Loading...
Agenda 12/10/2013 Item #16E 6 12/10/2013 16.E.6. EXECUTIVE SUMMARY Recommendation to award Bid # 13-6057 "On-Call Mechanical Contractor Services" to Johnson Controls, Inc. as primary vendor and Conditioned Air Corporation of Naples, Inc., as secondary vendor, for Mechanical Engineering and Contractor Services and authorize the Chair to sign the Contracts. OBJECTIVE: To obtain "On-Call Mechanical Contractor Services" for the agency in a fair and competitive manner. CONSIDERATIONS: The Department of Facilities Management is responsible for the maintenance, repair, capital replacement, and construction of County owned facilities. Contract # 13-6057 allows qualified contractors to install, repair, replace, and maintain all HVAC equipment, including but not limited to, chilled water systems, pumps, air-handlers, VAV boxes, outside air units (dehumidification), fans, compressors, condensers, direct exchange units,and variable frequency drives. On September 18, 2013, the Purchasing Department solicited bids to contract for the purchase, repair, maintenance, engineering and installation of mechanical equipment. The selection of vendors was based on the lowest qualified responsive bidder as outlined in the solicitation. A total of three hundred sixty- seven(367)notices were sent, thirty-four(34)were downloaded and six(6) submissions received. Three of those submissions were deemed non-responsive for not including necessary personnel or certifications. Staff recommends awarding this contract to the lowest qualified responsive bidder, Johnson Controls,Inc. as the primary, and Conditioned Air as the secondary and for"On-Call Mechanical Contractor Services." A bid tabulation sheet is attached for review. FISCAL IMPACT: Mechanical services for the County have historically averaged approximately $850,000 annually and are based on approved building maintenance and capital budgets. Funds are budgeted in departmental cost centers. GROWTH MANAGEMENT IMPACT: There is no impact on the Collier County Growth Management Plan. LEGAL CONSIDERATIONS: This item has been approved as to form and legality and requires majority vote for approval.—CMG RECOMMENDATION: That the Board of Collier County Commissioners approves the award of Bid# 13-6057 "On-Call Mechanical Contractor Services" to Johnson Controls Inc. as the primary and Conditioned Air Corporation of Naples,Inc., as the secondary for Mechanical Engineering and Contractor Services and authorizes the Chair to sign the Contracts. Prepared By: Dennis Linguidi, CFM, Facilities Manager,Department of Facilities Management Attachments: • Agreement for Johnson Controls Inc. • Agreement for Conditioned Air • 13-6057 Bid Tab Packet Page-1884- 12/10/2013 16.E.6. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.E.16.E.6. Item Summary: Recommendation to award Bid # 13-6057 "On-Call Mechanical Contractor Services" to Johnson Controls, Inc. as primary vendor and Conditioned Air Corporation of Naples, Inc., as secondary vendor,for Mechanical Engineering and Contractor Services and authorize the Chair to sign the Contracts. Meeting Date: 12/10/2013 Prepared By Name: LinguidiDennis Title: Manager-Facilities,Facilities Management 11/18/2013 1:44:31 PM Submitted by Title: Manager-Facilities,Facilities Management Name:LinguidiDennis 11/18/2013 1:44:32 PM Approved By Name: Camp Skip Title: Director-Facilities Management,Facilities Manage Date: 11/18/2013 2:50:16 PM Name: pochopinpat Title: Administrative Assistant,Facilities Management Date: 11/18/2013 2:50:25 PM Name: JohnsonScott Title: Purchasing Agent,Purchasing&General Services Date: 11/19/2013 8:44:18 AM Name: WardKelsey Title: Manager-Contracts Administration,Purchasing&Ge Date: 11/19/2013 10:27:08 AM Packet Page-1885- 12/10/2013 16.E.6. Name:NorthrupAdam Title: Procurement Strategist, Purchasing Date: 11/19/2013 11:32:59 AM Name: MarkiewiczJoanne Title: Manager-Purchasing Acquisition,Purchasing&Gene Date: 11/19/2013 3:16:55 PM Name: GreeneColleen Title:Assistant County Attorney,County Attorney Date: 11/20/2013 11:46:34 AM Name: PriceLen Title: Administrator, Administrative Services Date: 11/20/2013 4:54:49 PM Name: KlatzkowJeff Title: County Attorney Date: 11/21/2013 8:15:49 AM Name: PryorCheryl Title: Management/Budget Analyst, Senior,Office of Manag Date: 11/22/2013 11:26:54 AM Name: OchsLeo Title: County Manager Date: 11/25/2013 1:28:14 PM Packet Page-1886- 12/10/2013 16.E.6. AGREEMENT13-6057 for On Call Mechanical Contractor THIS AGREEMENT is made and entered into this day of , 2013, by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "County" or "Owner") and Conditioned Air Corporation of Naples, Inc., as the Secondary Contractor, authorized to do business in the State of Florida, whose business address is 3786 Mercantile Avenue, Naples, Florida 34104 (hereinafter referred to as the "Contractor"). WITNESSETH: 1. COMMENCEMENT: The contract shall be for a one (1) year period, commencing on Date of Board award and temiinating (1) year from that date. This contract shall have three (3) one (1) year renewals, renewable annually. 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 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 not less than ten (10) days prior to the end of the Agreement term then in effect. Work shall commence after issuance of a Purchase Order. 2. STATEMENT OF WORK. The Board of County Commissioners deemed two (2) firms to be qualified and awarded a Contract to each firm for services on a Primary, Secondary basis as identified in Exhibit A, Scope of Work, hereby attached and incorporated by reference. The Contractor will provide complete services for HVAC and Mechanical Services on an as- needed basis as may be required by the Owner in accordance with the terms and conditions of ITB #13-6057 — On Call Mechanical Contractor and the Contractor's proposal, which is incorporated by reference and made an integral part of this Agreement. All on call repairs shall be pre-approved in writing prior to the commencement of any work, with exception of after-hours emergencies, and shall first be offered to the Primary Contractor, (Johnson Controls, Inc.) In the event the Primary Contractor is unwilling, unable, or deemed non-responsive by the contract manager, within the timeframe specified by the user department, then the Secondary Contractor (Conditioned Air Corporation of Naples, Inc.) will be contacted. To initiate non-emergency and emergency services during regular business hours, the County will provide a summary of work to be performed, to the contractor, and: a. For services estimated to be under $3,000.00, the Contractor will submit a verbal estimate, and can commence work upon the Contract Manager's, or their designee's verbal approval, and the issuance of a County Purchase Order or Blanket Purchase Order. b. For services estimated to be $3,000.00 and above, the Contractor must submit a written estimate within two (2) business days of request. All cost estimates shall be broken down by hours worked per technician, and materials and parts will be identified in detail (description, quantity, unit price, and extended price). The estimate should also include a start date, end date, time, and any additional tasks necessary Page -1- Packet Page-1887- 12/10/2013 16.E.6. to satisfactorily accomplish the work. The estimate provided by the Contractor shall be firm, with no increases permitted without prior written approval from the Contract Manager or his designee. Any such increases to the estimate must be approved in advanced by the Contract Manager or his designee prior to the commencement of any contemplated work to be performed. Work can commence upon Contract Manager, or their designee's written approval and the issuance of a County Purchase Order or Blanket Purchase Order If the Contract Manager deems the written estimate to be unsatisfactory, the County reserves the right to negotiate an acceptable price, or declare the estimate non- responsive. To initiate after-hours emergency service, the County will provide a summary of work to be performed to the contractor, and pre-approval will be made verbally by the County designee, to be followed up with an Emergency Purchase Order. All Preventative Maintenance service calls shall be scheduled by the County Contract Manager and be completed within ten (10) days of scheduled service according to the specifications outlined in Exhibit "A". The County reserves the right to bid or obtain quotes on any job with an estimated cost of $25,000.00 or more. No single job may exceed $500,000.00. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Contractor and the County Project or Contract Manager or his designee, in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such services are authorized. 3. COMPENSATION. The County shall pay the Contractor for emergency and non-emergency work on a time and material basis in accordance with rates established in Exhibit "B", attached hereto and made an integral part hereof. The County shall also pay the Contractor to perform two (2) preventative maintenance visits on each of the equipment listed in Exhibit "C", according to the lump sum prices listed therein. Exhibit "C" is a representative list of all equipment in which preventative maintenance is required at the time of solicitation, and may be updated, revised and/or modified at anytime without requiring a change order or addendum to the contract. If an addition of equipment is made, a quote must be received from the Contractor. Any County agency may purchase products and services under this contract, provided sufficient funds are included in their budget(s). Payment will be made upon receipt of a proper invoice and upon approval by the Project Manager or his designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 3.1 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 contract. 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- Packet Page-1888- Cp 12/10/2013 16.E.6. 4. NOTICES: All notices required or made pursuant to this Agreement to be given by the County to the Contractor shall be made in writing and shall be delivered by hand, by fax, e-mail, or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following Contractor's address of record: Conditioned Air Corporation of Naples, Inc. 3786 Mercantile Avenue Naples, Florida 34104 Attention: Keith A. Walker, President Telephone: 239-643-2445 Facsimile: 239-643-0444 All notices required or made pursuant to this Agreement to be given by the Contractor to the County shall be in writing and shall be delivered by hand, by fax, e-mail, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following County's address of record: Collier County Government Complex Purchasing Department 3327 East Tamiami Trail Naples, Florida 34112 Attention: Joanne Markiewicz Interim Purchasing/General Services Director Phone: 239-252-8407 Fax: 239-252-6480 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 Service Agreement must be in writing. 5. 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. 6. PERMITS: LICENSES: TAXES: In compliance with Section 218.80, Florida Statutes, all permits necessary for the prosecution of the Work shall be obtained by the Contractor. Payment for all such permits issued by the County shall be processed internally by the County. Contractor is not responsible for paying for permits issued by Collier County, but is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier county agencies when the Contractor is acquiring permits. All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 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. 7. 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 Page -3- Packet Page-1889- CAS, 12/10/2013 16.E.6. have the right to suspend the Contract 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 Aolik until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 8. TERMINATION: Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County and requirements of 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 non- performance. 9. NO DISCRIMINATION: The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 10. 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. This shall include Premises and Operations; Independent contractors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 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. 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. Special Requirements: Collier County Board of County Commissioners shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 11. INDEMNIFICATION: To the maximum extent permitted by Florida law, the Contractor shall 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, 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 . 4 this Agreement. This indemnification obligation shall not be construed to negate, abridge or Page -4- Packet Page-1890- CA\ 12/10/2013 16.E.6. 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. 11.1 The duty to defend under this Article 11 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, Owner 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 11 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 12. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by Owner in advance. 13. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this contract in compliance with the Purchasing Policy. Exhibit C may be updated, revised and/or modified at anytime without requiring a change order or addendum to the contract. If an addition of equipment is made, a quote must be received from the Contractor. 14. CHANGES IN THE WORK. Owner 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 itemized 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 written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any modifications to this Contract shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. 15. COMPLIANCE WITH LAWS. Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with 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 (including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(d) and (3))). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Owner in writing. 16. 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 and ready for occupancy by Owner. 17. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. 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 Owner. Page -5- ® , Packet Page-1891- 12/10/2013 16.E.6. 18. WARRANTY. Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any materialmen supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner 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 Owner. 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 Owner is entitled as a matter of law. 19. 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. 20. 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 Owner 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 Owner. 21. 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 Owner or Owner'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 Owner with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the Owner's benchmarks, Contractor shall immediately notify Owner. The Page -6- Packet Page-1892- 12/1 0/201 3 16.E.6. Owner shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 22. EMERGENCIES. In the event of any emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner is obligated to act to prevent threatened damage, injury or loss. Contractor shall give the Owner written notice within forty-eight (48) hours after the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Owner determines that a change in the estimate is required because of the action taken in response to an emergency, a written approval from the County Contract Manager shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the estimate Amount. 23. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Department. 24. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the following component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractor's Proposal, Insurance Certificate, Bid #13-6057 — On Call Mechanical Contractors Scope of Work, Addenda, Attachment 8: Bid Schedule, Exhibits A, B, and C, and any Purchase Order made or issued pursuant to this Agreement. 25. 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, 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 contract held by the individual and/or firm for cause. 26. 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. 27. 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. No markup shall be applied to sales tax. 28. IMMIGRATION LAW COMPLIANCE: By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located I4 at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Page -7- Packet Page-1893- CP► 12/10/2013 16.E.6. agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 29. 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. 30. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES: Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. 31. 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. 32. SECURITY. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department 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 four (4) years 33. 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. 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. ANN Page -8- Packet Page-1894- CA 12/10/2013 16.E.6. IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by an authorized person or agent, have executed this agreement on the date and year first above written. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIER COUNTY, FLORIDA Dwight E. Brock, Clerk of Courts By: By: Georgia A. Hiller, Esq., Chairwoman Dated: (Seal) Conditioned Air Corporation of Naples, Inc. Contractor By: First Witness Signature Print Name and Title Print Name and Title Second Witness Print Name and Title Approved as to Form and Legality: Assistant County Attorney Page -9- Packet Page-1895- ��, 1 12/10/2013 16.E.6. EXHIBIT A Scope of Work 1.0 Overview Contractor will provide preventative maintenance and as needed repair services including but not limited to HVAC, Chiller, Boiler and Water Heater systems, as well as capable of furnishing the following services: • IAQ testing, reporting and remediation • Design build engineering • Insulation installation • Industrial/commercial/residential electrical service installation and repair • Water heater maintenance/repair/installation and/or cleaning • General Duct and associated duct components (ie dampers, louvers, defusers, return grates) maintenance/repair/installation and/or cleaning • DX Unit maintenance/repair/installation and/or cleaning • Air Handling Unit maintenance/repair/installation and/or cleaning • Cooling Tower maintenance/repair/installation and/or cleaning • Water pump maintenance/repair/installation and/or cleaning • Chiller maintenance/repair/installation and/or cleaning • Thermal Ice system maintenance/repair/installation and/or cleaning • VAV maintenance/repair/installation and/or cleaning • Fan Coil maintenance/repair/installation and/or cleaning • Any mechanical system controls maintenance/repair/installation and/or cleaning • Mechanical Engineering or design services required for permitting. For large or complicated projects, engineering services and drawings may be provided through Collier County design contracts. In these cases, the Mechanical Contractor will be asked to provide quotes or bids based on the provided designs. The Contractor shall use qualified technicians to provide all labor, supervision, equipment, and materials necessary to timely perform inspections, maintenance, service, repairs, emergency repairs, and installation of equipment all in accordance with the requirements specified in the bid specifications. Hourly time will be paid only for actual time at the worksite. Travel, fees and surcharges will not be accepted in conjunction with this contract. The contractor must have the use and availability, as needed and when required, of the services of a qualified mechanical engineer (with all related licenses and certifications being current and in full force and effect) with the experience and ability to "pull" all permits required for any and all system renovations. The contractor shall be responsible for furnishing all necessary labor, materials, equipment, tools, consumables, transportation, skills, and incidentals required for the Installation, Maintenance and Repair Services for all County owned and operated facilities on an "as needed basis" for the following systems: • HVAC and Related Control System Services: Page -10- Packet Page-1896- CA • 12/10/2013 16.E.6. All technicians assigned for work shall be familiar with, as well as experienced and qualified, in all facets of HVAC Installation, Maintenance, and Repair Services; servicing commercial, industrial or other large corporate users. All technicians assigned for work shall be able to provide the requested services, as outlined in the bid specifications, for all types of systems and associated hardware, including but not limited to: mechanical components, compressors, condensers, air handlers, capillary systems, fans, filters, drive belts, direct-drive, rooftop units, radiant systems, electric assistance systems, recovery units, duct work, dampers, louvers, defusers, return grates, etc. The contractor shall be licensed, and bonded, and use only skilled craftsmen in the installation, repair and servicing of both HVAC and related control systems. The contractor shall perform refrigerant recovery on any system that contains refrigerant and needs to be opened to the atmosphere. The procedure for the recovery of CFC's shall be submitted with the bid. All recovery reports shall be sent to the County contract manager, or their designee, noting date, type, quantity, location, and disposal information. The Contractor's technicians shall have at least a Type II CFC certification and documentation shall be submitted upon request. • Chiller and related control system services: All technicians assigned for work shall be experienced in all facets of servicing a variety and different types of Chillers; at a minimum but not limited to: Centrifugal; Absorption, Screw, and Scroll Chillers; all of which may either be water or air cooled and associated hardware (including but not limited to: air handlers, exhaust fans, fan coils, cooling towers, chilled water pumps, condensers, evaporators, variable air volume boxes, variable frequency drives, microprocessor controller systems, thermal ice systems etc.). All technicians assigned for work shall be licensed, bonded and experienced in all facets of Chiller Installation, Maintenance and Repair Services. • Boiler and related services, including: Installation, maintenance, repair, inspection and cleaning. • Water Heater and related services, including: Installation, maintenance, repair, inspection and cleaning 1.2 Additional Requirements 1. Contractor(s) shall be on-call twenty-four (24) hours a day, seven (7) days per week. Contractor(s) shall provide the County with an on-call telephone number(s) for both standard and emergency service. Response time shall not exceed one (1) hour from time of call for emergencies. 2. If excavation or other work requires the rental of additional equipment, the Contractor(s) shall provide the equipment at actual cost of rental, with no markup of costs to the County. 3. All work shall be performed by Contractor's licensed and properly qualified employees unless authorized by the Facilities Management Supervisor or his designee. Page -11- Packet Page-1897- ��, 12/10/2013 16.E.6. 4. All work shall be a "Turn Key" operation to include all repairs, site clean-up and restoring the work area to its original condition. This contract provides for any services deemed necessary to complete the job, through means of Contractor(s) in-house expertise or sub-contracted work as needed. 5. All work shall include proper permitting as required by the Authority Having Jurisdiction (AHJ). The Contractor(s) shall be responsible for permit submissions, unless otherwise instructed by the County. Permit fees may be included as a line item on invoices/quotes, no surcharges or markups are allowed. 6. The contractor shall ensure that all mechanical rooms and equipment (i.e. air handler, piping, equipment rooms, roofs, etc.) be kept clean and free from dirt, dust and debris. Contractor(s) may also be required to conform to Department of Facilities Management Work Management procedures, such as utilizing Department of Facilities Management work order forms, or future online work order system at no additional cost to the County. 2.0 Preventative Maintenance Contractor shall erform two (2)( ) preventative visits per year, according to the minimum requirements and scheduling requirements listed below. Pricing for the two (2) preventative maintenance visits is a lump sum on "Attachment 8: Bid Schedule" 2.1 Minimum requirements for the Preventive Maintenance Inspection of HVAC Units: A. Air Conditioning Systems: Bi-Annual Maintenance 1. Lubricate bearings, if applicable 2. Tighten and adjust belts quarterly, replace annually. 3. Check refrigerant cycle for proper conditions 4. Check compressor oil level and oil pressure, if applicable, and fill to correct level 5. Check all motor loads 6. Check all operating and safety controls 7. Service electrical connections, ensuring all wiring is protected inside all conduit. 8. Check evaporator and condensers for proper heat transfer 9. Clean condensing coils annually (coil cleaner included) 10. Maintain service records and record conditions for each piece of equipment 11. Submit report stating existing conditions and any additional repairs or modifications that may be required 12. Apply non-rinse evaporator coil cleaner to evaporator coils B. Exhaust Fans: Bi-Annual Maintenance 1. Lube bearings and check condition quarterly 2. Replace belts annually; as needed, having inspected and checked when last replaced. C. Roof Top Package Units (Direct Expansion Equipment): Bi-Annual Maintenance 1. Check and adjust operating and safety controls 2. Check operation of crankcase heater 4,.e 3. Check oil level and add oil as required Page -12- Packet Page-1898- 12/10/2013 16.E.6. 4. Check operation of control circuit 5. Check operation of burner or heating elements (where applicable) 6. Check fan belts and sheaves, replace and adjust as required Annual Maintanance: 1. Check unit for refrigerant leaks 2. Check and calibrate safety controls 3. Check and tighten electrical connections, contacts, relays, operating safety controls 4. Check starter, tighten all terminals and check contacts for wear 5. Lubricate motor bearings per manufacturer's specifications 6. Lubricate fan bearings per manufacturer's specifications 7. Check belts and sheaves, adjust dampers and linkage; as needed. 8. Check motor operating conditions 9. Check crankcase heater 10. Check external interlocks 11. Check oil level in compressor (where applicable) 12. Inspect coils for blockage and clean 13. Check and clean drain pan and drains 14. Clean and paint external surfaces, as required D. Air Handlers: Bi-Annual Maintenance 1. Check belt tension 2. Lubricate as required 3. Check bearing and motor mounting 4. Inspect and replace air filters; as needed. 5. Check any excessive vibration or noise and correct, as required Annual Maintenance: 1. Inspect coil, clean as required 2. Inspect air filters, replace as needed (filters will be provided by the County) 3. Inspect drain pan and drain line 4. Inspect fan wheels 5. Inspect drive sheaves 6. Check belt alignment and tension 7. Lubricate, as required 8. Check bearing and motor mounting 9. Check motor operating voltage and amperages 10. Check inlet valves (where applicable) and for dampers and adjust, if necessary 11. Check variable frequency drives for proper operation E. Exhaust Fans: Bi-Annual Maintenance 1. Check operation of the unit 2. Check electrical wiring and electrical components for proper operation 3. Check operation of the control circuit and the system interlocks 4. Perform routine maintenance as required, including changing filters and performing necessary lubrication (The County to provide filters) 5. Inspect belts for proper condition and alignment within pulleys 6. Provide a written report of work and indicate all detected deficiencies Page -13- Packet Page-1899- +� 12/10/2013 16.E.6. Annual Maintenance: 1. Check electrical wiring and electrical components for proper operation 2. Check operation of the control circuit and the system interlocks 3. Inspect fan wheel or blades 4. Inspect shaft and motor bearings 5. Verify proper pulley alignment 6. Inspect belts and replace as required 7. Verify proper fan belt tension 8. Lube all motors and bearings 9. Brush clean fan wheel or blades 10. Measure motor voltage and amperage 11. Measure fan wheel RPM 12. Lubricate associated dampers and linkages 13. Verify integrity of housing and connections 14. Inspect starter/contactor and associated wiring including Electrical connections for tightness 15. Inspect filters and clean, as required. Replace filters if non-cleanable type (County to provide filters) 16. Inspect for proper sealing of exhaust fans to the exhaust ductwork and curb 17. Provide a written report of work completed and indicate all detected Deficiencies F. Fan Coils: Bi-Annual Maintenance: 1. Check belt tension 2. Lubricate, as required 3. Check bearing and motor mounting 4. Inspect air filters, replace if necessary (The County to provide filters) 5. Check any excessive vibration or noise, and correct as required Annual Maintenance: 1. Inspect coil, clean as required 2. Inspect air filters, replace if necessary (The County to provide filters) 3. Inspect drain pan and drain line 4. Inspect fan wheels 5. Inspect drive sheaves 6. Check belt alignments and tension 7. Lubricate, as required 8. Check bearing and motor mounting 9. Check motor operating voltage and amperages 2.2 Minimum Requirements for the preventative maintenance Chillers and Associated Units: A. Chillers: Bi-Annual Maintenance: 1. Drain condenser, drop heads and brush condenser tubes 2. Furnish materials for a thorough leak test as required 3. Perform leak test and report on any discrepancies found 4. Meg compressor and oil pump motor, record findings 5. Check starter as required by manufacturer, including but not limited to: a. Check condition of starter contacts for wear and pitting b. Check starter overload devices and settings as applicable Page -14- Packet Page-1900- GP i 12/10/2013 16.E.6. c. Tighten starter contacts and motor terminal connections 6. Take oil sample and have it analyzed by an independent Professional laboratory specializing in analysis of refrigeration equipment oil and refrigeration samples. A trend report summarizing the last sample and all other available samples will be submitted with each sample taken. This report will include a graph of data visually depicting trend in oil condition and content. 7. Change oil and filters as required 8. Check operation of vane positioned 9. Perform service on purge system as applicable 10. Submit written report on condition of equipment and all deficiencies found. 3.0 Inventory of Equipment: The Contractor shall prepare a Comprehensive HVAC Equipment and Related Parts Inventory Listing of all equipment and related parts currently in place at each of the County's buildings and facilities. At a minimum, the required information will include: a. Location b. Type of equipment c. Description d. Serial Number e. Model number f. Manufacturer g. Any existing warranties on equipment, if applicable h. Report on condition of equipment and related parts; to also include age of equipment and related part (if known/ discernible), recommendation for repair or replacement (as needed) with estimate of cost for repair or replacement and identification of required equipment and parts to do so. The Contractor shall maintain and update the Comprehensive Inventory Listing when performing scheduled maintenance of all equipment. Anytime the inventoried equipment changes through additions, deletions, relocation or transfer, the Contractor will modify its records to indicate such action and maintain an accurate equipment inventory. All changes to the inventory shall be communicated in writing to the County designee. 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 an appropriate County staff member authorized to adjust equipment inventory records. 4.0 Scheduling: All normal inspections, maintenance, service, and repairs shall be conducted during normal working hours, Monday through Friday, 8:00 am until 5:00 pm. To arrange for an appointment to perform service at a particular facility; contact the County designee a minimum of 24 hours in advance of the work. 5.0 Inspections: The County and the Contractor will conduct an inspection of the completed services provided in response to any resulting purchase order. Page -15- Packet Page-1901- 12/10/2013 16.E.6. a. Any deficiencies noted during an inspection shall be corrected before final acceptance. Such deficiencies will be corrected within 24 hours after receipt of notification, at the Contractor's expense. b. If the Contractor fails to correct the defects within this time frame, the County shall be ed to have such work remedied and the Contractor shall be fully liable for all costs entiatlnd expenses reasonably incurred by the County. 6.0 On-Call Repairs: The Contractor shall be responsible for the repairs of the equipment identified on Attachment 8: Bid Schedule. a. Response Time - Response time for normal repairs, other than for emergencies and weekend hours, shall be four(4) hours. Response time for emergency repairs, shall be within one (1) hours of receiving notification from the County. in the event the Contractor fails to meet this requirement, a second Independent Contractor may be called in to perform this function. b. Replacement/ Repair Parts - All replacement/ repair parts must be approved and of genuine and original manufacturer's parts. The cost of the parts shall be the Contractor's cost plus the percentage mark-up offered on the bid form. The costs shall not exceed the cost for replacing the unit. Prior approval will be required for all labor, parts or material. The Contractor shall be required to expressly warrant that all replacement are new and free from defects, warranted for their merchantability and meet the performance specifications of the original equipment. In the event a portion, or all of an order, is found to be defective when delivered and/ or installed, the Contractor shall immediately replace the equipment at no cost to the County. 7.0 Warranties: All new equipment warranty work shall be provided by the original warranty supplier.lier. All warranty responsibility for previously purchased, but still under warranty, equipment will continue to be provided by the original warranty supplier until expiration of the warranty of the warranty period, responsibility for maintenance shall automatically transfer to the contractor, unless otherwise directed by the Project Manager. All trouble calls shall be initially reported to the Contractor. If the trouble call involves a warranty item, the Contractor shall notify the Project Manager, who will then have the responsibility of placing and tracking the warranty trouble call with the warranty supplier. Maintenance of the warranty inventory list and the notification of a warranty trouble call to the Project Manager shall be provided by the Contractor at no additional cost to the County. 8.0 Additions and Deletions of Equipment: The County retains the right to add or to delete any equipment from "Attachment 8: Bid Schedule" for service provided under this Contract as described herein, upon written notification by the County designee to the Contractor and without a formal contract amendment or change order. a. The County shall attempt to provide advanced notice to the Contractor of all additional and/or new equipment. However, should Contractor personnel receive maintenance or repair call and records show that the individual piece of equipment is not inventoried and covered by-16- y Packet Page-1902- GP 12/10/2013 16.E.6. this contract, Contractor personnel will perform repairs as if equipment was covered by this Contract and shall notify the County designee, and provide quote coverage of this equipment. b. The County, or their designee, will provide Official notice of equipment addition in writing and correct the contract document as necessary. The Contractor may then provide a quote and charge for that piece of equipment, as described below, respectively, effective the date the Contractor was called for service on that piece of equipment. c. If removing equipment from coverage, the County shall provide fifteen (15) days prior written or electronic notice. Equipment removed from coverage prior to the 15th shall not be billed for that month; equipment removed after the 15th shall be billed for the whole month. Any prepaid coverage fees will be refunded pro-rata to the County in the form of credit on a subsequent billing. 9.0 Facility Safety and Security: All Contractor employees shall comply with all legal and safety requirements, including, and without limitation, the requirements of the Occupational Safety and Health Act (OSHA) and the National Institute for Occupational safety and Health (NIOSH). The Contractor shall exercise all necessary caution to protect public pedestrian and employee traffic and to protect all public and private property from injury or damage caused by the Contractor's operations. Any practice deemed hazardous by qualified County staff shall be immediately halted upon verbal or written notification to the Contractor by the Project Manager or their designee. The contractor shall comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of the services requested herein. Any fines levied due to inadequacies, or failure to comply with any requirements, shall be the sole responsibility of the Contractor. Any employee or representative of the contractor found not in conformance with any laws, statutes, rules or regulations will not be allowed on job sites. Violations by a contractor shall constitute cause for immediate termination of the Agreement. Work must be performed in accordance with industry standards & guidelines. The Contractor shall replace or repair any loss at their cost. The County may withhold payment or make such deductions as it may deem necessary to insure reimbursement for loss or damage to property or persons through negligence of the Contractor and its employees. The contractor must comply with Federal and State right-to-know laws if hazardous materials are used. Material Safety Data Sheets (MSDS) shall be made available to all workers and to the County's Facility Maintenance Manager. The Contractor shall immediately report to the Project Manager any spillage or dumping of hazardous material on County property. The Contractor shall bear all costs associated with the cleanup of any such incidents. All Contractor personnel shall have on their shirts the name of the Contractor's business name and County issued photo identification available at all times. Site access will be limited to required company vehicles and delivery vehicles only. Any parking at any of the County buildings or facilities is to be coordinated, in advance of starting a Purchase Order, with the County designee. Contractor parking shall not interfere with County personnel or general public parking or pedestrian traffic. Violator's will be towed at owner's expense. Page -17- Packet Page -1903- ��, 1 12/10/2013 16.E.6. Proper behavior and language by all Contractor Employees will be enforced at all times while working on County property. Contractor employees shall be prohibited from disturbing items in County offices, and from smoking in any County facility. , 10.0 Records and Documentation: a. General The contractor shall maintain and update AC systems maintenance records for each type of equipment serviced. Such documentation shall include, but shall not be limited to, records of all service calls, preventative maintenance performed, and any system modifications, if applicable. The Contractor shall maintain a service log at the site of each piece of equipment maintained. b. Invoices All invoices for work completed shall be signed and dated by the County designee to verify completion of the work and for payment. All invoices shall be broken down by hours worked per technician, materials and parts will be identified in detail (facility location, description, quantity, unit price, and extended price). Only itemized invoices will be accepted. c. Six (6) Month Reports Two (2) summary reports of all services performed during the Contract period. The report shall be broken down by date of service, equipment and facility and shall provide an itemized list of all services provided for each piece of equipment. The report shall be supplied to the County Facilities maintenance Manager no later than ten (10) days following the end of each visit. Contents and format of the report shall be subject to change upon written notice. 