELLANEOUIS TOTAL: $2,486,91 LUMP SUM LUMP SUM 1: tl 00 LUMP SUM 2: 0.00 LUMP SUM 3: tI 00 LUMP SUM 4: 0.00 LUMP SUM TOTAL: C�.tDCi BID TOTAL: $71,,�D54.4$ l a. �� +���� „ .� �aH m� � III"��:�� II a_'a'p:u"ma� Ilu K. LI:D k a�u��:u°�� a� Il flli�„Il u���7 IIII.Illlml+uulm .��I.D�� I1;a' Y wcs , II II : (KC) W" IIIl-x www II fl IKa ar,.11 flawc'q H: n .c oiil:n k::1.111111 A 501"1„w alit Ystui is 1534 L i+ 10 O t0 7 It �D It W O O O It ri O O W U) N Ln M M �D O Ln O j O N Ln Cl) W M to W Ln O W Ln Ln o to 0 0 ri O N ri N Ln It k0 tp O O O O ri n ri M N 14 J Ln N ri ri Ln L +� O O O O O O O O O O O O O O O O O O O O O O O O O N O'E O O O 000 N 00Ln O O O N N O O O w O N W Ln O O O N C Q W O W 7 N LO n n N W O 1-1 ri O O cod N Ln � n N co ri N 3 � 0� I0 O C! *-i C! O O -! N N O O O II0 O O -! C! O O -! N N O c J O O O O O O O O O O O O O M O O O O O O O O O O O m L"1 ++ O Ln ri n O 7 t0 7 �o O O 0 �D O co O Ln Ln Ln r� ri N Ln CXJ, CO OC� Ln M ri O N n n W ri M k0 O N n C� q: ri 7 ri 7 ri C3 : O W N O M ri M CT% Ln +-i 7 LO 7 O ri ri O O O O n N N + %041 Q1 ri ri ri ri ri '.,'3 q^..Ir Il.dl..11 IL.V... M r� O W ri ri M O fl O N O W 0 1-1 O W rl M O O Ln M N N n O �D O O n M O B Ln M N N O O ,O O n W Ln Ln � Ln n ri n O N ri o n W V, Ln 7 Ln n ri n ~i' N y O N r� O 7 ri ri 7 N O O ri ri O N n O 7 ri ri N O Ln ri R O ri ri O O O O O ri ri ri O O O ri ri O O O O O ri ri O O I W W 2 N o 00 V W V > m z z o V) m o V) J N z Z �Lb N z I LL N Iz-I U X Y d W a O 0 d W ri Ll x N '� cl� cc OU O ~ Z Z Z W (n x z Z zmmm O O z g z L! �? z p p z g tj rM U g V) U w w Cl O cn U ) < V V U O O uo "n W H a o w U U U W L N E C2 w U U c z z z g F z Z U z z ' N z C N Z Q a'. w a N 7 Q V V 2 a' Q a W Q N Q V u w w x �, Z Z x 0 0 � Z Z' w Z Z Z x Q d7 ..> +Lw LU LU WC Q d 0 (_ � c � � 2 � N LU O Q J d (_ (_ � O z 2 a JI T x d 00 L1 a W U W W C7 � v x IL o� a a w U w pp O LL L¢rl 0 O V U LLU C � W W W 0o 4' Lri C9 Lri (7 m ri z ri z 1 Cl) P g c P o C) L Q1 N LL O N N -1 rj LL N 1-1 .N-I N ri ri 0� O N N ri ri O O N N �, {%) ri ri ri *k ri ri M M M M ri ri ri ri +-1 *k ri ri M M M M ri N O R V L d a o Q Q Q Q Q Q ¢ ¢ Q Q ¢ Q Q ¢ Q Q Q Q w w w w w w w W W W W W W W W LLI LLI W LO v Y 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O 0 O OC)� O n n n n N O CM 14 4 C6 N 4r4 4r4 r4 r4 4 M 6i N N N LIt' a I LU ol m o (D 2 L Q LL 00 0r- N Ln k0 Lo a 00 00% M 70 ON n LO 00 r-I N.. Ul k0 ko Ul W O �, M "„°X �.1 L O ri Ln O ri ri ri O O V Ln 0 ri W ri Ln 0; ri ri ri O 0 7 0 O O O O O O O O O O O O O O O O O O O O O O O O O 0 O ^ N Ln M to O O O ri M M M N N N LO M �o C) C) O ri M M M n L"L M ri ri l� ri ri ri ri to ri ri to ri ri ri ri l0 "'i• a > a 1535 V) L. t r4 0 0 0 r� m N Ln N 0 0 0 0 in Ln I 00 M 41 qt I -J ix LA Ln V) N rw 4j 0 0 0, 0 o to N 0 0 N 00 N Ln 0 M 0 0 N N "4 0 0 U) r" 0 rw OD 00 0 0 N C� C7 0 C C� CR fv N lz7 C� 0 0 Ni 0 0 0 0 0 0 0 0 0 0 0 C! C]! 11 Q� � -1 rV 17ti 0l W N 0 0 0 0 0 0 Nr 0 0 m N 1-1 m m N C4 Q o o a) v) Ln 47 m r4 in N o o 0 1 -1 m 0 0 Ci 0 0 0 0 0 0 0 0 06 t; LU 5- LL co 0 N u z =1 z z u z Ln Ln cc CL z z CL 0 0 tu -L 0J, U Ln uj UJ ui ul U LU W cr < U) ULL, LL'01, M -11 z uj 11 z LU w Ofa y 2 u lu u iv w (n z Lu > W — z ui ui v w b i�: C) 0 0 w LU It uj Ln w ui Z = W Q C4 _j a- �CL LU uj LU w 11 x <::1 C:) 00 LL < Lr) ay 000 LU co A L C) eq N x x L N IH V o o 0 4 06 00 -1 N CN H -I It U H (14 00 o L) l < co 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 R C� R IR q C� q q R R IR R R C! IR m 00 N Ni Ni N LD 00 co 0 Ir -Ir m It m rn (D (n >� fn rL LLJ d) 0 > cl 0 Ln Ln %Q 00 0 0 'T m 'Cr 00 Nr m Lr)LU Of w 4 0) 0 Ln E 0 0 0 0 00 0" W :3 a) L) 0 �2 1536 0 U Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Job ID: JOB-1578 Project: Gate #8- KWL✓•l- Documents - Paging System - Infrastructure_REVA Bid Summary Report Vendor: (TARGET Labor Level: LABOR 1 16 Jan 2025 11:06:05 Tax Rate status: Default Bid Name: FL KEYS ELECTRIC (Bid Template: FLORIDA KEYS ELECTRIC, INC. Drawing Phase I Quote Materials$ Equip SubGon Labor Hrs BRANCH 0.00 2,536.59 0.00 0.00 38.55 Sheet Totals. 