Loading...
#24-8306 (Anchor Mechanical Inc.) FIXED TERM SERVICE AGREEMENT #24-8306 for HVAC Preventative Maintenance Services THIS AGREEMENT, made and entered into on this ISth day of (r cAy 20 r5 , by and between Anchor Mechanical,Inc. authorized to do business in the State of Florida, whose business address is 1983-1985 10th Ave. North, Lake Worth, Florida 33461 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three ( 3 ) year period, commencing ❑■ upon the date of Board approval; of❑ OR and terminating on three ( 3 )year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for one ( 1 ) additional two ( 2 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ❑■ Purchase Order El 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of❑ ❑■ Invitation to Bid (ITB) ❑9. ( )# 24-8306 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. ❑■ The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 18 Fixed Term Service Agreement [2025_ver.1] 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): transferred from the County to the contractor; and, as a business practice there arc no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract ie tf�eied ❑ to pay the contractor for the amount of labor of hours times hourly rate), and for materials and equipment used in the project (cost of ❑ Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. Page 2 of 18 Fixed Term Service Agreement [202 5_ver.1] 4.4 The County, or any duly authorized agents or representatives of the County, shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Application, Change Order, or Work Directive Change. 4.5 ❑ . Travel and Mileage $9:44 5-per-rlaife Bfea as t $6,00 11 $1nn Dinner Aicffe Actual ticket cost limited to tourist or coach class fare Rental car Actual rental cost limited to compact or standard size vehicles Ledgifig cap of no more than $150.00 per night Parking l+mettsi re • —shag—be responsible for all other costs and expenses associated with activiti undertaken pursuant to this Agreement. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Anchor Mechanical,Inc. Address: 1983-1985 10th Ave.North Lake Worth,Florida 33461 Authorized Agent: Michael Rosner Attention Name & Title: Telephone: E-Mail(s): mikerosner@yahoo.com Page 3 of 18 Fixed Term Service Agreement [2025_ver.1] All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Name: Facilities Management Division Director: Brian Delony Address: 3335 Tamiami Trail E,Suite 101 Naples,Florida 34112 Administrative Agent/PM: Todd Fiedorowicz Telephone: 239-252-5857 E-Mail(s): Todd.Fiedorowicz@colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during Page 4 of 18 Fixed Term Service Agreement [2025_ver.1] the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of the non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin or any other class protected by federal or Florida law. 12. INSURANCE. The Contractor shall provide insurance as follows: A. ❑■ Commercial General Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, $ 2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. Iii Business Auto Liability: Coverage shall have minimum limits of$ 500,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Al Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$ 1.000,000 for each accident. D. ns are--its E. ❑ for La ::fe- +ts claim. Page 5 of 18 Fixed Term Service Agreement [2025_ver.1] • shall have minimum limits of$ per claim. G.: ❑ : Coverage shall have minimum limits of$ per claim/Occurrence. 14: ❑ : Coverage shall have minimum limits of$ per claim/Occurrence. Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. Page 6 of 18 Fixed Term Service Agreement [2025_ver.1] l i 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), ❑■ Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑ RFP/ ❑■ ITB/❑ Gt-hef #24-8306 , including Exhibits, Attachments and Addenda/Addendum, ❑ sulasequeci4 quotes, and ❑■ Other Exhibit/Attachment: HVAC Equipment List 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as Page 7 of 18 Fixed Term Service Agreement [2025_ver.1] located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended, as well as the requirements set forth in Florida Statute, §448.095; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, if applicable, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IT IS THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, IT SHOULD CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Division of Communications, Government and Public Affairs 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecordRequest(coiliercountyfl.gov The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws Page 8 of 18 Fixed Term Service Agreement [2025_ver.1] �,i., referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. If a subcontractor is a related entity to the Contractor, then the Contractor shall not mark- up the subcontractor's fees. A related entity shall be defined as any Parent or Subsidiary of the Company and any business, corporation, partnership, limited liability company or other entity in which the Company or Parent or a Subsidiary of the Company holds any ownership interest, directly or indirectly. 