11.0 Deliverables: The following service tasks are identified as deliverables: a. The Contractor shall complete all required inspections, maintenance, testing and reports within ten (10) days of any scheduled service; as per bid specifications or Purchase Order issued. b. The Contractor shall provide all required reports and records within the time frames specified in the bid specifications to the County, or their designee. c. The Contractor shall be responsible for general maintenance supplies. d. The Contractor shall maintain an accurate equipment inventory. 12. Performance Measures: The Contractor shall maintain compliance with the following performance measures: a. The Contractor shall complete 100% of all required inspections, Maintenance and testing within ten (10) days of scheduled service as outlined in the bid specifications. b. The Contractor shall provide 100% of all required reports and records within the time frame specified to the County, or their designee. c. The Contractor shall advise the County, in writing, of any extenuating circumstances that will prohibit the Contractor from meeting the above-outlined performance measures. 13. Reassignment: The County retains the right and authority to reassign work to the next Contractor for the following reasons: Page -18- Packet Page-1904- G�' 12/10/2013 16.E.6. a. The Contractor is not willing and/or able to perform. b. The Contractors quotation is deemed non-responsive. c. It is in the best interest of the County. * * * * * Page -19- Packet Page-1905- GPO 12/10/2013 16.E.6. EXHIBIT B Pricing Category Unit of Measure Unit Price Supervisor Per Hour $ 87.00 Licensed Journeyman * Per Hour $ 70.00 Apprentice Per Hour $ 53.00 Engineering/Design Per Hour $ 125.00 Material Markup ** Percentage Over Cost 20% Sub Contractor Markup ** Percentage Over Cost 7.5% * Must be able to provide a copy of licenses (Journeyman Card) at anytime, if requested. ** No markup on rental equipment is allowed. For material, invoices must be provided for cost verification. '414) Page -20- Packet Page-1906- ���`' 12/10/2013 16.E.6. Exhibit C t Conditioned Air-Preventative Maintenance Line Bldg Equip. Equipment Code Address Building Name Standard. Code Manufacturer Model Number .Serial Number Cost '.., 01-04 SS E-01-04-SS2 TRANE TWE040E13FBI 2491TCB2B $ 210.69 34 01-04 SS E-01-04-SS1 TRANS 2TTR2036A 2325UMA2F $ 170.93 35 01-05 1441 Pineridge RD EMS#40 SS E-01-05-CU1 TRANE 4TTR3018A1000AA 8145JPLIV $ 210.69 36 01-06 1441 Pineridge RD EMS#40 SS E-01-06-SS1 TRANE TWE048C14FC0/2TTBOO 4114A6L1V/3481YT53F $ 210.89 37 01-06 1441 Pineridge RD EMS#40 SS E-01-06-SS2 TRANE TWE06OP13FB0/2TTBOO 4142K7P2V/40742G23F $ 170,93 38 01-06 1441 Pineridge RD EMS#40 SS E-01-06-SS3 TRANE TWE048C14FC0/2TTBOO 4114A9H1V/3481YU73F $ 210.69 39 01-06 1441 Pineridge RD EMS#40 SS E-01-06-SS4 TRANS TWE048CIAFC0/2TTBO 4114A9J1V/40930H13F $ 170.93 40 01-06 1441 Pineridge RD EMS#40 SS E-01-06-SS5 TRANE TWE036C14FB0/2TTBOO 4115KTUIV/4113YGX5F $ 170.93 41 01-06 1441 Pineridge RD EMS#40 SS E-01-06-SS6 TRANE TWE048C14FC0/2TTBOO 4114A5DIU/3481413F $ 170.93 42 01-07 1441 Pineridge RD EMS#40 RTU E-01-07-RTU1 WEATHERKING 93300716/833C877 060559038/070517314 $ 210.69 43 01-09 1441 Pineridge RD EMS#40 OAU E-01-09-OA1 ADDISON RCA071003F 061005201001 $ 250.45 44 01-09 1441 Pineridge RD EMS#40 RTU E-01-09-RTU1 GOODMAN PCRD048 0412498402 $ 170.93 45 01-09 1441 Pineridge RD EMS#40 RTU E-01-09-RTU2 TRANS BTC042D300H0 X49236705 $ 170.93 46 01-09 1441 Pineridge RD EMS#40 RTU E-01-09-RTU3 FREDRICH MR30C3F LE7FT00186 $ 170.93 47 01-09 1441 Pineridge RD EMS#40 RTU E-01-09-RTU4 TRANE BTC042D300HO Y07226488 $ 210.69 48 01-09 1441 Pineridge RD EMS#40 RTU E-01-09-RTU5 TRANS BTC042D300H0 X49236708 $ 170.93 49 01-09 1441 Pineridge RD EMS#40 RTU E-01-09-RTU6 TRANS BTC042D300HD X49236713 $ 170.93 50 01-10 8205 VANDERBILT WELL HOUSE#2 SS E-04-10-SS5 TRANS TWE06OC15FD0/2TTBDO 40466GH2V/40510WN3F $ 210.69 BEACH EXT 51 01-11 8205 VANDERBILT WELL HOUSE#2 SS E-01-11-SS1 TRANS TWE048C14FC0/2TTBOO 4392WCY1V/4391TEH3F $ 210.69 BEACH EXT 52 01-11 8205 VANDERBILT WELL HOUSE#2 SS E-01-11-SS2 TRANE TWE036C14FB0/2TTAO0 4405XA91V/4385SUC2F $ 170.93 BEACH EXT 53 01-11 8205 VANDERBILT WELL HOUSE#2 SS E-01-11-SS3 TRANS TWE060C15FD0/2TTBOO 4391YSC3F S 170.93 BEACH EXT 54 01-11 8205 VANDERBILT WELL HOUSE#2 SS E-01-11-SS4 TRANS TWE060C15FD0/2TTA00 4392AKE1V/4384N4N3F $ 170.93 BEACH EXT { 8205 VANDERBILT 01.11 WELL HOUSE#2 SS E-01-11-SS5 TRANE TWE048C14FC0/2TTBOO 439286T1V/4395KYA3F $ 210.69 BEACH EXT 01-11 8205 VANDERBILT WELL HOUSE#2 SS E-01-11-SS6 TRANS TWE030C14FB0/2TTBOO 43915AUIV/4331Y5R5F $ 170.93 BEACH EXT _ _ - 57 01.18 766 Vanderbilt Beach NN EMS#40/NN CCSO SS E-01-18-SS1 TRANS TWE042C147FC0/2TTBO 5173TY81V/52656ASD5F $ 210.69 _BLVD _ _ - 58 01-18 766 Vanderbilt Beach NN EMS#40/NN CCSO SS E-01-18-SS2 TRANE TWE042C14FC0/2TTBOO 5173TY31V/52655605F $ 170.93 BLVD 59 01-18 766 Vanderbilt Beach NN EMS#40/NN CCSO SS E-01-18-SS3 TRANE TWE048C14FC0/2TT800 5096B2N2V/52251D53F $ 170.93 BLVD 60 01-18 766 Vanderbilt Beach NN EMS#40/NN CCSO SS E-01-18-SS4 RHEEM/TRANE RBHC-24J 11NFB/2TTR1 TM330511997/43543G34 $ 170.93 BLVD 81 01-20 1900 Immokalee RD VETERANS PARK SS E-01-20-SS1 LENNOX/TRANE CD17185V/RAWD150CA 5491C00016/5397G0998 $ 210.69 COMM.CENTER 62 01-20 1900 Immokalee RD VETERANS PARK SS E-01-20-SS2 TRANE TWE030C14FB0/2TTB00 3224MMD2V/4055SW5F $ 170.93 COMM.CENTER 63 01-20 1900 Immokalee RD VETERANS PARK SS E-01-20-SS3 RHEEM/TRANE RBHA21J1NFCA1/TWRO TM300005196/2104YHL4 $ 170.93 COMM.CENTER 64 01-20 1900 Immokalee RD VETERANS PARK SS E-01-20-SS4 GOODMAN ARUF486016AA/GSC130 0609074959/060972043 $ 170.93 COMM.CENTER 65 01-20 1900 Immokalee RD VETERANS PARK SS E-01-20-SS5 TRANE TWE030C14F130/2TTB00 33533RB2V/3464NBM5F $ 170.93 COMM.CENTER 66 01-22 13531 VANDERBILT COCOHATCHE PARK SS E-01-22-SS1 TRANS TWE0488100A0/TTB048 42131F6152H/2311F651 $ 210.69 DR. BLDG 67 01-22 13531 VANDERBILT COCOHATCHE PARK SS E-01-22-SS2 TRANE TWE048A100AU/2TTB04 4126B100/4021LGP3F $ 170.93 DR. BLDG 68 01-24 13531 VANDERBILT COCOHATCHE PARK SS E-01-24-SS1 SAMSUNG AQI8AORCF/UQ18AOR A97UP2KX2001360/ABK $ 210.69 DR. MARINA BLDG 69 01-24 13531 VANDERBILT COCOHATCHE PARK SS E-01-24-SS2 TRANS TWE048C14FC0/2TTBOO Z0931X92V/4021LGP3F $ 170.83 DR. MARINA BLDG 70 01-24 13531 VANDERBILT COCOHATCHE PARK SS E-01-24-SS3 TRANS TWE048C14FC0/2TTBOO 3474PHG1V/2311F653F $ 170.93 DR. MARINA BLDG 71 01-26 LELY BEACH RD. BAREFOOT BEACH SS E-01.26-SS1 SANYO ASI2ABMCHKCV/US12A A97YP2KX300650P/A972 $ 210.69 BATH BLDG 8005 VANDRBLT BCH NCWTP ADMIN AND 1-29 EXT. PROCESS BLDG SS E-01-29-SS1 CARRIER 4ORM034B600HC/38AKS 3398F62740/3398F6369 $ 210.69 Packet Page-1907- ,t� ■ II 73 01-29 8005 VANDRBLT BCH NCWTP ADMIN AND 12/10/2013 16.E.6. EXT. PROCESS BLDG SS E-01-29-SS2 CARRIER 4ORM034B600HCS/38AK 3398F62962J3298F6207 $ 170.93 74 01_29 8005 VANDRBLT BCH NCWTP ADMIN AND EXT PROCESS BLDG SS E-01-29-SS3 WEATHER KING HCH084M4EF/RH064-4E 920902804001/9209026 $ 170.93 75 01-29 8005 VANDRBLT BCH NCWTP ADMIN AND SS E-01-29-SS4 WEATHER KING HCH094M4EF/RH0944E3 92902602001/92090260 $ 170. EXT. PROCESS BLDG 76 01-29 8005 VANDRBLT BCH NCWTP ADMIN AND SS E-01-29-SS5 WEATHER KING HCH064M4EF/RH0644E3 920902604002/9209026 $ 210.69 EXT. PROCESS BLDG 77 01-29 8005 VANDRBLT BCH NCWTP ADMIN AND T PROCESS BLDG SS E-01-29-SS6 WEATHER KING HCA201HEO1F/38AKS0 920902608001/3499F44 $ 170.93 78 01-29 8005 VANDRBLT BCH NCWTP ADMIN AND SS E-D1-29-SS7 TRANS TWG080A150B1/TWEAO Z4331TM6V/Z404LG81F $ 170.93 EXT. PROCESS BLDG 79 01-29 8005 VANDRBLT BCH NCWTP ADMIN AND T PROCESS BLDG SS E-01-29-SS8 TRANE VCH314S-4E-R/38AKS02 920902606001/0403F13 $ 170.93 80 01-38 6231 ARBOR BLVD VINEYARDS PARK W. COMM.CENTER OAU E-01-38 OAU2 CARRIER-NORTH EN 5OJH•006 631 81 01-38 6231 ARBOR BLVD VINEYARDS PARK 3904640433 $ 250.45 W. COMM.CENTER OAU E-01-38-OAU2 CARRIER SOUTH EN 50HJ-008 631 82 01-38 6231 ARBOR BLVD VINEYARDS PARK 4303G40363 $ 210.89 W COMM.CENTER SS E-01-38•SS1 TRANS FF1DNAo24/TTB024C10 4803A80392/44014SE5F $ 170.93 83 01-38 6231 ARBOR BLVD VINEYARDS PARK W. COMM.CENTER 6231 ARBOR BLVD VINEYARDS PARK SS E-01-38-S52 TRANE 84 01-38 TWE036C14FB0/2TTA00 4282LUR2V/442557E3F $ 170.93 W COMM.CENTER SS E-01-38-SS3 TRANS 36UC5/2TTA0036A4000A FC815816011858/4425S $ 210.69 85 01-38 6231 ARBOR BLVD VINEYARDS PARK COMM.CENTER SS E-01-38-SS4 TRANE TWE090A300EU2TA090 4124RA580/4135YSBAD $ 170.93 86 01-38 6231 ARBOR BLVD VINEYARDS PARK W COMM.CENTER SS E-01-38-5S5 TRANE TWE090A300EUTTA090 4465TC8B8/441424MAD $ 170.93 87 01-38 6231 ARBOR BLVD VINEYARDS PARK W COMM.CENTER SS E-01-38-5S6 TRANE TWE090B 3F 300EL/2TTA00 4381T9P3F 01-38 6231 ARBOR BLVD VINEYARDS PARK $ 170.93 W COMM.CENTER SS E-01-38-S57 TRANS TWE090B300EU2TTA00 4383LLOBB/4381T5E3F $ 170.93 89 01-44 IMMOK RD 0 QUAIL MASTER REPUMP CRK ST.107 SS E-01-44-5S1 TRANS TWE024C14FB0/TTB024 4103KM72V/4082WLW5F $ 210.69 W W COL 90 01-46 6027 SHIRLEY ST. COLLECTIONS PLANT(WARREN ST) SS E-01.48-SS1 TRANE TWEO60C15FDO/TTR06 2344NP31V/R283N782F $ 210.69 W W COLLECTIONS 91 01-46 6027 SHIRLEY ST. ECTIONS PLANT(WARREN ST) SS E-01-46-552 TRANE TWG025A14DB1/TTB024 4154MUL6V/41935TB5F $ 170.93 92 01-47 PIPER RD. MASTER REPUMP ST.103 SS E-01-47-SS1 TRANS TWE024C14FB0/TTB024 4104NAP1V/4082WMH5F $ 210.69 93 01-47 PIPER RD. MASTER REPUMP ST.103 SS E-01-47-SS2 TRANS TWE024C14FB0/TT6024 4104KG82V/4o53YS35F $ 170.93 94 01-55 6231 ARBOR BLVD VINEYARDS PARK SPORTS COMP.BLDG SS E-01-55-$51 FIRST CO/TRANE 244C/TTB024C100A2 FC979409/4401Y875F $ 210.89 95 01-55 6231 ARBOR BLVD VINEYARDS PARK SS E-01-44-SS2 TRANE/RUUD TWE024C14FBO/UAKAO 4103KNA2V/5882F18Q21 $ 170.93 W. SPORTS COMP.BLDG CLAM PAS 96 01-56 475 SEAGATE DR. PASS CONCESSION SS E-01-56-551 TRANS TTB024C100AJTWE030C 3245WC15F/R267K781 $ 210.69 97 475 SEAGATE DR. CLAM PASS CONCESSION CLAM PA 98 01-101 475 SEAGATE DR. PASS AHU E-01-101-AHU2 YORK CONCESSION AP305 CDKMO4548D 99 01-101 475 SEAGATE DR. CLAM PASS $ 210.69 CONCESSION AHU E-01-101-AHU3 YORK AP60 100 01-101 475 SEAGATE DR, CLAM PASS CDKM045490 $ 170.93 CONCESSION AHU E01-101-AH1 YORK CA0061263 101 01-101 475 SEAGATE DR. CLAM PASS DDKM 050558 $ 170.93 CONCESSION OAU E-01-101-OAU1 SCORPIAN SSSCW560020803 20010502 102 01-101 475 SEAGATE DR. CLAM PASS $ 170.93 CONCESSION OAU E-01-101-0AU2 SCORPIAN SSCW1000208301 103 01-101 475 SEAGATE DR. CLAM PASS 20010501 $ 210.69 CONCESSION SS E-01-101-551 TRANE F2FP024ANO6B/TT6018 EEJS109287/5382PFN5F $ 170.93 104 475 SEAGATE DR. CLAM PASS CONCESSION 105 01-116 475 SEAGATE DR. CLAM PASS $ 3.13 CONCESSION SS E-01-116-SS1 GOODMAN K4EU090A33A/CAC090L NGCS017791/101357695 $ 210.69 CLAM PASS 106 01-116 475 SEAGATE DR. CONCESSION SS E-01-116-SS2 GOODMAN K4EU090A33NCACO9OL NGCSO17784/L02295626 $ 170.93 NC 107 01-124 10500 Goodlette RD NCWTF OLD OPERATION SS E-01-124-SS1 TRANE TWE018C14FB0/TT8018 24948E02V/2455ROP5F 108 01-132 10500 Goodlette RD NCWTF SLUDGE $ 210.69 DEWATER PKU E-01-132-PK1 AAON 65632 109 01-132 10500 Goodlotte RD NCWTF SLUDGE 200510.AMEG06048 $ 210.69 DEWATER SS E-01-132-SS1 YORK/TRANE FISF03031106A/2TTR10 ENCS397958/2444XDF4 $ 170.93 NC 110 01-132 10500 Goodlette RD NCWTF SLUDGE DEWATER SS E-01-132-5S2 CARRIER FB4ANF036/38CK036340 0101A60905/420050390 $ 170.93 NCWTF RE 111 01-133 10500 Goodlette RD REUSE PUMP STATION SS E-01-133-SS1 TRANE TWE0240B400BC/TTA24 L205HKK6H/5052TB6AD $ 170.93 Packet Page-1908- CA 12/10/2013 16.E.6. 112 01-136 10500 Goodlette RD NCWTF OFFICE AND SS E-01-136-SS1 YORK TWE048C14FC0 EMCS375459/WFMM025 5 210.69 STORAGE 113 01-157 10500 Goodlette RD NCWTF SLUDGE SS E-01-157-SS1 YORK/LUXAIRE N3FAD1408A/HABAF04 EBDS035177/WCJP1714 $ 210.69 _ PUMP STATION#2 114 01-158 10500 Goodlette RD NCWTF SLUDGE SS E-01-158-SS1 YORK N3FA016A606A/H2DA80 EA0000964/EMCM59838 $ 210.69 PUMP STATION#3 Goodlette Rd and CARICA REPUMP 01-169 SS E-01-169-SS1 TRANE TWE060A400CAITT060D 2012T895H/2233YJB3F $ 210.69 i ^_Carica STATION 116 01-169 Goodbtte Rd and CARICA REPUMP SS E-01-169-SS3 TRANE TWE060A400CA/TT0600 2381S1W5H/2233XJ13F $ 170.93 Carica STATION 117 01-169 Goodlette Rd and CARICA REPUMP SS E-01.169-SS2 TRANE TWE060A400CA/TT060D 2371NT054/1233YH03F $ 170.93 Carica STATION 118 01-177 10500 Goodlette RD NCWTF BLOWER SS E-01-177-SS1 CARRIER FB4ANF036/38TKB03630 0101A60902/3100E1894 $ 210.69 BLDG 119 01-177 10500 Goodlette RD NCWTF BLOWER SS E-01-177-SS2 CARRIER FB4ANF036/38TKB03630 0101A60909/3100E1892 $ 170.93 BLDG 120 01-179 2335 ORANGE NORTH COLLIER GOV OAU E•01-179-OA1 TEMPTROLlTECHSYS WF-DH-8/20A01030 U101875-001-00/02-05 $ 250.45 BLOSSOM DR. CENTER 121 01-179 2335 ORANGE NORTH COLLIER GOV SS E-01-179-SS1 TRANE MCCB025UAOC/RAUCC2 K-05A10571/C-05G0691 $ 170.93 BLOSSOM DR. CENTER 122 01-179 2335 ORANGE NORTH COLLIER GOV SS E-01-179-SS2 TRANE MCCB017UAOC/TTA204 K-05A10576/5342YG2AD $ 170.93 BLOSSOM DR. CENTER 123 01-179 2335 ORANGE NORTH COLLIER GOV SS E-01-179-SS3 TRANE MCCBOO6UAOCOY/2TTA K-05A10581/5355K663F $ 170.93 BLOSSOM DR. CENTER 124 01-187 15000 Livingston RD NORTH COLLIER AHU E-01-187-AHU1 TRANE MCCB021UAOCOUA K05D52865 $ 210.69 REGINAL PARK 125 01-187 15000 Livingston RD NORTH COLLIER AHU E-01-187-AHU2 TRANE MCCB017UAOCOUB K05D52858 $ 170.93 REGINAL PARK 126 01-187 15000 Livingston RD NORTH COLLIER AHU E-01-187-AHU3 TRANE MCCB030UAOCUA K05D52825 $ 170.93 REGINAL PARK 127 01-187 15000 Livingston RD NORTH COLLIER AHU E-01-187-AHU4 TRANE MCCB021UAOCOUA K05D52808 $ 170.93 REGINAL PARK 128 01-187 15000 Livingston RD NORTH COLLIER AHU E-01-187-AHU5 TRANE MCCB025UAOCOUB K05D52872 $ 210.69 REGINAL PARK 129 01-187 15000 Livingston RD NORTH COLLIER AHU E-01-187-AHU6 TRANE MCCB025UAOCOUA K05052879 $ 170.93 REGINAL PARK 130 01-187 15000 Livingston RD NORTH COLLIER AHU E-01-187•AHU7 TRANE MCCB006UAOCOUA K05D52815 S 170.93 REGINAL PARK 131 01-187 15000 Livingston RD NORTH COLLIER AHU E-01-187-AHU8 TRANE MCCB006UAOCOUB K05D52886 $ 170.93 REGINAL PARK 132 01-187 15000 Livingston RD NORTH COLLIER AHU E-01-187-AHU9 TRANE MCCB010UAOCOUB K05D52672 $ 210.69 REGINAL PARK NORTH COLLIER 01-187 15000 Livingston RD AHU E-01-187•AHU10 TRANE MCC8021UAOCOUA K05D52641 $ 170.93 REGINAL PARK 1 101-187 15000 Livingston RD NORTH COLLIER AHU E-01-187-AHU11 TRANE H9T059AA T05D17977 $ 170.93 REGINAL PARK 135 01-187 15000 Livingston RD NORTH COLLIER PKU E-01-187-PK1 LIEBERT PFHO27A-PL3/PFH0270P 0517N106976/0517N107 $ 170.93 REGINAL PARK 136 01-187 15000 Livingston RD NORTH COLLIER SS E-01-187-SS1 TRANE TWE060P13FB0/2TTA00 2492BK20V/445323W3F $ 210.69 REGINAL PARK 137 01-187 15000 Livingston RD NORTH COLLIER SS E-01-187-SS2 TRANE TWE060P13FB0/2TTA00 24928K02V/445323W3F $ 170.93 REGINAL PARK 138 01-187 15000 Livingston RD NORTH COLLIER SS E-01-187-SS3 TRANE TWE060C15FD0/2TTA06 5495KSD2V/550315F3F $ 170.93 REGINAL PARK 139 01-187 15000 Livingston RD NORTH COLLIER SS E-01-187-SS4 TRANE TWE060P130B0/2TTA00 5502LN72V/60124WP3F $ 170.93 REGINAL PARK 140 01-187 15000 Livingston RD NORTH COLLIER SS E-01-187-SS5 TRANE 2TEC.F36A/2TTAOU36A 8063YCE1V/5352UK3F $ 210.69 REGINAL PARK 141 01-187 15000 Livingston RD NREGINAL PARK ORTH COLLIER SS E-01-187-SS6 TRANE 2TEC3F36A/2TTA0036A 6063U081V/53525UP3F $ 170.93 142 01-187 15000 Livingston RD NORTH COLLIER SS E-01-187-SS7 TRANE TWE090A300EL/TTA090 5152K64BD/5152J84AD $ 170.93 REGINAL PARK 143 02-03 650 CENTRAL AVE. CENTRAL LIBRARY AHU E-02-03-AH1 McQUAY LSL122DV 3WG00805-04 $ 210.69 144 02-03 650 CENTRAL.AVE. CENTRAL LIBRARY AHU E-02-03-AH2 McQUAY LSL108CV 3WH00465-06 $ 170.93 145 02-03 650 CENTRAL AVE. CENTRAL LIBRARY AHU E-02.03-AH3 McQUAY LSL104CV 3WH00465-06 $ 170.83 146 02-03 650 CENTRAL AVE. CENTRAL LIBRARY AHU E-02-03-AH4 McQUAY LSL111CV 3WG00807-06 $ 170.93 147 02-03 650 CENTRAL AVE. CENTRAL LIBRARY AHU E-02-03-AH5 McQUAY LSL1170V 3W50080-04 $ 210.69 148 02-03 650 CENTRAL AVE. CENTRAL LIBRARY AHU E-02-03-AH6 McQUAY LSL128DV 3WG00809-04 $ 170.93 149 02-03 650 CENTRAL AVE. CENTRAL LIBRARY SS E-02-03-SS1 FIRST CO/TRANE 24HX5-240/2TTR1024A1 J11FC534776716938/NA $ 170.93 150 02-05 3838 DOMESTIC MEDICAL EXAMINER AHU E-02-05-AHU1 CARRIER 39THO7KA-ASCKH1 3897F97495 $ 210.69 AVE. 151 02-05 3838 DOMESTIC MEDICAL EXAMINER AHU E-02-05-AHU2 TRANE MCCB014UAOCOUA K05E65048 $ 170.93 AVE. 152 02-05 3838 DOMESTIC MEDICAL EXAMINER AHU E-02-05-AHU3 TRANE BCH036G1ADA T05F32979 $ 170.93 AVE. 3838 DOMESTIC <3" 02-05 AVE. MEDICAL EXAMINER AHU E-02-05-AHU4 TRANE MCCB006UAOCUA K05E65053 $ 210.69 s IJ`'05 AVE.DOMESTIC MEDICAL EXAMINER AHU E-02-05-AHU5 TRANE MCCB006UAOCQUA K05E65053 $ 170.93 Packet Page-1909- cA-0 ®®3838 DOMESTIC 12/10/2013 16.E.6. MEDICAL EXAMINER OMAVE. =IIE-02-05-C14 IMMO 3838 DOMESTIC CGAFC60FA0 T05F32979 AVE. MEDICAL EXAMINER OAU E-02-05-OAU2 $ 170.93 ®02-OS 2800 N.HORSESHOE DEVELOPMENT MC60o _ DR. SERVICES ADMIN. OAU E-02-08-OAU1 ADDISON $ 210 CI 02_08 2800 N.HORSESHOE DEVELOPMENT FCA071CO3F 070501101001 DR. SERVICES ADMIN. 1:111 E 02.08 OAU2 ADDISON $ 250.4- �: 2800 N.HORSESHOE DEVELOPMENT PCAOT?CO3F 070501101002 DR. SERVICES ADMIN. OAU E-02-08-OAU3 ADDISON $ 210.69 11:11 DR ON.HORSESHOE DEVELOPMENT PCA071CO3F 070501101003 SERVICES ADMIN. OAU E-02-08 0A04 ADDISON $ 210.69 an 2800 N.HORSESHOE DEVELOPMENT PCA071CO3F 070501101004 / $ 250.45 DR' SERVICES ADMIN. OAU E-02-08-0AU5 ADDISON �02-OS 2800 N.HORSESHOE DEVELOPMENT PCA077CO3F 070501101005 DR. SERVICES ADMIN. �E 02-08 RTU1 $ 250,45 02.08 2800 N.HORSESHOE DEVELOPMENT 50TFF012-V511 4403640657 DR. SERVICES ADMIN. RTU E-02-08-RTU2 $ 170.93 a 02-013 2800 N.HORSESHOE DEVELOPMENT ®® 50TFF012-V511 1=11111111111 DR. SERVICES ADMIN +�E 02-08-08 CARRIER $ 170.93 cm2800 N.HORSESHOE DEVELOPMENT SOTFFGI2-V519 4403640682 DR. SERVICES ADMIN $ 170.93 RTU E-02-08-RTU4 50TFF012-V511 CI 2800 N.HORSESHOE DEVELOPMENT 4403040654 DR. SERVICES ADMIN. RTU E-02-08-RTUS $ 210.69 02-08 2800 N.HORSESHOE DEVELOPMENT 50TFF012-V511 4403040655 DR. SERVICES ADMIN. RTU E-02-08 RTUB CARRIER $ 170.93 11:11 02-08 28D0 N.HORSESHOE DEVELOPMENT 50TFFD12-v511 4403010659 DR. SERVICES ADMIN. RTU $ 170.93 E-02-08-RTU7 •�•- CI 2800 N.HORSESHOE DEVELOPMENT 5OTFF0I2_V511 4403040660 DR. SERVICES ADMIN. ®E-02-08-RTUB $ 170.93 �: 2800 N.HORSESHOE DEVELOPMENT 50TFF012-V511 4403040658 DR. SERVICES ADMIN. $ 210.69 RTU E-02-08-RTU2 SDTFF012-V511 ®02-08 2800 N.HORSESHOE DEVELOPMENT 4403040664 DR. SERVICES ADMIN. SS E-02-08-551 RUUD/GOODMAN $ 170.93 172 �, 2800 N.HORSESHOE DEVELOPMENT UBHA-14J06NFlCY.L24-1 TPJ12300DDfi95/0324370 DR. SS c-02-08-552 $ 170.93 SERVICES ADMIN. ! rl12AKJPL112EK 173 02-08 2800 N.HORSESHOE DEVELOPMENT 31F00,516/3ZE00169A DR. $ 210.69 SERVICES ADMIN. SS E-02-00-SS3 MITRSUEISHI 2800 N.HORSESHOE PK18FF:3/PU181f 21p00285B/31d00551b 02-08 - - - - $ 170.93 COM DR, SERVICES ADMIN. SS E-02-08 554 2800 N.HORSESHOE DEVELOPMENT FV4BNBOD6/38ID906031 0305A74985/4904E3512 ®02-08 $ 170.93 CCMDR. SERVICES ADMIN. E-02-08 SSS 2800 N.HORSESHOE DEVELOPMENT 1 ° 21600123B/31006530B $ 170.93 DR. SERVICES ADMIN. SS E-02.08-SSE GOODMAN ®02-09 3050 S.HORSESHOE HOUSING AND R24-08tCK24-6 660400963/9702050177 $ 210.69 DR. HUMAM SERV. 5S E-02-09-SS1 AMER.STANDARDlf R TWEp60A300ABTTA060 D45170630/D31221012 02-09 3050 S.HORSESHOE HOUSING AND DR. SS $ 210.69 HUMAM SERV. E-02-09-SS2 TRANE TW 140A0/TTD742 H042B 02-09 3050 S.HORSESHOE HOUSING AND 0434479641E09284295 $ 170.93 X80 =DR. HUMAM SERV. SS E-02-09-SS3 WEATHERKING/RHEE 2373 HORSESHOE _ TM02945155/5342M5093 DR.E. n 02.11 2373 HORSESHOE !SHERIFF CID A:H1, 1E- $ 170.93 02-11-AH1 TRANE DR.E. SHERIFF CID AHU $ 210.69 E-02-11-AH2 02-11 2373 HORSESHOE DR.E. SHERIFF CID AHU 3789T20960 $ 170.93 E-02-11-AH3 a=2=373 HORSESHOE 3789720978 $ 170.83 DR.E. SHERIFF CID AHL' E-02-11•AH4 002-11 2373 HORSESHOE 3789720981 DR.E. SHERIFF CID qHU $ 210.69 E-02-11-AH5 02_11 2373 HORSESHOE 3989720981 DR.E. SHERIFF CID OAU $ 170.93 E-02-11-OA1 (TRANE 2373 HORSESHOE t FADA0314GA003201 TO1G79479A 02-11 lSHERiFF CID i $ 210.69 DR.E. 355 E-02-11-SS1 TRANE TVJE066L15PD0/2TTDOD 3384LDR1V/3362TN63F $ 170.93 III 1 p2 15 27Q5 SOUTH HORSESHOE DRIVE (EMS HEADQUATER ISS E-02-15-551 I TRANE ITwJE036r14FBOT�R244AFDSH/R04443E3F $ 2705 SOUTH 210.69 , Ill HORSESHOE DRIVE EMS HEADQUATER SS E-02-15-532 TWE09081000A1.TR042 R244AFD5H/R0444653F $ 170.93 02.15 2705 SOUTH HORSESHOE DRIVE EMS HEADQUATER SS E-02-15-553 TWE720B100CATTR042 R244AFD5HiR132LS62F $ 170.93 II 02-15 2705 SOUTH EMS HEADQUATER SS HORSESHOE DRIVE CIS 2705 SOUTH E-02-15-5S4 TRANE TWE12081000ATTR060 R22UCO5H/R132LS62F $ 170.93 HORSESHOE DRIVE EMS HEADQUATER SS IE-02-15-SS5 3TRANE TY E12OD1OOC!2 7630 R225U005w72132ABF 2705 SOUTH 02-15 $ 210.69 f HORSESHOE DRIVE EMS HEADOUATER III�SS E-02-15 SS6 i T ? R21429� TRANE TWE120Ut00GPfR048 v 5H/R284LPP3F $ 170.93 • Packet Page -1910- c ac --- I 12/10/2013 16.E.6. 193 02-15 2705 SOUTH EMS HEADQUATER SS E-02-15-SS7 TRANE TWE120B1OOCA/TTR048 R21429Y5H/R084LRS3F $ 170.93 HORSESHOE DRIVE 194 02 19 2800 N.HORSESHOE DEVELOPMENT AHU E-02-19-AH1 TRANE MCCB050UAOCOUA K03C31735 $ 210.69 DR SERVICES(ADDITION) 2800 N.HORSESHOE DEVELOPMENT o 02-19 DR SERVICES(ADDITION) OAU 'E-02-19-OA1 TEMROL WF-DH14 U100112-001-00 $ 210.69 2800 NORTH DEVELOPMENT 196 '.■2-20 HORSESHOE DR. SERVICES PARKING SS E-02-20-SS1 MITSUBISHI MSH12TN/MUH12TN 3000012/3000355 $ 210.89 GARAGE 2800 NORTH DEVELOPMENT 197 C2-20 HORSESHOE DR. SERVICES PARKING SS E-02-20-SS2 MITSUBISHI MSH 12TN/MUH12TN 3000934/300343 $ 170.93 I GARAGE -~4420 MERCANTILE PUBLIC UTILITIES 198 IO2-22 AVE. EAST OAU E-02-22-OA1 ADDISON VCA071C01E/RCA06100 041100102001/0411001 $ 250.45 199 C2 22 4420 MERCANTILE PUBLIC UTILITIES OAU E-02-22-OA2 ADDISON VCA141F03F/RCA1410O 041100103001/0411001 $ 210.69 AVE. EAST I 4420 MERCANTILE PUBLIC UTILITIES i 200 I:;2-22 AVE. EAST OAU E-02-22-0A3 ADDISON IVCA071COE/RCA06100 041100102002/0411001 $ 210.69 201 02-22 4420 MERCANTILE PUBLIC UTILITIES SS E-02-22-SS1 CARRIER FK4DNF001/38CKC0183 4404A8020614804E2350 $ 210.69 AVE. EAST 202 002-22 4420 MERCANTILE PUBLIC UTILITIES SS E-02-22-SS2 CARRIER FK4DWF005/38K04837 4604A80206/4704E3280 $ 170.93 AVE. EAST 203 C:2-22 4420 MERCANTILE PUBLIC UTILITIES AVE. SS E-02-22-SS3 CARRIER FKHDNF001/38CKCO243 4404A80205/490E3237 $ 170.93 EAST E_ o AVE.MERCANTILE EAST UTILITIES 4420 204 C.2-22 SS 02-22-SS4 'CARRIER FKHONF001/38CK00303 2604A80205/4904E3237 $ 170.93 205 C2-22 4420 MERCANTILE PUBLIC UTILITIES SS E-02-22-SS5 CARRIER FK4DNFOO1-38CKC0183 2804A82084.4804E2349 $ 210.69 AVE. EAST 4420 MERCANTILE PUBLIC UTILITIES 206 02-22 AVE. EAST SS E-C2-22-SSO 'CARRIER FK4DNF005/38CKC0423 4604A72514/4204E2077 $ 170.93 4420 MERCANTILE PUBLIC UTILITIES ' 207 C'2-22 EAST SS E-02-22-5S7 CARRIER I AVE. FK4DNF005l38CKC0423 4604A72507/4804E3046 $ 170.93 208 CD:Z-22 4420 MERCANTILE 'PUBLIC UTILITIES S 4 AVE. EAST S E-GL-22-SS8 ]CARRIER I93LD1GAPJ38CN,C060's 030500040J48O4E2852 $ 170.93 209 C?-22 4420 MERCANTILE PUBLIC UTILITIES SS E-02-22-SS4 !CARRIER 38CKC060370 0305U00040/4804E2852 $ 210.69 AVE. EAST 210 C2-22 4420 MERCANTILE PUBLIC UTILITIES SS E-02-22-SS10 CARRIER FKADNF005/38CKC0483 3005A85460/2305E0134 $ 170.93 AVE. EAST 4420 MERCANTILE PUBLIC UTILITIES S E-02-22-SS11 CARRIER ,FKA.DNF005/38CKC0483 3005A85450/230500135 $ 170.93 0,?-22 AVE. EAST c E- 22 4420 MERCANTILE PUBLIC UTILITIES SS E-02-22-SS12 CARRIER FK4DNF005136CKCO43 46G4A725G7/4604E3046 $ 170.93 AVE. EAST 2'13 0'a-22 4420 MERCANTILE PUBLIC UTILITIES SS E-02-22-S513 CARRIER FK4DNFOOS/36CKC0423 4604 AVE. EAST A72536/4904E3053 $ 210.69 4420 MERCANTILE PUBLIC UTILITIES ,a 214 0;;!-22 AVE. EAST SS E-02-22-SS14 CARRIER FK4DNFOO5/38CKC0423 4904A72541/4904E3046 $ 170.93 4420 MERCANTILE PUBLIC UTILITIES -I--'- 215 0:'•22 AVE. EAST SS E-02-22-S515 CARRIER FK4DNF005/38ckc0423 4604A72561r4904E3057 $ 170.93 4420 MERCANTILE PUBLIC UTILITIES ^--" 216 C2-22 AVE. EAST SS E-02-22-SS16 CARRIER FK4UN8006/38ckc0603 4604A74313/2805E1526 $ 170.93 217 0;.22 4420 MERCANTILE PUBLIC UTILITIES SS E-02-22-SS17 CARRIER FK4DN8006/38CKC0603 4304A74369/4804E2852 $ 210.69 AVE. EAST 4420 MERCANTILE PUBLIC UTILITIES 2- SS E-0. 2. SS16 CARRIER 1FK4DNFOO5/38CKC0483 4604A72546/4704E3279 $ 170.93 218 C.•-22 AVE. EAST 2 219 0,:-23 Y4370 MERCANTILE PUBLIC UTILITIES OAU E-02-23-OA1 ADDISON VCA071 C 1 E/RCA06100F 041100102003'0411001 AVE. WEST $ 250.45 4370 MERCANTILE PUBLIC UTILITIES 22C SS E-02-23-SS 1 CARRIER 1FK4DNFOOE/38CKC0483 4604A72529/4204E2078 $ 170.93 I -23 AVE. WEST 4370 MERCANTILE AVE. PE 221 CC'-23 WEST SC PUBLIC UTILITIES }E-0223-SS2 CARRIER IFK4DNF0101/38CKC0193 4604A72508/4704E3279 $ 170.93 ' +4370 MERCANTILE PUBLIC UTILITIES 222 G2-23 AVE. WEST SS E.-02-23-.SS3 CARRIER FK4DNFO01/38CKC0183 4604A8 1 1 47/4 8 04E2349 $ 170.93 4370 MERCANTILE PUBLIC UTILITIES 223 02-23 SE E-02-23-SS4 CARRIER FA4DNF001/38CKCO243 4604A8U45/4904E32374 $ 210,69 AVE. WEST SE 4370 MERCANTILE PUBLIC UTILITIES - . - S5 CARRIER FK4DNF005/38CKC0363 224 02-23 AVE. WEST SS E-02-23-SS5 _�5004A72314/4904E3237 $ 170.93 225 02-23 AVE.MERCANTILE WESTC UTILITIES SS E-02-23-SS6 CARRIER FK4DNF005/38CKC0483 4604A72524/4704E3280 $ 170.93 226 02-23 4370 MERCANTILE PUBLIC UTILITIES SS E-02-23-SS7 GOODMAN CK24-18 9804580979 AVE. WEST _ $ 170.93 227 02 23 4370 MERCANTILE PUBLIC UTILITIES SS E-62-23 S58 GOODMAN 9 - - AVE. WEST eCL24-18 970705 644 $ 170.93 2795 AIRPORT 228 02•26 PULLING ROAD lEMS424 GRAY OAKS SS E-02-25-SS1 TRANE TWEO6OA33O0EU2TTA00 3454P5YHD/4042UG2F $ 210.69 NORTH I 2795 AIRPORT -�-�-° L' 225 PULLING ROAD EMS#24 GRAY OAKS SS IE-02-26-SS2 1TRANE ITWE080A300EL/RTTA00 34730MK0/4033T622F $ 170.93 NORTH 1 I I Packet Page-1911- immi■ir.ma. 2795 AIRPORT 12/10/2013 16.E.6. 230 02-26 PULLING ROAD EMS#24 GRAY OAKS SS E-02-26 NORTH -SS3 ADDISON VCA141F03E/RCg14100 031202602001/0312026 $ 170.93 231 02-30 CC SHERIFF 30 250 Patriot Way SPECIAL AHU E-02-30-AHU1.2 TRANE OPERATIONS MCCB017UA000UA K07E64312 $ 210. . 232 02-30 250 Patriot Way CC SHERIFF SPECIAL AHU E-02-30-AHU2-1 TRANE ,," OPERATIONS MCC6021UAOCOUA K07E64324 $ 170.93 CC SHERIFF 233 02-30 250 Patriot Way SPECIAL AHU E-02-30-AHU2-2 TRANE OPERATIONS MCC6021UA K07E64339 $ 170.93 CC SHERIFF 234 02-3D 250 Patriot Way SPECIAL AHU E-02-30-AHU1-3 TRANE OPERATIONS MCCB03DUA0004B k07e64318 $ 170.93 CC SHERIFF 235 02-30 250 Patriot Way IFF SPECIAL OAU E-02-30-OAU CAMBRIDGE PORT CP138S OPERATIONS XABXCXXXSCX 4807C7553A $ 210.69 236 03-01 4741 GOLDEN GATE EMS#70 GOLDEN PARKWAY GATE FIRE SS E-03-01-SS1 TRANE TWE036C14FB0/2TTB00 326359U2V/3074EB82V $ 210.69 237 03-01 4741 GOLDEN GATE EMS#70 GOLDEN PARKWAY GATE FIRE SS E-03-01-SS2 TRANE TWE036C14FB0/2TTB00 3074JG41V/307166J4F $ 170.93 238 03-01 4741 GOLDEN GATE EMS#70 GOLDEN PARKWAY GATE FIRE SS E-03-01-SS3 TRANE TWE024C4FC0/TTB024C 3074D752V/3064PAT5F $ 170.93 239 03-01 4741 GOLDEN GATE EMS#70 GOLDEN PARKWAY GATE FIRE SS E-03-01-SS4 TRANE TWE042C14FC0/2TT800 3045EBM1V/304RKA3F $ 210.69 240 03-01 4741 GOLDEN GATE EMS#70 GOLDEN PARKWAY GATE FIRE SS E-03-01-SS5 TRANE TWE048C14FC0/2TTB00 3074EB82V/32266S793F $ 170.93 241 03-01 4741 GOLDEN GATE EMS#70 GOLDEN PARKWAY GATE FIRE SS E-03-01-S56 TRANE TWE0036C14FB0/2TTBo 326359R2V/307186J4F $ 170.93 242 03-01 4741 GOLDEN GATE EMS#70 GOLDEN PARKWAY GATE FIRE S5 E-03-01-SS7 TRANE TWE048C14FB0/2TTB00 3285P11A2V/3243WA63 $ 170.93 243 03-01 4741 GOLDEN GATE EMS#70 GOLDEN PARKWAY GATE FIRE SS E-03-01-SS8 TRANE TWE024C 14FB0/2TTR 10 3271FML2V/31125UW5F $ 170.93 244 03-02 4701 GOLDEN GATE GG CITY COMM. PARKWAY CENTER RTU E-03-02-RTU1 CARRIER 50TFF012-511 4701 GOLDEN GATE GG CITY COMM. 3303G50458 $ 210.69 245 03-02 PARKWAY RTU E-03-02-RTU2 CARRIER 50TFF012-511 3303050460 $ 170.93 CENTER 246 03-02 4701 GOLDEN GATE GG CITY COMM. PARKWAY CENTER RTU E-03-02-RTU3 CARRIER 50TFF008.511 3303G11281 4701 GOLDEN GATE GG CITY COMM. $ 170.93 247 03-02 PARKWAY RTU E-03-02-RTU4 CARRIER CENTER 50TFF006-511 3503650449 $ 170.93 248 03-02 4701 GOLDEN GATE GG CITY COMM. PARKWAY CENTER RTU E-03.02-RTU5 CARRIER 5OTFF006-511 4003G11328 4701 GOLDEN GATE GG CITY COMM. $ 210.69 249 03-02 PARKWAY SS E 03-02-SS1 TRANE CENTER TWE180B300BUTTA240 K06179535/K07198312 $ 170.93 250 03-02 4701 GOLDEN GATE GG CITY COMM. PARKWAY CENTER SS E-03-02-SS2 TRANE TWE180B300BC/TTA240 K041799405/K05198838 $ 170.93 251 03-02 4701 GOLDEN GATE GG CITY COMM. PARKWAY CENTER SS E-03-02-SS3 TRANE TWE18013300B1/TTA240 K04179450/K13198331 $ 170.93 252 03-02 4701 GOLDEN GATE GG CITY COMM. PARKWAY CENTER SS E-03-02-SS4 TRANE TWE090A300BB/CCEO90- K06174627/980695120 $ 210,69 4701 GOLDEN GAT 253 03-02 GATE GG CITY COMM. PARKWAY CENTER SS E-03-02-SS5 TRANE TWE048C140F4/TTA048 K07882288IJ44279412 $ 170.93 254 03-02 4701 GOLDEN GATE GO CITY COMM. PARKWAY CENTER SS E•03 02-SS6 TRANE TTA24083006A I 4701 GOLDEN GATE GG CITY COMM. K1350UAAH $ 170.93 255 03-02 PARKWAY SS E-03 02-SS7 TRANE CENTER TTA090A300CA K1458CDRH $ 170.93 256 03-03 4898 CORONADO GG CITY(OLD PKWY LIBRARY) SS E-03-03-SS1 GOODMAN/YORK ARUF060-00A-1/H3RA06 0406149108/WHNM0198 $ 210.69 257 03-03 4898 CORONADO GG CITY(OLD PKWY LIBRARY) SS E-03-03-S52 GOODMAN/YORK ARUF060-00A-1/H3RA06 0408149152/WHNM0200 $ 170.93 258 03-03 4898 CORONADO GG CITY(OLD PKWY LIBRARY) SS E-03-03-SS3 TRANE/TRANE TWE048C140F3/TWN04 J07861796/J05239522 $ 170.93 259 03-03 4898 CORONADO GG CITY(OLD PKWY LIBRARY) SS E-03-03-SS4 TRANE/TRANE TWE048C140F3/TWN04 J07861794/J05239535 $ 170.93 260 03-03 4898 CORONADO GG CITY(OLD PKWY LIBRARY) SS E-03.03-SS5 TRANE/TRANE TWE048C140F3/TWN04 J07861755/J06251529 $ 210.69 261 03-03 4898 CORONADO GG CITY(OLD PKWY LIBRARY) SS E-03-03-SS6 TRANE/GOODMAN TWE048C140F3/CKL-49 J07861754/040521470P $ 170.93 262 03-06 3300 SANTA ELECTION/COASTAL BARBARA ZONE MGT OAU E-03-06-OAU1 AAON RM-010-1.0-AB02-000 200608-AMCJ06362 $ 250.45 263 03-06 3300 SANTA ELECTION/COASTAL BARBARA ZONE MGT SS E-03-06-SS1 TRANE TWE042C1FC0/TTR0422 Z414NX02V/Z35181B3F $ 170.93 264 03-06 3300 SANTA ELECTION/COASTAL BARBARA ZONE MGT SS E-03-06-SS2 TRANE TWE042C14FC0/TTR042 Z414NXL2V23518HT3F $ 170.93 265 03-06 3300 SANTA ELECTION/COASTAL BARBARA ZONE MGT SS E-03-06-553 TRANE TWE042C14FC0/TTR042 Z414NX42V23518J93F $ 170.93 Packet Page-1912- (r:-''D 12/10/201316.E.6. 1 266 03-06 3300 SANTA ELECTION/COASTAL BARBARA ZONE MGT SS E-03-06-554 TRANE TWEI342C14FC0/TTR042 Z10110A1V/R341UCC3F $ 210.69 267 03-06 3300 SANTA ELECTION/COASTAL BARBARA ZONE MGT SS E-03-06.555 TRANE TWE042C14FC0ITTR042 Z101Y81V/R341ULA3F $ 170.93 S 3300 3 268 03-06 SANTA ELECTION/COASTAL - 3300 A ZONE MGT SS E-03-06-SS6 TRANE TWE048C14FC0/TTR048 Z344N5X1V/Z363YHD3F $ 170.93 EC 269 03-06 3300 SANTA ELECTION/COASTAL BARBARA ZONE EC MGT SS E-03-06-SS7 TRANE TWE03OC14FB0/TTR030 Z095PTUZ2V2094LJ5BF $ 170.93 270 03-06 3300 SANTA ELECTION/COASTAL BARBARA ZONE MGT SS E-03-06-SS8 TRANE TWE048C14FC0/TTR048 21127BK2V/Z1038SY3F $ 170.93 27 03-12 1266 GOLDEN GATE GG ESTATES BLVD LIBRARY AHU E-03-12-AHU1 LASALLE M2H-22 1266 GOLDEN GATE GG ESTATES 04111E-001 $ 210.69 272 03-12 BLVD AHU E-03-12-AHU2 LASALLE LIBRARY M2H-12 0411F002 $ 170.93 273 03-12 1266 GOLDEN GATE GG ESTATES BLVD LIBRARY OAU E-03-12-OAU1 WRINGER W-4 940320 95-13TH STREET 5- 210.69 274 03-13 S W EMS#71 SS E-03-13-SS1 TRANE TWE060C15D0/TTB060D R3645MPIV/R5158AC3F $ 210.69 275 03-19 3300 RBARA SANTA GG PARK FITNESS SS E-03 19-SS7 TRANE CENTER TWE040E13FA1/TTA036 N94D551V/N503416CF $ 210.69 276 03-19 3300 SANTA GG PARK FITNESS BARBARA CENTER SS E-03-19-S52 TRANE TWE12QB300CA/TTA120 N491NPL5H/N48352XAH $ 170.93 277 03-19 3300 SANTA GG PARK FITNESS BARBARA CENTER SS E-03-19-S$3 TRANE TWE042C14FCO/700042 P4013M51V/N393N9WC $ 170.93 278 03-19 3300 SANTA GG PARK FITNESS BARBARA CENTER SS E-03-19-SS4 TRANE 3TTA048A300A0/4TA048 N455NU3FF/N455NW55 $ 170.93 279 03-19 3300 SANTA GG PARK FITNESS BARBARA CENTER SS E-03-19-SS5 TRANE TWE129B300CA/TTA120 N491NPL5H/N48352XAH $ 170.93 280 03-49 4829 GOLDEN GATE GG CITY SERVICE PARKWAY CENTER OAU E-03-49-OA1 CTSI MP-1000.1950-EH MVRP-245-425-EH 4829 GOLDEN GATE GG CITY SERVICE --- $ 250.45 281 03-49 PARKWAY SS E-03 49-SS1 CARRIER CENTER FG3A4A06000AAAA/38E 2600V32711/3900E0223 $ 170.93 282 03-49 4829 GOLDEN GATE GG CITY SERVICE PARKWAY CENTER SS E-03-49-5S2 CARRIER 4ORM-012-8610/3BAKSO 5000F50624/0101G0013 $ 170.93 283 '03-49 4829 GOLDEN GATE GG CITY SERVICE - PARKWAY CENTER SS E-03-49-SS3 CARRIER FG3AAA060000AAAA/38 2600V32710/3000E0612 $ 170.93 284 03-49 4829 GOLDEN GATE GG CITY SERVICE PARKWAY CENTER SS E-03-49-5S4 CARRIER 40RM007B610H/38AK00 4700F46277/0900G0013 $ 170.93 5 03-50 4741 GOLDEN GATE GG CITY SHERIFF - - + PARKWAY SUBSTATION OAU E-03-50-0A-1 CTSI MVRP-100 EH 111901001 4741 GOLDEN GATE GG CITY SHERIFF _ $ 250.45 -286 03-50 PARKWAY SS E-03-50 SS1 TRANE SUBSTATION TWE1808300CA/TTA150 Z352P116H/Z376UMGAD $ 170.93 287 03-50 4741 GOLDEN GATE GG CITY SHERIFF _ PARKWAY SUBSTATION SS E-03-60-552 TRANE TWE024C14FB00/TTR02 21425Al2V/21932M45F $ 170.93 288 03-51 3390 GOLDEN GATE MAX HASSE PARK BLVD. COMM.CENTER OAU E-03-51-OA1 CTSI MHIR195 3390 GOLDEN GATE MAX HASSE PARK 289 _ 091701001 $ 250.45 ^03 51 SS E-03-51-SS1 TRANE BLVD. COMM.CENTER TWE0908300CA/TTP036 Z1840985H/Z2815MM3F $ 170.93 290 (>3-51 3390 GOLDEN GATE MAX HASSE PARK BLVD. COMM.CENTER SS E-03-51-SS1A TRANE TTP036D100AD Z322N453F 3390 GOLDEN GATE MAX HASSE PARK $ 170.93 291 03-51 SS E-03-5i-SS2 TRANE BLVD. COMM.CENTER TWE090B300CA/TTP042 Z125MWN5H/Z3258BA2F $ 210.69 292 03-51 3390 GOLDEN GATE MAX HASSE PARK BLVD. COMM.CENTER SS E-03.51-SS2A TRANE TTP042D100A0 Z3258SR2F 3390 GOLDEN GATE MAX HASSE PARK $ 170.93 293 C13-51 SS E-03-51-SS3 TRANE BLVD. COMM.CENTER TWE024P13F130/TTP024 Z1845C82V2335XRP2F $ 170.93 294 0341 3390 GOLDEN GATE MAX HASSE PARK _BLVD. COMM.CENTER SS E-03.51-$$4 TRANE TWE090B100CA/TTP030 Z285Y7L51-1/Z335Y6K3F $ 170.93 295 03-51 3390 GOLDEN GATE MAX HASSE PARK BLVD. COMM.CENTER SS E-03-51-SS4A TRANE TTP030D100A0 3390 GOLDEN GATE MAX HASSE PARK Z335Y733F $ 210.69 296 03-51 SS E-03-51-SS5 TRANE BLVD. COMM.CENTER TWE016P13FBO/TTP018 Z2924UJ2V/Z314SY63F $ 170.93 297 03-51 3390 GOLDEN GATE MAX HASSE PARK BLVD. COMM.CENTER SS E-03-51-SS6 TRANE TWE018P13FB0/TTP018 Z184M771V1Z314S1K3F $ 170.93 298 03-51 3390 GOLDEN GATE MAX HASSE PARK BLVD. COMM.CENTER SS E-03-51-SS7 TRANE TWE09081000A/TTP036 Z285YNK5H/Z245WF93F $ 170.93 299 03-51 3390 GOLDEN GATE MAX HASSE PARK BLVD. COMM.CENTER SS E-03-51-SS7A TRANE TTP036D100A0 Z263X4U3F $ 170.93 EMS STATION# 300 04-05 2375 TOWER DRIVE #3/ SS E_04.05-04 TRANE HELICOPTER OPS TWE46C14FC0/T7R048 Z0931X62VlZ0954J63F $ 210.69 EMS STATION# 301 04-05 2375 TOWER DRIVE 3/ SS E-04 05 SS3 TRANE HELICOPTER OPS TWE090B100EL/2TTB20 5201MH4BD/520140H3F $ 170.93 EMS STATION# 302 04-05 2375 TOWER DRIVE #3/ HELICOPTER OPS EMS STATION#3/ SS E 04•OS SS3A TRANE 2TT62042A1000gq 52015RNF3 $ 170.93 303 04-05 2375 TOWER DRIVE SS E004-05-SS1 TRANE _. HELICOPTER OPS TWE048C14FC0/TTR048 2033RCS1V/Z3148N53F $ 170.93 Packet Page-1913- cA0 EMS STATION#3/ 304 04-05 2375 TOWER DRIVE 12/10/201 3 16.E.6. HELICOPTER OPS SS E-04-05 SS4 TRANE TWEO9OB100E2/2TTB20 5201MD68D/52015ED3F $ 210.69 305 04-05 2375 TOWER DRIVE EMS STATION#3/ SS E-04-05-SS4A TRANE HELICOPTER OPS, 2TT62042A100AA 52015P53F $ 170.93 306 04-06 8787 E.TAMIAMI EAST NAPLES TRAIL LIBRARY SS E-04 06 SS1 TRANS TWE048C14FC0/2TTB00 4083KWA2V/4095SC33F $ 210.69 307 04-06 8787 E.TAMIAMI EAST NAPLES 1 TRAIL LIBRARY SS E-04-06-S52 TRANE TWE048C14FC0/2TTB00 4094RJK2Vl4085SC63F $ 170.t 308 04-06 8787 E.TAMIAMI EAST NAPLES SS E-04-06-S53 TRANE TWE048C14FC0/2TTBOO 14094KS31V/4095SC53F $ 170.93 TRAIL LIBRARY 309 04-06 8787 E.TAMIAMI EAST NAPLES SS E-04-06-SS4 TRANE TWE042C14FC0/2TTBOO 407540B2V/4101UBF3F $ 170.93 TRAIL LIBRARY 310 04-06 8787 E.TAMIAMI EAST NAPLES SS E-04-06-SS5 TRANE TWE060C15FD0/2TTBOO 4094WY92V/4095M8Y3F $ 210.69 TRAIL LIBRARY 311 04-06 8787 E.TAMIAMI EAST NAPLES SS E-04-06-SS6 TRANS TRAIL LIBRARY TWE048C14FC0/2TTB00 4094KS01V/4095SCX3F $ 170.93 312 04-10 3500 THOMASSON EAST NAPLES PARK RTU E-0410.RTU1 TRANE DRIVE COMMUNITY CENTE TSC120A3RGA22HO 6091000146 $ 389.62 313 04-10 3500 THOMASSON EAST NAPLES PARK SS E-01-10-SS5 TRANE DRIVE COMMUNITY CENTE TWEO6OC15FDO/2TT800 6091000146 $ 210.69 314 04-10 3500 THOMASSON EAST NAPLES PARK SS E-04-10-SS1 TRANE DRIVE COMMUNITY CENTE C617185V1/TTA180C300 5490600131/625425XAD $ 170.93 315 04-10 3500 THOMASSON EAST NAPLES PARK SS E-04-10-S52 TRANE DRIVE COMMUNITY CENTE TWE030C14B0/2TT6003 4044MG02V/3463MP5F $ 170.93 316 04-10 3500 THOMASSON EAST NAPLES PARK SS E-04-10-SS3 TRANE TWE048C14FC0/2TTBOO 3514KC81V/4054K1W3F $ 170.93 DRIVE COMMUNITY CENTE 317 04 10 3500 THOMASSON EAST NAPLES PARK SS E-0410-SS4 TRANE DRIVE COMMUNITY CENTE TWEO36C14FBO/277600 4042NKE2V/4025W395F $ 170.93 318 04-14 14059 SR 29 800 MHz GENERATOR PKU E-0414-PK7 BARD MILES CITY WA602-A00 153J052063833-02 $ 210.69 319 04-14 14059 SR 28 801 MHz GENERATOR PKU E-04-14-PK2 BARD WA602-A00 153K052069633-02 $ 170.93 MILES CITY 320 04-18 3301 E.TAMIAMI BUILDING"B" AHU E-04-18-AH1 DUNHAM-BUSH VCS06LF3605801 36058-02A94J $ 210.89 TRAIL 3301 E.TAMIAMI 321 04-18 TRAIL BUILDING"B" AHU E-04-18-AH2 DUNHAM-BUSH VCS1OMF3605802 36058-01A94J $ 170.5. 322 04-18 3301 E.TAMIAMI BUILDING"B" OAU E-04-18-OA1 CSTI MVIW100 060101001 $ 210.69 TRAIL 323 04-19 3301 E.TAMIAMI BUILDING"Cl'TAX AHU E-04-19-AH1 MCQUAY LSL-106CV 36C00245-06 $ 210.69 TRAIL COLLECTOR _ _ 324 04-19 3301 E.TAMIAMI BUILDING"Cl'TAX AHU E-04-19-AH3 TRANE MCCB0064AOCOUA D05F78070 $ 170.93 TRAIL COLLECTOR 325 04-19 3301 E.TAMIAMI BUILDING"C1"TAX AHU E004-19-AH2 TRANE MCCB006UAOCOUA K05F78065 $ 170.93 TRAIL COLLECTOR 326 04-19 3301 E.TAMIAMI BUILDING"C1"TAX AHU E-04-19-AH4 TRANE MCCB006UAOCOUA K05F78075 L TRAIL COLLECTOR 5 170.93 327 04-19 3301 E.TAMIAMI BUILDING"Cl"TAX AHU E-04-19-AH5 TRANE MCCB006UAOCOUA K05F78080 $ 210.69 TRAIL COLLECTOR 328 04-19 3301 E.TAMIAMI BUILDING'Cl"TAX OAU E-04-19-OAU1 Outside Air Unit MHRW365 0809961 TRAIL COLLECTOR $ 210.69 329 04-21 3301 E.TAMIAMI BUILDING"C2" AHU E-04-21-AH1 TRANE MCCB008UAODOUB K03F85959 TRAIL ELECTIONS _ $ 210.69 330 04-21 3301 E.TAMIAMI BUILDING"C2" AHU E-04-21-AH2 TRANE TWE060C15FB0 3145D5ASV $ 170.93 TRAIL ELECTIONS 331 04-21 3301 E.TAMIAMI BUILDING"C2" AHU E-04-21-AH3 TRANE MCCB008UAOD000A K03F85964 TRAIL ELECTIONS $ 170.93 332 04-21 3301 E.TAMIAMI BUILDING"C2" OAU E-04-21-OAU1 CARRIER 50TM-016-611YA 4503F63858 $ 210.69 TRAIL ELECTIONS _ 333 04-21 3301 E.TAMIAMI BUILDING"C2" SS E-04-21-SS1 TRANE TWE120B300DA/2TT800 3225X5P5H/2382UJE4F $ 170.93 TRAIL ELECTIONS 334 04-23 3301 E.TAMIAMI BUILDING"D",RISK/ AHU E-04-23-AH1 UNKNOWN SCB201A 5RH00031/01 $ 210.69 TRAIL JAIL VISIT/AS ADMIN 335 04-23 3301 E.TAMIAMI BUILDING"D",RISK/ AHU E-04-23-AF-I2 MCQUAY SCB301A 5RH00027!01 $ 170.93 TRAIL JAIL VISIT/AS ADMIN 336 04-23 3301 E.TAMIAMI BUILDING"D",RISK! AHU E-04-23-AH3 MCQUAY SCB301A 5RH00027/02 $ 170.93 TRAIL JAIL VISIT/AS ADMIN 337 04-23 3301 E.TAMIAMI BUILDING"D",RISK/ AHU E-04-23-AH4 MCQUAY SCB201A 5RH00031/02 $ 170.E TRAIL JAIL VISIT/AS ADMIN Packet Page-1914- - C,. I 12/10/2013 16.E.6. 