0.00 2,536.59 0.00 0.00 38.55 Tax: 0.00 190.24 0.00 0.00 Bid Notes: Sub Total (Quo/Meat/Equip/Sub): 2,536.59 TAX RATES Sales Tax: 190.24 Material• 7.5000% Sub Total: 2,726.83 2,726.83 Quote:: 7.5000% Direct Labor$: 5,610.04 Labor: 0X000% Indirect Labor$: 0.00 Equipment.: 7.5000% Labor Escalation: 0.00 Subcontract; 7. 000% Labor Tax: 0 00' 3t9b:,' 0.0000% Direct Job Costs(0.f10%): 0.00 MMELLANEQU Avg,. Lbr. Rate (Cost): 152.79 Prime Cost- Avg.Avg,. Lbr. Rate (Bid): 160.43 Overhead)(Avg. 5.00%): 416.84 Total Square Feet: 1.00 Net Cost: 8,753.71 Cost Per Sq. Ft.: 9,524.76 Labor Per Sq. Ft..: 5,61.0.04 Profit(Avq. 5.00%): 437.60 Labor Hrs Per Sq. Ft.: 3&551 Job Tax: 0.00 Quantity of Units: .00 Bond(3.5000%): 333.37 Cost Per Unit: 9,524.76 Lump Sum: Calc,Adjustment:. 0.00% Selling Price: 9,524.76 11:1oH k a IKeys II a_'a'p:u"mc Ilu K. 905 ovell sc„ls Il ilia„Il uw a7 (III.IIIInn+oulml 305 "'J y wos' II II : ()40I� W' h� www II n IKcr,.11 flaDa;'gH: n .coii100 1537 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Bid Summary Sheet: Gate #8- KWIA- Documents - Paging System - Infrastructure—REV.1 16 Jan 2025 11:06AIM LABOR ADJUST ESTIMATED HOURS ELECTRICAL MACHINE I OW Labor Class 4 Labor Class 5 Labor Class 6 LaloDir Class 7 Labor Class 8 Labor Class 9 Labor Class QPFRATQA VQ1 TAGF 1n REGULAR 38.55 OVERTIME -- SHIFT-2 SHIFT-3 DOUBLE TIME -- ESTIMATED HOURS: 38.55 LOSS ILBR AD]: -- CALCULATED HRS REGULAR 15.92 OVERTIME 22.63 SHIFT-2 -- SHIFT-3 DOUBLE TIME -- !TOTAL ADJ LABOR: 38.55, ITOTAL ADJUSTED LABOR HOURS: 38.55 DIRECT LABOR Labor Class Job Description Labor Type Crew Rate Man Hours Extension ELECTRICAL JOURNEYMEN REGULAR 1 $125.00 7.96 $995A7 JOURNEYMEN OVERTIME 1 $187.50 11.32 $2,121.52 APPRENTICE 1 REGULAR 0 $100.00 7.96 $796.14 APPRENTICE I OVERTIME 1 $150.00 11.32 $1,697.21 AVERAGE DIRECT LABOR RATE: $145.51 TOTAL DIRECT LABOR: $5,610.04 INDIRECT LABOR Labor Description Hours l Rate l Ext$ ITOTAL INDIRECT LABOR- DIRECT LABOR TOTAL: 5,610.04 INDIRECT LABOR TOTAL: 0.00 LABOR ESCALATION: 0.00 LABOR$ADJUSTMENT: 0.00 LABOR TAX: 0.00 ILABOR TOTAL: $5,610.04 MATERIAL: 2,536.59 MATERIAL ESCALATION: 0.00 MATERIAL ADJUSTMENT: 0.00 MATERIAL TAX: 190,24 MATERIAL TOTAL: $2,726.83 QUOTES Component IVendor I Amount 11:1oildck) Keys l l 905 Ov,���ii scas 11 fitfl iiw�::iy 1111!11111,oin �� 305.29u 11,11,JDY wcs , R 330 K WellxI www l jj<cysll::Icd�;�l coll Golill A 5011walic,"SyStQ1,11,; )age 2 �ii�)f 14 1538 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Bid Summary Sheet: Gate #8- KWIA - Documents - Paging System - Infrastructure—REV.1 16 Jan 2025 11:06AM QUOTED MATERIAL: 0.00 ADJUSTMENT: 0.00 QUOTIE TAX: 0.00 QUOTED MATERIAL TOTAL: $0.00 SUBCONTRACTS Component Ivendor Amount I SUBCONTRACTS: 0.00 ADJUSTMENT: 0.00 SUBCONTRACT TAX; 0.00 SUBCONTRACTS TOTAL: $0.00 EQUIPMENT Compon nt lvendor Amount EQUIPMENT: 0.00 ADJUSTMENT: 0.00 EQUIPMENT TAX: 0.00 EQUIPMENT TOTAL: $0.00 DIRECT JOB COSTS Description Dollars DIRECT JOB COSTS. 