23. n CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. Page 9 of 18 Fixed Term Service Agreement [2025_ver.1] 25. 0 WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. 0 TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. 0 PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. Page 10 of 18 Fixed Term Service Agreement [2025_ver.1] CAO 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 34. ❑ KEY PERSONNEL. The Contractor's personnel and management to be utilized for this project shall be knowledgeable is their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign Page 11 of 18 Fixed Term Service Agreement [2025_ver.1] met: (1) Proposed replacements have substantially the same or better qualifications seven (7) days of the change. The County retains final approval of proposed replacement per-seffile1: AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. ❑■ ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. Executive Summary, the terms of the Agreement shall take precedence over the terms of precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at County's discretion. 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least Page 12 of 18 Fixed Term Service Agreement [2025_ver.1] CAO four(4)years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS(a7colliercountyfl.gov) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. Collier County Sheriff's Office (CCSO) requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the Contractor is responsible for all costs. 38. 0 SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank-signature page to follow) Page 13 of 18 Fixed Term Service Agreement [2025_ver.1] CAO IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS Crystal K. Kinzer,~Qler� of the Circuit COLLIER COUNTY, FLORIDA Court and Ce w'_ - • • By: . . ., By: Alefeef,ele€4,604-- Burt I. Saunders , Chairman Dated: 5r 442. ,' (SEA :Pttt St�a�s4t�Chairman's htY signature only Anchor Mechanical,Inc Contractor's Witnesses: Contractor isif•VX By: Contractor's First Witness a e�7 1k e-oSo r /kt SG.� 2 a 'S'" TType/print signature and titleT I Type/print wit, nameT Contractor's Second Witness Pntarr Jt k D i Type/print witness name I .ved as to F nd Legality: ► wdy Count Attorney Print Name Page 14 of 18 Fixed Fenn Scivire Agrrruunl - 70 1202S vet I I .1/ Exhibit A Scope of Services ❑■ following this page (containing 6 pages) ❑ this exhibit is not applicable Page 15 of 18 Fixed Term Service Agreement [2025_ver.1] CAO Exhibit A—Scope of Services #24-8306 "HVAC Preventative Maintenance Services" The intent of this agreement is to obtain preventative maintenance for mechanical systems for Collier County owned and operated facilities,to minimize operational down time and for facilities to be maintained in top operating condition.The qualified Contractor will provide preventative maintenance services including,but not limited to, HVAC,Boiler and Water Heater systems,Chilled Water Air Handlers,walk-in freezers,coolers,and ice machines. 1. MINIMUM REQUIREMENTS,CERTIFICATIONS,AND LICENSES: 1.1. Contractor shall provide either a valid Mechanical Contractor's license per Florida Statutes 489.105(I)and/or a State Class "A"Air Conditioning Contractor's license.All licenses must be valid and current throughout the life of the agreement. 1.2. The Contractor's technicians shall have at least an EPA Section 608 Type II CFC Certification.All Certifications must be valid and current throughout the life of the agreement.Documentation shall be submitted upon request only. 1.3. The Contractors must have the ability to operate business in the State of Florida as evidenced by a current State of Florida registration(SunBiz). 1.4. The County requests that the vendor submits no fewer than three(3) and no more than ten (10)completed reference forms from clients (during the last 5 years) with primary experience working with similar sized commercial and/or government agencies and/or private businesses providing services listed in the scope — heating, ventilation and air conditioning as a part of their proposal,using Form 5 provided in OpenGov as part of the Required Forms. Vendors may include two(2)additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant project work 1.5. Contractors are to provide a list of employees that will be assigned to the Division including their names,number of years of experience, certifications, and licenses, if any. At a minimum, the list shall include six (6) HVAC journeymen, six (6) apprentices and one(1)designated contract/account representative. The list must be provided at the time of bid submittal or prior to the Notice Of Recommended Award(NORA).The Contractor's personnel assigned to the Division under the contract shall comply with the list submitted. 