3313 04-23 3301 E.TAMIAMI BUILDING"D",RISK/ TRAIL JAIL VISIT/AS ADMIN OAU E-0423 OAU7 CTSI MC-1000-5 10116 $ 210.69 339 pq_24 3301 E.TAMIAMI BUILDING"E",SNACK TRAIL BAR RTU E-0424RTU1 AMERICANSTANDARCTCC030F1006F 2452UGM1H $ 210.89 340 04 24 3301 E.TAMIAMI BUILDING"E",SNACK RTU E-04-24-RTU2 AMERICANSTANDARC TCC030F1006F 2451JW01H TRAIL BAR $ 170.93 341 04-25 3301 E.TAMIAMI BUILDING"F", TRAIL ADMINISTRATION AHU E-04-25-AH1 MCQUAY MSL117DH 3NK00234-01 $ 210.69 342 04-25 3301 E.TAMIAMI BUILDING"F", TRAIL ADMINISTRATION AHU E-04-25-AH2 LUXAIRE FRP036HO6A EHGS235894 $ 170.93 343 04-25 3301 E.TAMIAMI BUILDING"F", TRAIL ADMINISTRATION AHU E-04-25-AH3 MCQUAY MSL117DH 3NK00232-01 $ 170.93 344 04 25 3301 E.TAMIAMI BUILDING"F", TRAIL ADMINISTRATION AHU E-04-25-AH4 MCQUAY MLS117DH 3NK00233-01 $ 170.93 345 04-25 3301 E.TAMIAMI BUILDING"F", TRAIL ADMINISTRATION AHU E-04-25-AH5 LIEBERT VE192G-MM 320215-001 $ 210.69 346 04-25 3301 E.TAMIAMI BUILDING"F", TRAIL ADMINISTRATION OAU E-0425 OAU1 CTSI MR1000 1010964 $ 210.69 347 04-25 3301 E.TAMIAMI BUILDING"F", TRAIL ADMINISTRATION OAU E-04.25 OAU2 CTSI MC1000 1010963 $ 210.69 348 04-25 3301 E.TAMIAMI BUILDING"F", TRAIL ADMINISTRATION OAU E-04-25 OAU3 CTSI MC1000EH 0223981 $ 210.89 349 04-25 3301 E.TAMIAMI BUILDING"F", TRAIL ADMINISTRATION UILDING F OAU E 04 25 OAU4 CTSI MC7000 101962 3301 E.TAMIAMI BUILDING"F", $ 250.45 350 04-25 TRAIL OAU E-04-25.OAU5 CTSI MC1000 EH 0223981 ADMINISTRATION $ 210.69 351 04-25 3301 E.TAMIAMI BUILDING"F", TRAIL ADMINISTRATION OAU E-04-25 OAU6 CTSI MC1000-EH 0223983 $ 210,69 352 04-25 3301 E.TAMIAMI BUILDING"F", TRAIL ADMINISTRATION OAU E-0425-OAU7 CTSI MC1000EH 0223982 $ 210.69 353 04-25 3301 E.TAMIAMI BUILDING"F", TRAIL ADMINISTRATION OAU E•04-25 OAUB CTSI MHRW-300 092051 $ 250.45 354 04-25 3301 E.TAMIAMI BUILDING"F", TRAIL ADMINISTRATION OAU E-0425 OAU9 CTSI MC1000-EH 0223984 $ 210.69 355 .0425 3301 E.TAMIAMI BUILDING"F", TRAIL ADMINISTRATION OAU E-0425 OAU10 BOHN HC103LF EE87140 $ 210.89 356 04-25 3301 E.TAMIAMI BUILDING"F", TRAIL ADMINISTRATION OAU E-04-25 OAU71 CTSI MR1000 0223984 $ 210.69 357 04-27 3301 E.TAMIAMI BUILDING"G", TRAIL PURCHASING SS E-04-27-SS1 TRANE TWE048C14FC0/TTR048 22127ATZV/Z21038C23F $ 210.69 358 04-27 3301 E.TAMIAMI BUILDING"G", TRAIL PURCHASING SS E-04-27-S52 TRANE TWE060C14F130 B1035391V $ 170.93 04-28 3301 E.TAMIAMI BUILDING"H", TRAIL HEALTH AHU E•04-28-AH1 MCQUAY LS122DV 3VA00096-04 $ 210.69 360 04-28 3301 E.TAMIAMI BUILDING"H", TRAIL HEALTH AHU E-04-28-AH3 MCQUAY MSL111CV 3VA00098-06 $ 170.93 361 04-28 3301 E.TAMIAMI BUILDING"H", TRAIL HEALTH AHU E-04-28-AH4 MCQUAY LSL114DV 3VA00099-04 $ 170.93 362 04-28 3301 E.TAMIAMI BUILDING"H", TRAIL HEALTH AHU E-04-28-AH5 MCQUAY LSL128DH 3VA00100-04 $ 170.93 363 04-28 3301 E.TAMIAMI BUILDING"H", AHU E-04-28-AH6 MCQUAY LSL122DV TRAIL HEALTH 3VA00101-04 $ 210 89 364 04-28 3301 E.TAMIAMI BUILDING"H", TRAIL HEALTH AHU E-04-28-AH7 MCQUAY LSL134DH 3VA00102-04 $ 170.93 365 04-28 3301 E.TAMIAMI BUILDING"H", TRAIL HEALTH AHU E-04-28-AHS MCQUAY CAH004GDAC FBO0070300783 $ 170.93 366 04-28 3301 E.TAMIAMI BUILDING"H", TRAIL HEALTH OAU E-04-28-OA1 CARRIER 50TM0206HYA 3503F51346 $ 170.93 367 04-28 3301 E.TAMIAMI BUILDING"li", TRAIL HEALTH OAU E-04-28-0A2 CARRIER 50TM0166HYA 4503F63779 $ 210.69 368 04-28 3301 E.TAMIAMI BUILDING"H", TRAIL HEALTH OAU E-04-28-OA3 CARRIER 50TM028611YA 4603F65082 3301 E.TAMIAMI BUILDING"H", $ 170.93 369 04-28 TRAIL DAU E-04-28 OA4 CARRIER HEALTH 50AW050E611AA 4603F65236 $ 170.93 370 04-29 3301 E.TAMIAMI BUILDING J-2, TRAIL ADMINISTRATION AHU E-0429-AH1 MCQUAY CAH0357DAC E705127010 $ 210.69 - 371 Oa-29 3301 E.TAMIAMI BUILDING J-2, TRAIL ADMINISTRATION AHU E-04-29-AH2 MCQUAY CAH040FDAC E705129020 3301 E.TAMIAMI BUILDING J-2, _ $ 170.93 372 04-29 TRAIL OAU E-04-29-OA-1 CTSI MVRW 245 ADMINISTRATION 0517002 $ 210,69 373 04-29 3301 E.TAMIAMI BUILDING J-2, TRAIL ADMINISTRATION OAU E-04-29-0A-2 CTSI MVRW245 0517001 3301 E.TAMIAMI BUILDING J-2, - $ 210.69 374 04-29 TRAIL RTU E-04-29-RTU1 TRANE ADMINISTRATION TSC120AFROA29 637100903L $ 210.69 375 04-29 3301 E.TAMIAMI BUILDING J-2, TRAIL ADMINISTRATION RTU E-04-29-RTU2 TRANE TCH180B400HB 6311010360 3301 E.TAMIAMI BUILDING J-2, $ 170,93 376 04-29 TRAIL ADMINISTRATION RTU E-04-29-RTU3 TRANE TCH160B400HB 607100221D 3301 E.TAMIAMI 3" 04-29 BUILDING J-2, $ 170.93 TRAIL ADMINISTRATION RTU E-04-29-RTU4 TRANE TCH180B 400HB 7037007670 $ 170.83 Packet Page-1915- (,•rn 3301 E.TAMIAMI BUILDING J-2, 12/10/2013 16.E.6, 378 04-29 TRAIL ADMINISTRATION RTU E 04 29-RTUS TRANE THCI8OB 400H8 7091001280 $ 210.69 379 04-30 3301 E.TAMIAMI BUILDING J,OLD JAIL AHU E-04-30-AHU1 TRANE/RTU TSCA025MADOBO K01L66748C $ 210.69 TRAIL 380 04-30 3301 E.TAMIAMI BUILDING J,OLD JAIL AHU E-04-30-AHU2 TRANE/RTU TSCA025UOA0 K01L67965C $ 170.93 TRAIL 381 04-30 3307 E.TAMIAMI BUILDING J,OLD JAIL-AHU E-04-30-AHU3 TRANE BCHB0361ADOA R98F91219 TRAIL $ 170.9 382 04-30 3301 E.TAMIAMI BUILDING J,OLD JAIL AHU E-04-30-AHU4 CARRIER 39ED32 4183T13262 $ 170.93 TRAIL 383 04-30 3301 E.TAMIAMI BUILDING J,OLD JAIL AHU E-04-30-AHU5 TRANE MCCB010UAOCO4A K02H2046A TRAIL $ 210.69 384 04-30 3301 E.TAMIAMI BUILDING J,OLD JAIL AHU E-04-30-AHU6 CARRIER 39ED15 4183113203 $ 170.93 TRAIL 385 04-30 3301 E.TAMIAMI BUILDING J,OLD JAIL AHU E-04-30-AHU7 TRANE 'BCHCO24G2A02L02F 105734027 $ 170.93 TRAIL 386 04-30 3301 E.TAMIAMI BUILDING J,OLD JAIL AHU E-04-30-AHU6 CARRIER 39E012 4183113211 $ 170.93 TRAIL 387 04-30 3301 E.TAMIAMI BUILDING J,OLD JAIL AHU E-04-30-AHU9 CARRIER 39ED32 4183113204 TRAIL $ 210.69 388 04-30 3301 E.TAMIAMI BUILDING J,OLD JAIL AHU E-04-30-AHU10 CARRIER 39ED18 4183113212 $ 170.93 TRAIL 389 04-30 3301 E.TAMIAMI BUILDING J,OLD JAIL AHU E-04-30-AHU11 TRAIL MCCA035ALJOLOA K0126896DC $ 170.93 390 04-30 3301 E.TAMIAMI BUILDING J,OLD JAIL OAU E-04-30-OA1 CARRIER 50TM020 611YA 0305F02530 $ 210.69 TRAIL 391 04-30 3301 E.TAMIAMI BUILDING J,OLD JAIL PKU E-04-30-PK1 TRANE TSC120A4T10A0000 637100903L $ 210.69 TRAIL 392 04-30 3301 E.TAMIAMI BUILDING J,OLD JAIL PKU E-04-30-PK2 CARRIER 501M0206114A 0305F02530 TRAIL . $ 170.93 393 04-30 3301 E.TAMIAMI BUILDING J,OLD JAIL SS E-04-30-SS1 TRANE TWE048C14FC0/2TTA00 2502U6F2V/23652763F $ 170.93 TRAIL 394 04-30 3301 E.TAMIAMI BUILDING J,OLD JAIL SS E-04-30-SS2 TRANE TWE036C14F/2TTB0036 3086AF22V/30717CJ4F $ 170.93 TRAIL 395 04-30 3301 E.TAMIAMI BUILDING J,OLD JAIL SS E-04-30-SS3 TRANE TWE063P13FB0/2TTA00 42025H72V/42034A83F $ 210.69 TRAIL 396 04-30 3301 E.TAMIAMI BUILDING J,OLD JAIL SS E-04-30-SS4 CARRIER/GOODMAN 40AQ036300088/CKU36-1 143A19419/0303448344 $ 170.93 TRAIL 397 04-30 3301 E.TAMIAMI BUILDING J,OLD JAIL SS E-04-30-SS5 YORK/GOODMAN PFIMNA060/CKL60-1 2398A16737/040208791 $ 170.93 TRAIL 398 04-30 3301 E.TAMIAMI BUILDING J,OLD JAIL RTU E-04-30-RTU1 TRANE TCH18013400HB 709100128D $ 170.93 TRAIL 399 04-30 3301 E.TAMIAMI BUILDING J,OLD JAIL RTU E-04-30-RTU2 TRANE TCH180B400HB 6441005300 $ 2106 TRAIL 210.6 400 04-30 3301 E.TAMIAMI BUILDING J,OLD JAIL RTU E-04-30-RTU3 TRANE TCH180B400HB 6311010360 $ 170.93 TRAIL 401 04-30 3301 E.TAMIAMI BUILDING J,OLD JAIL RTU E-04-30-RTU4 TRANE TCH180B400HB 607100221D $ 170.93 TRAIL 402 04-30 3301 E.TAMIAMI BUILDING J,OLD JAIL RTU E-04-30-RTU5 TRANE TCH180B400HB 703100767D $ 170.93 TRAIL 403 04-31 3301 E.TAMIAMI BUILDING"K", AHU E-04-31-AH1 TRANE H55105AA0020050 K88F18985 TRAIL CHILLER $ 210.69 404 04-31 3301 E.TAMIAMI BUILDING"K"' AHU E-04-31-AH2 TRANE H55105AB0020050 K88F18988 $ 170.93 TRAIL CHILLER 405 04-31 3301 E.TAMIAMI BUILDING"K". AHU E-04-31-AH3 TRANE H5505AA0020050 K88F18986 $ 170.93 TRAIL CHILLER 406 04-31 3301 E.TAMIAMI BUILDING"K", AHU E-04-31-AH4 TRANE H55105AB0020050 K88F18987 TRAIL CHILLER $ 170.93 407 04-32 3301 E.TAMIAMI BUILDING"L", AHU E-0432-AHU1 TRANE H5A1R11ROAL K89D12977 $ 210.69 TRAIL COURTHOUSE 408 04-32 3301 E.TAMIAMI BUILDING"L", AHU E-0432-AHU2 TRANE H5A1R11ROAD K89E14006 $ 170.93 TRAIL COURTHOUSE 409 04-32 3301 E.TAMIAMI BUILDING"L", AHU E-04-32-AHU3 TRANE H5A3R11ROAL K89D12978 $ 170.93 TRAIL COURTHOUSE 410 04-32 3301 E.TAMIAMI BUILDING"L", AHU E-04-32-AHU4 TRANE H5A2R11ROAM K89D12979 $ 170.93 TRAIL COURTHOUSE 411 D4-3y 3301 E.TAMIAMI BUILDING"L", AHU E-04-32-AHU5 TRANE K5A1L11LOAM K8901298D TRAIL COURTHOUSE $ 210.69 412 04-32 3301 E.TAMIAMI BUILDING"L", AHU E-04-32-AHU6 TRANE H5A3R11ROAL K89D12981 TRAIL COURTHOUSE $ 170.93 413 04-32 3301 E.TAMIAMI BUILDING"L", AHU E-04-32-AHU7 TRANE H5A2R11ROAL K39D12982 TRAIL COURTHOUSE $ 170.93 414 04-32 3301 E.TAMIAMI BUILDING"L", AHU E-04-32-AI-IU8 TRANE H5A1COL01l0AF K89D12983 TRAIL COURTHOUSE $ 170.93 415 04-32 3301 E.TAMIAMI BUILDING"L", AHU E-04-32-AHU9 TRANE H5A1L110BL K89K31046 TRAIL COURTHOUSE $ 210.69 416 D4-32 3301 E.TAMIAMI BUILDING"L", AHU E-04-32-AHU10 TRANE H5AIR11ROBM K89K31050 $ 170.93 TRAIL COURTHOUSE 417 04-32 3301 E.TAMIAMI BUILDING"L", AHU E-04-32-AHU11 TRANE H5A1R11ROBM K78L31049 $ 170.5 TRAIL COURTHOUSE 418 04-32 3301 E.TAMIAMI BUILDING"L", AHU E-04-32-AHU12 TRANE H5A1R11ROBR K89K31052 $ 170.93 TRAIL COURTHOUSE Packet Page-1916- C.A. 12/10/2013 16.E.6. 419 04-32 3301 E.TAMIAMI BUILDING"L", AHU E-04-32-AHU13 TRANE H5A1R11PROAP K89E14007 $ 210.69 TRAIL COURTHOUSE _ 420 04-32 3301 E.TAMIAMI BUILDING"L", 'AHU E-04-32-AHU14 TRANE H5A1R01 ROBF K89K31051 $ 170.93 TRAIL COURTHOUSE _ 421 04-32 3301 E.TAMIAMI BUILDING"L", SS E-04-32-SS1 SANYO KS3622/C3632A 0032452/0017723 $ 170.93 TRAIL COURTHOUSE 0•:-32 3301 E.TAMIAMI BUILDING"L", SS 1E-04-32-SS2 SANYO KS3632/C3632 003:rt 12210013722 $ 170.93 :-32 TRAIL COURTHOUSE -~3301 E.TAMiIAK CRAIGHEAD LAB 423 04 (MUSEUM) SS 1E-04-33-SS1 TRANE TWE024C14FB0/TT6024 3495RJH2V/3511NJSSF $ 210.69 424 0,,-34 3301 E.TAMIAMI DISCOVERY SS E-04-34-SS1 GOODMAN ARUF303016AA/GSC030 0607199027/060975507 $ 210.69 TRAIL COTTAGE(MUSEUM) 425 04-34 3301 E.TAMIAMI DISCOVERY SS E-04-34-SS2 GOODMAN , ARUF182416AA/GSC130 0610073995/060913331 $ 170.93 TRAIL COTTAGE(MUSEUM) 426 0,1.35 3301 E.TAMIAMI MUSEUM MAIN BLDG. RTU E-04-35-RTU1 -GOODMAN GPC1330H21AB 0604741551 $ 210.69 TRAIL 3301 E.TAMIAMI 427 0!I-35 A/ TRAIL MUSEUM MAIN BLDG, SS E-04-35-SS1 GOODMAN/RUUD ARUF486016AGSC130 0610083522/060910848 $ 170.93 428 0 i-35 3301 E.TAMIAMI MUSEUM MAIN BLDG. SS E-04-35-SS2 GOODMAN ARUF486016AA/GSC130 06100083523/06091084 $ 170.93 TRAIL 429 0�-35 TRAIL TAML4MI MUSEUM MAIN BLDG. ISS E-04-35-SS3 GOODMAN ARUF364216AA/GSCI30 0609130590/061008081 $ 170.93 430 04-35 3301 E.TAMIAMI MUSEUM MAIN BLDG. SS E-04-35-SS4 GOODMAN ARUF061-0014-1B/C1T6 0603738435/060114237 $ 210.69 TRAIL 431 04-36 3301 E.TAMIAMI ELECTRIC PKU E-04-36-PK1 CARRIER 50-TM-006-A-601 4905G10272 $ 210.69 TRAIL SUBSTATION A 432 04-36 3301 E.TAMIAMI ELECTRIC PKU E-04-36-PK2 CARRIER 50-TM-D06-A-601 3105010261 $ 170.93 TRAIL SUBSTATION A _ 433 04 37 725 AIRPORT RD TAX COLLECTOR/ OAU E-04.37-OA1 CTSI MIIR100/MV1R-100CU 022002001/12402 $ 250.45 SOUTH DRIVERS LICENSE 725 AIRPORT RD TAX COLLECTOR/ F 434 0,-37 SOUTH DRIVER'S LICENSE SS E-04-37-SS1 CARRIER 39LDO6AA-BN-CRJ/38AR 2002 F54574/1702(12008 $ 170.93 725 AIRPORT RD TAX COLLECTOR/ r ` r V- 0c 575 435 10.-37 SS E-04.37-SS2 CARRI2P.. (''9LCO6/> B Lt.F-:9/31; 200 .545 „/160204001 $ 170.93 SOUTH DRIVER'S LICENSE I 1 � 725 AIRPORT RD 1TAX COLLECTOR/ 1 _ I - 436 10.:-37 SOUTH DRIVER'S LICENSE Sn 1E-04-37-SS2 CARRIER �3OAKSOi4 520/39L.D12A 1702F48981/2002F5456 $ 170.93 437 04-3g 3301 E.TAMIAMI BUILDING"W", AHU E-04-39-AH1 TRANE BCHB0542GDOL23 R96F70335 $ 210.69 TRAIL GENERAL SERVICES (0 39 3301 E.TAMIAMI BUILDING"W", AHU E-04-39-AH2 TRANE BCHB0542GDOL2300 R96F70334 $ 170.93 9 TRAIL GENERAL SERVICES AHU TRAIL GENERAL SERVICES 3301E TAMIAMI BUILDING"W", 43 E-04-39-AHD TRANE MCCA008GANOABA K96A67642 $ 170.93 _�p 0_-3 I 3301 E.TAMIAMI BUILDING"W", 440 0'-39 1 IOAL) E-04-39-0A1 ICSTI MR600 0114992 TRAIL GENERAL SERVICES $ 210.69 -. .-.. �- f i I- I 441 0,-35 3301 E.TAMIAM; GENERAL"V1^', OAU E-04-39-OA: yCSTi MR325 0114991 $ 250.45 TRAIL GENERAL SERVICES i 442 04'439 3301 E.TAMIAMI BUILDING"W", SS E-04-39-SS1 TRAND TWE06015FDO/TTB060D R502L022V/R4347R23F $ 170.93 TRAIL GENERAL SERVICES 3301 E.TAMIAMI BUILDING"W", 443 04-39 TRAIL GENERAL SERVICES SS E-04-35-SS2 IHEIL/TRANE NBA3024SKB1/2TTR102 L912354344/4021XJF5F $ 170.93 3301 E.TAMIAMI BUILDING"W', 444 04-39 TRAIL GENERAL SERVICES ISS 5-04-39-553 TRANE 118X5-240/RA:A018JAZ J11FC5587E3731509/58 $ 170.93 445 104-39-1 TRAIL E.TAMIAMI BUILDING"VV", ISS I TRAIL GENERAL SERVICES E-04-39-S54 TRANE TVUG042A140B1/2TTBOO 15243MHD6V/4451K825F $ 210.69 I 446 04-39 3301 E.TAMIAMI BUILDING"W., I SS E-04-39-SS5 TRANE /TWG060A15081/2TT600 5253K695V/5285J6P3F $ 170.93 TRAIL GENERAL SERVICES 447 04.39 3301 E.TAMIAMI BUILDING"W, SS E-04-39-SS6 TRANE TWG036A140B1/2TTBOO 5191 M3D6V/51517/C55F $ 170.93 TRAIL GENERAL SERVICES ■ 448 04-39 3301 E.TAMIAMI BUILDING"W", SS E-04-39-5S7 TRANE TWE080C15FDO/TTR060 Z274U981V/Z021PUJ2F $ 170.93 TRAIL GENERAL SERVICES 3301 E.TAMIAMI BUILDING"W", I 449 04-39 TRAIL GENERAL SERVICES SS E-04-39-SS8 TRANE ITWG048A140A0/2TTB00 N165NET1Y/4101UBM3F $ 210.69 1 I I 3301 E.1AMIAIVII BUILDING"W''', I ir 0439 TRAIL GENERAL SERVICES S IE-04-35-SS9 ;TRANE TWEO60C15FDO/2TTBOO 2322CNU2V/23035M73F $ 170.93 Packet Page-1917- 9 1 12/10/2013 16.E.6. 451 04-39 3301 E.TAMIAMI BUILDING"W", TRAIL GENERAL SERVICES SS E-04-39•SS10 TRANE TWG060A15081/2TTB30 5113R806V/7084R6P4F $ 170.93 452 04-39 3301 E.TAMIAMI BUILDING/", TRAIL GENERAL SERVICES SS E-04-39-SS11 TRANE TWE120A300DA/TTA120 2235X6H 5 H/2304 N MYAD $ 170.8`"1 453 04 41 3285 TAMIAMI TRAIL PROPERTY EAST APPRAISER PKU E-04 41•PKt LENNOX CHA16 653 3Y 3285 TAMIAMI TRAIL PROPERTY S682H04180 $ 210.69 454 04 41 EAST PKU E-04 41-pK2 LENNOX ' APPRAISER LCC060S2BN1Y 5605M11234 455 04-41 3285 TAMIAMI TRAIL PROPERTY $ 170.93 EAST APPRAISER 3285 TAMIAMI TRAIL PROPERTY PKU E-04 41•PK3 BARD P60A6 N 031 W930TR6254 1 $ 170.93 456 04-41 EAST PKU E-04 41-PK4 LENNOX APPRAISER CHA24-653-1Y 5695G-02829 457 p4 41 3285 TAMIAMI TRAIL PROPERTY $ 170.93 EAST APPRAISER PKU E 04 41-PKS LENNOX CHA16 048 tY 458 04-41 3285 TAMIAMI TRAIL PROPERTY 5605K08714 $ 210.69 EAST APPRAISER SS E-04-41-SS1 AIRTEMP/CARRIER 1412-01 OH-729606 459 04-41 3285 TAMIAMI TRAIL PROPERTY $ 170.93 EAST APPRAISER SS E-04-41-SS10 RUUD UEBA-1005BES/UAHE-0 TM 04920901/4720M0792 $ 170.93 460 04-41 3285 TAMIAMI TRAIL PROPERTY EAST APPRAISER SS E-04-41-SS11 RHEEN/TRANE UEA8100585/TTB012C1 TM4848203/3074K2F5F $ 170.93 461 04-41 3285 TAMIAMI TRAIL PROPERTY EAST APPRAISER SS E-04-41-5812 RUUD/RHEEM UEAB1005BGS/RACC-01 TM 26843297/3102-M508 $ 210.69 462 04-41 3285 TAMIAMI TRAIL PROPERTY EAST APPRAISER SS E-04-41-SS13 TRANE TWE018C14FB0/TTB01 236350d2V/2344UA35F $ 170.93 463 04-41 3285 TAMIAMI TRAIL PROPERTY EAST APPRAISER SS E-04-41-SS14 BRYANT/CARRIER FA4ANF018/38CK018310 5193A23380/5193E0541 $ 170.93 464 04-41 3285 TAMIAMI TRAIL PROPERTY EAST APPRAISER SS E-04-41-5S2 AIRTEMP/CARRIER 1412-01/38AE-012-500 0H729606/3690F33633 $ 170.93 465 04-41 3285 TAMIAMI TRAIL PROPERTY EAST APPRAISER SS E-04.41-SS3 LIEBERT MD36E-YH0D0-PFC037A 0239N69036/0239N6906 $ 210.69 466 04-41 3285 TAMIAMI TRAIL PROPERTY EAST APPRAISER SS E-04-41-SS4 LENNOX CBH17135V3/HS29-072 5605E0750/5605005320 $ 170.93 467 04-41 3285 TAMIAMI TRAIL PROPERTY EAST APPRAISER SS E-04-41-SS5 LENNOX CBH17135V3/HS29-048 5605E07050/5805H6128 $ 170.93 468 04-41 3285 TAMIAMI TRAIL PROPERTY EAST APPRAISER SS E-04-41-SS8 LENNOX CB30M-65-4P/HS29-072 5805L42698/5605C1174 $ 170.93 469 04-41 3285 TAMIAMI TRAIL PROPERTY EAST APPRAISER SS E-04-41-SS7 RUUD/TRANE UEAB-1615KLS/2TTA004 TM07924057/30914873F $ 210.69 470 04-41 3285 TAMIAMI TRAIL PROPERTY EAST APPRAISER SS E-04-41-SS8 RUUD UEAB-1615KLS/UAHE-04 TM07924056/4026M0792 $ 170.93 471 04-41 3285 TAMIAMI TRAIL PROPERTY EAST APPRAISER SS E-04-41-SS9 RUUD UEAB-2015KMS/UAHE-0 TM40911790/4660M1292 $ 170.93 472 04-45 11121 E.TAMIAMI EMS STATION TRAIL #21/EAST NAPLES SO AHU E-04 45 AHU TRANE TWE042C14FCO 4492TD71V $ 170.93 473 04-45 11121 E.TAMIAMI EMS STATION TRAIL #21/EAST NAPLES SO SS E-04-45-SS1 LENNOX/TRANE CBS18-65-3P/2TTR2060 5191F74371/302154E3F $ 170.93 474 04-45 11121 E.TAMIAMI EMS STATION TRAIL #21/EAST NAPLES SO SS E-04-45-552 LENNOX CBS18-65 3P/HS16 651 5191F74263/5191J0769 $ 210.69 475 04-47 3301 E.TAMIAMI HUNTOON GALLERY TRAIL (MUSEUM) SS E-04-47-S51 GOODMAN REA31410BWS/UAJC03 06097555075/06071986 $ 210.69 476 04-50 3301 E.TAMIAMI ELECTRIC TRAIL SUBSTATION B PKU E-04-50-PK1 TRANE TSC060A4E0A0000 530103105E 3301 E.TAMIAMI ELECTRIC $ 210.69 477 04-50 TRAIL PKU E-0450-50 TRANE SUBSTATION B TCD060C400BC K411015460 $ 210.69 MANATEE REP 478 04-55 1300 MANATEE RD, UM SS E-04-55 SS1 RUDD STATION UBHJ25J11SU2AI/UAPA TM2001D5457/6371M170 $ 210.69 479 04-55 MANATEE REPUM STATION SS E-04-55-5S2 RUDD UBHJ25J11SUZA1/UAPA `TM200105455/6371M170 $ 170.93 SUGDEN PAR 480 04-56 4284 AVALON DR PARK RANGER OFFICE SS E-0456-SS1 RUUD UBHA1407NFDAVUAKAO TM249901313/5338M079 $ 210.69 SCWRF 481 04-59 5600 WARREN ST. ADMINISTRATION OAU E-04-59-0A2 CTSI MVR R3000 EH/H 3C E180 WHGM105317 SCWRF $ 250.45 482 04-59 5600 WARREN ST. SS E-0459 SS1 CARRIER ADMINISTRATION 40RMB60 OHC/38AKS012 5499F61514/1199G0012 $ 170.93 SCWRF PROCESS& 4 - 83 04-127 5600 WARREN ST. SS E-04-127-SS1 CARRIER CONTROL FK4DNF003/38CKCO243 3405A87566/2705E4393 $ 210.69 484 04-127 5600 WARREN ST. SCWRF PROCESS 8 SS E-04-127-SS2 CARRIER CONTROL KF4DNB006/38CKC0805 3605A8526/2605E24490 $ 170.93 SCWRF PROCESS& 485 04-127 5600 WARREN ST. SS E-04127•SS3 CARRIER CONTROL FK4DNB006/38CKC0057 3605A85875/3505E0789 $ 170.93 SCWRF PROCESS 486 04-127 5600 WARREN ST. & SS E-04-127-SS4 CARRIER CONTROL FK4DNF005/3BCKC0485 405A82111/2905E34126 $ 170.93 SCWRF PROCESS 6 487 04-127 5600 WARREN ST. SS E-04-127-SS8 ADDISON CONTROL VCH074F04E/RC074004 030408603001/0304086 $ 210.691 Packet Page-1918- ,';�� 12/10/2013 16.E.6. 488 04131 5600 WARREN ST. SCWRF ELECTRICAL PKU E-04-131-PK1 BARD WA602000XPXX21 155703181387802 $ 210.69 SERVICE 489 04-131 5600 WARREN ST. SCWRF ELECTRICAL PKU E-04-131-PK2 BARD WA602COOXPXX2X 15570318367702 $ 170.93 SERVICE 04-131 5600 WARREN ST. SCWRF ELECTRICAL SS E-04-131-SS1 TRANE TTA072C400A0 L355WS6FF $ 170.93 SERVICE 491 04-131 5600 WARREN ST. SCWRF ELECTRICAL SS E-04-131-SS2 TRANE TWE090A3OBB/TTA072C L333LRL5H/L355W5677 $ 170.93 SERVICE 492 04-131 5600 WARREN ST. SCWRF ELECTRICAL SS E-04-131-S53 TRANE TWE090A300BB/TTA072 L352UJX5H/L384YWOFF $ 210.69 SERVICE 493 04-131 5600 WARREN ST. SCWRF ELECTRICAL SS E-04-131-SS4 ADDISON VCL074F04E/RC074004F 030408601001/0304086 $ 170.93 SERVICE 494 04-133 5600 WARREN ST. SCWRF AERATION SS E-04-133-SS1 ADDISON VCH134J24E 030304102001 $ 250.45 ELECTRIC 495 04-133 5600 WARREN ST. SCWRF AERATION SS E-04-133-SS2 WEATHER KIN G/GOO'WBHA-17J1ONFDAI TM469702202/07060427 $ 170.93 ELECTRIC 496 04-148 5600 WARREN ST. SCWRF FILTER SS E-04-148-SS1 CARRIER 38HDC018-301 1704X861581 $ 210.69 GALLERY 497 04-168 CHAMPIONSHIP DR. PUMP CONTROL SS E-04-168-SS1 TRANE TWE018C14FBO/TTB018 2435JYE2V/2435TPS5F $ 210.69 316.00 498 04-169 US 41 NEAR BOYNE PUMP CONTROL SS E-04-169-SS1 RHEEM RBEA17J05NUBA1/RAK TM11945892/6952M4505 $ 210.69 317.00 499 04-169 US 41 NEAR BOYNE PUMP CONTROL SS E-04-169-SS2 RHEEM RBEA17J05NU8A1/RAKB TM05947372/6952M5005 $ 170.93 317.01 500 04-179 SR 951 @ 41 PUMP CONTROL SS E-04-179-SS1 TRANE TWE018C14FBO/TTB018 2435JYD2V/224272C5F $ 210.69 318.00 3500 THOMASSON EAST NAPLES 501 04-190 DRIVE COMMUNITY PARK PKU E-04-190-PKG1 BARD WA241A00 140H950936904-02 $ 210.69 SKATE PARK 3500 THOMASSON EAST NAPLES 502 04-190 DRIVE COMMUNITY PARK PKU E-04-190-PKG2 BARD WA241-A00 140H950930201-02 $ 170.93 SKATE PARK 503 04-192 4800 DAVIS BLVD ROAD AND BRIGED SS E-04-192-SS1 TRANE TWE048C14FC0/2TTBOO 4425L3C2V/5052U0D4F $ 210.69 ADMIN BLDG/GEN 504 04-194 4800 DAVIS BLVD TRANSPORTATION SS E-04-194-SS1 TRANE TWE090A100CA/TWA09 R123285SH/R123PYBAH $ 210.69 ( CREW BLDG. 04-194 4800 DAVIS BLVD TRANSPORTATION SS E-04-194-SS2 TRANE TWE024C1147B0/2TTR1 3033DP11V/3035WTU5F $ 170.93 CREW BLDG. TRANS. 506 04-195 4800 DAVIS BLVD WAREHOUSE/SHOP AHU E-04-195-AH1 RUUD UEAB-1-10BFS TM0386-142J $ 210.69 GEN. TRANS. 507 04-195 4800 DAVIS BLVD WAREHOUSE/SHOP AHU E-04-195-AH2 RUUD 4EAB-1410BFS TM03861391 $ 170.93 GEN. TRANS. 508 04-195 4800 DAVIS BLVD WAREHOUSE/SHOP SS E-04-195-SS1 TRANE TWE036RB0/2TTB0036A 5192NNFIV/51946FCJF $ 170.93 GEN. 509 04-202 E. TAMIAMI TRAIL MAIL ROOM TRAILER PKU E-04-202-PK1 TRANE TWE036C14FBO/TTR036 Z284AYC2V/Z102SWAB $ 210.89 T _ BAY STREET HOME 510 04-205 1973 BAY STREET #1 SS E-04-205-SS1 LENNOX CB28UH03623001/13AC 5804E44833/5804F3717 $ 210.69 511 04-206 2015 BAY STREET #2 Y STREET HOME 4 SS E-0206-SS1 TRANE TWE03OP13FB0/2TTR20 4021 PRF2V/5045T593F $ 210.69 512 04-208 3301 E.TAMIAMI PARKING GARAGE#1 AHU E-04-208-A111 TRANE BCHC012E2A03Al2G T04810416 $ 210.69 TRAIL 513 04-208 3301 E.TAMIAMI PARKING GARAGE#2 AHU E-04-208-AH2 TRANE BCHCO24E2A3NO2D T04B10417 $ 170.93 TRAIL 514 04-208 3301 E.TAMIAMI PARKING GARAGE#3 SS E-04-208-SS1 EMI WHP36D020AA000C/SC 104D804718/104C49701 $ 210.69 TRAIL 515 04-208 T3R0�1 E.TAMIAMI PARKING GARAGE#4 SS E-04-208-SS2 EMI WHP36D020AA000C/SC 1040804418/104096220 $ 210.69 L 516 04-209 1051 5TH AVE. NAPLES DEPOT RTU E-04-209-RTU1 CARRIER 5OHJ-004-531 3105G50422 $ 210.69 SOUTH 517 04-209 1051 5TH AVE. NAPLES DEPOT RTU E-04-209-RTU2 CARRIER 5OHJ-004-531 3705820376 $ 170.93 SOUTH 518 04-209 1051 5TH AVE. NAPLES DEPOT SS E-04-209-SS1 TRANE TSC060A3EOA1Y 538101590L $ 170.93 SOUTH 519 04-209 1051 5TH AVE. NAPLES DEPOT SS E-04-209-SS2 AMANA RCC24A2D 0110102399 $ 170.93 SOUTH 52D 04-209 1051 5TH AVE. NAPLES DEPOT SS E-04209-SS3 BARD HAC48-1-A 126H001480232-1 $ 210.69 SOUTH 1051 5TH AVE. (71 04-209 SOUTH NAPLES DEPOT SS E-04-209-SS4B GOODMAN HOC24-1-AB 0006513640 $ 170.93 1051 5T J4-209 SOUTH H AVE. NAPLES DEPOT SS E-04-209-SS5 AMANA RCC30A2A 94013185028 $ 170.93 Packet Page -1919- 523 04-209 1051 5TH AVE. 12/10/2013 16.E.6: SOUTH NAPLES DEPOT SS E-04-209 SS6 CARRIER 1051 5TH AVE. 38CKCO24320 2097E15141 $ 170.93 524 04-209 NAPLES DEPOT SS E- SOUTH 04-0209-5S4A GOODMAN HOIC-24.1A8 12668 E.TAMIAMI TAX COLLECTOR 0006513839 $ 210.69 525 04-210 RTU E-04-210-RTU1 TRANE TRAIL EAGLE LAKES TCC042F100BA 12668 E.TAMIAMI TAX COLLECTOR JH2160713 $ 210.E 526 04-210 TRAIL RTU E-04 CARRIER EAGLE LAKES 50HJ-005.341 1706G10363 527 04-210 12668 E.TAMIAMI TAX COLLECTOR $ 170.93 TRAIL EAGLE LAKES SS E-04-210-SS1 TRANE TWE042P13FB0/2TTR20 450335U2V/4495Y7J3F $ 170.93 528 04-210 12888 E.TAMIAMI TAX COLLECTOR TRAIL EAGLE LAKES SS E-04-210-5S2 LG LSK1830CULS-K1830CL 404KA0J00108/41ZKACA $ 170.93 529 04-215 3301 E.TAMIAMI BUILDING J-3,NEW TRAIL JAIL AHU E-04-215-AHU1 TRANE MCCB02IUAOCOUA 3301 E.TAMIAMI BUILDING J-3,NEW K04E70748 $ 210.69 530 D4-215 AHU E-04-215 AHU2 TRANE TRAIL JAIL MCC8010UAOCOUA K04E70768 531 04-215 3301 E.TAMIAMI BUILDING J-3,NEW $ 170.93 TRAIL JAIL AHU E-04-215-AHU3 TRANS MCCB025UA0D0UB K94K34799A 532 04-215 3301 E.TAMIAMI BUILDING J-3,NEW $ 170.93 TRAIL JAIL AHU E-04-215-AHU4 TRANE MCCB010UAOCOUA 1604E70780 533 04-215 3301 E.TAMIAMI BUILDING J-3,NEW $ 170.93 TRAIL JAIL AHU E-04-215-AHU5 TRANS MCCB035UA0004B 3301 E.TAMIAMI BUILDING J-3,NEW KO4E70789 $ 210.69 534 04 215 TRAIL AHU E-04-215-AHU6 TRANS JAIL MCCB040UA0OOUA K04E70812 535 04-215 3301 E.TAMIAMI BUILDING J-3,NEW $ 170.93 TRAIL JAIL AHU E-04-215-AHU7 TRANE MCCB035UAOCOUE 3301 E.TAMIAMI BUILDING J-3,NEW K04E70822 $ 170.93 536 04-215 OAU E-04-215-0A1 CTSI TRAIL JAIL 3301 E.TAMIAMI BUILDING J-3,NEW TRAIL 0800904001 402 $ 210.69 537 04-215 TRAIL OAU E-04215-OA2 CTSI JAIL MVRW1020 072004001401 538 04-215 3301 E.TAMIAMI BUILDING J-3,NEW $ 250.45 TRAIL JAIL OAU E-04-215-OA3 CTSI MVRW770 8075 LELY EMERGENCY 072004002-401 $ 210.69 539 04-228 CULTURAL BLVD. SERVICES CENTER CH E 04-228-CHI TRANS 2CDLNNONNIONGOEXM! $ 817.09 RTAC30040OON UAFNN ITY 540 04-228 8075 LELY EMERGENCY 407K06195 CULTURAL BLVD. SERVICES CENTER CH E-04-228-CH2 TRANE RTAC3004UQONUAFNNITY 2C K06196 NIONGOEXM/ 541 04-228 8075 LELY EMERGENCY 407K06196 $ 877.33 CULTURAL BLVD. SERVICES CENTER AHU E-04-228 AHU1 LIEBERT BU02C/AAE06953 8075 LELY EMERGENCY N08D740203 $ 210.69 542 -228 CULTURAL BLVD. SERVICES CENTER AHU E-04 228 AHU2-1 TRANS MCCB080UAOCOUB K07J15674R $ 170.93 543 04-228 8075 LELY EMERGENCY CULTURAL BLVD. SERVICES CENTER AHU E-04228-AHU2-2 LIEBERT MMD40CAHED6 8075 LELY EMERGENCY 0818N166296 $ 170.93 544 04-228 CULTURAL BLVD. SERVICES CENTER AHU E-04 226-gHU2-3 LIEBERT MMD92CDAOELB 0618N166266 $ 170.93 ` 545 04-228 8075 LELY EMERGENCY CULTURAL BLVD. SERVICES CENTER AHU E-04-228-AHU1 TRANE MCCB040UAOCOUB K07J15684A $ 210.69 546 04 228 8075 LELY EMERGENCY CULTURAL BLVD. SERVICES CENTER AHU E 04 228 AHU3 2 LIEBERT MMD92CDAOELB 8075 LELY EMERGENCY 0818N166218 $ 170.93 547 04-228 CULTURAL BLVD. SERVICES CENTER AHU E-04-228-AHU3-3 LIEBERT FH740C-AAEO6953 CO8D740229 $ 170.93 548 04-228 8075 LELY EMERGENCY CULTURAL BLVD. SERVICES CENTER AHU E-04228 AHU3 4 LIEBERT FH740C AAE08953 8075 LELY EMERGENCY C08D740228 $ 170.83 549 04-228 CULTURAL BLVD. SERVICES CENTER AHU E-04-228-AHU3-5 LIEBERT 8075 LELY FH248C-AA506953 CO8D140217 EMERGENCY $ 210.69 550 04-228 CULTURAL BLVD. SERVICES CENTER 8075 LELY EMERGENCY AHU E-04-228-AHU 3 6 LIEBERT FH248C-AAE06953 551 04-228 CO8D140218 $ 170.93 CULTURAL BLVD, SERVICES CENTER AHU E-04-228-AHU41 TRANS MCCBO5OUAOCOUB K07515700A 8075 LELY EMERGENCY $ 170.93 552 04-228 CULTURAL BLVD. SERVICES CENTER AHU E-04 228 AHU4-2 TRANE MCCBO4OUAOCOUB KO7J15706A $ 170.93 553 04-228 8075 LELY EMERGENCY CULTURAL BLVD. SERVICES CENTER AHU E-04-228 AHU43TRANE MCCBOIOUAOCOUB KO7J75712A 554 04-228 8075 LELY EMERGENCY $ 210.69 CULTURAL BLVD. SERVICES CENTER AHU E-04 228 AHU4 4 LIEBERT FH74OC AAE06953 8075 LELY EMERGENCY CO8D140230 $ 170.93 555 04-228 CULTURAL BLVD. SERVICES CENTER AHU E 04228 AHU45 LIEBERT FH740C-AAE06953 C08D140227 $ 170.93 556 04-228 8075 LELY EMERGENCY CULTURAL BLVD. SERVICES CENTER AHU E-04-228-AHU4 6 LIEBERT N/A N/A $ 170.93 8075 LELY EMERGENCY 557 04-228 CULTURAL BLVD. SERVICES CENTER EF E O4 228 EF7-1 TWIN CITY FAN CO BSI-365AHP 558 04-228 8075 LELY EMERGENCY A08-244878-1 $ 210.69 CULTURAL BLVD. SERVICES CENTER EF E O4 228-EF1-5 TWIN CITY FAN CO BSI-365A 8075 LELY EMERGENCY A08-244878-5 $ 170.93 559 04-228 CULTURAL BLVD. SERVICES CENTER EF E-04228 EF4-1 TWIN FAN CITY BCRD-300C 560 04228 8075 LELY EMERGENCY A08-244878-8 $ 170.93 CULTURAL BLVD. SERVICES CENTER EF E-04-228-EF5 1 TWIN CITY FAN CO BCRD-180C 8075 LELY EMERGENCY A08-244876-19 $ 170.93 561 04-228 CULTURAL BLVD. SERVICES CENTER MA E-04-228-MA2 TWIN CITY FAN CO N/A 562 04-228 8075 LELY EMERGENCY 08224878-11-1 $ 210.69 CULTURAL BLVD. SERVICES CENTER MA E 04286 MA1 TWIN CITY FAN CO N/A 8075 LELY EMERGENCY 08244878-10-1 $ 170.93 563 04-228 CULTURAL BLVD. SERVICES CENTER OAU E-04-228-OAU1 TEMTROL WF-DH19 U103537-001-00 $ 210.69 Packet Page-1920- `,0 I 12/10/2013 16.E.6. 564 04-228 8075 LELY EMERGENCY OAU E-04-228-0AU2 TEMTROL WF-DH19 CULTURAL BLVD. SERVICES CENTER U103537 002-00 $ 210.69 565 04-228 8075 LELY EMERGENCY AOU E-04-288-OAU3 TEMTROL WF-DH9 U103537-003-00 $ 250.45 CULTURAL BLVD. SERVICES CENTER 566 04-228 8075 LELY EMERGENCY CULTURAL BLVD. SERVICES CENTER SMEF E-04-226-SMEFI TWIN CITY FAN CO 3884 TCTSSH B08-244878-12-1 $ 170.93 67 04-228 8075 LELY EMERGENCY SP E-04-228-SP1 TWIN FAN CITY CO N/A 08-244878-18-1 $ 170.93 CULTURAL BLVD. SERVICES CENTER 568 04-229 8065 LELY SOUTH REGIONAL AHU E-04-229-AHU1 TRANE MCCBOI7UAOAOUA K08B21509 CULTURAL BLVD LIBRARY $ 170.93 569 04-229 8065 LELY SOUTH REGIONAL AHU E-04-229-AHU2 TRANE MCCB025UAOUA K081321515 CULTURAL BLVD LIBRARY $ 170.93 570 04-229 8065 LELY SOUTH REGIONAL AHU E-04-229-AHU3 TRANE MCCB021UAOAOUB K08B21520 CULTURAL BLVD LIBRARY $ 170.93 571 04-229 8065 LELY SOUTH REGIONAL CU E-04-229-CU1 TRANE RAUCC204BZ13ABD00000 CO8D03352 CULTURAL BLVD LIBRARY $ 170.93 572 05-09 2901 COUNTY BARN COUNTY BARN PKU E-05-09-PK1 BARD WA484-A05 236N052118807-2 $ 210.69 RD REPEATER 573 05-09 2901 COUNTY BARN COUNTY BARN PKU E-05 09 PK2 BARD WL484A05 RD REPEATER 236N052108812-02 $ 170.93 574 05-11 2901 COUNTY BARN FLEET MANAGEMENT AHU E-05-11-SS1 EMIO WLCA36D0 1-07•L-9801.48 $ 210.69 RD 575 05-11 2901 1 COUNTY BARN FLEET MANAGEMENT CU E-05-11-SS1 EMIO ' SICA6000000 1-07-B-3139-08 $ 170.93 576 05-11 2901 COUNTY BARN FLEET MANAGEMENT AHU E-05-11-SS3 TRANE TWE018C14FBO/TTB 29010756688/4062KAC5F $ 170.93 RD 577 105-11 2901 COUNTY BARN FLEET MANAGEMENT CU E-05-11-SS3 CARRIER 38ARD016-601- 2807G50061 I RD $ 170.93 578 105-11 2901 COUNTY BARN FLEET MANAGEMENT AHU E-05-11-SS4 AMERSTANDARD TWE048C14FC0/f80048 R3822MA1V/R1021TBBF $ 210.69 RD 579 05-11 2901 COUNTY BARN FLEET MANAGEMENT CU E-05-11-SS4 CARRIER 38ARD024-601- 3307620054 RD $ 170.93 580 05-11 2901 COUNTY BARN FLEET MANAGEMENT AHU E-05-11-AHU3 CARRIER 4ORM-016-B811YC 3507U27582 RD $ 170.93 05-11 2901 COUNTY BARN FLEET MANAGEMENT AHU E-05-11-AHU4 CARRIER 4ORM-024-B611YC 3107U24102 RD $ 170.93 05-30 7610 DAVIS BLVD. DOMESTIC ANIMAL OAU E-05-30-OA1 TRANE RAUCC25EBU30000001 C00F17179 SERVICES ADMIN $ 250.45 05-30 7610 DAVIS BLVD. DOMESTIC ANIMAL SS E-05-30-SS1 TRANE MCCA0214BOA00004/R9 K00790684/C00717178 $ 170.93 SERVICES ADMIN DOMESTIC ANIMAL 584 05-31 7610 DAVIS BLVD. SERVICES PKU E-05-31-PK1 TRANE PTEC1201GCA A00M01477 $ 210.69 SALLYPORT DOMESTIC ANIMAL 05-31 7610 DAVIS BLVD. SERVICES PKU E-05-31-PK2 TRANE PTEC1201GBA AOOF01809 $ 170.93 SALLYPORT 1:1 DOMESTIC ANIMAL 15-31 7610 DAVIS BLVD. SERVICES SS E-05-31-S51 TRANE TWEO18P137BO/TTP018 R033PBB1V/R235LCN3F $ 170.93 SALLYPORT 6-01 1040 WINTERBERRY MARCO TAX OAU E-08-01-OA1 CARRIER 5OHJ-006 331 0703010293 $ 250.45 DR COLLECTOR 06-01 1040 WINTERBERRY MARCO TAX RTU E-06-01-RTU1 CARRIER 505X-060-301M 2099642784 DR COLLECTOR $ 170.93 0 06-01 1040 WINTERBERRY MARCO TAX RTU E-O6 01-RTU2 TRANE TCCO6OF100BF Z1131E32H DR COLLECTOR $ 170.93 590 06-04 210 S HEATHWOOD MARCO LIBRARY OAU E-06-04-OA1 OUTSIDEAIRSOLUTI CA55RT109 040903001-310 DR $ 250.45 591 06-04 210 S HEATHWOOD MARCO LIBRARY PKU E-06-04-PKU1 CARRIER 50SX060301AA 2099G42784 $ 210.69 DR 592 06 04 210 S HEATHWOOD MARCO LIBRARY PKU E-06-04-PKU2 ADDISON PCA141BF203F4A1A0C0 081003001001 $ 170.93 DR 593 06-04 210 S HEATHWOOD MARCO LIBRARY SS E-06-04-SS1 TRANE TWE048P130A0/TTP048 M426AXD1V/M362KWFF $ 170.93 DR 594 06 04 210 S HEATHWOOD MARCO LIBRARY SS E-06 04 SS2 TRANE DR TWE063P130A0/fTP060 M4255U61V/M253TEXHF $ 170.93 595 06-04 210 S HEATHWOOD MARCO LIBRARY SS E-06 04 SS3 TRANE TWEO3OP,30A01TTP024 M4318P11VU/M41,1RUC $ 210.69 DR 596 06 04 210 S HEATHWOOD MARCO LIBRARY SS E-06-04-5S4 TRANE TWE030P130A0/TTP024 M4318NWIV/M4117YAC $ 170.93 DR 597 06-04 210 S HEATHWOOD MARCO LIBRARY SS E-06-04-SS5 TRANE TWE042P130A0/TTP042 M43149D1V/M054TRTFF $ 170.93 DR 598 06-04 210 S HEATHWOOD MARCO LIBRARY SS E-06 04-SS6 TRANE DR TWE180B300CA/TTA180 M432H3RGH/M431N4WA $ 170.93 599 06-12 990 N BARFIELD DR. MARCO SO SS E-06-12-SS1 TRANE SUBSTATION 11NE120B300DAlfTR060 24644745H/23636SH1F $ 210.69 600 06-12 990 N BARFIELD DR. MARCO SO SS E-06 12•SS2 TRANE SUBSTATION TWE120B300DAlTTRO60 24844745A/2363L361F $ 170.93 601 06-12 990 N BARFIELD DR. MARCO SO SS E-06-12-SS3 TRANE SUBSTATION TWE036C14FB0/2TT600 5032PG82U/24948873F $ 170.93 16-15 2003 MAINSAIL DR MARCO AIRPORT OAU E-06-15-OA1 CARRIER 50SX-048-311M 3698G42691 _,. TERMINAL $ 250.45 Packet Page-1921- MARCO AIRPORT 12/10/2013 16.E.6. 603 06-15 2003 MAINSAIL DR TERMINAL SS E-06-15-SS1 CARRIER/TRANE FX4CNB006/2TTB0060A 3297A22101/2424KWL3F $ 170.93 604 06-15 2003 MAINSAIL DR MARCO AIRPORT SS E-06-15-SS2 CARRIER FK4CNB006/38TDA0603 2497A16257/0597E0131 $ 170.93 TERMINAL 605 06-15 2003 MAINSAIL DR MARCO AIRPORT SS E-06-15-SS3 CARRIER FK4CNB006/38TDA0483 1397A14298/3997E0001 $ 170.93 TERMINAL 606 06-21 909 COLLIER CT. CAXAMBAS SS E-06- - S1 GOODMAN AJESRODSAM1 DF604182 DOCKMASTER $ 210,61 607 06-37 175 ISLE OF CAPRI EMS STATION#90& SS E-06-37-SS1 TRANE TWG060A15OB1/2TTB06 24321DD6V/23535RH3F $ 210.69 RD CAPRI FIRE DEPT 608 07-01 32020 E.TAMIAMI CARNESTOWN SS E-07-01-SS1 GOODMAN AR18-1/CK-18-1B 0011472367/960103249 $ 210.69 TRAIL SHERIFF 609 07-01 32020 E.TAMIAMI CARNESTOWN SS E-07-01-S52 TRANE TWE060A150B1/2TTB06 2503D466V/2503P953F $ 170.93 TRAIL SHERIFF 810 07-06 207 BROADWAY EVERGLADES SS E-07-06-SS1 RHEEM/TRANE RHGE-150ZK/TTA180C3 114G34970058/Z391S2H $ 210.69 MUSEUM 611 07-08 650 AIRPARK RD. EVERGLADES AIR. SS E-07-08-SS1 CARRIER FB4ANF030/38BRB0303 0946A10153/1096E1634 $ 170.93 TERMINAL 612 07-09 201 BUCKNER AVE. EMS STATION#61& SS E-07-09-SS1 TRANE OCHOPEE FIRE DPT TWE030C147BO/2TTB00 5072M2396120/5071W58 $ 210.69 613 07-09 201 BUCKNER AVE. EMS STATION#61& SS E-07-09-S$2 TRANE OCHOPEE FIRE DPT TWE030C14B0/2TTB003 9906544917/5052WOU5F $ 170.93 614 08-04 4441 70TH AVE.N.E. CCSO RANGE PKU E-0B-04-PK1 LG CONTROL $ 210.69 615 08-07 3851 UTILITY DR SCRWTP AHU E-08-07-SS1 YORK YT1-090X051 AHMMXT0042 $ 210.69 OPERATIONS BLDG 616 08-07 3851 UTILITY DR SCRWTP CU E-08-07-SS1 YORK H10E150A46C NMMM129744 $ 170.93 OPERATIONS BLDG 617 08-07 3851 UTILITY DR SCRWTP AHU E-08-07-SS2 YORK XT1-096X051 AHMMYT0041 $ 170.93 OPERATIONS BLDG 618 08-07 3851 UTILITY DR SCRWTP CU E-08-07-SS2 YORK H10E5GA46C NLMML19394 OPERATIONS BLDG $ 170.93 619 08-07 3851 UTILITY DR SCRWTP AHU E-08-07-SS3 YORK XT1096X048 AHMMXT0043 $ 210.69 OPERATIONS BLDG 620 08-07 3851 UTILITY DR SCRWTP CU E-08-07-SS3 YORK 1T4CE180A46A NMMM126646 $ 170.93 OPERATIONS BLDG 621 08-07 3851 UTILITY DR SCRWTP AHU E-08-07-SS4 YORK XT11084057 A1MMXT00009 $ 170.93 OPERATIONS BLDG 622 08-07 3851 UTILITY DR SCRWTP CU E-06-07-SS4 YORK H4CE24A46A NCMM120875 OPERATIONS BLDG $ 170.93 SCRWTP 623 08-07 3851 UTILITY DR OPERATIONS BLDG AHU E-0B-07-SS5 YORK XT1-096X072 AHMMXT0044 $ 210.6 624 08-07 3851 UTILITY DR SCRWTP CU E-08-07-SS5 YORK H4CE240A46A NCMM120878 $ 170.93 OPERATIONS BLDG 625 08-07 3851 UTILITY DR SCRWTP AHU E-08-07-SS6 TRANE TWE240B40DEL 6185TGSHD OPERATIONS BLDG $ 170.93 626 08-07 3851 UTILITY DR SCRWTP CU E-08-07-SS6 TRANE TTA24840UFA 634256JA0 $ 170.93 OPERATIONS BLDG 627 08-07 3851 UTILITY DR SCRWTP AHU E-08-07-SS7 TRANE TWE240B400EL 62026DNHD $ 210.69 OPERATIONS BLDG 628 08-07 3851 UTILITY DR SCRWTP CU E-08-07-SS7 TRANE TTA240840UFA 63363WKAO OPERATIONS BLDG $ 170.93 629 08-07 3851 UTILITY DR SCRYYTP AHU E-08-07-SS8 LIEBERT OPERATIONS BLDG $ 170.93 630 08-07 3851 UTILITY DR SCRWTP CU E-08-07-SS8 LIEBERT OPERATIONS BLDG $ 170.93 631 08-07 3851 UTILITY DR SCRWTP AHU E-08-07-SS9 LIEBERT OPERATIONS BLDG $ 210.69 632 08-07 3851 UTILITY DR SCRWTP CU E-08-07-SS9 LIEBERT OPERATIONS BLDG $ 170.93 633 08-08 OIL WELL GRADE SO RANGE TRAILER PKU E-08-08-PKG1 BARD WA361A00 1258011591610-01 $ 210.69 RD. 634 08-08 OIL WELL GRADE SO RANGE TRAILER PKU E-08-08-PKG2 BARD WA361A00 1250301543315-01 $ 210.69 RD. 635 08-08 OIL WELL GRADE SO RANGE TRAILER PKU E-08-08-PKG3 BARD RD. $ 210.69 636 08-08 OIL D WELL GRADE SO RANGE TRAILER PKU E-08-08-PKG4 BARD $ 210.69 637 08-12 3851 UTILITY DR SCRWTP ELECTRICAL AHU E-08-12-SS1 TRANE TTA240B400FA 63368NAAD $ 210.69 BLDG#1 FACILITY 638 08-12 3851 UTILITY DR SCRWTP ELECTRICAL CU E-08-12-SS1 TRANE TWE240B400EL 6201PPBHD $ 170.93 BLDG#1 FACILITY 639 08-12 3851 UTILITY DR SCRWTP ELECTRICAL AHU E-08-12-SS2 TRANE TWE240B400FA 6185TSPHD $ 170.9 BLDG#1 FACILITY 640 08-12 3851 UTILITY DR SCRWTP ELECTRICAL CU E-08-12-SS2 TRANE TTA240B400FD 63367RTAD $ 170.93 I wk' BLDG#1 FACILITY Packet Page-1922- ('^,c .. 12/10/2013 16.E.6. SCRWTP ELETRICAL 641 08.13 841 7TH ST.SW BLDG#2 VDF AHU E-08-13-SS1 TRANE KUEM090A33A NMM5005110 $ 210.69 TRANSFER SCRWTP ELETRICAL 642 08-13 841 7TH ST.SW BLDG#2 VDF CU E-08-13-SS1 TRANE H5CE090A46A NMMM127705 $ 170.93 TRANSFER SCRWTP ELETRICAL 08-13 841 7TH ST.SVU BLDG#2 VDF AHU E-08-13-SS2 TRANE PCA-A42GA 65A002586 $ 170.93 TRANSFER SCRVVTP ELETRICAL 08-13 841 7Th T.:3W BLDG#2 VDF CE?-13-SS2 TRANE IPUU 42NHF. 67U004430 $ 170.93 ell TRANSFER ®L I 111 SCRWTP ELETRICAL 08.13 841 7TH ST.SW BLDG#2 VDF AHU E-08 13-SS3 TRANE PCA-A42GA $ 210.69 TRANSFER SCRWTP ELETRICAL 08-13 841 7TH ST.SW BLDG#2 VDF CU E-08-13-SS3 TRANE PUU-A42NHA 694005880 $ 170.93 TRANSFER 08-14 3851 UTILITY DR SCRWTP LIME PLANT RTU E-08-14-RTU1 TRANE TCC060F300BE 51242J562H $ 210.69 06-14 3851 U`i ILITY DF< SCRWTP LIME PLANT RTU E-08-14-RTU2 TRANE TCC060F300BE 5124KHC2H $ 170.93 CI08-14 3851 UTILITY DR SCRWTP LIME PLANT IRTU E-06-14-RTU 5 TRANE ITCH042E300SC 3314NKT3H $ 170.93 650 08-14 3851 UTILITY Dig SCRWTP LIME PLANT RTU E-08.14-RTU= ITRANE ITCH042B300BC 441322N3H $ 170.93 08-14 3851 UTILITY DR SCRWTP LIME PLANT RTU E-08-14-RTU5 CARRIER 50TJ016V6A1YA 4203E59358 $ 210.69 ell08-14 3851 UTILITY DR ISCRWTP LIME PLANT AHU E-08-14-SS1 FUGITSU A5U18RLQ GWA001163 $ 170.93 CI08-14 3851 UTILITY DR SCRWTP LIME PLANT CU E-08-14-SS1 FUGITSU AOU18RLQ GWN001122 $ 170.93 CI06-14 3851 UTILITY DP SCRWTP LIME PLANT AHU E-08-14-SS2 FUGITSU ASU1BRLQ GWA001162 $ 170.93 D08,-14 3851'UTILITY DR SCRVVTP LIME PLANT CU 1E-08-14-S52 IFIJGITSLU ADU18RLC. GWN001121 $ 210.69 CI 08.14 3851 UTILITY DF'. 3SCRYTP LIME PLANT IAHU -08-14-SS3 TRANE _ TWE180S400EL 7193P07HD $ 170.93 13 08-14 3851 UTILITY DR SCRWTP LIME PLANT CU E-08-14-SS3 TRANE TTA1808400FA 7172SXPAD $ 170.93 el08-14 3851 UTILITY DR SCRWTP LIME PLANT AHU E-08-14-SS4 TRANE TWE180B400EL 7193P56HD $ 170.93 ')8-14 3851 UTILITY DR SCRWTP LIME PLANT CU E-08-14-SS4 TRANE fTTA1S0B400FA 7173NH7AD $ 210.69 660 0111-15 CHEMICAL BLDG SCEWTP ELECTRICAL AHU E-08-15-SS1 TRANE 2TEC3F30A1000 E323TLR1V $ 210.69 BLDG#3 ell SCEWTP ELECTRICAL. 085-15 CHEMICAL BLDG IBLDGi3 CU E-08-15-SS1 TRANE 2TT63030A1000 63250r4F5F $ 170.93 -1 OF-15 CHEMICAL BLDG ELEG T RIAL BLDG#3 G AHLI 1E-08-15-S32 {TRANE 1,7'-'' "I 3A i<,c, - 000 E32351-iA2\ $ 170.93 08-15 CHEMICAL BLDG SCEWTP ELECTRICAL CU E-08-15-0S2 TRANE 2TTB3030A1000 632547F5F $ 170.93 $ 210.69 BLDG#3 08-15 CHEMICAL BLDG SCEWTP ELECTRICAL AHU U-DO-15-SS3 TRANE TWEOSG15FC1 POS21471V BLDG** 08-15 CHEMICAL BLDG SCEWTP ELECTRICAL BLDG#3 CU E-08-15-SS3 TRANE TT0600100A0 1 8084PL4FF $ 170.93 800 MGKZ IT 08-25 1800 DENTON RD. 1PKU E-08-25-PKt BARD WA602-A00 153.102063838 $ 210.69 GENERATOR 800 MGKZ IT Cil 08-25 1800 BENTON RD. PKU E-05 2`,-PK2 BARD WA602-A00 153.1052067902 $ 170.93 _GENERATOR 08.30 3851 UTILITY DR SCRVVTP SLUDGE PKU E-08-30-PKG1 ,CARRIER 36HDC036-321 2005X44278 $ 210.69 HANDLER. 