Loading...
Agenda 06/26/2018 Item #16C1106/26/2018 EXECUTIVE SUMMARY Recommendation to authorize payment of $92,422.43 to Johnson Controls, Inc., to pay the balance due on purchase orders for work quoted as lump sum, which was successfully completed and accepted by County staff. OBJECTIVE: To provide payment to Johnson Controls, Inc. (JCI), for work that was quoted as lump sum, which was successfully completed and accepted by County staff. CONSIDERATIONS: The Board of County Commissioners awarded Agreement Number 10-5373 (hereafter, the “Agreement”), Energy Management Services, to JCI on March 8, 2011 (Agenda Item 10H). That Agreement provides for continuing services to include energy management, energy retrofit, building automation, chiller operations, HVAC heating/ventilation/air conditioning, fire alarm controls, and security services. In part, Article 3, section 3.1B, of the Agreement states: B. For construction (new work), retrofit projects and routine maintenance services, the Contractor may submit a proposal, either on a lump sum basis or a time and material basis with a "Not to Exceed" total, at the discretion of the County. All pricing shall be based on the rates indicated in Exhibit “A.” Each proposal shall be supported by a completed spreadsheet, the template for which shall be as shown in Exhibit “B,” attached hereto and incorporated by reference. For lump sum proposals, the spreadsheet is for identifying resource allocation only and not required for payment processing. The County shall pay the Contractor for the performance of work outlined in each proposal as accepted and approved by the Director of Facilities Management or his designee in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such services are authorized. Departmental requests for services shall be paid upon completion or partial completion of the work tasks as accepted and approved by the appropriate Department Director or his designee pursuant to the Contractor's proposal and schedule for that department. Various County staff including Facilities, Public Utilities and Growth Management, requested lump sum proposals from JCI for various projects under the Agreement, assuming that the proposals would be in accordance with the contractual pricing. This Executive Summary is req uesting authorization for payment of Purchase Orders on fifteen (15) projects that were quoted as lump sum (with a remaining unpaid amount totaling $92,422.43), completed by JCI and accepted by the County. Backup documentation including but not limited to JCI proposals, the County’s Purchase Orders, related requisition and billing documents, and a summary sheet representing the remaining unpaid sum from JCI’s lump sum proposals are attached for review. Payment on these Purchase Orders is well over six (6) months to 1 ½ years past due. When these invoices were submitted, the Clerk’s Finance Office requested that JCI provide complete back up documentation to support its lump sum quote to ensure adherence with the contractual rates. Lump sum contracts require a contractor to submit a total price and is the most utilized kind of agreement where a project has a well-defined scope. It requires the contractor to provide the services it proposed, at the fixed price it proposed, regardless of whether it costs the contractor more to complete the work. A lump sum agreement assigns all the risk upon the contractor to perform notwithstanding any unforeseen complications that may arise on the project. The proposal is commonly generated by the contractor by 06/26/2018 “estimating” labor costs, material costs, and adding a specific amount that will cover the contractor’s overhead and profit margin. The benefit to the County in these type of contract arrangements is: (1) the reduction of owner risk for unknown or unforeseen conditions, (2) the establishment of a fixed price, (3) generally the contractor will work to complete such projects faster, (4) owner supervision is reduced as compared to a time and materials contract, and (5) it practically eliminates the possibility for t he issuance of change order, unless the County seeks additional services not provided in the original proposal. In contrast, time and material agreements allow for changes in the work scope due to unknown issues and must be supported by highly detailed back up documentation. Time and material proposals and contracts are sometimes also offered as a “not-to-exceed” arrangement, where the owner agrees to pay the vendor for the actual hours worked and goods supplied up to a maximum set amount. That way, i f the work takes fewer hours than agreed upon, the owner will end up paying less. Whereas in lump sum proposals the contractor takes on the risk of the work, time and materials proposals require a line by line break down detailing salaries for personnel, subcontractor expenses, materials and other project-related costs to be owed by the owner. This outstanding indebtedness brought to the Board concerns proposals that were clearly labeled as lump sum by JCI and where staff set up the Purchase Orders as lump sum arrangements. Notably, when looking at the entirety of the contractual arrangement between JCI and the County, at times there appears to be some ambiguity between what type of proposal the vendor believed it was quoting and what type of proposal staff believed it was being offered. A true lump sum arrangement generally requires very little specificity as to hours and hourly rates to perform particular tasks. Under this Agreement, all pricing was to be based on the contract’s rate schedule; which the vendor was required to detail in its proposal using a template attached to the agreement as Exhibit “B.” The Agreement, however, further provides that “for lump sum proposals, the spreadsheet is for identifying resource allocation only and not required for payment processing.” Considering much of the work staff engaged JCI to perform involved sole source proprietary repairs, which could not be performed by other vendors and therefore could not be separately competitively bid, engaging the work using a verifiable time and materials arrangement may have been more prudent. Nevertheless, except in those instances where proposals were clearly marked as time and material, staff believed these procurements with JCI to be lump sum arrangements. At one point, JCI allowed the County to continue to obtain services under the Agreement for over eighteen months notwithstanding claiming to be owed approximately one million dollars. Despite cooperatively working to resolve a lot of this indebtedness, on June 14, 2017, JCI placed the County on a credit hold; thereafter, only allowing future purchases or services if the County paid cash on delivery, by credit card or with certified funds. See Attached Correspondence from JCI dated June 14, 2017. This payment issue placed a significant strain on staff’s management of County facilities, which includes security buildings such as the Jail. To obtain payment for some of this large indebtedness, it appears that JCI began providing some of the back-up materials requested by the Clerk, as if the proposals were originally quoted as time and materials, rather than lump sum. For example, the purchase orders and proposals for attached County purchase order numbers 4500164416, 4500166090, 4500166093 and 4500166463 are initially quoted and opened by staff as lump sum but a Collier County Itemized Detail Summary completed by JCI dated months later appears with a “this is a not to exceed proposal” reference near the header. JCI has retained legal counsel as a last chance effort to resolve this payment dispute before pursuing its other available remedies. The County Attorney’s Office has reviewed this issue and has determined that the amount sought by this Executive Summary is consistent with the sum staff determined remai ns outstanding on the invoices for these fifteen (15) projects that were quoted as lump sum. The County Attorney’s Office is currently engaging JCI’s attorney regarding an additional approximately $108,485.71 06/26/2018 in outstanding invoices, many of which concern disputes regarding services/products provided, the actual payment proposal agreed upon (lump sum or time and materials), the need to pull or close out permits on projects, and services or items that were billed but are not compensable under the Agreement (e.g., time spent preparing a proposal). If after further discussions with JCI’s attorney it is determined that additional amounts are owed to JCI, staff will bring back a further Executive Summary for the Board’s consideration addressing those additional outstanding invoices. FISCAL IMPACT: The fiscal impact of $92,422.43 will come from multiple funds; General Fund (001), County Wide Capital Fund (301), Water (User Fee) Capital Fund (412) and Wastewater (User Fee) Capital Fund (414). LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: There are no Growth Management impacts associated with this action. RECOMMENDATION: To authorize payment of $92,422.43 to Johnson Controls, Inc., to pay the outstanding balance due on the attached purchase orders for work quoted as lump sum (and as summarized on the Summary of Invoices), which was successfully completed and accepted by County staff. Prepared by: Linda Jackson Best, Sr. Operations Analyst, Facilities Management Division ATTACHMENT(S) 1. Demand Letter 4-16-18 (PDF) 2. CollierCoMemotoAccountStatus_OnHold6_13_2017_20170925174632.106_X (PDF) 3. [Linked] Proposals (PDF) 4. 5. Summary of Invoices (PDF) 06/26/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.11 Doc ID: 5882 Item Summary: Recommendation to authorize payment of $92,422.43 to Johnson Controls, Inc., to pay the balance due on purchase orders for work quoted as lump sum, which was successfully completed and accepted by County staff. Meeting Date: 06/26/2018 Prepared by: Title: – Facilities Management Name: Linda Best 06/05/2018 1:04 PM Submitted by: Title: Deputy Department Head – Solid and Hazardous Waste Name: Dan Rodriguez 06/05/2018 1:04 PM Approved By: Review: Facilities Management Linda Best Additional Reviewer Completed 06/05/2018 1:06 PM Solid and Hazardous Waste Dan Rodriguez Additional Reviewer Completed 06/05/2018 1:25 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 06/05/2018 1:46 PM Procurement Services Sandra Herrera Additional Reviewer Completed 06/05/2018 1:51 PM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 06/05/2018 1:56 PM Procurement Services Ted Coyman Additional Reviewer Completed 06/05/2018 2:46 PM Solid and Hazardous Waste Sarah Hamilton Additional Reviewer Skipped 06/05/2018 2:54 PM Procurement Services Catherine Bigelow Additional Reviewer Completed 06/05/2018 3:00 PM Public Utilities Department Sarah Hamilton Level 1 Division Reviewer Completed 06/05/2018 3:16 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 06/06/2018 9:02 AM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 06/06/2018 2:04 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 06/06/2018 2:10 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 06/06/2018 3:09 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 06/06/2018 3:19 PM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 06/06/2018 3:48 PM Board of County Commissioners MaryJo Brock Meeting Pending 06/26/2018 9:00 AM John P. Mitchell 609-716-6586 Direct 609-799-7000 Fax john.Mitchcll@dbr.com I�Is[11i;,. April 13, 2018 105 College Road East 11.a Box 627 Princeton, NJ 08542-0627 VIA CERTIFIED MAIL, RRR & FEDERAL EXPRESS (609) 716-6500 (609) 799-7000 fax Collier County Government Center o,„n,Ldrinkerbiddlc.com Purchasing Department — Purchasing Building A Delmrmr Laded 3327 Tamiami Trail East LiibikN Naples, Florida 34112 Attn: Steve Carnell, Purchasing/GS Director CALIFORNIA DELAWARE Linda Jackson Best, MBA ILLINOIS Sr. Operations Analyst NEW JERSEY Facilities Management Division NEW YORK PENNSYLVANIA 3335 Tamiami Trail East, Suite 101 TEXAS Naples, FL 34112 WASHINGTON D,C. Re: Contract #10-5373 Energy Management Services Demand for Payment Dear Ms. Best and Mr. Carnell: This firm represents Johnson Controls, Inc. ("JCI") related to Contract 410-5373 (the "Contract") between JCI and Collier County (the "County"). I write with regard to the County's failure to make required payments and resulting breach of its obligations under the Contract. Pursuant to the dispute -resolution provisions of the Contract, JCI has made a good -faith effort to resolve this dispute with the County. In fact, JCI has been engaged in ongoing efforts to secure payments due from the County since 2016. These efforts culminated in December 2017 in the form of an in-person negotiation that was attended by both representatives from JCI with full decision-making authority, as well as by the appropriate County personnel. During this meeting, the County's contractual obligations Jnnalhnn /. Gpelein related to lump -sum payments due under the Contract were explained in detail. Parne).ra'nun,ihle'lor />,�lncelon or>l,e However, the County has repeatedly refused to tender payment without offering any factual or legal basis to support its position. Rather, it appears the County is seeking to modify the Contract and pay on a time and materials basis despite the fact that it sought and received multiple bids, and agreed with JCI for payment on a lump sum basis for certain scopes of work. I::uriGlished 1849 91860059.1 April 13, 2018 Page 2 This letter shall constitute notice and a demand that the County pay the full balance of $227,067.67 due to JCI under the terms of the Contract. Please respond by Monday, April 23, 2018 to confirm the County's agreement to pay this balance within thirty (30) days of the date of this letter. In the event that the County fails to respond or refuses to tender payment, JCI hereby reserves all rights to institute an action to collect all amounts due and assert all available remedies, including but not limited to a claim for attorney's fees and costs in accordance with applicable state law. See, e.g., Fla. Stat. § 218.76(3) ("In an action to recover amounts due under [The Local Government Prompt Payment Act], the court shall award court costs and reasonable attorney's fees, including fees incurred through appeal, to the prevailing party"). If you have any questions please do not hesitate to contact me. Very truly yours, 91(� L4� John P. Mitchell 91860059.1 ((D(PDESIGN Johnson Controls, Inc. Building Efficiency 3802 Sugar Palm Dr. Tampa, Florida 33619 Cell 813-597-9587 FAX 813-635-2276 DATE: 6/14/2017 Collier County Government Attention: Ted Coyman, Director of Procurement Services RE: Johnson Controls Account Status – Credit Hold Mr. Coyman, Johnson Controls would like to thank you for your efforts in assisting our company with clearing approximately $1,400,000.00 in past due payment requests. We appreciate your assistance in getting members of the Clerk’s office together with the Johnson Controls’ team regarding these invoices and making every effort to expedite the process and payments to JCI. It is however apparent at this time that despite focusing one of our employees, full time to respond to rejected invoices and provide backup documentation to Collier County, that the Clerk’s office is unable to work towards a reasonable method to expediting payments and clear our accounts payable issues. We participated in an effort on June 12, 2017 to review twelve invoices with the Clerk’s staff and uncovered that nine of these invoices could be processed immediately; however, this is unsatisfactory. Johnson Controls has allowed Collier County to carry close to one million dollars ($1,000,000) in Accounts Receivable for over 18 months. This has come at a significant cost of doing business. Collier County has received goods and services and has not been held accountable for payment to their vendors in a responsible manner. Johnson Controls would like to remind the County that according to 10-5373, lump sum proposals payment do not require the spreadsheet or back up documentation, Exhibit A, for payment. In the past year Collier County Government has changed its requirements for payment processing in direct conflict with its own procurement directive and contract language. It has further allowed the County to reject invoice after invoice and delay payment. Also as discovered in our meeting Johnson Controls does not agree that short paid invoices with any balance will be written off by Johnson Controls nor has anyone of authority agreed to such in writing. Johnson Controls will be totaling all short pay invoices for resubmittal to the County for payment. Effective immediately, Johnson Controls has placed all Collier County accounts on credit hold, any purchases required by the county until these accounts are brought up to current shall be COD, via Credit Card or Certified funds. We truly regret having to take these actions after the long relationship we have JOHNSON CONTROLS, INC. had over the years. Should you require any discussions in this matter please feel free to reach out and call me directly, Thank You. 10-5373 Contract language established and worked under by the County and Johnson Controls for over 15 years: Regards, Stephen P. Telo Florida Area Service Manager Stephen.P.Telo@jci.com 813 635 2206 cc: Dan Rodriguez JOHNSON CONTROLS, INC. Collier County Board of County Commissioners Collier County Board of County Commissioners Procurement Services Division Attn: Accounts Payable Phone: 239-252-8407 t` 'v 3299 Tamiami Td E Ste 700 Fax: 239-732-0844 "+'9 Naples FL 34112-5749 Tax Exempt: 85-8015966531C-1 OR email to: bccapclerk@collierclerk.com Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: FACILITIES MANAGEMENT 3335 TAMIAMI TRL E, STE 101 NAPLES FL 34112-5356 Purchase Order number must appear on all related correspondence, shipping papers and invoices: Purchase order PO Numb r 4500157510 