0.00 ADJUSTMENT: 0.00 TOTAL DIRECT JOB COSTS: $0.00 308 COST w/NO OVERHEAD: $8,336.87 OVERHEAD MATERIAL OVERHEAD:(5%markup) 13634 QUOTES OVERHEAD:(5% markup) 0.00 LABOR OVERHEAD:(5% markup) 2W50 SUBCONTRACTS OVERHEAD:(5% (markup) 0.00 EQUIPMENT OVERHEAD:(5% markup) 0.00 DIC OVERHEAD:(5% markup) 0.00 TOTAL OVERHEAD: $416,84 JOB COST w/OVERHEAD: $8,753.71 11:1o�kia Keys 11:::Iec�dc 1111 K. 905 ovell sc�ls 11 fikfl-ilway 1111'Nhoin 305 11,11,JDY wos , II II 33()40' Well-x www II::1 Cold �A 1539 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Bid Summary Sheet:. Gate #8- KWIA- Documents - Paging System - Infrastructure_REVA 1.6 Jan 2025 11:06AIM PROFIT MATERIAL PROFIT:(5°r"r; markup) 143.16 QUOTES PROFIT:(5% markup) 0.00 LABOR PROFIT':(S% markup) 294.53 SUBCONTRACTS PROFIT:(5% markup) 0.00 EQUIPMENT PRDFIT:(5"/o markup) 0.60 DJC PROF'IT:(5% markup) 0.00 TOTAL PROFIT: 437.65 MISCELLANEOUS JOB TAX: 0.00 BOND: 333.37 MISCELLANEOUIS TOTAL: 333,37 LUMP SUM LUMP SUM 1: tl 00 LUMP SUM 2: 0.00 LUMP SUM 3: 0.00 LUMP SUM 4: 0.00 LUMP SUM TOTAL: 6.6t1 BID TOTAL: $9,,a24.7'fi l �H m � I��� II _'p:" � Il K. L vell scals II Iia uw aL Illl.llmum �I5 .� I1;a' Y wcs , II II : (KC) W Ill-xIII www II n IlK y.11 fl ay a;'q H .c w::ll:n k::1.111111 A 501"1„w alit Ystui is 1540 6 4� 000lrllu) o %oo 0 00 co l ()N r4 LM to 0 � li C�! C� 9 0 P, �R N 0 P, In LM a ai C6 M .J CID U) 0 ICA N 0 0 0 0 m 0 m 0 0 m m 0 01 0 w il) U) 0 10 to ri Ca -i In R q 0 0 D 0 0 0 ry 0 N IN 00 N U) N 0 J) m 0 0 0 0 N N r\l 00 0 to M U) Lf) 0 1-1 IN m 00 00 0 N 0 10 11, 0 c 0 0 M rn m ev TH 0 ca 0 (D LU z > rq 1-u M 0 V) cc a 0 LU Z 0 = Ln 0 -j U OV U) z rn UJ > j UJ cw 00 <C UJ-j 0. LU z 0 Uj Z LIJ ce C V) Liu L—LJ U.J 0 - o a e ZZ) _j w -j . 0 :3 = < 0) 41 0. C LU 0 1- ji , CL. al II �r :) < 0 co uo u >Wow W u z V) z u z z z CL ou -0, u > C:) LL an 900 Go LU Ln coa 7r V) LU x LL 4- t N 'o x x to V z I C) U co x �7 N Ln 00 Co Co IN to Z) 00 0 U� ON lYd L<U 0c) 1 0 0 0 0 0 0 0 0 ICY 0 0 0 0 0 0 C> 0 0 0 ir- 0c) Lr) m In m N N t" LO Lr) rL 0 ( u 7a-) 41 C) LD > Q I Ln n m N m� rj r-, fn NUJ N 00 CID LO m NLU 03 �o N It 0 m 71) to In rl Irl It 0 0 lr) IN m r, rj o% t rj CD 0 Q 11 0 0 0 0 H 0 m m N m to 10 ko �o to 0 L) 0. 1541 0 L. 4) EC Fn > Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Job ID: JOB-1579 Project: Gate #8- KWIA- Documents - PBB,PCA,GPU_REV.1 Bid Summary Report Vendor: (TARGET Labor Level: LABOR 1 16 Jan 2025 10:21:13 Tax Rate status: Default Bid Name: FL KEYS ELECTRIC (Bid Template: FLORIDA KEYS ELECTRIC, INC. Drawing Phase I Quote Materials$ Equip SubGon Labor Hrs BRANCH 0.00 53,041.55 0.00 0.00 553.51 Sheet Totals. 0.00 53,041.55 0.00 0.00 553.51 Tax: OM3,978,12 0.00 0.00 Bid Notes: Sub Total (Quo/Meat/Equip/Sub): 53,041.55 TAX RATES Sales Tax: 3,978.12 Material• 7.5000% Sub Total'.. 57,019.66 57,019.66 t uote: 7.5000% Direct Labor$: 90,955.87 Labor: 0X000% Indirect Labor$: 0•00 Equipment.: 7.5000% Labor Escalation: 0.00 Subcontract; 7. 000% Labor Tax: 0 00' 0.0000% Direct Job Costs(0.00%): 0.00 MMELLANEQU Avg,. Lbr. Rate (Cost): 172.54 Prime Cost: 147,975.53 Avg. Lbr. Rate (Bid): 181.17 Overhead)(Avrq. 5.00%): 7,398.7$ Total Square Feet: 1.00 Net Cost: 1.55,374.31 Cost Per Sq. Ft.: 169,060.13 Labor Per Sq. Ft..:I 90,955.87 Profit(Avq. 5.00%): 7,768.72 Labor Hrs Per Sq. Ft.: : 551511 Job Tax: 0.00 Quantity of Units: 1.00 Bond(3.5�DC}�D%): Cost Per Unit: 169,0607 13 Lump Sum: 0.00 Calc.Adjustment:. 