669 11-01 310 ALACHUA COMMISSIONER RTU E-11.01-RTU1 GOODMAN MOTHBAL PC0601B 98104784106 $ 210.69 COLETTA'S OFFICE 670 11-01 310 ALACHUA COMMISSIONER SS E-11-01-SS1 TRANE 2TEC3F60A1000AA/2TT 54655W41V/55130D14F $ 170.93 COLETTA'S OFFICE _ 671 11-04 419 N.1ST STREET IMMOKALEE HEALTH OAU E-11.04-OA1 CTSI MVRP100EH $ 250.45 DEPT. 672 11-04 419 N.1ST STREET IMMOKALEE HEALTH OAU E-11-04-0A2 CTSI MVRP100EH 042702001 $ 210.69 DEPT. IMMOKALEE HEALTH CO 11-04 419 H.1ST STREET 'DEPT. OAU 1E-11-04-0A3 CTSI MVRP10.0E1-1 05220201 $ 210.69 '1-04 419 H. 1ST STREET IMMOKALEE HEALTH RTU E-11-04-RTU1 TRANE TCD240B300GA P.52100483A $ 170.93 DEPT. 675 111-04 419 N. 1ST STREET IMMOKALEE HEALTH . RTU E-11-04-RTU2 TRANE TCD240B300FB P45103021D $ 210.69 1 DEPT. Packet Page -1923- C -,\t', J , 676 11-04 419 N.1ST STREET IMMOKALEE HEALTH 12/10/2013 16.E.6. DEPT. RTU E-11-04RTU3 TRANE TCD2406300FB R10102472D $ 170.93 IMMOKALEE 677 11-05 106 S.1ST STREET GOVERNMENT OAU E-11-05-0A1 CSTI MP1000EH CENTER $ 250.45 IMMOKALEE 678 11-05 106 S.1ST STREET GOVERNMENT OAU E-11-05-OA2 CSTI CENTER $ 210.1 IMMOKALEE 679 11-05 106 S.1ST STREET GOVERNMENT RTU E-11-05-RTU1 YORK DIEE048A06B NNCM110276 $ 170.93 CENTER IMMOKALEE 680 11-05 106 S.1ST STREET GOVERNMENT RTU E-11-05-RTU2 YORK DIEE048A06B $ 170.93 CENTER ' IMMOKALEE 681 11-05 106 S.1ST STREET GOVERNMENT RTU E-11-05-RTU3 YORK TSC072A3EOAOUA0000 334101045L $ 210.69 CENTER IMMOKALEE 682 11-05 106 S.1ST STREET GOVERNMENT RTU E-11-05-RTU4 YORK TSC072A3EOAOUA0000 $ 170.93 CENTER IMMOKALEE 683 11-05 106 S.1ST STREET GOVERNMENT RTU E-11-05-RTUS YORK AOV30C1 008659 $ 170.93 CENTER IMMOKALEE 684 11-05 106 S.1ST STREET GOVERNMENT RTU E-11-05-RTU6 TRANE TSC072A3EOAOB 215101365L $ 170.93 CENTER IMMOKALEE 685 11-05 106 S.1ST STREET GOVERNMENT RTU E-11-05-RTU7 YORK D3CE150A25B NH0M067063 $ 210.69 CENTER 686 11-06 312 STOCKADE RD 800 MHz GENERATR PKU E-11-06-PK1 BARD IMMOKALEE WAG102 153J052063840.02 $ 170.93 687 11-06 312 STOCKADE RD 800 MHz GENERATR PKU E-11-06-PK2 BARD WAG102 153N991416017-02 $ 210.69 IMMOKALEE 688 11-06 312 STOCKADE RD 800 MHz GENERATR PKU E-11-06-PK3 BARD WAG102 153N99141604602 $ 170.93 IMMOKALEE 689 11-07 425 SGT.JOE JONES IMMOKALEE BARN SS E-11-07-SS1 TRANE 2TEC3F60A1000AA/2TT 623165N2V/6191PUU1F $ 210.69 RD 690 11-07 425 SGT.JOE JONES IMMOKALEE BARN SS E-11-07-SS2 TRANE TWE48C14FC0/2TT6004 4425L3A2V/502UGN4F $ 170.93 691 11-08 417 N. 1ST STREET IMMOKALEE LIBRARY SS E-11-08-SS1 TRANE TWE060G15FC1/TTROG K1781591/K20259613 $ 210.69 692 11-08 417 N. 1ST STREET IMMOKALEE LIBRARY SS E-11-08-SS2 CARRIER FC4CWF042/386RG042 3703A70082/1203E4777 $ 170.94 693 11-08 417 N. 1ST STREET IMMOKALEE LIBRARY SS E-11-08-SS3 CARRIER FC4CNF060/38BRG060 3703A71144/2903E0690 $ 170.93 ' 694 11-08 417 N. 1ST STREET IMMOKALEE LIBRARY SS E-11-08-SS4 CARRIER FC4CNF030/38BRG030 3803A80321/1003E1P38 $ 170.93 695 11-08 417 N. 1ST STREET IMMOKALEE LIBRARY SS E-11-08-SS5 CARRIER FC4CNF060/38BRG060 3503A73968/2903E0688 $ 210.69 696 11-08 417 N. 1ST STREET IMMOKALEE LIBRARY SS E-11-08-SS6 TRANE TWE060C15FC1/TTR060 K17815090/K20259600 $ 170.93 697 11-08 417 N. 1ST STREET IMMOKALEE LIBRARY SS E-11-08-SS7 TRANE TWE060815FC1/TTR060 K17815087/K191RNBCF $ 170.93 698 11-08 417 N. 1ST STREET IMMOKALEE LIBRARY SS E-11-08-SS8 TRANE TWE060C15FC1/TTR060 K17815089/K191X5CCF $ 170.93 699 11-15 112 S.1ST STREET EMS STATION#30/ SS E-11-15-SS1 TRANE TWE042C14FC0/TTB042 2212YST1U/21531S55F $ 210.69 #31/SO SUBSTATION 700 11-15 112 S.1ST STREET EMS STATION#30/ SS E-11-15-SS2 TRANE TWE090A100EL/2TTA00 4305RMUBD/5044L4G2F $ 170.93 #31/SO SUBSTATION 701 11-15 112 S.1ST STREET EMS STATION#30/ SS E-11-15-SS3 TRANE #31/SO SUBSTATION RWEO9OA100EU2TTA00 4282KP6BD/5024KYL2F $ 170.93 702 11-15 112 S.1ST STREET EMS STATION#30/ SS E-11-15-SS4 TRANE #31/SO SUBSTATION TWE018C14FBO/TTRO18 Z04416K2UlR3045MT4F $ 170.93 703 11-15 112 S.1ST STREET EMS STATION#30/ SS E-11-15-SS5 CARRIER FC5DN8060/38CK06054 3806A82664/0294E1528 $ 170.93 #31/SO SUBSTATION 704 11-21 418 SCHOOL DR. S IMMOK.PARK DAY PKU E-11-21-PKG1 BARD CARE WP-1042061061 93DP90010 $ 21Q,B9 705 11-21 418 SCHOOL DR. S IMMOK PARK DAY PKU E-11-21-PKG2 BARD WP10420610B1 93DP30009 CARE $ 170.93 706 11-31 14700 IMMOKALEE UNIVERSITY SS E-11-31-SS1 TRANE TWE036C14FB0/2TTBOO 3384DB61V/3285B4F $ 170.93 RD EXTENSION 707 11-31 14700 IMMOKALEE UNIVERSITY SS E-11-31-SS2 TRANE TWE063P13FB0/2TTB00 33635YF2V/3393UHL3F $ 170.93 RD EXTENSION 708 11-31 14700 IMMOKALEE UNIVERSITY RD EXTENSION SS E-11-31-SS3 TRANE TWE063P13F60/2TTB00 34144F52V/3393UL43F $ 210.6 709 11-31 14700 IMMOKALEE UNIVERSITY SS E-11-31-SS4 TRANE EXTENSION TWE063P13FB0/2TTB00 34144GA2Vl3394YR33F $ 170.93 Packet Page-1924- - 12/10/2013 16.E.6. 710 11 31 14700 IMMOKALEE UNIVERSITY SS E-11-31-SS5 TRANE TWE060C15FD0/2TTBOO 22958MS2V/2304B4E3F $ 170.93 RD EXTENSION 14700 IMMOKALEE UNIVERSITY 711 11-31 RD EXTENSION SS E-11-31-SS6 TRANE TWE063P13FB0/2TTB00 3414TCM2Y/3393UL53F $ 170.93 712 11 31 14700 IMMOKALEE UNIVERSITY SS E-11-31-SS7 TRANE TWE180B300EA/TTA180 3312N9U6Hl3235T5AAD $ 210.69 1 RD EXTENSION 11.34 RD 56 IMMOKALEE W EMS STATION#10 SS E-11-34-SS1 TRANE TE08015FD0/2TTB006 4343RM/681V/5053TGM4 $ 250.45 1 14 11-35 321 N 1ST STREET IMMOKALEE COMM SS E-11-35-SS1 TRANE TWE180D300EL/TTA180 45048NFHD/4504NL4AD $ 170.93 PARK 715 11-35 321 N 1ST STREET IMMOKALEE COMM SS E-11-35-SS2 TRANE TWE030C14FB0/2TTBOO 4472KXG1V/43325UY5F $ 170.93 PARK 716 11-35 321 N 1ST STREET IMMOKALEE COMM SS E-11-35-SS3 TRANE TWE048CIFC0/2TTA004 44515W21V/43354R93F $ 170.93 PARK 717 11-35 321 N 1ST STREET IMMOKALEE COMM SS E-11-35-SS4 TRANE TWE060C1FD0/2TTA006 4463C671V/433350YK3F $ 250.45 PARK 718 11.35 321 N 1ST STREET IMMOKALEE COMM SS E-11.35-SS5 TRANE TWE030ITTB030A1000 44721CXN1V/43325755F $ 170.93 PARK 719 11-38 505 ESCAMBIA IMMOKALEE SPORTS SS E-11-38-SS1 TRANE MCCB008UAOCOUAITTA KO5G86271/54515YKAD $ 250.45 COMPLEX 720 11-38 505 ESCAMBIA IMMOKALEE SPORTS SS E-11-38-SS2 TRANE MCCB008UA000UAITTA K05G86206/5365NFOAD $ 170.93 COMPLEX 721 11-38 505 ESCAMBIA IMMOKALEE SPORTS SS E-11-38-SS3 CARRIER 40RM0348600HC/38AKS 1400F91646/1206O0408 $ 170,93 COMPLEX 722 11-38 505 ESCAMBIA IMMOKALEE SPORTS SS E-11-38-SS4 CARRIER 40RM034B600HC/38AKS 0401F8227/4501F2275 $ 170.93 COMPLEX 723 11.38 505 ESCAMBIA IMMOKALEE SPORTS SS E-11-38-SS5 TRANE TWE036C140B0/2TTB00 447405L2V/51148WK5F $ 250.45 COMPLEX 724 11-41 165 AIRPARK BLVD IMMOKALEE AIRPORT SS E-11-41-SS1 TRANE TWE063P13FAO/TTPO60 K483TUWSV/L013PMPH $ 250.45 TERMINAL 725 11-41 165 AIRPARK BLVD IMMOKALEE AIRPORT SS E-11-41-SS2 TRANE TWE048C14FC0/2TTB00 3173DLMLV/3134TLY3F $ 170.93 TERMINAL 726 11-41 165 AIRPARK BLVD IMMOKALEE AIRPORT SS E-11-41-SS3 TRANE TWE018C14FBO/TTB01B 31269LWG2V/3181NUO5 $ 170.93 TERMINAL IMMOKALEE R&B 727 11-53 550 STOCKADE RD TRANSPORTATION SS E-11-54-SS1 TRANE TWE120A300DA/TTA120 3121RAA5H/311315DAD $ 250.45 BUILDING IMMOKALEE SPORTS 728 11-76 505 ESCAMBIA COMPLEX FITNESS SS E-11-77-SS1 TRANE TWE120A300BB/TTA120 23225YBAD $ 250.45 CENTER IMMOKALEE SPORTS 729 11-76 505 ESCAMBIA COMPLEX FITNESS SS E-11.77-SS2 TRANE TWE090A300BB/TTA090 M082UAD5H $ 170.93 CENTER 11-88 439 LITTLE LEAGUE ROSBOUGH FIELD 2 SS E-11-88-SS1 TRANE 00000/TTB024C100A2 00000/3082RAS5F $ 210.69 RD BOX 731 11 88 439 LITTLE LEAGUE ROSBOUGH FIELD 2 SS E-11-88-SS2 TRANE TWE036CI4FB0/2TT803 3152AL82V/30345JK4F $ 170.93 RD BOX 732 11-106 302 STOCKADE JAIL NEW IMMOKALEE AHU E-11-106-AH1 TRANE MCCA017U808 K02B27176 $ 250.45 JAIL 733 11-106 302 STOCKADE JAIL NEW IMMOKALEE AHU E-11-106-AH2 TRANE MCCA014UBOB K02827170 $ 170.93 JAIL - 734 11-106 302 STOCKADE JAIL NEW IMMOKALEE AHU E-11-106-AH3 TRANE MCCA017UBOB K02B27164 $ 170.93 _JAIL 735 11-106 302 STOCKADE JAIL NEW IMMOKALEE AHU E-11.106-AH4 TRANE MCCAOO6UBOB K02B27152 $ 170.93 JAIL 736 11-106 302 STOCKADE JAIL NEW IMMOKALEE AHU E-11-106-AH5 TRANE MCCA025UBOB K02B27146 $ 250,45 JAIL 737 11-106 302 STOCKADE JAIL NEW IMMOKALEE AHU E-11-106-AH6 TRANE MCCA010UBOB K02B27163 $ 170.93 JAIL 738 11-106 302 STOCKADE JAIL NEW IMMOKALEE OAU E-11-106-OA1 GOVERNAIRE WF-DH-20 112-84822 $ 210.69 JAIL 739 11-106 302 STOCKADE JAIL NEW IMMOKALEE OAU E-11-106-0A2 GOVERNAIRE WFDH-6 112-84823 $ 210.69 JAIL 740 12-01 40808 TAMIAMI OCHOPEE FIRE DEPT SS E-12-01-SS1 TRANE TWE036A140B1/2TTBOO 2461YR66V/2374SR056 $ 250.45 TRAIL E. 741 12-01 40808 TAMIAMI OCHOPEE FIRE DEPT SS E-12-01-SS1 TRANE 2TTB0030A1000AA 50552W005F $ 170.93 TRAIL E. 742 12-01 40808 TAMIAMI OCHOPEE FIRE DEPT SS E-12-01-SS2 TRANE 2TTB0030A1000AA 5071W58SF $ 170.93 TRAIL E. 743 01-08 1899 TRADE CENTER 800 MHz GENERATOR RTU BARGEN01-08 WA602-A00 153J052063829-02 $ 210.69 WAY NORTH NAPLES 1899 TRADE CENTER 800 MHz GENERATOR 744 01-08 WAY NORTH NAPLES WU E-01-08-WU1 BARD WA602-A00 153J052063829-02 $ 170.93 745 01-08 1899 TRADE CENTER 800 MHz GENERATOR WU E001-08-WU2 BARD WA602-A00 153K052069635-02 $ 170.93 WAY NORTH NAPLES 1 121 10500 GOODLETTE NCWRTF EFFLUENT CU E-01-121-CU1 TRANE TTA180B400FA 3474J62AD $ 210.69 RD. FILTER#1 Packet Page-1925- Imo- 1 12/10/2013 16.E.6. 10500 GOODLETTE 747 01-121 NCWRTF EFFLUENT RD. FILTER#1 CU E-01-121-CU2 TRANE TTA1801906400FA 3466181HAD $ 210.69 10500 GOODLETTE NCWRTF 01-123 CWRTF CHLORINE ' RD. FACILITY CU E-01-123 CUB CSA HBBA-FO365F WFMM025774 $ 210.69 749 01-123 10500 00 GOODLETTE NCWRTF CHLORINE RD. FACILITY Cu E-01-123-CU9 HBBA-F036SF WFMM025774 $ Y10,6 10500 GOODLETTE 750 01-131 NCWRTF RD. PRETREATMENT SS E-01-137-551 GOODMAN GSC130361DF 807078802 $ 210.69 751 01-131 10500 GOODLETTE NCWRTF RD. PRETREATMENT SS E-01-131-SS2 YORK HIDBO36906A EADMO10333 $ 210.69 6200 WATERGATE 752 01-14 VETS PARK MAINT. GATE OFFICE BUILDING WU E 01-14 WU4 GE N/A N/A $ 210.69 753 01-15 475 SEAGATE DR. CLAM PASS TOLL WU E001-15 WU1 GE BOOTH AJES08ASBMI ML340379 $ 210.69 100 VANDERBILT VAN 754 01-186 VANDERBILT BEACH BEACH RD PARKING GARAGE WU E 01-186-WU1 FRIEDRICH KM24L30-A LEMRO6320 $ 210.69 100 VANDERBILT VAN 755 01-186 VANDERBILT BEACH WU E-01-186-WU2 FRIEDRICH KM24L30-A LEMR06345 BEACH RD PARKING GARAGE $ 170.93 756 01-186 100 VANDERBILT VANDERBILT BEACH WU E-01-186 WU3 FRIEDRICH KM24L30-A BEACH RD PARKING GARAGE LEMR06456 $ 170.93 757 01-240 1515 GOLDEN GATE FREEDOM PARK PKWY EDUCATION BLDG AHU AHUAONO7-240 V2-C-2-56 3E3:AOOAX 200902-CBE03598 $ 250.45 1515 GOLDEN GATE FR 758 01-240 FREEDOM PARK WU E-01-27-WU1 WHIRLPOOL ACQt22XK1 PKWY EDUCATION BLDG QP15322043 $ 170.93 764 VANDERBILT PELICAN BAY PARK 759 01-27 BCH RD, COMMUNITY WU E-01-27-WU1 WHIRLPOOL ACQ122XK1 BUILDING QP15322043 $ 210.69 760 01-30 801 LAUREL OAK DR. PELICAN BAY AHU AHU1SS01-30 SERVICES REBA-21JO5NUJAI T M1494 8392 $ 210.89 761 01-30 801 LAUREL OAK DR, PELICAN BAY AHU AHU2SS01-30 SERVICES RBEA-21J05NUJAI T M1494 8395 $ 170.93 762 01-30 801 LAUREL OAK DR. PELICAN BAY AHU AHUSS01-30 SERVICES TWE063P13FB0 4121J612V $ 170.93 763 01-30 801 LAUREL OAK DR. PELICAN BAY CU CU01-30 SERVICES 2TTBOO60A1000AA 4033WE73F $ 170.93 764 01-30 801 LAUREL OAK DR. PELICAN BAY CU CUSS01-30 SERVICES RAKA-042JAZ 5314 M2094 6923 $ 210.69 765 01-30 801 LAUREL OAK DR. PELICAN BAY CU CUSS201-30 SERVICES GSC130421AC 812042279 $ 170 9 VETERANS PARK 766 01-50 1900 IMMOKALEE RD TENNIS COURT WU E-01-50-WU1 FEDDERS A3J12E2AGL LJ209646 RESTROOMS $ 210.69 VINEYARDS PARK 767 01-61 6231 ARBOR BLVD W MAINTENANCE AHU AHU101-61 24VC5 L11FC979409177728 $ 210.69 BUILDING VINEYARDS PARK 768 01-61 6231 ARBOR BLVD W MAINTENANCE CU CU101-61 TTB024C100A2 4401Y975F BUILDING $ 170.93 769 01-79 LELY BEACH RD BAREFOOT BEACH pKU E-01-79 PK1 GE TOLL BOTH AJESOBASAMI AF608935 $ 210.69 770 02-27 4373 MERCANTILE CCSO PURCHASING AHU AHU102-27 AVE. ARPT061-00A-1 310143847 $ 210.69 771 02-27 4373 MERCANTILE CCSO PURCHASING AHU AHU202-27 AVE. 2TEC3F30B1000AA 7281N232V $ 170.93 772 02-27 4373 MERCANTILE CCSO PURCHASING CU CU102-27 AVE. CKL 60 3 407678686 $ 170.93 4945 GOLDEN GATE GOLDEN GATE WIC 773 03-07 PARKWAY,SUITE RTU RTU103 07 TSC072A1V0000000000000 102 CLINIC 00 608101214E $ 210.69 774 03-09 4715 GOLDEN GATE TAX COLLECTOR PARKWAY GOLDEN GATE AHU AHU103-09 FG3AAAO60000AAAA 2600V32711 $ 210.69 775 03 09 4715 GOLDEN GATE TAX COLLECTOR PARKWAY GOLDEN GATE AHU AHU203.09 40RM-012-8610HC 5000F50624 $ 170.93 4715 GOLDEN GATE T 776 03 09 TAX COLLECTOR PARKWAY GOLDEN GATE AHU AHU303 09 FG3AAA060000AAAA 2600V32710 $ 170.93 777 03 09 4715 GOLDEN GATE TAX COLLECTOR PARKWAY GOLDEN GATE AHU AHU403-09 40rm 007-b610hc 4700f46277 $ 170.93 778 03-09 4715 GOLDEN GATE TAX COLLECTOR - PARKWAY GOLDEN GATE CU CU103 09 38FZA048500 3900E02233 $ 210.69 779 03-09 4715 GOLDEN GATE TAX COLLECTOR PARKWAY GOLDEN GATE CU CU203-09 38AKS012-501- 0101G00138 $ 170.93 4715 GOLDEN GATE T 780 03 09 TAX COLLECTOR PARKWAY GOLDEN GATE CU CU303-09 4TWA3080A3000AA 82524TJ1F $ 170.93 781 03-09 4715 GOLDEN GATE TAX COLLECTOR PARKWAY GOLDEN GATE CU CU403-09 38AK-007-511- 0900G00135 $ 170.93 782 03-09 4715 GOLDEN GATE TAX COLLECTOR PARKWAY GOLDEN GATE OAU OAU03 09 8-349222-02 BW1-255 $ 250.45 Packet Page-1926- cm 12/10/2013 16.E.6. 3390 GOLDEN GATE MAX HASSE PARK 783 03-14 BLVD FIELD HOUSE WU E-03-14-WU1 AMANA PTC123B35AE 401703719 $ 210.69 784 03-14 3390 GOLDEN GATE MAX HASSE PARK WU E-03-14-WU2 AMANA PTC123B35AE 40173680 $ 170.93 BLVD FIELD HOUSE 3300 SANTA GOLDEN GATE PARK 785 03-31 BARBARA LITTLE LEAGUE WU E-03-31-WU1 GE AJESO8ASM1 RV600690 $ 210.69 BUILDING 4701 GOLDEN GATE GOLDEN GATE ,d6 03-52 PARKWAY COMMUNITY CENTER AHU AHU103-52 D051LH 3403F50402 $ 210.69 WHEELS ---7- GOLDEN GATE 787 03-52 4701 GOLDEN GATE COMMUNITY CENTER AHU AHU203-52 0051LJ 3403F50419 $ 170.93 PARKWAY WHEELS _ 4701 GOLDEN GATE GOLDEN GATE 788 03-52 PARKWAY COMMUNITY CENTER AHU AHU303-52 0051LJ 3403F50419 $ 170.93 WHEELS - - - 4701 GOLDEN GATE GOLDEN GATE 789 03-52 PARKWAY COMMUNITY CENTER AHU AHUMM03-52 MVIR 155 081403001-319 $ 170.93 WHEELS 4701 GOLDEN GATE GOLDEN GATE 790 03-52 PARKWAY COMMUNITY CENTER CU CU103-52 38CKC048370 4903E06006 $ 210.69 WHEELS 4701 GOLDEN GATE GOLDEN GATE 791 03-52 PARKWAY COMMUNITY CENTER CU CU203-52 38ARSO12-511- 5103G30026 $ 170.93 WHEELS 4701 GOLDEN GATE GOLDEN GATE 792 03-52 PARKWAY COMMUNITY CENTER CU CU303-52 38CK048370 4003E05629 $ 170.93 WHEELS 793 03-58 2432 Lucerne NEW GOLDEN GATE OAU CAMOAU03-58 DP40-365-BVIW $ 250.45 LIBRARY 794 03-58 2432 Lucerne NEW GOLDEN GATE AHU MCQAHU103-58 CAH025GDAC fbou070902348 $ 170.93 LIBRARY 795 03-58 2432 Lucerne NEW GOLDEN GATE AHU MCQAHU203-58 CA11025GDAC FB00070902347 $ 170.93 LIBRARY 3500 THOMASSON EAST NAPLES 796 04-08 DR COMMUNITY PARK WU E-04-08-WU1 GE V22808632 $ 210.69 RAQUET 797 04-150 11565 E.TAMIAMI EAGLE LAKES PARK WU E-04-150-WU1 FEDDERS ABD24E7A OP723505 $ 210.69 TRAIL FIELD HOUSE 798 04-191 2640 ENTERPRISE NAPLES RECYCLING WU E-04-191-WU1 FRIGIDAIRE $ 210.69 TICKET BOOTH 04-191 2640 ENTERPRISE NAPLES RECYCLING WU E-04-191-WU3 MAYTAG M6Q10F2A AP614410025X $ 170.93 TICKET BOOTH 800 04-191 2640 ENTERPRISE NAPLES RECYCLING WU E-04-191-WU4 MAYTAG M3X05F2A MN154307348Y $ 170.93 TICKET BOOTH 801 04-191 2640 ENTERPRISE NAPLES RECYCLING WU E-04-191-WU5 MAYTAG M6XD8F2A-E MP120848362Y $ 170.93 TICKET BOOTH 802 04-191 2640 ENTERPRISE NAPLES RECYCLING WU E004-191-WU2 MAYTAG M6Q08F2A BP650177036X $ 210.69 TICKET BOOTH 803 04-213 3301 TAMIAMI TRAIL COURTHOUSE ANNEX AHU AHU-1-104-213 XTI-078X084-FAM046A RATMXT0061 $ 210.69 EAST 804 04-213 3E3AOSITTAMIAMI TRAIL COURTHOUSE ANNEX AHU AHU-1-204-213 XTI-069X117-FAPA046A RATMXT0062 $ 170.93 805 04-213 3301 TAMIAMI TRAIL COURTHOUSE ANNEX AHU AHU-2-104-213 XTI-069X117-FAPA046A RATMXT0063 $ 170.93 EAST 806 04-213 3301 TAMIAMI TRAIL COURTHOUSE ANNEX AHU AHU-3-104-213 XTI-069X117-FAPA046A RATMT0064 $ 170.93 EAST 807 04-213 3301 TAMIAMI TRAIL COURTHOUSE ANNEX AHU AHU-4-104-213 XTI-069X117-FAP046A RATMXT0069 $ 210.69 EAST 808 04-213 3301 TAMIAMI TRAIL COURTHOUSE ANNEX AHU AHU-5-104-213 XTI-069X117-FAPA046A RATMXT0070 $ 170.93 809 04-213 3301 TAMIAMI TRAIL COURTHOUSE ANNEX AHU AHU-504-213 MWO9Y3FM LHBC 02293 $ 170.93 EAST 810 04-213 3301 TAMIAMI TRAIL COURTHOUSE ANNEX AHU AHU-6-104-213 XTI-069X117FAPA046A RATMXT0071 $ 170.93 EAST 811 04-213 EAST TAMIAMI TRAIL COURTHOUSE ANNEX AHU AHU-7-104-213 XTI-069X117-FAPA046A RATMXT0072 $ 210.69 812 04-213 EAST TAMIAMI TRAIL COURTHOUSE ANNEX CU CU.-6-7-04-213 MR24DY3F LHBT 01040 $ 170.93 813 05-08 2901 COUNTY BARN PARKS AND REC WU E-05-08-WU1 CROSLEY CAH12WB42 QF0600182 $ 210.69 RD MAINTENANCE BLDG 814 05-08 2901 COUNTY BARN PARKS AND REC WU E-05-08-WU2 MAYTAG MEJ12E7A FD716414177E $ 170.93 RD MAINTENANCE BLDG Packet Page-1927- C Ac 12/10/2013 16.E.6. 815 05 08 2901 COUNTY BARN PARKS AND REC RD MAINTENANCE BLDG WU E-05-08-WU4 GE A60887AM1 ZA007020 $ 170.93 816 05-37 4590 SANTA EMS STATION#75 AHU AHU105-37 BARBARA BLVD TWE065E13F62 6213A1E1V $ 210.69 817 05-37 4590 SANTA EMS STATION#75 AHU AHU205-37 BARBARA BLVD TWE037E13F62 6212J9R1V $ 170.9 818 05-37 4590 SANTA EMS STATION#75 CU CU105-37 $ 170 9' BARBARA BLVD 2TTR3060A1000AA 63346P71F 819 05-37 4590 SANTA EMS STATION#75 CU CU205-37 BARBARA BLVD 2T7R30361000AA 6353P71F $ 170.93 CCSO RANGE 820 08-02 4441 70TH AVE.N.E. CONTROL BUILDING WU E-08.02-WU1 LG LWHD800R46 602TABN20069 $ 210.69 #1(1ST FLOOR) 821 08-05 3750 WHTE LAKE LANDFILL WU E-08-05-WU1 WINDOWUNIT LWHD8000RY6 BLVD. SCALEHOUSE 602TAGH20175 $ 210.69 822 11-11 321 N.1ST STREET ICP RESTROOM/ WU E-11-11-WU1 GE 4NEX0830 411TASW01078 $ 210.69 OFFICE 823 11-13 321 N 1ST STREET ICP MAINTENANCE WU E-11-13-WU1 LG LWHD1008R 512TAPE06440 $ 210.69 BUILDING 824 11-28 700 STOCKADE RD IMMK SCALEHOUSE WU E-11-28-WU1 MAYTAG MR41BF7E-4 ER1721951304 $ 210.69 825 11 42 405 SGT.JOE JONES IMMOKALEE ANIMAL WU E-11 42-WUt FRIEDRICH ROAD CONTROL OFF 600784 $ 210.69 826 01-116 10501 GOODLETTE NCWRTF SS E-01-116-SS-3 GOODMAN CE090-4A 103576950 RD. GENERATOR BLDG. $ 210.69 827 01-132 10500 GOODLETTE NCWRTF SLUDGE CU E-01-123-CU4 CARRIER 38CKC036350 0902E09929 $ 210.69 ROAD DEWATERING 828 01-132 10500 GOODLETTE NCWRTF SLUDGE CU E-01-132-CU3 CARRIER 38CKC036340 40200E03900 ROAD DEWATERING $ 170.93 829 01-132 10500 GOODLETTE NCWRTF SLUDGE CU E-01-132-CU7 GOODMAN 6SC130361DE 70912801 ROAD DEWATERING $ 170.93 830 01-136 RD 00 GOODLETTE STORAGE OFFICE/ WU E-01-136-WU1 ADMIRAL AAW-12CR1FHU 200501023283 $ 210.69 831 01-157 10500 GOODLETTE NCWRTF SLUDGE SS E-01-157-SS CARRIER 3BTKB036-301 3100E18927 $ 210.69 RD. PUMP STATION#2 832 01-177 10500 GOODLETTE NCWRTF BLOWER CU E-01-177-CU1 CARRIER 38CK036550 2203E39768 $ 210.69 ROAD BUILDING 833 01-177 10500 GOODLETTE NCWRTF BLOWER SS E-01-177-SS TRANE 2TTR203A1000AA 42221MM3F $ 170.93 ROAD BUILDING 834 01-177 10500 GOODLETTE NCWRTF BLOWER SS E-01-177-SS-1 TRANE 2TTR2030A1000AA 42221LF3F ROAD BUILDING $ 170.9 2335 ORANGE NORTH COLLIER 835 01-179 GOVERNMENT SS E-01-179-SS3 TRANE MCCB006UA000Y/2TTA K-05A10581/5355K883F $ 210.69 BLOSSOM DR. SERVICES CENTER 836 01-29 8005 VANDRBLT BCH NCWTP ADMIN& CU E-01-29-CU2 CARRIER 38AK5024-620 0403F13163 $ 210.69 EXT. PROCESSING 837 01-29 8005 VANDRBLT BCH NCWTP ADMIN& CU E-01-29-CU5 TRANE 2TTA3030A4000AA 738251 M3F EXT. PROCESSING $ 170.93 838 01-29 8005 VANDRBLT BCH NCWTP ADMIN& CU E-01-29-CU6 GOODMAN ESC13604AC 710159985 $ 170.93 EXT. PROCESSING 839 01-46 6027 SHIRLEY ST. WASTEWATER WU E-01-46-WU1 LG QAO9OCBC 0 COLLECTIONS $ 210.69 840 01-46 6027 SHIRLEY ST. WASTEWATER WU E-01-46-WU2 MAYTAG MEY12F7E-D MR154818-344Y $ 170.93 COLLECTIONS 841 01-46 6027 SHIRLEY ST. WASTEWATER WU E-01-46-WU3 MAYTAG MEY12F7E-D MR155042-244y $ 170.93 COLLECTIONS 842 01-46 6027 SHIRLEY ST. WASTEWATER WU E-01-46-WU4 MAYTAG MEY12F7E-D MR155051344Y COLLECTIONS _ $ 170.93 843 01-46 6027 SHIRLEY ST. WASTEWATER WU E-01-46-WU5 WHIRLPOOL ACQ122XK1 0M5210967 COLLECTIONS $ 210.69 844 01-55 6231 ARBOR BLVD VINEYARDS PARK WU E-01-55-WU1 GE 30107620 DA4070 W. SPORT CENTER $ 210.69 3838 DOMESTIC MEDICAL EXAMINER 845 02-05 AVE. OFFICE AHU E-02-05-OA3 CSTI MC1000 1112981 $ 250.45 846 02-08 2800 N.HORSESHOE DEVELOPMENT RTU E-02-08RTU2 CARRIER 50TFF012-V511 443G4656 DR. SERVICES $ 210.69 847 03-03 4898 CORONADO GOLDEN GATE AHU E-03-03-AHU2 MCQUAY CAH025GDAC F604070902347 $ 210.69 PKWY LIBRARY 848 03-03 4898 CORONADO GOLDEN GATE OAU E-03- -OAU1 CAMBRIDGEPORT DP40-365-BVIW PKWY LIBRARY 03 $ 210.69 849 03-03 4898 CORONADO GOLDEN GATE AHU E-03-03AHU1 MCQUAY CAHO2GDAC FB04070902348 PKWY LIBRARY $ 170.93 850 03-51 3390 GOLDEN GATE MAX HASSE PARK AHU AHU103-51 TZHGL9OZL COMMUNITY CENTER $ 210.69 851 03-51 3390 GOLDEN GATE MAX HASSE PARK AHU AHU203 51 TZHGL9OZL COMMUNITY CENTER $ 170.f' Packet Page-1928- ? I 12/10/2013 16.E6. 852 1103-51 3390 GOLDEN GATE MAX HASSE PARK AHU AHU403-51 TZGL9OZL BLVD. COMMUNITY CENTER $ 170.93 853 03-51 3390 GOLDEN GATE MAX HASSE PARK AHU AHU703-51 TZGL9GZL BLVD. COMMUNITY CENTER $ 170.93 54 03-51 3390 GOLDEN GATE (MAX HASSE PARK BLVD. COMMUNITY CENTER AHU AHUB03-51 MHIR 195 I $ 210.69 3390 GOLDEN GATE (MAX HASSE PARK 1 ` 855 03-51 BLVD. COMMUNITY CENTER CU CU103-51 TZAL-336-2A $ 170.93 856 03-51 3390 GOLDEN GATE MAX HASSE PARK CU CU203-51 TZAL342-28 BLVD. COMMUNITY CENTER $ 170.93 857 3390 GOLDEN GATE MAX HASSE PARK 03-51 BLVD. COMMUNITY CENTER CU CU2A03-51 TZAL-342-2B $ 170.93 858 f 03 51 3390 GOLDEN GATE MAX HASSE PARK CU 1CU303-5 i BLVD. COMMUNITY CENTER TZP,L-324-26 $ 210.69 3390 GOLDEN GATE MAX HASSE PARK 859 03-51 BLVD, COMMUNITY CENTER;CU CU3A03-51 TZI-ISL-2417JP. $ 170.93 860 03-51 3390 GOLDEN GATE MAX HASSE PARK BLVD. COMMUNITY CENTER CU CU403-51 TZAL-336-2A $ 170.93 3390 GOLDEN GATE MAX HASSE PARK 861 03-51 BLVD. COMMUNITY CENTER CU CU4A03-51 TZAL-336-2A $ 170.93 862 03-51 3390 GOLDEN GATE MAX HASSE PARK CU CU503-51 BLVD. COMMUNITY CENTER TZAL-324-29 $ 210.69 863 03-51 3390 GOLDEN GATE MAX HASSE PARK BLVD. (COMMUNITY CENTER ;GU CU 5A03-01 TZHSI-117JA. $ 170.93 f 864 03-51 13390 GOLDEN GATE (MAX HR,SSE PARK ii BLVD: COMMUNITY CENTER CU {CU603-51 TZP,L-3i&-2B $ 170.93 865 03-51 3390 GOLDEN GATE MAX HASSE PARK CU CU6A03 51 BLVD. COMMUNITY CENTER TZAL-318-2B $ 170.93 03-51 3390 GOLDEN GATE MAX HASSE PARK BLVD. COMMUNITY CENTER CU CU6CO3-51 TZHSL-2417JA $ 210.69 3390 GOLDEN GATE MAX HASSE PARK 867 03-51 BLVD COMMUNITY CENTER CU CU703-51 TZAL-336-28 $ 170.93 3390 GOLDEN GATE MAX HASSE PARK 568 03-51 CU CLI7A03-61 TZAL-320-20 $ 170.93 BLVD. COMMUNITY CENTER I 869 1.3-51 ,3390 GOLDEN GATE MAX HASSE PARK Cu CU803-51 BLVD. COMMUNITY CENTER TTA180C 2 fl0G $ 170.93 870 04-127 5600 WARREN ST. SCWRF PROCESS& WU E-04-127-WU1 LG LWHD2500ER 512KAEDB010B $ 210.69 CONTROL 871 04-148 5600 WARREN ST. SCWRF FILTER WU E-04.148-WU1 CARRIER 'AGQ14AAG v 3850A28226C GALLERY $ 210.69- 872 04-192 4800 BOULEVARD M DAS TRANSPORTATION CU E-04-192-CU1 TRANE TTA12OA300EA 311315DAD $ 210.69 ADMIN BLDG/GEN 873 04-192 4800 DAVIS TRANSPORTATION SS E-04-192-SS2 TRANE 1TWE12GA300DA 3121RAA5H BOULEVARD _ADMIN BLDG/GEN $ 170.93 874 04-194 4800 DAVIS TRANSPORTATION SS 0-04-194-SS Ti111N BOULEVARD ,CREW BLDG. J �2TTR1U24A1000AA �3C35WTYSF $ 210.69 TRANS. 875 04-195 4600 DAVIS BLVD WAREHOUSE/SHOP WU E-04-195-WU 1LG ILWHD100R 604TADR00754 $ 210.69 GEN. TRANS. • - 876 04-195 4800 DAVIS BLVD WAREHOUSE/SHOP WU E-04-195-WU2 Amana $ 170.93 GEN. 877 04-25 3299 TAMIAMI TRAIL BUILDING"F", _ EAST ADMINISTRATION RHU AHU04-25 MSZ-A09NA 8015714 $ 210.69 878 04-26 3299 TAMIAMI TRAIL BUILDING"F", CU CND04 25 EAST ADMINISTRATION AOU24RL DRN001028 $ 210.69 879 04 27 3327 TAMIAMI TRAIL BUILDING"G", WU E-04.27-WU1 BARD WA361-A00 11250011607547-02 $ 210.69 EAST PURCHASING 880 D e-28 3339 TAMIAMI TRAIL BUILDING"H", AK.; AHUG4-28 �0. -_� EAST HEALTH t T I KHS36.�R `�56893 $ 210.69 3339 TAMIAMI TRAIL BUILDING"H", 881 J0.4-28jEAST HEALTH GU GUO4-28 1CH3672R 114992 $ 170.93 J4-29 13301 TAMIAMI TRAIL BUILDING.1-2, AHU AHU12-04-29 I 'EAST ADMINISTRATION $ 210.69 Packet Page-1929- cA( 1 883 04-29 3301 TAMIAMI TRAIL BUILDING J-2, 12/10/2013 16.E.6. EAST ADMINISTRATION U E-04-30-AHU-12 TRANE MCCBO12UAOCOUB KO6.61680 5 170.93 884 04-36 3301 TAMIAMI TRAIL ELECTRIC EAST SUBSTATION A RTU RTU-1-04-36 SOES A60-60- 2509008343 $ 210.69 885 0436 3301 TAMIAMI TRAIL ELECTRIC EAST SUBSTATION A RTU RTU-2-04-36 50ES-A60-60- 2909C12901 $ 210.69 3335 TAMIAMI TRAIL BUILDING"W", 886 0439 EAST FACILITIES AHU AHUD4-39 2T3HF060B1000AA 8392SC22V $ 210.-„ MANAGEMENT 3335 TAMIAMI TRAIL BUILDING'W', 887 04-39 EAST FACILITIES CU CU04-39 2TTR3060A1000AA 8032WTG2F $ 170.93 MANAGEMENT 888 04-50 3301 TAMIAMI TRAIL ELECTRIC THC063A4R0A16000000000 EAST SUBSTATION B RTU RTU-1-04-50 00 B 8241016051 $ 210.69 889 04-55 1300 MANATEE RD. MANATEE REPUM WU E-04-55 WU1 GE STATION AGQ05LAG1 AD048936 $ 210.69 890 04-59 5600 WARREN ST. SCWRF PKU E-04-59-PKU YORK ADMINISTRATION DR120C0OA4AAA3E NOK3838582 $ 210.69 891 06-12 990 N BARFIELD DR. MARCO SO WU E-06-12-WU1 GE ASM10AAS1 DZ839188 SUBSTATION $ 170.93 892 06-12 990 N BARFIELD DR. MARCO SO WU E-06-12-WU3 GE SUBSTATION AF 805M6 5104128 $ 170.93 893 06-12 990 N BARFIELD DR. MARCO SO WU E-06-12-WU4 FEDDERS SUBSTATION $ 170.93 894 06-12 990 N BARFIELD DR, MARCO SO WU E-06-12-WU5 WESTINGHOUSE SUBSTATION $ 210.69 895 08-07 3851 UTILITY DR SCRWTP CU E-08-07-CU10 YORK OPERATIONS BLDG HA12000OA4AAIA SNOF7976757 $ 210.69 896 08-07 3851 UTILITY DR SCRWTP PKU E-08-07-PK1 FUGITSU AOU18RLQ GWN001122 OPERATIONS BLDG $ 170.93 897 08-07 3851 UTILITY DR SCRWTP PKU E-08-07-PK2 FUGITSU AU018LQ GWN001121 OPERATIONS BLDG $ 170.93 898 08-07 3851 UTILITY DR SCRWTP RTU E-08-07-RTU1 TRANS TCC060F300BE 5124J562H OPERATIONS BLDG $ 170.93 899 08-07 3851 UTILITY DR SCRWTP RTU E-08-07-RTU2 TRANE TCC060F300BE 5124KHC2H OPERATIONS BLDG $ 210.69 900 08-07 3851 UTILITY DR SCRWTP RTU E-08-07-RTU3 TRANE TCH042B300BC 3314NKT3H OPERATIONS BLDG $ 170.93 901 08-07 3851 UTILITY DR SCRWTP RTU E-08-07-RTU4 TRANE TCH0426300BC 441322N3H OPERATIONS BLDG $ 170.93 902 08-07 3851 UTILITY DR SCRWTP RTU E-08-07-RTU5 CARRIER 50TJ016V8A1YA 4203F59358 OPERATIONS BLDG $ 170.93 903 08-07 3851 UTILITY DR SCRWTP SS E-08-07-SS APC OPERATIONS BLDG LNESO1A0094APC T07H04890 $ 210., 904 08-07 3851 UTILITY DR SCRWTP SS E-08-07-SS. OPERATIONS BLDG $ 170.93 905 08-30 3851 UTILITY DR SCRWTP SLUDGE WU E-08-30-WU1 CARRIER XHD183D 1204B36579 HANDLER $ 210.69 906 08-30 3851 UTILITY DR SCRWTP SLUDGE WU E-08-30-WU2 ADMIRAL AAW18CR3FHN 2.00504E+11 HANDLER $ 170.93 IMMOKALEE 907 11-05 106 S.1ST STREET GOVERNMENT RTU E-11-05-RTU8 AMERICANSTANDARC $ 210.69 CENTER 908 01-151 16325 VANDERBILT EMS STATION#43 i DR. /SHERIFF SUB AHU E-01-151-AHU1 TRANE TWE042C14FC0 5173TY81V $ 210.69 909 01-151 16325 VANDERBILT EMS STATION#43 AHU E-01-151-AHU2 TRANE TWE042C14FC0 5173TY61V DR. /SHERIFF SUB $ 170.93 910 01-151 16325 VANDERBILT EMS STATION#43 AHU E-01-151-AHU3 TRANE TWE048C14TCO 5098B2N2V DR, /SHERIFF SUB $ 170.93 911 01-151 16325 VANDERBILT EMS STATION#43 AHU E-01-151-AHU4 TRANE RBHC-24J11NFB/2TTR1 TM330511997 DR. /SHERIFF SUB $ 170.93 912 01-151 16325 VANDERBILT EMS STATION#43 CU E-01-151-CU1 TRANE 2TTB0042A1000AA 52655605E DR. /SHERIFF SUB $ 210.69 913 01-151 16325 VANDERBILT EMS STATION#43 CU E-01-151-CU2 TRANS DR. /SHERIFF SUB 2TTB0042A1000AA 5265AS5F $ 170.93 914 01-151 16325 VANDERBILT EMS STATION#43 DR. /SHERIFF SUB CU E-01-151-CU3 TRANE 2TT80048A1000AA 52251D53F $ 170.93 915 01-151 16325 VANDERBILT EMS STATION#43 CU E-01-151-CU4 TRANE 2TTR1060A1000AA 4354G34F DR. /SHERIFF SUB $ 170.93 916 01-237 10840 TAMIAMI TRL BOOSTER STATION WU E-01-237-WA BARD BEHIND P.F.CHANGS SCS241-OOC 020919CM $ 210.69 917 01-238 1505 PELICAN PELICAN MARSH WU E-01-238-WA BARD MARSH BLVD PUMP STATION SCS241-00C unknown $ 210.89 918 02-24 2885 HORSESHOE TRANSPORTATION DRIVE SOUTH HEADQUARTERS AHU E-02-24-AHU1 CARRIER 40RM-012-6610/38AKS0 $ 210.69 919 02-24 2885 HORSESHOE TRANSPORTATION AHU E-02-24-AHU2 CARRIER 38AKS014 DRIVE SOUTH HEADQUARTERS $ 170.93 2885 HORSESHOE TRANSPORTATION 920 02-24 DRIVE SOUTH HEADQUARTERS AHU E-02-24-AHU3 CARRIER 38ARZ007 $ 170 2885 HORSESHOE TRANSPORTATION "4' 921 02-24 DRIVE SOUTH HEADQUARTERS AHU E-02-24-AHU4 TRANE 2TTA3048A4000AA $ 170.93 /� Packet Page-1930- A I 12/10/2013 16.E.6. 922 02-24 2885 HORSESHOE TRANSPORTATION AHU E-02-24-AHU5 TRANE TWE063P13FB0 $ 210.69 DRIVE SOUTH HEADQUARTERS 923 02-24 2885 HORSESHOE TRANSPORTATION AHU E-02-24-AHU6 CARRIER 38ARZ012 $ 170.93 { DRIVE SOUTH HEADQUARTERS 924 i02-24 2885 HORSESHOE TRANSPORTATION AHU E-02-24-AHU7 CARRIER 24ABR360A630 $ 170.93 DRIVE SOUTH HEADQUARTERS 15 02-24 2885 HORSESHOE TRANSPORTATION AHU E-02-24-AHU8 CARRIER 24ABR318A300 $ 170.93 DRIVE SOUTH HEADQUARTERS 926 02-24 2885 HORSESHOE TRANSPORTATION AHU E-02-24-AHU9 CARRIER FA4CNF018 S 210.69 DRIVE SOUTH ,HEADQUARTERS 927 02-24 2885 HORSESHOE TRANSPORTATION AHU E-02-24-AHU10 CARRIER 38AKS014 $ 170,93 DRIVE SOUTH HEADQUARTERS 928 02-24 2885 HORSESHOE TRANSPORTATION AHU E-02-24-AHU11 CARRIER TWE090A300EL $ 170.93 DRIVE SOUTH HEADQUARTERS 929 02-24 2885 HORSESHOE TRANSPORTATION AHU E-02-24-AHU12 CARRIER FB4ANF024 $ 170.93 DRIVE SOUTH HEADQUARTERS 930 02-24 2885 HORSESHOE TRANSPORTATION AHU E-02-24-AHU13 CARRIER FC4BNF042 $ 210.69 DRIVE SOUTH HEADQUARTERS 931 02-24 2885 HORSESHOE TRANSPORTATION CU E-02-24-CU1 CARRIER 38AKS014 $ 170.93 DRIVE SOUTH HEADQUARTERS 932 02-24 2885 HORSESHOE TRANSPORTATION CU E-02-24-CU3 CARRIER 38ARZ007 DRIVE SOUTH HEADQUARTERS $ 170.93 933 02-24 2885 HORSESHOE TRANSPORTATION CU E-02-24-CU4 CARRIER 38ARZ012 $ 170.93 DRIVE SOUTH HEADQUARTERS 934 02-24 2885 HORSESHOE TRANSPORTATION CU E-02-24-CU5 CARRIER 24ABR360A630 $ 210.69 DRIVE SOUTH HEADQUARTERS 935 02-24 2885 HORSESHOE TRANSPORTATION CU E-02-24-CU6 CARRIER 24ABR318A300 $ 170.93 DRIVE SOUTH HEADQUARTERS 936 02-24 2885 HORSESHOE TRANSPORTATION CU E-02-24-CU7 CARRIER 24ABR330A320 $ 170.93 DRIVE SOUTH HEADQUARTERS 937 02-24 2885 HORSESHOE TRANSPORTATION CU E-02-24-CU8 CARRIER 38CKB018321 $ 170.93 DRIVE SOUTH HEADQUARTERS 938 02-24 2885 HORSESHOE TRANSPORTATION CU E-02-24-CU9 CARRIER 38CKB042610 $ 210.69 DRIVE SOUTH HEADQUARTERS 939 02-24 2885 HORSESHOE TRANSPORTATION CU E-02-24-CU10 TRANE 38ARZ007 $ 170.93 DRIVE SOUTH HEADQUARTERS 940 02-24 2885 HORSESHOE TRANSPORTATION CU E-02-24-CU11 TRANE 2TTB0048A1000AA $ 170.93 DRIVE SOUTH HEADQUARTERS 941 02-24 2885 HORSESHOE TRANSPORTATION RTU E-02-24-RTU1 CARRIER 50TM-006-A-601 0907030210 $ 170.93 DRIVE SOUTH HEADQUARTERS 942 02-24 2885 HORSESHOE TRANSPORTATION RTU E-02-24-RTU2 CARRIER 38AKS014 1507640062 $ 210.69 DRIVE SOUTH HEADQUARTERS ' 02 24 2885 HORSESHOE TRANSPORTATION RTU E-02-24-RTU3 CARRIER 50TM-016-611YA 4806U30307 $ 170.93 DRIVE SOUTH HEADQUARTERS L s44 02-24 2885 HORSESHOE TRANSPORTATION RTU E-02-24-RTU4 CARRIER 50TM-016-611YA 4806U30311 $ 170.93 DRIVE SOUTH HEADQUARTERS 945 02-24 2885 HORSESHOE TRANSPORTATION RTU E-02-24-RTU5 CARRIER 50TM-008-601 4205050553 $ 170.93 DRIVE SOUTH HEADQUARTERS 946 02-24 2885 HORSESHOE TRANSPORTATION RTU E-02-24-RTU6 CARRIER 50TM-008.601 3806040601 $ 210.69 DRIVE SOUTH HEADQUARTERS 947 02-24 2885 HORSESHOE TRANSPORTATION SS E-02-24-SS1 CARRIER 38AKS014 1307020043 $ 170.93 DRIVE SOUTH HEADQUARTERS 948 02-24 2885 HORSESHOE TRANSPORTATION SS E-02-24-SS2 CARRIER 38AKS014 1507640067 $ 170.93 DRIVE SOUTH HEADQUARTERS 949 02-24 2885 HORSESHOE TRANSPORTATION SS E-02-24-SS3 TRANE 2TTA2060A4000AB 5070RDS3F DRIVE SOUTH HEADQUARTERS $ 170.93 950 02-24 2885 HORSESHOE TRANSPORTATION SS E-02-24-SS4 TRANE 2TTA3048A4000AA 54930PM4F DRIVE SOUTH HEADQUARTERS $ 210.69 951 02-24 2885 HORSESHOE TRANSPORTATION SS E-02-24-SS5 ODYSSEY TTA090A400FA 528J6PAD $ 170.93 DRIVE SOUTH HEADQUARTERS _ 952 C2-24 2885 HORSESHOE TRANSPORTATION SS E-02-24-SS6 MITSUBISHI PUG24BKE DRIVE SOUTH HEADQUARTERS $ 170.93 953 02-24 2885 HORSESHOE TRANSPORTATION SS E-02-24-SS7 MITSUBISHI PL24AK DRIVE SOUTH HEADQUARTERS $ 170.93 954 02-32 3950 RADIO ROAD NEW PROPERTY yCU E-02-32-CU1 TRANE RAUJC50EEA030BD000020 C10D1701 APPRAISER $ 210.69 955 02-32 3950 RADIO ROAD NEW PROPERTY CU E-02-32-CU2 TRANE RAUJCSOEEA030BD000020 C10D1700 $ 170.93 APPRAISER 956 02-32 3950 RADIO ROAD NEW PROPERTY CU E-02-32-CU3 Odyssey TTA120E3HOAA 10133UP6AD $ 170.93 APPRAISER 957 02-32 3950 RADIO ROAD NEW PROPERTY OAU E-02-32-OAU1 AAON RN-030-8-0-EB09-172 201004-ANET03084 $ 210.69 APPRAISER 958 02-32 3950 RADIO ROAD NEW PROPERTY AHU E-02-32-AHU1 TRANE MCCB040UAOAOUB000 K10D39026 APPRAISER $ 210.69 959 02-32 3950 RADIO ROAD NEW PROPERTY AHU E-02-32-AHU2 Odyssey TWE120E300AA 10044PXLBDB $ 170.93 APPRAISER 960 02-32 3950 RADIO ROAD NEW PROPERTY AHU/OAU E-02-32-AHU/OA TRANE MCCBOSOUAOAOUB000 -K10D39031 APPRAISER $ 170.93 0"' .03-58 2432 Lucerne NEW GOLDEN GATE CHL E-03-5-CHI MCQUAY AGZ085BS712ER11 LIBRARY $ 917.09 Ja-229 8065 LELY SOUTH REGIONAL 04.229-CU1 CHL CHILLER • I CULTURAL BLVD LIBRARY ' $ 917.09 Packet Page-1931- CACi; ■ 963 04-229 8085 LELY SOUTH REGIONAL 12/10/2013 1 6.E.6. CULTURAL BLVD LIBRARY AHU 04-229-AH4 AIRHANDLER , $ 170.93 CAT MORANDE 964 05-42 8300 RADIO RD ADMINISTRATION AHU E-05-42-AHU1 TRANE 2TEC3F60B1000AA 7023M5E1V BLDG $ 210.69 CAT MORANDE 965 05-42 8300 RADIO RD ADMINISTRATION AHU E-05-42-AHU2 TRANE 2TEC3F24B1000AA 70215XD1V BLDG $ 170.9 CAT MORANDE 966 05-42 8300 RADIO RD ADMINISTRATION AHU E-05-42-AHU3 TRANE TWE120B1000EL 7073KGXBD BLDG $ 170.93 CAT MORANDE 967 05-42 8300 RADIO RD ADMINISTRATION AHU E-05-42-AHU4 TRANE 2TEC3F36A1000AA 7081LSP6V BLDG $ 170.93 CAT MORANDE 968 05-42 8300 RADIO RD ADMINISTRATION CU E-05-42-CU1 TRANE 2TTB3060A1000AA 7082Y962F $ 210.69 BLDG CAT MORANDE 969 05-42 8300 RADIO RD ADMINISTRATION CU E-05-42-CU2 TRANE 2TTB3024A1000AA 7081TAK5F BLDG $ 170.93 CAT MORANDE 970 05-42 8300 RADIO RD ADMINISTRATION CU E-05-42-CU3 TRANE 2TTB3060A1000AA 70820CH2F $ 170.93 BLDG CAT MORANDE 971 05-42 8300 RADIO RD ADMINISTRATION CU E-05-42-CU4 TRANE 2TTB3060A1000AA 70753E54F $ 170.93 BLDG CAT MORANDE 972 05-42 8300 RADIO RD ADMINISTRATION CU E-05-42-CU5 TRANE 2TTB3036A1000AA 7092PUM3F $ 210.69 BLDG CAT MORANDE 973 05-42 8300 RADIO RD ADMINISTRATION CU E-05-42-CU6 TRANE 2TTB3060A1000AA 70753FG4F $ 170.93 BLDG CAT MORANDE 974 05-43 8300 RADIO RD MAINTENANCE AHU E-05-43-AHU1 TRANE 2TTEC3F24B1000AA 6413NL72V $ 210.69 BUILDING CAT MORANDE 975 05-43 8300 RADIO RD MAINTENANCE AHU E-05-43-AHU2 TRANE 2TTEC3F42B1000AA 6413J662V $ 170.93 BUILDING CAT MORANDE 976 05-43 8300 RADIO RD MAINTENANCE AHU E-05-43-AHU3 TRANE 2TTEC3F24B1000AA 70215XA1V $ 170.93 BUILDING CAT MORANDE 977 05-43 8300 RADIO RD MAINTENANCE AHU E-05-43-AHU4 TRANE 2TTEC3F42B1000AA 6511HXP1V $ 170.9'41111) BUILDING CAT MORANDE 978 05-43 8300 RADIO RD MAINTENANCE AHU E-05-43-AHU5 TRANE 2TTEC3F48B1000AA 7081MRA1V $ 210.69 BUILDING CAT MORANDE 979 05-43 8300 RADIO RD MAINTENANCE AHU E-05-43-AHU6 TRANE 2TTEC3F60B1000AA 7042H6J2V $ 170.93 BUILDING CAT MORANDE 980 05-43 8300 RADIO RD MAINTENANCE AHU E-05-43-AHU7 TRANE 2TTEC3F24B1000AA 6413NL52V $ 170.93 BUILDING CAT MORANDE 981 05-43 8300 RADIO RD MAINTENANCE CU E-05-43-CU1 TRANE 2TTB3024A1000AA 7055XE75F $ 170.93 BUILDING CAT MORANDE - 982 05-43 8300 RADIO RD MAINTENANCE CU E-05-43-CU2 TRANE 2TTB3024A1000AA 7022NUR5F $ 210.69 BUILDING CAT MORANDE 983 05-43 8300 RADIO RD MAINTENANCE CU E-05-43-CU3 TRANE 2TTB3024A1000AA 70B1UAT5F $ 170.93 BUILDING CAT MORANDE 984 05-43 8300 RADIO RD MAINTENANCE CU E-05-43-CU4 TRANE 2TTB3024A1000AA 7091SN03F $ 170.93 BUILDING CAT MORANDE 985 05-43 8300 RADIO RD MAINTENANCE CU E-05-43-CU5 TRANE 2TTB3048A1000AA 7085N593F $ 170.93 BUILDING CAT MORANDE 986 05-43 8300 RADIO RD MAINTENANCE CU E-05-43-CU6 TRANE 2TTB3060A1000AA 70550MC4F $ 210.69 BUILDING CAT MORANDE 987 05-43 8300 RADIO RD MAINTENANCE CU E-05-43-CU7 TRANE 2TTB3024A1000AA 7055XBB5F $ 170.93 BUILDING CAT MORANDE 988 05-43 8300 RADIO RD MAINTENANCE SS E-05-43-SS1 LG LSN242CE 72015XA1V $ 170.93 BUILDING CAT MORANDE 989 05-43 8300 RADIO RD MAINTENANCE SS E-05-43-SS2 LG LSU242CE 803KAAE00312 $ 170.9 BUILDING 990 06-14 490 HERNANDO DR. CONCESSI AHU E-06-14-AHU1 TRANE TWE048C14FC0 2214N721V CONCESSIONS $ 210.69 Packet Page-1932- c Ao 12/10/2013 16.E.6. TIGERTAIL 991 06-14 490 HERNANDO DR. CONCESSIONS CU E-06-14-CU1 TRANE TTR048D100A2 2254LHU1F $ 170.93 992 07.13 32020 TAMIAMI 800 MHz GENERATOR AHU E-07-13-AHU1 CARRIER 1893A02051 $ 210.69 TRAIL E CARNESTOWN I 32020 TAMIAMI 800 MHz GENERATOR 07.13 AHU E-07-13-AHU2 CARRIER 1293A00561 $ 170.93 t( - TRAIL E CARNESTOWN 994 07.13 32020 TAMIAMI 800 MHz GENERATOR AHU E-07-13-AHU3 CARRIER 3497A22409 $ 170.93 TRAIL E CARNESTOWN 995 07.13 32020 TAMIAMI 800 MHz GENERATOR AHU E-07-13-AHU4 CARRIER 3297A2683491 $ 170.93 TRAIL E CARNESTOWN 996 07.13 32020 TAMIAMI 800 MHz GENERATOR OAU E-07-13-OAU1 GOODMAN 9906555028 $ 250.45 TRAIL E CARNESTOWN 997 07-13 32020 TAMIAMI 800 MHz GENERATOR CU E-07-13-CU1 CARRIER $ 170.93 TRAIL E CARNESTOWN 998 07-13 32020 TAMIAMI 800 MHz GENERATOR CU E-07-13-CU2 CARRIER 5721-M260018396 $ 170.93 TRAIL E CARNESTOWN 32020 TAMIAMI 800 MHz GENERATOR 999 07-13 TRAIL E CARNESTOWN CU E-07-13-CU3 CARRIER 4196E151440 $ 170.93 1000 07-13 32020 TAMIAMI 800 MHz GENERATOR CU E-07-13-CU4 CARRIER 0497E14907 $ 210.69 TRAIL E CARNESTOWN 1001 07-13 32020 TAMIAMI 800 MHz GENERATOR OAU E-07-13-OAU2 ONAN A30497637 $ 210.69 TRAIL E CARNESTOWN 1195 COUNTY RD. CORKSCREW 1002 08-44 858, SHERIFF'S TRAILER CU E-08-44-CUI BARD WA372-A10XX4XXX 225H072367594-02 $ 210.69 1195 COUNTY RD. CORKSCREW 1003 08.44 858. SHERIFF'S TRAILER CU E-08-44-CU2 BARD WA372-A10XX4XXX 2251.1072367590-02 $ 170.93 1004 08.44 1195 COUNTY RD. CORKSCREW CU E-08-44-CU3 BARD WA372-A00 225L082552865-02 $ 170.93 858. SHERIFF'S TRAILER 1005 08.48 50 WILSON BLVD.S. ESTATES TAX AHU E-08-48-AHU1 CARRIER FA2CNF048 3307A88136 $ 210.69 COLLECTOR 1006 08-48 50 WILSON BLVD.S. ESTATES TAX AHU E-08-48-AHU2 CARRIER FA4CNF04B ' 3307A88131 $ 170.93 COLLECTOR 08-48 50 WILSON BLVD.S. ESTATES TAX SS E-08-48-SS1 Mitsubishi MU-A09WA 800224T $ 170.93 COLLECTOR Units 08 50 WILSON BLVD.S. ESTATES TAX SS E-08-48-SS2 Mitsubishi MS-A09WA 7001790 $ 170.93 COLLECTOR _ 1009 08-48 50 WILSON BLVD.S. ESTATES TAX CU E-08-48-CU1 CARRIER 24ABR348A520 2407E10287 $ 210.69 COLLECTOR _ 1010 08-48 50 WILSON BLVD.S. ESTATES TAX CU E-08-48-CU2 CARRIER 24ABR348A520 2407E10286 $ 170.93 COLLECTOR NEW SCRWTP 1011 0£.-49 3851 UTILITY DR. OPERATIONS AHU E-08-49-AHU1 YORK XTI-096X051 $ 210.69 BUILDING NEW SCRWTP 1012 08-49 3851 UTILITY DR. OPERATIONS AHU E-08-49-AHU2 YORK XTI-090X051 $ 170.93 BUILDING NEW SCRWTP 1013 08-49 3851 UTILITY DR. OPERATIONS AHU E-08.49-AHU3 YORK XTI-096X048 $ 170.93 BUILDING NEW SCRWTP 1014 08-49 3851 UTILITY DR. OPERATIONS AHU E-08-49-AHU4 YORK XTI-108X057 $ 170.93 BUILDING NEW SCRWTP 1015 08-49 3851 UTILITY DR. OPERATIONS AHU E-08-49-ANUS YORK XTI-096X072 $ 210.69 BUILDING NEW SCRWTP 1016 08-49 3851 UTILITY DR. OPERATIONS AHU E-08-49-AHU6 TRANE TWE240B400EL $ 170.93 BUILDING NEW SCRWTP 1017 08-49 3851 UTILITY DR. OPERATIONS AHU E-08-49-AIU7 TRANE TWE240B400EL $ 170.93 BUILDING NEW SCRWTP 1018 08.49 3851 UTILITY DR. OPERATIONS AHU E-08-49-AHUB YORK LA120000A6AAA1A $ 170.93 BUILDING NEW SCRWTP 1019 08-49 3851 UTILITY DR. OPERATIONS AHU E-08-49-AHU9 YORK HA120C00A4AA1A $ 210.69 BUILDING NEW 10^^ 08-49 3851 UTILITY DR. OPERATIONS AHU E-08-49-AHU10 YORK LA120C00A6AAA1A $ 170.93 BUILDING - Packet Page-1933- CA( NEW SCRWTP 12/10/2013 16.E.6. 1021 08-49 3851 UTILITY DR. OPERATIONS CU E-08-49-CU1 YORK HICE150A46C $ 170.93 BUILDING NEW SCRWTP 1022 08-49 3851 UTILITY DR. OPERATIONS CU E-08-49-CU2 YORK HICE150A46C $ 170.93 BUILDING NEW SCRWTP 1023 08-49 3851 UTILITY DR. OPERATIONS CU E-08-49-CU3 YORK H4CE180A46A $ 210.69.:,, BUILDING NEW SCRWTP 1024 08-49 3851 UTILITY DR. OPERATIONS CU E-08-49-CU4 YORK H4CE180A46A $ 170.93 BUILDING NEW SCRWTP 1025 08-49 3851 UTILITY DR. OPERATIONS CU E-08-49-CU5 YORK H4CE180A46A $ 170.93 BUILDING NEW SCRWTP 1026 08-49 3851 UTILITY DR. OPERATIONS CU E-08-49-CU6 TRANE TTA240840UFA $ 170.93 BUILDING NEW SCRWTP 1027 08-49 3851 UTILITY DR. OPERATIONS CU E-08-49-CU7 TRANE TTA240840UFA $ 210.69 BUILDING NEW SCRWTP 1028 08-49 3851 UTILITY DR. OPERATIONS CU E-08.49-CU8 YORK HA120C00A4AA1A $ 170.93 BUILDING NEW SCRWTP 1029 08-49 3851 UTILITY DR. OPERATIONS CU E-08-49-CU9 YORK HA120C00A4AA1A $ 170.93 BUILDING NEW SCRWTP 1030 08-49 3851 UTILITY DR. OPERATIONS CU E-08-49-CU10 YORK HA120C00A4AA1A $ 170.93 BUILDING 1031 08-51 NW 21ST STREET 21ST STREET HOUSE AHU E-08-51-AHU1 TRANE TWE040E13FB2 449M0D1V $ 210.69 1032 08-51 NW 21ST STREET 21ST STREET HOUSE CU E-08-51-CU1 TRANE 2TTZ9036A1000AA 4492WCL1F $ 170.93 1033 08-51 790 21ST STREET 21ST STREET HOUSE CU E-08-51-CU2 TRANE 2TTX4018A1000AA 4321MMY1F $ 170.93 1034 11-11 321 N.1ST STREET ICP RESTROOM/ AHU E-11-11-AHU1 TRANE TWE048C14FC0 44515W21V $ 210.69 OFFICE 1035 11-11 321 N.1ST STREET ICP RESTROOM/ AHU E-11-11-AHU2 TRANE TWE04BC14FC0 4472KXNIV $ 170.93 OFFICE 1036 11-11 321 N.1ST STREET ICP RESTROOM/ AHU E-11-11-AHU3 TRANE TWE060C15FDO 4463L871V $ 170.93 OFFICE 1037 11-11 321 N.1ST STREET ICP RESTROOM/ AHU E-11-11-AHU4 TRANE TWE030C14FB0 4472KXG1V $ 170.9'• OFFICE 1038 11-11 321 N.1ST STREET ICP RESTROOM/ AHU E-11-11-AHU5 TRANE TWE180B300EL 4504PNFHD $ 210.69 OFFICE 1039 11-11 321 N.1ST STREET ICP RESTROOM/ CU E-11-11-CU1 TRANE 2TTB0030A1000AA 43325755F $ 170.93 OFFICE 1040 11-11 321 N.1ST STREET ICP RESTROOM/ CU E-11-11-CU2 TRANE 2TTA0060A3000AA 43350YK3F $ 170.93 OFFICE _ 1041 11-11 321 N.1ST STREET ICP RESTROOM/ CU E-11-11-CU3 TRANE 2TTA0060A3000AA 43354R93F $ 170.93 OFFICE _ 1042 11-11 321 N.1ST STREET ICP RESTROOM/ CU E-11-11-CU4 TRANE 2TTB0030A1000AA 43325UY5F $ 210.69 OFFICE 1043 11-11 321 N.1ST STREET ICP RESTROOM/ CU E-11-11-CU5 TRANE TTA18B300FA 4504NL4AD $ 170.93 OFFICE 1044 11-112 ORANGETREE O AHU E-11-112-AHU1 BARD WA372-A10XX4XXX 225N052117375-02 $ 210.69 SHERIFF REE SUBSATION 1045 11-112 ORANGETREE O CU E-11-112-CU1 BARD WA372-A10XX4XXX 255P052121940-02 $ 170.93 SHERIFF REE SUBSATION 1046 11-114 110 Airpark Blvd. Immokal Airport E-11-114-C1 CU TRANE TCK036A100AB 3332TCX3H $ 210.69 Sheriff Moo bile Home 1047 11-116 6315 PEPPER ROAD MAIN LODGE© CU E-11-116-CU1 CARRIER 38CKC046370 1805E03044 $ 210.69 PEPER RANCH 1048 11-117 6316 PEPPER ROAD MAIN LODGES AHU E-11-116-AHU1 CARRIER FA4BNF048 0705A75061 . $ 170.93 PEPER RANCH 1049 11-12 321 N 1ST STREET ICP FIELD HOUSE SS E-11-12-SS1 EMIO S1CA2000A00 1-07-0-5890-14 $ 210.69 1050 11-12 321 N 1ST STREET ICP FIELD HOUSE SS E-11-12-SS2 EMIO WLHAl2A0 1-07-0-5784-14 $ 170.93 1051 11-200 13020 IMMOKALEE 800 MHz GENERATOR WU E-11-200-WM1 BARD WA372-A10XX4X0X 225K021757979-02 $ 210.69 ROAD CORKSCREW 1052 11-200 13020 IMMOKALEE 800 MHz GENERATOR WU E-11-200-WM2 BARD WA372-A10XX4XXX 225K021757996-02 $ 170.93 ROAD CORKSCREW 1053 11-89 1215 ROBERTS AVE. ROBERTS RANCH AHU E-11-89-AHU1 SPACE PACK ESP-2430V AAQ-1387 $ 210.69 W HOUSE 1054 11-89 1215 ROBERTS AVE. ROBERTS RANCH AHU E-11-89-AHU2 TRANE TTB024C100A2 3152AL62V $ 170.94 W _HOUSE Packet Page-1934- (% 12/10/2013 16.E.6. 