nate 03/02/2015 ContaUPemn Facilities Maint Delivery Dale: 09/30/2015 Terms of Payment Net 30 Days /tern Material Description Order Qty Unit Price Per Unit Net Value 00010 HVAC Improv. Building H136,977 EA 1.00 136,977.00 — Item partially delivered — Total net value excl. tax USD 136,977.00 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: httpl/purchasing.colliergov.net/Purchasing%20Policy/Forms/Allitems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Tri E Ste 700 Naples FL 34112-5749 OR email to: bccapclerk@colliercterk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: r��-` �y-•--•�Z Edward F. Coyman Jr, Director, Procurement Services Division Pmte N1192018 @ 15:33:8 301-120435-634999-52162.1 Page 1 011 Johnson * Controls Johnson Controls, Inc. Building Efficiency 2335 N. Tamiarni Trail Suite 403 Naples Florida 34103 239 455-2930 Tele 239 455-2985 FAX CONTRUCTION DOCUMENTS COST ESTIMATE DATE: 2-25-2015 COLLIER COUNTY GOVERNMENT BUILDING "H" HVAC RENOVATIONS CONSTRUCTION DOCUMENTS NAPLES, FLORIDA DATED: FEBRUARY 24, 2015 PREPARED BY: SHAWN SIMPSON Johnson 0610 Controls SUBMISSION DATE: JOHNSON CONTROLS, INC. 23 09 00 INSTRUMENTATION AND CONTROLS FOR HVAC DIRECT DIGITAL CONTROL SYSTEM FOR HVAC SYSTEM SCOPE OF WORK 1......................HVAC Improvements • REPLACE ONE EXISTING OUTSIDE UNIT #2 ON THE ROOF. • REVISE EXISTING DUCT WORK ON THE ROOF TO REFLECT THE CHANGES • ADD THREE (3) NEW FLOW STATIONS AND VALVES TO MONITOR AND MANAGE AIR FLOW TO THE ASSOCIATED UNITS #1,#2 & #6 • RECALIBRATE THE CONTROLS FOR THESE UNITS • ADD ONE (1) NEW NAE TO PICK ALL THESE CHANGES AND IMPLEMENT ENERGY SAVINGS AS REQUESTED • ADDITION OF ONE (1) IN-LINE BOOSTER PUMP TO CHILL WATER LINE FROM BUILDING K TO INCREASE CHILL WATER SUPPLY PRESSURE • SUPPLY DESIGN DOCUMENTS AND DRAWINGS FOR A FINAL CONSTRUCTION EQUIPMENT SUMMARY QTY EQUIPMENT TAGS 1 OUTSIDE AIR HANDLING UNITS AHU-2 PRICING FOR A TURN KEY PROJECT ......... $136,977.00 This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. Signature NAME: P.O. #: DATE: This proposal is valid until 5/15/2015 Johnson Controls, Inc. Signature NAME: SHAWN SIMPSON TITLE: SENIOR ACCOUNT EXECUTIVE Collier County Board of County Commissioners Procurement Services Division Collier County Board of County Commissioners Phone: 239-252-84 Accounts Payable Fax: 239-732-0844 44 +'� 3299 Tamiami Tri E Ste 700 Tax Exempt: 85-8015966531C-1 Naples FL 34112-5749 OR email to: bccapclerk@collierclerk.com Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: SOLID WASTE MANAGEMENT DEPARTMENT attn: Richard Darroux 9950 GOODLETTE-FRANK ROAD, STE 302 NAPLES FL 34109 vurcnase Order number must appear on all related correspondence, shipping papers and invoices: E e order 500159520 nafa06/23/2015 Logistics Delivery Dale: Terms of Payment Net 30 Days Item Material Description Order Qty Unit Price Per Unit Net Va/ue 00010 SCWRF Security Gate 35,297.15 EA 1.00 35,297.15 South Wastewater Plant Gate repairs Total quantity spread over the following delivery dates: "' Item partially delivered — Quantity Unit 246.93each MOD-SCWRF Delivery Date Day 09/30/2015 Gale Mods Myo Please add a line to PO 4500159520 in the amount of $8,797.00 for additional South Wastewater Plant Gale repairs. Original PO amount: $35,297.15 New PO amount: $44,094.15 "` Item completely delivered "• Total net value axe]. tax USD VENDOR Terms and Conditions 8,797 44,094.15 The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: htlp://purchasing.colliergov.netfPurchasing%20POlicy/Forms/AJIltems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 7 Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Tri E Ste 700 Naples FL 34112-5749 OR email to: bccapderk@collierderk.com Purchase Order is authorized under direction of Collier County Board of County Commissioners by: Edward F Coyman Jr Director, Procurement Services Division Pmle 04/202018 @ 07:17 48 414-263614-263100-72505.3 Page 1 of 1 Johnson * Controls Johnson Controls, Inc. Systems Division 2900 S. Horseshoe Drive Suite 1300 ---Naple�FL-34109 - Tel: 239-455-2930 Fax: 239-455-2985 To: Dayne Adkinson Project: CCG Water Plant Security Gates RE: Additional Camera's and Emergency Phone Date: June 22, 2015 Page 1 of 2 Johnson Controls, Inc. thanks you for the opportunity to submit this proposal. This proposal is inclusive of all the work as requested by the Owner. All work in this proposal in accordance with RFP 10-5373 and quoted as a LUMP SUM Proposal SCOPE OF WORK - SECURITY South Water Plant - Warren Street Emernencv / Information Station ♦ Provide and Install Two (2) Code blue CD -19 Station ♦ Expedited shipping for the Code Blue units CCTV ♦ Install Two (2) Fixed Cameras and all associated hardware ♦ Install Two (2) Pelco Encoders in place of existing DVR's ♦ Run One (1) new CAT 6 to each location cable as requested to control console from electrical room Pricing South Water Plant - ........................... $35,297.15 Clarifications: • Owner is required to supply network communications and or IP addresses as required. • New IP cameras will tied to existing servers • Card Access will remain on Existing Stanchion • No additional programming or changes to existing systems • County to provide Network Hardware • Full access to all sites • All work performed during normal working hours (Important: this proposal incorporates by reference the terms and conditions on the last page of this document) This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. This proposal is valid until 8-15-2015 Johnson Controls, Inc. INITIALS: JOHNSON CONTROLS, INC. Signature NAME: P.O. N: DATE: PAGE 2 OF 2 Signature NAME: SHAWN M SIMPSON TITLE: SENIOR ACCOUNT EXECUTIVE INITIALS: PURCHASE REQUISITION FORM Collier C'onnff- Public Ul/lllies SHIVAID .Solid, and Hotordons 1Vosle Alouogexdnu 3339 East Towimn, Trull, Suile 302 Noples, P134112 Total Amount Requested By Date S 35,297.15 Daync Atkinson 6/1212015 DELIVE,RV ADDRESS: Johnson Controls Inc Other (see below) SHWMD-27191 Line Fund Fund Centcr ProjeclfWBS Vender Contract 1 414 263614 763100 Improvements General 72505.3 110177 Other (see below) 2 0 NN/A Blnlerial Agreement 10-5373 3 0 NN/A 29005 4600002779 4 0 dN/A Charge Linc Descri tion P Quantity Unit Price Unit of Measure Amount 10 South Waste Water Plant- Plant Security Gatc I S35,297.15 LS S 35,297.15 Requested By Date: CO i5 S (Signature) Ilio rd Darrous for Dame Atkinsua; Projeet Mamgcr Solid & Haz zdous 5'astcI&- gemetu Dcpaument Approved (Signature) if�� / Date: .f Irlw — 'I'O'I)S I, nic a ,.IdHA,CRNA Director olid & Harzr us Waste Managensnl Npanmem S 35,297.15 Johnson J�jc� Controls ORIGINAL INVOICE Building Efficiency Federal ID 390300010 Invoice #: 00038681974 Invoice Date: 12/5/2015 PO #/WO#: 4500159520 Service Order: 5N000127 Customer: 1133918 Order Type: Service Order Bill To: Board of County Commissioners Attn: Finance Department PO Box 413016 Naples, FL 34101 Work Site: CCG PU SCWRTF Security Invoice Comments: Change order to add License Plate Camera, wireless access and gate release by phone. Total Quote Price $ 33,578.19 Taxes $ Total Amount Due I USD $33,578,19 Payment Due Upon Receipt of Invoice Terms: If any Invoke Is not paid In full within 30 days, the Customer hereby agrees to pay Interest at a rate of 1.50/a per month (18% annually) upon the unpaid portion of the Invoke. If action or suit is brought by Johnson Controls, Inc. to collect any amount due or ovdng under this big, Customer agrees to pay all costs of collection including attomeys fees. Disposable, Environmental a. Usage (DEU) fee listed on this may Include charges for one or more of the following miscellaneous: electrical, pneumatic, welding supplies, hardware materials, cleaning supplies, or refrigerant reclaim disposal. A lump sum charge was applied rather than Itemizing usage. We hereby certify that these goods are produced in compliance with all applicable requirements of sections b, 7 and 12 of the Fair Labor Standards Act of 1938, us amended, and of regulations and orders of the Administrator of the Wage and Hour DIvskn Issued under section 14 thereof. Please reference our Invoice Number and amount with your payment and send ONLY to the address on this Invoice. Payment Terms: Invoice due upon Receipt Remit Payment To: Direct Billing Inquiries: 866-866-0886 JOHNSON CONTROLS po Box go524D CHARLOTTE, NC 28290-5240 To Remit Via Credit Card: To Remit Via ACH Wire Transfers: Call the phone number listed above. IP MORGAN CHASE ONE CHASE MANHATTAN PLAZA NEW YORK, ' 10005 INVOICE #: 00038681974 �� C1EDIfTO: JOHNSON CONTROLS INC. ABA#071.000013 DEPOSITOR ACCr#55-14347 TYPE OF ACCOUNT: CHECKING AMOUNT DUE: $33,578.19 Johnson i Collier County Itemized Detail Summary Controls This is a Not To Exee2d Proposal (Pricing based on Energy Management RFP #10-5373) Invoice Date: 12/5/2015 I Total - PROJECT # SN000127 Invoice #1 00038681974 t 1PO#'- 4500159520 Work Site: JCCG PU MVRTF Security - 33 57849 I Requested By: Hemantha Ranatunge Description of Scapa of Work: Change order to add License Plate Camera, vdreless access and gate release by phone. Construction Personnel Regular Hrs Overtime Hire Regular Rate Overtime Rate Total Lead System Spedallst Project Manager Site Supervisor System Design System Engineer S stem Technician - - 102.00 153.00 - ' `129.00 - '- 193.50 .90.00 - - - 135.00 - - - 90.00 -135.00 - - 102.00 153.00 - - 65.00- ' --47.50 "- - HVAC Service Personnel Regular Hrs Overtime Hm Regular Rate Overtime Rate < ' Total Chiller Mechanic Project Manager 5erv1ce/HVAC Technidan Service Controls Technician --100.00 ``i50.00 129.00 - - 193,50 86.00 - 129.00 115.00 "172.50 - Fire & Security Services Re ular firs Overtime Hrs Regular Rate- -'Overtime Rate - -Total Fire Inspector Project Manager System Technician System Engineer Service Representative $ 65.00 S 97.50 - 16 129.00 - `-193.50 -.- 2,064.00 - 102.00 - 153.00 - - - 16 `- .102.00. 153.00 1632.00 80 - 102.00 - -:153.00 -. 8,160.00 Outside Vendor Materials:. -Sub-Total . --11856.00 Part #/Descri tion Qty Unitcost Multiplier Unit Price '' Ext Price -- PELCO -4310532015 1 $901.32 ` 1.25 1126.65 1,126.65 126.65ANDCTER-115003867 ANXTER-11SO03867 1 246.12 - - 1.25 307.65 - 307.65 GMY13AR ELEC-982135285 1 92.63 1.25 -. 115.79 115.79 ADI-P67D)201 1 235.98 -- 1.25 - .294.98 - 294.98 ADI-P67D)202 1 523,98 1.25 - 654.98 $ 654.98 CODE BLUE -INE -106777 1 5187.00 - 1.25 - 6483.75 6483.75 CODE BLUE INE -Freight $ 467.00 'JCI Parts (In -Nouse) - Sub -Total $ 9,450.79 - Part #/Desai tion QtY List Multiplier 'Unit Price-'- --Ext Price " 0.50 $ _ - 0.50 $ $ - :.`0.50 $ $ - - --^ 0.50 $ -. $.. ._0.50 $ - - - Freight SubcontractedServices-_ Sub -Total (Indutles communications Systems and other services provided through subwntractors $ - -- --- " Description Qty I cost Multiplier Unit Price Ext Price NEW IQ LLC 1 $ 8,500.00 1.10 $ - 9,350.00 $.' 9,350.00 1.10 $ $ 1.10 $ Other Charges Description Clerical Material Handling Mllea a QtV i 161 1 69til Rate 155.00 I55.00 $ 1.00 Ext Price 880.00 Sub -Total 9,350.00 I Sub -Total 1 $ 1,578.00 1 - Sub -Total -- - I- -Profit 10a/o I Total - - -- CCG Permit Fees hue " 32 234.79 1343.40 33 578.19 - 33 57849 2 -Energy Mgmt Billing Template CCG PU SCWRTF -Security-00038681974.xisx 4/24/2017 Collier County Board of County Commissioners Collier County Board of County Commissioners Procurement Services Division Attn: Accounts Payable Phone: 239-252-8407<W 3 3299 Tamiami Td E Ste 700 Fax: 239-732-0844 ?,,. Naples FL 34112-5749 Tax Exempt: 85-8015966531C-1 OR email to: bccapclerk@collierclerk.com Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: FACILITIES MANAGEMENT 3335 TAMIAMI TRL E, STE 101 NAPLES FL 34112-5356 Purchase Order number must appear on all related correspondence, shipping papers and invoices: Purchase order PO Number 4500159622 oate06/29/2015 C ted Person Facilities Maint Terms of Payment Net 30 Days Delivery Date: Item Material Description Order Qty Unit Price Per Unit Net Value 00010 3 Wireless receivers Immokalee Lib "' Item completely delivered "' 5,461.45 EA 1.00 Total net value excl. tax USD 5,461.45 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://purchasing.mlliergov.neUPufchasing%20Policy/Forms/Allltems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Td E Ste 700 Naples FL 34112-5749 OR email to: bccapderk@collierclerk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: -(- ? r=�.---, �/. Edward F. Coyman Jr, Director, Procurement Services Division Printed N119M18 @ 15:31:14 301-120435EM4 52162.1 Page 10 1 Johnson 0 Controls 5, i l '* A ?'99 //a/17 Johnson controls, Inc. systems Division - _ Date:06-19-2015 2430 Vanderbilt Beach Road - S9Ile 108 / 9343 Naples, FL 34109 Tel: 239-455-2930 Fax: 239-455-2985 - To: Josh Hammond Project: CCG Immokalee Library RE: 417 N 1st Street, Immokalee Johnson Controls, Inc. thanks you for the opportunity to submit this proposal. This proposal is inclusive of all the work as requested by the Owner. All work in this proposal in accordance with RFP 10-5373 SCOPE OF WORK Johnson Controls, Inc. will install the following (3) three wireless receivers and a S321 controller at the Immokalee Street Library. We will provide 3 wireless transmitters for the library employees and 3 wireless receivers that will tied back to the S321 controller. The S321 will be tied back to the existing Collier County P2000 system on the existing network. Network • (1) S321 Network Controller Panic Hardware • (3) Wireless Transmitter • (3) Wireless Receivers Clarifications: I (455 t;r • Owner will supply network communications and or IP addresses as required. • No additional programming or changes to existing systems • No interlock to existing Fire Alarm systems • Full access to all sites • All work performed during normal working hours Cost Summary: We propose to furnish the materials and/or perform the work above for the net price of: $7,658.45. INITIALS: Johnson J)��� Controls voice Date: Collier County Itemized Detail Summary Lia for quofes and invoice delail sidmii Sinn (Pacing based on Energy Maragement RFP #10-53]3) of Lead System Specialist Project Manager Site Supervisor System Design System Engineer System Technician HVAC Service Personnel Qty Description QtyCost Multiplier Unit Price $-; 102.00 $ > 153.00 $ $_ Part #/Description Qty $ - - 129.00- $ - 393.50 $ :- --- $-.' 90.0 $ - - 135.00 $ $ ::- 90.00'.1 $ -, 13500 $ -::- - $' 102.00 1153.00 $ $ -- -65.00-. 5 -' 97.50 $.. - Regular Hrs Overtime Hrs Regular Rate I Overtime Rate Total Chiller Mechanic Project Manager Service/HVAC Technician Service/Controls Technician Fire & Security Services 5321 -IP 1 $ $-.- 100.00. $ -15000 $ ---_ SEC-ENC1616WD 1 $ $ 129.00- $ ..,193.50 $ .- $- 86.00 $ ". 129.00 $--"- -- $ 115.00- $ ' - - 17250 $ - Regular Hrs Overtime Hrs Regular Rate Overtime Rate Total Fire Inspector Project Manager System Technician System Engineer Service Representative 228.98 $: 65.00 $ - 97.50 $ .. $ -91.54: 4 -$-- 129,00, $ - >. 193.50 $ _-. S16.00 8 -$" 102.00.. $ -= 153.00 $ ` 816.00-< 4 $ .102.00 $ -' 15300 $-- 408.00, $ - - 102.00: $ - 153.00 T77777777 Outside Vendor Materials: r-. -$ Sub -Total $ 1,740.00 Part#/Description Qty - _ - Unit Cost Multiplier Unit Price Ext Price 1-BTTN 1 -CH PENDANT X-MTTR 3 $ 36.99 1.25 $ =46.24: $ -,138.71 4 -CH RECEIVER 32-ZN DX FORMAT 3 $ 51.99 - 1.25 $ 69.99 $ 194.96r Z -WAVE APPLIANCE PLG 120VAC/5A 3 $ 28.50 - 125 $ -' .35.63. _$ 106188 $ - -- 1.25 $ -_ ,. $ . $ - - _ 1.25 $ -',. -_ $ - $- - 1.25 $ - $ - Freights Sub -Total ; 440.55 JCI Parts (in -House) Qty Description QtyCost Multiplier Unit Price Ext Price Nev, IQ 1 $ 3,000.00 1.10 $-.' 3, 300.00 .$ 3;300.00 1.10 -$" - $_ Part #/Description Qty List Multiplier 24ul $ Unit Price -$. Ext Price 5321 -IP 1 $ 2,082.41 - 050 $--- 1,04L21 SEC-ENC1616WD 1 $ 457.96 0.50 $. , 228.98.'$ 228.98 5300 -BAT 2 $ 91.54 0.50 -$' 45.77-. $ -91.54: 0.50 $ r-. -$ 0.50 - _ - -- - Freight , Sub -Total $ 1,361.73 Subcontracted Services (Includes communications Systems and other services provided through subcontractors) Qty Description QtyCost Multiplier Unit Price Ext Price Nev, IQ 1 $ 3,000.00 1.10 $-.' 3, 300.00 .$ 3;300.00 1.10 -$" - $_ '$7.. - 2. Sub -Total 1 $ 3,300.00 Other Charges Description Qty Rate 1 Ext Pn.cc Clerical Material Handling Mileaae 4 Total Amount Due '$7.. - 2. $ _ - - 55.00 $ - 24ul $ •2 -$. `7,658.45 Sub -Total 1 $ 46 CCG immokalee Library Excell Worksheet 6/25/2015 1 Sub -Total I Profit 10% 1 Total I CCG Permit Fees Total Amount Due $..: 7,302.28 1 $ : 356.17 1 $- 7,658.451: -$. `7,658.45 CCG immokalee Library Excell Worksheet 6/25/2015 1 Collier County Board of County Commissioners Procurement Services Division Phone: 239-252-8407 Fax: 239-732-0844 Tax Exempt: 85-801596653IC-1 Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: SOLID WASTE MANAGEMENT DEPARTMENT attn: Angel Rodriguez 9950 GOODLETTE-FRANK ROAD, STE 302 NAPLES FL 34109 Collier County Board of County Commissioners Accounts Payable 329 3299 Tamiami Tri E Ste 700 ' Naples FL 34112-5749 OR email to: bccapcierk@collierclerk.com Purchase Order number must appear on all related correspondence, shipping papers and Invoices: Purchase order PO Number 4500162491 ate 10/07/2015 Comaa Person PU Logistics Delivery Date: 09/30/2016 Terms of Payment Net 30 Days /tem Material Description OrderQty Unit Price Per Unit Net Value 00010 RWBS two 6 -ton Split System Replacements 26,529.87 EA 1.00 26,529.87 RWBS Wellfield Building- 1231 7th Street SW- Install two (2) 6 -ton Split System Replacements with New Metasys Controls "` Item partially delivered •" Total net value axe]. tax USD 26,529.87 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: httpJ/purchasing.wlliergov.neVPurGhasing%20Policy/Forms/Allltems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all Invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Td E Ste 700 Naples FL 34112-5749 OR email to: bocapcIerk@collierclerk.com Purchase Order is authorized under direction of Collier County Board of County Commissioners by: 06. 