0.00�i'o Selling) Price: 169,060.13 11:1oH k a IKeys II a_'a'p:u"mc Ilu K. 905 ovell sc„ls Il ilia„Il uw a7 Ill).llllnn+oulm 305 "'J y wos' II II : ()40I� W'1h� www II n IKcr,.11 flaDa;'gH: n .coii100 1542 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Bid Summary Sheet: Gate #8- KWIA- Documents - PBB,PCA,GPU-REV.1 16 Jan 2025 10:21AIM LABOR ADJUST ESTIMATED HOURS ELECTRICAL MACHINE I OW Labor Class 4 Labor Class 5 Labor Class 6 LaloDir Class 7 Labor Class 8 Labor Class 9 Labor Class QPFRATQA VQ1 TAGF 1n REGULAR 553.51 OVERTIME -- SHIFT-2 SHIFT-3 DOUBLE TIME -- ESTIMATED HOURS: 553.51 LOSS ILBR AD]: -- CALCULATED HRS REGULAR 43.51 OVERTIME 510.00 SHIFT-2 -- SHIFT-3 DOUBLE TIME -- !TOTAL ADJ LABOR: 1 553.511 -1 ITOTAL ADJUSTED LABOR HOURS: 553.51 DIRECT LABOR Labor Class Job Description Labor Type Crew Rate Man Hours Extension ELECTRICAL JOURNEYMEN REGULAR 1 $125.00 21.76 $2,719.61 JOURNEYMEN OVERTIME 1 $187.50 255.00 $47,811.54 APPRENTICE 1 REGULAR 0 $1 00.00 21.76 $2,175.68 APPRENTICE I OVERTIME 1 $150.00 255.00 $38,249.04 AVERAGE DIRECT LABOR RATE: $164.32 TOTAL DIRECT LABOR: $�,955.87 INDIRECT LABOR Labor Description Hours l Rate l Ext$ ITOTAL INDIRECT LABOR- DIRECT LABOR TOTAL: 90,955.87 INDIRECT LABOR TOTAL: 0.00 LABOR ESCALATION: 0.00 LABOR$ADJUSTMENT: 0.00 LABOR TAX: 0.00 ILABOR TOTAL: $90,955.87 MATERIAL: 53,041.55 MATERIAL ESCALATION: 0.00 MATERIAL ADJUSTMENT: 0.00 MATERIAL TAX: 3,978.12 MATERIAL TOTAL: $57,019.66 QUOTES Component IVendor I Amount 11:1oildck) Keys l l 905 Ov,���ii scas 11 fitfl iiw�::iy 1111!11111,oin �� 305.29u 11,11,JDY wcs , R 330 K WellxI www l jj<cysll::Icd�;�l coll Golill A 5011walic,"S1 StQ1,11,; 1543 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Bid Summary Sheet: Gate #8- KWIA - Documents - PBB,PCA,GPU—REV.1 16 Jan 2025 10.21AM QUOTED MATERIAL: 0.00 ADJUSTMENT: 0.00 QUOTIE TAX: 0.00 QUOTED MATERIAL TOTAL: $0.00 SUBCONTRACTS Component Ivendor Amount I SUBCONTRACTS: 0.00 ADJUSTMENT: 0.00 SUBCONTRACT TAX; 0.00 SUBCONTRACTS TOTAL: $0.00 EQUIPMENT Compon nt lvendor Amount EQUIPMENT: 0.00 ADJUSTMENT: 0.00 EQUIPMENT TAX: 0.00 EQUIPMENT TOTAL: $0.00 DIRECT JOB COSTS Description Dollars DIRECT JOB COSTS. 0.00 ADJUSTMENT: 0.00 TOTAL DIRECT JOB COSTS: $0.00 308 COST w/NO OVERHEAD: $147,975.53 OVERHEAD MATERIAL OVERHEAD:(5%markup) 2,850.98 QUOTES OVERHEAD:(5% markup) 0.00 LABOR OVERHEAD:(5% markup) 4,54739 SUBCONTRACTS OVERHEAD:(5% (markup) 0.00 EQUIPMENT OVERHEAD:(5% markup) 0.00 DIC OVERHEAD:(5% markup) 0.00 TOTAL OVERHEAD: $7,398,78 JOB COST w/OVERHEAD: $155,374.31 11:1o�kia Keys 11:::Iec�dc 1111 K. 905 ovell sc�ls 11 fikfl-ilway 1111'Nhoin 305 11,11,JDY wos , II II 33()40' Well-x www II::1 Cold �A 1544 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Bid Summary Sheet:. Gate #8- KWIA- Documents - PBB,PCA,GPU_REV.1 16 Jan 2025 10:21AIM PROFIT MATERIAL PROFIT:(5% markup) 2,993.53 QUOTES PROFIT:(5% markup) 0.00 LABOR PROFIT:(5% markup) 4,775.18 SUBCONTRACTS PROFIT:(5% markup) O.00 EQUIPMENT PRDFIT:(5"/o markup) 0.00 DJC PROF'IT:(5% markup) 0.00 TOTAL PROFIT: $7,7 i8.72 MISCELLANEOUS JOB TAX: 0.00 BOND: 5,917.10 MISCELLAN EOUIS TOTAL: LUMP SUM LUMP SUM 1: tl 00 LUMP SUM 2: 0.00 LUMP SUM 3: 0.00 LUMP SUM 4: 0.00 LUMP SUM TOTAL: C.8t1 BID TOTAL: $'169,,�3fiB.�3 l �H m � I��� II _'p:" � Il K. L vell scals II Iia uw aL IIII.Ilmum �I5 .� I1;a' Y wcs , II II : (KC) W Ill-xIII www II n IlK y.11 fl ay a;'q H .c w::ll:n k::1.111111 A 501"1„w alit Ystui is 1545 L +' O O 0 7 00 M O 10 O O O o N n oo ri O O O O O N N". 