2. PREVENTATIVE MAINTENANCE SERVICES: 2.1. The Division requires that a Preventative Maintenance service be performed on each piece of mechanical equipment one (1) time every three(3)months. 2.2. Preventative Maintenance services shall be priced and billed at a flat rate per unit price for one(1)Preventative Maintenance service visit per equipment unit. 2.3. Provided unit pricing for one(1)Preventative Maintenance service per equipment unit is all-inclusive,including but not limited to labor,parts,equipment/tools,required reporting,transportation costs,insurance,overhead, and all the necessary resources needed to perform the work. 2.4. Systems covered may include but are not limited to: • HVAC and Related Control Systems: mechanical components, compressors, condensers, DX air handling units, air handling units, exhaust fans, fan coils, water pumps, belt drives, direct-drives, rooftop units, radiant systems, electric assistance systems, recovery units, blower wheels and housing, blower housing assembly and related components, condensers, evaporators, variable air volume (VAV) boxes, piping, air duct and sheet metal insulation work, damper- louvers-diffusers(supply and return vents),and other adjacent/integrated equipment. • Ice machines,refrigeration equipment and related systems. • Boiler and related systems. • Water Heater and related systems. • Walk-in Freezers,Coolers and related systems. • All bidders must be comfortable with various energy management and building automation controls and software packages utilized by the Facilities Management Division. 2.5. For all equipment categories below,the following maintenance tasks are to be included.Contractor must provide service to the following,but not limited to: Page 1 of 6 Exhibit A—Scope of Services CAO 1. Indoor and Outdoor Air Conditioning Systems: a) Check for refrigerant leaks,if applicable. b) Check for water leaks,if applicable. c) Complete visual assessments for all equipment or related components—observe the equipment or related components and determine if there are any issues or potential issues. d) Check all electrical connections(contactors,relays,check amperage draw),tighten all electrical connections as needed. e) Lubricate bearings and check for abnormal operation. f) Replace belts,check pulleys and sheaves for abnormal wear/damage,and ensure proper ailment. Leave spare belts at unit. g) Clean condenser and evaporator coils and sanitize. • Cleaning of coils includes but is not limited to:coils,drain pan,and blower wheels with assembly and all related components,etc. h) Clean drain pan,flush drain lines,and install drain pan pills(industrial grade/heavy commercial type,at a minimum). i) Check Temperature Differential to ensure proper operation per manufacturers design. j) Check and clean condensate pump,if applicable. k) Check air filter condition.Report dirty filters. 1) Remove blower wheel and motor,clean and reinstall including cleaning of all housing and assembly related items. m) Check all safety controls for proper operation. n) Cycle heat mode for proper operation. o) Wipe down and clean air handling unit fan including but not limited to: blower frame assembly, exterior blower housing,motor exterior,etc. p) Wipe down and clean air handling unit interior liner including but not limited to:interior panels within the fan section (i.e.side walls,floor ceiling,etc.). q) Rust removal and/or corrosion removal unless replacement parts are necessary r) Service and disconnect disconnector box,if necessary s) Coat finish of equipment, when applicable, to prevent rust and corrosion with chemicals / products, approved by Division Representative or designee(typically Simple Green or equivalent) t) Maintain service logs in all equipment. u) Check and secure all equipment panel screws and attachments. v) Adjust any components and equipment,as needed. w) Update records in all existing equipment. x) Wipe down and clean(including dusting)any and all components,housings,or related items to remove all dust,debris, etc. 2. Exhaust Fans: a) Replace belts.Leave spare belts at unit.Align pulleys and sheaves,as needed. b) Lubricate bearings, check pulley and blower wheel and motor, including cleaning of the blower wheel, housing, assembly,and related items. c) Check motor operation(record amps and voltages,check for excessive vibration). d) Clean air vents and wheels. e) Maintain service logs in all equipment. f) Check and secure all equipment panel screws and attachments. g) Adjust any components and equipment,as needed. h) Update records in all existing