1215 ROBERTS AVE. ROBERTS RANCH 1055 11-89 W HOUSE Cu E-11-89-CU1 TRANE TWE036C14FB0 3082RAS5F $ 170.93 1056 11-09 1215 ROBERTS AVE. ROBERTS RANCH CU E-11-89-CU2 TRANE TTB0036A1000AA 30345JK4F $ 170.93 W HOUSE . 1057 11-90 1215 ROBERTS AVE. ROBERTS RANCH CU 11-90-CU1 GOODMAN GPH13481-121AD 905739449 $ 210.69 W OPERATIONS 02-08 2800 N.HORSESHOE DEVELOPMENT E-02-08-OA OAU ADDISON $ 250.45 DR. SERVICES 1059 02-09 2800 N.HORSESHOE DEVELOPMENT E-02-08-RTI RTU CARRIER 50TFFD12-V511 unknown $ 111.78 DR. SERVICES m Packet Page -1935- c..Noi 12/10/2013 16.E.6. AGREEMENT 13-6057 for On Call Mechanical Contractor THIS AGREEMENT is made and entered into this day of 2013, by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "County" or "Owner") and Johnson Controls, Inc., as the Primary Contractor, authorized to do business in the State of Florida, whose business address is 3802 Sugar Palm Drive, Tampa, Florida 33619 (hereinafter referred to as the "Contractor"). WITNESSETH: 1. COMMENCEMENT: The contract shall be for a one 1 Board award and terminating ( ) year period, commencing on Date of g (1) year from that date. This contract shall have three (3) one (1) year renewals, renewable annually. 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 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 not less than ten (10) days prior to the end of the Agreement term then in effect. Work shall commence after issuance of a Purchase Order. 2. STATEMENT OF WORK. The Board of County Commissioners deemed two (2) firms to be qualified and awarded a Contract to each firm for services on a Primary, Secondary basis as identified in Exhibit A, Scope of Work, hereby attached and incorporated by reference. The Contractor will provide complete services for HVAC and Mechanical Services on an as- needed basis as may be required by the Owner in accordance with the terms and conditions of ITB #13-6057 — On Call Mechanical Contractor and the Contractor's proposal, which is incorporated by reference and made an integral part of this Agreement. All on call repairs shall be pre-approved in writing prior to the commencement of any work, with exception of after-hours emergencies, and shall first be offered to the Primary Contractor, (Johnson Controls, Inc.) In the event the Primary Contractor is unwilling, unable, or deemed non-responsive by the contract manager, within the timeframe specified by the user department, then the Secondary Contractor(Conditioned Air Corporation of Naples, Inc.) will be contacted. To initiate non-emergency and emergency services during regular business hours, the County will provide a summary of work to be performed, to the contractor, and: a. For services estimated to be under $3,000.00, the Contractor will submit a verbal estimate, and can commence work upon the Contract Manager's, or their designee's verbal approval, and the issuance of a County Purchase Order or Blanket Purchase Order. b. For services estimated to be $3,000.00 and above, the Contractor must submit a written estimate within two (2) business days of request. All cost estimates shall be broken down by hours worked per technician, and materials and parts will be identified in detail (description, quantity, unit price, and extended price). The estimate should also include a start date, end date, time, and any additional tasks necessary to satisfactorily accomplish the work. The estimate provided by the Contractor shall Page -1- Packet Page-1936- c �, _ 1 12/10/2013 16.E.6. be firm, with no increases permitted without prior written approval from the Contract Manager or his designee. Any such increases to the estimate must be approved in advanced by the Contract Manager or his designee prior to the commencement of any contemplated work to be performed. Work can commence upon Contract Manager, or their designee's written approval and the issuance of a County Purchase Order or Blanket Purchase Order If the Contract Manager deems the written estimate to be unsatisfactory, the County reserves the right to negotiate an acceptable price, or declare the estimate non- responsive. To initiate after-hours emergency service, the County will provide a summary of work to be performed to the contractor, and pre-approval will be made verbally by the County designee, to be followed up with an Emergency Purchase Order. All Preventative Maintenance service calls shall be scheduled by the County Contract Manager and be completed within ten (10) days of scheduled service according to the specifications outlined in Exhibit "A". The County reserves the right to bid or obtain quotes on any job with an estimated cost of $25,000.00 or more. No single job may exceed $500,000.00. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Contractor and the County Project or Contract Manager or his designee, in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such services are authorized. 3. COMPENSATION. The County shall pay the Contractor for emergency and non-emergency work on a time and material basis in accordance with rates established in Exhibit "B", attached hereto and made an integral part hereof. The County shall also pay the Contractor to perform two (2) preventative maintenance visits on each of the equipment listed in Exhibit "C", according to the lump sum prices listed therein. Exhibit "C" is a representative list of all equipment in which preventative maintenance is required at the time of solicitation, and may be updated, revised and/or modified at anytime without requiring a change order or addendum to the contract. If an addition of equipment is made, a quote must be received from the Contractor. Any County agency may purchase products and services under this contract, provided sufficient funds are included in their budget(s). Payment will be made upon receipt of a proper invoice and upon approval by the Project Manager or his designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 3.1 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 contract. 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- Packet Page-1937- �., 12/10/2013 16.E.6. 4. NOTICES: All notices required or made pursuant to this Agreement to be given by the County to the Contractor shall be made in writing and shall be delivered by hand, by fax, e-mail, or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to Ai the following Contractor's address of record: Johnson Controls, Inc. 3802 Sugar Palm Drive Tampa, Florida 33619-1376 Attention: Stephen P. Talo, Metro General Manager Telephone: 813-635-2250 Facsimile: 813-635-2276 All notices required or made pursuant to this Agreement to be given by the Contractor to the County shall be in writing and shall be delivered by hand, by fax, e-mail, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following County's address of record: Collier County Government Complex Purchasing Department 3327 East Tamiami Trail Naples, Florida 34112 Attention: Joanne Markiewicz Interim Purchasing/General Services Director Phone: 239-252-8407 Fax: 239-252-6480 Amok 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 Service Agreement must be in writing. 5. 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. 6. PERMITS: LICENSES: TAXES: In compliance with Section 218.80, Florida Statutes, all permits necessary for the prosecution of the Work shall be obtained by the Contractor. Payment for all such permits issued by the County shall be processed internally by the County. Contractor is not responsible for paying for permits issued by Collier County, but is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier county agencies when the Contractor is acquiring permits. All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 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. 7. 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 Page -3- Packet Page-1938- ��. 12/10/2013 16.E.6. have the right to suspend the Contract 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 the suspension period until the violation has been corrected to the satisfaction of the County. 8. TERMINATION: Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County and requirements of 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 non- performance. 9. NO DISCRIMINATION: The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 10. 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. This shall include Premises and Operations; Independent contractors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 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. 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. Special Requirements: Collier County Board of County Commissioners shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 11. INDEMNIFICATION: To the maximum extent permitted by Florida law, the Contractor shall 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, 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 Page -4- Packet Page-1939- c,�' 12/10/2013 16.E.6. 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. 11.1 The duty to defend under this Article 11 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, Owner 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 11 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 12. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by Owner in advance. 13. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this contract in compliance with the Purchasing Policy. Exhibit C may be updated, revised and/or modified at anytime without requiring a change order or addendum to the contract. If an addition of equipment is made, a quote must be received from the Contractor. 14. CHANGES IN THE WORK. Owner 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 itemized 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 written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any modifications to this Contract shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. 15. COMPLIANCE WITH LAWS. Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with 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 (including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(d) and (3))). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Owner in writing. 16. 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 and ready for occupancy by Owner. 17. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. 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 Owner. Page -5- Packet Page-1940- 12/10/2013 16.E.6. 18. WARRANTY. Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any materialmen supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner 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 Owner. 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 Owner is entitled as a matter of law. 19. 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. 20. 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 Owner 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 Owner. 21. 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 Owner or Owner'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 Owner with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the Owner's benchmarks, Contractor shall immediately notify Owner. The Page -6- Packet Page-1941- �� 12/10/2013 16.E.6. Owner shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 22. EMERGENCIES. In the event of any emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner is obligated to act to prevent threatened damage, injury or loss. Contractor shall give the Owner written notice within forty-eight (48) hours after the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Owner determines that a change in the estimate is required because of the action taken in response to an emergency, a written approval from the County Contract Manager shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the estimate Amount. 23. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Facilities Management Department. 24. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the following component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractor's Proposal, Insurance Certificate, Bid #13-6057 — On Call Mechanical Contractors Scope of Work, Addenda, Attachment 8: Bid Schedule, Exhibits A, B and C, and any Purchase Order made or issued pursuant to this Agreement. 25. 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, 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 contract held by the individual and/or firm for cause. 26. 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. 27. 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. No markup shall be applied to sales tax. 28. IMMIGRATION LAW COMPLIANCE: By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Page -7- Packet Page-1942- �. 12/10/2013 16.E.6. agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 29. 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. 30. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES: Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. 31. 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. 32. SECURITY. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department 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 four (4) years 33. 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. 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. Page -8- Packet Page-1943- 12/10/2013 16.E.6. IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by an authorized person or agent, have executed this agreement on the date and year first above written. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIER COUNTY, FLORIDA Dwight E. Brock, Clerk of Courts By: By: Georgia A. Hiller, Esq., Chairwoman Dated: (Seal) Johnson Controls, Inc. Contractor By: First Witness Signature Print Name and Title Print Name and Title Second Witness Print Name and Title Approved as to Form and Le Assistant County Attorney Page -9- Packet Page-1944- E!) 12/10/2013 16.E.6. EXHIBIT A Scope of Work 1.0 Overview Contractor will provide preventative maintenance and as needed repair services including but not limited to HVAC, Chiller, Boiler and Water Heater systems, as well as capable of furnishing the following services: • IAQ testing, reporting and remediation • Design build engineering • Insulation installation • Industrial/commercial/residential electrical service installation and repair • Water heater maintenance/repair/installation and/or cleaning • General Duct and associated duct components (ie dampers, louvers, defusers, return grates) maintenance/repair/installation and/or cleaning • DX Unit maintenance/repair/installation and/or cleaning • Air Handling Unit maintenance/repair/installation and/or cleaning • Cooling Tower maintenance/repair/installation and/or cleaning • Water pump maintenance/repair/installation and/or cleaning • Chiller maintenance/repair/installation and/or cleaning • Thermal Ice system maintenance/repair/installation and/or cleaning • VAV maintenance/repair/installation and/or cleaning • Fan Coil maintenance/repair/installation and/or cleaning • Any mechanical system controls maintenance/repair/installation and/or cleaning • Mechanical Engineering or design services required for permitting. For large or complicated projects, engineering services and drawings may be provided through Collier County design contracts. In these cases, the Mechanical Contractor will be asked to provide quotes or bids based on the provided designs. The Contractor shall use qualified technicians to provide all labor, supervision, equipment, and materials necessary to timely perform inspections, maintenance, service, repairs, emergency repairs, and installation of equipment all in accordance with the requirements specified in the bid specifications. Hourly time will be paid only for actual time at the worksite. Travel, fees and surcharges will not be accepted in conjunction with this contract. The contractor must have the use and availability, as needed and when required, of the services of a qualified mechanical engineer (with all related licenses and certifications being current and in full force and effect) with the experience and ability to "pull" all permits required for any and all system renovations. The contractor shall be responsible for furnishing all necessary labor, materials, equipment, tools, consumables, transportation, skills, and incidentals required for the Installation, Maintenance and Repair Services for all County owned and operated facilities on an "as needed basis" for the following systems: • HVAC and Related Control System Services: Page -10- Packet Page-1945- 12/10/2013 16.E.6. All technicians assigned for work shall be familiar with, as well as experienced and qualified, in all facets of HVAC Installation, Maintenance, and Repair Services; servicing commercial, industrial or other large corporate users. All technicians assigned for work shall be able to provide the requested services, as outlined in the bid specifications, for all types of systems and associated hardware, including but not limited to: mechanical components, compressors, condensers, air handlers, capillary systems, fans, filters, drive belts, direct-drive, rooftop units, radiant systems, electric assistance systems, recovery units, duct work, dampers, louvers, defusers, return grates, etc. The contractor shall be licensed, and bonded, and use only skilled craftsmen in the installation, repair and servicing of both HVAC and related control systems. The contractor shall perform refrigerant recovery on any system that contains refrigerant and needs to be opened to the atmosphere. The procedure for the recovery of CFC's shall be submitted with the bid. All recovery reports shall be sent to the County contract manager, or their designee, noting date, type, quantity, location, and disposal information. The Contractor's technicians shall have at least a Type II CFC certification and documentation shall be submitted upon request. • Chiller and related control system services: All technicians assigned for work shall be experienced in all facets of servicing a variety and different types of Chillers; at a minimum but not limited to: Centrifugal; Absorption, Screw, and Scroll Chillers; all of which may either be water or air cooled and associated hardware (including but not limited to: air handlers, exhaust fans, fan coils, cooling towers, chilled water pumps, condensers, evaporators, variable air volume boxes, variable frequency drives, 4°). microprocessor controller systems, thermal ice systems etc.). All technicians assigned for work shall be licensed, bonded and experienced in all facets of Chiller Installation, Maintenance and Repair Services. • Boiler and related services, including: Installation, maintenance, repair, inspection and cleaning. • Water Heater and related services, including: Installation, maintenance, repair, inspection and cleaning 1.2 Additional Requirements 1. Contractor(s) shall be on-call twenty-four (24) hours a day, seven (7) days per week. Contractor(s) shall provide the County with an on-call telephone number(s) for both standard and emergency service. Response time shall not exceed one (1) hour from time of call for emergencies. 2. If excavation or other work requires the rental of additional equipment, the Contractor(s) shall provide the equipment at actual cost of rental, with no markup of costs to the County. 3. All work shall be performed by Contractor's licensed and properly qualified employees unless authorized by the Facilities Management Supervisor or his designee. Page-11- Packet Page-1946- 0 U 12/10/2013 16.E.6. 4. All work shall be a "Turn Key" operation to include all repairs, site clean-up and restoring the work area to its original condition. This contract provides for any services deemed necessary to complete the job, through means of Contractor(s) in-house expertise or sub-contracted work as needed. 5. All work shall include proper permitting as required by the Authority Having Jurisdiction (AHJ). The Contractor(s) shall be responsible for permit submissions, unless otherwise instructed by the County. Permit fees may be included as a line item on invoices/quotes, no surcharges or markups are allowed. 6. The contractor shall ensure that all mechanical rooms and equipment (i.e. air handler, piping, equipment rooms, roofs, etc.) be kept clean and free from dirt, dust and debris. Contractor(s) may also be required to conform to Department of Facilities Management Work Management procedures, such as utilizing Department of Facilities Management work order forms, or future online work order system at no additional cost to the County. 2.0 Preventative Maintenance Contractor shall perform two (2) preventative visits per year, according to the minimum requirements and scheduling requirements listed below. Pricing for the two (2) preventative maintenance visits is a lump sum on "Attachment 8: Bid Schedule" 2.1 Minimum requirements for the Preventive Maintenance Inspection of HVAC Units: A. Air Conditioning Systems: Bi-Annual Maintenance 1. Lubricate bearings, if applicable 2. Tighten and adjust belts quarterly, replace annually. 3. Check refrigerant cycle for proper conditions 4. Check compressor oil level and oil pressure, if applicable, and fill to correct level 5. Check all motor loads 6. Check all operating and safety controls 7. Service electrical connections, ensuring all wiring is protected inside all conduit. 8. Check evaporator and condensers for proper heat transfer 9. Clean condensing coils annually (coil cleaner included) 10. Maintain service records and record conditions for each piece of equipment 11. Submit report stating existing conditions and any additional repairs or modifications that may be required 12. Apply non-rinse evaporator coil cleaner to evaporator coils B. Exhaust Fans: Bi-Annual Maintenance 1. Lube bearings and check condition quarterly 2. Replace belts annually; as needed, having inspected and checked when last replaced. C. Roof Top Package Units (Direct Expansion Equipment): Bi-Annual Maintenance 1. Check and adjust operating and safety controls 2. Check operation of crankcase heater 3. Check oil level and add oil as required Page -12- Packet Page-1947- 12/10/2013 16.E.6. 4. Check operation of control circuit 5. Check operation of burner or heating elements (where applicable) 6. Check fan belts and sheaves, replace and adjust as required Annual Maintanance: 1. Check unit for refrigerant leaks 2. Check and calibrate safety controls 3. Check and tighten electrical connections, contacts, relays, operating safety controls 4. Check starter, tighten all terminals and check contacts for wear 5. Lubricate motor bearings per manufacturer's specifications 6. Lubricate fan bearings per manufacturer's specifications 7. Check belts and sheaves, adjust dampers and linkage; as needed. 8. Check motor operating conditions 9. Check crankcase heater 10. Check external interlocks 11. Check oil level in compressor (where applicable) 12. Inspect coils for blockage and clean 13. Check and clean drain pan and drains 14. Clean and paint external surfaces, as required D. Air Handlers: Bi-Annual Maintenance 1. Check belt tension 2. Lubricate as required 3. Check bearing and motor mounting 4. Inspect and replace air filters; as needed. Amok 5. Check any excessive vibration or noise and correct, as required Annual Maintenance: 1. Inspect coil, clean as required 2. Inspect air filters, replace as needed (filters will be provided by the County) 3. Inspect drain pan and drain line 4. Inspect fan wheels 5. Inspect drive sheaves 6. Check belt alignment and tension 7. Lubricate, as required 8. Check bearing and motor mounting 9. Check motor operating voltage and amperages 10. Check inlet valves (where applicable) and for dampers and adjust, if necessary 11. Check variable frequency drives for proper operation E. Exhaust Fans: Bi-Annual Maintenance 1. Check operation of the unit 2. Check electrical wiring and electrical components for proper operation 3. Check operation of the control circuit and the system interlocks 4. Perform routine maintenance as required, including changing filters and performing necessary lubrication (The County to provide filters) 5. Inspect belts for proper condition and alignment within pulleys 6. Provide a written report of work and indicate all detected deficiencies Page -13- Packet Page-1948- Q 1 ■ 12/10/2013 16.E.6. Annual Maintenance: 1. Check electrical wiring and electrical components for proper operation 2. Check operation of the control circuit and the system interlocks 3. Inspect fan wheel or blades 4. Inspect shaft and motor bearings 5. Verify proper pulley alignment 6. Inspect belts and replace as required 7. Verify proper fan belt tension 8. Lube all motors and bearings 9. Brush clean fan wheel or blades 10. Measure motor voltage and amperage 11. Measure fan wheel RPM 12. Lubricate associated dampers and linkages 13. Verify integrity of housing and connections 14. Inspect starter/contactor and associated wiring including Electrical connections for tightness 15. Inspect filters and clean, as required. Replace filters if non-cleanable type (County to provide filters) 16. Inspect for proper sealing of exhaust fans to the exhaust ductwork and curb 17. Provide a written report of work completed and indicate all detected Deficiencies F. Fan Coils: Bi-Annual Maintenance: 1. Check belt tension 2. Lubricate, as required 3. Check bearing and motor mounting 4. Inspect air filters, replace if necessary (The County to provide filters) 5. Check any excessive vibration or noise, and correct as required Annual Maintenance: 1. Inspect coil, clean as required 2. Inspect air filters, replace if necessary (The County to provide filters) 3. Inspect drain pan and drain line 4. Inspect fan wheels 5. Inspect drive sheaves 6. Check belt alignments and tension 7. Lubricate, as required 8. Check bearing and motor mounting 9. Check motor operating voltage and amperages 2.2 Minimum Requirements for the preventative maintenance Chillers and Associated Units: A. Chillers: Bi-Annual Maintenance: 1. Drain condenser, drop heads and brush condenser tubes 2. Furnish materials for a thorough leak test as required 3. Perform leak test and report on any discrepancies found 4. Meg compressor and oil pump motor, record findings 5. Check starter as required by manufacturer, including but not limited to: a. Check condition of starter contacts for wear and pitting b. Check starter overload devices and settings as applicable Page -14- Packet Page-1949- 12/10/2013 16.E.6. c. Tighten starter contacts and motor terminal connections 6. Take oil sample and have it analyzed by an independent Professional laboratory specializing in analysis of refrigeration equipment oil and refrigeration samples. A trend report summarizing the last sample and all other available samples will be submitted with each Al sample taken. This report will include a graph of data visually depicting trend in oil condition and content. 7. Change oil and filters as required 8. Check operation of vane positioned 9. Perform service on purge system as applicable 10. Submit written report on condition of equipment and all deficiencies found. 3.0 Inventory of Equipment: The Contractor shall prepare a Comprehensive HVAC Equipment and Related Parts Inventory Listing of all equipment and related parts currently in place at each of the County's buildings and facilities. At a minimum, the required information will include: a. Location b. Type of equipment c. Description d. Serial Number e. Model number f. Manufacturer g. Any existing warranties on equipment, if applicable h. Report on condition of equipment and related parts; to also include age of equipment and related part (if known/ discernible), recommendation for repair or replacement (as needed) with estimate of cost for repair or replacement and identification of required equipment and parts to do so. The Contractor shall maintain and update the Comprehensive Inventory Listing when performing scheduled maintenance of all equipment. Anytime the inventoried equipment changes through additions, deletions, relocation or transfer, the Contractor will modify its records to indicate such action and maintain an accurate equipment inventory. All changes to the inventory shall be communicated in writing to the County designee. 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 an appropriate County staff member authorized to adjust equipment inventory records. 4.0 Scheduling: All normal inspections, maintenance, service, and repairs shall be conducted during normal working hours, Monday through Friday, 8:00 am until 5:00 pm. To arrange for an appointment to perform service at a particular facility; contact the County designee a minimum of 24 hours in advance of the work. 5.0 Inspections: The County and the Contractor will conduct an inspection of the completed services provided in response to any resulting purchase order. Page -15- Packet Page-1950- J 12/10/2013 16.E.6. a. Any deficiencies noted during an inspection shall be corrected before final acceptance. Such deficiencies will be corrected within 24 hours after receipt of notification, at the Contractor's expense. b. If the Contractor fails to correct the defects within this time frame, the County shall be entitled to have such work remedied and the Contractor shall be fully liable for all costs and expenses reasonably incurred by the County. 6.0 On-Call Repairs: The Contractor shall be responsible for the repairs of the equipment identified on Attachment 8: Bid Schedule. a. Response Time - Response time for normal repairs, other than for emergencies and weekend hours, shall be four (4) hours. Response time for emergency repairs, shall be within one (1) hours of receiving notification from the County. In the event the Contractor fails to meet this requirement, a second Independent Contractor may be called in to perform this function. b. Replacement/ Repair Parts - All replacement/ repair parts must be approved and of genuine and original manufacturer's parts. The cost of the parts shall be the Contractor's cost plus the percentage mark-up offered on the bid form. The costs shall not exceed the cost for replacing the unit. Prior approval will be required for all labor, parts or material. The Contractor shall be required to expressly warrant that all replacement are new and free from defects, warranted for their merchantability and meet the performance specifications of the original equipment. In the event a portion, or all of an order, is found to be defective when delivered and/ or installed, the Contractor shall immediately replace the equipment at no cost to the County. 7.0 Warranties: All new equipment warranty work shall be provided by the original warranty supplier. All warranty responsibility for previously purchased, but still under warranty, equipment will continue to be provided by the original warranty supplier until expiration of the warranty period. Upon expiration of the warranty period, responsibility for maintenance shall automatically transfer to the contractor, unless otherwise directed by the Project Manager. All trouble calls shall be initially reported to the Contractor. If the trouble call involves a warranty item, the Contractor shall notify the Project Manager, who will then have the responsibility of placing and tracking the warranty trouble call with the warranty supplier. Maintenance of the warranty inventory list and the notification of a warranty trouble call to the Project Manager shall be provided by the Contractor at no additional cost to the County. 8.0 Additions and Deletions of Equipment: The County retains the right to add or to delete any equipment from "Attachment 8: Bid Schedule" for service provided under this Contract as described herein, upon written notification by the County designee to the Contractor and without a formal contract amendment or change order. a. The County shall attempt to provide advanced notice to the Contractor of all additional and/or new equipment. However, should Contractor personnel receive maintenance or repair call and records show that the individual piece of equipment is not inventoried and covered by Page -16- Packet Page-1951- 12/10/2013 16.E.6. this contract, Contractor personnel will perform repairs as if equipment was covered by this Contract and shall notify the County designee, and provide quote coverage of this equipment. b. The County, or their designee, will provide Official notice of equipment addition in writing and correct the contract document as necessary. The Contractor may then provide a quote and charge for that piece of equipment, as described below, respectively, effective the date the Contractor was called for service on that piece of equipment. c. If removing equipment from coverage, the County shall provide fifteen (15) days prior written or electronic notice. Equipment removed from coverage prior to the 15th shall not be billed for that month; equipment removed after the 15th shall be billed for the whole month. Any prepaid coverage fees will be refunded pro-rata to the County in the form of credit on a subsequent billing. 9.0 Facility Safety and Security: All Contractor employees shall comply with all legal and safety requirements, including, and without limitation, the requirements of the Occupational Safety and Health Act (OSHA) and the National Institute for Occupational safety and Health (NIOSH). The Contractor shall exercise all necessary caution to protect public pedestrian and employee traffic and to protect all public and private property from injury or damage caused by the Contractor's operations. Any practice deemed hazardous by qualified County staff shall be immediately halted upon verbal or written notification to the Contractor by the Project Manager or their designee. The contractor shall comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of the services requested herein. Any fines levied due to inadequacies, or failure to comply with any requirements, shall be the sole responsibility of the Contractor. Any employee or representative of the contractor found not in conformance with any laws, statutes, rules or regulations will not be allowed on job sites. Violations by a contractor shall constitute cause for immediate termination of the Agreement. Work must be performed in accordance with industry standards & guidelines. The Contractor shall replace or repair any loss at their cost. The County may withhold payment or make such deductions as it may deem necessary to insure reimbursement for loss or damage to property or persons through negligence of the Contractor and its employees. The contractor must comply with Federal and State right-to-know laws if hazardous materials are used. Material Safety Data Sheets (MSDS) shall be made available to all workers and to the County's Facility Maintenance Manager. The Contractor shall immediately report to the Project Manager any spillage or dumping of hazardous material on County property. The Contractor shall bear all costs associated with the cleanup of any such incidents. All Contractor personnel shall have on their shirts the name of the Contractor's business name and County issued photo identification available at all times. Site access will be limited to required company vehicles and delivery vehicles only. Any parking at any of the County buildings or facilities is to be coordinated, in advance of starting a Purchase Order, with the County designee. Contractor parking shall not interfere with County personnel or general public parking or pedestrian traffic. Violator's will be towed at owner's expense. Page -17- Packet Page-1952- ;; 12/10/2013 16.E.6. Proper behavior and language by all Contractor Employees will be enforced at all times while working on County property. Contractor employees shall be prohibited from disturbing items in County offices, and from smoking in any County facility. 10.0 Records and Documentation: a. General The contractor shall maintain and update AC systems maintenance records for each type of equipment serviced. Such documentation shall include, but shall not be limited to, records of all service calls, preventative maintenance performed, and any system modifications, if applicable. The Contractor shall maintain a service log at the site of each piece of equipment maintained. b. Invoices All invoices for work completed shall be signed and dated by the County designee to verify completion of the work and for payment. All invoices shall be broken down by hours worked per technician, materials and parts will be identified in detail (facility location, description, quantity, unit price, and extended price). Only itemized invoices will be accepted. c. Six (6) Month Reports Two (2) summary reports of all services performed during the Contract period. The report shall be broken down by date of service, equipment and facility and shall provide an itemized list of all services provided for each piece of equipment. The report shall be supplied to the County Facilities maintenance Manager no later than ten (10) days following the end of each visit. Contents and format of the report shall be subject to change upon written notice. 11.0 Deliverables: The following service tasks are identified as deliverables: a. The Contractor shall complete all required inspections, maintenance, testing and reports within ten (10) days of any scheduled service; as per bid specifications or Purchase Order issued. b. The Contractor shall provide all required reports and records within the time frames specified in the bid specifications to the County, or their designee. c. The Contractor shall be responsible for general maintenance supplies. d. The Contractor shall maintain an accurate equipment inventory. 12. Performance Measures: The Contractor shall maintain compliance with the following performance measures: a. The Contractor shall complete 100% of all required inspections, Maintenance and testing within ten (10) days of scheduled service as outlined in the bid specifications. b. The Contractor shall provide 100% of all required reports and records within the time frame specified to the County, or their designee. c. The Contractor shall advise the County, in writing, of any extenuating circumstances that will prohibit the Contractor from meeting the above-outlined performance measures. 13. Reassignment: The County retains the right and authority to reassign work to the next Contractor for the following reasons: Page -18- Packet Page-1953- �? 