00 O�j 7 0 Cl) ri n O M N N O M 7 0 t0 W J') � N %0 M 7 %0 J N r-i 0 0 � u') O O M N r4 14 O n n O O M 14 r4 O w n co Ln ri N O ri L L i+ o O O O 0 O 0 0 O O O O O O O O O O O O O O 0 O N O'E N O W N t0 ri W O O ID 0 LI N N t0 ri O O t0 0 J) N N kO O Q 7 N ON ri n N O W M m O n ri 0 M ri Ln O m 0 n ri CO. M N N6 O N ri O ri O O ri ri O 1: N O ri O O N N O 7 N O r7 O c J O O O O O O O O O O O O O O O O O O O O O O 0 O m +' O N N M O O O n Ln O O O N O O O � n O O O N 0 O O � � Lf) O n N UP n O tp n 7 O t0 ri W Lf O %R n 7 C3 %R •� 'A O n O ri O %0 W O O ri W ,--I O ri W O ri ri (* .--I 7 0 ri M ri ri 0% ri ri (Il 00 ri ri 0% R O Lr) N O Lr) r O uT Lfj ri Lr ri U) L(1i �'11 IL.V... +_+ O O ON ON O O O W O O O W ON O O O co %0 O O W O 0 O O O lt ri O O O N �0 O O O ri O O O N U) O O O ri 0 O 0 W W ri 0 O N W n M J) 7 ri O N ri (* M LI 7 ri O N W 0% 0% ri 7 O U) 7 N M m t0 M 7 O M ri n m �D M 7 0 M p R O ri O O O N O O O ri O O O n ri O O ri O O O N� ri 0 O� O mLU m LU w uJ LUc w O p w Cy LU z = w zx �? LU� W zx LU LU ~a g w ~a Wuu OD O (D w ii � ¢ oo O (7 w a U d a0 O (D LU 0% Zo m 0 0 V .~N. ~n. 0 Q o o z U 7a .~� _ 0 a 0 o U V ,n IL v w U w v v w ] n i C a x x a ix U 0 - H a x x O F O x x V +;' ' U U O w ¢ ' U V O Nw > .V ri Nn Nn U Y ,� cn 0 U rn O LU Ill) m U U U U x x U U mu U U U x w U V mu U U U x a Ny U > > > > d x x > O V > > > > ¢ x � > O V > > > > a a a a a �I G 2 x X X = a a a a 2 X C7 a = a a a a x X m a Q 000 U o a Fh Fh �N coW m N N N m a ; - LL � U X w x w XU S= NY Z Z Z � N N_ _ ri ri ri D N 0 ri ri ri ri ri N 0 N LO E (/) ri ri r-I (J M ri O� i r ri r 1 ri ri o r\-I N %0 ri ri ri ri ri p N co V L ' a Y ' ¢ d 'v ¢ ¢ ¢ a ¢ N ¢ ¢ ¢ ¢ d 'v w w O w w w w w p w w w w w pUD u¢lu v 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O "! 0 O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � 0 0 7 Ji W 4 O O N N O O 4 Lf; Ln ri O O N N O O 4 Ln U), rM O N LO !. O O N M M +-i 0 0 M 7 M ri O OrL = a N, � N ri n n N, ri ri r, ^ � .I O �' a�i U W F- i m n M M N W N M N n ON LI M M V OW J') 7 N a, J) M M 7 'G9,➢ m 4O ri n O M �0 ri n n n M t0 ri n 7 N''* n „IRrcll�� ri N M O ri O O M N ri N M o ri 0 ri M N ri N M O ri 0 O O ri O ri 0 0 ri O O O ri O ri O O r-I O O O ri O ri O 7 0 n °0 M "'� = R lc' a > a 1546 00 O j W U0 v v 00 Lq v v L0 'i rl rl o C) LO v N O v C4 C4 N O u1 N N N O N ^ L. i+ O O O Lf1 O O co O Q,L -4 In O N OM LO O to 16 O N N -! M O O -1 J O O O O O O O O NW U! 1O V O W N y,v 4 N � O ,� r, o� O -t N rl m r O LI) W It It tiv� `sr Lu i 1 V *' o 0 0 v O O n L H H � n s a dll„P N Z N 7 o m C U o N W < w a LU (9 a' a ti 0 0 ¢ a s'L.. r") LU W ` W CY�" '�j� u11) V a LU Z z ?� z I'...... w"1 L 2 0 a U M W W � 'r 17, H H H H H H ;S> .a�,,,➢ o a V W E Y 7 cn U> cn I ( N Wa M U V U z z z z n U a O Q L a < m °O a = O A ' W co 41 - 0o A x LL N O x 'O N N W x 't 0 N \-I O O W O N R 00 v Y i F F � ri w w li w w w li o 0 0 0 0 0 0 0 o W 0 to O N N O N N co N N O U r-I ri M N N ,II„ICI > Q z II.I C W m M � Cl) W r!O) r, V U £ O .-1 O No O O 'i o a :�::° 1547 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Job ID: JOB-1580 Project: GATE #8- KWL✓•l- Documents- RTU(s)_REV.1 Bid Summary Report Vendor: (TARGET Labor Level: LABOR 1 16 Jan 2025 10:' :49 Tax Rate status: Default Bid Name: FL KEYS ELECTRIC (Bid Template: FLORIDA KEYS ELECTRIC, INC. Drawing Phase I Quote Materials$ Equip SubGon Labor Hrs BRANCH 0.00 35,496.28 0.00 0.00 835.09 Sheet Totals. 0.00 35,496.28 0.00 0.00 835.09 Tax: MO 2,66a2.22 0.00 0.00 Bid Notes: Sub Total (Quo/Meat/Equip/Sub): 3,5,496.28 TAX RATES Sales Tax: 2,662.22 Material• 7.5000% Sub Total'.. 38,158.50 38,1.58.50 QUCMte: 7.5000% Direct Labor$: 1.38,663.78 Labor: 0X000% Indirect Labor$: 0.00 Equipment.: 7.5000% Labor Escalation: 0.00 Subcontract; 7. 