71 Edward F. Coyman Jr, Director, Procurement Services Division P tw 0WOM18 @ 07:15:08 412-273512$52997-70114.1 Page 1 of 1 PURCHASE REQUISITION FORM Collier County- Public U11Nlles SHI F411D Solid and hazardous waste M1funagetnent 3339 East Tandy ni Trail, Suite 302 Naples, F134112 Total Amount Requested By Date S 26,529.87 Dayne Atkinson 9/25/1015 DELIVERY ADDRESS: Johnson Controls Inc. Other (see below) _ SHWMD - 27191 Line Fund Fund Center Material Vender Contract I 412 273512 dp sZ19 HYAL eoNTM-TORS 29005 110177 SAP Contract (see below) Project/WBS 10-5373 '701111, 1 Agreement 4600002779 ,,narge Line Description Quantity Unit Price Unit of Measure Amount 10 RWBS Well Field Bldg -1231 7th St SW — Install Two (2) 6 Ton Split System Replacements with New Metasys Controls I S 26,529.87 LS S 26,529.87 Requested 1; , Date: (Signanu'e) gyne Atkinson. Project \tanager Sul.' S Ilamrdous \'axle Management Department Approved 13y �\ Date: i TOTAL (Signature) . t odriguez, MRA. CFM Uirtctor Solid Iazardous Waste Management Department S 26,529.87 M Johnson Controls Building Efficiency Group 2335 Tamiami Tri N Naples, FL 34103 Phone(239)455-2930 -ToCollier County Government/PUD Attn: Dayne Atkinson Date: September 28,-2015 Project: RWBS Well Field Bldg -1231 7"' St SW — Install Two (2) 6 Ton Split System Replacements with New Metasys Controls Installation CCG RFP #10-5373 Scone as follows: • Furnish and install two (2) 6 Ton split system AC systems. • Demo existing 2-7.5 ton and 1 — 5 ton AC equipment. • Replace 2 existing refrigerant lines sets with new piping and insolation (required for new 410A refrigerant) • Provide SA ductwork and grille to area served by 5 ton(removed) system • Replace existing condensate drain. • Provide electrical work as required. • Condensing Unit tie -downs per code. Existing slab needs to be extended, condenser is too close to building. • All crane and rigging as required. • Any concrete work as required. • Start up and operate. • All work to be performed during regular hours. • New Metasys system with labor and material to allow for tie-in to allow for remote monitoring. Programming included. Note: System installation will be staged in order to maintain cooling during the installation to maintain one 7.5 ton system will be operating during the project retrofit. Total Lump Sum price for the above scope.....................................$26,529.87 This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. This proposal is valid until 60 days from above date SIGNATURE NAME: P.O. #: DATE: 61Eel .G17>fM NAME: RICHARD LANDREGAN TITLE: EQUIPMENT SALES Johnson O < r Collier County Itemized Detail Summary ControlsTHIS IS A LUMP SUM PROPOSAL (Pricing based on Energy Management RFP #10-5373) of Work: with new Metasys Lead System Specialist Project Manager She Supervisor System Design System Engineer $ 102.00 1 $ 1b3.0U $ 129.00 $ 193.50 $ 90.00 $ 135.00 $ 90.00 $ 135.00 $ 102.00 1 $ 153.00 Chiller Mechanic Project Manager Service/HVAC Technician G+rvtrc rfnnrrnic Tnrhnirian $ 100.00 $ 150.00 $ $ 129.00 $ 193.50 _ Is 80 $ 86.00 $ 129.00 1 $ 6,880.00 32 S IIS.00 I $ 172.50 1 $ 3.660.00 Fire Inspector Project Manager System Technician System Engineer Qty I Profit 10% $ 129.00 $ 102.00 $ 102.00 Outside Vendor Materials: Part#/Description Qty I Profit 10% Unit Cost Total Multiplier I Unit Price Permit Fees EM Price r 6 ton AC Systems $ 2 $ 3,509.00 1 $ 1.25 $ 4,386.25 $ 8,772.50 Aeftkierant line Set &insulation 26,529.87 2 $ 200.00 1.25 $ 250.00 $ - 500.00 return air arilles 2 $ 200.00 1.25 $ 250.00 $ 500.00 mist material 1 $ 150.00 1.25 $ 187.50 $ 167.50 SA Ductwork for 5 Ton system 1 $ 500.00 1.25 $ 625.00 $ 625.00 Metasys Parts 1 $ 2,225.00 1 1.25 2,781.25 $ 2 781.25 Freight $ 50.00 3CI Parts (In -House) Sub -Total $ 13,416.25 Part #/Description Qty List Multiplier Unit Price Ext Price 0.50 $ - $ - 0.50 $ - $ 0.50 $ - S Freight $ Sub -Total SubcontraCted Services (Includes communications Systems and other services provided through subcontractors) $ - Description Qty Cost Multiplier Unit Price Ext Price 1.10 $ $ 1.10 $ - $ 1.10 $ $ Other Charges Description Clerical Material Handling Mile a Qty 1 31 3 160 Rate 55.00 $ 55.00 $ 1.00 $ $ IS Ext Price 165.00 165.00 160.00 Sub -Total ; - I Sub -Total I S 490.00 1 CCG -PUD Well Field 7th St SW 9-28-15 cost sheetdocx 9/28/2015 Sub -Total I Profit 10% 1 Total I CCG Permit Fees Total Amount Due $ 24 66.25 1 $ 1,194.82 1 $ 25 661.07 1 $ ; 26,529.87 CCG -PUD Well Field 7th St SW 9-28-15 cost sheetdocx 9/28/2015 Johnson Controls ORIGINAL INVOICE Direct Inquires To: Johnson Controls, Inc 3802 Sugar Palm Dr a. ravaw cvnaors Tampa, FL 33619 Federal I Dd: 39-0380010 Atha Accounts Payable 8111 To: Collier County Board of County Commissioners 3299 Tamiami TO E Ste 700 NAPLES, FL 34112 $I WAC FL3411700 10107115 Joanne Markiewia Phone: 813-623.1188 Fax: Mail Check To: Johnson Controls PO Box 730068 Dallas. TX 75373 000 Original Contract Amount: 526.530 The Project Manager named above submits this application Approved Change Orders: s0 with knowledge. information, and belief that the work covered New Contract Amount: $26,530 by this application for payment has been completed in accordance Application Place with the Contract Documents, that 08 amounts have been paid by the Work Completed To Date: $26.530 Contractor for Work for which previous applications for payment were Less Retention: s0 issued and for which payments were received from the Owner Total Less Retention: $26.530 and that current payment shown herein Is now due. Less Invoiced To Dale: s0 s0 Total Amount Drue This Invoice: $25,530 100% Work Scheduled Previous Work In Stored Total Complete Balance Item Description Value Application Place Material and Stored Percent To Finish Retention A B C 0 E F G (D+EaF) H (G/C) I (CG) J 1 Job Progress $26,530 s0 $26.530 s0 $26,530 100% s0 s0 Totals $26.530 s0 $26,530 s0 $26,530 100% s0 s0 Please reference our invoice number and amount with your payment. Send only to the address on this invoice. Page 1 of 1 Collier CoWity Board of County Commissioners Procurement Services Division Phone: 239-252-8407 Fax: 239-732-0844 Tax Exempt: 85-8015966531C-1 Vendor# 115417 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Collier County Board of County Commissioners Accounts Payable 329 3299 Tamiami Trl E Ste 700 ' Naples FL 34112-5749 OR email to: bocapclerk@cellierclerk.com Purchase Order number must appear on all related correspondence, shipping papers and invoices: Purchase order PO Number 4500164097 oaie 11/12/2015 Gomori Person Facilities Maint Please deliver to: FACILITIES MANAGEMENT Delivery Dale: 06/09/2015 3335 TAMIAMI TRL E, STE 101 NAPLES FL 34112-5356 Terms of Payment Net 30 Days /tem Material Description Order Qty Unit Price Per Unit Net Value 00010 Prev Maint Insp & OnCall Mach Contractor 138,132.03 EA 1.00 138,132.03 "' Item partially delivered "' Total net value excl. tax USD 138,132.03 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://purchasing.miliergov.net/Purchasing%20POficy/Forms/A IItems.espx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all Invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Td E Ste 700 Naples FL 34112-5749 OR email to: bocapclerk@collierclerk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: � Edward F. Coyman Jr Director, Procurement Services Division Primes 04192018 @ 15:25:59 301-120431634999.59130.1 Page 1 of 1 Johnson If Controls Proposal TO: BOARD OF COUNTY COMMISSIONERS ATTN FINANCE DEPARTMENT 3299 TAMIAMI TRL E STE 700 NAPLES, FL 34112 ATTN: Mr. Dennis Linguidi Service© JOHNSON CONTROLS TAMPA FL CB - ONOC 3802 SUGAR PALM DR TAMPA FL 33619-1312 PH: (866) 866 0886 FAX: (813) 635 2276 Date: 11/09/2015 Quote Ref: wo:z201521425- HVAC Repair/Replacement Project Name: DAS Ventilation Repairs Site: Domestic Animal Services 7610 DAVIS BLVD NAPLES, FL 34119 We propose to furnish the materials and/or perform the work below for the net price of: One hundred thirty-eight thousand one hundred thirty-two dollars and three cents. $138,132.03 Pricing and Terms & Conditions are as set forth in the Preventative Maintenance Inspection Services & On -Call Mechanical Contractor Services RFP #15-6432) For the above price this proposal Includes: Dag Kennel Bld#3 • Replace existing supply fan duct heaters, Qty -4. Replacements shall be "Like for Like". • Replace supply fan and roof curb, Qty -2. Replacements shall be as manufactured by Greenheck to match existing and include Permatecor coating. The new roof curb will be re- flashed to the roofing and include a 24 gauge sheet metal cricket. • Replace corroded or rusted vertical supply fan duct work. • Replace EF -5 motor. • Reconnect control transformer on supply and exhaust fan motor starters. Dog Kennel Bld#4 • Replace existing supply fan duct heaters, Qty -3. Replacements shall be "Like for Like". • Replace supply fan and roof curb, Qty -2. Replacements shall be as manufactured by Greenheck to match existing and include Permatecor coating. The new roof curb will be re -flashed to the roofing and include a 24 gauge sheet metal cricket. • Replace corroded or rusted vertical supply fan duct work. • Reconnect control transformer on supply and exhaust fan motor starters. Dog Kennel Bfd#5 • Replace existing supply fan duct heaters, Qty -4. Replacements shall be "Like for Like". Page II Johnson SO Controls Service© • Replace supply fan and roof curb, Qty -2. Replacements shall be as manufactured by Greenheck to match existing and include Permatecor coating. The roof curb will be re -flashed to the roofing and include a 24 gauge sheet metal cricket. • Replace corroded or rusted vertical supply fan duct work. • Reconnect control transformer on supply and exhaust fan motor starters. Cat Area • Replace existing supply fan duct heaters for SF7. Replacement shall be "Like for Like".. • Replace supply fan and roof curb for SF -7. Replacement shall be as manufactured by Greenheck to match existing and include Permatecor coating. The roof curb will be re -flashed to the roofing and include a 24 gauge sheet metal cricket • Repair damaged duct connections on SF -7 • Reconnect control transformer on supply and exhaust fan starters. Sally Port • Replace supply fan and roof curb for SF -9. Replacement shall be as manufactured by Greenheck to match existing and include Permatecor coating. The roof curb will be re -flashed to the roofing and include a 24 gauge sheet metal cricket. • Replace exhaust fan and roof curb for EF -13 & 14. Replacements shall be as manufactured by Greenheck to match existing and include Permatecor coating. The roof curb will be re -flashed to the roofing and include a 24 gauge sheet metal cricket. • Reconnect control transformer on supply and exhaust fan starters. Clarifications: 1. Proposal includes the use of lifts and cranes. 2. Existing flue pipes may be in close proximity to supply inlets and require correction. This work is not included. 3. Supply and exhaust fans will continue to be controlled by existing operator push buttons. 4. Project Management for both the Controls Installation and HVAC Repair/Replacement Project are provided by a separate proposal, given the 15-6432 Agreement does not have a Controls or Project Management Labor Category. 5. Minimum Production Time on Fans Eight (8) Weeks. 6. Use of Contingency Fund shall require approval of the Collier County Project Manager, in advance. Page 12 Johnson 00 Controls Service0 This proposal DOES NOT include: 1. Labor or material not specifically described above is excluded from this proposal. 2. Unless otherwise stated, any and all overtime labor is excluded from this proposal. 3. Applicable taxes or special freight charges are excluded from this proposal. 4. Roofing repairs not directly associated to replacement of supply or exhaust fan curbs. 5. Repairs of corrections to wiring, electrical equipment or the electrical system. 6. Correction to existing code violations. 7. Engineering or Stamped Drawings. 8. Inspection and evaluation labor. 9.Fire alarm of any kind. 10. Controls 11. Project Management This proposal is hereby accepted and Johnson Controls is authorized to proceed with the work, subject to credit approval by Johnson Controls, Inc. Milwaukee, WI, Signature: Name: Title: Date: PO: This proposal is valid through: 12/02/2015 Signature: Title: Date: UE9Cl1 11: 11 W ]c W Wer.: DAS VentWtlon Repairs, Refereure ]C[ Proposal 1w0#201521925- HVAC RepaV/Repiacement , as dated 11-092015 Johnson Controls Page 13 Johnson 001 Collier County Itemized Detail Summary Controls (Rag nFP #15-6432) Outside Vanclor Ma &Wai I Mmughsubcon4ad) I Total Desai on i Multiplier Unit Prke Part f/Desuipum ow Crowthr Roofing unit cost Muttfpller Unit Prke Ext Price Dud Heater 3630 2,750.00 t 1,28100 1.15 S _ I t.477.75 t� 2,1155,50 Duct Heater 5720 11 S 1,231.00 1.15 $ 1,415.65 $ 15,572.15 Supply Fan RSFP-200-30 jj2l 6 $ 7,160.00 1.15 $ 8 234.00 $ 49,404.00 Supply Fan RSFP-120-7 2 $ 2,700.00 1.15 $ . 3,105.00 $ 6,210.00 Exhaust Fan RBE -2L.24-7 2 $ 2,580.001.15 $ 2,967.60 $ -5,934.00 787.00 1.15 905.05 .0 Frei ht: Sub -Total ; 91p34.20 Subwntracted Semim l(i.ciodescommunh umssyAmsaMtlwieaittaproMe Mmughsubcon4ad) I Total Desai on i Multiplier Unit Prke Ex! Prke Crowthr Roofing 1 13,00000 1 1.10 4-14,30M6 ELdrkal Power for Fans %�35,302.03; 2,750.00 2,970.00 Fence repair aAowance and landscaping 3 1$ 1,000.001 1410 1 tGO.00 11 3,300.00 6Zaotal $ 27,627.63 I Sub•Total I DO NOT USE I Total I CCG Parvalt Fees I Total AMOUnt Due R' %�35,302.03; 2,750.00 - iiVbb.132:W PM DAS 11-09-15.x1sx 11/912015, Collier County Itemized Detail Summary Use for quotes and invoice detail submission (Pricing based on Energy Management RFP #10-5373) PM DAS 11-09-15 .)ds 11/9/2015 Collier County Board of County Commissioners Collier County Board of County Commissioners Procurement Services Division Attn: Accounts Payable Phone: 239-252-8407,`= Fax: 239-732-0844j�3 1 3299 Tamiami Tri E Ste 700 Naples FL 34112-5749 Tax Exempt: 85-8015966531C-1 OR email to: bccapclerk@collierclerk.com Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: FACILITIES MANAGEMENT 3335 TAMIAMI TRL E, STE 101 NAPLES FL 34112-5356 Purchase Order number must appear on all related correspondence, shipping papers and invoices: Purchase order Po Wo ' 4500165783 Da1a01/28/2016 Donfad Person County Capital Pro Delivery Date: 10/22/2015 Terms of Payment Net 30 Days Item Material Description Order Qty Unit Price Per Unit Net Value 00010 DAS Kennels Smoke Detecors 8,521.65 EA 1.00 8,521.65 Total net value excl. tax USD 8,521.65 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://purchasing.wlliergov.neUPurchasing%20Policy/Forms/Allitems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Alin: Accounts Payable 3299 Tamiami Tri E Ste 700 Naples FL 34112-5749 OR email to: bcoapcierk@cellierclerk.com Purchase Order is authorized under direction of Collier County Board of County Commissioners by: Edward F. Coyman Jr, Director, Procurement Services Division Pmt04/19/2018 @ 15:2105 301-120435634999-50130.1 Page i o11 Johnson * Controls Proposal TO: BOARD OF COUNTY COMMISSIONERS ATTN FINANCE DEPARTMENT 3299 TAMIAMI TRL E STE 700 NAPLES, FL 34112 ATTN: Claude Nesbitt e00931(31� Service Tampa FL Common Branch - ONOC 3802 SUGAR PALM DR TAMPA FL 33619-1312 PH: (866) 866 0886 FAX: (813) 635 2276 Date: 1/26/2016 Quote Ref: Project Name: DSA Smoke Detectors Site: Domestic Animal Services 7610 Davis Blvd. Naples, Fl, 34119 We propose to furnish the materials and/or perform the work below for the net price of: $8521.65 For the above price this proposal includes: Install new smoke detector on 7ea supply fans per permit requirements. This is lump sum quote. 1. Provide parts, material and labor to install new smoke detectors In 7 supply fans. 2. Tie into motor starters for fan shutdown. 3. Test operation. This proposal DOES NOT include: 1. Labor or material not specifically described above is excluded from this proposal. 2. Unless otherwise stated, any and all overtime labor is excluded from this proposal. 3. Applicable taxes or special freight charges are excluded from this proposal. Important: This proposal incorporates by reference the Terms and Conditions attached This proposal is hereby accepted and Johnson Controls is authorized to proceed with the work, subject to credit approval by Johnson Controls, Inc. Milwaukee, WI. Domestic Animal Services Signature: Name: Title: Date: PO: This proposal is valid through: 1/26/2016 Signature: Title: Dale: Johnson Controls (IMPORTANT): This proposallmorporates by reference the terms and conditions which are attached to this document. All work is to be performed Monday through Friday during normal JCI business hours unless otherwise noted. Thls proposal, orany accepted alternates, "hereby accepted and Johnson Controls is authorized to proceed with the work; subject, however, to credit approval by Johnson Controls, Inc., Milivaukee, Wisconsin Page 11 Johnson S O Collier County Itemized Detail Summary ro Contts� THIS IS A LUMP SUM PROPOSAL Pricing and Terms 8 Conditions are as set forth in Energy Management RFP #10-5373 Dectors, as dated Lead System Spe Project Manager Site Supervisor System Design System Engineer Chiller Mechanic Project Manager Service/HVAC Technician Fire Inspector Project Manager System Technician System Engineer ju Parts tin. Part �nmRe veteaor uvrw 7 § 169 54 ''0.50 $ `=_:84'77 §. `S°: 593.39 3R Sampling Tube D5T3 7 $ 11.98 - -0 60 $, ;'.5.99 $ ' 41,93_ Key SyrRCh ATS151KEY 7 S 66.18 I 33 ha' I t azt. Fz vmert arges CCG DAS EM Smoke Detector 1/26/2016 I Contro��� ls �Collier County Itemized Detail Summary THIS IS A LUMP SUM PROPOSAL Pricing and Terms & Conditions are as set forth in Energy Management RFP #10-5373 CCG DAS EM Smoke Detector 1/26/2016 Sub -Total Profit 10 Total CCG Vermlt FeesA Total Amount Due 8,096.9s 424.70- ' 8,52L65 CCG DAS EM Smoke Detector 1/26/2016 Collier County Board of County Commissioners• Procurement Services Division Collier County Board of County Commissioners Phone: 239-252-8407r Attn: Accounts Payable Fax: 239-732-0844 0S 3299 Tamiami Trl E Ste 700 Tax Exempt: 85-8015966531C-1 • .. Naples FL 34112-5749 OR email to: bccapclerk@collierclerk.ccm Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: FACILITIES MANAGEMENT 3335 TAMIAMI TRL E, STE 101 NAPLES FL 34112-5356 rurcnase urger number must appear on all related correspondence, shipping papers and invoices: Purchase order Po number 4500163507 Date 10/23/2015 contact Person Facilities Maint Delivery Dale: 10/22/2015 Terms of Payment Net 30 Days ltem Material Description Order Qty Unit Price Per Unit Net Value 00010 DAB Kennels 69,903.13 EA 1.00 69,903.13 "' Item partially delivered "` Total net value excl. tax USD 69,903.13 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://purchasing.colliergov.neVPurchasing%20POlicy/Forms/A Iltems.aspx, including delivery and payment terms. Further the VENDOR agrees to: Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. Notify department Immediately if order fulfillment cannot occur as specified. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Trl E Ste 700 Naples FL 34112-5749 OR email to: bcoapclerk@collierclerk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: Edward F Coyman Jr, Director, Procurement Services Division Pante 04/19/2018 @ 15:27:52 301-120435634939-50130.1 Page 1 of 1 Johnson 00, Controls Proposal TO: BOARD OF COUNTY COMMISSIONERS ATTN FINANCE DEPARTMENT 3299 TAMIAMI TRL E STE 700 NAPLES, FL 34112 ATTN: Mr. Dennis Linguidi Service© JOHNSON CONTROLS TAMPA FL CB - ONOC 3802 SUGAR PALM DR TAMPA FL 33619-1312 PH: (866) 866 0886 FAX: (813) 635 2276 Date: 11/09/2015 Quote Ref: Project Name: Site: lei ��t i W O #201521425 -Controls DAS Ventilation Repairs / Controls & Project Management Domestic Animal Services 7610 DAVIS BLVD NAPLES, FL 34119 We propose to furnish the materials and/or perform the work below for the net price of: Sixty-nine thousand nine hundred three dollars and thirteen cents. $69,903.13 Pricing and Terms & Conditions are as set forth in Energy Management RFP #10-5373 For the above price this proposal includes: Dog Kennel Bld#3 • Replace existing supply fan duct heater thermostat, Qty -4 • Extend Building Automation System from Administration Building to Dog Kennel. This would include installation of underground communication, 1 -field controller, 1 -space temperature sensor and 4 -current switches for fan motor run status with the required programming and commissioning. • Provide Project Management for HVAC Repair/Replacement and Controls. Dog Kennel Bld#4 • Replace existing supply fan duct heater thermostat, Qty -4 • Extend Building Automation System from Administration Building to Dog Kennel. This would include installation of underground communication, 1 -field controller, 1 -space temperature sensor and 4 -current switches for fan motor run status with the required programming and commissioning. • Provide Project Management for HVAC Repair/Replacement and Controls. Dog Kennel Bld#5 • Replace existing supply fan duct heater thermostat, Qty -4 Pagalt Johnson 001 Controls Service© • Extend Building Automation System from Administration Building to Dog Kennel. This would include installation of underground communication, 1 -field controller, 1 -space temperature sensor and 4 -current switches for fan motor run status with the required programming and commissioning. • Provide Project Management for HVAC Repair/Replacement and Controls. Cat Area • Replace existing supply fan duct heater thermostat, Qty -1. • Extend Building Automation System from Administration Building to Dog Kennel. This would include installation of underground communication, 1 -field controller, 1 -space temperature sensor and 3 -current switches for fan motor run status with the required programming and commissioning. • Provide Project Management for HVAC Repair/Replacement and Controls. Sally Port • Provide Project Management for HVAC Repair/Replacement. Clarifications: 1. Existing flue pipes may be in close proximity to supply inlets and require correction. This work is not included. 2. Supply and exhaust fans will continue to be controlled by existing operator push buttons. 3. Project Management for both the Controls Installation and HVAC Repair/Replacement Project are provided by this proposal, given the 15-6432 Agreement does not have a Project Management Labor Category. 4. Use of Contingency Fund shall require approval of the Collier County Project Manager, in advance. This proposal DOES NOT Include: 1. Labor or material not specifically described above is excluded from this proposal. 2. Unless otherwise stated, any and all overtime labor is excluded from this proposal. 3. Applicable taxes or special freight charges are excluded from this proposal. 4. Roofing repairs not directly associated to replacement of supply or exhaust fan curbs. 5. Repairs of corrections to wiring, electrical equipment or the electrical system. 6. Correction to existing code violations. 7. Engineering or Stamped Drawings. 8. Inspection and evaluation labor. 9. Fire alarm of any kind. This proposal is hereby accepted and Johnson Controls is authorized to proceed with the work, subject to credit approval by Johnson Controls, Inc. Milwaukee, WI. This proposal is valid through: 12/02/2015 Page 12 Johnson 16 Collier County Itemized Detail Summary Controls THIS IS A LUMP SUM PROPOSAL Pricing and Terms & Conditions are as set forth in Energy Management RFP #10-5373 , as Project Manager site Supervisor System Design System Engineer Chiller Mechanic Project Manager Serme/HVAC Technldan Fire Inspector Project Manager System Technldan System Engineer other CCG DAS EM 11-09-15.>lsm 11/9/2015 Johnson 1I.�(l�' Collier County Itemized Detail Summary Controls THIS IS A LUMP SUM PROPOSAL Pricing and Terms & Conditions are as set forth in Energy Management RFP 1110-5373 Collier County Board of County Commissioners Procurement Services Division Collier County Board of County Commissioners Phone: 239-252-8407 (D Attn: Accounts Payable 3299 Tamiami Td E Ste 700 Fax: 239-732-0844 Tax Exempt: 85-8015966531 C-1 Naples FL 34112-5749 OR email to: bccapclerk(a)cellierderk.com Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: SOLID WASTE MANAGEMENT DEPARTMENT attn: Angel Rodriguez 9950 GOODLETTE-FRANK ROAD, STE 302 NAPLES FL 34109 rurcnase Order number must appear on all related correspondence, shipping papers and invoices: Purchase order PO Number 4600164416 wie11/23/2015 Caw Person PU Logistics Terms of Payment Net 30 Days Delivery Date: /tem Material Description Order Qty Unit Price Per Unit Net Value 00010 SCRWTP VFD Room "' Item completely delivered •" 61,639.5 EA 1.00 61,639.50 00020 SCRWfP VFD Room Allemate New 2nd Line 5,872 EA 1.00 5,872.00 Total quantity spread over the follovdng delivery dates: Quantity Unit Delivery Date 5,872each Day 09/3012016 Total net value excl. tax USD 67,511.50 VENDOR Terms and Conditions The VENDOR agrees to comply vdth all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://purchasing.colliergov.netIPurchasing%2OPolicy/Forms/Pilltems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as spedfied. 3. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Trl E Ste 700 Naples FL 34112-5749 OR email to: bccapclerk@mllierclerk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: Edward F Coyman Jr Director, Procurement Services Division Pamea 04r=2018@07:s05 412-273512-63499370110.1.1 Page 1 d 1 PURCHASE REQUISITION FORM Collier County- Public Utilities SHB'AlU Solid and Hazardous Waste Management 3339 Bast Tamiami Trail, Suite 302 Naples, F134112 Total Amount Requested By Date S 67,511.50 Dayne Atkinson 10/29/2015 DELIVERY ADDRESS: Johnson Controls Inc. Other (see below) SHWMD - 27191 Line Fund Fund Center Material Vender Contract 1 412 273512 634999 Other Contractual Services 29005 110177 SAP Contract (see below) Project/1VBS 10-5373 70110.1.1 Agreement 4600002779 Charge Line Description Quantity Unit Price Unit re Measur Amount 10 SCRW�TP VFD Room - Remove AHU,�Cu-7, Replace CU 5R6 and Al IU 6, with new units. New Condensing units to be factory coated. 1 5 61,639.50 LS S G1,639.50 20 SCRWTP VFD Room - Alternate, Install a complete new 2nd refrigerant line set for AHU-5 if the leak/pressure test requires it. 1 S 5,872.00 LS $ 5,872.00 Requested By (Signature) / Date: �QZ �f/S Dayne Atkinson. Project Manager Solid & Ilazardom Wa a Management Department Approved By (Signature) - _ �� ��r+,� Datei/ �guez. TOTAL ale MI3A. CFM Director /Solid & H. - rdous Waste Management Department S 67,511.50 Johnson Controls Building Efficiency Group 2335 Tamiami TO N Naples, FL 34103 Phone (239)455-2930 To: Collier County Government/PUD Attn: Dayne Atkinson Date: October 28, 2015 Project: SCRYYTP - 3857 Utility Or - Three existing (3) 20 Ton Split Systems Remove AHU/CU - 7, Replace CU -5 & 6 and Replace AMU -6 CCG RFP #10-5373 Scone as follows • Reinstall refrigerant lines removed from one circuit for AC system 5. Prior to completing this circuit, line set will be flushed, cleaned and pressure tested for any leaks. Results will be evaluated with CCG Facilities. See Price Add below. • Reinstall line set correctly for dual circuit cooling coil for AHU-5. Run test. • Replace existing 20 Ton CU -5 and put System -5 back in operation. • AC System No. 5 to in 100% operation during retrofit of AC -6 System. • Remove and recover R-22 refrigerant from System 6. • Remove and replace AHU-6 and CU- 6. • Remove existing Trane AHU-6 and replace with a new York AHU-6 rated for 8000 CFM and 20 Ton DX Cooling Coil, that can be disassembled and brought up in the elevator for reassembly in the mech. rm. • New concrete housekeeping pad as required for AHU-6. • Modify Supply and Return Air ductwork to accommodate new AHU-6. • Reinsulate all new refrigerant lines with new jacketing on exterior locations. • Provide electrical work as required. • New condensing unit coils to be factory epoxy coated. • Condensing Unit tie -downs per code. • All crane and rigging as required. • Start up and operate. • All work to be performed during regular hours. • AC System No. 7 to be removed upon completion of AC Systems 5 and 6. • Refrigerant Line sets, condensate drains, Disconnect plus wiring and ductwork for AC System No. 7 to be demoed and removed from site. • Remove and disposal of all demoed equipment and clean up all areas. Note: Building Automation tie-in by others. Total Lump Sum price for the above scope...................................$61,639.50 Add for installing a complete new 2"' refrigerant line set for AHU-5 if the leak/pressure test requires that they need replacing ........................+$5,872.00 This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. SIGNATURE NAME: P.O. #: DATE: This proposal is valid until 60 days from above date SIGNATURE NAME: RICHARD LANDREGAN TITLE: EQUIPMENT SALES Johnson to Collier County Itemized Detail Summary Controls THIS IS A LUMP SUM PROPOSAL (Pricing based on Energy Management RFP #10.5373) 3857 Utility Dr 2-20 Ton AC Systems 5 & 6 Demo AC system Lead System Specialist Project Manager Site Supervisor System Design System Engineer Chiller Mechanic Project Manager Service/HVAC Technician Fire Inspector Project Manager System Technician System Engineer Outside Vendor Materials: Sub -Total Profit 10°/a Total CCG Permit Fees Part#/Description Qty 59 756.00 Unit Cost Multiplier Unit Price Ext Price Misc t $ 460.80 1.25 $ 576.00 $ 576.00 Refi erant Line sets 1 $ 800.00 1.25 $ 1000.00 $ 1000.00 Insulation and jacketing 1 $ 600.00 1.25 $ 750.00 $ 750.00 Refrigerant 300 $ 3.25 1.25 $ 4.06 1,218.75 Flush kit 3 $ 100.00 1.25 $ 125.00 $ 375.00 2-20 ton CU's York 2 S 7,029.00 1 1.25 $ 8,786.25 $ 17 572.50 Freight $ 100.OD Sub -Total $ 30,361.00 3CI Parts (In -House) Part #/Description Qty List Multiplier Unit Price Ext Price 0.50 $ $ - 0.50 $ S 0.50 $ $ Freight Sub -Total $ - CCG -PUD SCRYffP VFD 3857 Utility Dr 10-5373 10 -27 -IS 10/292015 Sub -Total Profit 10°/a Total CCG Permit Fees Total Amount Due 59 756.00 1883.50 61 639.50 ; 61 639.50 CCG -PUD SCRYffP VFD 3857 Utility Dr 10-5373 10 -27 -IS 10/292015 Collier County Itemized Detail Summary Usefor quoles and invoice detail submission (Pricing based on Energy Management RFP #10-5373) Invoice Date: Service Order: Invoice #: PO#: Work Site: G - Comments: Page 2 - List of additional material #VALUE! Outside Vendor Materials: Part #/Description Qty Unit Cost Multiplier Unit Price Ext Price 1-20 Ton York AHU 1 7015 1.25 $ 8,768.75 $ 8,768.75 1.25 $ - $ - 1.25 $ - $ 1.25 $ - $ 1.25 $ - $ 1.25 $ - $ 1.25 $ - $ 1.25 $ - $ 1.25 $ - $ 1.25 $ - $ 1.25 $ - $ 1.25 $ - $ 1.25 $ $ 1.25 $ $ Ruh -Total I < R 749 TR I Subcontracted Services (Includes communications Systems and other services provided through subcontractors) Description Qty Cost Multiplier Unit Price Ext Price crane and rigging 1 $ 1,200.00 1.10 $ 1,320.00 $ 1,320.00 1.10 $ - $ - 1.10 $ $ - 1.10 $ $ 1.10 $ $ 1.10 $ $ 1.10 $ $ 1.10 $ $ 1.10 $ $ Sub-Total $ 1,320.00 Johnson 40 Collier County Itemized Detail Summary Controls THIS IS A LUMP SUM PROPOSAL (Pricing based on Energy Management RFP #10-5373) Invoice Date: Sub -Total I Profit 10% Service Order: Total I CCG Permit Fees Invoice #: 1PO#: 5416.45 Work Site: CCG -PUD SCRWTP 3871 Utility Dr Naples FL 1 $ 5872.00 5,872.00 Description of Scope of Work: Construction Personnel Regular Hrs Overtime Firs Regular Rate Overtime Rate Total Lead System Specialist Project Manager Site Supervisor System Design System Engineer System Technician $ 102.00 5 153.00 $ - $ 129.00 $ 193.50 $ $ 90.00 $ 135.00 $ - $ 90.00 $ 135.00 S $ 102.00 ; 153.00 $ $ 65.00 $ 97.50 f - HVAC Service Personnel Regular Hrs Overtime Hrs Regular Rate Overtime Rate Total Chiller Mechanic Project Manager Service/HVAC Technician Service/Controls Technician $ 100.00 $ 150.00 $ - 3 $ 129.00 $ 193.50 $ 580.50 30 $ 86.00 $ 129.00 $ 3,870.00 $ 115.00 $ 172.50 $ - Fire & Securi Services Regular Hrs Overtime Hrs Regular Rate Overtime Rate Total Fre Inspector Project Manager System Technician System Engineer Service Representative $ 65.00 $ 97.50 5 $ 129.00 $ 193.50 $ $ 102.00 $ 153.00 $ - $ 102.00 $ 153.00 $ $ 102.00 $ 153.00 f Outside Vendor Materials: Sub -Total $ 4,450.50 Part #/Description Qty Unit Cost Multiplier Unit Price Ext Price Mix 1 $ 188.76 1.25 $ 235.95 $ 235.95 Refrig Piping and insulation 1 $ 500.00 1.25 $ 625.00 $ 625.00 1.25 $ 1.25 $ $ 1.25 ¢ $ 1.25 ; Freight 3CI Parts (In -House) Sub -Total $ 860.95 Part #/Description Qty List Multiplier Unit Price Ext Price 0.50 $ $ 0.50 f $ 0.50 f $ Freight Sub -Total-------------- subcontracted Services ](Includes communications Systems and other services provitled through subcontractors) $ - Description Qty Cost Multiplier Unit Price Ext Price - 1.10 $ $ 1.10 $ $ - Other charges Description Clerical Material Handling Mileage Qty Rate 0 $ 55.00 1 $ 55.00 50 $ 1.00 Ext Pr!E5 $ .00 $ 50.00 Sub -Total $ Sub -Total 1 $ 105.00 CCG -PUD SCRWTP Refrig Pipng Pricing 10-27-15 10/29/2015 Sub -Total I Profit 10% 1 Total I CCG Permit Fees I Total Amount Due $ 5416.45 I I 455.55 1 $ 5872.00 5,872.00 CCG -PUD SCRWTP Refrig Pipng Pricing 10-27-15 10/29/2015 Johnson 0) x(11 Controls ORIGINAL INVOICE Building Efficiency Federal ID 39.0380010 Invoice #: 0 Invoice Date: 1/0/1900 PO #/WO#: 0 Service Order: 1/0/1900 Customer: 1133918 Order Type: Service Order Bill To: Board of County Commissioners Attn: Finance Department PO Box 413016 Naples, FL 34101 Invoice Comments: Work Site: CCG -PUD SCRWTP 3871 Utility Dr Naples FL Total Quote Price $ 5,872.00 Taxes $ Total Amount Due USD 1 $5,872.00 Payment Due Upon Receipt of Invoice Terms: If any invoice is not paid in full within 30 days, the Customer hereby agrees to pay interest at a rate of 1.5% per month (18% annually) upon the unpaid portion of the invoice. If action or suit is brought by Johnson Controls, Inc. to collect any amount due or owing under this bill, Customer agrees to pay all costs of collection including attorneys fees. Disposable, Environmental & Usage (DEL) fee listed on this may include charges for one or more of the following miscellaneous: electrical, pneumatic, welding supplies, hardware materials, cleaning supplies, or refrigerant reclaim disposal. A lump sum charge was applied rather than itemizing usage. We hereby certify that these goods are produced in compliance with all applicable requirements of sections 6, 7 and 12 of the Fair Labor Standards Act of 1938, as amended, and of regulations and orders of the Administrator of the Wage and Hour Division issued under section 14 thereof. Please reference our Invoice Number and amount with your payment and send ONLY to the address on this invoice. Payment Terms: Invoice due upon Receipt Remit Payment To: Direct Billing Inquiries: 866-866-0886 To Remit Via Credit Card: Call the phone number listed above. INVOICE #: AMOUNT DUE: $5,872.00 JOHNSON CONTROLS PO BOX 905240 CHARLOTTE, NC 28290-5240 To Remit Via ACH Wire Transfers: JP MORGAN CHASE ONE CHASE flANHATTAN PLAZA NEW YORK, NY 10005 CREDIT -TO: JOHNSON CONTROLS INC. ABA#071-000013 DEPOSITOR ACCT#55-14347 TYPE OF ACCOUNT: CHECKING Johnson i'� if Controls ORIGINAL INVOICE Building Efficiency Federal ID 39.0380010 Invoice #: 00039150158 -REV Invoice Date:05/23/2016 PO #/WO#: 4500164416 Project No: 6N000072 Customer: 1133918 Order Type: Installation Bill To: Board Ot County COMMISSloners Attn: Finance Department PQ Box 413016 Naples, FL 34101 Work Site: CCG SCRWTP VFD ROOM AHU/CU-7 Invoice Comments: SCRWTP 3857 Utlllty Or - Three existing (3) 20 Ton split systems, Remove AHU/CU -7, Replace CUS &6 and Relace AHU-6 CCG RFP #105373 Total Bill Amount $ 61,639.60 Taxes $ Total Amount DueUSD $61,639.60 Payment Due Upon Receipt of Invoice Terms: If any invoice is not paid in full within 30 days, the Customer hereby agrees to pay Interest at a rate of 1.5% per month (1845 annually) upon the unpaid portion of the invoice. If action or suit Is brought by Johnson Controls, Inc. to collect any amount due or owing under this blit, Customer agrees to pay all costs of collection including attorneys fees. Disposable, Environmental & Usage (DEU) fee listed of this may Include charges for one or more of the following miscellaneous: electrical, pneumatic, welding supplies, hardware matedals, cleaning supplies, or refrigerant redaim disposal. A lump sum charge was applied rather than dem@Ing usage. We hereby certify that these goods are produced in compliance with all applicable requirements of sections 6, 7 and 12 of the Fair Labor Standards Act of 1930, as amended, and of regulations and orders of the Administrator of the Wage and Hour DR60n Issued under section 14 thereof. Please reference our Invoice Number and amount with your payment and send ONLY to the address on this invoice. Payment Terms: Invoice due upon Receipt Direct Billing Inquiries: 866.866.0886 rayment -roi JOHNSON CONTROLS PO BOX 905240 CHARLOTTE, NC 28290-5240 TO Remit Via Credit Card: To Remit Via ACH Wire Transfers: Call the phone number listed above. JP MORGAN CHASE ONE CHASE MANHATTAN PWA NEW YORK, NY 10005 CREDrFTO: JOHNSON CONTROLS INC. INVOICE#: 00039150158 -REV ABA#071-000013 DEPOSITORACCTS55.14347 TYPE OF ACCOUNT: CHECKING AMOUNT DUE: $61,639.50 Johnson ,) Controls Collier County Itemized Detail Summary Thb Is a Not To Hscead Proposal (Prkln9 hazed on Eraryy ManagrmeM RFP tl I0-5313) -Three Lead System Sped315t Pro/ed Manager System Design System En94seu Project Manager Sem"jWAC Ted Woe n w0jectidam,ty System Tedmkiml System EngImse, is Outsido Vendor Materiab: um,tudestvmmvnkaUons 6Tdxmf end oNvseMmprar c tbmu9hsabmntmctors Qty Celt MPItiPIiCr Unit Price Pxt Price SIM$ - MY 31978 Part #/Pesci tion Qty tilt Part # Description Qty Unit Cost Multiplier Unit Price Ext Price URI - INV 5184708500 2 $ 1449450 $14.911 1.25 - 18.67 18.64 URI - INV 51957752-00 1 30608 - 1.25 376.35 376.35 URI -INV 5234136100 1 203.54 X1.25 &9,4 - 54.43 URI - INV 5228(110400 I 289.46 7.5 361.83 361.83 URI - INV 57258417-00 l 57.40 - - 1.25 - - 321.7 21.75 URI - INV 52258581-00 1 t 243.75 L25 307.69 S 904.69 URI - mV 52199784 00 1 676.18 - 1.5 845.23 1 845.23 URI - INV 52109723.00 I 200.00 -. 