12/10/2013 16.E.6. a. The Contractor is not willing and/or able to perform. b. The Contractors quotation is deemed non-responsive. c. It is in the best interest of the County. * * * * * Atiokt Page -19- Packet Page-1954- 12/10/2013 16.E.6. EXHIBIT B Pricing Category Unit of Measure Unit Price Supervisor Per Hour $ 69.00 Licensed Journeyman * Per Hour $ 67.00 Apprentice Per Hour $ 46.00 Engineering/Design Per Hour $ 90.00 Material Markup ** Percentage Over Cost 25% Sub Contractor Markup ** Percentage Over Cost 10% * Must be able to provide a copy of licenses (Journeyman Card) at anytime, if requested. ** No markup on rental equipment is allowed. For material, invoices must be provided for cost verification. Page -20- Packet Page -1955- �y Exhibit C 12/10/2013 16.E.6. Johnson Controls- Preventative Maintenance Line#Bldg Building Equip. Equipment Model Code Address Name Standard Code Manufacturer Number Serial Number Cost viwoltv 33 01-04 SS E-01-04-SS2 TRANE BTWEO4OE13F 2491TCB2B $ 142.00 34 01-04 SS E-01-04-SS1 TRANE 2TTR2036A 2325UMA2F $ 142.00 35 01-05 1441 Pineridge RD EMS#40 SS E-01-05-CU1 TRANE 4TTR3018A100 8145JPL1V $ 142.00 36 01-06 1441 Pineridge RD EMS#40 SS E-01-06-SS1 TRANE TWE048C14F 4114A6L1V/3481Y $ 142.00 C0/2TTBOO T53F 37 01-06 1441 Pineridge RD EMS#40 SS E-01-06-SS2 TRANE TWEO6OP13F 4142K7P2V/40742 $ 142.00 B0/2TTBOO G23F 38 01-06 1441 Pineridge RD EMS#40 SS E-01-06-SS3 TRANE TWE048C14F 4114A9H1V/3481Y $ 142.00 C0/2TTBOO U73F 39 01-06 1441 Pineridge RD EMS#40 SS E-01-06-SS4 TRANE TWE048C1AF 4114A9J1Vl40930 $ 142.00 CO/2TTB0 H13F - 40 01-06 1441 Pineridge RD EMS#40 SS E-01-06-SS5 TRANE TWE036C14F 4115KTU1V/4113Y $ 142.00 B0/2TTBOO GX5F 41 01-06 1441 Pineridge RD EMS#40 SS E-01-06-SS6 TRANE TWE048C14F 4114A5DIU/34814 $ 142.00 C0/2TTBOO 13F 42 01-07 1441 Pineridge RD EMS#40 RTU E-01-07-RTU1 WEATHERKING 93300716/833 060559038/070517 $ 144.00 C877 314 43 01-09 1441 Pineridge RD EMS#40 OAU E-01-09-OA1 ADDISON RCA071003F 061005201001 $ 112.00 44 01-09 1441 Pineridge RD EMS#40 RTU E-01-09-RTU1 GOODMAN PCRD048 0412498402 $ 112.00 45 01-09 1441 Pineridge RD EMS#40 RTU E-01-09-RTU2 TRANE O C042D300H X49236705 $ 112.00 46 01-09 1441 Pineridge RD EMS#40 RTU E-01-09-RTU3 FREDRICH MR30C3F LE7FT00186 $ 112.00 47 01-09 1441 Pineridge RD EMS#40 RTU E-01-09-RTU4 TRANE 0 BTC042D300H Y07226488 $ 112.00 48 01-09 1441 Pineridge RD EMS#40 RTU E-01-09-RTU5 TRANE 0 BTC042D300H X49236708 $ 112.00 49 01-09 1441 Pineridge RD EMS#40 RTU E-01-09-RTU6 TRANE BDTC042D300H X49236713 $ 112.00 50 01-10 8205 VANDERBILT WELL HOUSE SS E-04-10-SS5 TRANE TWE060C15F 40466GH2V/40510 $ 142.00 BEACH EXT #2 DO/2TTBOO WN3F 51 01-11 8205 VANDERBILT WELL HOUSE SS E-01-11-SS1 TRANE TWE048C14F 4392WCY1V/4391 $ 142.00 BEACH EXT #2 C0/2TTBOO TEH3F 52 01-11 8205 VANDERBILT WELL HOUSE SS E-01-11-SS2 TRANE TWE036C14F 4405XA91V/4385S $ 142.00 BEACH EXT #2 B0/2TTA00 UC2F 53 01-11 8205 VANDERBILT WELL HOUSE SS E-01-11-SS3 TRANE TWE060C15F 4391YSC3F $ 142.00 BEACH EXT #2 DO/2TTBOO 54 01-11 8205 VANDERBILT WELL HOUSE TWE060C15F 4392AKE1V/4384N SS E-01-11-SS4 TRANE $ 142.00 BEACH EXT #2 D0/2TTA00 4N3F 55 01-11 8205 VANDERBILT WELL HOUSE SS E-01-11-SS5 TRANE TWE048C14F 439286T1V/4395K $ 142.00 BEACH EXT #2 C0/2TTBOO YA3F 56 01-11 8205 VANDERBILT WELL HOUSE SS E-01-11-SS6 TRANE TWE030C14F 43915AU1V/4331Y $ 142.00 BEACH EXT #2 B0/2TTBOO 5R5F 57 01-18 766 Vanderbilt NN EMS#40/ SS E 01-18-SS1 TRANE TWE042C147 5173TY61V/52656 $ 142.00 Beach BLVD NN CCSO FC0/2TTBO ASD5F 58 01-18 766 Vanderbilt NN EMS#40/ SS E-01-18-SS2 TRANE TWE042C14F 5173TY31V152655 $ 142.00 Beach BLVD NN CCSO C0/2TTBOO 605F 59 01-18 766 Vanderbilt NN EMS#40/ SS E-01-18-SS3 TRANE TWE048C14F 5096B2N2V/52251 $ 142.00 Beach BLVD NN CCSO C0/2TTBOO D53F Packet Page-1956- G 12/10/2013 16.E.6. RBHC- 766 Vanderbilt NN EMS#40/ TM330511997/435 24J11 60 01-18 Beach BLVD NN CCSO SS E-01-18-SS4 RHEEM/TRANE 24J11NFB/2TT 43G34 $ 142.00 R1 VETERANS 61 01-20 1900 Immokalee PARK COMM. SS E-01-20-SS1 LENNOX/TRANE CD17185V/RA 5491000016/5397 $ 222.00 RD CENTER WD150CA G0998 VETERANS 62 01-20 1900 Immokalee PARK COMM. SS E-01-20-SS2 TRANS TWE030C14F 3224MMD2V/4055 $ 142.00 RD CENTER BO/2TTB00 SW5F 1900 Immokalee VETERANS RBHA21JINF TM300005198/210 63 01-20 RD PARK COMM. SS E-01-20-SS3 RHEEM/TRANE $ 142.00 CA1rfWR0 4YHL4 CENTER VETERANS 1900 Immokalee ARUF486016A 0609074959/06097 64 01-20 PARK COMM. SS E-01-20-SS4 GOODMAN $ 142.00 AlGSC130 2043 RD CENTER 1900 Immokalee VETERANS TWE030C14F 33533RB2V/3464N 65 01-20 PARK COMM. SS E-01-20-SS5 TRANE $ 142.00 gp�TTg00 BM5F RD _ CENTER 66 01-22 13531 COCOHATCH SS E-01-22-SS1 TRANE TWE0488100A 42131F6152H/231 $ 142.00 VANDERBILT DR. E PARK BLDG 0/TTB048 1F651 67 01 22 13531 COCOHATCH SS E 01-22 SS2 TRANE TWE048A100 4126B100/4021LG $ 142.00 VANDERBILT DR. E PARK BLDG AU/2TTB04 P3F COCOHATCH 13531 AQI8AORCF/ A97UP2KX200136 68 01-24 VANDERBILT DR. E PARK SS E-01-24-SS1 SAMSUNG UQ16AOR 0/ABK $ 142.00 MARINA BLDG COCOHATCH 69 01-24 13531 E PARK SS E-01-24-SS2 TRANE TWE048C14F Z0931X92V/4021L $ 142.00 VANDERBILT DR. MARINA BLDG C0/2TTBOO GP3F 13531 COCOHATCH TWE048C14F 3474PHG1V/2311F 'n 01-24 VANDERBILT DR. E PARK SS E-01-24-SS3 TRANE C0/2TTBOO 653F $ 142.00 MARINA BLDG BAREFOOT ,ASI2ABMCHK A97YP2KX300650 71 01-26 LELY BEACH RD. BEACH $ 142.00 CH BATH SS E-01-26-SS1 SANYO CV/USI2A P/A972 BLDG NCWTP 8005 VANDRBLT ADMIN AND 40RM034B600 3398F62740/3398F 72 01-29 BCH EXT. PROCESS SS E-01-29-SS1 CARRIER HC/38AKS 6369 $ 274.00 BLDG NCWTP 8005 VANDRBLT ADMIN AND 40RM034B600 3398F62962/3298F 73 01-29 BCH EXT. PROCESS SS E-01-29-SS2 CARRIER HCS/38AK 6207 $ 274.00 BLDG NCWTP 8005 VANDRBLT ADMIN AND HCH064M4EF/ 920902604001/920 74 01-29 BCH EXT. PROCESS SS E-01-29-SS3 WEATHER KING RH064-4E 9026 $ 222.00 BLDG NCWTP 8005 VANDRBLT ADMIN AND HCH094M4EF! 92902602001/9209 75 01-29 BCH EXT. PROCESS SS E-01-29-SS4 WEATHER KING RH0944E3 0260 $ 222.00 BLDG NCWTP 8005 VANDRBLT ADMIN AND HCH064M4EF/ 920902604002/920 76 01-29 BCH EXT. PROCESS SS E-01-29-SS5 WEATHER KING RH0644E3 9026 $ 222.00 BLDG NCWTP 8005 VANDRBLT ADMIN AND HCA201HE01F 920902608001/349 77 01-29 BCH EXT. PROCESS SS E-01-29-SS6 WEATHER KING l38AKS0 9F44 $ 274.00 BLDG Packet Page-1957- 0 NcwTP 12/10/2013 16.E.6. 78 01-29 8005 VANDRBLT ADMIN AND TWG060A150 Z4331TM6V/Z404L SS E-01-29-SS7 TRANE $ 142.00 BCH EXT. PROCESS B1/TWEA0 G81F BLDG NCWTP 79 01-29 8005 VANDRBLT ADMIN AND VCH314S-4E- 920902606001/040 BCH EXT. PROCESS SS E-01-29-SS8 TRANE R/38AKS02 3F13 $ 274.00 BLDG 6231 ARBOR BLVD VINEYARDS CARRIER NORTH 80 01-38 W PARK COMM. OAU E-01-38-OAU2 EN 50JH-006-631 3904G40433 $ 112.00 CENTER 6231 ARBOR BLVD VINEYARDS CARRIER SOUTH 81 01-38 W PARK COMM. OAU E-01-38-OAU2 EN 5OHJ-006-631 4303G40363 $ 112.00 CENTER 6231 ARBOR BLVD VINEYARDS FF1 DNA024/T 4803A80392/44014 82 01-38 W PARK COMM. SS E-01-38-SS1 TRANE T6024C10 SE5F $ 142.00 CENTER 6231 ARBOR BLVD VINEYARDS TWE036C14F 4282LUR2V/44255 83 01-38 W PARK COMM. SS E-01-38-SS2 TRANS BO/2TTA00 7E3F $ 142.00 CENTER 6231 ARBOR BLVD VINEYARDS 36UC5/2TTA0 FC815816011858/ 84 01-38 W PARK COMM. SS E-01-38-SS3 TRANE 036A4000A 4425S $ 142.00 CENTER 6231 ARBOR BLVD VINEYARDS TWE090A300 4124RA580/4135Y 85 01-38 W PARKCOMM. SS E-01-38-SS4 TRANE EL/2TA090 SBAD $ 142.00 CENTER 6231 ARBOR BLVD VINEYARDS TWE090A300 4465TC8B8/44142 86 01-38 W PARK COMM. SS E-01-38-SS5 TRANS ELITTA090 4MAD $ 222.00 CENTER 6231 ARBOR BLVD VINEYARDS TWE090B300 87 01-38 W PARK COMM. SS E-01-38-SS6 TRANE EU2TTA00 4381T9P3F $ 160.00 CENTER 6231 ARBOR BLVD VINEYARDS TWE090B300 4383LL0BB/4381T 88 01-38 W TA00 5E3F PARK COMM. SS E-01-38-SS7 TRANE $ 160.00 EU2T CENTER IMMOK RD© MASTER TWE024C14F 4103KM72V/4082 89 01-44 QUAIL CRK REPUMP SS E-01-44-SS1 TRANE BO/ TB024 WLW5F $ 142.00 ST.107 W W 90 01-46 6027 SHIRLEY ST. COLLECTION SS E-01-46-SS1 TRANE TWE060C15F Z344NP31V/R283 $ 142.00 S PLANT DO/TTRO6 N782F (WARREN ST) W W 91 01-46 6027 SHIRLEY ST. COLLECTION SS E-01-46-SS2 TRANE TWG025A14D 4154MUL6V/41935 $ 142.00 S PLANT B1/TTB024 TB5F (WARREN ST) MASTER TWE024C14F 4104NAP1V/4082 92 01-47 PIPER RD. REPUMP SS E-01-47-SS1 TRANE gOrTT6024 WMH5F $ 142.00 ST.103 MASTER TWE024C14F 4104KG82V/4053Y 93 01-47 PIPER RD. REPUMP SS E-01-47-SS2 TRANE g0/TTB024 S35F $ 142.00 ST.103 VINEYARDS 94 01-55 W 31 ARBOR BLVD SPORTS SS E-01-55-SS1 FIRST CO/TRANE 244C/TT6024 FC979409/4401Y9 $ 142.00 C100A2 75F COMP.BLDG VINEYARDS 6231 ARBOR BLVD PARK TWE024C14F 4103KNA2V/5882F 95 01-55 W SPORTS SS E-01-44-SS2 TRANE/RUUD g0/UAKAO 18021 $ 142'00 COMP.BLDG 96 01-56 475 SEAGATE DR. CLAM PASS SS E-01-56-SS1 TRANE TTB024C100A/3245WC15F/R267 $ 142.00 r CONCESSION TWE030C K781 Packet Page-1958- 9 12/10/2013 16.E.6. 97 475 SEAGATE DR. CLAM PASS $ - CONCESSION 118 01-101 475 SEAGATE DR. CLAM PASS AHU E-01-101- YORK AP305 CDKM04548D $ 142.00 CONCESSION AHU2 — € _. — 99 t)1-101 475 SEAGATE DR. CLAM PASS AHU E-01-101- YORK AP80 CDKM04549D $ 142.00 CONCESSION AHU3 100 01-101 475 SEAGATE DR. CLAM PASS AHU E01-101-AH1 YORK CA0061263 DDKM-05055B $ 142.00 CONCESSION CLAM PASS E-01-101- SSSCW56002 20010502 $ 112.00 101 01-101 475 SEAGATE DR. CONCESSION OAU OAU1 SCORPIAN 0603 102 01-101 475 SEAGATE DR. CLAM PASS OAU E-01-101- SCORPIAN SSCW100020 20010501 $ 112.00 CONCESSION OAU2 8301 CLAM PASS F2FP024ANO6 EEJS109267/5382 $ 142.00 103 01-101 475 SEAGATE DR. CONCESSION SS E-01-101-S51 TRANS B/TTB018 PFN5F 104 475 SEAGATE DR. CLAM PASS $ - CONCESSION CLAM K4EU090A33A NGCS017791/1013 $ 222.00 105 01-116 475 SEAGATE DR. CONCESSION SS E-01-116-SS1 GOODMAN /CACO9OL 57695 ■ CLAM PASS K4EU090A33A NGCS0177841L022 $ 222.00 106 01-116 475 SEAGATE DR. CONCESSION SS E-01-116-SS2 GOODMAN /CACO9OL 95626 10500 Goodlette NCWTF OLD SS E-01-124-SS1 TRANS TWE018C14F 24948E02V/2455R $ 222.00 107 01-124 RD OPERATION BOI TB018 OP5F 10500 Goodlette NCWTF 200510- 108 01-132 RD SLUDGE PKU E-01-132-PK1 AAON 65632 AMEG06048 $ 112.00 DEWATER 10500 Goodlette NCWTF FISF03031106 ENCS397958/2444 109 101-132 RD SLUDGE SS E-01-132-SS1 YORK/TRANE A/2TTR10 XDF4 $ 142.00 DEWATER - _ _ �—10500 Goodlette NCWTF FB4ANF036/38 0101A60905/4200 110 .01-132 SLUDGE SS E-01-132-SS2 CARRIER $ 142.00 RD DEWATER CK036340 E0390 l NCWTF TWE0240B400 L205HKK6H/5052T 111 01-133 RD 00 Goodlette REUSE PUMP SS E-01-133-SS1 TRANE $ 274.00 STATION BC/TTA24 B6AD 10500 Goodlette NCWTF TWE048C14F EMCS375459/WF 112 01-136 RD OFFICE AND SS E-01-136-SS1 YORK $ 142.00 STORAGE CO MM025 NCWTF 10500 Goodlette SLUDGE SS E-01-157-SS1 YORK/LUXAIRE N3FAD1406A/ EBDS035177/WCJ $ 142.00 113 01-157 RD PUMP HABAF04 P1714 STATION#2 NCWTF 10500 Goodlette SLUDGE SS E 01-158 SS1 YORK N3FA016A606 EA0000964/EMCM $ 222.00 114 01-158 RD PUMP A/H2DA80 59638 STATION#3 Goodlette Rd and CARICA TWE060A400 2012T895H/2233Y 115 01-169 REPUMP SS E-01-169-SS1 TRANS CA/TT060D JB3F $ 142.00 Carica STATION Goodlette Rd and CARICA TWE060A400 2381S1W5H/2233 116 01-169 REPUMP SS E-01-169-SS3 TRANS CAlfT060D XJ13F $ 142.00 Carica STATION Goodlette Rd and CARICA TWE060A400 2371 NT054/1233Y 117 01-169 REPUMP SS E-01-169-SS2 TRANE CA/TTO6OD HO3F $ 142.00 Carica STATION Packet Page-1959- 0 NcwrF 12/10/2013 16.E.6. 118 01-177 10500 Goodlette BLOWER SS E-01-177-SS1 CARRIER FB4ANF036/38 0101A60902/3100 $ 142.00 RD BLDG TKB03630 E1894 10500 Goodlette NCWTF FB4ANF036/38 0101A6090913100 119 01-177 RD BLDG ER SS E-01-177-SS2 CARRIER TKB03630 E1892 $ 142.00 AlialIek NORTH 2335 ORANGE TEMPTROL/TECH WF-DH- U101875-001- 120 01-179 BLOSSOM DR. COLLIER GOV OAU E-01-179-OA1 SYS 6/20A01030 00/02-05 $ 112.00 CENTER 2335 ORANGE NORTH MCCB025UAO K-05A10571/C- 121 01-179 BLOSSOM DR. COLLIER GOV SS E-01-179-SS1 TRANE C/RAUCC2 05G0691 $ 222.00 CENTER NOTH K- 122 01-179 2335 ORANGE COLLIER GOV SS E-01-179-SS2 TRANE MCCB017UA0 5A10576/5342YG $ 222.00 BLOSSOM DR. CENTER C/TTA204 2AD NOTH K- 123 01-179 2335 ORANGE COLLIER GOV SS E-01-179-SS3 TRANE MCCB006UA0 05A10581/5355K6 $ 222.00 BLOSSOM DR, CENTER COY/2TTA 63F NORTH 124 01-187 15000 Livingston COLLIER AHU E-01-187- TRANE MCCB021UA0 K05D52865 $ 194.00 RD REGINAL AHU1 COUA PARK NORTH 125 01-187 15000 Livingston COLLIER AHU E-01-187- TRANE MCCB017UA0 K05D52858 $ 194.00 RD REGINAL AHU2 COUB PARK NORTH 15000 Livingston COLLIER E-01-187- MCCB030UA0 126 01-187 RD REGINAL AHU AHU3 TRANE CUA K05D52825 $ 194.00 PARK NORTH ,sillt. 127 01-187 15000 Livingston COLLIER AHU E-01-187 TRANE MCCB021UA0 K05D52808 $ 194.00 RD REGINAL AHU4 COUA PARK NORTH 15000 Livingston COLLIER E-01-187- MCCB025UAO 128 01-187 RD REGINAL AHU AHU5 TRANE COUB K05D52872 $ 194.00 PARK NORTH 129 01-187 15000 Livingston COLLIER AHU E-01-187- TRANE MCCB025UA0 K05D52879 $ 194.00 RD REGINAL AHU6 * COUA PARK NORTH 15000 Livingston COLLIER E-01-187- MCCB006UA0 130 01-187 RD REGINAL AHU AHU7 TRANE COUA K05D52815 $ 194.00 PARK NORTH 131 01-187 15000 Livingston COLLIER AHU E-01-187- TRANE MCCB006UAO K05D52886 $ 194.00 RD REGINAL AHU8 COUB PARK NORTH 15000 Livingston COLLIER E-01-187- MCCB010UA0 132 01-187 RD REGINAL AHU AHU9 TRANE COUB K05D52672 $ 194.00 PARK NORTH 133 01-187 15000 Livingston COLLIER AHU E-01-187- TRANE MCCB021UAO K05D52641 $ 194.00 RD REGINAL AHU10 COUA PARK NORTH 15000 Livingston COLLIER E-01-187- 134 01-187 RD REGINAL AHU AHU11 TRANE H9T059AA T05D17977 $ 142.00 soll PARK Packet Page-1960- 0 12/10/2013 16.E.6. NORTH PFH027A- 15000 Livingston COLLIER 0517N106976/051 135 01-187 RD REGINAL PKU E-01-187-PK1 LIEBERT PL3/PFH0270 7N107 P $ 112.00 PARK _ NORTH 15000 Livingston COLLIER 1WE060P13F 24928K20V/44532 $ 142.00 ,, 01-187 RD REGINAL SS E-01-187-SS1 TRANE BO/2TTA00 3W3F PARK _ NORTH 15000 Livingston COLLIER TWE060P13F 24928K02V/44532 $ 142.00 137 d)1-187 RD REGINAL SS E-01-187-SS2 TRANE B0/2TTA00 3W3F PARK — NORTH 15000 Livingston COLLIER SS E-01-187-SS3 TRANE TWE060C15F 5495KSD2V/55031 $ 142.00 138 01-187 RD REGINAL D0/2TTA06 5F3F PARK NORTH 139 01-187 15000 Livingston COLLIER SS E-01-187-SS4 TRANE TWE060P130 5502LN72V/60124 $ 142.00 RD REGINAL B0/2TTA00 WP3F PARK — 7,. NORTH 15000 Livingston COLLIER 2TEC.F36A/2T 6063YCE1V/5352U 142.00 140 01-187 RD g REGINAL SS E-01-187-SS5 TRANE TAOU36A K3F $ --I PARK -- NORTH 141 01-187 15000 Livingston COLLIER SS E-01-187-SS6 TRANE 2TEC3F36A/2 6063U081V/53525 $ 142.00 RD REGINAL TTA0036A UP3F PARK NORTH 142 01-187 15000 Livingston COLLIER SS E-01-187-SS7 TRANE TWE090A300 5152K64BD/5152J $ 160.00 RD REGINAL EL/TTA090 84AD PARK 143 02-03 650 CENTRAL CENTRAL AHU E-02-03-AH1 McQUAY LSL122DV 3WG00805-04 $ 142.00 AVE. LIBRARY 02-03 650 CENTRAL CENTRAL AHU E-02-03-AH2 McQUAY LSL108CV 3WH00465-06 $ 142.00 AVE. LIBRARY 650 CENTRAL CENTRAL 145 102-03 AHU E-02-03-AH3 McQUAY LSL104CV 3WH00465-06 $ 142.00 _ AVE. LIBRARY , 146 02-03 650 CENTRAL CENTRAL AHU E-02-03-AH4 McQUAY LSL111 CV 3WG00807-06 $ 142.00 AVE. LIBRARY 147 02-03 650 CENTRAL CENTRAL AHU E-02-03-AH5 McQUAY LSL1170V 3W50080-04 $ 142.00 AVE. LIBRARY 148 02-03 650 CENTRAL CENTRAL AHU E-02-03-AH6 McQUAY LSL128DV 3WG00809-04 $ 142.00 AVE. LIBRARY 650 CENTRAL CENTRAL 24HX5- J11FC5347767169 149 02-03 AVE. LIBRARY SS E-02-03-SS1 FIRST CO/TRANE 240/2TTR1024 38/NA $ 142.00 Al 02-05 3838 DOMESTIC MEDICAL AHU E-02-05-AHU1 CARRIER 39THO7KA- 150 3897F97495 $ 142.00 AVE. EXAMINER ASCKHI 151 02-05 3838 DOMESTIC MEDICAL AHU E-02-05-AHU2 TRANE MCCB014UAO K05E65048 $ 142.00 AVE. EXAMINER CODA 152 02-05 3838 DOMESTIC MEDICAL AHU E-02-05-AHU3 TRANE ABCH036GIAD T05F32979 $ 142.00 AVE. EXAMINER 153 02-05 3838 DOMESTIC MEDICAL AHU E-02-05-AHU4 TRANE CUAB006UAO K05E65053 $ 142.00 AVE. EXAMINER 3838 DOMESTIC MEDICAL AHU E-02-05-AHU5 TRANE MCCB006UAO K05E65053 $ 142.00 154 02-05 AVE. EXAMINER CQUA 155 02-05 3838 DOMESTIC MEDICAL AHU E-02-05-C14 TRANE CGAFC60FAD T05F32979 $ 142.00 AVE. EXAMINER 156 02-05 3838 DOMESTIC MEDICAL OAU E-02-05-OAU2 CTSI MC600 1112981 $ 112.00 AVE. EXAMINER DEVELOPME 2800 N. 157 02-08 HORSESHOE DR. NT SERVICES OAU E-02-08-OAU1 ADDISON PCA071CO3F 070501101001 $ 112.00 ADMIN. Packet Page-1961- G 12/10/2013 16.E.6. 2800 N. DEVELOPME 158 02-08 HORSESHOE DR. NT SERVICES OAU E-02-08-OAU2 ADDISON PCA071CO3F 070501101002 $ 112.00 ADMIN. 2800 N. DEVELOPME 159 02-08 HORSESHOE DR. NT SERVICES OAU E-02-08-OAU3 ADDISON PCA071CO3F 070501101003 $ 112.00 ADMIN. 2800 N. DEVELOPME 160 02-08 HORSESHOE DR. NT SERVICES OAU E-02-08-OAU4 ADDISON PCA071CO3F 070501101004 $ 112.00 ADMIN. 2800 N. DEVELOPME 161 02-08 HORSESHOE DR. NT SERVICES OAU E-02-08-OAU5 ADDISON PCA071CO3F 070501101005 $ 112.00 ADMIN. 2800 N. DEVELOPME 50TFF012- 162 02-08 HORSESHOE DR. NT SERVICES RTU E-02-08-RTU1 CARRIER V511 4403040657 $ 112.00 ADMIN. DEVELOPME 163 02-08 2800 N. NT SERVICES RTU E-02-08-RTU2 CARRIER 50TFF012- 443G4656 $ 112.00 HORSESHOE DR. V511 ADMIN. DEVELOPME 164 02-08 2800 N. NT SERVICES RTU E-02-08-RTU3 CARRIER 50TFF012 4403040662 $ 112.00 HORSESHOE DR. V511 ADMIN. DEVELOPME 165 02-08 2800 N. NT SERVICES RTU E-02-08-RTU4 CARRIER 50TFF012- 4403040654 $ 112.00 HORSESHOE DR. V511 ADMIN. DEVELOPME 166 02-08 2800 N. NT SERVICES RTU E-02-08-RTU5 CARRIER 50TFF012- 4403G40665 $ 112.00 HORSESHOE DR. ADMIN. V511 Al* DEVELOPME 167 02-08 2800 N. NT SERVICES RTU E-02-08-RTU6 CARRIER 50TFF012- 4403010659 $ 112.00 HORSESHOE DR. ADMIN, v511 2800 N. DEVELOPME 50TFF012- 168 02-08 HORSESHOE DR. NT SERVICES RTU E-02-08-RTU7 CARRIER V511 4403040660 $ 112.00 ADMIN. DEVELOPME 2800 N. 50TFF012- 169 02-08 HORSESHOE DR. NT SERVICES RTU E-02-08-RTU8 CARRIER V511 4403040658 $ 112.00 ADMIN. 2800 N. DEVELOPME 50TFF012- 170 02-08 HORSESHOE DR. NT SERVICES RTU E-02-08-RTU9 CARRIER V511 4403040664 $ 112.00 ADMIN. 2800 N. DEVELOPME UBHA- TM1230000695/03 171 02-08 HORSESHOE DR. NT SERVICES SS E-02-08-SS1 RUUD/GOODMAN 14J06NF/CKL2 24370 $ 142.00 ADMIN. 4-1 DEVELOPME 2800 N. PL12AK/PU12 31 F00151 B/3ZE00 172 02-08 HORSESHOE DR. NT SERVICES SS E-02-08-SS2 MITSUBISHI EK 169A $ 142.00 1 ADMIN. DEVELOPME 173 02-08 2800 N. NT SERVICES SS E-02-08-SS3 MITRSUBISHI PK18FK3/PU1 21g002856/31d005 $ 142.00 HORSESHOE DR. ADMIN. 8K 51b Packet Page-1962- CD • 1 12/10/2013 16.E.6. DEVELOPME 174 02-08 2800 N. NT SERVICES SS E-02-08-SS4 CARRIER FV46N6006/3 0305A74985/4904 $ 142.00 HORSESHOE DR. ADMIN. 81DB06031 E3512 2800 N. DEVELOPME PK18FK3/PU1 21600123B131D06 5 02-08 HORSESHOE DR. NT SERVICES SS E-02-08-SS5 MITSUBISHI 8EK 530B $ 142.00 ADMIN. DEVELOPME 176 02-08 2800 N. NT SERVICES SS E-02-08-SS6 GOODMAN R24-08/CK24- 880400963/970205 $ 142.00 HORSESHOE DR. ADMIN. 8 0177 HOUSING 3050 S. AMER.STANDARD TWE060A300 D45170630/D3122 177 02-09 HORSESHOE DR. AND HUMAM SS E-02-09-SS1 /TR AB/TTA060 1012 $ 142.00 SERV. 3050 S. HOUSING TWHO42B140 D43447964/E0928 178 02-09 HORSESHOE DR. AND HUMAM SS E-02-09-SS2 TRANE AORTD742 4295 $ 142.00 SERV. 3050 S. HOUSING WEATHERKING/R WBEMA21J10 TM02945155/5342 179 32-09 HORSESHOE DR. AND HUMAM SS E-02-09-SS3 HEE SUCAIM/ M5093 $ 142.00 SERV. 180 02-11 2373 HORSESHOE SHERIFF CID AHU E-02-11-AH1 TRANE 39ER29 3789 $ 142.00 DR.E. 1 2373 HORSESHOE 181 02-11 DR.E. SHERIFF CID AHU E-02-11-AH2 TRANE 39ER23 3789T20980 $ 142.00 182 102-11 2373 HORSESHOE SHERIFF CID AHU E-02-11-AH3 TRANE 39ER29 3789720978 $ 142.00 DR.E. 2373 HORSESHOE 183 02-11 DR. E. SHERIFF CID AHU E-02-11-AH4 TRANE 37ER29 3789T20981 $ 142.00 2373 HORSESHOE '4 02-11 SHERIFF CID AHU E-02-11-AI-15 TRANE 39ER17 3989T20981 $ 142.00 DR.E. 185 02-11 2373 HORSESHOE SHERIFF CID OAU E-02-11-OA1 TRANE FADA0314GA0 T01 G79479A $ 142.00 DR.E. 03201 186 02-11 2373 HORSESHOE SHERIFF CID SS E-02-11-SS1 TRANE TWE060L15F 3384LDR1V/3362T $ 142.00 DR.E. D0/2TTD00 N63F 2705 SOUTH EMS TWE036C14F R244AFD5H/R044 187 02-15 HORSESHOE HEADQUATE SS E-02-15-SS1 TRANE BO/TRRO3 43E3F $ 142.00 DRIVE R 2705 SOUTH EMS TWE090B100 R244AFD5H/R044 188 02-15 HORSESHOE HEADQUATE SS E-02-15-SS2 TRANE CA/TTR042 4653E $ 222.00 DRIVE R 2705 SOUTH EMS TWE120B100 R244AFD5H/R132 189 02-15 HORSESHOE HEADQUATE SS E-02-15-SS3 TRANS CAlI-fR042 LS62F $ 222.00 DRIVE R 2705 SOUTH EMS TWE120B100 R22UCO5H/R132L 190 02-15 HORSESHOE HEADQUATE SS E-02-15-SS4 TRANE CA/TTR060 S62F $ 222.00 { DRIVE R 2705 SOUTH EMS 191 02-15 HORSESHOE HEADQUATE SS E-02-15-SS5 TRANE TWE120B100 R225UC05H/72132 $ 222.00 DRIVE R CA/2TTB30 ABF 2705 SOUTH EMS TWE120B100 R21429Y5H/R284L 192 102-15 HORSESHOE HEADQUATE SS E-02-15-SS6 TRANE CAlTTR048 PP3F $ 222.00 DRIVE R i 2705 SOUTH EMS TWE120B100 R21429Y5H/R084L 193 02-15 HORSESHOE HEADQUATE SS E-02-15-SS7 TRANE $ 222.00 DRIVE R CA/TTR048 RS3F Packet Page-1963- G 12/10/2013 16.E.6. 2800 N. DEVELOPME MCCB050UAO 194 02-19 HORSESHOE DR NT SERVICES AHU E-02-19-AH1 TRANE K03C31735 $ 142.00 (ADDITION) COUA 2800 N. DEVELOPME 195 02-19 HORSESHOE DR NT SERVICES OAU E-02-19-OA1 TEMROL WF-DH14 U100112-001-00 $ 144.00 ,,v (ADDITION) DEVELOPME 196 02-20 2800 NORTH NT SERVICES SS E-02-20-SS1 MITSUBISHI MSHI2TNIMU 3000012/3000355 $ 142.00 HORSESHOE DR. PARKING H12TN GARAGE DEVELOPME 197 02-20 2800 NORTH NT SERVICES SS E-02-20-SS2 MITSUBISHI MSHI2TN/MU HORSESHOE DR. PARKING H12TN 3000934/300343 $ 142.00 GARAGE 4420 MERCANTILE PUBLIC VCA071C01E/ 041100102001/041 198 02-22 AVE. UTILITIES OAU E-02-22-OA1 ADDISON RCA06100 1001 $ 144.00 EAST 4420 MERCANTILE PUBLIC VCA141F03F/ 041100103001/041 199 02-22 AVE UTILITIES OAU E-02-22-0A2 ADDISON RCA14100 1001 $ 144.00 EAST 4420 MERCANTILE PUBLIC VCA071COE/R 041100102002/041 200 02-22 AVE. UTILITIES OAU E-02-22-0A3 ADDISON CA06100 1001 $ 144.00 EAST 4420 MERCANTILE PUBLIC FK4DNF001/3 4404A80206/4804 201 02-22 AVE. UTILITIES SS E-02-22-SS1 CARRIER 8CKC0183 E2350 $ 142.00 EAST 4420 MERCANTILE PUBLIC FK4DWF005/3 4604A80206/4704 202 02-22 AVE. UTILITIES SS E-02-22-SS2 CARRIER 8K04837 E3280 $ 142.00 EAST 4420 MERCANTILE PUBLIC FKHDNF001/3 4404A80205/490E 203 02-22 AVE. UTILITIES SS E-02-22-SS3 CARRIER 8CKCO243 3237 $ 142.00 ,' EAST 4420 MERCANTILE PUBLIC FKHDNF001/3 2604A80205/4904 204 02-22 AVE. UTILITIES SS E-02-22-SS4 CARRIER 8CKC0303 E3237 $ 142.00 EAST 4420 MERCANTILE PUBLIC FK4DNF001- 2804A82084*4804 205 02-22 AVE. UTILITIES SS E-02-22-SS5 CARRIER 38CKC0183 E2349 $ 142.00 EAST 4420 MERCANTILE PUBLIC FK4DNF005/3 4604A72514/4204 206 02-22 AVE. UTILITIES SS E-02-22-SS6 CARRIER 8CKC0423 E2077 $ 142.00 EAST 4420 MERCANTILE PUBLIC FK4DNF005/3 4604A72507/4804 207 02-22 AVE. UTILITIES SS E-02-22-SS7 CARRIER 8CKC0423 E3046 $ 142.00 EAST 4420 MERCANTILE PUBLIC 93LD10AA/38 0305U0040/4804E 208 02-22 AVE. UTILITIES SS E-02-22-SS8 CARRIER CKC0603 2852 $ 142.00 EAST 4420 MERCANTILE PUBLIC 0305U00040/4804 209 02-22 AVE. UTILITIES SS E-02-22-SS9 CARRIER 38CKC060370 E2852 $ 142.00 EAST 4420 MERCANTILE PUBLIC FKADNF005/3 3005A85460/2305 210 02-22 AVE. UTILITIES SS E-02-22-SS10 CARRIER 8CKC0483 E0134 $ 142.00 EAST 4420 MERCANTILE PUBLIC FKADNF005/3 3005A8546012305 211 02-22 AVE. UTILITIES SS E-02-22-SS11 CARRIER 8CKC0483 E0135 $ 142.00 EAST 4420 MERCANTILE PUBLIC FK4DNF005/3 4604A72507/4804 212 02-22 AVE. UTILITIES SS E-02-22-SS12 CARRIER 8CKC043 E3046 $ 142.00 EAST 4420 MERCANTILE PUBLIC FK4DNF005/3 4604A72536/4904 213 02-22 AVE. UTILITIES SS E-02-22-SS13 CARRIER gCKC0423 E3053 $ 142.00 4 EAST Packet Page-1964- c.40; PUBLIC 12/10/2013 16.E.6. 4420 MERCANTILE FK4DNF005/3 4904A72541/4904 $ 142.00 214 C12-22 AVE. EAST UTILITIES SS E-02-22-SS14 CARRIER 8CKC0423 E3046 11 4420 MERCANTILE PUBLIC FK4DNF005/3 4604A72551/4904 02-22 $ 142.00 AVE. UTILITIES SS E-02-22-SS15 CARRIER 8ckc0423 E3057 _EAST 4420 MERCANTILE PUBLIC FK4DN8006/38 4604A74313/2805 02-22 $ 142.00 AVE. UTILITIES SS E-02-22-SS16 CARRIER ckc0603 E1526 EAST _ PUBLIC 4420 MERCANTILE FK4DN8006/38 4304A74369/4804 02-22 $ 142.00 AVE. UTILITIES SS E-02-22-SS17 CARRIER CKC0603 E2852 EAST PUBLIC 218 r2-22 4420 MERCANTILE UTILITIES SS E-02-22-SS18 CARRIER FK4DNF005/3 4604A72546/4704 $ 142.00 AVE. EAST BCKC0483 E3279 PUBLIC 219 02-23 4370 MERCANTILE UTILITIES OAU E-02-23-OA1 ADDISON VCA071CIE/R 041100102003`041 $ 112.00 AVE. WEST _ _ CA06100F 1001 4370 MERCANTILE PUBLIC FK4DNF005/3 4604A72529/4204 220 02-23 $ 142.00 AVE. UTILITIES SS E-02-23-SS1 CARRIER 8CKC0483 E2078 WEST 4370 MERCANTILE PUBLIC FK4DNF0101/ 4604A72508/4704 221 02-23 $ 142.00 AVE. UTILITIES SS E-02-23-SS2 CARRIER 38CKC0183 E3279 WEST 4370 MERCANTILE PUBLIC FK4DNF001/3 4604A81147/4804 222 02-23 $ 142.00 AVE. UTILITIES SS E-02-23-SS3 CARRIER 8CKC0183 E2349 WEST 4370 MERCANTILE PUBLIC FA4DNF001/3 4604A8U45/4904E 223 02-23 $ 142.00 AVE. UTILITIES SS E-02-23-SS4 CARRIER 8CKCO243 32374 WEST 4370 MERCANTILE PUBLIC FK4DNF005/3 45004A72314 224 02-23 $ 142.00 AVE. UTILITIES SS E-02-23-SS5 CARRIER 8CKC0363 4904E32374 WEST 4370 MERCANTILE PUBLIC FK4DNF005/3 4604A72524/4704 ss 02-23 $ 142.00 AVE, UTILITIES SS E-02-23-SS6 CARRIER 8CKC0483 E3280 WEST 4370 MERCANTILE PUBLIC 226 02-23 AVE. UTILITIES SS E-02-23-SS7 GOODMAN CK24-18 9804580979 $ 142.00 WEST 4370 MERCANTILE PUBLIC 227 02-23 AVE. UTILITIES SS E-02-23-SS8 GOODMAN CK24-18 9707052644 $ 142.00 ._r WEST — — 2795 AIRPORT EMS#24 GRAY TWE060A3300 3454P6YBD/4042U 228 02-26 PULLING ROAD OAKS SS E-02-26-SS1 TRANE EL/2TTA00 G2F $ 142.00 NORTH 2795 AIRPORT EMS#24 GRAY TWE060A300 34730MK0/4033T6 229 02-26 PULLING ROAD OAKS SS E-02-26-SS2 TRANE EURTTA00 22F $ 142.00 NORTH 2795 AIRPORT EMS#24 GRAY VCA141 F03E/ 031202602001/031 230 02-26 PULLING ROAD OAKS SS E-02-26-SS3 ADDISON RCA14100 2026 $ 144.00 NORTH CC SHERIFF 231 02-30 250 Patriot Way SPECIAL AHU E-02-30-AHU1•TRANE MCCB017UAO(K07E64312 $ 142.00 OPERATIONS CC SHERIFF 232 02-30 250 Patriot Way SPECIAL AHU E-02-30-AHU2•TRANE MCCB021 UAO(K07E64324 $ 142.00 OPERATIONS CC SHERIFF 233 02-30 250 Patriot Way SPECIAL AHU E-02-30-AHU2•TRANE MCCB021UA KO7E64339 $ 142.00 OPERATIONS CC SHERIFF 234 02-30 250 Patriot Way SPECIAL AHU E-02-30-AHU1•TRANE MCCBO3DUA0(k07e64318 $ 142.00 j OPERATIONS CC SHERIFF CAMBRIDGE 02-30 250 Patriot Way SPECIAL OAU E-02-30-OAU PORT CP138SXABXC 4807C7553A $ 112.00 OPERATIONS Packet Page-1965- EMS#70 12/10/2013 16.E.6. 236 03-01 4741 GOLDEN GOLDEN SS E-03-01-SS1 TRANE TWE036C14F 326359U2V/3074E $ 142.00 GATE PARKWAY GATE FIRE B0/2TTB00 B82V EMS#70 237 03-01 4741 GOLDEN GOLDEN SS E-03-01-SS2 TRANE TWE036C14F 3074JG41V/30716 $ 142.00 GATE PARKWAY GATE FIRE B0/2TTB00 6J4F 4741 GOLDEN EMS#70 TWE024C4FC 3074D752V/3064P 238 03-01 GATE PARKWAY GOLDEN SS E-03-01-SS3 TRANE 0/TTB024C AT5F $ 142.00 GATE FIRE 4741 GOLDEN EMS#70 TWE042C14F 3045E8M1V/304R 239 03-01 GATE PARKWAY GOLDEN SS E-03-01-SS4 TRANE CO/2TTB00 KA3F $ 142.00 GATE FIRE 4741 GOLDEN EMS#70 TWE048C14F 3074EB82V/32266 240 03-01 GATE PARKWAY GOLDEN SS E-03-01-SS5 TRANE CO/2TTB00 S793F $ 142.00 GATE FIRE 4741 GOLDEN EMS#70 7WE0036C14 326359R2V/30716 241 03-01 GATE PARKWAY GOLDEN SS E-03-01-SS6 TRANE FBO/2TTB0 6J4F $ 142.00 GATE FIRE 4741 GOLDEN EMS#70 TWE048C14F 3265P11A2V/3243 242 03-01 GATE PARKWAY GOLDEN SS E-03-01-SS7 TRANE B0/2TTBOO WA63 $ 142.00 GATE FIRE 4741 GOLDEN EMS#70 TWE024C14F 3271FML2V/31125 243 03-01 GATE PARKWAY GOLDEN SS E-03-01-SS8 TRANE g0/2TTR10 UW5F $ 142.00 GATE FIRE 4701 GOLDEN GG CITY 244 03-02 GATE PARKWAY COMM. RTU E-03-02-RTU1 CARRIER 50TFF012-511 3303050458 $ 112.00 CENTER 4701 GOLDEN GG CITY 245 03-02 GATE PARKWAY COMM. RTU E-03-02-RTU2 CARRIER 50TFF012-511 3303050460 $ 112.00 CENTER 4701 GOLDEN GG CITY 246 03-02 GATE PARKWAY COMM. RTU E-03-02-RTU3 CARRIER 50TFF008-511 3303011281 $ 112.00 CENTER 4701 GOLDEN GG CITY 247 03-02 GATE PARKWAY COMM. RTU E-03-02-RTU4 CARRIER 50TFF006-511 3503650449 $ 112.00 - CENTER 4701 GOLDEN GG CITY 248 03-02 GATE PARKWAY COMM. RTU E-03-02-RTU5 CARRIER 50TFF006-511 4003011328 $ 112.00 CENTER GG CITY 249 03-02 4701 GOLDEN COMM. SS E-03-02-SS1 TRANE TWE180B300 K06179535/K0719 $ 222.00 GATE PARKWAY CENTER BUTTA240 8312 4701 GOLDEN GG CITY TWE180B300 K041799405/K051 250 03-02 GATE PARKWAY COMM. SS E-03-02-SS2 TRANE gC/TTA240 98836 $ 222.00 CENTER 4701 GOLDEN GG CITY TWE180B300 K04179450/K1319 251 03-02 GATE PARKWAY COMM. SS E-03-02-SS3 TRANE g1/TTA240 8331 $ 222.00 CENTER 4701 GOLDEN GG CITY TWE090A300 K06174627/980695 252 03-02 GATE PARKWAY COMM. SS E-03-02-SS4 TRANE gg/CCE090- 120 $ 222.00 CENTER 4701 GOLDEN GG CITY TWE048C140 K07882288/J44279 253 03-02 GATE PARKWAY COMM. SS E-03-02-SS5 TRANE F4/TTA048 412 $ 142.00 CENTER 4701 GOLDEN GG CITY TTA240B300B 254 03-02 GATE PARKWAY COMM. SS E-03-02-SS6 TRANE A K1350UAAH $ 274.00 CENTER 4701 GOLDEN GG CITY TTA090A300C 255 03-02 GATE PARKWAY COMM. SS E-03-02-SS7 TRANE A K1458CDRH $ 222.00 CENTER 256 03-03 4898 CORONADO GG CITY(OLD SS E 03-03-SS1 GOODMAN/YORK ARUF060-00A- 0406149108/WHN $ 142.00 PKWY LIBRARY) 1/H3RA06 M0198 257 03 03 4898 CORONADO GG CITY(OLD SS E-03-03-SS2 GOODMAN/YORK ARUF060-00A- 0406149152/WHN $ 142.00 PKWY LIBRARY) 1/H3RA06 M0200 Packet Page-1966- 0 12/10/2013 16.E.6. 258 03-03 4898 CORONADO GG CITY(OLD SS E-03-03-SS3 TRANE/fRANE TWE048C140 J07861796/J05239 $ 142.00 PKWY LIBRARY) F3/TWN04 522 259 03-03 489B CORONADO GG CITY(OLD SS E-03-03-SS4 TRANEITRANE TWE048C140 J07861794/J05239 $ 142,00 PKWY LIBRARY) F3/TWN04 535 260 03-03 4898 CORONADO GG CITY(OLD SS E-03-03-SS5 TRANE/TRANE TWE048C140 J07861755/J06251 $ 142.00 PKWY LIBRARY) F3/TWN04 529 261 03-03 4898 CORONADO GG CITY(OLD SS E-03-03-SS6 TRANE/GOODMAN TWE048C140 J07861754/040521 $ 142.00 PKWY LIBRARY) F3/CKL-49 470P 3300 SANTA ELECTION/ RM-010-1-0- 200608- 262 03-06 $ 144.00 BARBARA COASTAL OAU E-03-06-OAU1 AAON A602-000 AMCJ06362 ZONE MGT - 3300 SANTA ELECTION/ TWE042C1 FC Z414NX02V1Z3518 263 03-06 BARBARA COASTAL SS E-03-06-SS1 TRANS 0/TTR0422 183E $ 142.00 ZONE MGT 3300 SANTA ELECTION/ TWE042C14F Z414NXL2V1Z3518 264 03-06 BARBARA COASTAL SS E-03-06-SS2 TRANE CO/TTR042 HT3F $ 142.00 ZONE MGT 3300 SANTA ELECTION/ TWE042C14F Z414NX42V1Z3518 265 03-06 BARBARA COASTAL SS E-03-06-SS3 TRANE CO/TTR042 J93F $ 142.00 ZONE MGT 3300 SANTA ELECTION/ TWE042C14F Z10110A1V/R341U 266 03-06 BARBARA COASTAL SS E-03-06-SS4 TRANE CO/TTR042 CC3F $ 142.00 ZONE MGT 3300 SANTA ELECTION/ TWE042C14F Z101Y81V/R341UL 267 03-06 BARBARA COASTAL SS E-03-06-SS5 TRANE CO/TTR042 A3F $ 142.00 ZONE MGT 3300 SANTA ELECTION/ TWE048C14F Z344N5X1V1Z363Y 268 03-06 BARBARA COASTAL SS E-03-06-SS6 TRANE CO/T'TR048 HD3F $ 142.00 ZONE MGT 3300 SANTA ELECTION/ TWE030C14F Z095PTUZ2V/Z094 1 03-06 BARBARA COASTAL SS E-03-06-SS7 TRANE BO/TTR030 LJ5BF $ 142.00 ZONE MGT • - - _ 3300 SANTA ELECTION/ TWE048C14F Z1127BK2V/Z1038 270 03-06 BARBARA COASTAL SS E-03-06-SS6 TRANE COiTTR046 SY3F $ 142.00 ZONE MGT 271 103-12 1266 GOLDEN GG ESTATES AHU E-03-12-AHU1 LASALLE M2H-22 04111F-001 $ 142.00 ___ GATE BLVD LIBRARY r 272 103-12 1266 GOLDEN GG ESTATES GATE BLVD LIBRARY AHU E-03-12-AHU2 LASALLE M2H-12 0411F002 $ 142.00 _ 273 V03-12 1266 GOLDEN GG ESTATES OAU E-03 12-OAU1 WRINGER W-4 940320 $ 112.00 GATE BLVD LIBRARY 95-13TH STREET TWE060C15D R3645MPIV/R5158 274 103-13 EMS#71 SS E-03-13-SS1 TRANE 0/TT6060D AC3F $ 142.00 S.W. - 3300 SANTA GG PARK TWE040E13F N94D551V/N50341 275 03-19 BARBARA FITNESS SS E-03-19-SS1 TRANE A1/TTA036 6CF $ 142.00 . CENTER 3300 SANTA GG PARK TWE120B300 N491 N PL5H/N483 276 03-19 BARBARA FITNESS SS E-03-19-SS2 TRANE CAITTA120 52XAH $ 142.00 CENTER 3300 SANTA GG PARK TWE042C14F P4013M51V/N393 277 03-19 BARBARA FITNESS SS E-03-19-SS3 TRANE CO/7C0042 N9WC $ 142.00 CENTER 3300 SANTA GG PARK 3TTA048A300 N455NU3FF/N455 278 03-19 BARBARA FITNESS SS E-03-19-SS4 TRANE AO/4TA048 NW55 $ 142.00 CENTER 1 GG PARK 279 03-19 3300 SANTA FITNESS SS E-03-19-SS5 TRANE TWE1206300 N491 NPL5H/N483 $ 222.00 BARBARA CA/TTA120 52XAH CENTER 4829 GOLDEN GG CITY MP-1000-1950- "'0 03-49 GATE PARKWAY SERVICE OAU E-03-49-OA1 CTSI EH MVRP-245-425-EH $ 144.00 CENTER Packet C Page-1967- cA g GG CITY 12/10/2013 16.E.6. 4829 GOLDEN FG3AAA06000 2600V32711/3900 281 03-49 GATE PARKWAY SERVICE SS E-03.49-SS1 CARRIER AAAA/38E E0223 $ 142.00 CENTER 4829 GOLDEN GG CITY 40RM-012- 5000F50624/0101 282 03-49 GATE PARKWAY SERVICE SS E-03-49-SS2 CARRIER B610/38AKS0 G0013 $ 222,00 CENTER 4829 GOLDEN GG CITY FG3AAA06000 2600V32710/3000 283 03-49 GATE PARKWAY SERVICE SS E-03-49-SS3 CARRIER OAAAA/38 E0612 $ 142.00 CENTER GG CITY 4829 GOLDEN 40RM00713610 4700F46277/0900 284 03-49 GATE PARKWAY SERVICE SS E-03-49-SS4 CARRIER H/38AK00 G0013 $ 222.00 CENTER 4741 GOLDEN GG CITY 285 03-50 GATE PARKWAY SHERIFF OAU E-03-50-OA-1 CTSI MVRP-100-EH 111901001 $ 112.00 SUBSTATION 4741 GOLDEN GG CITY TWE180B300 Z352P116H2376U 286 03-50 SHERIFF SS E-03-50-SS1 TRANE $ 222.00 GATE PARKWAY SUBSTATION CA/TTA150 MGAD 4741 GOLDEN GG CITY 1WE024C14F 21425Al2V/21932 287 03-50 GATE PARKWAY SHERIFF SS E-03-50-SS2 TRANE B00/TTR02 M45F $ 142.00 SUBSTATION 3390 GOLDEN MAX HASSE 288 03-51 GATE BLVD. PARK COMM. OAU E-03-51-OA1 CTSI MHIR195 091701001 $ 112.00 CENTER 3390 GOLDEN MAX HASSE TWE090B300 Z1840985H/Z2815 289 03-51 GATE BLVD. PARK COMM. SS E-03-51-SS1 TRANS CA/TTP036 MM3F $ 222.00 CENTER 3390 GOLDEN MAX HASSE TTP036D100A 290 03-51 GATE BLVD, PARK COMM. SS E-03-51-SS1A TRANE D Z322N453F $ 142.00 CENTER 3390 GOLDEN MAX HASSE TWE090B300 Z125MWN5H2325 291 03-51 GATE BLVD. PARK COMM. SS E-03-51-SS2 TRANE CA/TTP042 8BA2F $ 222.00 CENTER 3390 GOLDEN MAX HASSE TTP042D100A 292 03-51 GATE BLVD. PARK COMM. SS E-03-51-SS2A TRANE 0 Z3258SR2F $ 142.00 AllIk CENTER 3390 GOLDEN MAX HASSE TWE024P13F Z1845C82V2335X 293 03-51 GATE BLVD. PARK COMM. SS E-03-51-SS3 TRANE g0/TTP024 RP2F $ 142.00 CENTER 3390 GOLDEN MAX HASSE TWE090B100 Z285Y7L5112335Y 294 03-51 GATE BLVD. PARK COMM. SS E-03-51-SS4 TRANE CA/TTP030 6K3F $ 222.00 CENTER 3390 GOLDEN MAX HASSE TTP030D100A 295 03-51 GATE BLVD. PARK COMM. SS E-03-51-SS4A TRANE 0 Z335Y733F $ 142.00 CENTER 3390 GOLDEN MAX HASSE TWE018P13F Z2924UJ2V2314S 296 03-51 GATE BLVD. PARK COMM. SS E-03-51-SS5 TRANE g0/TTP018 Y63F $ 142.00 CENTER 3390 GOLDEN MAX HASSE TWE018P13F Z184M771V2314S 297 03-51 GATE BLVD. PARK COMM. SS E-03-51-SS6 TRANE g0/TTP018 1K3F $ 142.00 CENTER 3390 GOLDEN MAX HASSE TWE090B100 Z285YHK5H2245 298 03-51 GATE BLVD. PARK COMM. SS E-03-51-SS7 TRANE CA/1TP036 WF93F $ 222.00 CENTER 3390 GOLDEN MAX HASSE TTP036D100A 299 03-51 GATE BLVD. PARK COMM. SS E-03-51-SS7A TRANE 0 Z263X4U3F $ 142.00 CENTER EMS STATION 300 04-05 2375 TOWER #3/ SS E-04-05-SS2 TRANE TWE48C14FC Z0931X62V20954 $ 142.00 DRIVE HELICOPTER 0/TTR048 J63F OPS EMS STATION 301 04-05 2375 TOWER #3/ SS E-04-05-SS3 TRANE TWE090B100 5201MH4BD/5201 $ 222.00 DRIVE HELICOPTER EL/2TTB20 40H3F OPS Packet Page-1968- CA O,' EMS STATION 12/10/2013 16.E.6. 2375 TOWER #3/ 2TTB2042A10 302 04-05 DRIVE HELICOPTER SS E-04-05-SS3A TRANE OOAA 52015RNF3 $ 142.00 OPS EMS STATION 04-05 2375 TOWER #3/ SS E004-05-SS1 TRANE TWE048C14F 2033RCS1V23148 $ 142.00 DRIVE HELICOPTER CO/TTR048 N53F OPS EMS STATION 304 04-05 2375 TOWER #3/ SS E-04-05-SS4 TRANE TWE0906100 5201MD66D/5201 $ 222.00 DRIVE HELICOPTER E2/2TTB20 5ED3F OPS EMS STATION 2375 TOWER #3/ 2TTB2042A10 305 04-05 DRIVE HELICOPTER SS E-04-05-SS4A TRANE OM $ 142.00 OPS 306 04-06 8787 E.TAMIAMI EAST NAPLES SS E-04-06-SS1 TRANE TWE048C14F 4093KWA2V/4095 $ 142.00 TRAIL LIBRARY C0/2TTB00 SC33F 307 04-06 8787 E.TAMIAMI EAST NAPLES SS E-04-06-SS2 TRANE TWE048C14F 4094RJK2V/4095S $ 142.00 TRAIL LIBRARY C0/2TTB00 C63F 308 04-06 8787 E.TAMIAMI EAST NAPLES SS E-04-06 SS3 TRANE TWE048C14F 4094KS31V/4095S $ 142.00 TRAIL LIBRARY C0/2TTB00 C53F 309 04-06 8787 E.TAMIAMI EAST NAPLES SS E-04-06-SS4 TRANE TWE042C14F 407540B2V/4101U $ 142.00 TRAIL LIBRARY C0/2TTB00 • BF3F 310 04-06 8787 E.TAMIAMI EAST NAPLES SS E-04-06-SS5 TRANE TWE060C15F 4094WY92V/4095 $ 142.00 TRAIL LIBRARY D0/2TTB00 M8Y3F 311 04-06 8787 E.TAMIAMI EAST NAPLES SS E-04-06-SS6 TRANE TWE048C14F 4094KS01V/4095S $ 142.00 TRAIL LIBRARY CO/2TTB00 CX3F EAST NAPLES 3500 THOMASSON PARK TSC120A3RG 312 04-10 DRIVE COMMUNITY RTU E-04-10-RTU1 TRANE A22H0 6091000146 $ 222.00 CENTE EAST NAPLES 313 04-10 3500 THOMASSON PARK SS E-01-10-SS5 TRANE 1WE060C15F 6091000146 $ 142.00 DRIVE COMMUNITY DO/2TTB00 CENTE EAST NAPLES 3500 THOMASSON PARK CB17185V1/1T5490600131/62542 314 04-10 DRIVE COMMUNITY SS E-04-10-SS1 TRANE A180C300 5XAD $ 222.00 CENTE EAST NAPLES 315 04 10 3500 THOMASSON PARK SS E-04-10-SS2 TRANE TWE030C14B 4044MGO2V/3463 $ 142.00 DRIVE COMMUNITY O/2TTB003 MP5F CENTE EAST NAPLES 316 04-10 3500 THOMASSON PARK SS E-04-10-SS3 TRANE TWE048C14F 3514KC81V/4054K $ 142.00 DRIVE COMMUNITY CO/2TTB00 1W3F CENTE EAST NAPLES 317 04-10 3500 THOMASSON PARK SS E-04-10 SS4 TRANE TWE036C14F 4042NKE2V/4025 $ 142.00 DRIVE COMMUNITY BO/2TTB00 W395F CENTE l Packet Page-1969- 0 800 MHz - 12/10/2013 16.E.6. 318 04-14 14059 SR 29 GENERATOR PKU E-04-14-PK1 BARD WA602-A00 153J052063833-02 $- 112.00 MILES CITY 801 MHz 153K052069633- 319 04-14 14059 SR 29 GENERATOR PKU E-04-14-PK2 BARD WA602-A00 02 $ 112.00 MILES CITY 320 04-18 3301 E.TAMIAMI BUILDING"B" AHU E-04-18-AH1 DUNHAM-BUSH 801S06LF3605 36056-02A94J $ 80.00 TRAIL 321 04-18 3301 E.TAMIAMI BUILDING"B" AHU E-04-18-AH2 DUNHAM-BUSH VCS10MF3605 36058-01A94J $ 80.00 TRAIL 802 322 04-18 3301 E.TAMIAMI BUILDING"B" OAU E-04-18-OA1 CSTI MVIW100 060101001 $ 112.00 TRAIL 3301 E.TAMIAMI BUILDING 323 04-19 TRAIL "C1"TAX AHU E-04-19-AH1 MCQUAY LSL-106CV 36C00245-06 $ 142.00 COLLECTOR 3301 E.TAMIAMI BUILDING MCCB0064A0 324 04-19 TRAIL C1"TAX AHU E-04-19-AH3 TRANE COUA D05F78070 $ 142.00 COLLECTOR 3301 E.TAMIAMI UILDING MCCB006UAO 325 04-19 TRAIL "Cl"TAX AHU E004-19-AH2 TRANE COUA K05F78065 $ 142.00 COLLECTOR BUILDING MCCB006UAO 326 04-19 3301 E.TAMIAMI "Cl' TAX AHU E-04-19-AH4 TRANE K05F78075 $ 142.00 TRAIL COUA COLLECTOR 3301 E.TAMIAMI BUILDING MCCB006UAO 327 04-19 TRAIL "Cl"TAX AHU E-04-19-AH5 TRANE COUA K05F78080 $ 142.00 COLLECTOR 3301 E.TAMIAMI BUILDING 328 04-19 TRAIL "C1"TAX OAU E-04-19-OAU1 Outside Air Unit MHRW365 0809961 $ 144.00 1 COLLECTOR BUILDING MCC6008UA0 329 04-21 3301 E.TAMIAMI "C2" AHU E-04-21-AH1 TRANE DOUB K03F85959 $ 142.00 TRAIL ELECTIONS 3301 E.TAMIAMI BUILDING TWE060C15F 330 04-21 TRAIL "C2" AHU E-04-21-AH2 TRANE BO 3145D5ASV $ 80.00 ELECTIONS 3301 E.TAMIAMI BUILDING MCCB008UAO 331 04-21 TRAIL "C2" AHU E-04-21-AH3 TRANE DOOUA K03FB5964 $ 142.00 ELECTIONS 3301 E.TAMIAMI BUILDING 50TM-016- 332 04-21 TRAIL "C2" OAU E-04-21-OAU1 CARRIER 611YA 4503F63658 $ 144.00 ELECTIONS 3301 E.TAMIAMI BUILDING W TE120B300 3225X5P5H/2382U 333 04-21 TRAIL "C2" $ 222.00 SS E-04-21-SS1 TRANE DA/2TTB00 JE4F ELECTIONS BUILDING"D", 334 04-23 3301 E.TAMIAMI RISK/JAIL AHU E-04-23-AH1 UNKNOWN SCB201A 5RH00031/01 $ 142.00 TRAIL VISIT/AS ADMIN BUILDING"0", 335 04-23 3301 E.TAMIAMI RISK/JAIL AHU E-04-23-AH2 MCQUAY SCB301A 5RH00027/01 $ 142.00 TRAIL VISIT/AS ADMIN BUILDING"0", 336 04-23 3301 E.TAMIAMI RISK/JAIL AHU E-04-23-AH3 MCQUAY SCB301A 5RH00027/02 $ 142.00 TRAIL VISIT/AS ADMIN BUILDING"D", 337 04-23 3301 E.TAMIAMI RISK/JAIL AHU E-04-23-AH4 MCQUAY SCB201A 5RH00031/02 $ 142.00 TRAIL VISIT/AS ADMIN BUILDING"0", 338 04-23 3301 E.TAMIAMI RISK/JAIL OAU E-04-23-OAU1 CTSI MC-1000-5 10116 $ 144.00 TRAIL VISIT/AS ADMIN AIMIlk Packet Page-1970- CA 3301 E.TAMIAMI BUILDING"E", AMERICANSTAND TCC030F1006 12/10/2013 16.E.6. 339 04-24 TRAIL SNACK BAR RTU E-04-24-RTU1 ARD F 2452UGM1H $ 112.00 3301 E.TAMIAMI BUILDING"E", AMERICANSTAND TCC030F1006 2451JW01H $ 112.00 340 04-24 TRAIL SNACK BAR RTU E-04-24-RTU2 ARD F 3301 E.TAMIAMI BUILDING"F", 04-25 TRAIL ADMINISTRAT AHU E-04-25-AH1 MCQUAY MSL117DH 3NK00234-01 $ 144.00 _ION 3301 E.TAMIAMI BUILDING"F", 342 04-25 TRAIL ADMINISTRAT AHU E-04-25-AH2 LUXAIRE FRP036H06A EHGS235894 $ 80.00 ION 3301 E.TAMIAMI BUILDING"F", 343 04-25 TRAIL ADMINISTRAT AHU E-04-25-AH3 MCQUAY MSL117DH 3NK00232-01 $ 142.00 ION 3301 E.TAMIAMI BUILDING"F", 344 04-25 TRAIL ADMINISTRAT AHU E-04-25-AH4 MCQUAY MLS117DH 3NK00233-01 $ 142.00 ION 3301 E.TAMIAMI BUILDING"F", 345 04-25 TRAIL ADMINISTRAT AHU E-04-25-AH5 LIEBERT VE192G-AAM 320215-001 $ 144.00 ION 3301 E.TAMIAMI BUILDING"F", 346 04-25 TRAIL ADMINISTRAT OAU E-04-25-OAU1 CTSI MR1000 1010964 $ 112.00 ION 3301 E.TAMIAMI BUILDING"F", 347 04-25 TRAIL ADMINISTRAT OAU E-04-25-OAU2 CTSI MC1000 1010963 $ 112.00 ION 3301 E.TAMIAMI BUILDING"F", 348 04-25 TRAIL ADMINISTRAT OAU E-04-25-OAU3 CTSI MC1000EH 0223981 $ 144.00 ION 3301 E.TAMIAMI BUILDING"F", 349 04-25 TRAIL ADMINISTRAT OAU E-04-25-OAU4 CTSI MC1000 101962 $ 112.00 ION 3301 E.TAMIAMI BUILDING"F", 350 +04-25 TRAIL ADMINISTRAT OAU E-04-25-OAU5 CTSI MC1000 EH 0223981 $ 112.00 ION - 3301 E.TAMIAMI BUILDING"F", 1 04-25 TRAIL ADMINISTRAT OAU E-04-25-OAU6 CTSI MC1000-EH 0223983 $ 112.00 ION 3301 E.TAMIAMI BUILDING"F , 352 04-25 TRAIL ADMINISTRAT OAU E-04-25-OAU7 CTSI MC1000EH 0223982 $ 112.00 ION 3301 E.TAMIAMI BUILDING"F", 353 04-25 TRAIL ADMINISTRAT OAU E-04-25-0AUB CTSI MHRW-300 092051 $ 112.00 ION 3301 E.TAMIAMI BUILDING"F", 354 04-25 TRAIL ADMINISTRAT OAU E-04-25-OAU9 CTSI MC1000-EH 0223984 $ 112.00 ION 3301 E.TAMIAMI BUILDING"F", E-04-25- 355 04-25 TRAIL ADMINISTRAT OAU OAU10 BOHN HC103LF EEB7140 $ 112.00 ION BUILDING"F", 356 04-25 3301 E.TAMIAMI ADMINISTRAT OAU E-04-25- CTSI MR1000 0223984 $ 144.00 TRAIL ION OAU11 357 04-27 3301 E.TAMIAMI BUILDING"G"' SS E 04-27 SS1 TRANE TWE048C14F 22127ATZV/Z2103 $ 142.00 TRAIL PURCHASING C0/TTR048 8C23F 358 04-27 3301 E.TAMIAMI BUILDING"G SS E-04-27-SS2 TRANE oE060C14F B1035391V $ 142.00 TRAIL PURCHASING 359 04-28 3301 E.TAMIAMI BUILDING"H", AHU E-04-28-AH1 MCQUAY LS122DV 3VA00096-04 $ 194.00 TRAIL HEALTH 360 04-28 3301 E.TAMIAMI BUILDING"H", AHU E-04-28-AH3 MCQUAY MSL111CV 3VA00098-06 $ 194.00 TRAIL HEALTH 3301 04-28 TRAIL E.TAMIAMI BUILDING"H", AHU E-04-28-AH4 MCQUAY LSL114DV 3VA00099-04 $ 194.00 . Packet Page-1971- 3301 E.TAMIAMI BUILDING"H", 12/10/2013 16.E.6. 