equipment. i) Wipe down and clean(including dusting)any and all components,housings,or related items to remove all dust,debris, etc. 3. Air Conditioning Package Units a) Clean and sanitize evaporator/condenser coils. • Cleaning of coils includes but is not limited to: coils, drain pan, blower wheels with assembly and all related components,etc. b) Lubricate bearings and check for abnormal operation. c) Replace belts,check pulleys and sheaves for abnormal wear/damage,and ensure proper alignment.Leave spare belts at unit. Page 2 of 6 Exhibit A—Scope of Services CAO d) Clean drain pan,flush drain lines and install drain pan pills. e) Check all electrical connections,tighten as needed. f) Check air filter condition and filter access cover.Report dirty filters and damaged covers. g) Clean blower wheel and motor including all assembly and housing. h) Check motor operation.(record amps,voltages,check for excessive vibration). i) Check Temperature Differential to ensure proper operation per manufacturers design. j) Checks crank case heater operation. k) Check safety control. 1) Check heat mode operation. m) Maintain service logs in all equipment. n) Check and secure all equipment panel screws and attachments. o) Adjust any components and equipment,as needed. p) Update records in all existing equipment. q) Wipe down and clean(including dusting)any and all components,housings,or related items to remove all dust,debris, etc. 4. Chilled Water Air Handlers: a) Clean and sanitizes chilled water coils. • Cleaning of the coils includes but is not limited to cleaning of the: coils, drain pan, blower wheels and housing including assembly and related components,etc. b) Lubricate bearings and check for alignment,adjust if needed. Replace belts, leave a spare set of belts at unit, check pulleys and sheaves for wear/damage.Check alignment,adjust if needed.Report all abnormalities. c) Clean drain pan,flush drain lines and install drain pan pills. d) Check all electrical connections tighten as needed. e) Check chill water valve linkage for water leaks and valve packing. f) Check air filter condition and filter access cover.Report dirty filters and damaged covers. g) Check for deteriorating insulation. h) Clean blower wheel and motor including housing,assembly,and related items. i) Check motor operation(record amps,voltages,check for excessive vibration). j) Check Temperature Differential to ensure proper operation per manufacturers design. k) Maintain service logs in all equipment. 1) Check and secure all equipment panel screws and attachments. m) Adjust any components and equipment,as needed. n) Update records in all existing equipment. o) Wipe down and clean(including dusting)any and all components,housings,or related items to remove all dust,debris, etc. 5. Pumps a) Check motor operation.(record amps,voltages,check for excessive vibration). b) Lubricate bearings,(if necessary). c) Check all electrical connections,tighten as needed. d) Check VFD operation. e) Maintain service logs in all equipment. f) Check and secure all equipment panel screws and attachments. g) Adjust any components and equipment,as needed. h) Update records in all existing equipment. i) Wipe down and clean(including dusting)any and all components,housings,or related items to remove all dust,debris, etc. 6. Boilers a) Check all safety controls and report all faulty controls. b) Check for water/steam leaks. c) Check for deteriorating insulation. d) Check burner's efficiency,adjust for efficient operation. Page 3 of 6 Exhibit A—Scope of Services CAD e) Check motor operation(record amps,voltages,and check for excessive vibration). f) Check all electrical connections,tighten as needed. g) Check operation of heat exchanger.Report all issues. h) Maintain service logs in all equipment. i) Check and secure all equipment panel screws and attachments. j) Adjust any components and equipment,as needed. k) Update records in all existing equipment. 1) Wipe down and clean(including dusting)any and all components,housings,or related items to remove all dust,debris, etc. 7. Walk-in Freezers and Coolers a) Inspect the door seals. b) Inspect the door hinges and latches. c) Check for refrigerant leaks. d) Check for water leaks,if applicable. e) Complete visual assessments for all equipment or related components,including refrigeration line sets—observe the equipment or related components and determine if there are any issues or potential issues. f) Check all electrical connections(contactors,relays,check amperage draw),tighten all electrical connections as needed. g) Clean condenser and evaporator coils. a. Cleaning of coils includes but is not limited to coils,drain pan, and blower wheels, as well as assembly and all related components. h) Check Temperature Differential to ensure proper operation per manufacturers design. 