115-. - 259.00 ...250.00 URI - INV 52069561-00 1 340.58 - - 1.25 s 425.73 --45.73 M - INV 52259272-00 1 10.24 ` 1.25 - 22.80 22.80 URI -HIV 5234159300 1 11.76 - - 1.25 14.70 14.70 URI - INV 52258155-M 1 31.82 `1.25 39.78 1_ -39.78 URI - INV 53148976-00 1 33.80 - 1.25 42.3 423 FERGUSON - INV 4620327-0134 1 75.89 '1.25 .86 94.66 1.25 1.25 Fel in 525.00 Bub -Total $ 238.34 1C1 Parts (In-house) um,tudestvmmvnkaUons 6Tdxmf end oNvseMmprar c tbmu9hsabmntmctors Qty Celt MPItiPIiCr Unit Price Pxt Price SIM$ - MY 31978 Part #/Pesci tion Qty tilt Multi Iter Unit Pdce Ext Pdce 320YOC1J0A4G1F920T_ACOD_403.3-60_R410q- 1 $ 13,88436 - - 0.50 6983.83 { '. 6,983.83 EUNrrEACCESSSOLUIION-XII-05X78%52(49075(0 2 $ 1449450 6.50 $ 7,247.25 -14,494.50 - 1,260.00 -..Frei M 1,386A0 $-- -1386.00 UNrMD MECHANICAL -INV 28258 Sub -Total 21 478.33 Subcontracted Ser Vices De IiPtlon um,tudestvmmvnkaUons 6Tdxmf end oNvseMmprar c tbmu9hsabmntmctors Qty Celt MPItiPIiCr Unit Price Pxt Price SIM$ - MY 31978 1 S 596.00 1.10 $ - 600.60 $ 600.80 pARAGON ELEC - IMV 10035 1 $ 3,450.00 1.10$ - 3795.00 ` 3,795.00 PARAGON EIEC -INV 9951 1 S 1,260.00 3.10 1,386A0 $-- -1386.00 UNrMD MECHANICAL -INV 28258 1 $ 13,569.00 1.10 $ 14,925.90 $1 1495.90 FLORIDA INSULATI)N - NAV 683 1 S 3,725.00 1.101 s 4097.50 1 4097.50 sub-Total-Lt24 805.00 Sub -Total I pmnt1046 Total I ounto I Purchase Order Total Amount Due Difference 93 910.67 4.530.90 98 60.57 67 511.50 61 639.50 61639.50 36,621-n7 Energy 61gmt-611O0-0072 MY 00039308289REV-2.rdsx 5/19/2017 Collier County Itemized Detail Summary Ilse for quotes and iuoolce detail submission (Pricing based on Energy Management RFP #10-5373) Invoice Date: 5 24 2016 Pro ect 1.10 6NOC-0072 Invoice 4j 00039150158 -REV pO#: $ 45001644/6 Work Site: CCG SCR%M VFD ROOM AHU/CU-7 1.10 Comments: Woe 2 - List of addi0onal matenal 1.10$ Outside Vendor Materials: ; 1.10 $ j Part#/Description. Qty. Unit Cosi Multiplier. Unit Price ext price URI - INV 522-58455-00 1 31.82 1.25 $ 39.78 $ ; 39.78 URI -INV52259272-001 18.24 1.25 ; -- :22.80 1 '22.80 URI -INV52341593.00 1 11.76 - 1.25-14.70 RL 34.70 $ 1.25 - 1.25 _... 125 $ $ 125 1.25 § 1.25 $ 1.25 $ $ ;. . 1.25 $- 1.25 ----- -^^^^^^^•^•� onauaes mmmuniwoons Systems and othersemIces Provided through subcontractors) Description Q Cost Multiplier Unit Price Ext Price 1.10 1.10 $ $ - 1.10 $ $ 1.10- 1.10 § 1.10$ 1.10 ; 1.10 $ j 1.10 $ $ Sub4ota1 $ Collier County Hoard of County Commissioners Collier County Board of County Commissioners Procurement Services Division Atm: Accounts Payable Phone: 239-262-8407 3299 Tumiamt Td E Ste 700 Fax: 239-732.0844 a•,,,. Naples FL 34112-6749 Tax Exempt: 86.801696653161 OR email to: bcmpclork@colllerclerk.com Terms of Payment Net 30 Days 00010 SCRWTP VFD Roam Remove AMU/Cu-7 61,639.5 FA 1.00 61,639.60 00020 SCRWiP VFD Room Alternate New 2nd Line 6,872 EA 1.00 6,872.00% J( ....,....:��..::.,.::.:�:.-._.:.,:..........:,�.._;�:'-.:�_:}`;•:�`-.:;'?_.`,Tot@in valueexcl;tex�USR.�.:`.�_�::�_:,�.����:'�':'`:;87 "bX& VENVOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Condhlons as outlined on the Collier County Procurement Services Division alta. http://purchosing.colllorgov.noUPurchasing%2OPoliGylFormsfAllltems,espx, Includingdelivery and payment terms. Furter the VENDOR agrees to'. 1. Provide goods and services outlined In (his Purchase Orderwilh the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately If order ful0ilmontcannot occur asspecillad. 3. Send all Invoices to: Collier County Board of County Commissioners Attn; Accounts Payable 32.99 Tamleml Td E Ste 70D Naples FL 34112.6749 OR email to: bocapderk@oolliorderk.com The Purchase Order Is authorized under direction of Collier County Board of County Commissloners by: r-.-'t!\�•-•3a Joanne Muddevhcz, Director, Procurement Services Division Mated 112:1x2015609:16:16 6 Ni'XO „ lkq 412-273512$N908.70110.1.1 Pe9010r1 Purchase Order number must appear on all related correspondence, shipping papers and invoices: Vendor# 110177 Purchl3e Order PoN,unbar 4500164416 D,sv11123/2015 JOHNSON CONTROLS INC 2335 0TH ST N NAPLES FL 34103 cones r,"n PU Logistics • Delivery Date: 09/30/2010 Terms of Payment Net 30 Days 00010 SCRWTP VFD Roam Remove AMU/Cu-7 61,639.5 FA 1.00 61,639.60 00020 SCRWiP VFD Room Alternate New 2nd Line 6,872 EA 1.00 6,872.00% J( ....,....:��..::.,.::.:�:.-._.:.,:..........:,�.._;�:'-.:�_:}`;•:�`-.:;'?_.`,Tot@in valueexcl;tex�USR.�.:`.�_�::�_:,�.����:'�':'`:;87 "bX& VENVOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Condhlons as outlined on the Collier County Procurement Services Division alta. http://purchosing.colllorgov.noUPurchasing%2OPoliGylFormsfAllltems,espx, Includingdelivery and payment terms. Furter the VENDOR agrees to'. 1. Provide goods and services outlined In (his Purchase Orderwilh the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately If order ful0ilmontcannot occur asspecillad. 3. Send all Invoices to: Collier County Board of County Commissioners Attn; Accounts Payable 32.99 Tamleml Td E Ste 70D Naples FL 34112.6749 OR email to: bocapderk@oolliorderk.com The Purchase Order Is authorized under direction of Collier County Board of County Commissloners by: r-.-'t!\�•-•3a Joanne Muddevhcz, Director, Procurement Services Division Mated 112:1x2015609:16:16 6 Ni'XO „ lkq 412-273512$N908.70110.1.1 Pe9010r1 Collier County Board of County Commissioners Collier County Board of County Commissioners Procurement Services Division Phone: 239-252-8407 S`'T Attn: Accounts Payable 3299 Tamiami Td E Ste 700 Fax: 239-732-0844^' Naples FL 34112-5749 Tax Exempt: 85-801596653IC-1 OR email to: bccapclerk@collieralerk.com Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: SOLID WASTE MANAGEMENT DEPARTMENT attn: Angel Rodriguez 9950 GOODLETTE-FRANK ROAD, STE 302 NAPLES FL 34109 rurcnase uraer number must appear on all related correspondence, shipping papers and invoices: Purchase order PO NWMber 4500166090 oe1e02/10/2016 Cwta Perron PU Logistics Delivery Date: 09/30/2016 Terms of Payment Net 30 Days Item Material Description Order Qty Unit Price Per Unit Net Value 00010 NCVJRF Bldg 20 Electrical Room35,957 EA 1.00 35,957.00 Replace two old and malfunctioning 7.5 -ton Existing split system AC Unites with two new your 7.5 -ton systems "' Item partially delivered "' Total net value excl. tax USD 35,957.00 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://purchasing.wlliergov.net/Purchasing%20Policy/Forms/Allltems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Trl E Ste 700 Naples FL 34112-5749 OR email to: bccapclerk@collierclerk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: - ' ,—/ Edward F. Coyman Jr, Director, Procurement Services Division Pooled 04=2018 @ 07,01'.31 414-263614EUM-72011.1.1 Page 1 of 1 PURCHASE REQUISITION FORM Collier County- Public Utilities S1111'31D Solid and Hazardous Waste Management 3339 East Tmniand Trail, Suite 302 Nottles, F134112 Total Amount Requested By Date S 35,957.00 Dayne Atkinson 1/29/2016 DELIVERY ADDRESS: Johnson Controls Inc. Other (see below) SHWMD-27191 Linc Pund Eu Center Material Vender Contract 1 414 263614 634999 Other Contractual Services 29005 115417 SAP Contract (see below) ProjectANTS 15-6432 72011.1.1 Agreement 4600003109 Charge Line Description Quantity Unit Price Unit of Measure Amount 10 NCNRF Bldg 20 Electrical Room - Replace Two old and malfunctioning 7.5 Ton Existing Split System AC Units with two new York 7.5 tons stems I S 35,957.00 LS S 35,957.00 Requested By (Signature) � � � I _--. Date: ftj�- ally Da)'ne Atkinson, Prgleet Manager Solid & Ilazardous l' ste Alanagemeni Depart file nt Approved Be (Signature) i Date: TOTAL iel Rodriguez \18A. CP11 Director Std & Ilazardous \Paste Management Department S 35,957.00 Johnson 0 Controls Building Efficiency Group 2335 Tamiami Trl N Naples, FL 34103 Phone (239)455-2930 To: Collier County Government/PUD Attn: Angel Rodriquez Date: January 21, 2016 Project: NCWRF- Building 20 Electrical Room - Replace Two (2) 7.5 Ton existing Split System AC Units with two (2) new York 7.5 Ton Systems. CCG RFP #10-5373 Scone as follows • Removal of existing and Installation of two (2) new York 7. 5Ton split systems with new discharge plenum and return base. • Provide all Electrical work as required • Modify supply and return sheet metal ductwork as required. • Run new refrigerant line sets with insulation and jacketing as required. • New AC unit condenser coils to be coated. • Condensing Unit tie -downs per code. • All crane and rigging as required. • Start up and operate. • All work to be performed during regular hours. Total Lump Smn price for the above scope.....................................$35,957,00 All taxes included This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. This proposal is valid until 60 days from above date SIGNATURE SIGNATURE Johnson 4d1 Collier County Itemized Detail Summary Controls THIS IS A LUMP SUM PROPOSAL Date: (Pricing based on Energy Management RFP #10-5373) - See proposal Work: Lead System Specialist Project Manager Site Supervisor System Design System Engineer c,Nar„T-h.in.n I I > IV,. I a I a - $ 129.00 $ 193.50 $ ' 16 $ 90.00 $ 135.00 $ 2,160.00 $ 90.00 $ 135.00 $ - $ 102.00 $ 153.00 $ - I 5 65.00 5 97.50 $ - Chiller Mechan c Project Manager Service/HVAC Technician Fire Inspector Project Manager System Technician System Engineer 86.00 115.00 150.00 193.50 Outside Vendor Materials: I Profit 10% Total Description Qty Cost Multiplier Unit Price Total Amount Due Ext Price Sheetmetal 2 $ 1,200.00 I.10 $ 1,320.00 Part #/Description Qty Unit Cost Multiplier $ Unit Price crane/rental 1 $ 2,000.00 1.10 $ 2,200.00 Ext Price Mix 1 5 100.00 1.25 $ 125.00 $ 125.00 refrigerant line sets and insulation 2 $ 300.00 1.25 $ 375.00 $ 750.00 7.5 Ton York Split Systems 2 $ 4,760.00 1.25 51950.00 $ 11900.00 1.25 $ $ 1.25 $ - $ - 1.25 $ $ Freight Sub -Total $ 12,775.00 ]CI Parts (In -House) Part #/Description Qty List Multiplier Unit Price Ext Price 0.50 0.50 $ $ 0.50 $ $ Freight Sub -Total $ Subcontracted Services -----](Includes communlwttons Systems and other services provided through subcontractor) I Profit 10% Total Description Qty Cost Multiplier Unit Price Total Amount Due Ext Price Sheetmetal 2 $ 1,200.00 I.10 $ 1,320.00 $ 2,640.00 Electrical 2 $ 1,000.00 1.10 $ 1,100.00 $ 2,200.00 crane/rental 1 $ 2,000.00 1.10 $ 2,200.00 $ 2,200.00 Sub -Total $ 7,040.00 Other Charges Material Handling Sub -Total I Profit 10% Total I CCG Permit Fees Total Amount Due 33 735.00 1 $ 1,392.00 $ 35 127.00 1 $ 35,957-00 CCG -NC\VRF Building 20-10-5373 1/29/2016 Johnson Controls ORIGINAL INVOICE Invoice #: 0003956869 -REV PO#/WO#e 4500166090 Bill To: Board of County Commissioners Attn: Finance Department PO Box 413016 Naples, FL 34101 Building Efficiency Federal ID 390380010 Involve. Date: 1/23/2017 Project No:6N000138 Work Site; CCG NCWRF Bldg 20 Electrical Room Invoice Comments: Replace two old and malfunctioning 7.5 ton Existing split system AC Unites with two new your 7.5 systems. Payment Due Upon Receipt of Invoice Terms: If any invoice Is not pa!d In full vdthln 30 days, the Customer hereby agrees to pay Interest at a rate of 1.5% per month (1849 annually) upon the unpaid potion of the invo!ce. If action or suit is brought by Johnson Controls, Inc. to collect any amount due or owing under Uds bill, Customer agrees to pay all costs of collection including attorneys fees. Disposable, Environmental & Usage (DEU) fee listed on this may include charges for one of more of the following miscellaneous: electrical, pneumatic, welding supplies, hardware materials, cleaning supplles, or refrigerant recialm disposal. A lump sum charge was applied rather than hemi&ng usage. We hereby certify that these goods are produced In compliarxe with all applicable requirements of sections 6, 7 and 12 of the Fair Labor Standards Act or 1938, as amended, arid of regulations and orders of the Administrator of the Wage and Hour Division Issued under section 14 thereof. Please reference our Invoice and send ONLY to the addrea due upon amount with your payment Direct Billing Inquiries: 866-866-0886 To Remit Via Credit Card: Call the phone number listed above. INVOICE #: mvmm rdymenE 10: JOHNSON CONTROLS PO BOX 730068 DALLAS, TX 75373 To Remit Via ACH Wire Transfers JP 14ORGAII CHASE ONE CHASE MANHATTAN PLAZA NEW YORK, NY 10006 CREDrrTO: JOHNSON CONTROLS INC. 0003956869 -REV ABA071-000013 DEPOSITORACC!#55-14397 TYPE OF ACCOUNT: CHECKING AMOUNT DUE: $30,878.91 Johnson Collier County Relnlzed Detail Summary Controls This 1s a Mot To exceed Proposal (Pdtlr9 based oa Energy Mai Meat RFP t10-5373) Lead System SpedaVst Project Manager SIMSuperNsur System Des'gn System Engk: Project Manage, S"VWHVACTWWAWt Project Manager System TedW&a System Eag!neer Outside Vendar Matedals: mcludmcormunloUana Ernsand oNuserxicea pNxl3M thlovlhnboonVdQo:O Oty Cost Multiplier LIMt Price UAt Price Cougar Cutting 1 97560 1.10 . 522.50 -2053.70 .-.5225O -4053.70 Pon* 1)"Ol tion 1 1,86760 1.10 S - Unit Cost NUIUDIler Unit Price Ext Price YORK INV 08(1350500 1 S 4600.00 1.25 5750.00 It 5750.00 UIU-12'ROD CWPUNG 6 10.62 1.25 $ 0.78 Al.. UW -NPP 4%9 TOGGLE BOLT 1 3.05 1.25 361 '361 rSTATYOM 1 H VC, NON -PR 2 21.86 - 1.25 27.35 - 54.7 BRAZINGALLOY 15%SILVER 1 t 74.53 1.25 93.16 -93.16 MALE ADAPTER SCIIEDULE 40 1 0.18 1.25 - 0.23 - 0.23 CAP VALV 14-FINGERTIGHT 2 3.88 1.25 4.85 9. a URI - OOPPER 800 ACR TUBING. 1 1.39. 1.25.. 1.74 1 17.38 MTR,COND1 BSOCCW460 1 f60.2T 1.25 20D.34 _30D.34 C P RUN SINGLE 5MFD370 1 4.05 1.25 5.06 5.06 UNION PVMITE SCi1903 '211 1.96 1.75 - 2.4 4.90 rMight Sub -Total 8,895.39 Subcontracted Services Descrl Ion mcludmcormunloUana Ernsand oNuserxicea pNxl3M thlovlhnboonVdQo:O Oty Cost Multiplier LIMt Price UAt Price Cougar Cutting 1 97560 1.10 . 522.50 -2053.70 .-.5225O -4053.70 PARAGW ELEC 1 1,86760 1.10 S - -_ 4 30878.91 4248.09 1.10 1.10 1.10 Sub -Total 2,576.20 Sub -Total Profit 10% Total ugta Total"Wat0ue DHtereece 28928.22 195.67 30878.91 35127.00 4 30878.91 4248.09 Energy M9mt-6NOC-0138 INV 0003956869-REV.)ft f 5(312017 Collier County Itemized Detail summary Wf-" J3,mre kwu�iizn (P.ibO bawl m a WO wiW %RFP 6105373) ImM Otlw I IMM EOLEI 26 FNOfiDIA Imes 9r tt0I956SHJ4LL'I POe: 43(01 srMb 14:vnrnbr OWb9 VaM9r Nabslab: � PF Mf3LKN PNm 2-14t4fa0fiWImXMY Dana/oawt u:mEon um r u:atvnca onvnw SNE-J8w2RN%1916)1 1 1].9 315 - A3i 2839 OXYT1n2p0UNRT0: 1 lE - 125 SK '- 5.26 ca Wetlar000.3atrun m ).n xzs - -.lsb flees LOpPEN OOEg3TW010 30 IA) 123 S LA A.61 Idp lTflfll VNU1] ll 1.9E 125 "-59 'TIID l- 45ELL154HIN i 196 -125 - : -1.fl S 9.R 'a Lr9o2uxo2nx •9459LN9>026 1s E x.0 1 12T f25 - x.66 f . • ' I25 { "A94 - ....3.50 PIMINSUATIGI I.1 X l0 1-03 126 f -x29 f '69bJ P.C3/YSnE0U13!V1 PV M 031 115 44l 9.63 FxWAXPWSl31mV 1 43L )SS OJ9 f ". U29 PX314-Wx4'fl06TA [IISMs 10 0]z - OS S " -0 - : P.0 456xbRlEnlb 2 0.'s ].15 '091 -' Im Pk 3J4'rtYSpIILelE90 ] 0.41 l.)5 - USI MI -051 M➢N'SLlUAN9 L.lA• 10 1 W NHL(LSIP IN 2715 51WT12W 13R%i-'dl4 !h•A11T1WJD R00'W 20.41 45 124 L25 I.ES 3631 IA S 14xe3 - Jfq IIC RL13OOlWIi4 : Q62 125 - --e.>/ ; 55 WUx13PWIL1Fp Npt z i.6 iss S __ .iM i. _..• [e66 W1 M"TWA51eq z EM 1 2r].�2nn26rJnx I 1e2x � Lss 22et t--- '-2zw 10.Ty]TO)aL91Tk99 IXC 1 11) 1)5 .. "12.i3 - '' q.13 nWgfIL3i OZ fAH 01)11 1 6l 1.3T -..650 �8.4J �3UlJIAUI(MIIE 2 18161 1.2T 2X>6 -45153 IOPIpT/(1133F)2ETMlt 1 IS.L2 In j2.6T ...2245 ftC 3/1.9on S1NaTE s 1.0E -SRS O.0 4'T[EWZOUE40 'UNIaY I 0.41' 23--0.51-USI PYC) 9ll64VeYf t 941 125 WLT%W,W 2A3 4 113 - 125 RC l•TEESpIWUlE40 l Mn - 125 F3CV• Eu. 4 459 125 - 0.74 ; 295 H'C !