000% Labor Tax: 0 00' 0.0000% Direct Job Costs(0.00%): 0.00 MMELLANEQU Avg,. Lbr. Rate (Cost): 174.35 Prime Cost: 1.76,822.28 Avg,. Lbr. Rate (Bid): 183.07 Overhead)(Avrq. '5.00%): 8,841.1.1 Total Square Feet: 1.00 Net Cost: 1.85,663.40 Cost Per Sq. Ft.: 202,017.17 Labor Per Sq. Ft..: 138,663.78 Profit(Avq. 5.00%): 9,283.1.7 Labor Hrs Per Sq. Ft.: : 835.091 Job Tax: 0.00 Quantity of Units: .00 Bond( .5000%): 7, 70.80 Cost Per Unit: 202,017A7 Lump Sum: Calc.Adjustment:. 0.00% Selling Price: 202,017.17 11:1oH k a IKeys II a_'a'p:u"mc Ilu K. 905 ovell sc„ls Il ilia„Il uw a7 (III.IIIInn+oulm6 305 "'J y wos' II II : ()40I� W'ell-1 III www II n IKcr,.11 flaDa;'gH: n .coii100 1548 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Bid Summary Sheet: GATE #8- KWIA - Documents - RTU(s)—REV.1 16 Jan 2025 10:22AM LABOR ADJUST ESTIMATED HOURS ELECTRICAL MACHINE I OW Labor Class 4 Labor Class 5 Labor Class 6 LaloDir Class 7 Labor Class 8 Labor Class 9 Labor Class QPFRATQA V01 TAGF 1n REGULAR 835.09 OVERTIME -- SHIFT-2 SHIFT-3 DOUBLE TIME -- ESTIMATED HOURS: 835.09 LOSS LBR AD]: -- CALCULATED HRS REGULAR 40.09 OVERTIME 795.00 SHIFT-2 -- SHIFT-3 DOUBLE TIME -- !TOTAL ADJ LABOR: 835.09, ITOTAL ADJUSTED LABOR HOURS: 835.09 DIRECT LABOR Labor Class Job Description Labor Type Crew Rate Man Hours Extension ELECTRICAL JOURNEYMEN REGULAR 1 $125.00 20.05 $2,505.84 JOURNEYMEN OVERTIME 1 $187.50 397.50 $74,529.76 APPRENTICE 1 REGULAR 0 $1 00.00 20.05 $2,004.66 APPRENTICE I OVERTIME 1 $150.00 397.50 $59,623.51 AVERAGE DIRECT LABOR RATE: $166.05 TOTAL DIRECT LABOR: $138,663,78 INDIRECT LABOR Labor Description Hours l Rate l Ext$ ITOTAL INDIRECT LABOR- DIRECT LABOR TOTAL: 138,663.78 INDIRECT LABOR TOTAL: 0.00 LABOR ESCALATION: 0.00 LABOR$ADJUSTMENT: 0.00 LABOR TAX: 0.00 ILABOR TOTAL: $138,663.78 MATERIAL: 35,496.28 MATERIAL ESCALATION: 0.00 MATERIAL ADJUSTMENT: 0.00 MATERIAL TAX: 2,662.22 MATERIAL TOTAL: $38,158.50 QUOTES Component IVendor I Amount 11:1olidda Keys l l 905 Ov,���ii scas 11 fitfl iiw�::iy 1111!11111,oin �� 305.29u 11,11,JDY wcs , R 330 K WellxI www l jj<cysll::fod�;�l 0011 Golill A 5011walic,"S1 StQ1,11,; 1549 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Bid Summary Sheet: GATE #8- KWIA - Documents - RTU(s)—REV.1 16 Jan 2025 10.22AM QUOTED MATERIAL: 0.00 ADJUSTMENT: 0.00 QUOTIE TAX: 0.00 QUOTED MATERIAL TOTAL: $0.00 SUBCONTRACTS Component IVendor Amount I SUBCONTRACTS: 0.00 ADJUSTMENT: 0.00 SUBCONTRACT TAX; 0.00 SUBCONTRACTS TOTAL: $0.00 EQUIPMENT Compon nt lVendor Amount EQUIPMENT: 0.00 ADJUSTMENT: 0.00 EQUIPMENT TAX: 0.00 EQUIPMENT TOTAL: $0.00 DIRECT JOB COSTS Description Dollars DIRECT JOB COSTS. 0.00 ADJUSTMENT: 0.00 TOTAL DIRECT JOB COSTS: $0.00 308 COST w/NO OVERHEAD: $176,822.28 OVERHEAD MATERIAL OVERHEAD:(5%markup) 1,907.9'3 QUOTES OVERHEAD:(5% markup) 0.00 LABOR OVERHEAD:(5% markup) 6,93119 SUBCONTRACTS OVERHEAD:(5% (markup) 0.00 EQUIPMENT OVERHEAD:(5% markup) 0.00 DIC OVERHEAD:(5% markup) 0.00 TOTAL OVERHEAD: $8,841,11 JOB COST w/OVERHEAD: $185,663.40 11:1o�kia Keys 11:::Iec�dc 1111 K. 905 ovell sc�ls 11 fikfl-ilway (III'Nhoine� 305 11,11,JDY wos , II II 33()40' Well-x www II::1 Cold �A 1550 Docusign Envelope ID:46AD14C0-8422-4CF3-BBE3-085AFB10730D Bid Summary Sheet:. GATE#8_ KWI.A - Documents - RT'U(s)_REV.1 16 Jan 2025. 10:22AM PROFIT MATERIAL PROFIT:(5% markup) 2,003.32 QUOTES PROFIT:(5% markup) 0.00 LABOR PROFIT:(5% markup) 7,279.85 SUBCONTRACTS PROFIT:(5% markup) 0.00 EQUIPMENT PROFIT:(5"/o markup) 0.00 DJC PROF'IT:(5% markup) 0.00 TOTAL PROFIT: $ ,283.17 MISCELLANEOUS JOB TAX: 0.00 BOND: 7,070.60 MISCELLANEOUIS TOTAL: $7,,070,60 LUMP SUM LUMP SUM 1: 0.00 LUMP SUM 2: 0.00 LUMP SUM 3: 0.00 LUMP SUM 4: 0.00 LUMP SUM TOTAL: 0.00 BID TOTAL: $202,,�D�7'.