8. Ice Machines a) Check for all refrigerant leaks. b) Check all electrical connections(i.e.contractors,relays,check amperage draw,etc.) c) Clean and sanitizes evaporator/condenser coils. • Cleaning of coils includes but is not limited to cleaning of:coils and all related components,etc. d) Check drain pan and flush drain lines. e) Check water filter condition. f) Check safety control and report deficiencies in writing. g) Maintain service logs in all equipment. h) Check and secure all equipment panel screws and attachments. i) Adjust any components and equipment,as needed. j) Update records in all existing equipment. k) Wipe down and clean(including dusting)any and all components,housings,or related items to remove all dust,debris, etc. 2.6. Contractor shall perform refrigerant recovery on any system that contains refrigerant. 3. RECORDS AND DOCUMENTATION: 3.1. After performing preventative maintenance on each unit,the Contractor must provide a weekly report/checklist to the Division Representative or designee,which includes the unit's ID Number detailing: a) The services completed b) Any issues c) Any potential issues d) Any deficiencies and abnormalities e) And make specific recommendations for future remedial action,if necessary 3.2. Contractor shall take before and after pictures of all items completed per unit and submit them upon request. 3.3 The Division will provide the initial equipment list,including the unit's ID Number,system description,address,and location. 3.4. Contractor shall maintain a summary spreadsheet listing each unit serviced,including but not limited to the unit's ID Number, system description,address,equipment location,and date of service. Page 4 of 6 Exhibit A—Scope of Services CA-0 3.5. Contractor shall submit a list of units to be serviced to the Division Representative or designee(3)weeks before the start of each quarter.This list shall contain the unit's ID Number,system description,address,equipment location,and the scheduled date of service. 3.6. In the event the equipment does not have a service log,the Contractor will add the service log to the equipment at no additional charge. 3.7. The Contractor shall,under no circumstances,remove any equipment containing a County asset sticker.The Contractor shall request that,when replacing equipment,the asset sticker be removed by a County staff member authorized to adjust equipment inventory records. 3.8. The Division Representative or designee retains the right to add or to delete any facilities and equipment from service provided under the resultant contract as described herein, without further Board approval and in accordance with the Procurement Ordinance,as amended. 3.9. The Contractor will be responsible for utilizing any systems used by the County for work requests under this Agreement.The Contractor will be required to update,complete and close work requests and attach before and after pictures,as necessary. 4. WORK HOURS: 4.1. Normal business hours are considered Monday through Friday, between 7:00 AM to 5:00 PM, excluding Collier County observed Holidays. 4.2. After-hours are considered before 7:00 AM and after 5:00 PM on weekdays and at any time on Saturday,Sunday or County Observed Holidays. 4.3. Typically, preventative maintenance services will be conducted during normal business hours, which are Monday through Friday, 7:00 AM to 5:00 PM, unless otherwise authorized by the Division Representative or designee. Chemicals/products that must be applied during normal business hours, or when the building is occupied, shall be approved by the Division Representative or designee. 4.4.If the Division Representative or designee determines that a Preventative Maintenance service on a unit(s)should be performed during after hours,the Contractor may charge the After-Hours Fee for each unit serviced,in addition to the price per unit. 5. CONTRACTOR'S RESPONSIBILITIES: 5.1. Contractor shall use qualified technicians to complete all work in accordance with the requirements specified in this solicitation. Technician credentials may be requested by the County.The technicians shall be experienced in all facets of servicing a variety of different types of HVAC equipment and related Control Systems. 5.2. The Contractor shall not commence work until a County purchase order is issued. 5.3.All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations.Also,all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. 5.4. The Contractor must comply with Federal and State right-to-know laws if hazardous materials are used.Material Safety Data Sheets(MSDS)will be made available and provided to the Division Representative or designee upon request.The Contractor is required to immediately report to the Division Representative or designee any spillage or dumping of hazardous material on Collier County property.The Contractor shall bear all costs associated with the cleanup of any such incidents. 