•COUn1AG SOI ! 0.4> - )25 ;0.59 --.0.59 P/a1 HOE602p1pt5CH t 0.51 -: .1.25 -469 'S MR 1'P.0 s51P6IP 1 a43 125 .._Obi S -. -..a61' ftC3/1'SW O950IFW I 0.31 "' LR f'-.: ':'.V29 f :. :..0.39 FYC1150ttONE40P64 l0 asz 1u NrLOND6asmunrfT E ex 125 NNIAXW 47]IMNY13 2 921 '115 IISI tm COS4B[4'8 Ce/CRmWiG M Inl I.2S - i.» & UM9Il.IAWWIJ119x 20 3, l25 ----396 jg.2f LRLTfleL5N0211E 10 113 :.'125 -..-2.66 1- 1T91pL.- 10 4.42 1.23 -553 --5{25 5A000XRYttrwwou E 0.0 -LA S --..: U.N S .. am PIFYINS POIJ.1 Y 24 1ID 1.15 m42wrlL lzuzuvovl9 1 6l 1ss es9 959 HW IlSItQAMPI-] 6 266 125 f -3.X - 121.1T N9PIBSUIn/JiP a' 6 2A1 IRT 2.23'16.39 V.0 4.901 s S 03 'LIS FWVVKOF]IS]➢$ w I 01 - -I25 - 029 ":"I FWUNpN565W{KAT 1 9e1 Lu .--II26 '1226 TI)T-T3WeOl%197632 1 1JA 319 2219 )2]9 14fA0.5PIfi1tPo 1 449 PsOCwtrs 2 x39 125 '. 1%.50 ; - -'593%1 ✓ OXllark➢a'bi I 306.05 123 m2s6 ss is36256 I]5 IMM EOLEI Collier County Board of county Commlsslonere Procurement Services Division Phone: 239-252.8407 Fax: 239-732-0844 Tax Exempt: 85-80159665310-1 Vandori{ 110171 JOHNSON CONTROLS INC 2335 9TH ST N NAPLES FL 34103 Please deliver to: SOLID WASTE MANAGEMENT DEPARTMENT atto: Angel Rodriguez 9950 GOODLET'i'E-FRANK ROAD, STE 302 NAPLES K 34109 00010 Bldg 20 Electrical Room Collier County Board or County Commissioners Alin: Accounts Payable 3299 Tamiaml Td E Ste 700 Naples FL 34112-5749 OR email to: bccopclork@colllorcierk.com rurcnase vruen iumaei mus, uppoai ,...,... correspondence, shipping papers and Invoices: Po Bomber 4500166090-ww02l1012016 eooreapervm PU Logistics Terms of Payment Delivery Date: 0913012016 Net 30 Days Realaco We old and malfunctioning 7 &fan Existing split system AC Unites with two new your 7.6-100 systems 1.00 VENDOR Terms and Conditions The VENDOR agrees to comply whir all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division she: hllpafpurchasing.colliergov.netfPurclinsingO/.2OPolicy]FoTms/A)fltoms.aspx, Including delivery and payment terms. Further the VENDOR agrees to: Provide goods and services outlined in this Purchase Omer with the prices, terms, delivery method and specifications listed above. Notify department Immediately If order fulfillment cannot occur as specified. Send all invoices to: C0111e1- County Board of County Commissioners Alin: Accounts Payable 3299 Tamlami'rd E Ste 700 Naples FL 34112-5749 OR small to: bocapcterk@colflerclerk.com Order is authorized under direction of Collier County Board of County Commissloners by: Joanne Markiewicz, Director, Procurement Services Division Pdmod 09/1112010@66:40b2 414.983614-03/099-72011.1d pago 1 d1 Collier County Board of County Commissioners Collier County Board of County Commissioners Procurement Services Division Phone: 239-252-8407 (D Attn: Accounts Payable 3299 Tamiami Trl E Ste 700 Fax: 239-732-0844 Naples FL 34112-5749 Tax Exempt: 85-8015966531C-1 OR email to: bocaprAerk@colliercierk.com Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: SOLID WASTE MANAGEMENT DEPARTMENT attn: Angel Rodriguez 9950 GOODLETTE-FRANK ROAD, STE 302 NAPLES FL 34109 Purchase Order number must appear on all related correspondence, shipping papers and Invoices: Purchase order Porhan 4500166093 wt -02110/2016 Comas Person PU Logistics Delivery Date: 09/30/2016 Terms of Payment Net 30 Days Item Material Description Order Qty Unit Price Per Unit Net Value 00010 NCWRF Bldg 81 Electrical & Office Rooms 67,140.08 FA 1.00 67,140.08 Replace three old existing split system AC Units and one Addison Rooftop unit "' Item partially delivered "` Total net value excl. tax USD 67,140.08 VENDOR Terms and Conditions The VENDOR agrees to complywith all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://purchasing.mlliergov.net/Pufchasing%20Policy/Forms/Allitems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Trl E Ste 700 Naples FL 34112-5749 OR email to: bccapderk@mllierderk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: Edward F. Coyman Jr, Director, Procurement Services Division Pwtetl 0412012018@07.27.28 414-263614-ON999-70119.1 Pagel 01 PURCHASE REQUISITION FORM Collier Coutdr- Public Utilities SHIV,SID Solid and Hazardous Waste Management 3339 East Tmniand Trail, Suite 302 Naples, F134112 Total Amount Requested By Date S 67,140.08 Dayne Atkinson 1/29/2016 DELIVERY ADDRESS: Johnson Controls Inc. Other (see below) SHWMD - 27191 Line Fund Fund Center Material Vender Contract 1 414 263614 634999 Other Contractual Services 29005 115417 SAP Contract (see below) Project/WBS 15-6432 70119.1 Agreement Charge Line Description Quantity N67,140.08 Unit of Measure10 Amount NCWRF Bldg 81 Electrical and office Room - Replace three old existing Split System Ac Units and one Addison Rooftop Unit LS S 67,140.08 Requested ByF (Signature) � Date: Dayne Atkinson. Project Manager Solid & Hazardous NVIste Management Department Approved By (Signature) Date: �// 6 TOTAL D Rodriguez. MBA. CPM Director Solid & Hazardous Waste Management Department S 67,140.08 Collier County Board of County Commissioners Collier County Board of County Commissioners Procurement Services Division Attn: Accounts Payable Phone: 239-252-8407 t` 'v 3299 Tamiami Td E Ste 700 Fax: 239-732-0844 "+'9 Naples FL 34112-5749 Tax Exempt: 85-8015966531C-1 OR email to: bccapclerk@collierclerk.com Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: FACILITIES MANAGEMENT 3335 TAMIAMI TRL E, STE 101 NAPLES FL 34112-5356 Purchase Order number must appear on all related correspondence, shipping papers and invoices: Purchase order PO Numb r 4500157510 nate 03/02/2015 ContaUPemn Facilities Maint Delivery Dale: 09/30/2015 Terms of Payment Net 30 Days /tern Material Description Order Qty Unit Price Per Unit Net Value 00010 HVAC Improv. Building H136,977 EA 1.00 136,977.00 — Item partially delivered — Total net value excl. tax USD 136,977.00 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: httpl/purchasing.colliergov.net/Purchasing%20Policy/Forms/Allitems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Tri E Ste 700 Naples FL 34112-5749 OR email to: bccapclerk@colliercterk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: r��-` �y-•--•�Z Edward F. Coyman Jr, Director, Procurement Services Division Pmte N1192018 @ 15:33:8 301-120435-634999-52162.1 Page 1 011 Johnson * Controls Johnson Controls, Inc. Building Efficiency 2335 N. Tamiarni Trail Suite 403 Naples Florida 34103 239 455-2930 Tele 239 455-2985 FAX CONTRUCTION DOCUMENTS COST ESTIMATE DATE: 2-25-2015 COLLIER COUNTY GOVERNMENT BUILDING "H" HVAC RENOVATIONS CONSTRUCTION DOCUMENTS NAPLES, FLORIDA DATED: FEBRUARY 24, 2015 PREPARED BY: SHAWN SIMPSON Johnson 0610 Controls SUBMISSION DATE: JOHNSON CONTROLS, INC. 23 09 00 INSTRUMENTATION AND CONTROLS FOR HVAC DIRECT DIGITAL CONTROL SYSTEM FOR HVAC SYSTEM SCOPE OF WORK 1......................HVAC Improvements • REPLACE ONE EXISTING OUTSIDE UNIT #2 ON THE ROOF. • REVISE EXISTING DUCT WORK ON THE ROOF TO REFLECT THE CHANGES • ADD THREE (3) NEW FLOW STATIONS AND VALVES TO MONITOR AND MANAGE AIR FLOW TO THE ASSOCIATED UNITS #1,#2 & #6 • RECALIBRATE THE CONTROLS FOR THESE UNITS • ADD ONE (1) NEW NAE TO PICK ALL THESE CHANGES AND IMPLEMENT ENERGY SAVINGS AS REQUESTED • ADDITION OF ONE (1) IN-LINE BOOSTER PUMP TO CHILL WATER LINE FROM BUILDING K TO INCREASE CHILL WATER SUPPLY PRESSURE • SUPPLY DESIGN DOCUMENTS AND DRAWINGS FOR A FINAL CONSTRUCTION EQUIPMENT SUMMARY QTY EQUIPMENT TAGS 1 OUTSIDE AIR HANDLING UNITS AHU-2 PRICING FOR A TURN KEY PROJECT ......... $136,977.00 This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. Signature NAME: P.O. #: DATE: This proposal is valid until 5/15/2015 Johnson Controls, Inc. Signature NAME: SHAWN SIMPSON TITLE: SENIOR ACCOUNT EXECUTIVE Collier County Board of County Commissioners Procurement Services Division Collier County Board of County Commissioners Phone: 239-252-84 Accounts Payable Fax: 239-732-0844 44 +'� 3299 Tamiami Tri E Ste 700 Tax Exempt: 85-8015966531C-1 Naples FL 34112-5749 OR email to: bccapclerk@collierclerk.com Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: SOLID WASTE MANAGEMENT DEPARTMENT attn: Richard Darroux 9950 GOODLETTE-FRANK ROAD, STE 302 NAPLES FL 34109 vurcnase Order number must appear on all related correspondence, shipping papers and invoices: E e order 500159520 nafa06/23/2015 Logistics Delivery Dale: Terms of Payment Net 30 Days Item Material Description Order Qty Unit Price Per Unit Net Va/ue 00010 SCWRF Security Gate 35,297.15 EA 1.00 35,297.15 South Wastewater Plant Gate repairs Total quantity spread over the following delivery dates: "' Item partially delivered — Quantity Unit 246.93each MOD-SCWRF Delivery Date Day 09/30/2015 Gale Mods Myo Please add a line to PO 4500159520 in the amount of $8,797.00 for additional South Wastewater Plant Gale repairs. Original PO amount: $35,297.15 New PO amount: $44,094.15 "` Item completely delivered "• Total net value axe]. tax USD VENDOR Terms and Conditions 8,797 44,094.15 The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: htlp://purchasing.colliergov.netfPurchasing%20POlicy/Forms/AJIltems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 7 Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Tri E Ste 700 Naples FL 34112-5749 OR email to: bccapderk@collierderk.com Purchase Order is authorized under direction of Collier County Board of County Commissioners by: Edward F Coyman Jr Director, Procurement Services Division Pmle 04/202018 @ 07:17 48 414-263614-263100-72505.3 Page 1 of 1 Johnson * Controls Johnson Controls, Inc. Systems Division 2900 S. Horseshoe Drive Suite 1300 ---Naple�FL-34109 - Tel: 239-455-2930 Fax: 239-455-2985 To: Dayne Adkinson Project: CCG Water Plant Security Gates RE: Additional Camera's and Emergency Phone Date: June 22, 2015 Page 1 of 2 Johnson Controls, Inc. thanks you for the opportunity to submit this proposal. This proposal is inclusive of all the work as requested by the Owner. All work in this proposal in accordance with RFP 10-5373 and quoted as a LUMP SUM Proposal SCOPE OF WORK - SECURITY South Water Plant - Warren Street Emernencv / Information Station ♦ Provide and Install Two (2) Code blue CD -19 Station ♦ Expedited shipping for the Code Blue units CCTV ♦ Install Two (2) Fixed Cameras and all associated hardware ♦ Install Two (2) Pelco Encoders in place of existing DVR's ♦ Run One (1) new CAT 6 to each location cable as requested to control console from electrical room Pricing South Water Plant - ........................... $35,297.15 Clarifications: • Owner is required to supply network communications and or IP addresses as required. • New IP cameras will tied to existing servers • Card Access will remain on Existing Stanchion • No additional programming or changes to existing systems • County to provide Network Hardware • Full access to all sites • All work performed during normal working hours (Important: this proposal incorporates by reference the terms and conditions on the last page of this document) This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. This proposal is valid until 8-15-2015 Johnson Controls, Inc. INITIALS: JOHNSON CONTROLS, INC. Signature NAME: P.O. N: DATE: PAGE 2 OF 2 Signature NAME: SHAWN M SIMPSON TITLE: SENIOR ACCOUNT EXECUTIVE INITIALS: PURCHASE REQUISITION FORM Collier C'onnff- Public Ul/lllies SHIVAID .Solid, and Hotordons 1Vosle Alouogexdnu 3339 East Towimn, Trull, Suile 302 Noples, P134112 Total Amount Requested By Date S 35,297.15 Daync Atkinson 6/1212015 DELIVE,RV ADDRESS: Johnson Controls Inc Other (see below) SHWMD-27191 Line Fund Fund Centcr ProjeclfWBS Vender Contract 1 414 263614 763100 Improvements General 72505.3 110177 Other (see below) 2 0 NN/A Blnlerial Agreement 10-5373 3 0 NN/A 29005 4600002779 4 0 dN/A Charge Linc Descri tion P Quantity Unit Price Unit of Measure Amount 10 South Waste Water Plant- Plant Security Gatc I S35,297.15 LS S 35,297.15 Requested By Date: CO i5 S (Signature) Ilio rd Darrous for Dame Atkinsua; Projeet Mamgcr Solid & Haz zdous 5'astcI&- gemetu Dcpaument Approved (Signature) if�� / Date: .f Irlw — 'I'O'I)S I, nic a ,.IdHA,CRNA Director olid & Harzr us Waste Managensnl Npanmem S 35,297.15 Johnson J�jc� Controls ORIGINAL INVOICE Building Efficiency Federal ID 390300010 Invoice #: 00038681974 Invoice Date: 12/5/2015 PO #/WO#: 4500159520 Service Order: 5N000127 Customer: 1133918 Order Type: Service Order Bill To: Board of County Commissioners Attn: Finance Department PO Box 413016 Naples, FL 34101 Work Site: CCG PU SCWRTF Security Invoice Comments: Change order to add License Plate Camera, wireless access and gate release by phone. Total Quote Price $ 33,578.19 Taxes $ Total Amount Due I USD $33,578,19 Payment Due Upon Receipt of Invoice Terms: If any Invoke Is not paid In full within 30 days, the Customer hereby agrees to pay Interest at a rate of 1.50/a per month (18% annually) upon the unpaid portion of the Invoke. If action or suit is brought by Johnson Controls, Inc. to collect any amount due or ovdng under this big, Customer agrees to pay all costs of collection including attomeys fees. Disposable, Environmental a. Usage (DEU) fee listed on this may Include charges for one or more of the following miscellaneous: electrical, pneumatic, welding supplies, hardware materials, cleaning supplies, or refrigerant reclaim disposal. A lump sum charge was applied rather than Itemizing usage. We hereby certify that these goods are produced in compliance with all applicable requirements of sections b, 7 and 12 of the Fair Labor Standards Act of 1938, us amended, and of regulations and orders of the Administrator of the Wage and Hour DIvskn Issued under section 14 thereof. Please reference our Invoice Number and amount with your payment and send ONLY to the address on this Invoice. Payment Terms: Invoice due upon Receipt Remit Payment To: Direct Billing Inquiries: 866-866-0886 JOHNSON CONTROLS po Box go524D CHARLOTTE, NC 28290-5240 To Remit Via Credit Card: To Remit Via ACH Wire Transfers: Call the phone number listed above. IP MORGAN CHASE ONE CHASE MANHATTAN PLAZA NEW YORK, ' 10005 INVOICE #: 00038681974 �� C1EDIfTO: JOHNSON CONTROLS INC. ABA#071.000013 DEPOSITOR ACCr#55-14347 TYPE OF ACCOUNT: CHECKING AMOUNT DUE: $33,578.19 Johnson i Collier County Itemized Detail Summary Controls This is a Not To Exee2d Proposal (Pricing based on Energy Management RFP #10-5373) Invoice Date: 12/5/2015 I Total - PROJECT # SN000127 Invoice #1 00038681974 t 1PO#'- 4500159520 Work Site: JCCG PU MVRTF Security - 33 57849 I Requested By: Hemantha Ranatunge Description of Scapa of Work: Change order to add License Plate Camera, vdreless access and gate release by phone. Construction Personnel Regular Hrs Overtime Hire Regular Rate Overtime Rate Total Lead System Spedallst Project Manager Site Supervisor System Design System Engineer S stem Technician - - 102.00 153.00 - ' `129.00 - '- 193.50 .90.00 - - - 135.00 - - - 90.00 -135.00 - - 102.00 153.00 - - 65.00- ' --47.50 "- - HVAC Service Personnel Regular Hrs Overtime Hm Regular Rate Overtime Rate < ' Total Chiller Mechanic Project Manager 5erv1ce/HVAC Technidan Service Controls Technician --100.00 ``i50.00 129.00 - - 193,50 86.00 - 129.00 115.00 "172.50 - Fire & Security Services Re ular firs Overtime Hrs Regular Rate- -'Overtime Rate - -Total Fire Inspector Project Manager System Technician System Engineer Service Representative $ 65.00 S 97.50 - 16 129.00 - `-193.50 -.- 2,064.00 - 102.00 - 153.00 - - - 16 `- .102.00. 153.00 1632.00 80 - 102.00 - -:153.00 -. 8,160.00 Outside Vendor Materials:. -Sub-Total . --11856.00 Part #/Descri tion Qty Unitcost Multiplier Unit Price '' Ext Price -- PELCO -4310532015 1 $901.32 ` 1.25 1126.65 1,126.65 126.65ANDCTER-115003867 ANXTER-11SO03867 1 246.12 - - 1.25 307.65 - 307.65 GMY13AR ELEC-982135285 1 92.63 1.25 -. 115.79 115.79 ADI-P67D)201 1 235.98 -- 1.25 - .294.98 - 294.98 ADI-P67D)202 1 523,98 1.25 - 654.98 $ 654.98 CODE BLUE -INE -106777 1 5187.00 - 1.25 - 6483.75 6483.75 CODE BLUE INE -Freight $ 467.00 'JCI Parts (In -Nouse) - Sub -Total $ 9,450.79 - Part #/Desai tion QtY List Multiplier 'Unit Price-'- --Ext Price " 0.50 $ _ - 0.50 $ $ - :.`0.50 $ $ - - --^ 0.50 $ -. $.. ._0.50 $ - - - Freight SubcontractedServices-_ Sub -Total (Indutles communications Systems and other services provided through subwntractors $ - -- --- " Description Qty I cost Multiplier Unit Price Ext Price NEW IQ LLC 1 $ 8,500.00 1.10 $ - 9,350.00 $.' 9,350.00 1.10 $ $ 1.10 $ Other Charges Description Clerical Material Handling Mllea a QtV i 161 1 69til Rate 155.00 I55.00 $ 1.00 Ext Price 880.00 Sub -Total 9,350.00 I Sub -Total 1 $ 1,578.00 1 - Sub -Total -- - I- -Profit 10a/o I Total - - -- CCG Permit Fees hue " 32 234.79 1343.40 33 578.19 - 33 57849 2 -Energy Mgmt Billing Template CCG PU SCWRTF -Security-00038681974.xisx 4/24/2017 Collier County Board of County Commissioners Collier County Board of County Commissioners Procurement Services Division Attn: Accounts Payable Phone: 239-252-8407<W 3 3299 Tamiami Td E Ste 700 Fax: 239-732-0844 ?,,. Naples FL 34112-5749 Tax Exempt: 85-8015966531C-1 OR email to: bccapclerk@collierclerk.com Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: FACILITIES MANAGEMENT 3335 TAMIAMI TRL E, STE 101 NAPLES FL 34112-5356 Purchase Order number must appear on all related correspondence, shipping papers and invoices: Purchase order PO Number 4500159622 oate06/29/2015 C ted Person Facilities Maint Terms of Payment Net 30 Days Delivery Date: Item Material Description Order Qty Unit Price Per Unit Net Value 00010 3 Wireless receivers Immokalee Lib "' Item completely delivered "' 5,461.45 EA 1.00 Total net value excl. tax USD 5,461.45 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://purchasing.mlliergov.neUPufchasing%20Policy/Forms/Allltems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Td E Ste 700 Naples FL 34112-5749 OR email to: bccapderk@collierclerk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: -(- ? r=�.