�7 l �H m � I��� II _'p:" � Il K. L vell scals II Iia uw a7 IIII.Ilmum �I5 .� I1;a' Y wos , II II : (KC) W Ill-xIII www II n IlK y.11 fl ay a;'q H .c w::ll:n k::1.111111 A 501"1„w alit Ystui is 1551 L i+ N O 0 0 It U) N W O O It U) It O O O U) N It O O O U) N W O W O M N OR O W O M ri W W O O I q: W O I- O W O rMi O W O m 7 (1) O fl O rNi (1) O fl O rN Ji M N M N O ri L L i+ O O O O O O O O O O O O O O O O O O O O O O O N O'E O O O O O O O O O O O O ko O O O O O ko O O O O O Q M N O O ri ri M N O O +--1 ri M N O O +--1 ri M N O O +--1 N �6 O N N N O O O N N N O O O N N N O O O N N N O c J O O O O O O O O O O O O O O O O O O O O O O O m r'1 +' co C, 0O co O co O 00 co O 0M � O 7 O 0M 00 $-w W t0 I* W t0 n W I0 I* W t0 n OW t0 � W ri W OW t0 7 W ri •� H W ri 7 O n N W 1-1 V O N N N ri 7 O %0 coN r-I 7 O %0 y�,i N It W N I W I� O R �, Ln ri Ln ri Lr) ri Lr) u' W;'-ry ILII;II y';Y'1 „IRrcll�� IL.V... +_+ I- 7 W 0% O O I- 7 W O O O r V W ON O O r 7 W ON O (71 M (71 ri O O (71 M (71 ri O O O M O ,-i O O O M O ri O ON N ri N N N ON N ri N N N O N ri N N N O N ri N N d ri ri N ri ri N ri ri N ri ri N R O O O O O O O O O O O O O O O O O O O O O O O ri m L 0 ri O +1 O N O N O m O m m m ... O w w O w w O Lu LLB O Lu w F 0 F F 0 F H a F H a b (D ¢ u a o Q U a b ¢ a b ¢ ri 0% z p rn z p F ?> ri ON z p F `r> ri ON z CO o o ¢ In x m o o ¢ x m o o ¢ x m o o ¢ C = 2 = a LU J �"Y� ai U X U D ¢ U U O U U O ¢ J U O ¢ > V LLI ooU WnU � W W 0LoU LU WLoU w „"� � Z U U U U Z U U U U W Z U U U UUUUU> > > > � > > > > > > > > > > > > _ G d a a a a X 0 a a a a a X 0 a a a a a X 0 a a a a a X al m W LL LU L¢r) o M W 00 00 1 1 U N_ 7 7 7 o M M M M Oo O� M M M M oC; M M M M 0 Nco V R L) 1 a Q Y w w w w w w w w w w w w v o 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o y 7 O M ON V O M k0 M O O k0 M O +-A LLl = M M M M M N M N II II p m U a O Q Il.i W ~ m -4 N (1) �0 O -4 N cokO O �Drii I, M �D a, �Drii I, M �D 'L' ri N M M O ri ri N M M O ri ri N M M O +-1 ri N M M O O O ri ri O O O O ri ri O O O O ri +-I O O O O ri ri O 1552 aa > ('7 L. i+ N O 0 O O It 00 00 O O o 7 W N 0 O o 00 O N 0 O O W 0 N W O O W N O j O N 00 'O W W N N W t0 00 W N W 00 O0 W L\ c� W 00 W 00 na! W 00 W 00 n L\ O (71 O LI) Ln L\ 0 0) 0 LI) LI) N O N O co t0 N O N O co kO N O N O W NJ ri rl ri ri N ri N N ri N N ri N O ri Ln N O N O O O O O O O O O O O O O O O O 00 O O O O W O O O O O 00 O 10 O O O O O �O O O O O O t0 O O O M 0 t0 O O O M O t0 O O O M M N O o r1 rl M N O o rl rl M N O O rl rl M N O O rl J O O N N N O O O N N N O O O N N N O O O N N N O O O N N N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O o 9 i+ 7 %0 O Ln � co �O �O 0Ln 0 W 10 ri a, n ON a, O ri a, n � � � ri 0% n � 0 'N�ry O W W I-O L\ W N n o0 t0 n O0 N � o IR IR W L\ ri t0 IO t0 O0 n r-I t0 IO t0 O0 n V LA W LP) r1 Lo O Ln ,--I Ln r-1 Ln O LP) r1 6 ,--1 n O O M t0 r1 n O O M t0 r1 n O o 4+ N t0 a, O N O %0 N N 7 (71 N V a, N R ri c0 N t0 N ri N N '-I N N *i N II y ++ 0 r 7 00 0) O O r 7 W B O O n 7 00 ON 00 O r 7 W a, co O n 7 W a, W O C, M (71 r1 o O O M Q� r1 O o (71 M O 1i N o 0 M 0 rL N O 0 M 0 r1 N N 0 N ri N N N O N ri N N N ON N ri N O N ON N r1 N ON N ON N r-I N ON LU rl rl N rl rl N r1 7 I N LQ r1 7 I N Un 7 r1 7 r1 N Ln 0 R O O o 0 0 o O O o O o 0 0 0 0 0 o O o 0 0 0 0 0 0 o O o 0 0 "c N" L-j dll.� I�.N... O M O O O 0 LO O O 0 n O D F w O F LU O H LU 0 LU D F LU0 LU L 0 H 0 LU LU 0 LU 1 0 0 H 0 LU 0 H F 9 W V a.V Q o Cry ¢ V Q o V d � U Q o U ¢ � U Q o V a¢ cl� U Q o V < Q� ?> rL Z 0 H ?> *i ON Z 0 H ?