5.5. The Contractor shall be responsible for removing all debris from the site and cleaning affected areas.The Contractor shall keep the premises free of debris and unusable materials resulting from their work and,as work progresses,or upon request by the Division's Representative or designee,shall remove such debris and materials from the property.The Contractor shall leave all affected areas as they were before beginning work. 5.6. The Contractor shall comply with the Division's security guidelines on facility security policies, this may include additional policies and procedures for work to be performed at the Collier County Sheriff's Office.Violations of these rules could,at a minimum,result in termination of the awarded Contract. Page 5 of 6 Exhibit A—Scope of Services cp. 6. BILLING AND INVOICING: 6.1. A Collier County Purchase Order number must appear on each invoice. 6.2. If applicable,the work order number must appear on each invoice. 6.3.A summary spreadsheet shall be submitted along with the invoice listing each unit serviced, including the unit's ID Number, the equipment type,the location of the unit,the date of service,and an attestation signed by the Contractor. 6.4. Invoices will be billed monthly for services rendered. 6.5. Preventative maintenance will be billed at the flat rate unit price per service visit,as specified in the resultant agreement.. 6.6. Preventative maintenance unit pricing is all-inclusive, including but not limited to labor, parts, equipment, tools, required reporting,transportation cost,insurance,overhead,and all the necessary resources needed to perform the work. 7. WARRANTY ITEMS: 7.1.Parts and fixtures shall be new and warranted for a minimum of two(2)weeks or the maximum allowed by the manufacturer. 8. PRICE MODIFICATIONS: 8.1 Submit price increase requests in writing by email to the County's Contract Administrator no less than 120 prior to the contract renewal date. 8.2 Price increase requests review may take over sixty(60)days to complete. 8.3 Retroactive price adjustments are not authorized, 8.4 The Contractor shall provide supporting documentation justifying price increases (examples: Bureau of Labor Statistics, Contractor's material agreements, distributor invoices,proof of fuel increases, etc.) If there is no documented proof,price increases will not be considered. 8.5 The Contract Administrator shall analyze prices to determine whether increases are fair and reasonable. 8.6 During the review process,the Contractor shall continue to fill all purchase orders received at the current agreement prices. 8.7 The Procurement Director has the authority to approve price adjustments in accordance with the Procurement Ordinance,as amended. The bid tabulation shall be modified with the price increases,or an amendment processed,as required,and uploaded into the County's Finance System. 8.8 Price increase requests are not guaranteed. If approved, the Procurement Director or designee will notify the Contractor in writing with the effective date of any approved price increases. Page 6 of 6 Exhibit A—Scope of Services CAO Exhibit B Fee Schedule following this page (containing 2 pages) Page 16 of 18 Fixed Term Service Agreement [2025_ver.1] Exhibit B-Fee Schedule #24-8306 "HVAC PREVENTATIVE MAINTENANCE SERVICES" The price per unit covers one(1)Preventative Maintenance("PM")service visit for each equipment unit.The County requires four(4) Preventative Maintenance visits annually,occurring every three(3)months for each equipment unit. Indoor and Outdoor Air Conditioning Systems(DX Systems) Price per PM per Item System Description:AHU,AHU-R,MINI-SPLIT,CU,OAU,WMU Unit Note:Excludes Building K-Chiller/Energy Building Ice Tanks 1 Under 2.5 tons $ 59.00 2 2.5-under 5 tons $ 59.00 3 5 tons $ 59.00 4 6- 10 tons $ 59.00 5 11 -20 tons $ 118.00 6 21 -100 tons $ 118.00 7 Greater than 100 tons $ 118.00 Item Exhaust Fans System Description:EXFAN 8 0-5 Horsepower $ 38.94 9 5.1 - 10 Horsepower $ 38.94 10 10.1 -20 Horsepower $ 38.94 11 20.1 -30 Horsepower $ 38.94 12 30.1 -50 Horsepower $ 38.94 Item Air Conditioning Package Units System Description:PACKAGE 13 Under 2.5 tons S 89.68 14 2.5-under 5 tons S 89.68 15 5 tons S 89.68 16 6- 10 tons S 77.88 17 11 -20 tons S 77.88 18 21 - 100 tons S 472.00 19 Greater than 100 tons S 1,888.00 Item Chilled Water Air Handlers System Description:AHU-W 20 0-4.99 Horsepower $ 59.00 21 5.0-19.99 Horsepower $ 118.00 22 20.0-49.99 Horsepower $ 118.00 23 50+Horsepower $ 472.00 Item Pumps System Description:CHWP-2ND,CHWP-PRI,CUP,CWP,MWP 24 0-4.99 Horsepower $ 29.50 25 5.0-19.99 Horsepower S 29.50 26 20.0-49.99 Horsepower S 29.50 27 50+Horsepower S 29.50 28 5-75 Horsepower Variable Fequency Drive(VFD) $ 29.50 1 Ck0 Boilers Item System Description:BOILER 29 0-350 BTU $ 472.00 30 351 -900 BTU $ 472.00 Item Walk-in Freezers and Coolers System Description:WALK-IN 31 0-860 cubic feet $ 118.00 32 861-1500 cubic feet $ 118.00 Item Ice Machines System Description:ICEMACH 33 0-299 pounds $ 472.00 34 300-499 pounds $ 472.00 35 500-999 pounds $ 472.00 36 1,000+pounds $ 472.00 Item After Hours Fee* _ 37 After Hours Fee* $ 148.00 *After-hours are defined as before 7:00 AM and after 5:00 PM on weekdays,and at any time on Saturday,Sunday,or County-observed holidays. 