---, �/. Edward F. Coyman Jr, Director, Procurement Services Division Printed N119M18 @ 15:31:14 301-120435EM4 52162.1 Page 10 1 Johnson 0 Controls 5, i l '* A ?'99 //a/17 Johnson controls, Inc. systems Division - _ Date:06-19-2015 2430 Vanderbilt Beach Road - S9Ile 108 / 9343 Naples, FL 34109 Tel: 239-455-2930 Fax: 239-455-2985 - To: Josh Hammond Project: CCG Immokalee Library RE: 417 N 1st Street, Immokalee Johnson Controls, Inc. thanks you for the opportunity to submit this proposal. This proposal is inclusive of all the work as requested by the Owner. All work in this proposal in accordance with RFP 10-5373 SCOPE OF WORK Johnson Controls, Inc. will install the following (3) three wireless receivers and a S321 controller at the Immokalee Street Library. We will provide 3 wireless transmitters for the library employees and 3 wireless receivers that will tied back to the S321 controller. The S321 will be tied back to the existing Collier County P2000 system on the existing network. Network • (1) S321 Network Controller Panic Hardware • (3) Wireless Transmitter • (3) Wireless Receivers Clarifications: I (455 t;r • Owner will supply network communications and or IP addresses as required. • No additional programming or changes to existing systems • No interlock to existing Fire Alarm systems • Full access to all sites • All work performed during normal working hours Cost Summary: We propose to furnish the materials and/or perform the work above for the net price of: $7,658.45. INITIALS: Johnson J)��� Controls voice Date: Collier County Itemized Detail Summary Lia for quofes and invoice delail sidmii Sinn (Pacing based on Energy Maragement RFP #10-53]3) of Lead System Specialist Project Manager Site Supervisor System Design System Engineer System Technician HVAC Service Personnel Qty Description QtyCost Multiplier Unit Price $-; 102.00 $ > 153.00 $ $_ Part #/Description Qty $ - - 129.00- $ - 393.50 $ :- --- $-.' 90.0 $ - - 135.00 $ $ ::- 90.00'.1 $ -, 13500 $ -::- - $' 102.00 1153.00 $ $ -- -65.00-. 5 -' 97.50 $.. - Regular Hrs Overtime Hrs Regular Rate I Overtime Rate Total Chiller Mechanic Project Manager Service/HVAC Technician Service/Controls Technician Fire & Security Services 5321 -IP 1 $ $-.- 100.00. $ -15000 $ ---_ SEC-ENC1616WD 1 $ $ 129.00- $ ..,193.50 $ .- $- 86.00 $ ". 129.00 $--"- -- $ 115.00- $ ' - - 17250 $ - Regular Hrs Overtime Hrs Regular Rate Overtime Rate Total Fire Inspector Project Manager System Technician System Engineer Service Representative 228.98 $: 65.00 $ - 97.50 $ .. $ -91.54: 4 -$-- 129,00, $ - >. 193.50 $ _-. S16.00 8 -$" 102.00.. $ -= 153.00 $ ` 816.00-< 4 $ .102.00 $ -' 15300 $-- 408.00, $ - - 102.00: $ - 153.00 T77777777 Outside Vendor Materials: r-. -$ Sub -Total $ 1,740.00 Part#/Description Qty - _ - Unit Cost Multiplier Unit Price Ext Price 1-BTTN 1 -CH PENDANT X-MTTR 3 $ 36.99 1.25 $ =46.24: $ -,138.71 4 -CH RECEIVER 32-ZN DX FORMAT 3 $ 51.99 - 1.25 $ 69.99 $ 194.96r Z -WAVE APPLIANCE PLG 120VAC/5A 3 $ 28.50 - 125 $ -' .35.63. _$ 106188 $ - -- 1.25 $ -_ ,. $ . $ - - _ 1.25 $ -',. -_ $ - $- - 1.25 $ - $ - Freights Sub -Total ; 440.55 JCI Parts (in -House) Qty Description QtyCost Multiplier Unit Price Ext Price Nev, IQ 1 $ 3,000.00 1.10 $-.' 3, 300.00 .$ 3;300.00 1.10 -$" - $_ Part #/Description Qty List Multiplier 24ul $ Unit Price -$. Ext Price 5321 -IP 1 $ 2,082.41 - 050 $--- 1,04L21 SEC-ENC1616WD 1 $ 457.96 0.50 $. , 228.98.'$ 228.98 5300 -BAT 2 $ 91.54 0.50 -$' 45.77-. $ -91.54: 0.50 $ r-. -$ 0.50 - _ - -- - Freight , Sub -Total $ 1,361.73 Subcontracted Services (Includes communications Systems and other services provided through subcontractors) Qty Description QtyCost Multiplier Unit Price Ext Price Nev, IQ 1 $ 3,000.00 1.10 $-.' 3, 300.00 .$ 3;300.00 1.10 -$" - $_ '$7.. - 2. Sub -Total 1 $ 3,300.00 Other Charges Description Qty Rate 1 Ext Pn.cc Clerical Material Handling Mileaae 4 Total Amount Due '$7.. - 2. $ _ - - 55.00 $ - 24ul $ •2 -$. `7,658.45 Sub -Total 1 $ 46 CCG immokalee Library Excell Worksheet 6/25/2015 1 Sub -Total I Profit 10% 1 Total I CCG Permit Fees Total Amount Due $..: 7,302.28 1 $ : 356.17 1 $- 7,658.451: -$. `7,658.45 CCG immokalee Library Excell Worksheet 6/25/2015 1 Collier County Board of County Commissioners Procurement Services Division Phone: 239-252-8407 Fax: 239-732-0844 Tax Exempt: 85-801596653IC-1 Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: SOLID WASTE MANAGEMENT DEPARTMENT attn: Angel Rodriguez 9950 GOODLETTE-FRANK ROAD, STE 302 NAPLES FL 34109 Collier County Board of County Commissioners Accounts Payable 329 3299 Tamiami Tri E Ste 700 ' Naples FL 34112-5749 OR email to: bccapcierk@collierclerk.com Purchase Order number must appear on all related correspondence, shipping papers and Invoices: Purchase order PO Number 4500162491 ate 10/07/2015 Comaa Person PU Logistics Delivery Date: 09/30/2016 Terms of Payment Net 30 Days /tem Material Description OrderQty Unit Price Per Unit Net Value 00010 RWBS two 6 -ton Split System Replacements 26,529.87 EA 1.00 26,529.87 RWBS Wellfield Building- 1231 7th Street SW- Install two (2) 6 -ton Split System Replacements with New Metasys Controls "` Item partially delivered •" Total net value axe]. tax USD 26,529.87 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: httpJ/purchasing.wlliergov.neVPurGhasing%20Policy/Forms/Allltems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all Invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Td E Ste 700 Naples FL 34112-5749 OR email to: bocapcIerk@collierclerk.com Purchase Order is authorized under direction of Collier County Board of County Commissioners by: 06. 71 Edward F. Coyman Jr, Director, Procurement Services Division P tw 0WOM18 @ 07:15:08 412-273512$52997-70114.1 Page 1 of 1 PURCHASE REQUISITION FORM Collier County- Public U11Nlles SHI F411D Solid and hazardous waste M1funagetnent 3339 East Tandy ni Trail, Suite 302 Naples, F134112 Total Amount Requested By Date S 26,529.87 Dayne Atkinson 9/25/1015 DELIVERY ADDRESS: Johnson Controls Inc. Other (see below) _ SHWMD - 27191 Line Fund Fund Center Material Vender Contract I 412 273512 dp sZ19 HYAL eoNTM-TORS 29005 110177 SAP Contract (see below) Project/WBS 10-5373 '701111, 1 Agreement 4600002779 ,,narge Line Description Quantity Unit Price Unit of Measure Amount 10 RWBS Well Field Bldg -1231 7th St SW — Install Two (2) 6 Ton Split System Replacements with New Metasys Controls I S 26,529.87 LS S 26,529.87 Requested 1; , Date: (Signanu'e) gyne Atkinson. Project \tanager Sul.' S Ilamrdous \'axle Management Department Approved 13y �\ Date: i TOTAL (Signature) . t odriguez, MRA. CFM Uirtctor Solid Iazardous Waste Management Department S 26,529.87 M Johnson Controls Building Efficiency Group 2335 Tamiami Tri N Naples, FL 34103 Phone(239)455-2930 -ToCollier County Government/PUD Attn: Dayne Atkinson Date: September 28,-2015 Project: RWBS Well Field Bldg -1231 7"' St SW — Install Two (2) 6 Ton Split System Replacements with New Metasys Controls Installation CCG RFP #10-5373 Scone as follows: • Furnish and install two (2) 6 Ton split system AC systems. • Demo existing 2-7.5 ton and 1 — 5 ton AC equipment. • Replace 2 existing refrigerant lines sets with new piping and insolation (required for new 410A refrigerant) • Provide SA ductwork and grille to area served by 5 ton(removed) system • Replace existing condensate drain. • Provide electrical work as required. • Condensing Unit tie -downs per code. Existing slab needs to be extended, condenser is too close to building. • All crane and rigging as required. • Any concrete work as required. • Start up and operate. • All work to be performed during regular hours. • New Metasys system with labor and material to allow for tie-in to allow for remote monitoring. Programming included. Note: System installation will be staged in order to maintain cooling during the installation to maintain one 7.5 ton system will be operating during the project retrofit. Total Lump Sum price for the above scope.....................................$26,529.87 This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. This proposal is valid until 60 days from above date SIGNATURE NAME: P.O. #: DATE: 61Eel .G17>fM NAME: RICHARD LANDREGAN TITLE: EQUIPMENT SALES Johnson O < r Collier County Itemized Detail Summary ControlsTHIS IS A LUMP SUM PROPOSAL (Pricing based on Energy Management RFP #10-5373) of Work: with new Metasys Lead System Specialist Project Manager She Supervisor System Design System Engineer $ 102.00 1 $ 1b3.0U $ 129.00 $ 193.50 $ 90.00 $ 135.00 $ 90.00 $ 135.00 $ 102.00 1 $ 153.00 Chiller Mechanic Project Manager Service/HVAC Technician G+rvtrc rfnnrrnic Tnrhnirian $ 100.00 $ 150.00 $ $ 129.00 $ 193.50 _ Is 80 $ 86.00 $ 129.00 1 $ 6,880.00 32 S IIS.00 I $ 172.50 1 $ 3.660.00 Fire Inspector Project Manager System Technician System Engineer Qty I Profit 10% $ 129.00 $ 102.00 $ 102.00 Outside Vendor Materials: Part#/Description Qty I Profit 10% Unit Cost Total Multiplier I Unit Price Permit Fees EM Price r 6 ton AC Systems $ 2 $ 3,509.00 1 $ 1.25 $ 4,386.25 $ 8,772.50 Aeftkierant line Set &insulation 26,529.87 2 $ 200.00 1.25 $ 250.00 $ - 500.00 return air arilles 2 $ 200.00 1.25 $ 250.00 $ 500.00 mist material 1 $ 150.00 1.25 $ 187.50 $ 167.50 SA Ductwork for 5 Ton system 1 $ 500.00 1.25 $ 625.00 $ 625.00 Metasys Parts 1 $ 2,225.00 1 1.25 2,781.25 $ 2 781.25 Freight $ 50.00 3CI Parts (In -House) Sub -Total $ 13,416.25 Part #/Description Qty List Multiplier Unit Price Ext Price 0.50 $ - $ - 0.50 $ - $ 0.50 $ - S Freight $ Sub -Total SubcontraCted Services (Includes communications Systems and other services provided through subcontractors) $ - Description Qty Cost Multiplier Unit Price Ext Price 1.10 $ $ 1.10 $ - $ 1.10 $ $ Other Charges Description Clerical Material Handling Mile a Qty 1 31 3 160 Rate 55.00 $ 55.00 $ 1.00 $ $ IS Ext Price 165.00 165.00 160.00 Sub -Total ; - I Sub -Total I S 490.00 1 CCG -PUD Well Field 7th St SW 9-28-15 cost sheetdocx 9/28/2015 Sub -Total I Profit 10% 1 Total I CCG Permit Fees Total Amount Due $ 24 66.25 1 $ 1,194.82 1 $ 25 661.07 1 $ ; 26,529.87 CCG -PUD Well Field 7th St SW 9-28-15 cost sheetdocx 9/28/2015 Johnson Controls ORIGINAL INVOICE Direct Inquires To: Johnson Controls, Inc 3802 Sugar Palm Dr a. ravaw cvnaors Tampa, FL 33619 Federal I Dd: 39-0380010 Atha Accounts Payable 8111 To: Collier County Board of County Commissioners 3299 Tamiami TO E Ste 700 NAPLES, FL 34112 $I WAC FL3411700 10107115 Joanne Markiewia Phone: 813-623.1188 Fax: Mail Check To: Johnson Controls PO Box 730068 Dallas. TX 75373 000 Original Contract Amount: 526.530 The Project Manager named above submits this application Approved Change Orders: s0 with knowledge. information, and belief that the work covered New Contract Amount: $26,530 by this application for payment has been completed in accordance Application Place with the Contract Documents, that 08 amounts have been paid by the Work Completed To Date: $26.530 Contractor for Work for which previous applications for payment were Less Retention: s0 issued and for which payments were received from the Owner Total Less Retention: $26.530 and that current payment shown herein Is now due. Less Invoiced To Dale: s0 s0 Total Amount Drue This Invoice: $25,530 100% Work Scheduled Previous Work In Stored Total Complete Balance Item Description Value Application Place Material and Stored Percent To Finish Retention A B C 0 E F G (D+EaF) H (G/C) I (CG) J 1 Job Progress $26,530 s0 $26.530 s0 $26,530 100% s0 s0 Totals $26.530 s0 $26,530 s0 $26,530 100% s0 s0 Please reference our invoice number and amount with your payment. Send only to the address on this invoice. Page 1 of 1 Collier CoWity Board of County Commissioners Procurement Services Division Phone: 239-252-8407 Fax: 239-732-0844 Tax Exempt: 85-8015966531C-1 Vendor# 115417 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Collier County Board of County Commissioners Accounts Payable 329 3299 Tamiami Trl E Ste 700 ' Naples FL 34112-5749 OR email to: bocapclerk@cellierclerk.com Purchase Order number must appear on all related correspondence, shipping papers and invoices: Purchase order PO Number 4500164097 oaie 11/12/2015 Gomori Person Facilities Maint Please deliver to: FACILITIES MANAGEMENT Delivery Dale: 06/09/2015 3335 TAMIAMI TRL E, STE 101 NAPLES FL 34112-5356 Terms of Payment Net 30 Days /tem Material Description Order Qty Unit Price Per Unit Net Value 00010 Prev Maint Insp & OnCall Mach Contractor 138,132.03 EA 1.00 138,132.03 "' Item partially delivered "' Total net value excl. tax USD 138,132.03 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://purchasing.miliergov.net/Purchasing%20POficy/Forms/A IItems.espx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all Invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Td E Ste 700 Naples FL 34112-5749 OR email to: bocapclerk@collierclerk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: � Edward F. Coyman Jr Director, Procurement Services Division Primes 04192018 @ 15:25:59 301-120431634999.59130.1 Page 1 of 1 Johnson If Controls Proposal TO: BOARD OF COUNTY COMMISSIONERS ATTN FINANCE DEPARTMENT 3299 TAMIAMI TRL E STE 700 NAPLES, FL 34112 ATTN: Mr. Dennis Linguidi Service© JOHNSON CONTROLS TAMPA FL CB - ONOC 3802 SUGAR PALM DR TAMPA FL 33619-1312 PH: (866) 866 0886 FAX: (813) 635 2276 Date: 11/09/2015 Quote Ref: wo:z201521425- HVAC Repair/Replacement Project Name: DAS Ventilation Repairs Site: Domestic Animal Services 7610 DAVIS BLVD NAPLES, FL 34119 We propose to furnish the materials and/or perform the work below for the net price of: One hundred thirty-eight thousand one hundred thirty-two dollars and three cents. $138,132.03 Pricing and Terms & Conditions are as set forth in the Preventative Maintenance Inspection Services & On -Call Mechanical Contractor Services RFP #15-6432) For the above price this proposal Includes: Dag Kennel Bld#3 • Replace existing supply fan duct heaters, Qty -4. Replacements shall be "Like for Like". • Replace supply fan and roof curb, Qty -2. Replacements shall be as manufactured by Greenheck to match existing and include Permatecor coating. The new roof curb will be re- flashed to the roofing and include a 24 gauge sheet metal cricket. • Replace corroded or rusted vertical supply fan duct work. • Replace EF -5 motor. • Reconnect control transformer on supply and exhaust fan motor starters. Dog Kennel Bld#4 • Replace existing supply fan duct heaters, Qty -3. Replacements shall be "Like for Like". • Replace supply fan and roof curb, Qty -2. Replacements shall be as manufactured by Greenheck to match existing and include Permatecor coating. The new roof curb will be re -flashed to the roofing and include a 24 gauge sheet metal cricket. • Replace corroded or rusted vertical supply fan duct work. • Reconnect control transformer on supply and exhaust fan motor starters. Dog Kennel Bfd#5 • Replace existing supply fan duct heaters, Qty -4. Replacements shall be "Like for Like". Page II Johnson SO Controls Service© • Replace supply fan and roof curb, Qty -2. Replacements shall be as manufactured by Greenheck to match existing and include Permatecor coating. The roof curb will be re -flashed to the roofing and include a 24 gauge sheet metal cricket. • Replace corroded or rusted vertical supply fan duct work. • Reconnect control transformer on supply and exhaust fan motor starters. Cat Area • Replace existing supply fan duct heaters for SF7. Replacement shall be "Like for Like".. • Replace supply fan and roof curb for SF -7. Replacement shall be as manufactured by Greenheck to match existing and include Permatecor coating. The roof curb will be re -flashed to the roofing and include a 24 gauge sheet metal cricket • Repair damaged duct connections on SF -7 • Reconnect control transformer on supply and exhaust fan starters. Sally Port • Replace supply fan and roof curb for SF -9. Replacement shall be as manufactured by Greenheck to match existing and include Permatecor coating. The roof curb will be re -flashed to the roofing and include a 24 gauge sheet metal cricket. • Replace exhaust fan and roof curb for EF -13 & 14. Replacements shall be as manufactured by Greenheck to match existing and include Permatecor coating. The roof curb will be re -flashed to the roofing and include a 24 gauge sheet metal cricket. • Reconnect control transformer on supply and exhaust fan starters. Clarifications: 1. Proposal includes the use of lifts and cranes. 2. Existing flue pipes may be in close proximity to supply inlets and require correction. This work is not included. 3. Supply and exhaust fans will continue to be controlled by existing operator push buttons. 4. Project Management for both the Controls Installation and HVAC Repair/Replacement Project are provided by a separate proposal, given the 15-6432 Agreement does not have a Controls or Project Management Labor Category. 5. Minimum Production Time on Fans Eight (8) Weeks. 6. Use of Contingency Fund shall require approval of the Collier County Project Manager, in advance. Page 12 Johnson 00 Controls Service0 This proposal DOES NOT include: 1. Labor or material not specifically described above is excluded from this proposal. 2. Unless otherwise stated, any and all overtime labor is excluded from this proposal. 3. Applicable taxes or special freight charges are excluded from this proposal. 4. Roofing repairs not directly associated to replacement of supply or exhaust fan curbs. 5. Repairs of corrections to wiring, electrical equipment or the electrical system. 6. Correction to existing code violations. 7. Engineering or Stamped Drawings. 8. Inspection and evaluation labor. 