362 04-28 TRAIL HEALTH AHU E-04-28-AH5 MCQUAY LSL128DH 3VA00100-04 $ 194.00 363 04-28 3301 E.TAMIAMI BUILDING"H", AHU E-04-28-AH6 'MCQUAY LSL122DV 3VA00101-04 $ 194.00 TRAIL HEALTH 364 04-28 3301 E.TAMIAMI BUILDING"H", AHU E-04-28-AH7 MCQUAY LSL134DH 3VA00102-04 $ 194.00 TRAIL HEALTH 365 04-28 3301 E.TAMIAMI BUILDING"H", AHU E-04-28-AH8 MCQUAY CAHOO4GDAC FB00070300783 $ 194.00 TRAIL HEALTH 366 04-28 3301 E.TAMIAMI BUILDING"H", OAU E-04-28-OA1 CARRIER 50TM0206HYA 3503F51346 $ 144.00 TRAIL HEALTH 367 04-28 3301 E.TAMIAMI BUILDING"H", OAU E-04-28-0A2 CARRIER 50TM0166HYA 4503F63779 $ 144.00 TRAIL HEALTH 3301 E.TAMIAMI BUILDING"H", 50TM028611Y 368 04-28 TRAIL HEALTH OAU E-04-28-0A3 CARRIER A 4603F65082 $ 144.00 3301 E.TAMIAMI BUILDING"H", 50AW050E611 369 04-28 TRAIL HEALTH OAU E-04-28-0A4 CARRIER 4603F65236 $ 144.00 AA 3301 E.TAMIAMI BUILDING J-2, 370 04-29 TRAIL ADMINISTRAT AHU E-04-29-AH1 MCQUAY CAH0357DAC E705127010 $ 144.00 ION 3301 E.TAMIAMI BUILDING J-2, 371 04-29 TRAIL ADMINISTRAT AHU E-04-29-AH2 MCQUAY CAH040FDAC E705129020 $ 144.00 ION 3301 E.TAMIAMI BUILDING J-2, 372 04-29 TRAIL ADMINISTRAT OAU E-04-29-OA-1 CTSI MVRW 245 0517002 $ 144.00 ION 3301 E.TAMIAMI BUILDING J-2, 373 04-29 TRAIL ADMINISTRAT OAU E-04-29-OA-2 CTSI MVRW245 0517001 $ 144.00 ION 3301 E.TAMIAMI BUILDING J-2, TSC120AFROA 374 04-29 TRAIL ADMINISTRAT RTU E-04-29-RTU1 TRANE 29 637100903L $ 112.00 ION BUILDING J-2, 375 04-29 3301 E.TAMIAMI ADMINISTRAT RTU E-04-29-RTU2 TRANE TCH1806400H 631101036D $ 144.00 TRAIL ION B 3301 E.TAMIAMI BUILDING J-2, TCH180B400H 376 04-29 TRAIL ADMINISTRAT RTU E-04-29-RTU3 TRANE B 607100221D $ 144.00 ION 3301 E.TAMIAMI BUILDING J-2, TCH180B- 377 04-29 TRAIL ADMINISTRAT RTU E-04-29-RTU4 TRANE 400H6 703700767D $ 144.00 ION 3301 E.TAMIAMI BUILDING J-2, THC180B- 378 04-29 TRAIL ADMINISTRAT RTU E-04-29-RTU5 TRANE 400H6 709100128D $ 144.00 ION 3301 E.TAMIAMI BUILDING J, TSCA025MAD 379 04-30 TRAIL OLD JAIL AHU E-04-30-AHU1 TRANE/RTU OBO K01L66748C $ 144.00 380 04-30 3301 E.TAMIAMI BUILDING J, AHU E-04-30-AHU2 TRANE/RTU TSCAO25UOA K01L67965C $ 144.00 TRAIL OLD JAIL 0 381 04-30 3301 E.TAMIAMI BUILDING J, AHU E-04-30-AHU3 TRANE BCHBO361AD R98F91219 $ 142.00 TRAIL OLD JAIL OA 382 04-30 3301 E.TAMIAMI BUILDING J, AHU E-04-30-AHU4 CARRIER 39ED32 4183T13262 $ 142.00 TRAIL OLD JAIL 383 04-30 3301 E.TAMIAMI BUILDING J, AHU E-04-30-AHU5 TRANE MCCB010UAO K02H2046A $ 142.00 TRAIL OLD JAIL CO4A 384 04-30 3301 E.TAMIAMI BUILDING J, AHU E-04-30-AHU6 CARRIER 39ED15 4183T13203 $ 142.00 TRAIL OLD JAIL 385 04-30 3301 E.TAMIAMI BUILDING J, AHU E-04-30-AHU7 TRANE BCHCO24G2A T05734027 $ 112.00 TRAIL OLD JAIL 02L02F Packet Page-1972- 9 12/10/2013 16.E.6. 386 04-30 3301 E.TAMIAMI BUILDING J, AHU E-04-30-AHU8 CARRIER 39ED12 4183T13211 $ 112.00 TRAIL OLD JAIL 387 04-30 3301 E.TAMIAMI BUILDING J, AHU E-04-30-AHU9 CARRIER 39ED32 4183T13204 $ 112.00 TRAIL OLD JAIL 3301 E.TAMIAMI BUILDING J, E-04-30- Z 04-30 TRAIL OLD JAIL AHU AHU10 CARRIER 39ED18 4183T13212 $ 112.00 389 04-30 3301 E.TAMIAMI BUILDING J, AHU E-04-30- MCCA035ALJO K0126896DC $ 112.00 TRAIL OLD JAIL AHU11 LOA 3301 E.TAMIAMI BUILDING J, 50TM020 390 04-30 TRAIL OLD JAIL OAU E-04-30-OA1 CARRIER 611YA 0305F02530 $ 144.00 3301 E.TAMIAMI BUILDING J, TSC120A4T10 391 04-30 TRAIL OLD JAIL PKU E-04-30-PK1 TRANE A0000 637100903E $ 112.00 3301 E.TAMIAMI BUILDING J, 50TM0206114 392 04-30 TRAIL OLD JAIL PKU E-04-30-PK2 CARRIER A 0305F02530 $ 144.00 393 04-30 3301 E.TAMIAMI BUILDING J, SS E-04-30 SSI TRANE TWE048C14F 2502U6F2V/23652 $ 142.00 TRAIL OLD JAIL C0/2TTA00 763F 394 04-30 3301 E.TAMIAMI BUILDING J, SS E-04-30-SS2 TRANE TWE036C14F/ 3086AF22V/30717 $ 142.00 TRAIL OLD JAIL 2TTB0036 CJ4F 395 04-30 3301 E.TAMIAMI BUILDING J, SS E-04-30-SS3 TRANE TWE063P13F 42025H72V/42034 $ 142.00 TRAIL OLD JAIL B0/2TTA00 A83F 3301 E.TAMIAMI BUILDING J, CARRIER 40AQ0363000 143A19419/030344 $ 142.00 396 04-30 TRAIL OLD JAIL SS E-04-30-SS4 GOODMAN 88/CKU36-1 8344 3301 E.TAMIAMI BUILDING J, PFIMNA060/C 2398A16737/04020 397 04-30 TRAIL OLD JAIL SS E-04-30-SS5 YORK GOODMAN KL60-1 8791 $ 142.00 398 04-30 3301 E.TAMIAMI BUILDING J, RTU E-04-30-RTU1 TRANE TCH18013400h 709100128D $ 144.00 TRAIL OLD JAIL _ 399 04-30 3301 E.TAMIAMI BUILDING J, RTU E-04-30-RTU2 TRANE TCH180B400HI 644100530D $ 144.00 TRAIL OLD JAIL 400 04-30 3301 E.TAMIAMI BUILDING J, RTU E-04-30-RTU3 TRANE TCH180B400HI 631 1 01 036D $ 144.00 TRAIL OLD JAIL 401 04-30 3301 E.TAMIAMI BUILDING J, RTU E-04-30-RTU4 TRANE TCH180B400H1607100221D $ 144.00 TRAIL OLD JAIL 3301 E.TAMIAMI BUILDING J, 402 04-30 RTU E-04-30-RTU5 TRANE TCH180B400HI703100767D $ 144.00 _ TRAIL OLD JAIL 3301 E.TAMIAMI BUILDING"K", AHU E-04-31-AH1 TRANE H55105AA002 04 31 K88F18985 $ 160.00 _ TRAIL CHILLER 0050 404 04-31 3301 E.TAMIAMI BUILDING"K", AHU E-04-31-AH2 TRANE H55105AB002 K88F18988 $ 160.00 TRAIL CHILLER 0050 3301 E.TAMIAMI BUILDING"K", H5505AA0020 405 104-31 TRAIL CHILLER AHU E-04-31-AH3 TRANE 050 K88F18986 $ 160.00 406 04-31 3301 E.TAMIAMI BUILDING"K", AHU E-04-31-AH4 TRANE H55105A6002 K88F18987 $ 160.00 TRAIL CHILLER 0050 3301 E.TAMIAMI BUILDING"L", � H5A1R11ROA 407 04-32 TRAIL COURTHOUS AHU E-04-32-AHU1 TRANE L K89D12977 $ 160.00 E 3301 E.TAMIAMI BUILDING"L", H5A1 RI1 ROA 408 04-32 TRAIL COURTHOUS AHU E-04-32-AHU2 TRANE D K89E14006 $ 160.00 E 3301 E.TAMIAMI BUILDING"L", H5A3R11ROA 409 04-32 TRAIL COURTHOUS AHU E-04-32-AHU3 TRANE L K89D12978 $ 160.00 E 3301 E.TAMIAMI BUILDING"L", H5A2R11 ROA 410 04-32 TRAIL COURTHOUS AHU E-04-32-AHU4 TRANE M K89D12979 $ 160.00 E 3301 E.TAMIAMI BUILDING"L", 411 04-32 TRAIL COURTHOUS AHU E-04-32-AHU5 TRANE K5A1 L11 LOAM K89D12980 $ 160.00 E 3301 E.TAMIAMI BUILDING"L", H5A3R11ROA 412 .04-32 TRAIL COURTHOUS AHU E-04-32-AHU6 TRANE L K89D12981 $ 160.00 i E 3301 E.TAMIAMI BUILDING"L", H5A2R11ROA 413 04-32 TRAIL COURTHOUS AHU E-04-32-AHU7 TRANE L K39D12982 $ 160.00 E 3301 E.TAMIAMI BUILDING"L", H5A1COLO1L 04-32 TRAIL COURTHOUS AHU E-04-32-AHU8 TRANE OAF K89D12983 $ 160.00 E Packet Page-1973- BUILDING"L", 12/10/2013 16.E.6. 415 04-32 3301 E.TAMIAMI COURTHOUS AHU E-04-32-AHU9 TRANE H5A1 L11 OBL K89K31048 $ 160.00 TRAIL E BUILDING"L", 3301 E.TAMIAMI E-04-32- H5A1 R11 ROB 416 04-32 TRAIL COURTHOUS AHU AHU10 TRANE M K89K31050 $ 160.00 „ow E BUILDING"L" , 417 04-32 3301 E.TAMIAMI COURTHOUS AHU E-04-32- TRANE H5A1 R11 ROB K78L31049 $ 160.00 TRAIL E AHU11 M BUILDING"L", 3301 E.TAMIAMI E-04-32- H5A1R11ROB 418 04-32 TRAIL COURTHOUS AHU AHU12 TRANE R K89K31052 $ 160.00 E BUILDING"L", 419 04-32 3301 E.TAMIAMI COURTHOUS AHU E-04-32- TRANE H5A1 R11 PRO K89E14007 $ 160.00 TRAIL E AHU13 AP 3301 E.TAMIAMI BUILDING"L", E-04-32- H5A1R01ROB 420 04-32 TRAIL COURTHOUS AHU AHU14 TRANE F K89K31051 $ 160.00 E 3301 E.TAMIAMI BUILDING"L", KS3622/C3632 421 04-32 TRAIL COURTHOUS SS E-04-32-SS1 SANYO A 0032452/0017723 $ 142.00 E 3301 E.TAMIAMI BUILDING"L", 422 04-32 TRAIL COURTHOUS SS E-04-32-SS2 SANYO KS3632/C3632 0039122/0013722 $ 142.00 E 3301 E.TAMIAMI CRAIGHEAD TWE024C14F 3495RJH2V/3511N 423 04-33 TRAIL LAB SS E-04-33-SS1 TRANE g0/TT6024 JSSF $ 142.00 (MUSEUM) 3301 E.TAMIAMI DISCOVERY ARUF303016A 0607199027/06097 424 04-34 TRAIL COTTAGE SS E-04-34-SS1 GOODMAN A/GSC030 5507 $ 142.00 (MUSEUM) 3301 E.TAMIAMI DISCOVERY ARUF182416A 0610073995/06091 425 04-34 TRAIL COTTAGE SS E-04-34-SS2 GOODMAN A/GSC130 3331 $ 142.00 (MUSEUM) 426 04-35 3301 E.TAMIAMI MUSEUM RTU E-04-35-RTU1 GOODMAN GPC1330H21A 0604741551 $ 112.00 TRAIL MAIN BLDG. B 3301 E.TAMIAMI MUSEUM ARUF486016A 0610083522/06091 427 04-35 TRAIL MAIN BLDG. SS E-04-35-SS1 GOODMAN RUUD A/GSC130 0848 $ 142.00 3301 E.TAMIAMI MUSEUM ARUF486016A 06100083523/0609 428 04-35 $ 142.00 TRAIL MAIN BLDG. SS E-04-35-SS2 GOODMAN A/GSCI30 1084 3301 E.TAMIAMI MUSEUM ARUF364216A 0609130590/06100 429 04-35 $ 142.00 TRAIL MAIN BLDG. SS E-04-35-SS3 GOODMAN AIGSC130 8081 3301 E.TAMIAMI MUSEUM ARUF061- 0603738435/06011 430 04-35 TRAIL MAIN BLDG. SS E-04-35-SS4 GOODMAN 0014-1B/C1T6 4237 $ 142.00 3301 E.TAMIAMI ELECTRIC 50-TM-006-A- 431 04-36 TRAIL SUBSTATION PKU E-04-36-PK1 CARRIER 601 4905G10272 $ 112.00 A 3301 E.TAMIAMI ELECTRIC 50-TM-006-A- 432 04-36 TRAIL SUBSTATION PKU E-04-36-PK2 CARRIER 601 3105G10261 $ 112.00 A TAX 433 04-37 725 AIRPORT RD COLLECTOR/ OAU E-04-37-0A1 CTSI MHIR100/MV1 022002001/12402 $ 144.00 SOUTH DRIVER'S R-100CU LICENSE TAX - 725 AIRPORT RD COLLECTOR/ 39LDO6AA-BN-2002F54574/1702 434 04-37 SOUTH DRIVERS SS E-04-37-SS1 CARRIER CRJ/38AR 02008 $ 142.00 LICENSE TAX 725 AIRPORT RD COLLECTOR/ 39LDO6AA-BQ-2002F54575/1602 435 04-37 SOUTH DRIVERS SS E-04-37-SS2 CARRIER $ 142.00 LNF-19/38 G4001 LICENSE TAX 725 AIRPORT RD COLLECTOR/ 38AKS014- 1702F48981/2002F " 436 04-37 SOUTH DRIVER'S SS E-04-37-SS3 CARRIER 520/39LD12A 5456 $ 160.00 LICENSE _ holo Packet Page -1974- G siIMMENIn 12/10/2013 16.E.6. BUILDING GENERAL 3301 E.TAMIAMI W", BCH60542GD R96F70335 $ 299.00 437 J4-39 TRAIL AHU E-04-39-AH1 TRANE OL23 SERVICES _ BUILDING 3301 E.TAMIAMI 'W'' AHU E-04-39-AH2 TRANE BCHB0542GD R96F70334 $ 299.00 d D4-39 TRAIL GENERAL OL2300 SERVICES BUILDING 3301 E.TAMIAMI 'W", AHU E-04-39-AH3 TRANE MCCA008GAN K96A67642 $ 142.00 439 04-39 TRAIL GENERAL OABA SERVICES BUILDING 440 04-39 3301 E.TAMIAMI 'W", OAU E-04-39-OA1 CSTI MR600 0114992 $ 112.00 TRAIL GENERAL SERVICES BUILDING 441 I04-39 3301 E.TAMIAMI "W OAU E-04-39-0A2 CSTI MR325 0114991 $ 112.00 TRAIL GENERAL SERVICES BUILDING 3301 E.TAMIAMI W, SS E-04-39-SS1 TRAND TWE06015FD R502L022V/R4347 $ 142.00 442 04-39 TRAIL GENERAL O/TTB060D R23F SERVICES BUILDING 3301 E.TAMIAMI "W", SS E-04-39-SS2 HEIL/TRANE NBA3024SKB1 L912354344/4021X $ 142.00 443 04-39 TRAIL GENERAL /2TTR102 JFSF SERVICES BUILDING 18X5- 3301 E.TAMIAMI "W", J11 FC5587837315 444 04-39 TRAIL GENERAL SS E-04-39-SS3 TRANE 240/RAKA018J 09/58 $ 142.00 AZ SERVICES BUILDING TWG042A140 5243MHD6V/4451 '45 3301 E.TAMIAMI vV ' SS E-04-39-SS4 TRANE B1/2TTB00 K825F $ 142.00 104-39 TRAIL GENERAL _ SERVICES — BUILDING 3301 E.TAMIAMI 'W"' SS E-04-39-SS5 TRANE TWG060A150 5253K696V/5285J $ 142.00 446 04-39 TRAIL GENERAL B1/2TTB00 6P3F SERVICES - BUILDING 3301 E.TAMIAMI "W"' SS E-04-39-SS6 TRANE TWG036A140 5191M3D6V/51517 $ 142.00 447 04-39 TRAIL GENERAL B1/2TTBOO /C55F SERVICES BUILDING 3301 E.TAMIAMI "W", TWE060C15F Z274U981V/Z021 $ 142.00 448 04-39 TRAIL GENERAL SS E-04-39-SS7 TRANE DO/TTR060 PUJ2F SERVICES BUILDING 3301 E.TAMIAMI "W", TWG048A140 N165NET1Y/4101 $ 142.00 449 04-39 TRAIL GENERAL SS E-04-39-SS8 TRANE A0/2TTBOO UBM3F SERVICES BUILDING 3301 E.TAMIAMI "W"' SS E-04 39-SS9 TRANE TWE060C15F 2322CNU2V/23035 $ 142.00 450 04-39 TRAIL GENERAL DO/2TTB00 M73F SERVICES BUILDING 3301 E.TAMIAMI "W"' SS E 04-39 SS10 TRANE TWG060A150 5113RBO6V/7084R $ 142.00 451 04-39 TRAIL GENERAL B1/2TTB30 6P4F SERVICES _ — BUILDING 3301 E.TAMIAMI "W"' SS E-04 39 SS11 TRANE TWE120A300 2235X6H5H/2304N $ 142.00 452 04-39 TRAIL GENERAL DA/TTA120 MYAD SERVICES ,3 04-41 3285 TAMIAMI PROPERTY PKU E-04-41-PK1 LENNOX CHA16-653-3Y S692H04180 $ 144.00 ER Packet Page -1975- 0 ___ 12/10/2013 16.E.6. 454 04-41 3285 TAMIAMI PROPERTY PKU E-04-41-PK2 LENNOX LCC060S26N1 5605M11234 $ 112.00 TRAIL EAST APPRAISER Y 455 04-41 3285 TAMIAMI PROPERTY PKU E-04-41-PK3 BARD P60A6-N 031W930TR6254- $ 112.00 TRAIL EAST APPRAISER 1 456 04-41 3285 TAMIAMI PROPERTY PKU E-04-41-PK4 LENNOX CHA24-653-1Y 5695G-02829 $ 112.00 -' TRAIL EAST APPRAISER 457 04-41 3285 TAMIAMI PROPERTY PKU E-04-41-PK5 LENNOX CHA16-048-1Y 5605K08714 $ 112.00 TRAIL EAST APPRAISER - 458 04-41 3285 TAMIAMI PROPERTY SS E-04-41-SS1 AIRTEMP 1412-01 OH-729606 $ 142.00 TRAIL EAST APPRAISER CARRIER 3285 TAMIAMI PROPERTY UEBA- TM04920901/4720 459 04-41 TRAIL EAST APPRAISER SS E-04-41-SS10 RUUD E 005BES/UAH M0792 $ 142.00 460 04-41 3285 TAMIAMI PROPERTY SS E-04-41-SS11 RHEENITRANE UEA81005BS/ TM4848203/3074K $ 142.00 TRAIL EAST APPRAISER TTB012C1 2F5F 461 04-41 3285 TAMIAMI PROPERTY SS E-04-41-SS12 RUUD/RHEEM UEAB1005BG TM26843297/3102- $ 142.00 TRAIL EAST APPRAISER S/RACC-01 M508 462 04-41 3285 TAMIAMI PROPERTY SS E-04-41-SS13 TRANE TWE018C14F 236350d2V/2344U $ 142.00 TRAIL EAST APPRAISER B0/TTB01 A35F 463 04-41 3285 TAMIAMI PROPERTY SS E-04-41-SS14 BRYANT CARRIER CK0183 018/38 E0541 3380/5193 $ 142.00 TRAIL EAST APPRAISER CK018310 E0541 3285 TAMIAMI PROPERTY AIRTEMP 1412-01/38AE- 0H729606/3690F3 464 04-41 TRAIL EAST APPRAISER SS E-04-41-SS2 CARRIER 012-500 3633 $ 142.00 465 04-41 3285 TAMIAMI PROPERTY SS E-04-41-SS3 LIEBERT MD36E-YH0D0.0239N69036/0239 $ 142.00 TRAIL EAST APPRAISER PFC037A N6906 466 04 41 3285 TAMIAMI PROPERTY SS E-04-41-SS4 LENNOX CBH17135V3/ 5605E0750/5605C $ 142.00 TRAIL EAST APPRAISER HS29-072 05320 467 04-41 3285 TAMIAMI PROPERTY SS E-04-41-SS5 LENNOX CBH17135V3/ 5605E07050/5805 $ 142.00 TRAIL EAST APPRAISER HS29-048 H6128 468 04-41 3285 TAMIAMI PROPERTY SS E-04-41-SS6 LENNOX CB30M-65- 5805L42698/5605 $ 142.00 TRAIL EAST APPRAISER 4P/HS29-072 C1174 3285 TAMIAMI PROPERTY UEAB TM07924057/3091 469 04-41 TRAIL EAST APPRAISER SS E-04-41-SS7 RUUD/TRANE 106104 4873F 4873E $ 142.00 3285 TAMIAMI PROPERTY UEAB TM07924056/4026 470 04-41 TRAIL EAST APPRAISER SS E-04-41-SS8 RUUD E6115KLS/UAH M0792 $ 142.00 -04 3285 TAMIAMI PROPERTY UEAB TM40911790/4660 471 04-41 TRAIL EAST APPRAISER SS E-04-41-SS9 RUUD 2 E-0 M1292 M1292 $ 142.00 11121 E.TAMIAMI EMS STATION 472 04-45 TRAIL #21/EAST AHU E-04-45-AHU TRANE TWE042C14FC4492TD71V $ 142.00 NAPLES SO 11121 E.TAMIAMI EMS STATION CBS18-65- 5191F74371/30215 473 04-45 TRAIL #21/EAST SS E-04-45-SS1 LENNOX/TRANE 3P/2TTR2060 4E3F $ 142.00 NAPLES SO 11121 E.TAMIAMI EMS STATION CBS18-65- 5191F74263/5191J 474 04-45 TRAIL #21/EAST SS E-04-45-SS2 LENNOX 3PlHS18-651 0769 $ 142.00 NAPLES SO 3301 E.TAMIAMI HUNTOON REAB1410BW 06097555075/0607 475 04-47 TRAIL GALLERY SS E-04-47-SS1 GOODMAN S/UAJC03 1986 $ 142.00 (MUSEUM) ELECTRIC 3301 E.TAMIAMI TSC060A4E0A 476 04-50 TRAIL SUBSTATION PKU E-04-50-PK1 TRANE 0000 530103105L $ 112.00 B ELECTRIC 477 04-50 3301 E.TAMIAMI SUBSTATION PKU E-04-50-PK2 TRANE TCD060C4006 K411015460 $ 112.00 TRAIL B C 1300 MANATEE MANATEE UBHJ25J11SU TM2001D5457/637 478 04-55 RD REPUM SS E-04-55-SS1 RUDD 2AI/UAPA 1M170 $ 142.00 STATION 1 Packet Page -1976- Ao, C �I , 12/10/2013 16.E.6. MANATEE 479 04-55 REPUM SS E-04-55-SS2 RUDD UBHJ25J11SU TM200105455/637 $ 142.00 STATION ZA1/UAPA 1M170 SUGDEN 480 04-56 4284 AVALON DR PARK SS E-04-56-SS1 RUUD UBHA1407NF TM249901313/533 $ 142.00 RANGER DAI/UAKAO 8M079 OFFICE SCWRF MVRR3000EH/ 481 04-59 5600 WARREN ST. ADMINISTRAT OAU E-04-59-0A2 CTSI H3CE180 WHGM105317 $ 144.00 ION SCWRF 4ORMB600HC/ 5499F61514/1199 482 04-59 5600 WARREN ST. ADMINISTRAT SS E-04-59-SS1 CARRIER 38AKS012 GD012 $ 142.00 ION SCWRF FK4DNF003/3 3405A87566/2705 483 04-127 5600 WARREN ST. PROCESS& SS E-04-127-SS1 CARRIER gCKCO243 E4393 $ 142.00 CONTROL SCWRF KF4DNB006/3 3605A8526/2605E 484 04-127 5600 WARREN ST. PROCESS& SS E-04-127-SS2 CARRIER 8CKC0605 24490 $ 142.00 CONTROL SCWRF FK40NB006/3 3605A85875/3505 485 04-127 5600 WARREN ST. PROCESS& SS E-04-127-SS3 CARRIER 8CKC0057 E0769 $ 142.00 CONTROL SCWRF FK4DNF005/3 405A82111/2905E 486 04-127 5600 WARREN ST. PROCESS& SS E-04-127-SS4 CARRIER 8CKC0485 34126 $ 142.00 CONTROL SCWRF VCH074F04E/ 030408603001/030 487 04-127 5600 WARREN ST. PROCESS& SS E-04-127-SS5 ADDISON RC074004 4086 $ 142.00 CONTROL SCWRF WA602COOXP 488 04-131 5600 WARREN ST. ELECTRICAL PKU E-04-131-PK1 BARD XX21 155703181367802 $ 112.00 SERVICE SCWRF WA602COOXP 489 104-131 5600 WARREN ST. ELECTRICAL PKU E-04-131-PK2 BARD XX2X 15570318367702 $ 112.00 SERVICE SCWRF .) 04-131 5600 WARREN ST. ELECTRICAL SS E-04-131-SS1 TRANE TTA072C400A(L355WS6FF $ 160.00 SERVICE SCWRF TWE090A30B L333LRL5H/L355 491 04-131 5600 WARREN ST. ELECTRICAL SS E-04-131-SS2 TRANE B/TTA072C W5677 $ 222.00 _SERVICE SCWRF TWE090A300 L352UJX5H/L384Y 492 04-131 5600 WARREN ST. ELECTRICAL SS E-04-131-SS3 TRANE gglTTA072 WOFF $ 222.00 _SERVICE SCWRF VCL074F04E/ 030408601001/030 493 04-131 5600 WARREN ST. ELECTRICAL SS E-04-131-SS4 ADDISON RC074004F 4086 $ 160.00 SERVICE SCWRF 494 04-133 5600 WARREN ST. AERATION SS E-04-133-SS1 ADDISON VCH134J24E 030304102001 $ 222.00 ELECTRIC SCWRF WEATHERKING/G WBHA- TM469702202/070 495 04-133 5600 WARREN ST. AERATION SS E-04-133-SS2 OOD 17J1ONFDAI 60427 $ 142.00 ELECTRIC SCWRF 38HDC018- 496 04-148 5600 WARREN ST. FILTER SS E-04-148-SS1 CARRIER 301 1704X861581 $ 142.00 GALLERY CHAMPIONSHIP PUMP TWE018C14F 2435JYE2V/2435T 497 04-168 DR CONTROL SS E-04-168-SS1 TRANE g0/TTB018 PS5F $ 142.00 316.00 US 41 NEAR PUMP RBEA17J05NU TM11945892/6952 498 04-169 BOYNE CONTROL SS E-04-169-SS1 RHEEM gA1/RAK M4505 $ 142.00 317.00 US 41 NEAR PUMP RBEA17J05NU TM05947372/6952 499 04-169 BOYNE CONTROL SS E-04-169-SS2 RHEEM 8A1/RAKE M5005 $ 142.00 317.01 Packet Page-1977- C-4 i PUMP 12/10/2013 16.E.6. 500 04-179 SR 951 @ 41 CONTROL SS E-04-179-SS1 TRANE TWEO18C14F 2435JYD2V/22427 $ 142.00 318.00 BO/TTB018 2C5F EAST NAPLES 3500 THOMASSON COMMUNITY E-04-190- 14011950936904- 501 04-190 DRIVE PARK SKATE PKU PKG1 BARD WA241A00 02 $ 112.00 PARK EAST NAPLES 3500 THOMASSON COMMUNITY E-04-190- 14011950930201- 502 04-190 DRIVE PARK SKATE PKU PKG2 BARD WA241-A00 02 $ 112.00 PARK ROAD AND 503 04-192 4800 DAVIS BLVD BRIGED SS E-04-192-SS1 TRANE TWEO48C14F 4425L3C2V/5052U $ 142.00 ADMIN C0/2TTBOO OD4F BLDG/GEN TRANSPORTA 504 04-194 4800 DAVIS BLVD TION CREW SS E-04-194-SS1 TRANE TWE090A100 R123285SH/R123 $ 160.00 BLDG. CA/TWA09 PYBAH TRANSPORTA 505 04-194 4800 DAVIS BLVD TION CREW SS E-04-194-SS2 TRANE TWE024C1147 3033DP11V/3035 $ 142.00 BLDG. BO/2TTR1 WTU5F TRANS. 506 04-195 4800 DAVIS BLVD WAREHOUSE/AHU E-04-195-AH1 RUUD UEAB-1 TM0386-142J $ 142.00 SHOP GEN. 10BFS TRANS. 507 04-195 4800 DAVIS BLVD WAREHOUSE/AHU E-04-195-AH2 RUUD 141,OBFS TM03861391 $ 142.00 SHOP GEN. TRANS. 508 04-195 4800 DAVIS BLVD WAREHOUSE/SS E-04-195-SS1 TRANE TWE036RB0/2 5192NNFIV/51946 $ 142.00 SHOP GEN. TTB0036A FCJF 509 04-202 3301 TAMIAMI MAIL ROOM PKU E-04-202-PK1 TRANE TWE036C14F Z284AYC2V/Z102 $ 112.00 TRAIL E. TRAILER BO/TTR036 SWAB 510 04-205 1973 BAY STREET BAY STREET SS E-04-205-SS1 LENNOX CB28UH03623 5804E44833!5804 $ 142.00 HOME#1 001/13AC F3717 511 04-206 2015 BAY STREET BAY STREET SS E-04-206-SS1 TRANE TWEO3OP13F 4021 PRF2V/5045T $ 142.00 HOME#2 B0/2TTR20 593F 512 04-208 3301 E.TAMIAMI PARKING AHU E-04-208-AH1 TRANE BCHC012E2A TO4B10416 $ 80.00 TRAIL GARAGE#1 03Al2G 513 04-208 3301 E.TAMIAMI PARKING AHU E-04-208-AH2 TRANE BCHCO24E2A TO4B10417 $ 80.00 TRAIL GARAGE#2 3NO2D 514 04-208 3301 E.TAMIAMI PARKING SS E-04-208-SS1 EMI WHP36D020A 104D804718/104C $ 142.00 TRAIL GARAGE#3 A000C/SC 49701 515 04-208 3301 E.TAMIAMI PARKING SS E-04-208-SS2 EMI WHP36D020A 104D804418/104D $ 142.00 TRAIL GARAGE#4 A000C/SC 96220 1051 5TH AVE. NAPLES E-04-209- 516 04-209 SOUTH DEPOT RTU RTU1 CARRIER 5OHJ-004-531 3105G50422 $ 112.00 1051 5TH AVE. NAPLES E-04-209- 517 04-209 SOUTH DEPOT RTU RTU2 CARRIER 5OHJ-004-531 3705820376 $ 112.00 1051 5TH AVE. NAPLES TSCO60A3E0 518 04-209 SOUTH DEPOT SS E-04-209-SS1 TRANE A1Y 538101590L $ 142.00 519 04-209 1051 5TH AVE. NAPLES SS E-04-209-SS2 AMANA RCC24A2D 0110102399 $ 142.00 SOUTH DEPOT 520 04-209 1051 5TH AVE. NAPLES SS E-04-209-SS3 BARD HAC48-1-A 12611001480232-1 $ 142.00 SOUTH DEPOT 521 04-209 1051 5TH AVE. NAPLES SS E-04-209- GOODMAN HOC24-1-AB 0006513840 $ 142.00 SOUTH DEPOT SS4B 522 04-209 1051 5TH AVE. NAPLES SS E-04-209-SS5 AMANA RCC30A2A 94013185028 $ 142.00 SOUTH DEPOT 523 04-209 1051 5TH AVE. NAPLES SS E-04-209-SS6 CARRIER 38CKCO24320 2097E15141 $ 142.00 SOUTH DEPOT 1051 5TH AVE. NAPLES E-04-0209- 524 04-209 SOUTH DEPOT SS SS4A GOODMAN HOIC-24-1AB 0006513839 $ 142.00 ,, , Packet Page-1978- CAS; 12/10/2013 16.E.6. 12668 E.TAMIAMI TAX E-04-210- TCC042F100B 525 04-210 TRAIL COLLECTOR RTU RTU1 TRANE A JH2160713 $ 112.00 EAGLE LAKES ~ TAX E-04-210- .i 04-210 TRAIL 12668 E.TAMIAMI COLLECTOR RTU RTU2 CARRIER 5OHJ-005-341 1706G10363 $ 112.00 EAGLE LAKES 12668 E.TAMIAMI TAX W TE042P13F 450335U2V/4495Y 527 04-210 COLLECTOR SS E-04-210-SS1 TRANE BO/2�R20 7J3F $ 142.00 TRAIL EAGLE LAKES 12668 E.TAMIAMI TAX LSK1830CL/LS•404KAOJ00108/41 528 04-210 COLLECTOR SS E-04-210-SS2 LG K1830CL ZKACA $ 142.00 TRAIL EAGLE LAKES 529 04-215 3301 E.TAMIAMI BUILDING J-3, AHU E-04-215- TRANE MCCB021 UAO K04E70748 $ 194.00 TRAIL NEW JAIL AHU1 COUA 530 04-215 3301 E.TAMIAMI BUILDING J-3, AHU E-04-215- TRANE MCCB010UA0 K04E70768 $ 142.00 TRAIL NEW JAIL AHU2 COUA 531 04-215 3301 E.TAMIAMI BUILDING J-3, AHU E-04-215- TRANE MCCB025UA0 K94K34799A $ 194.00 TRAIL NEW JAIL AHU3 DOUB 532 04-215 3301 E.TAMIAMI BUILDING J-3, AHU E-04-215- TRANE MCCB010UA0 1604E70780 $ 142.00 TRAIL NEW JAIL AHU4 COUA 533 04-215 3301 E.TAMIAMI BUILDING J-3, AHU E-04-215- TRANE MCCB035UA0 K04E70789 $ 194,00 TRAIL NEW JAIL AHU5 CO4B 534 04-215 3301 E.TAMIAMI BUILDING J-3, AHU E-04-215- TRANE MCCB040UA0 K04E70812 $ 299.00 TRAIL NEW JAIL AHU6 COUA 535 04-215 3301 E.TAMIAMI BUILDING J-3, AHU E-04-215- TRANE MCCB035UA0 K04E70822 $ 299.00 TRAIL NEW JAIL AHU7 CODE 536 04-215 3301 E.TAMIAMI BUILDING J-3, OAU E-04-215-OA1 CTSI MVRW1020 0800904001-402 $ 144.00 TRAIL NEW JAIL 3301 E.TAMIAMI BUILDING J-3, 537 04-215 OAU E-04-215-0A2 CTSI MVRW1020 072004001-401 $ 144.00 TRAIL NEW JAIL 3 04-215 3301 E.TAMIAMI BUILDING J-3, OAU E-04-215-0A3 CTSI MVRW770 072004002-401 $ 144.00 TRAIL NEW JAIL 8075 LELY EMERGENCY 2CDLNNONNION 539 04-228 CULTURAL BLVD. SERVICES CH E-04-228-CH1 TRANE RTAC3004U0C GOEXM 1,218.00 . ■ CENTER 407K06195 8075 LELY EMERGENCY 2CDLNNONNION 540 04-228 CULTURAL BLVD. SERVICES CH E-04-228-CH2 TRANE RTAC3004UQC GOEXM 1,218.00 CENTER _ 407K06196 EMERGENCY 8075 LELY 541 04-228 CULTURAL BLVD. SERVICES AHU E-04-228 AHU'LIEBERT BU02C/AAE06$N08D740203 $ 144.00 CENTER 8075 LELY EMERGENCY 542 04-228 CULTURAL BLVD. SERVICES AHU E-04-228-AHU:TRANE MCCB080UA0(K07J15674R $ 142.00 CENTER 8075 LELY EMERGENCY 543 04-228 CULTURAL BLVD. SERVICES AHU E-04-228-AHU:LIEBERT MMD4OCAHED 0818N166296 $ 222.00 CENTER 8075 LELY EMERGENCY 544 04-228 CULTURAL BLVD. SERVICES AHU E-04-228-AHU:LIEBERT MMD92CDAOE 0818N166266 $ 222.00 CENTER 8075 LELY EMERGENCY 545 04-228 CULTURAL BLVD. SERVICES AHU E-04-228-AHU:TRANE MCCB040UA0(KO7J15694A $ 290.00 CENTER 8075 LELY EMERGENCY 546 04-228 CULTURAL BLVD. SERVICES AHU E-04-228-AHU:LIEBERT MMD92CDAOE 0818N166218 $ 222.00 CENTER 8075 LELY EMERGENCY 547 04-228 CULTURAL BLVD. SERVICES AHU E-04-228-AHU:LIEBERT FH740C-AAEOI C08D140229 $ 222.00 CENTER _ 8075 LELY EMERGENCY 3 04-228 CULTURAL BLVD. SERVICES AHU E-04-228-AHU:LIEBERT FH740C-AAEO€C08D140228 $ 222.00 1 CENTER Packet Page-1979- CA 1 EMERGENCY 12/10/2013 16.E.6. 549 04-228 8075 LELY SERVICES AHU E-04-228-AHU:LIEBERT FH248C-AAEOE CO8D140217 $ 222.00 CULTURAL BLVD. CENTER 8075 LELY EMERGENCY 550 04-228 CULTURAL BLVD. SERVICES AHU E-04-228-AHU:LIEBERT FH248C-AAEOE CO8D140218 $ 222.00 CENTER 8075 LELY EMERGENCY 551 04-228 CULTURAL BLVD. SERVICES AHU E-04-228-AHU,TRANE MCCBO5OUAC K07515700A $ 194.00 CENTER 8075 LELY EMERGENCY 552 04-228 CULTURAL BLVD. SERVICES AHU E-04-228-AHU,TRANE MCCBO4OUAC KO7J15706A $ 194.00 CENTER 8075 LELY EMERGENCY 553 04-228 CULTURAL BLVD. SERVICES AHU E-04-228-AHU,TRANE MCCBOIOUAO KO7J15712A $ 194.00 CENTER 8075 LELY EMERGENCY 554 04-228 CULTURAL BLVD. SERVICES AHU E-04-228-AHU■LIEBERT FH74OC-AAEOI CO8D140230 $ 222.00 CENTER 8075 LELY EMERGENCY 555 04-228 CULTURAL BLVD. SERVICES AHU E-04-228-AHUi LIEBERT FH740C-AAEOeC08D140227 $ 222.00 CENTER 8075 LELY EMERGENCY 556 04-228 CULTURAL BLVD. SERVICES AHU E-04-228-AHU,LIEBERT N/A N/A $ 112.00 CENTER EMERGENCY 557 04-228 8075 LELY SERVICES EF E-04-228-EF1-TWIN CITY FAN BSI-365AHP A08-244878-1 $ 111.00 CULTURAL BLVD. CENTER CO EMERGENCY 558 04-228 8075 LELY SERVICES EF E-04-228-EF1-TWIN CITY FAN BSI-365A A08-244878-5 $ 111.00 CULTURAL BLVD. CENTER CO 8075 LELY EMERGENCY 559 04-228 CULTURAL BLVD. SERVICES EF E-04-228-EF4-TWIN FAN CITY BCRD-300C A08-244878-8 $ 111.00 CENTER - EMERGENCY 560 04-228 8075 LELY SERVICES EF E-04-228-EF5-TWIN CITY FAN BCRD-180C A08-244878-19 $ - CULTURAL BLVD. CENTER CO EMERGENCY 561 04-228 8075 LELY SERVICES MA E-04-228-MA2 TWIN CITY FAN N/A 08224878-11-1 $ 111.00 CULTURAL BLVD. CENTER CO 8075 LELY EMERGENCY TWIN CITY FAN 562 04-228 CULTURAL BLVD. SERVICES MA E-04-288-MA1 CO N/A 08244878-10-1 $ 111.00 CENTER 8075 LELY EMERGENCY 563 04-228 CULTURAL BLVD. SERVICES OAU E-04-228-OAU TEMTROL WF-DH19 U103537-001-00 $ 144.00 CENTER 8075 LELY EMERGENCY 564 04-228 CULTURAL BLVD. SERVICES OAU E-04-228-OAU TEMTROL WF-DH19 0103537-002-00 $ 144.00 CENTER 8075 LELY EMERGENCY 565 04-228 CULTURAL BLVD. SERVICES AOU E-04-288-OAU TEMTROL WF-DH9 U103537-003-00 $ 144.00 CENTER 8075 LELY EMERGENCY TWIN CITY FAN 566 04-228 CULTURAL BLVD. SERVICES SMEF E-04-228-SME CO 36B4-TCTSSH B08-244878-12-1 $ 111.00 CENTER _ EMERGENCY 567 04-228 8075 LELY SERVICES SP E-04-228-SP1 TWIN FAN CITY N/A 08-244878-18-1 $ 111.00 CULTURAL BLVD. CENTER CO 8065 LELY SOUTH 568 04-229 CULTURAL BLVD REGIONAL AHU E-04-229-AHU TRANE MCCB017UAO/K08B21509 $ 142.00 LIBRARY 8065 LELY SOUTH 569 04-229 CULTURAL BLVD REGIONAL AHU E-04-229-AHU:TRANE MCCBO25UAO K08B21515 $ 194.00 LIBRARY SOUTH 8065 LELY 570 04-229 CULTURAL BLVD REGIONAL AHU E-04-229-AHU:TRANE MCCBO2UA0/K08B21520 $ 194.00 LIBRARY Packet Page-1980- 0 12/10/2013 16.E.6. 8065 LELY SOUTH RAUCC204BZ1 C08D03352 $ 80.00 571 04-229 REGIONAL CU E-04 229 CU1 TRANE CULTURAL BLVD LIBRARY - COUNTY IJ5-09 2901 COUNTY BARN PKU E-05-09-PK1 BARD WA484-A05 236N052118807-2 $ 112.00 BARN RD REPEATER 2901 COUNTY COUNTY 236N052108812- $ 112.00 573 '05-09 BARN PKU E-05-09 PKZ BARD WL484A05 02 BARN RD REPEATER FLEET 574 105-11 2901 COUNTY MANAGEMEN AHU E-05-11-SS1 EMIO WLCA36D0 1-07-L-9801-46 $ 62.00 1 BARN RD T FLEET 575 05-11 2901 COUNTY MANAGEMEN CU E-05-11-SS1 EMIO SICA6000000 1-07-B-3139-08 $ 80.00 BARN RD T FLEET TWE018C14F 29010756688/4062 $ 142.00 576 05-11 2901 COUNTY MANAGEMEN AHU E-05-11-SS3 TRANE BO/TTg KAC5F BARN RD T FLEET 577 05-11 2901 COUNTY MANAGEMEN CU E-05-11-SS3 CARRIER 38ARD016--60 2807G50061 $ 160.00 BARN RD T 2901 COUNTY FLEET TWE048C14F R3822MA1V/R102 $ 142.00 578 05-11 BARN RD MANAGEMEN AHU E-05 11-5S4 AMERSTANDARD CO/TB0048 1TBBF T 2901 COUNTY FLEET 579 05-11 BARN RD MANAGEMEN CU E-05-11-554 CARRIER 38ARD024--60 3307620054 $ 62.00 T 2901 COUNTY FLEET 580 05-11 BARN RD MANAGEMEN AHU E-05-11-AHU3 CARRIER 4ORM-016-B61 3507U27582 $ 194.00 T FLEET 581 05-11 2901 COUNTY MANAGEMEN AHU E-05-11-AHU4 CARRIER 40RM-024-B6'3107024102 $ 194.00 BARN RD T DOMESTIC ANIMAL RAUCC25EBU COOF17179 $ 112.00 32 05-30 7610 DAVIS BLVD. SERVICES OAU E-05-30-OA1 TRANE 30000001 ADMIN _ DOMESTIC MCCA0214B0 K00790684/C0071 ANIMAL SS E-05-30-SS1 TRANE $ 142.00 583 05-30 7610 DAMS BLVD. SERVICES A00004/R9 7178 ADMIN _ - DOMESTIC PTEC 1201 GC 584 05-31 7610 DAVIS BLVD. ANIMAL PKU E-05-31-PK1 TRANE A A00M01477 $ 112.00 SERVICES SALLYPORT DOMESTIC ANIMAL E PATEC1201GB AOOF01609 $ 112.00 585 05-31 7610 DAVIS BLVD. SERVICES PKU E-05-31-PK2 TRANE SALLYPORT DOMESTIC TWE018P137 R033PBB1V/R235 ANIMAL $ 142.00 586 05-31 7610 DAVIS BLVD. SERVICES SS E-05-31-SS1 TRANE B0/TTP018 LCN3F SALLYPORT 1040 MARCO TAX 587 06-01 WINTERBERRY COLLECTOR OAU E-06-01-OA1 CARRIER 5OHJ-006-331 0703G10293 $ 112.00 DR 1040 MARCO TAX 588 06-01 WINTERBERRY COLLECTOR RTU E-06-01-RTU1 CARRIER 505X-060--301 2099642784 $ 112.00 DR 1040 MARCO TAX Z1131E32H $ 112.00 589 06-01 WINTERBERRY COLLECTOR RTU E-06-01-RTU2 TRANE DR 210 S MARCO OUTSIDEAIRSOLU CA55RT109 040903001-310 $ 112.00 HEATHWOOD DR LIBRARY 590 06-04 OAU E-06-04-OA1 TI 50SX060301A 210 S MARCO PKU E-06-04-PKU1 CARRIER A 2099G42764 $ 112.00 091 06-04 HEATHWOOD DR LIBRARY q Packet Page-1981- 1 12/10/2013 16.E.6. 210 S MARCO 592 06-04 HEATHWOOD DR LIBRARY PKU E-06-04-PKU2 ADDISON PCA141 BF203F 081003001001 $ 144.00 593 06-04 210 S MARCO SS E-06-04-SS1 TRANE TWE048P130 M426AXD1V/M362 $ 142.00 HEATHWOOD DR LIBRARY AOITTP048 KWFF 594 06-04 210 S MARCO SS E-06-04-SS2 TRANE TWE063P130 M4255U61V/M253 $ 142.00 HEATHWOOD DR LIBRARY AO/TTP060 TEXHF 595 06-04 210 S MARCO SS E-06-04-SS3 TRANE TWE030P130 M4318P11VU/M41 $ 142.00 HEATHWOOD DR LIBRARY A0/TTP024 11 RUC 596 06-04 210 S MARCO SS E-06-04-SS4 TRANE TWE030P130 M4318NW1V/M411 $ 142.00 HEATHWOOD DR LIBRARY A0/TTP024 7YAC 597 06-04 210 S MARCO SS E-06-04-SS5 TRANE TWE042P130 M43149D1V/M054 $ 142.00 HEATHWOOD DR LIBRARY AO/TTP042 TRTFF 598 06-04 210 S MARCO SS E-06-04-SS6 TRANE TWE180B300 M432H3RGHMI431 $ 222.00 HEATHWOOD DR LIBRARY CA/TTA180 N4WA 599 06-12 990 N BARFIELD MARCO SO SS E-06-12-SS1 TRANE TWE120B300 24644745H/23636 $ 222.00 DR. SUBSTATION DA/TTR060 SH1F 600 06-12 990 N BARFIELD MARCO SO SS E-06-12-SS2 TRANE TWE120B300 24644745A/2363L3 $ 222.00 DR. SUBSTATION DA/TTR060 61F 601 06-12 990 N BARFIELD MARCO SO SS E-06-12-SS3 TRANE TWE036C14F 5032PG82U/24948 $ 142.00 DR. SUBSTATION BO/2TTBOO B73F MARCO 50SX-048- 602 06-15 2003 MAINSAIL DR AIRPORT OAU E-06-15-OA1 CARRIER 311AA 3698G42691 $ 112.00 TERMINAL MARCO FX4CNB006/2 3297A2210112424 603 06-15 2003 MAINSAIL DR AIRPORT SS E-06-15-SS1 CARRIER/TRANE TT80060A KWL3F $ 142.00 TERMINAL MARCO FK4CNB006/3 2497A16257/0597 604 06-15 2003 MAINSAIL DR AIRPORT SS E-06-15-SS2 CARRIER 8TDA0603 E0131 $ 142.00 TERMINAL MARCO FK4CN 8006/3 1397A14298/3997 605 06-15 2003 MAINSAIL DR AIRPORT SS E-06-15-SS3 CARRIER 8TDA0483 E0001 $ 142.00 TERMINAL CAXAMBAS AJESRODSAM 606 06-21 909 COLLIER CT. DOCKMASTE SS E-06-21-SS1 GOODMAN 1 DF604182 $ 142.00 R '7114) 175 ISLE OF EMS STATION TWG060A150 24321DD6V/23535 607 06-37 CAPRI RD #90&CAPRI SS E-06-37-SS1 TRANE B1/2TT606 RH3F $ 142.00 FIRE DEPT 608 07-01 32020 E.TAMIAMI CARNESTOW SS E-07-01-SS1 GOODMAN AR18-1/CK-18- 0011472367/96010 $ 142.00 TRAIL N SHERIFF 1B 3249 609 07-01 32020 E.TAMIAMI CARNESTOW SS E-07-01-SS2 TRANE TWE060A150 2503D466V/2503P $ 142.00 TRAIL N SHERIFF B1/2TTB06 953F EVERGLADES RHGE- 11463497005823 610 07-06 207 BROADWAY M/ MUSEUM SS E-07-06-SS1 RHEETRANE 1C3 ZK/TTA180 91S2H $ 142.00 EVERGLADES FB4ANF030/38 0946A10153/1096 611 07-08 650 AIRPARK RD. AIR. SS E-07-08-SS1 CARRIER gR60303 E1634 $ 142.00 TERMINAL EMS 612 07-09 201 BUCKNER STATION#61 SS E-07-09-SS1 TRANE TWE030C147 5072M2398120/50 $ 142.00 AVE. &OCHOPEE B0/2TTBOO 71W58 FIRE DPT EMS 613 07-09 201 BUCKNER STATION#61 SS E-07-09-SS2 TRANS TWE030C14B 9906544917/5052 $ 142.00 AVE. &OCHOPEE 0/2TTB003 WOU5F FIRE DPT 614 08-04 4441 70TH AVE. CCSO RANGE PKU E-08-04-PK1 LG $ 112.00 N.E. CONTROL SCRWTP 615 08-07 3851 UTILITY DR OPERATIONS AHU E-08-07-SS1 YORK YT1-090X051 AHMMXT0042 $ 142.00 BLDG SCRWTP 616 08-07 3851 UTILITY DR OPERATIONS CU E-08-07-SS1 YORK H10E150A46C NMMM129744 $ 80.00 BLDG Packet Page-1982- G 12/10/2013 16.E.6. SCRWTP 617 08-07 3851 UTILITY DR OPERATIONS AHU E-08-07-SS2 YORK XT1-096X051 AHMMYT0041 $ 142.00 BLDG SCRWTP ^'8 08-07 3851 UTILITY DR OPERATIONS CU E-08-07-SS2 YORK HICE5GA46C NLMML19394 $ 80.00 BLDG SCRWTP 619 08-07 3851 UTILITY DR OPERATIONS AHU E-08-07-SS3 YORK XT1096X048 AHMMXT0043 $ 142.00 BLDG . SCRWTP 620 08-07 3851 UTILITY DR OPERATIONS CU E-08-07-SS3 YORK 1T4CE180A46P NMMM126646 $ 80.00 BLDG . SCRWTP 621 08-07 3851 UTILITY DR OPERATIONS AHU E-08-07-SS4 YORK XT11084057 AIMMXT00009 $ 194.00 BLDG SCRWTP 622 08-07 3851 UTILITY DR OPERATIONS CU E-08-07-SS4 YORK H4CE24A46A NCMM120875 $ 80.00 BLDG SCRWTP 623 08-07 3851 UTILITY DR OPERATIONS AHU E-08-07-SS5 YORK XT1-096X072 AHMMXT0044 $ 142.00 BLDG SCRWTP 624 08-07 3851 UTILITY DR OPERATIONS CU E-08-07-SS5 YORK H4CE240A46A NCMM120B78 $ 62.00 BLDG SCRWTP 625 II08-07 3851 UTILITY DR OPERATIONS AHU E-08-07-SS6 TRANE TWE240B400E 6185TGSHD $ 194.00 BLDG SCRWTP 626 08-07 3851 UTILITY DR OPERATIONS CU E-08-07-SS6 TRANE TTA24840UFA 634256JA0 $ 80.00 BLDG SCRWTP 627 08-07 3851 UTILITY DR OPERATIONS AHU E-08-07-SS7 TRANE TWE240B400E 62026DNHD $ 194.00 BLDG - _- - SCRWTP 8 108-07 3851 UTILITY DR OPERATIONS CU E-08-07-SS7 TRANE TTA240840UFA 63363WKA0 $ 80.00 BLDG _ - - SCRWTP 629 08-07 3851 UTILITY DR OPERATIONS AHU E-08-07-SS8 LIEBERT $ 80.00 BLDG 1 SCRWTP 630 08-07 3851 UTILITY DR OPERATIONS CU E-08-07-SS8 LIEBERT $ 80.00 BLDG SCRWTP 631 08-07 3851 UTILITY DR OPERATIONS AHU E-08-07-SS9 LIEBERT $ 80.00 BLDG SCRWTP 632 08-07 3851 UTILITY DR OPERATIONS CU E-08-07-SS9 LIEBERT $ 80.00 BLDG OIL WELL GRADE SO RANGE 1256011591610- 112.00 633 08-08 RD. TRAILER PKU E-08-08-PKG1 BARD WA361A00 01 $ 634 08-08 OIL WELL GRADE SO RANGE PKU E-08-08-PKG2 BARD WA361A00 1250301543315-01 $ 112.00 RD. TRAILER 635 08-08 OIL WELL GRADE SO RANGE PKU E-08-08-PKG3 BARD $ 112.00 RD. TRAILER R 636 08-08 OIL WELL GRADE SO RANGE PKU E-08-08-PKG4 BARD $ 112.00 RD. TRAILER SCRWTP 637 08-12 3851 UTILITY DR ELECTRICAL AHU E-08-12-SS1 TRANE TTA240B400FA 63368NAAD $ 194.00 BLDG#1 FACILITY SCRWTP 638 08-12 3851 UTILITY DR ELECTRICAL CU E-08-12-SS1 TRANE TWE240B400E 6201PPBHD $ 80.00 BLDG#1 FACILITY Packet Page-1983- ((;i0 ae. e ,. .:✓ ♦.r.. .� �a e^a mu�rtx<m...n r,,:er+.v ww'yv�4E are..4 r,,xa., —...., _. .�.m-r +,x.u,..�.a .. .. �.... .,. ._ ...._.,...,... .. ..._ .,. ..,....__..... SCRWTP 12/10/2013 16.E.6. 639 08-12 3851 UTILITY DR ELECTRICAL AHU E-08-12-SS2 TRANE TWE240B400F 6185T5PHD $ 194.00 BLDG#1 A FACILITY _ SCRWTP 640 08-12 3851 UTILITY DR ELECTRICAL CU E-08-12-SS2 TRANE TTA240B400F 63367RTAD $ 80.00 BLDG#1 D FACILITY SCRWTP 641 08-13 841 7TH ST.SW ELETRICAL AHU E-08-13-SS1 TRANE KUEM090A33 NMM5005110 $ 142.00 BLDG#2 VDF A TRANSFER SCRWTP 642 08-13 841 7TH ST.SW ELETRICAL CU E-08-13-SS1 TRANE H5CE090A46A NMMM127705 $ 80.00 BLDG#2 VDF TRANSFER SCRWTP 643 08-13 841 7TH ST.SW ELETRICAL AHU E-08-13-SS2 TRANE PCA-A42GA 65A002586 $ 80.00 BLDG#2 VDF TRANSFER SCRWTP 644 08-13 841 7TH ST.SW ELETRICAL CU E-08-13-SS2 TRANE PUU-42NHA 67U004430 $ 62.00 BLDG#2 VDF TRANSFER SCRWTP 645 08-13 841 7TH ST.SW ELETRICAL AHU E-08-13-SS3 TRANE PCA-A42GA $ 80.00 BLDG#2 VDF TRANSFER SCRWTP 646 08-13 841 7TH ST.SW ELETRICAL CU E-08-13-SS3 TRANE PUU-A42NHA 694005880 $ 62.00 BLDG#2 VDF TRANSFER 647 08-14 3851 UTILITY DR SCRWTP RTU E-08-14-RTU1 TRANE TCC060F3008 51242J562H $ 112.00 LIME PLANT E 648 08-14 3851 UTILITY DR SCRWTP RTU E-08-14-RTU2 TRANE TCC060F300B 5124KHC2H $ 112.00 LIME PLANT E SCRWTP TCH042B300B 649 08-14 3851 UTILITY DR LIME PLANT RTU E-08-14-RTU3 TRANE C 3314NKT3H $ 112.00 650 08-14 3851 UTILITY DR SCRWTP RTU E-08-14-RTU4 TRANE TCH0426300B 441322N3H $ 112.00 LIME PLANT C 651 08-14 3851 UTILITY DR SCRWTP RTU E-08-14-RTU5 CARRIER 50TJ016V6A1 4203F59358 $ 112.00 LIME PLANT YA 652 08-14 3851 UTILITY DR SCRWTP AHU E-08-14-SS1 FUGITSU A5U18RLQ GWA001163 $ 80.00 LIME PLANT 653 08-14 3851 UTILITY DR SCRWTP CU E-08-14-SS1 FUGITSU AOU18RLQ GWN001122 $ 62.00 LIME PLANT 654 08-14 3851 UTILITY DR SCRWTP AHU E-08-14-SS2 FUGITSU ASU18RLQ GWA001162 $ 80.00 LIME PLANT 655 08-14 3851 UTILITY DR SCRWTP CU E-08-14-SS2 FUGITSU AOU18RLQ GWN001121 $ 62.00 LIME PLANT SCRVVTP 656 08-14 3851 UTILITY DR LIME PLANT AHU E-08-14-SS3 TRANE E E1806400 7193P07HD $ 80.00 657 08-14 3851 UTILITY DR SCRWTP CU E-08-14-SS3 TRANE TTA1806400F 7172SXPAD $ 62.00 LIME PLANT A 658 08-14 3851 UTILITY DR SCRWTP AHU E-08-14-SS4 TRANE TWE1806400 7193P56HD $ 80.00 LIME PLANT EL 659 08-14 3851 UTILITY DR SCRWTP CU E-08-14-SS4 TRANE TTA180B400F 7173NH7AD $ 62.00 LIME PLANT A SCEWTP 660 08-15 CHEMICAL BLDG ELECTRICAL AHU E-08-15-SS1 TRANE 2TEC3F30A10C6323TLR1V $ 80.00 BLDG#3 SCEWTP 661 08-15 CHEMICAL BLDG ELECTRICAL CU E-08-15-SS1 TRANE 2TTB3030A100 63250AF5F $ 62.00 BLDG#3 I Packet Page-1984- er 12/10/2013 16.E.6. SCEWTP 662 08-15 CHEMICAL BLDG ELECTRICAL AHU E-08-15-SS2 TRANE 2TEC3F30A10C63235HA2V $ 80.00 BLDG#3 SCEWTP '3 .08-15 CHEMICAL BLDG ELECTRICAL CU E-08-15-SS2 TRANE 2TTB3030A100 632547F5F $ 62.00 BLDG#3 SCEWTP 664 ,08-15 CHEMICAL BLDG ELECTRICAL AHU E-08-15-SS3 TRANE TWEO6C15FC1 P0621471V $ 80.00 BLDG#3 SCEWTP 665 08-15 CHEMICAL BLDG ELECTRICAL CU E-08-15-SS3 TRANE TT0600100A0 8084PL4FF $ 62.00 BLDG#3 . 800 MGKZ IT PKU E-08 25-PK1 BARD WA602-A00 153J02063838 $ 112.00 666 08 25 1600 BENTON RD. GENERATOR 667 08-25 1800 BENTON RD. 800 MGKZ IT PKU E-08-25-PK2 BARD WA602-A00 153J052067902 $ 112.00 _ GENERATOR _- SCRWTP 38HDC036- 2005X44278 $ 112.00 668 08-30 3851 UTILITY DR SLUDGE PKU E-08-30-PKG1 CARRIER 321 HANDLER COMMISSION ER RTU E-11-01-RTU1 GOODMAN/MOTH PC0601B 98104784106 $ 112.00 669 11-01 310 ALACHUA COLETTA'S BALL OFFICE . COMMISSION ER 2TEC3F60A10 54655W41 V/55130 $ 142.00 670 11-01 310 ALACHUA COLETTA'S SS E-11-01-SS1 TRANS 00AA/2TT D14F OFFICE 419 N. 1ST IMMOKALEE 112.00 671 11-04 STREET HEALTH OAU E-11-04-OA1 CTSI MVRP100EH $ DEPT. 419 N. 1ST IMMOKALEE 672 11-04 HEALTH OAU E-11-04-0A2 CTSI MVRP100EH 042702001 $ 112.00 STREET DEPT. 419 N.1ST IMMOKALEE 73 11. .04 HEALTH OAU E-11-04-0A3 CTSI MVRP100EH 05220201 $ 112.00 STREET DEPT. - 419 N.1ST IMMOKALEE TCD240B300G 674 11-04 HEALTH RTU E-11-04-RTU1 TRANS A R52100483A $ 144.00 STREET DEPT. . IMMOKALEE TCD2406300F 675 11-04 419 N. 1ST HEALTH RTU E-11-04-RTU2 TRANS B P45103021D $ 144.00 STREET DEPT. - 419 N. 1ST IMMOKALEE TCD240B300F 676 11-04 HEALTH RTU E-11-04-RTU3 TRANS B R101024720 $ 144.00 STREET DEPT. 106 S. 1ST IMMOKALEE $ 112.00 677 11-05 STREET GOVERNMEN OAU E-11-05-OA1 CSTI MP1000EH T CENTER 106 S. 1ST IMMOKALEE $ 112.00 678 11-05 STREET GOVERNMEN OAU E-11-05-0A2 CSTI T CENTER 106 S.1ST IMMOKALEE 679 11-05 GOVERNMEN RTU E-11-05-RTU1 YORK D1EE048A06B NNCM110276 $ 112.00 STREET T CENTER 106 S.1ST IMMOKALEE 680 11-05 STREET GOVERNMEN RTU E-11-05-RTU2 YORK DIEE048A06B $ 112.00 T CENTER 106 S.1ST IMMOKALEE TSC072A3EOA 681 11-05 GOVERNMEN RTU E-11-05-RTU3 YORK OUA0000 334101045E $ 112.00 STREET T CENTER _ - 106 S. 1ST IMMOKALEE TSC072A3E0A $ 112.00 682 11-05 STREET GOVERNMEN RTU E-11-05-RTU4 YORK OUA0000 T CENTER 106 S.1ST IMMOKALEE ■83 11-05 STREET GOVERNMEN RTU E-11-05-RTU5 YORK AOV30C1 008659 $ 112.00 I T CENTER Packet Page-1985- C1. IMMOKALEE 12/10/2013 16.E.6. 106 S.1ST TSC072A3EOA 684 11-05 STREET GOVERNMEN RTU E-11-05-RTU6 TRANE OB 215101365L $ 112.00 T CENTER _ 106 S. 1ST IMMOKALEE 685 11-05 STREET GOVERNMEN RTU E-11-05-RTU7 YORK D3CE150A25B NH0M067063 $ 144.00 T CENTER 312 STOCKADE 800 MHz 686 11-06 GENERATR PKU E-11-06-PK1 BARD WAG102 153J052063840-02 $ 112.00 RD IMMOKALEE 800 MHz 687 11-06 312 STOCKADE GENERATR PKU E-11-06-PK2 BARD WAG102 153N991416017- $ 112.00 RD 02 IMMOKALEE 312 STOCKADE 800 MHz 688 11-06 RD GENERATR PKU E-11-06-PK3 BARD WAG102 153N99141604602 $ 112.00 IMMOKALEE 689 11-07 425 SGT.JOE IMMOKALEE SS E-11-07-SS1 TRANE 2TEC3F60A10 623165N2V/6191P $ 142.00 JONES RD BARN 00AA/2TT UU1 F 690 11-07 425 SGT.JOE IMMOKALEE SS E-11-07-SS2 TRANE TWE48C14FC 4425L3A2V/502UG $ 142.00 JONES RD BARN 0/2TTB004 N4F 691 11-08 417 N. 1ST IMMOKALEE SS E-11-08-SS1 TRANE �TWE060G15F K1781591/K20259 $ 142.00 STREET LIBRARY C1/ TROG 613 692 11-08 417 N. 1ST IMMOKALEE SS E-11-08-SS2 CARRIER FC4CWF042/3 3703A70082/1203 $ 142.00 STREET LIBRARY 8BRG042 E4777 417 N. 1ST IMMOKALEE FC4CNF060/3 3703A7114412903 693 11-08 STREET LIBRARY SS E-11-08-SS3 CARRIER 8BRG060 E0690 $ 142.00 694 11-08 417 N. 1ST IMMOKALEE SS E-11-08-SS4 CARRIER FC4CNF030/3 3803A80321/1003 $ 142.00 STREET LIBRARY 8BRG030 El P38 695 11-08 417 N. 1ST IMMOKALEE SS E 11-08 SS5 CARRIER FC4CNF060/3 3503A73968/2903 $ 142.00 STREET LIBRARY 8BRG060 E0688 696 11-08 417 N. 1ST IMMOKALEE SS E-11-08-SS6 TRANE TWE060C15F K17815090/K2025 $ 142.00 STREET LIBRARY C1/TTR060 9600 697 11-08 417 N. 1ST IMMOKALEE SS E-11-08-SST TRANE TWE06O615F K17815087/K191R $ 142.00 STREET LIBRARY C1/TTR060 NBCF 417 N. 1ST IMMOKALEE TWE060C15F K17815089/K191X 698 11-08 STREET LIBRARY SS E-11-08-SS8 TRANE C1/fTR060 5CCF $ 142.00 0 112 S. 1ST EMS STATION TWEO42C14F 2212YST1 U/21531 699 11-15 STREET #30/#31 /SO SS E-11-15-SS1 TRANE COITT6042 S55F $ 142.00 SUBSTATION 112 S. 1ST EMS STATION TWE090A100 4305RMUBD/5044 700 11-15 STREET #30/#31/SO SS E-11-15-SS2 TRANE EL/2TTA00 L4G2F $ 222.00 SUBSTATION 112 S. 1ST EMS STATION RWE090A100 4282KP6BD/5024K 701 11-15 STREET #30/#31 /SO SS E-11-15-SS3 TRANE EL/2TTA00 YL2F $ 222.00 SUBSTATION 112 S. 1ST EMS STATION TWE018C14F Z0441BK2U/R3045 702 11-15 STREET #30/#31/SO SS E-11-15-SS4 TRANE g0/TTR018 MT4F $ 142.00 SUBSTATION 112 S. 1ST EMS STATION FC5DNB060/3 3806A82664/0294 703 11-15 STREET #30/#31/SO SS E-11-15-SS5 CARRIER 8CK06054 E1528 $ 142.00 SUBSTATION S IMMOK. WP- 704 11-21 418 SCHOOL DR. PARK DAY PKU E-11-21-PKG1 BARD 042061081 93DP90010 $ 112.00 CARE _ S IMMOK. WP10420610B 705 11-21 418 SCHOOL DR. PARK DAY PKU E-11-21-PKG2 BARD 1 93DP30009 $ 112.00 CARE 706 11-31 14700 IMMOKALEE UNIVERSITY SS E-11-31-SS1 TRANE TWE036C14F 3384DB61V/3285B $ 142.00 RD EXTENSION BO/2TTBOO 4F 707 11-31 14700 IMMOKALEE UNIVERSITY SS E-11-31-SS2 TRANE TWE063P13F 33635YF2V/3393U $ 142.00 RD EXTENSION BO/2TTBOO HL3F Packet Page-1986- :,��� 14700 IMMOKALEE UNIVERSITY TWE063P13F 341 .12/10/2013 16.E.6. 