2 Exhibit C Affidavit Regarding Labor and Services following this page Page 17 of 18 Fixed Term Service Agreement [2025_ver.1] AFFIDAVIT REGARDING LABOR AND SERVICES Effective July 1, 2024,pursuant to §787.06(13),Florida Statutes,when a contract Is executed, renewed, or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services. Nongovernmental Entity's Name: Anchor Mechanical Inc Address: 255 N California Ave. Chicago, IL 60612 Phone Number: 312-492-6994 Authorized Representative's Name: Mike Rosner Authorized Representative's Title: President Email Address: -mikerosner ahoo.com AFFIDAVIT I, Mike Rosner (Name of Authorized Representative),as authorized representative attest that Anchor Mechanical Inc (Name of Nongovernmental Entity)does not use coercion for labor or services as defined in§787.06,Florida Statutes. Under pena o . •r' ry,I declare that I have read the foregoing Affidavit and that the facts stated in it are true. � / 3/31/2025 ( ' at - off• orized representative) Date `�::: , CARRIE L.KEOHANE F�Sri alc�, : ��.�� -:. STATE OF it,,:. m;,,T :•° MY COMMISSION#HH 420079 o.,.g.e. EXPIRES:November 9,2027 COUNTY OF BV-oVJ d Sworn to(or affirmed)and subscribed befor me,by means of 0 physical presence or online notarization this I day of 4 *i 015,2 ,by EJTIKC_ I-lel' (Name of Affiant),who produce their as!den fication or are personally known to me. Notary Public \bq Q,,o(D.7 Commission Expires Personally Known OR Produced Identification Type of Identification\\Produced: CONTRACT,RENEWAL,OR EXTENSION REQUEST FORM Version:2025.1 CA° Other Exhibit/Attachment Description: HVAC Equipment List X following this page (containing 8 pages) ❑ this exhibit is not applicable Page 18 of 18 Fixed Term Service Agreement [2025_ver.1] I I ' a aaaa a s F aaaaaa SFS#sFi i ,I, a i SFF € 3?€ # ff L CG d'aasss s sssscssssss eiiiiiiaZi�i�iii1iiiiii3iiiiiii ig i..00 i3iiiiiiieii.iiiii3iiiiiiiia."v.k � zzzzz3k3�/f lmi Sbdbb'&iSSiiiiiii SS3b'i iCiggrE „"' liRwARnnnn RnnlIfiz ililli[lill Ef 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 ii v R C C C C C R R R`C d l�a?�x'�� a�'����a?'�a'a°�d r��FF _._ iii k%o Y%0 M yy t % %%5 6 Y ffl} 4�gat<,83g °$§ 643i$$g88$88 E1$$$1 -a flifi iilll G G g igNiggiNi e".c"ee""405nn�55e�ee55mgimIlii u =G g . i. 2.2. is3 i3i . .3tli .z z . .ai 2.iztIl .3 3 .i" 9R CL•C sad ,m,.m.,„.. ... �,p ..'"...,LT,,t,:g gg.t �' .'mm mmmmmmt�m ..�im Q 6.E.,, 2-_m__ _ m T _ T = = m m _m _ _ _m m m _ J i S q;�'o o a if S 1 b br. zxc sssoz 9gpp s bbbbb ib ;. bb;. ttbbbbbs b bb ;.b'�Efr EEEESSEEEE : t i z asd ypa s pp, ��FF n t ls� 1111::mi �� ��wild g p�i£QggR�� �R� gggd d� � g�a dd� ddg iy 3d � d���dd Sa g �5S i Ili f a t nni� milli Ex i f f i f EY f f f f x Ex q i f E f i i i i S�xR�.-'.' $' 9 �3�% '� a6 !R Z A'. �.x.tl R�.���'� 4 R R 7 R ��x���Z x ���.a. x .�. �.�. . 9 99 ii 2.$2QQ 2' ,p11181Q m,6„"E 2 22 '2pQ22 t j 22t Q EEi2E EEEi Emi F EE iIE EE[#E� 4E € E €F € i� � �A�'ccc cccccc�€c E `!'' +�r� E I P f f f f ..E ........ f f c 0 RR RRRR R i 81 RRRRRR8 `RRRRRR RR R 1 ii RQRA Q !!! ! ; III . C iiirillM45111iMPiiiill@ggiiiiiiii0iiiiiiiriq UP111111"1111iiii/1/ PPR PP 2 to irt§ 14 ;$0itr, EA!!aY1"... ' 1 "P' : " ""Lri §§t -1 B Mlil 1m fig EcGil 11 Gril-s- ii0Wigi 1 ° i!gRiGgEWW . ;1,41Htg 011§g t P - :,, -4g ';V.4 - ii riEW2gillIgNqt ill rilii N!! Y ~!!! UU IQ ii; if f f f f E 8 / HI 1/ 1 HMI 0 0 88l ggggf Mfg EAA§A A AAAAA Ails AAA _ A A A EAAAAA At AAA 11 g g.gg , a op ,,..,N8 .8.,.,.,.,..,. ....GG ..x ,.5,. .,H., 6GGGGG,. _ _ ................ s 15i1111104gg a ' E_ ri & l ii i i = =x' uk EEGd Cr. =''. . 0•0 N ESSSESS SS SS, SSS S 1 ..,....... _ - 0.._ .. CA) y yip S p p g 1 IMIA MINggiEll 11Y261011116!ig19&g1SSSSSSE lgIVA�-- VggR5:-6RGG!G sag ittl' aai&; iii 1 i i �a iaa iii i ._i� iiiiiii iiF# ii tiii i `i i i ii Ii I T T S i 3 3 4 g i g i 3 3 "35iiiiii 1 3.1 _ (3,3 3 3 3 3,�, ��� 3 3 3 3 3 3 3 3 3 3 3 �. Sri - - i IIIIIHHIIHIHHIHHhIHHIILIIHHIHIIIHHIIIIHhIIIIIHI AU E a ilIIIIl 0111 iiiiiiiiiiiiiiiilia iiiiIIIIIIPM Iiiiiiiiiiiiliii iii 1 ° ill/ ; 1 E pF$ ss� Sp L 4X ` 1 . W. WW1 ;8 a CPO HAggligliMtIMMIIIIMMMOIONHIIIIINM v immii ilif ��l4�f g- iiiIiiii i g8k7cisllslli55€lli im ries ill a ¢ a ��� A aaa aaaaaaaa as a a aaaaa aaa aaa aaaaaaa a a as i�z aaaa ���� PE�� g€3� 11 1 W W WW WI W "s.iai�Fi:.s.r �$$s s$$$ 1111 IIII iiiiiks,txxiiLitE.t_tEtttx&lizillilliir 1111111113 I 1111 1111111 H II 1 I I i I II I I pagg �armggivageWtsW���ce EgguYpgm4mi Y x�e "e"e�e"rY eeann!!!!n EA G yN YNNG3¢G3[GG34GN�,.UNSEG Y{G GGGGGS{G�GGstGGGg{G-+pG gtG s{�C.st,,�..,.S{, sy-+e�gr yE ye+�E 5r ;.,„W qr�.,.,.,.lr,.,EsuyS nCuo,oe�� EGG 3i3112ii13131aiiiiiiiiiiiiiiiiiiiiiiiii3.