> *1 (71 Z 0 H ?: rL (71 Z H ?> *I a% Z 0 L 5' x m o o = ¢ x m o 0 5 ¢ x m 0 0 5 ¢ x m 0 0 5 ¢ x m 0 0 5 ¢ X = x 2 a X = 2 2 a w "P0 J U U O ¢ J U U O ¢ J U V O 'C J U V O ¢ J U V O '[ 0 V W W In In U � � W W (n L o U � � W W Ln N U � � W W Ln N U � � W W Ln (!1 U OM LU LA W Z U U U U x W Z U U U U x W Z U U U U 2 W Z U U U U 2 W Z U U U U a > > > > x a > > > > x � a > > > > x a > > > > x a ^ G C7 d d a d d X C9 a d a Ll a X C9 a Ll d d L1 X C9 a a a. d d X C7 a d d a d XLL j° m 0 O L co W co m ri LL_ V N_ 7 N O0 M M M M W W M M M M R a U Y co v Qw w w LU LULU LU LULU LU LULU LU LULU co # 7 c v LW o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 y Q N 0 0 7 00 7 It 00 O O It 00 It 7 0 0 It It It It M co O It It It 7 M 00 O M .!:ti������� O W 7 W N co 7 W N M kO O ON M t0 ON (71 M tp ON a _ 7 7 Ln Lf) 7 Ln Ln t0 O t0 t0 O �0 t0 0 O - (,J a rl 4 N N N ILV.P N 0 Z C W m � � N N N W ko o N N N W V rO N N M W 7 � N N M 00 V N�O N M 0) O O r-I n M c0 O c0 r-I" m M t0 � O r-IN m M �0 -1 O N m M t0 -4 O N m M t0 r1 0 N M M o r1 0 N M M O r-I0 O N M M O 0 r-IO N M M O 0 0 N M M O O O O r1 ,--I O O O O rl rl O O O O rl rl O O O O rl rl O O O O rl rl O L M o a 1553 G°7 L. 00 LD CYJ'. O Ca a N CTr Cb 00 Ca Ca N O) 0 Cab 1 ,-i'. Caa U) Lda 0 Ca Ca O U) G'A qy C� 0 C:� I M C 0 u) ® 0 m 'D Ln c 0 1H r: 0 0 C ram: 0 Ch <r r: 0 It '0 rr N N m r� 91~ � N M' CYa '.-II fe"a *-4 'r'1 ,-�'.. C"p C".0 N '..-u ,�-� u) in £. CID (0 V) f'*9 f�9 t� 4j C:a Cl Ca' Ca 0 'Co 0 N Ca o Ca 00 Ca 0 p•'d C+' 0 v) va ILn va 0 Ca Ln Cra 00 to i9" Ca %D 0 0 0 M' 0 M C) Ca C) m Ca 0 M ul U1 .-I r+ I^+ I1 Ca 0 N � M, in v-9 m N1 C) 0 1H IH +cY' N Ca 0 r-L e^^9 O U) 1�� "tl"' b i Y r14 m S'� 0 M10 P) 1-4 C7 C9 C'tiX N S'V C7 C7 Cb N 4`»11 N C7' C7 +rl ?'VI C,w^ C.7 vr'M Q:9 '9"X C4 4d} 7' Ca Ca 0 Ca 0 0 0 0 0 0 Ca Ca 0 Ca 0 0 Ca Ca 0 '0 Ca 0 0 0 0 0 9 'D 04 C'' Ca Cdb 'o tl".1 + ai K,Tr' 0) Uo c O m IU1 C;Ta N rw +N! 1H 0 0 'C.6" Yo' C7L "Rl Uf tG M 'lCl' C9a lf"q t07 M CCa ko Cay' Ca ko H Ln t Iva �. Ca Ca C„T ,w SA" ri CON 9J 0) m HI ca ci LD � 1-1 CQ' c 0 rev � rn � N OD � ON o 0m J) 4L? 4p i NN.CO CV ,- M C*3' *-�I M M' 0 uia Ln M 1-1 0 .y 4fa C1'b � d 8,1 -q in iLn ._% il'Ml M m Cs 'V aM LI I Il.u.y I r 0 r, eY 0 0 CCl 0 r+ 13' CO CT CO Ca CD CO CO rw 00 V) Ca No (D 0 w CO Ca CFa M 0) 'r1 N 0 Gr M 'Gab -H r4 Ca 0 00 IN d"V'. 0 C a 110 µD C 0 CA 0 N N C1' C7 Ck Ci C2 C'� G:? C] Cti ep C3 Q tC1 rWo ,fin. C."D cJu oV tla 4Il Np �o M M" ui Md 6 � dll.a ZO W' U V ad6 z UJM U. w rQ ua -a uu to Gwa C� Z ' cc G„y' + ' °' v'1 U CyC Glow Z . . I� V C aY { T qyIT Z r 0 F- .a 0% � F^ ^ p � M Lau pia F �} u F u U � C £J' 47 + C9 U DLL I' �C p 4!a �I _u .. .. Ir usury a G) �- F yF.. pF. to z z J1 U Ck UJ uU Ln, u z U w u u7 F 7' w G a 7 C 8 S✓k FM r CS w n aua Z U U' C) rya Z C D U C tJ " ua 47 r U Ufa ui IF 0a ov +w O a z c x 0 CL ci rL r� C>L X ul r, uro tr) ILul > U a X m yr w D 00 L o co to w 4p co m E x M N ko X N N U tip bo X N in M m 'Cra 03 '. M m 07 M M `k r+"a. t'fa Cry C°a M Gal00 R "R O 01 U le LLI Ca 0 C)' 0 Ca 0 0 0 0 Ca a Ca 00 Ca C) Ca 0 0 Ca 0 Ca '0 0 0 0 Ca CA 0 �.. Ca Ca 07 Ca O 0 '0 0 C) 0 Cr' 0 Ca 0 Ca' Ca O 0 '0 0 b Ca +0 0 0 0 C7 Ca C7 C7 rr n cn � � C ko va N 0N N N N un N LO N N H N < co <r ro C of n Gaa ci er ca' 4 r° cn 6 N k6 � � c4 6 vJ 6 6 6 4 �6 o m (D ++ 4n uD Ma' 1, 0 m r �+ HI 'H NrM N Ms o 5 Cv as 0 w W *1" W 1N N M' CCL 0 CGa N N m GCa ui N Co 00 Lt) Lr) ON N 0 N N r'W M as m E "' "' 'n - ` " ' ') P' - � � � � � °a �I N va 0 � Cb Ca' .� r-g 0 Ca 0 C7 rail ^H C? Ca C3 C7 Ci C7 r9 " 0 0 Ca HCa C.7 LC'.N O 0 , 01554