708 11-31 RD EXTENSION SS E-11-31-SS3 TRANE B0/2TTBOO L43F $ 142.00 14700 IMMOKALEE UNIVERSITY TWE063P13F 34144GA2V/3394Y $ 142.00 709 11-31 RD EXTENSION SS E-11-31-SS4 TRANS B0/2TTBOO R33F ) 11-31 14700 IMMOKALEE UNIVERSITY SS E-11-31-SS5 TRANE TWE060C15F 2295BMS2V/2304 $ 142.00 RD EXTENSION DO/2TTBOO B4E3F Niik 711 11-31 14700 IMMOKALEE UNIVERSITY SS E-11-31-SS6 TRANE TWE063P13F 3414TCM2Y/3393 $ 142.00 RD EXTENSION B0/2TTBOO UL53F 14700 IMMOKALEE UNIVERSITY TWE180B300 3312N9U6H/3235T $ 222 00 712 11-31 RD EXTENSION SS E-11-31-SS7 TRANE EAITTA180 5AAD 713 11-34 14756 IMMOKALEE EMS STATION SS E-11-34-SS1 TRANE TWE06015FD 4343RM/681V/505 $ 142.00 RD #10 0/2TTB006 3TGM4 714 11-35 321 N 1ST STREET IMMOKALEE SS E-11-35-SS1 TRANE TWE180D300 45048NFHD/4504 $ 222.00 COMM PARK EL(TTA180 NL4AD 715 11-35 321 N 1ST STREET IMMOKALEE SS E-11-35-SS2 TRANE TWEO3OC14F 4472KXG1V/43325 $ 142.00 COMM PARK B0/2TTBOO UY5F 716 11-35 321 N 1ST STREET IMMOKALEE SS E-11-35-SS3 TRANE TWEO48C1FC 44515W21V/43354 $ 142.00 COMM PARK O/2TTA004 R93F 717 11-35 321 N 1ST STREET IMMOKALEE SS E-11-35-SS4 TRANE TWEO6OCIFD 4463C671V/43335 $ 142.00 COMM PARK O/2TTA006 OYK3F 718 '11-35 321 N 1ST STREET IMMOKALEE SS E-11-35-SS5 TRANE TWEO3O/TTBO 44721CXN1V/4332 $ 142.00 COMM PARK 30A1000 5755F IMMOKALEE MCCB008UAO K05G86271154515 719 11-38 505 ESCAMBIA SPORTS SS E-11-38-SS1 TRANE $ 142.00 COUA/TTA YKAD COMPLEX 1 IMMOKALEE MCC6008UA0 K05G86206/5365N 720 11-38 505 ESCAMBIA SPORTS SS E-11-38-SS2 TRANE COUA/TTA FORD $ 142.00 COMPLEX IMMOKALEE 40RM034B600 1400F91646/1206 721 11-38 505 ESCAMBIA SPORTS SS E-11-38-SS3 CARRIER $ 274.00 HC/38AKS Q0408 COMPLEX _ IMMOKALEE . 40RM034B600 0401 F8227/4501 F2 722 11-38 505 ESCAMBIA SPORTS SS E-11-38-SS4 CARRIER $ 274.00 HC/38AKS 275 _ COMPLEX IMMOKALEE TWE036C140 447405L2V/51148 .3 11-38 505 ESCAMBIA SPORTS SS E-11-38-SS5 TRANE $ 142.00 B0/2TTBOO WK5F COMPLEX 165 AIRPARK IMMOKALEE TWE063P13F K483TUWSV/L013 724 11-41 $ 142.00 BLVD AIRPORT SS E-11-41-SS1 TRANE AO/TTP060 PMPH TERMINAL , 165 AIRPARK IMMOKALEE TWE048C14F 3173DLMLV/3134T 725 11-41 $ 142.00 BLVD AIRPORT SS E-11-41-SS2 TRANE C0/2TTB00 LY3F TERMINAL 165 AIRPARK IMMOKALEE TWE018C14F 31269LWG2V/318 726 11-41 $ 142.00 BLVD AIRPORT SS E-11-41-SS3 TRANE B0lTTg018 1NU05 TERMINAL IMMOKALEE 550 STOCKADE R&B TWE120A300 3121 RAASH/31131 727 11-53 RD TRANSPORTA SS E-11-54-SS1 TRANE DA/TTA120 5DAD $ 160.00 TION BUILDING IMMOKALEE SPORTS TWE120A300 728 11-76 505 ESCAMBIA COMPLEX SS E-11-77-SS1 TRANE gg/TTA120 23225YBAD $ 160.00 FITNESS CENTER IMMOKALEE SPORTS TWE090A300 729 11-76 505 ESCAMBIA COMPLEX SS E-11-77-SS2 TRANE ggRTA090 M082UAD5H $ 160.00 FITNESS CENTER 730 11-88 439 LITTLE ROSBOUGH SS E-11-88-SS1 TRANS 00000/TTBO24 00000/3082RAS5F $ 142.00 LEAGUE RD FIELD 2 BOX C100A2 11-88 439 LITTLE ROSBOUGH SS E-11-88-SS2 TRANE TWE036C14F 3152AL82V/30345 $ 142.00 LEAGUE RD FIELD 2 BOX BO/2TTB03 JK4F Packet Page-1987- 0 12/10/2013 16.E.6. 732 11-106 302 STOCKADE IMMOKALEE AHU E-11-106-AH1 TRANE MCCAO17UB0 K02B27176 $ 142.00 JAIL _JAIL B 302 STOCKADE NEW MCCA014UB0 733 11-106 JAIL IMMOKALEE AHU E-11-106-AH2 TRANE B K02827170 $ 142.00 JAIL 302 STOCKADE NEW MCCA017UB0 734 11-106 JAIL IMMOKALEE AHU E-11-106-AH3 TRANE B K02B27164 $ 142.00 JAIL 302 STOCKADE NEW MCCA006UB0 735 11-106 JAIL IMMOKALEE AHU E-11-106-AH4 TRANE B K02B27152 $ 142.00 JAIL 302 STOCKADE NEW MCCA025UB0 736 11-106 JAIL IMMOKALEE AHU E-11-106-AH5 TRANE B K02B27146 $ 142.00 JAIL 302 STOCKADE NEW MCCAO1OUBO 737 11-106 JAIL IMMOKALEE AHU E-11-106-AH6 TRANE B K02B27163 $ 142.00 JAIL 302 STOCKADE NEW 738 11-106 JAIL IMMOKALEE OAU E-11-106-OA1 GOVERNAIRE WF-DH-20 112-84822 $ 144.00 JAIL 739 11-106 302 STOCKADE IMMOKALEE OAU E-11-106-0A2 GOVERNAIRE WFDH-6 112-84823 $ 144.00 JAIL JAIL 740 12-01 40808 TAMIAMI OCHOPEE SS E-12-01-SS1 TRANE TWE036A140 2461YR66V/2374S $ 142.00 TRAIL E. FIRE DEPT B1/2TTBOO R056 741 12-01 40808 TAMIAMI OCHOPEE SS E-12-01-SS1 TRANE 2TTB0030A100 50552W005F $ 142.00 TRAIL E. FIRE DEPT 742 12-01 40808 TAMIAMI OCHOPEE SS E-12-01-SS2 TRANE 2TTB0030A100 5071W58SF $ 142.00 FIRE D TRAIL E. FIRE DEPT 800 MHz 743 01-08 1899 TRADE GENERATOR RTU BARGEN01-08 WA602-A00 153J052063829-02 $ 112.00 CENTER WAY NORTH NAPLES 800 MHz 744 01-08 1899 TRADE GENERATOR WU E-01-08-WU1 BARD WA602-A00 153J052063829-02 $ 112.00 ",' CENTER WAY NORTH NAPLES 800 MHz 745 01-08 1899 TRADE GENERATOR WU E001-08-WU2 BARD WA602-A00 053K052069635- $ 112.00 CENTER WAY NORTH NAPLES 10500 NCWRTF 746 01-121 GOODLETTE RD. EFFLUENT CU E-01-121-CU1 TRANE TTA180B400FP 3474J62AD $ 222.00 FILTER#1 10500 NCWRTF 747 01-121 GOODLETTE RD. EFFLUENT CU E-01-121-CU2 TRANE TTA180190B40 3466161 HAD $ 222.00 FILTER#1 10500 NCWRTF 748 01-123 GOODLETTE RD. CHLORINE CU E-01-123-CU8 CSA HBBA-F036SF WFMM025774 $ 142.00 FACILITY 10500 NCWRTF 749 01-123 GOODLETTE RD. CHLORINE CU E-01-123-CU9 HBBA-F036SF WFMM025774 $ 142.00 FACILITY 10500 NCWRTF 750 01-131 GOODLETTE RD. PRETREATME SS E-01-131-SS1 GOODMAN GSC130361 DF 807078802 $ 142.00 NT 10500 NCWRTF 751 01-131 GOODLETTE RD. PRETREATME SS E-01-131-SS2 YORK HIDB036906A EADM010333 $ 142.00 NT VETS PARK 752 01-14 6200 WATERGATE MAINT. WU E-01-14-WU4 GE N/A N/A $ 80.00 GATE OFFICE BUILDING ,,, 753 01-15 475 SEAGATE DR. CLAM PASS WU E001-15-WU1 GE AJESO8ASBMI ML340379 $ 80.00 TOLL BOOTH I- Packet Page-1988- 0 12/10/2013 16.E.6. VANDERBILT 754 01-186 100 VANDERBILT BEACH WU E-01-186-WU1 FRIEDRICH KM24L30-A LEMR06320 $ 80.00 BEACH RD PARKING GARAGE VANDERBILT .5 01-186 100 VANDERBILT BEACH WU E-01-186-WU2 FRIEDRICH KM24L30-A LEMR06345 $ 80.00 BEACH RD PARKING GARAGE VANDERBILT I 100 VANDERBILT BEACH WU E-01-186-WU3 FRIEDRICH KM24L30-A LEMR06456 $ 80.00 756 01-186 BEACH RD PARKING GARAGE FREEDOM 757 01-240 1515 GOLDEN PARK AHU AHUAON01-24 V2-C-2-56-3E3:200902-CBE03598 $ 80.00 GATE PKWY EDUCATION BLDG FREEDOM 758 01-240 1515 GOLDEN PARK WU E-01-27-WU1 WHIRLPOOL AC0122XK1 QP15322043 $ 80.00 GATE PKWY EDUCATION BLDG PELICAN BAY 759 01-27 764 VANDERBILT PARK WU E-01-27-WU1 WHIRLPOOL ACQ122XK1 QP15322043 $ 80.00 BCH RD. COMMUNITY BUILDING 760 01-30 801 LAUREL OAK PELICAN BAY AHU AHU1SS01-30 REBA-21J05N T M1494 8392 $ 80.00 DR. SERVICES 761 01-30 801 LAUREL OAK !PELICAN BAY AHU AHU2SS01 301 .RBE.A-21J05N T M1494 8395 $ 80.00 DR. !SERVICES 762 01-30 801 LAUREL OAK PELICAN BAY AHU AHUSS01-30 TWE063P13FB 4121J612V $ 80.00 DR. SERVICES 3 01-30 801 LAUREL OAK PELICAN BAY CU CU01-30 2TTB0060A100 4033WE73F $ 62.00 DR. SERVICES 764 01-30 1801 LAUREL OAK PELICAN BAY CU CUSS01-30 RAKA-042JAZ 5314 M2094 6923 $ 62.00 DR. SERVICES i 1 801 LAUREL OAK PELICAN BAY, 765 01-30 ICU CUSS201-30 1 1GSC130421AC 812042279 $ 62.00 DR. SERVICES VETERANS 766 01-50 1900 IMMOKALEE PARK TENNIS WU E-01-50-WU1 FEDDERS A3J12E2AGL LJ209646 $ 80.00 RD COURT RESTROOMS , VINEYARDS 6231 ARBOR BLVD PARK AHU AHU101-61 24VC5 L11FC9794091777 $ 80.00 767 01-61 W MAINTENANC 28 IE BUILDING - - VINEYARDS 768 01-61 6231 ARBOR BLVD PARK CU CU101-61 TTB024C100A24401Y975F $ 62.00 W MAINTENANC E BUILDING BAREFOOT 769 01-79 LELY BEACH RD BEACH TOLL PKU E-01-79-PK1 GE AJESO8ASAMI AF608935 $ 80.00 BOTH 770 02-27 4373 MERCANTILE CCSO AHU AHU102-27 ARPT061-00A- 310143847 $ 80.00 AVE. PURCHASING 771 02 27 4373 MERCANTILE CCSO AHU AHU202-27 2TEC3F30B10C 7281 N232V $ 80.00 AVE. 1 PURCHASING Packet Page-1989- `- 12/10/2013 16.E.6. 772 02-27 4373 MERCANTILE CCSO CU CU102-27 CKL 60-3 407678686 $ 62.00 AVE. PURCHASING 4945 GOLDEN GOLDEN 773 03-07 GATE PARKWAY, GATE WIC RTU RTU103-07 TSC072A1V00(608101214L $ 112.00 Aspilk SUITE 102 CLINIC TAX 774 03-09 4715 GOLDEN COLLECTOR AHU AHU103-09 FG3AAA06000(2600V32711 $ 80.00 GATE PARKWAY GOLDEN GATE TAX 775 03-09 4715 GOLDEN COLLECTOR AHU AHU203-09 4ORM-012—B61 5000F50624 $ 142.00 GATE PARKWAY GOLDEN GATE TAX 776 03-09 4715 GOLDEN COLLECTOR AHU AHU303-09 FG3AAA06000(2600V32710 $ 80.00 GATE PARKWAY GOLDEN GATE TAX 777 03-09 4715 GOLDEN COLLECTOR AHU AHU403-09 4Orm-007--b61C4700f46277 $ 80.00 GATE PARKWAY GOLDEN GATE TAX 778 03-09 4715 GOLDEN COLLECTOR CU CU103-09 38EZA048500 3900E02233 $ 62.00 GATE PARKWAY GOLDEN GATE TAX 779 03-09 4715 GOLDEN COLLECTOR CU CU203-09 38AKS012-50 0101G0013B $ 80.00 GATE PARKWAY GOLDEN GATE TAX 780 03-09 4715 GOLDEN COLLECTOR CU CU303-09 4TWA3060A30182524TJ1 F $ 62.00 GATE PARKWAY GOLDEN GATE TAX 781 03-09 4715 GOLDEN COLLECTOR CU CU403-09 38AK-007-511 0900G00135 $ 62.00 , m GATE PARKWAY GOLDEN GATE TAX 782 03-09 4715 GOLDEN COLLECTOR OAU OAU03-09 8-349222-02 BW1-255 $ 112.00 GATE PARKWAY GOLDEN GATE 3390 GOLDEN MAX HASSE 783 03-14 GATE BLVD PARK FIELD WU E-03-14-WU1 AMANA PTC123B35AE 401703719 $ 80.00 HOUSE 3390 GOLDEN MAX HASSE 784 03-14 GATE BLVD PARK FIELD WU E-03-14-WU2 AMANA PTC123B35AE 40173680 $ 80.00 HOUSE GOLDEN 3300 SANTA GATE PARK 785 03-31 BARBARA LITTLE WU E-03-31-WU1 GE AJESO8ASM1 RV600690 $ 80.00 LEAGUE BUILDING GOLDEN 4701 GOLDEN GATE 786 03-52 GATE PARKWAY COMMUNITY AHU AHU103-52 0051LH 3403F50402 $ 80.00 CENTER WHEELS GOLDEN 4701 GOLDEN GATE 787 03-52 GATE PARKWAY COMMUNITY AHU AHU203-52 0051LJ 3403F50419 $ 80.00 CENTER WHEELS Packet Page-1990- 12/10/2013 16.E.6. GOLDEN 4701 GOLDEN GATE 788 03-52 GATE PARKWAY COMMUNITY AHU AHU303-52 0051 LJ 3403F50419 $ 80.00 CENTER WHEELS GOLDEN GATE 789 03-52 4701 GOLDEN COMMUNITY AHU AHUMM03-52 MVIR 155 081403001-319 $ 80.00 GATE PARKWAY CENTER WHEELS GOLDEN 4701 GOLDEN GATE 790 03-52 GATE PARKWAY COMMUNITY CU CU103-52 38CKC048370 4903E06006 $ 62.00 CENTER WHEELS GOLDEN 4701 GOLDEN GATE 791 03-52 GATE PARKWAY COMMUNITY CU CU203-52 38ARS012-51 5103G30026 $ 80.00 CENTER WHEELS GOLDEN 4701 GOLDEN GATE 792 03-52 GATE PARKWAY COMMUNITY CU CU303-52 38CK048370 4003E05629 $ 62.00 CENTER WHEELS NEW GOLDEN 793 03-58 2432 Lucerne GATE OAU CAMOAU03-5f DP40-365-BVIV $ 144.00 LIBRARY NEW GOLDEN 794 03-58 2432 Lucerne GATE AHU MCQAHU103 CAH025GDAC fbou070902348 $ 80.00 LIBRARY NEW GOLDEN 03-58 2432 Lucerne GATE AHU MCQAHU203 E CAH025GDAC FB00070902347 $ 80.00 LIBRARY EAST NAPLES 796 04-08 3500 THOMASSON COMMUNITY WU E-04-08-WU1 GE VZ2808632 $ 80.00 DR. PARK RAQUET 11565 E.TAMIAMI EAGLE LAKES 797 04-150 TRAIL PARK FIELD WU E-04-150-WU1 FEDDERS ABD24E7A OP723505 $ 80.00 HOUSE NAPLES 798 04-191 2640 ENTERPRISE RECYCLING WU E-04-191-WU1 FRIGIDAIRE $ 80.00 TICKET BOOTH NAPLES 799 04-191 2640 ENTERPRISE RECYCLING WU E-04-191-WU3 MAYTAG M6Q10F2A AP614410025X $ 80.00 TICKET BOOTH NAPLES 800 04-191 2640 ENTERPRISE RECYCLING WU E-04-191-WU4 MAYTAG M3X05F2A MN154307348Y $ 80.00 TICKET BOOTH NAPLES 801 04-191 2640 ENTERPRISE RECYCLING WU E-04-191-WU5 MAYTAG M6X06F2A-E MP120848362Y $ 80.00 TICKET BOOTH NAPLES RECYCLING 104-191 2640 ENTERPRISE WU E004-191-WU:MAYTAG M6Q08F2A BP650177036X $ 80.00 TICKET BOOTH III Packet Page-1991- �� 3301 TAMIAMI COURTHOUS 12/10/2013 6.E.6. 803 04-213 TRAIL EAST E ANNEX AHU AHU-1-104-21; XTI-078X084-F/RATMXT0061 5 194.00 804 04-213 3301 TAMIAMI COURTHOUS AHU AHU-1-204-21; XTI-069X117-FI RATMXT0062 $ 194.00 TRAIL EAST E ANNEX 805 04-213 3301 TAMIAMI COURTHOUS AHU AHU-2-104-21: XTI-069X117-F/RATMXT0063 $ 194.00 AIRIN TRAIL EAST E ANNEX 806 04-213 3301 TAMIAMI COURTHOUS AHU AHU-3-104-21; XTI-069X117-F/RATMT0064 $ 194.00 TRAIL EAST E ANNEX 807 04-213 3301 TAMIAMI COURTHOUS AHU AHU-4-104-21: XTI-069X117-F/RATMXT0069 $ 194.00 TRAIL EAST E ANNEX 808 04-213 3301 TAMIAMI COURTHOUS AHU AHU-5-104-21; XTI-069X117-F/RATMXT0070 $ 194.00 TRAIL EAST E ANNEX 809 04-213 3301 TAMIAMI COURTHOUS AHU AHU-504-213 MWO9Y3FM LHBC 02293 $ 80.00 TRAIL EAST E ANNEX 810 04-213 3301 TAMIAMI COURTHOUS AHU AHU-6-104-21: XTI-069X117FA RATMXT0071 $ 194.00 TRAIL EAST E ANNEX 811 04-213 3301 TAMIAMI COURTHOUS AHU AHU-7-104-21; XTI-069X117-Fl RATMXT0072 $ 194.00 TRAIL EAST E ANNEX 812 04-213 3301 TAMIAMI COURTHOUS CU CU.-5-7-04-21:,, MR24DY3F LHBT 01040 $ 62.00 TRAIL EAST E ANNEX PARKS AND 813 05-08 2901 COUNTY REC WU E-05-08-WU1 CROSLEY CAH12WB42 QF0600182 $ 80.00 BARN RD MAINTENANC E BLDG PARKS AND 814 05-08 2901 COUNTY REC WU E-05-08-WU2 MAYTAG MEJ12E7A FD716414177E $ 80.00 BARN RD MAINTENANC E BLDG PARKS AND 815 05-08 2901 COUNTY REC WU E-05-08-WU4 GE A6Q887AM1 ZA007020 $ 80.00 BARN RD MAINTENANC E BLDG 816 05-37 4590 SANTA EMS STATION AHU AHU105-37 TWE065E13FB 6213A1 E1V $ 80.00 BARBARA BLVD #75 817 05-37 4590 SANTA EMS STATION AHU AHU205-37 7WE037E13FB 6212J9R1V $ 80.00 BARBARA BLVD #75 818 05-37 4590 SANTA EMS STATION CU CU105-37 2TTR3060A100 63346P71 F $ 62.00 BARBARA BLVD #75 819 05-37 4590 SANTA EMS STATION CU CU205-37 2TTR30361000 6353P71F $ 62.00 BARBARA BLVD #75 CCSO RANGE 820 08-02 4441 70TH AVE. CONTROL WU E-08-02-WU1 LG LWHDBOOR46 602TABN20069 $ 80.00 N.E. BUILDING#1 (1ST FLOOR) 821 08-05 3750 WHTE LAKE LANDFILL WU E-08-05-WU1 WINDOWUNIT LWHD8000RYE602TAGH2O175 $ 80.00 BLVD. SCALEHOUSE 321 N.1ST ICP 822 11-11 STREET RESTROOM/ WU E-11-11-WU1 GE 4NEX0830 411TASW01078 $ 80.00 OFFICE ICP 823 11-13 321 N 1ST STREET MAINTENANC WU E-11-13-WU1 LG LWHD1006R 512TAPEO6440 $ 80.00 E BUILDING 824 11-28 700 STOCKADE IMMK. WU E-11-28-WU1 MAYTAG MR418F7E-4 ER1721951304 $ 80.00 RD SCALEHOUSE IMMOKALEE 825 11-42 405 SGT.JOE ANIMAL WU E-11-42-WU1 FRIEDRICH 600784 $ 80.00 JONES ROAD CONTROL OFF Packet Page-1992- 12/10/2013 16.E.6. 10501 NCWRTF 826 01-116 GOODLETTE RD. GENERATOR SS E-01-116-SS-3 GOODMAN CE090-4A 103576950 $ 222.00 BLDG. 10500 NCWRTF ' 01-132 GOODLETTE SLUDGE CU E-01-123-CU4 CARRIER 38CKC036350 0902E09929 $ 142.00 ROAD DEWATERING 10500 NCWRTF 828 01-132 GOODLETTE SLUDGE CU E-01-132-CU3 CARRIER 38CKC036340 40200E03900 $ 142.00 ROAD DEWATERING 10500 NCWRTF 829 01-132 GOODLETTE SLUDGE CU E-01-132-CU7 GOODMAN 6SC130361DE 70912601 $ 62.00 ROAD DEWATERING 10500 NCWRTF 830 01-136 GOODLETTE RD. OFFICE/ WU E-01-136-WU1 ADMIRAL AAW-12CR1FH200501023283 $ 80.00 STORAGE NCWRTF 831 01-157 10500 SLUDGE SS E-01-157-SS CARRIER 38TKB036-301 3100E18927 $ 142.00 GOODLETTE RD. PUMP STATION#2 10500 NCWRTF 832 01-177 GOODLETTE BLOWER CU E-01-177-CU1 CARRIER 38CK036550 2203E39768 $ 142.00 ROAD BUILDING 410500 NCWRTF 833 01-177 GOODLETTE BLOWER SS E-01-177-SS TRANE 2TTR203A100042221MM3F $ 142.00 ROAD BUILDING 10500 NCWRTF 834 01-177 GOODLETTE BLOWER SS E-01-177-SS-1 TRANE 2TTR2030A10042221LF3F $ 142.00 ROAD BUILDING NORTH 2335 ORANGE COLLIER K- 835 01-179 BLOSSOM DR. GOVERNMEN SS E-01-179-SS3 TRANE MCCB006UA0005A10581/5355K6 $ - T SERVICES 63F CENTER . 8005 VAN DRBLT NCWTP 836 01-29 BCH EXT. ADMIN& CU E-01-29-CU2 CARRIER 38AK5024-620 0403F13163 $ 142.00 PROCESSING 8005 VANDRBLT NCWTP 837 01-29 BCH EXT. ADMIN& CU E-01-29-CU5 TRANE 2TTA3030A400 738251M3F $ 142.00 PROCESSING 8005 VANDRBLT NCWTP ADMIN& CU E-01-29-CU6 GOODMAN ESC13604AC 710159985 $ 142.00 838 101-29 BCH EXT. PROCESSING WASTEWATE 839 01-46 6027 SHIRLEY ST. COLLECTION WU E-01-46-WU1 LG QA090CBC 0 $ 80.00 S WASTEWATE 840 01-46 6027 SHIRLEY ST. COLLECTION WU E-01-46-WU2 MAYTAG MEY12F7E-D MR154818-344Y $ 80.00 S WASTEWATE 841 01-46 6027 SHIRLEY ST. COLLECTION WU E-01-46-WU3 MAYTAG MEY12F7E-D MR155042-244Y $ 80.00 S WASTEWATE 842 01-46 6027 SHIRLEY ST. COLLECTION WU E-01-46-WU4 MAYTAG MEY12F7E-D MR155051344Y $ 80.00 S - Packet Page-1993- wasTEWATE 12/10/2013 16.E.6. 843 01-46 6027 SHIRLEY ST. COLLECTION WU E-01-46-WU5 WHIRLPOOL ACQ122XK1 QM5210967 $ 80.00 S 6231 ARBOR BLVD VINEYARDS 844 01-55 W PARK SPORT WU E-01-55-WU1 GE 30107620 DA4070 $ 80.00 CENTER 3838 DOMESTIC MEDICAL 845 02-05 AVE. EXAMINER AHU E-02-05-0A3 CSTI MC1000 1112981 $ 80.00 OFFICE 846 02-08 2800 N. DEVELOPME RTU E-02-08RTU2 CARRIER 50TFF012-V51'443G4656 $ 112.00 HORSESHOE DR. NT SERVICES 4898 CORONADO GOLDEN 847 03-03 PKWY GATE AHU E-03-03-AHU2 MCQUAY CAH025GDAC FB04070902347 $ 80.00 LIBRARY 4898 CORONADO GOLDEN 848 03-03 PKWY GATE OAU E-03-03-OAU1 CAMBRIDGEPORT DP40-365-BVIV $ 112.00 LIBRARY 4898 CORONADO GOLDEN 849 03-03 PKWY GATE AHU E-03-03AHU1 MCQUAY CAHO2GDAC FB04070902348 $ 80.00 LIBRARY MAX HASSE 850 03-51 3390 GOLDEN PARK AHU AHU103-51 TZHGL9OZL $ 80.00 GATE BLVD. COMMUNITY CENTER MAX HASSE 851 03-51 3390 GOLDEN PARK AHU AHU203-51 TZHGL9OZL $ 80.00 GATE BLVD. COMMUNITY CENTER MAX HASSE 852 03-51 3390 GOLDEN PARK AHU AHU403-51 TZGL9OZL $ 80.00 GATE BLVD. COMMUNITY CENTER MAX HASSE 853 03-51 3390 GOLDEN PARK AHU AHU703-51 TZGL9OZL $ 80.00 GATE BLVD. COMMUNITY CENTER MAX HASSE 854 03-51 3390 GOLDEN PARK AHU AHU803-51 MHIR 195 $ 80.00 GATE BLVD. COMMUNITY CENTER MAX HASSE 855 03-51 3390 GOLDEN PARK CU CU103-51 TZAL-336-2A $ 80.00 GATE BLVD. COMMUNITY CENTER MAX HASSE 856 03-51 3390 GOLDEN PARK CU CU203-51 TZAL342-2B $ 80.00 GATE BLVD. COMMUNITY CENTER MAX HASSE 857 03-51 3390 GOLDEN PARK CU CU2A03-51 TZAL-342-2B $ 80.00 GATE BLVD. COMMUNITY CENTER MAX HASSE 858 03-51 3390 GOLDEN PARK CU CU303-51 TZAL-324-2B $ 80.00 GATE BLVD. COMMUNITY CENTER MAX HASSE 859 03-51 3390 GOLDEN PARK CU CU3A03-51 TZHSL-2417JA $ 80.00 GATE BLVD. COMMUNITY CENTER MAX HASSE 860 03-51 3390 GOLDEN PARK CU CU403-51 TZAL-336-2A $ 80.00 GATE BLVD. COMMUNITY CENTER Packet Page-1994- cg I 12/10/2013 16.E.6. MAX HASSE 861 03-51 3390 GOLDEN PARK CU CU4A03-51 TZAL-336-2A $ 80.00 GATE BLVD. COMMUNITY CENTER MAX HASSE ;2 03-51 3390 GOLDEN PARK CU CU503-51 TZAL-324-28 $ 80.00 GATE BLVD. COMMUNITY CENTER MAX HASSE 863 03-51 3390 GOLDEN PARK CU CU5A03-51 TZHSL-1817JA $ 80.00 GATE BLVD. COMMUNITY CENTER MAX HASSE 864 03-51 3390 GOLDEN PARK CU CU603-51 TZAL-318-2B $ 80.00 GATE BLVD. COMMUNITY CENTER MAX HASSE 865 03-51 3390 GOLDEN PARK CU CU6A03-51 TZAL-318-2B $ 80.00 GATE BLVD. COMMUNITY CENTER MAX HASSE 866 03-51 3390 GOLDEN PARK CU CU6CO3-51 TZHSL-2417JA $ 80.00 GATE BLVD. COMMUNITY CENTER MAX HASSE 867 03-51 3390 GOLDEN PARK CU CU703-51 TZAL-336-2B $ 80.00 GATE BLVD. COMMUNITY CENTER MAX HASSE 868 03-51 3390 GOLDEN PARK CU CU7A03-51 TZAL-336-2B $ 80.00 GATE BLVD. COMMUNITY CENTER MAX HASSE 869 03-51 3390 GOLDEN PARK CU CU803-51 TTA180C300G/ $ 80.00 GATE BLVD. COMMUNITY CENTER SCWRF 870 04-127 5600 WARREN ST. PROCESS& WU E-04-127-WU1 LG LWHD2500ER 512KAEDB010B $ 80.00 CONTROL SCWRF 871 04-148 5600 WARREN ST. FILTER WU E-04-148-WU1 CARRIER AGQI4AAG1 3850A28226C $ 80.00 GALLERY 4800 DAVIS TRANSPORTA 872 04-192 BOULEVARD TION ADMIN CU E-04-192-CU1 TRANE TTA120A300EP 311315DAD $ 80.00 BLDG/GEN 4800 DAVIS TRANSPORTA 873 04-192 W BOULEVARD TION ADMIN SS E-04-192-SS2 TRANE TE120A300D 3121RAA5H $ 142.00 BLDG/GEN 4800 DAVIS TRANSPORTA 874 04-194 BOULEVARD TION CREW SS E-04-194-SS TRANE 2TTR1024A100 3035WTYSF $ 142.00 BLDG. TRANS. 875 04-195 4800 DAVIS BLVD WAREHOUSE/WU E-04-195-WU1 LG LWHD100R 604TADR00754 $ 80.00 SHOP GEN. TRANS. 876 04-195 4800 DAVIS BLVD WAREHOUSE/WU E-04-195-WU2 Amana $ 80.00 SHOP GEN. 3299 TAMIAMI BUILDING"F", 877 04-25 TRAIL EAST ADMINISTRAT AHU AHU04-25 MSZ-A09NA 8015714 $ 80.00 ION 3299 TAMIAMI BUILDING"F", 878 04-26 TRAIL EAST ADMINISTRAT CU CND04-25 AOU24RL DRN001028 $ 62.00 ION Packet Page-1995- • 12/10/2013 16.E.6. 879 04-27 3327 TAMIAMI BUILDING"G", WU E-04-27-WU1 BARD WA361-A00 0 50011607547- $ 112.00 TRAIL EAST PURCHASING 880 04-28 3339 TAMIAMI BUILDING"H", AHU AHU04-28 KHS3672R 58893 $ 80.00 TRAIL EAST HEALTH 881 04-28 3339 TAMIAMI BUILDING"H", CU CU04-28 CH3672R 14992 $ 62.00 TRAIL EAST HEALTH 3301 TAMIAMI BUILDING J-2, 882 04-29 TRAIL EAST ADMINISTRAT AHU AHU12-04-29 $ 142.00 ION 3301 TAMIAMI BUILDING J-2, 883 04-29 TRAIL EAST ADMINISTRAT AHU E-04-30-AHU-1TRANE MCCBOI2UAO KO6E67680 $ 142.00 ION 3301 TAMIAMI ELECTRIC 884 04-36 TRAIL EAST SUBSTATION RTU RTU-1-04-36 50ES-A60--60-2509C08343 $ 112.00 A 3301 TAMIAMI ELECTRIC 885 04-36 TRAIL EAST SUBSTATION RTU RTU-2-04-36 50ES-A60-60-2909C12901 $ 112.00 A BUILDING 3335 TAMIAMI 886 04-39 TRAIL EAST FACILITIES AHU AHU04-39 2T3HF060B1008392SC22V $ 80.00 MANAGEMEN T BUILDING 3335 TAMIAMI 887 04-39 W TRAIL EAST FACILITIES CU CU04-39 2TTR3060A1008032TG2F $ 62.00 MANAGEMEN T 3301 TAMIAMI ELECTRIC 888 04-50 TRAIL EAST SUBSTATION RTU RTU-1-04-50 THC063A4ROA 8241016051 $ 144.00 B 1300 MANATEE MANATEE 889 04-55 RD REPUM WU E-04-55-WU1 GE AGQ05LAG1 AD048936 $ 80.00 STATION SCWRF 890 04-59 5600 WARREN ST. ADMINISTRAT PKU E-04-59-PKU YORK DR120C00A4AJ NOK3838582 $ 112.00 ION 891 06-12 990 N BARFIELD MARCO SO WU E-06-12-WU1 GE ASMI0AAS1 DZ839188 $ 80.00 DR. SUBSTATION 892 06-12 990 N BARFIELD MARCO SO WU E-06-12-WU3 GE AF-605M6 5104128 $ 80.00 DR. SUBSTATION 893 06-12 990 N BARFIELD MARCO SO WU E-06-12-WU4 FEDDERS $ 80.00 DR. SUBSTATION 894 06-12 990 N BARFIELD MARCO SO WU E-06-12-WU5 WESTINGHOUSE $ 80.00 DR. SUBSTATION SCRWTP 895 08-07 3851 UTILITY DR OPERATIONS CU E-08-07-CU10 YORK HA120C00A4A)SNOF7976757 $ 142.00 BLDG SCRWTP 896 08-07 3851 UTILITY DR OPERATIONS PKU E-08-07-PK1 FUGITSU AOU18RLQ GWN001122 $ 112.00 BLDG SCRWTP 897 08-07 3851 UTILITY DR OPERATIONS PKU E-08-07-PK2 FUGITSU AUOI8LQ GWN001121 $ 112.00 BLDG SCRWTP 898 08-07 3851 UTILITY DR OPERATIONS RTU E-08-07-RTU1 TRANE TCC060F300BE 5124J562H $ 112.00 BLDG SCRWTP 899 08-07 3851 UTILITY DR OPERATIONS RTU E-08-07-RTU2 TRANE TCC060F300BE 5124KHC2H $ 112.00 BLDG Packet Page-1996- G I 12/10/2013 16.E.6. SCRWTP 900 08-07 3851 UTILITY DR OPERATIONS RTU E-08-07-RTU3 TRANE TCH042B300B<3314NKT3H $ 112.00 BLDG SCRWTP 901 08-07 3851 UTILITY DR OPERATIONS RTU E-08-07-RTU4 TRANE TCH042B300B(441322N3H $ 112.00 BLDG SCRWTP 902 08-07 3851 UTILITY DR OPERATIONS RTU E-08-07-RTU5 CARRIER 50TJ016V6A1Y 4203F59358 $ 112.00 BLDG SCRWTP 903 08-07 3851 UTILITY DR OPERATIONS SS E-08-07-SS APC LNESO1A0094 TO7H04890 $ 142.00 BLDG SCRWTP 904 08-07 3851 UTILITY DR OPERATIONS SS E-08-07-SS. $ - BLDG SCRWTP 905 08-30 3851 UTILITY DR SLUDGE WU E-08-30-WU1 CARRIER XHD183D 1204B36579 $ 80.00 HANDLER SCRWTP 906 08-30 3851 UTILITY DR SLUDGE WU E-08-30-WU2 ADMIRAL AAW18CR3FHI2.00504E+11 $ 80.00 HANDLER 106 S. 1ST IMMOKALEE AMERICANSTAND 907 11-05 STREET GOVERNMEN RTU E-11-05-RTU8 ARD $ 144.00 T CENTER . 16325 EMS STATION 908 01-151 VANDERBILT DR. #43/SHERIFF AHU E-01-151-AHU TRANE TWE042C14FC 5173TY81V $ 80.00 SUB 16325 EMS STATION 909 01-151 VANDERBILT DR. #43/SHERIFF AHU E-01-151-AHU:TRANE TWE042C14FC 5173TY61V $ 80.00 SUB 16325 EMS STATION 910 01-151 VANDERBILT DR. #43/SHERIFF AHU E-01-151-AHU:TRANE TWE048C14TC 5096B2N2V $ 80.00 SUB 16325 EMS STATION 911 01-151 VANDERBILT DR. #43/SHERIFF AHU E-01-151-AHU,TRANE RBHC-24J11NFTM330511997 $ 80.00 SUB 16325 EMS STATION 912 01-151 VANDERBILT DR. #43/SHERIFF CU E-01-151-CU1 TRANE 2TTB0042A100 52655605F $ 62.00 SUB 16325 EMS STATION 913 01-151 VANDERBILT DR. #43/SHERIFF CU E-01-151-CU2 TRANE 2TTB0042A100 5265AS5F $ 62.00 SUB 16325 EMS STATION 914 01-151 VANDERBILT DR. #43/SHERIFF CU E-01-151-CU3 TRANE 2TTB0048A100 52251D53F $ 62.00 SUB 16325 EMS STATION 915 i 01-151 VANDERBILT DR. #43/SHERIFF CU E-01-151-CU4 TRANE 2TTR1060A1004354G34F $ 62.00 SUB BOOSTER 916 01-237 10840 TAMIAMI STATION WU E-01-237-WA BARD SCS24-1-OOC 020919CM $ 112.00 TRL BEHIND P.F. CHANGS 1505 PELICAN PELICAN 917 01-238 MARSH BLVD MARSH PUMP WU E-01-238-WA BARD SCS24-1-O0C unknown $ 112.00 STATION Packet Page-1997- C,1r) TRANSPORTA 12/1 0/2013 16.E6. 918 02-24 2885 HORSESHOE TION AHU E-02-24-AHU1 CARRIER 40RM-012-B610l38AKS0 $ 80.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 919 02-24 2885 HORSESHOE TION AHU E-02-24-AHU2 CARRIER 38AKS014 $ 80.00 '4"), DRIVE SOUTH HEADQUART ERS TRANSPORTA 920 02-24 2885 HORSESHOE TION AHU' E-02-24-AHU3 CARRIER 38ARZ007 $ 80.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 921 02-24 2885 HORSESHOE T10N AHU E-02-24-AHU4 TRANE 2TTA3048A4000AA $ 80.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 922 02-24 2885 HORSESHOE TION AHU E-02-24-AHU5 TRANE TWE063P13FB0 $ 80.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 923 02-24 2885 HORSESHOE TION AHU E-02-24-AHU6 CARRIER 38ARZ012 $ 80.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 924 02-24 2885 HORSESHOE TION AHU E-02-24-AHU7 CARRIER 24ABR360A630 $ 80.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 925 02-24 2885 HORSESHOE TION AHU E-02-24-AHU8 CARRIER 24ABR318A300 $ 80.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 926 02-24 2885 HORSESHOE TION AHU E-02-24-AHU9 CARRIER FA4CNF018 $ 80.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 927 02-24 2885 HORSESHOE TION AHU E-02-24-AHU1I CARRIER 38AKS014 $ 80.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 928 02-24 2885 HORSESHOE TION AHU E-02-24-AHU1'CARRIER TWE090A300EL $ 80.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 929 02-24 2885 HORSESHOE TION AHU E-02-24-AHU1:CARRIER FB4ANF024 $ 80.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 930 02-24 2885 HORSESHOE TION AHU E-02-24-AHU1;CARRIER FC4BNF042 $ 80.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 931 02-24 2885 HORSESHOE TION CU E-02-24-CU1 CARRIER 38AKS014 $ 62.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 932 02-24 2885 HORSESHOE TION CU E-02-24-CU3 CARRIER 38ARZ007 $ 62.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 933 02-24 2885 HORSESHOE TION CU E-02-24-CU4 CARRIER 38ARZ012 $ 62.00 DRIVE SOUTH HEADQUART ERS Arittk Packet Page-1998- j 12/10/2013 16.E.6. TRANSPORTA 934 02-24 2885 HORSESHOE TION CU E-02-24-CU5 CARRIER 24ABR360A630 $ 62.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 5 02-24 2885 HORSESHOE TION CU E-02-24-CU6 CARRIER 24ABR318A300 $ 62.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 936 02-24 2885 HORSESHOE TION CU E-02-24-CU7 CARRIER 24ABR330A320 $ 62.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 937 02-24 2885 HORSESHOE TION CU E-02-24-CU8 CARRIER 38CKB018321 $ 62.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 938 02-24 2885 HORSESHOE TION CU E-02-24-CU9 CARRIER 38CKB042610 $ 62.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 939 02-24 2885 HORSESHOE TION CU E-02-24-CU10 TRANE 38ARZ007 $ 62.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 2885 HORSESHOE TION 940 02 24 DRIVE SOUTH HEADQUART CU E-02-24-CU11 TRANE 2TTB0048A1000AA $ 62.00 L. _ERS TRANSPORTA 2885 HORSESHOE TION 941 102-24 DRIVE SOUTH HEADQUART RTU E-02-24-RTU1 CARRIER 50TM-006-A-60 0907G30210 $ 112.00 ERS TRANSPORTA 942 02-24 2885 HORSESHOE TION RTU E-02-24-RTU2 CARRIER 38AKS014 1507G40062 $ 112.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 943 02-24 2885 HORSESHOE TION RTU E-02-24-RTU3 CARRIER 50TM-016-611Y 4806U30307 $ 112.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 944 02-24 2885 HORSESHOE TION RTU E-02-24-RTU4 CARRIER 50TM-016-611Y 4806U30311 $ 112.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 945 02-24 2885 HORSESHOE TION RTU E-02-24-RTU5 CARRIER 50TM-008-601 4205G50553 $ 112.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 946 02-24 2885 HORSESHOE TION RTU E-02-24-RTU5 CARRIER 50TM-008-601 3806G40601 $ 112.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 947 02-24 2885 HORSESHOE TION SS E-02-24-SS1 CARRIER 38AKS014 1307G20043 $ 222.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 948 02-24 2885 HORSESHOE TION SS E-02-24-SS2 CARRIER 38AKS014 1507G40067 $ 222.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 949 02-24 2885 HORSESHOE TION SS E-02-24-SS3 TRANE 2TTA2060A400 5070RDS3F $ 142.00 DRIVE SOUTH HEADQUART ERS Packet Page-1999- A TRANSPORTA 12/10/2013 16.E.6. 950 02-24 2885 HORSESHOE TION SS E-02-24-554 TRANE 2TTA3048A400 54930PM4F $ 142.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA 951 02-24 2885 HORSESHOE TION SS E-02-24-SS5 ODYSSEY TTA090A400FA 528J6PAD $ 160.00 DRIVE SOUTH HEADQUART ERS TRANSPORTA , 952 02-24 2885 HORSESHOE TION SS E-02-24-586 MITSUBISHI PUG24BKE DRIVE SOUTH HEADQUART $ 142.00 ERS TRANSPORTA 953 02-24 2885 HORSESHOE TION SS E-02-24-SS7 MITSUBISHI PL24AK DRIVE SOUTH HEADQUART $ 142.00 ERS NEW 954 02-32 3950 RADIO ROAD PROPERTY CU E-02-32-CU1 TRANE RAUJC50EEA0 C10D1701 $ 140.00 APPRAISER NEW 955 02-32 3950 RADIO ROAD PROPERTY CU E-02-32-CU2 TRANE RAUJC50EEA0 C10D1700 $ 140.00 APPRAISER NEW 956 02-32 3950 RADIO ROAD PROPERTY CU E-02-32-CU3 Odyssey TTA120E3HOA/10133UP6AD $ 80.00 APPRAISER NEW 957 02-32 3950 RADIO ROAD PROPERTY OAU E-02-32-OAU1 AAON RN-030-8-0-EB ANETO- $ 144.00 APPRAISER NET03084 NEW 958 02-32 3950 RADIO ROAD PROPERTY AHU E-02-32-AHU1 TRANE MCCB040UAO/K10D39026 $ 193.00 APPRAISER NEW 959 02-32 3950 RADIO ROAD PROPERTY AHU E-02-32-AHU2 Odyssey TWE120E300A,10044PXLBDB $ 142.00 APPRAISER NEW 960 02-32 3950 RADIO ROAD PROPERTY AHU/OAU E-02-32-AHU/CTRANE MCCB050UAOi K10D39031 $ 194.00 APPRAISER NEW GOLDEN 961 03-58 2432 Lucerne GATE CHL E-03-5-CH1 MCQUAY AGZOB5BS712ER11 $ 834.00 LIBRARY 8065 LELY SOUTH 962 04-229 CULTURAL BLVD REGIONAL 04-229-CU CHL CHILLER $ 834.00 LIBRARY 8065 LELY SOUTH 963 04-229 CULTURAL BLVD REGIONAL AHU 04-229-AH4 AIRHANDLER $ 194.00 LIBRARY CAT 964 05-42 8300 RADIO RD MORANDE AHU E-05-42-AHU1 TRANE 2TEC3F60B10C 7023M5E1V $ 80.00 ADMINISTRAT ION BLDG CAT 965 05-42 8300 RADIO RD MORANDE AHU E-05-42-AHU2 TRANE 2TEC3F24B10C70215XD1V $ 80.00 ADMINISTRAT ION BLDG CAT 966 05-42 8300 RADIO RD MORANDE AHU E-05-42-AHU3 TRANE TWE120B100017073KGXBD $ 80.00 ADMINISTRAT ION BLDG CAT 967 05-42 8300 RADIO RD MORANDE AHU E-05-42-AHU4 TRANE 2TEC3F36A10C 7081LSP6V $ 80.00 ADMINISTRAT ION BLDG Packet Page-2000- ; l 12/10/2013 16.E.6. CAT 968 05-42 8300 RADIO RD MORANDE CU E-05-42-CU1 TRANE 2TTB3060A100 7082Y962F $ 62.00 ADMINISTRAT ION BLDG CAT ;9 05-42 8300 RADIO RD MORANDE CU E-05-42-CU2 TRANE 2TTB3024A100 7081TAK5F $ 62.00 ADMI ADMINISTRAT ION BLDG CAT 970 05-42 8300 RADIO RD MORANDE CU E-05-42-CU3 TRANE 2TTB3060A100 70820CH2F $ 62.00 ADMINISTRAT ION BLDG CAT 971 05-42 8300 RADIO RD MORANDE CU E-05-42-CU4 TRANE 2TTB3060A100 70753E54F $ 62.00 ADMI ADMINISTRAT ION BLDG CAT 972 05-42 8300 RADIO RD MORANDE CU E-05-42-CU5 TRANE 2TTB3036A100 7092PUM3F $ 62.00 ADMI ADMINISTRAT • ION BLDG CAT 973 05-42 8300 RADIO RD NDE CU E-05-42-CU6 TRANE 2TTB3060A100 70753FG4F $ 62.00 ADMI ADMINISTRAT ION BLDG CAT 974 05-43 8300 RADIO RD MORANDE AHU E-05-43-AHU1 TRANE 2TTEC3F24B1 C 6413NL72V $ 80.00 MAINTENANC E BUILDING CAT 975 05-43 8300 RADIO RD MORANDE AHU E-05-43-AHU2 TRANE 2TTEC3F42B1C6413J662V $ 80.00 MAINTENANC E BUILDING CAT 976 105-43 8300 RADIO RD MAINTENANC AHU E-05-43-AHU3 TRANE 2TTEC3F24B1C70215XA1V $ 80.00 E BUILDING CAT 977 05-43 8300 RADIO RD MORANDE AHU E-05-43-AHU4 TRANE 2TTEC3F42B1(6511HXP1V $ 80.00 MAINTENANC E BUILDING CAT 978 05-43 8300 RADIO RD MORANDE AHU E-05-43-AHU5 TRANE 27TEC3F48B1C7081MRA1V $ 80.00 MAINTENANC E BUILDING CAT 979 05-43 8300 RADIO RD MORANDE AHU E-05-43-AHU6 TRANE 2TTEC3F60B1C7042H6J2V $ 80.00 MAINTENANC E BUILDING CAT 980 05-43 8300 RADIO RD MORANDE AHU E-05-43-AHU7 TRANE 2TTEC3F24B1C6413NL52V $ 80.00 MAINTENANC E BUILDING CAT 981 05-43 8300 RADIO RD MORANDE CU E-05-43-CU1 TRANE 2TT83024A1007055XE75F $ 62.00 MAINTENANC E BUILDING CAT 982 05-43 8300 RADIO RD MORANDE CU E-05-43-CU2 TRANE 2TTB3024A100 7022NUR5F $ 62.00 MAINTENANC E BUILDING CAT 983 05-43 8300 RADIO RD MORANDE CU E-05-43-CU3 TRANE 2TTB3024A1007081UAT5F $ 62.00 MAINTENANC E BUILDING Packet Page-2001- C,P.9 CAT 12/10/2013 16.E.6. 984 05-43 8300 RADIO RD MORANDE CU E-05-43-CU4 TRANE 2TTB3024A100 7091SN03F $ 62.00 MAINTENANC E BUILDING CAT 985 05-43 8300 RADIO RD MORANDE CU E-05-43-CU5 TRANS 2TTB3048A100 7085N593F $ 62.00 MAINTENANC E BUILDING CAT 986 05-43 8300 RADIO RD MORANDE CU E-05-43-CU6 TRANE 2TTB3060A100 70550MC4F $ 62.00 MAINTENANC E BUILDING CAT 987 05-43 8300 RADIO RD MORANDE CU E-05-43-CU7 TRANE 2TTB3024A100 7055XBB5F $ 62.00 MAINTENANC E BUILDING CAT 988 05-43 8300 RADIO RD MORANDE SS E-05-43-SS1 LG LSN242CE 72015XA1V $ 142.00 MAINTENANC E BUILDING CAT 989 05-43 8300 RADIO RD MORANDE SS E-05-43-SS2 LG LSU242CE 803KAAE00312 $ 142.00 MAINTENANC E BUILDING 490 HERNANDO TIGERTAIL 990 06-14 DR CONCESSION AHU E-06-14-AHU1 TRANE TWE048C14FC2214N721V $ 80.00 S 490 HERNANDO TIGERTAIL 991 06-14 DR CONCESSION CU E-06-14-CU1 TRANE TTR048D100As2254LHU1F $ 62.00 S 800 MHz 32020 TAMIAMI GENERATOR 992 07-13 TRAIL E CARNESTOW AHU E-07-13-AHU1 CARRIER 1693A02051 $ 80.00 N 800 MHz 993 07-13 32020 TAMIAMI GENERATOR AHU E-07-13-AHU2 CARRIER 1293A00561 $ 80.00 TRAIL E CARNESTOW N 800 MHz 994 07-13 32020 TAMIAMI GENERATOR AHU E-07-13-AHU3 CARRIER 3497A22409 $ 80,00 TRAIL E CARNESTOW N 800 MHz 995 07-13 32020 TAMIAMI GENERATOR AHU E-07-13-AHU4 CARRIER 3297A2683491 $ 80.00 TRAIL E CARNESTOW N 800 MHz 996 07-13 32020 TAMIAMI GENERATOR OAU E-07-13-0AU1 GOODMAN 9906555028 $ 112.00 TRAIL E CARNESTOW N 800 MHz 997 07-13 32020 TAMIAMI GENERATOR CU E-07-13-CU1 CARRIER $ 62.00 TRAIL E CARNESTOW N 800 MHz 998 07-13 32020 TAMIAMI GENERATOR CU E-07-13-CU2 CARRIER 5721-M260018396 $ 62.00 TRAIL E CARNESTOW N 800 MHz 999 07-13 32020 TAMIAMI GENERATOR CU E-07-13-CU3 CARRIER 4196E151440 $ 62.00 TRAIL E CARNESTOW N 800 MHz 1000 07-13 32020 TAMIAMI GENERATOR CU E-07-13-CU4 CARRIER 0497E14907 $ 62.00 TRAIL E CARNESTOW N Packet Page-2002- ■ 12/10/2013 16.E.6. 800 MHz 1001 07-13 32020 TAMIAMI GENERATOR OAU E-07-13-OAU2 ONAN A30497637 $ 112.00 TRAIL E CARNESTOW N 1195 COUNTY RD. CORKSCREW 225H072367594- 02 08-44 858 SHERIFFS CU E-08-44-CU1 BARD WA372-A10XX4 02 $ 112.00 TRAILER CORKSCREW 1003 08-44 1195 COUNTY RD. SHERIFFS CU E-08-44-CU2 BARD WA372-A10XX4 22511072367590- $ 112.00 858. TRAILER 1195 COUNTY RD. CORKSCREW 1004 08-44 858. SHERIFFS CU E-08-44-CU3 BARD WA372-A00 225L082552865-02 $ 112.00 TRAILER 1005 08-48 50 WILSON BLVD. ESTATES TAX AHU E-08-48-AHU1 CARRIER FA2CNF048 3307A88136 $ 80.00 S. COLLECTOR 50 WILSON BLVD. ESTATES TAX 1006 08-48 S COLLECTOR AHU E-08-48-AHU2 CARRIER FA4CNF048 3307A88131 $ 80.00 1007 08-48 50 WILSON BLVD. ESTATES TAX SS E-08-48-SS1 Mitsubishi MU-A09WA 800224T $ 142.00 S. COLLECTOR 1008 08-48 50 WILSON BLVD. ESTATES TAX SS E-08-48-SS2 Mitsubishi MS-A09WA 7001790 $ 142.00 S. COLLECTOR 1009 08-48 50 WILSON BLVD. ESTATES TAX CU E-08-48-CU1 CARRIER 24ABR348A52C 2407E10287 $ 62.00 S. COLLECTOR 1010 08-48 50 WILSON BLVD. ESTATES TAX CU E-08-48-CU2 CARRIER 24ABR348A52C 2407E10286 $ 62.00 S. COLLECTOR NEW 1011 08-49 3851 UTILITY DR. SCRWTP AHU E-08-49-AHU1 YORK XTI-096X051 $ 194.00 OPERATIONS BUILDING NEW 1012 08-49 3851 UTILITY DR. SCRWTP AHU E-08-49-AHU2 YORK XTI-090X051 $ 194.00 OPERATIONS BUILDING NEW 1013 08-49 3851 UTILITY DR. SCRWTP AHU E-08-49-AHU3 YORK XTI-096X048 $ 194.00 OPERATIONS BUILDING NEW 1014 08-49 3851 UTILITY DR. SCRWTP AHU E-08-49-AHU4 YORK XTI-108X057 $ 194.00 OPERATIONS BUILDING NEW 1015 08-49 3851 UTILITY DR. SCRWTP AHU E-08-49-AHU5 YORK XTI-096X072 $ 194.00 OPERATIONS BUILDING NEW 1016 08-49 3851 UTILITY DR. SCRWTP AHU E-08-49-AHU6 TRANE TWE240B400EL $ 80.00 OPERATIONS BUILDING NEW 0 08-49 3851 UTILITY DR, SCRWTP AHU E-08-49-AHU7 TRANE TWE240B400EL $ 80.00 OPERATIONS i BUILDING NEW 1018 08-49 3851 UTILITY DR. SCRWTP AHU E-08-49-AHUB YORK LA120C00A6AAA1A $ 80.00 OPERATIONS BUILDING Packet Page-2003- cp,c NEW 12/10/2013 16.E.6. 1019 08-49 3851 UTILITY DR. SCRWTP AHU E-08-49-AHU9 YORK HA120C00A4AA1A $ 80.00 OPERATIONS BUILDING NEW 1020 08-49 3851 UTILITY DR. SCRWTP AHU E-08-49-AHUIIYORK LA120C00A6AAAIA $ 80.00 OPERATIONS BUILDING NEW 1021 08-49 3851 UTILITY DR. SCRWTP CU E-08-49-CU1 YORK HICE150A46C $ 80.00 OPERATIONS BUILDING NEW 1022 08-49 3851 UTILITY DR. SCRWTP CU E-08-49-CU2 YORK HICE150A46C $ 80.00 OPERATIONS BUILDING NEW 1023 08-49 3851 UTILITY DR. SCRWTP CU E-08-49-CU3 YORK H4CE180A46A $ 80.00 OPERATIONS BUILDING NEW 1024 08-49 3851 UTILITY DR. SCRWTP CU E-08-49-CU4 YORK H4CE180A46A $ 60.00 OPERATIONS BUILDING NEW 1025 08-49 3851 UTILITY DR. SCRWTP CU E-08-49-CU5 YORK H4CE180A46A $ 80.00 OPERATIONS BUILDING NEW 1026 08-49 3851 UTILITY DR. SCRWTP CU E-08-49-C U6 TRANE TTA240840UFA $ 80.00 OPERATIONS BUILDING NEW 1027 08-49 3851 UTILITY DR. SCRWTP CU E-08-49-CU7 TRANE TTA240840UFA $ 80.00 OPERATIONS BUILDING NEW 0 08-49 3851 UTILITY DR. SCRWTP CU E-08-49-CU8 YORK HA120C00A4AA1A $ 80.00 OPERATIONS BUILDING NEW 1029 08-49 3851 UTILITY DR. SCRWTP CU E-08-49-CU9 YORK HA120C00A4AA1A $ 80.00 OPERATIONS BUILDING NEW 1030 08-49 3851 UTILITY DR. SCRWTP CU E-08-49-CU10 YORK HA120C00A4AA1A $ 80.00 OPERATIONS BUILDING 1031 08-51 790 21ST STREET 21ST STREET AHU E-08-51-AHU1 TRANE TWE040E13FB 449MOD1 V $ 80.00 NW HOUSE 1032 08-51 790 21 ST STREET 21ST STREET CU E-08-51-CU1 TRANE 2TTZ9036A1004492WCL1F $ 62.00 NW HOUSE 1033 08-51 790 21ST STREET 21ST STREET CU E-08-51-CU2 TRANE 2TTX4018A100 4321MMY1F $ 62.00 NW HOUSE 321 N. 1ST ICP 1034 11-11 STREET RESTROOM/ AHU E-11-11-AHU1 TRANE TWE048C14FC44515W21V $ 80.00 OFFICE 321 N. 1ST ICP 1035 11-11 STREET RESTROOM/ AHU E-11-11-AHU2 TRANE TWE048C14FC 4472KXN 1V $ 80.00 OFFICE 321 N. 1ST ICP 1036 11-11 RESTROOM/ AHU E-11-11-AHU3 TRANE TWE060C15FD4463L871V $ 80.00 STREET OFFICE I Packet Page-2004- O .--- I 12/10/2013 16.E.6. 321 N. 1ST ICP 1037 11-11 STREET RESTROOM/ AHU E-11-11-AHU4 TRANE TWE030C14FB4472KXG1V $ 80.00 OFFICE 321 N. 1ST ICP '038 11-11 W STREET RESTROOM/ AHU E-11-11-AHU5 TRANE TE180B300E 4504PNFHD $ 80.00 OFFICE 321 N. 1ST ICP 1039 11-11 STREET RESTROOM/ CU E-11-11-CU1 TRANE 2TTB0030A100 43325755F $ 62.00 OFFICE 321 N.1ST ICP 1040 11-11 STREET RESTROOM/ CU E-11-11-CU2 TRANE 2TTA0060A30043350YK3F $ 62.00 OFFICE 321 N. 1ST ICP 1041 11-11 STREET RESTROOM/ CU E-11-11-CU3 TRANE 2TTA0060A300 43354R93F $ 62.00 OFFICE 321 N. 1ST ICP 1042 11-11 STREET RESTROOM/ CU E-11-11-CU4 TRANE 2TTB0030A100 43325UY5F $ 62.00 OFFICE 321 N.1ST ICP 1043 11-11 STREET RESTROOM/ CU E-11-11-CU5 TRANE TTA18B300FA 4504NL4AD $ 62.00 OFFICE ORANGETRE 225N052117375- 1044 11-112 ORANGETREE E SHERIFF AHU E-11-112-AHU BARD WA372-A10XX4 02 $ 112.00 SUBSATION ORANGETRE 255P052121940- 1045 11-112 ORANGETREE E SHERIFF Cu E-11-112-CU1 BARD WA372-A10XXg 02 $ 112.00 _SUBSATION Immokalee 1046 11-114 110 Airpark Blvd. Airport Sheriff E-11-114-C CU TRANE TCK036A100AE 3332TCX3H $ 142.00 Mobile Home MAIN 1047 11-116 6315 PEPPER LODGE@ CU E-11-116-CU1 CARRIER 38CKC048370 1605E03044 $ 60.00 ROAD PEPER RANCH MAIN {8 11-117 6316 PEPPER LODGE@ AHU E-11-116-AHU CARRIER FA4BNF048 0705A75081 $ 80.00 ROAD PEPER _RANCH 1049 11-12 321 N 1ST STREET ICP FIELD SS E-11-12-SS1 EMIO S1CA2000A00 1-07-D-5890-14 $ 142.00 _HOUSE 1050 11-12 321 N 1ST STREET ICP FIELD SS E-11-12-SS2 EMIO WLHAl2A0 1-07-D-5784-14 $ 142.00 HOUSE 13020 IMMOKALEE 800 MHz 1051 11-200 ROAD GENERATOR WU E-11-200-WM1 BARD WA372-A10XX42222 5K021757979- $ 112.00 02 CORKSCREW 13020 IMMOKALEE 800 MHz 225K021757996- 1052 111-200 ROAD GENERATOR WU E-11-200-WM2 BARD WA372-A10XXA 02 $ 112.00 CORKSCREW 1215 ROBERTS ROBERTS 1053 11-89 AVE.W RANCH AHU E-11-89-AHU1 SPACE PACK ESP-2430V AAQ-1387 $ 112.00 HOUSE 1215 ROBERTS ROBERTS 1054 11-89 AVE.W RANCH AHU E-11-89-AHU2 TRANE TTB024C100A2 3152AL62V $ 142.00 _ HOUSE ROBERTS 105511-89 1215 ROBERTS RANCH CU E-11-89-CU1 TRANE TWE036C14FB3082RAS5F $ 142.00 AVE.W HOUSE 1215 ROBERTS ROBERTS 1056 11-89 AVE.W RANCH CU E-11-89-CU2 TRANE TTB0036A1000 30345JK4F $ 142.00 HOUSE 1215 ROBERTS ROBERTS 1057 11-90 RANCH CU 11-90-CU1 GOODMAN GPH1348H21A 905739449 $ 142.00 AVE.W OPERATIONS Packet Page-2005- CA 12/10/2013 16.E.6. 1058 02-08 2800 N. DEVELOPME E-02-08-0,OAU ADDISON HORSESHOE DR. NT SERVICES $ - 1059 02-09 2800 N. DEVELOPME E-02-08-R-RTU CARRIER 50TFF012-V51'unknown $ 112.00 HORSESHOE DR. NT SERVICES Packet Page-2006- C� 12/10/2013 16.E.6. ,o- L.0 m CO ,11 ` o o 0 0 0 3 c un t0 iS o O o > Z O o ` — O N ■-i N Q1 n N O ` O O 0 tD' on r-I O O IIHH N N O U To • CV? iA fi ih I+ O O O 1.41 O O O w m z O a O I— in m oo 13 TO Oi. le Ln m V 1--1 P N C 0 h to O r0 O O liii!! O lD O1 01 e-I N a 2 vti irs. o 0 m Q m m r4 M o r.l N O 10 N e-I W Qn ....„ IIfo C O O F- L -O v L Q Q O ,' d C Q m ao C ai ci C .- C _ p 0 two t13 C 0 to * . a -o +., o II�L .1111111 as al Packet Page-2007-