@.iii3iiiiiiliIiii .i3i3333iiiiiiiii .iii331 i. m iTi m� ►ii 1!.P Amm �u,t14 w— -JJm? w.w.!:m iJ4 ! Ti j I I I I I I 1 I H ' IIiI j 1 IIHIIIIHIIIIIlIiHIIII IIHIIIIIHIIHIH l poi l !!!! Ay! iiiilli illi ':1_101111;i1i111.1; I � E IillIiiiiT nil hFI I ! v l I6 il � I iiiiiiii Niiiirillill 11111411ill1111111111 i U 111 1111111111111111111111111111111"11 III - - _11 I - a5 s: ss ..ISS GWE CCR F!Is ill 1 IIIIIIIIIIIHIIIIIIIINi I 111111 MIIIIIII111111 1111111111111111SII11IIIN11111111NI NIIIIIIIII 111111111111111111111111 j1 I i 1 I , w I i 1 Li 1 L 1- I 1 LI Iw 1 r..I.... II CA() 1 I H I 11 I ' I I It S E >• sm Ss.s �_ MP PR P PPM MP ��g! gWa igiEl€kill gMlailiiiiiiER Fa $ fiff 88888 88aaa �� aaaa_a z - '�,' ;:� �I d R$i� � iEEEFEF f£FF££IE££E EF FFFEEFEX£ f££££ ^$ MI Illi 1 1 _ f(f{f {_ I I 1 � , 1 ii" £ i 050 aCgc 4sg ea GeeNG"1 NsMtA4v!..,ntAk g ,'"ggggg Irn U r a S SSSSS 1 WG GWGWG 1 RRRRR mR3ilElri iiii�EEWA ULE 0, <i ost5sssss8sssg� sss sso :s5 1 LI IIIJII HlHhIHUhIHHHHIIUII ' I8111 1 ! I IiHI tk't ill Iriiiiiiiiirliiirtiliiiiiii t3 'I Ill!1 lUll 1 i i, ll _, . l- 1 III III 111 w w w w w &S IBE � �, 771,E . ,1 _2 it 11111111111111111101111181111110 VI � P' J7" B=� � 6irLCi 3ia6 dd q !II i mar i,..oy Y�� 61 RA CC ;li §0,1:5l IIAg I .I IIE 1%. 1G a 1 W'�i � E d 11 I i61 IsigS..�� g1 8,w,AW imig is 41 1 r. CIF It 1 I 55 a8 V : IN A 8 to A 88 8Va"a 8888 ItAAAAA _AIL . o N - . NGNC•tir1N 888888 ..W GG . , a.,. ,.80,..8w., o.1c..N.... . .. asasaa /,. f.uf. CGeaaaaaaaae gf. f g. g g: aQ _ GG—GG 14 as ce ass a a wWW i_ P . i _ 11 IL I CAM) 1 I I I I II ' I I 1 1 gn !own UUWELL 11M tilt .4_ t•1 1111111"M 1111 I g 1 l 1 ;1011 f f! i9i 11 U I mid a I UU I ° IU�g „<. 7, IQ H = II ss aeIessae save n5n5g! aaxa��!fiinggigg O" g OM g �� � ��N �N� so s lssssssos • g§§� iiiiiiis iii - MYY111111111111 'T s ill! DWI IIIIIImg11 111 hi i, 41Y44 ya fE1$$$sK Elsell I B1111111 IHIHHHHHIIIHIIUUHhIlILiIHhIIHIIIHhII H IA ICI 11111111"i . 11111111111111411111ill 1 17 1111 LLL111111'1'1111i ��_ � 111 111 C� IG CG Wol ��^Y _ _Egig1 wili'l i 1 Iiip 11411 ii I &„4. 20,, , ag„1,"„, p 1 1 I 1 iiiiiiiiiiii ii 1 111111111 III iiiii"1 hli iiiiiiiiiii Ilifil _; 1 i . AA II "� SP IQ I4211N. 1 N1 . � W .. WN_ t c 1"c a ..1 Ns 8 MGM lifi ) 1 i ' f. ' I I RI w ..,.. ..[ I ,.i I 111 1 1 , 1 I _Wild CAS I $oWH�Y pp S yy gg i5 8 W�,I N--1-8 8 t'°m'l e r L a " Y Y""; r"-I t S3!s& �gAilllS..voso�8=aa��ffiSs Wye!SIm s6'Y� YvCdisn'e !IgWGS:,YIQi5:G: a��eg� 111111111118111111$11113111_ 838811 SQe1B111111418$11S 1111111111111 .144 1114 1 II 1 1 I I ydCE» "�M� ;,G S" :Y�li :X:Y:1.� : �C Ci"'1 CCCI CCC:Y 1.—ege 68B488 a8 i11[/"iiiiiiiiiiifiiiiii P44Y4P"m !!y! 1 U�ll 1111 � 11 fill IiiititOilltilillililliiiilliiiiiiililpOWIRMIlifinilillitiiilitliqiiik ii lilia11b a Mil a $ 3'a .a a , ee>=eLe e e� �e=eexeae>e�=e e1e=ee >e=e= ei� eeee>ees #>ee >e a>e R == s>r e E e e s a I��. : �.�. n e F e r a L EIE k k E E E EE E t.i a I 1 II ;I ^logo F[11 2 4 R E M R'� nlnl I T � .� +*11 E1E E E E E $ I RR RR R u REER;+� R R !==SiRRR RR RR RR o g ii $t1 1 1 S� jAi !INg ��4 it G6 5g R R c c oe € s .I ,$ 0 ill IW 6Y TR pC !4YYEYYQY YY € aa YY3 "I$ R l " a 6i37 : = s§ a t ' t i ti #tM Mg Z o i o5 . g iii1 at 1 I I gg gg Ug I " AA kgggg UU ;Ns: ;;, .....al ;;;«a;ln.4«Mx?.iG: '2 oo5. ,.. sG 5W8., '68 au"' ..MN "ram. '1'. N N��,soa ZA. SE >•i i i i i i i i > E E L i i i i i i i >E L i i ii i R E ' i iiiA al i i C� 50 � 1 El 11 r SEES S8 SE ES C1° 11111aaaaaaa���Ef€[iECC��C�ECEE�eEfi€� it f� 3g� d�������d���s�=�� Ili i}iiiiiii,iiii ifalliiiiiii III I Mil 1 Imz z zz��M? ���M� GGG' "G Illi�l��i����31111,����������������� �����5F556S�aCc55a�Nnn"nne»�',a�������"��'�S� �a� ���4YQY444Y??4YS44SS$BdSSSSdSfi6St3S8SCSS �'��$$��d��������4�111 I 11 IIHIHIIIIHHIIHIIIIIIIIIIIHIILUFllUIIII ill ' E iii iiiiii iiiiiiiiiiiiiiiiii iiiiiiiiiiiiiiiiiiiiiiiiiirillil iiiiiiiii 11111"11 1111111i1 ii..iiiillillijill iiii IN 1 iii _ , $ , _ lil A Ed 1 11 : '; iIII .oA - g; W G $ fi i ti 1 s N s G ... _ A UUi N s E t! 8E4 - E 1 I le • is ��`N R a r IIIIIIIIIIIIIIIIIIIIIII i x Kw 1 1 W .. Ci 0 111 1 3�z.z.x3x xz z3 � 3z � � ":e"zxz""" . Millil till tittt t sm � 4,4 4 4 4.44 44 T A A A A ' 4 4 4 4 R k i 0; R mm q m m-i i i f U �n a iiii r.rzzzze 1:1;;;;II 'Kttixga,guggagug" s6aa a gggg 1 a a lill:! :1 I II t IIHiIIIIIIIIIIIIIIIH I Hill EMI III 11111111111111 R Rail@ AA g Si £Y^204 i n 8 N m i g . . H r"- 8.8 8 6 6 88 NGN NN 6 60 3 888 8 A N N IIIII IIIIIIrHll11111511111111115111 III III 6 6 S66666666 .. I . l wWwWwW�wW CAO