9.Fire alarm of any kind. 10. Controls 11. Project Management This proposal is hereby accepted and Johnson Controls is authorized to proceed with the work, subject to credit approval by Johnson Controls, Inc. Milwaukee, WI, Signature: Name: Title: Date: PO: This proposal is valid through: 12/02/2015 Signature: Title: Date: UE9Cl1 11: 11 W ]c W Wer.: DAS VentWtlon Repairs, Refereure ]C[ Proposal 1w0#201521925- HVAC RepaV/Repiacement , as dated 11-092015 Johnson Controls Page 13 Johnson 001 Collier County Itemized Detail Summary Controls (Rag nFP #15-6432) Outside Vanclor Ma &Wai I Mmughsubcon4ad) I Total Desai on i Multiplier Unit Prke Part f/Desuipum ow Crowthr Roofing unit cost Muttfpller Unit Prke Ext Price Dud Heater 3630 2,750.00 t 1,28100 1.15 S _ I t.477.75 t� 2,1155,50 Duct Heater 5720 11 S 1,231.00 1.15 $ 1,415.65 $ 15,572.15 Supply Fan RSFP-200-30 jj2l 6 $ 7,160.00 1.15 $ 8 234.00 $ 49,404.00 Supply Fan RSFP-120-7 2 $ 2,700.00 1.15 $ . 3,105.00 $ 6,210.00 Exhaust Fan RBE -2L.24-7 2 $ 2,580.001.15 $ 2,967.60 $ -5,934.00 787.00 1.15 905.05 .0 Frei ht: Sub -Total ; 91p34.20 Subwntracted Semim l(i.ciodescommunh umssyAmsaMtlwieaittaproMe Mmughsubcon4ad) I Total Desai on i Multiplier Unit Prke Ex! Prke Crowthr Roofing 1 13,00000 1 1.10 4-14,30M6 ELdrkal Power for Fans %�35,302.03; 2,750.00 2,970.00 Fence repair aAowance and landscaping 3 1$ 1,000.001 1410 1 tGO.00 11 3,300.00 6Zaotal $ 27,627.63 I Sub•Total I DO NOT USE I Total I CCG Parvalt Fees I Total AMOUnt Due R' %�35,302.03; 2,750.00 - iiVbb.132:W PM DAS 11-09-15.x1sx 11/912015, Collier County Itemized Detail Summary Use for quotes and invoice detail submission (Pricing based on Energy Management RFP #10-5373) PM DAS 11-09-15 .)ds 11/9/2015 Collier County Board of County Commissioners Collier County Board of County Commissioners Procurement Services Division Attn: Accounts Payable Phone: 239-252-8407,`= Fax: 239-732-0844j�3 1 3299 Tamiami Tri E Ste 700 Naples FL 34112-5749 Tax Exempt: 85-8015966531C-1 OR email to: bccapclerk@collierclerk.com Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: FACILITIES MANAGEMENT 3335 TAMIAMI TRL E, STE 101 NAPLES FL 34112-5356 Purchase Order number must appear on all related correspondence, shipping papers and invoices: Purchase order Po Wo ' 4500165783 Da1a01/28/2016 Donfad Person County Capital Pro Delivery Date: 10/22/2015 Terms of Payment Net 30 Days Item Material Description Order Qty Unit Price Per Unit Net Value 00010 DAS Kennels Smoke Detecors 8,521.65 EA 1.00 8,521.65 Total net value excl. tax USD 8,521.65 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://purchasing.wlliergov.neUPurchasing%20Policy/Forms/Allitems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Alin: Accounts Payable 3299 Tamiami Tri E Ste 700 Naples FL 34112-5749 OR email to: bcoapcierk@cellierclerk.com Purchase Order is authorized under direction of Collier County Board of County Commissioners by: Edward F. Coyman Jr, Director, Procurement Services Division Pmt04/19/2018 @ 15:2105 301-120435634999-50130.1 Page i o11 Johnson * Controls Proposal TO: BOARD OF COUNTY COMMISSIONERS ATTN FINANCE DEPARTMENT 3299 TAMIAMI TRL E STE 700 NAPLES, FL 34112 ATTN: Claude Nesbitt e00931(31� Service Tampa FL Common Branch - ONOC 3802 SUGAR PALM DR TAMPA FL 33619-1312 PH: (866) 866 0886 FAX: (813) 635 2276 Date: 1/26/2016 Quote Ref: Project Name: DSA Smoke Detectors Site: Domestic Animal Services 7610 Davis Blvd. Naples, Fl, 34119 We propose to furnish the materials and/or perform the work below for the net price of: $8521.65 For the above price this proposal includes: Install new smoke detector on 7ea supply fans per permit requirements. This is lump sum quote. 1. Provide parts, material and labor to install new smoke detectors In 7 supply fans. 2. Tie into motor starters for fan shutdown. 3. Test operation. This proposal DOES NOT include: 1. Labor or material not specifically described above is excluded from this proposal. 2. Unless otherwise stated, any and all overtime labor is excluded from this proposal. 3. Applicable taxes or special freight charges are excluded from this proposal. Important: This proposal incorporates by reference the Terms and Conditions attached This proposal is hereby accepted and Johnson Controls is authorized to proceed with the work, subject to credit approval by Johnson Controls, Inc. Milwaukee, WI. Domestic Animal Services Signature: Name: Title: Date: PO: This proposal is valid through: 1/26/2016 Signature: Title: Dale: Johnson Controls (IMPORTANT): This proposallmorporates by reference the terms and conditions which are attached to this document. All work is to be performed Monday through Friday during normal JCI business hours unless otherwise noted. Thls proposal, orany accepted alternates, "hereby accepted and Johnson Controls is authorized to proceed with the work; subject, however, to credit approval by Johnson Controls, Inc., Milivaukee, Wisconsin Page 11 Johnson S O Collier County Itemized Detail Summary ro Contts� THIS IS A LUMP SUM PROPOSAL Pricing and Terms 8 Conditions are as set forth in Energy Management RFP #10-5373 Dectors, as dated Lead System Spe Project Manager Site Supervisor System Design System Engineer Chiller Mechanic Project Manager Service/HVAC Technician Fire Inspector Project Manager System Technician System Engineer ju Parts tin. Part �nmRe veteaor uvrw 7 § 169 54 ''0.50 $ `=_:84'77 §. `S°: 593.39 3R Sampling Tube D5T3 7 $ 11.98 - -0 60 $, ;'.5.99 $ ' 41,93_ Key SyrRCh ATS151KEY 7 S 66.18 I 33 ha' I t azt. Fz vmert arges CCG DAS EM Smoke Detector 1/26/2016 I Contro��� ls �Collier County Itemized Detail Summary THIS IS A LUMP SUM PROPOSAL Pricing and Terms & Conditions are as set forth in Energy Management RFP #10-5373 CCG DAS EM Smoke Detector 1/26/2016 Sub -Total Profit 10 Total CCG Vermlt FeesA Total Amount Due 8,096.9s 424.70- ' 8,52L65 CCG DAS EM Smoke Detector 1/26/2016 Collier County Board of County Commissioners• Procurement Services Division Collier County Board of County Commissioners Phone: 239-252-8407r Attn: Accounts Payable Fax: 239-732-0844 0S 3299 Tamiami Trl E Ste 700 Tax Exempt: 85-8015966531C-1 • .. Naples FL 34112-5749 OR email to: bccapclerk@collierclerk.ccm Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: FACILITIES MANAGEMENT 3335 TAMIAMI TRL E, STE 101 NAPLES FL 34112-5356 rurcnase urger number must appear on all related correspondence, shipping papers and invoices: Purchase order Po number 4500163507 Date 10/23/2015 contact Person Facilities Maint Delivery Dale: 10/22/2015 Terms of Payment Net 30 Days ltem Material Description Order Qty Unit Price Per Unit Net Value 00010 DAB Kennels 69,903.13 EA 1.00 69,903.13 "' Item partially delivered "` Total net value excl. tax USD 69,903.13 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://purchasing.colliergov.neVPurchasing%20POlicy/Forms/A Iltems.aspx, including delivery and payment terms. Further the VENDOR agrees to: Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. Notify department Immediately if order fulfillment cannot occur as specified. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Trl E Ste 700 Naples FL 34112-5749 OR email to: bcoapclerk@collierclerk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: Edward F Coyman Jr, Director, Procurement Services Division Pante 04/19/2018 @ 15:27:52 301-120435634939-50130.1 Page 1 of 1 Johnson 00, Controls Proposal TO: BOARD OF COUNTY COMMISSIONERS ATTN FINANCE DEPARTMENT 3299 TAMIAMI TRL E STE 700 NAPLES, FL 34112 ATTN: Mr. Dennis Linguidi Service© JOHNSON CONTROLS TAMPA FL CB - ONOC 3802 SUGAR PALM DR TAMPA FL 33619-1312 PH: (866) 866 0886 FAX: (813) 635 2276 Date: 11/09/2015 Quote Ref: Project Name: Site: lei ��t i W O #201521425 -Controls DAS Ventilation Repairs / Controls & Project Management Domestic Animal Services 7610 DAVIS BLVD NAPLES, FL 34119 We propose to furnish the materials and/or perform the work below for the net price of: Sixty-nine thousand nine hundred three dollars and thirteen cents. $69,903.13 Pricing and Terms & Conditions are as set forth in Energy Management RFP #10-5373 For the above price this proposal includes: Dog Kennel Bld#3 • Replace existing supply fan duct heater thermostat, Qty -4 • Extend Building Automation System from Administration Building to Dog Kennel. This would include installation of underground communication, 1 -field controller, 1 -space temperature sensor and 4 -current switches for fan motor run status with the required programming and commissioning. • Provide Project Management for HVAC Repair/Replacement and Controls. Dog Kennel Bld#4 • Replace existing supply fan duct heater thermostat, Qty -4 • Extend Building Automation System from Administration Building to Dog Kennel. This would include installation of underground communication, 1 -field controller, 1 -space temperature sensor and 4 -current switches for fan motor run status with the required programming and commissioning. • Provide Project Management for HVAC Repair/Replacement and Controls. Dog Kennel Bld#5 • Replace existing supply fan duct heater thermostat, Qty -4 Pagalt Johnson 001 Controls Service© • Extend Building Automation System from Administration Building to Dog Kennel. This would include installation of underground communication, 1 -field controller, 1 -space temperature sensor and 4 -current switches for fan motor run status with the required programming and commissioning. • Provide Project Management for HVAC Repair/Replacement and Controls. Cat Area • Replace existing supply fan duct heater thermostat, Qty -1. • Extend Building Automation System from Administration Building to Dog Kennel. This would include installation of underground communication, 1 -field controller, 1 -space temperature sensor and 3 -current switches for fan motor run status with the required programming and commissioning. • Provide Project Management for HVAC Repair/Replacement and Controls. Sally Port • Provide Project Management for HVAC Repair/Replacement. Clarifications: 1. Existing flue pipes may be in close proximity to supply inlets and require correction. This work is not included. 2. Supply and exhaust fans will continue to be controlled by existing operator push buttons. 3. Project Management for both the Controls Installation and HVAC Repair/Replacement Project are provided by this proposal, given the 15-6432 Agreement does not have a Project Management Labor Category. 4. Use of Contingency Fund shall require approval of the Collier County Project Manager, in advance. This proposal DOES NOT Include: 1. Labor or material not specifically described above is excluded from this proposal. 2. Unless otherwise stated, any and all overtime labor is excluded from this proposal. 3. Applicable taxes or special freight charges are excluded from this proposal. 4. Roofing repairs not directly associated to replacement of supply or exhaust fan curbs. 5. Repairs of corrections to wiring, electrical equipment or the electrical system. 6. Correction to existing code violations. 7. Engineering or Stamped Drawings. 8. Inspection and evaluation labor. 9. Fire alarm of any kind. This proposal is hereby accepted and Johnson Controls is authorized to proceed with the work, subject to credit approval by Johnson Controls, Inc. Milwaukee, WI. This proposal is valid through: 12/02/2015 Page 12 Johnson 16 Collier County Itemized Detail Summary Controls THIS IS A LUMP SUM PROPOSAL Pricing and Terms & Conditions are as set forth in Energy Management RFP #10-5373 , as Project Manager site Supervisor System Design System Engineer Chiller Mechanic Project Manager Serme/HVAC Technldan Fire Inspector Project Manager System Technldan System Engineer other CCG DAS EM 11-09-15.>lsm 11/9/2015 Johnson 1I.�(l�' Collier County Itemized Detail Summary Controls THIS IS A LUMP SUM PROPOSAL Pricing and Terms & Conditions are as set forth in Energy Management RFP 1110-5373 Collier County Board of County Commissioners Procurement Services Division Collier County Board of County Commissioners Phone: 239-252-8407 (D Attn: Accounts Payable 3299 Tamiami Td E Ste 700 Fax: 239-732-0844 Tax Exempt: 85-8015966531 C-1 Naples FL 34112-5749 OR email to: bccapclerk(a)cellierderk.com Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: SOLID WASTE MANAGEMENT DEPARTMENT attn: Angel Rodriguez 9950 GOODLETTE-FRANK ROAD, STE 302 NAPLES FL 34109 rurcnase Order number must appear on all related correspondence, shipping papers and invoices: Purchase order PO Number 4600164416 wie11/23/2015 Caw Person PU Logistics Terms of Payment Net 30 Days Delivery Date: /tem Material Description Order Qty Unit Price Per Unit Net Value 00010 SCRWTP VFD Room "' Item completely delivered •" 61,639.5 EA 1.00 61,639.50 00020 SCRWfP VFD Room Allemate New 2nd Line 5,872 EA 1.00 5,872.00 Total quantity spread over the follovdng delivery dates: Quantity Unit Delivery Date 5,872each Day 09/3012016 Total net value excl. tax USD 67,511.50 VENDOR Terms and Conditions The VENDOR agrees to comply vdth all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://purchasing.colliergov.netIPurchasing%2OPolicy/Forms/Pilltems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as spedfied. 3. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Trl E Ste 700 Naples FL 34112-5749 OR email to: bccapclerk@mllierclerk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: Edward F Coyman Jr Director, Procurement Services Division Pamea 04r=2018@07:s05 412-273512-63499370110.1.1 Page 1 d 1 PURCHASE REQUISITION FORM Collier County- Public Utilities SHB'AlU Solid and Hazardous Waste Management 3339 Bast Tamiami Trail, Suite 302 Naples, F134112 Total Amount Requested By Date S 67,511.50 Dayne Atkinson 10/29/2015 DELIVERY ADDRESS: Johnson Controls Inc. Other (see below) SHWMD - 27191 Line Fund Fund Center Material Vender Contract 1 412 273512 634999 Other Contractual Services 29005 110177 SAP Contract (see below) Project/1VBS 10-5373 70110.1.1 Agreement 4600002779 Charge Line Description Quantity Unit Price Unit re Measur Amount 10 SCRW�TP VFD Room - Remove AHU,�Cu-7, Replace CU 5R6 and Al IU 6, with new units. New Condensing units to be factory coated. 1 5 61,639.50 LS S G1,639.50 20 SCRWTP VFD Room - Alternate, Install a complete new 2nd refrigerant line set for AHU-5 if the leak/pressure test requires it. 1 S 5,872.00 LS $ 5,872.00 Requested By (Signature) / Date: �QZ �f/S Dayne Atkinson. Project Manager Solid & Ilazardom Wa a Management Department Approved By (Signature) - _ �� ��r+,� Datei/ �guez. TOTAL ale MI3A. CFM Director /Solid & H. - rdous Waste Management Department S 67,511.50 Johnson Controls Building Efficiency Group 2335 Tamiami TO N Naples, FL 34103 Phone (239)455-2930 To: Collier County Government/PUD Attn: Dayne Atkinson Date: October 28, 2015 Project: SCRYYTP - 3857 Utility Or - Three existing (3) 20 Ton Split Systems Remove AHU/CU - 7, Replace CU -5 & 6 and Replace AMU -6 CCG RFP #10-5373 Scone as follows • Reinstall refrigerant lines removed from one circuit for AC system 5. Prior to completing this circuit, line set will be flushed, cleaned and pressure tested for any leaks. Results will be evaluated with CCG Facilities. See Price Add below. • Reinstall line set correctly for dual circuit cooling coil for AHU-5. Run test. • Replace existing 20 Ton CU -5 and put System -5 back in operation. • AC System No. 5 to in 100% operation during retrofit of AC -6 System. • Remove and recover R-22 refrigerant from System 6. • Remove and replace AHU-6 and CU- 6. • Remove existing Trane AHU-6 and replace with a new York AHU-6 rated for 8000 CFM and 20 Ton DX Cooling Coil, that can be disassembled and brought up in the elevator for reassembly in the mech. rm. • New concrete housekeeping pad as required for AHU-6. • Modify Supply and Return Air ductwork to accommodate new AHU-6. • Reinsulate all new refrigerant lines with new jacketing on exterior locations. • Provide electrical work as required. • New condensing unit coils to be factory epoxy coated. • Condensing Unit tie -downs per code. • All crane and rigging as required. • Start up and operate. • All work to be performed during regular hours. • AC System No. 7 to be removed upon completion of AC Systems 5 and 6. • Refrigerant Line sets, condensate drains, Disconnect plus wiring and ductwork for AC System No. 7 to be demoed and removed from site. • Remove and disposal of all demoed equipment and clean up all areas. Note: Building Automation tie-in by others. Total Lump Sum price for the above scope...................................$61,639.50 Add for installing a complete new 2"' refrigerant line set for AHU-5 if the leak/pressure test requires that they need replacing ........................+$5,872.00 This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. SIGNATURE NAME: P.O. #: DATE: This proposal is valid until 60 days from above date SIGNATURE NAME: RICHARD LANDREGAN TITLE: EQUIPMENT SALES Johnson to Collier County Itemized Detail Summary Controls THIS IS A LUMP SUM PROPOSAL (Pricing based on Energy Management RFP #10.5373) 3857 Utility Dr 2-20 Ton AC Systems 5 & 6 Demo AC system Lead System Specialist Project Manager Site Supervisor System Design System Engineer Chiller Mechanic Project Manager Service/HVAC Technician Fire Inspector Project Manager System Technician System Engineer Outside Vendor Materials: Sub -Total Profit 10°/a Total CCG Permit Fees Part#/Description Qty 59 756.00 Unit Cost Multiplier Unit Price Ext Price Misc t $ 460.80 1.25 $ 576.00 $ 576.00 Refi erant Line sets 1 $ 800.00 1.25 $ 1000.00 $ 1000.00 Insulation and jacketing 1 $ 600.00 1.25 $ 750.00 $ 750.00 Refrigerant 300 $ 3.25 1.25 $ 4.06 1,218.75 Flush kit 3 $ 100.00 1.25 $ 125.00 $ 375.00 2-20 ton CU's York 2 S 7,029.00 1 1.25 $ 8,786.25 $ 17 572.50 Freight $ 100.OD Sub -Total $ 30,361.00 3CI Parts (In -House) Part #/Description Qty List Multiplier Unit Price Ext Price 0.50 $ $ - 0.50 $ S 0.50 $ $ Freight Sub -Total $ - CCG -PUD SCRYffP VFD 3857 Utility Dr 10-5373 10 -27 -IS 10/292015 Sub -Total Profit 10°/a Total CCG Permit Fees Total Amount Due 59 756.00 1883.50 61 639.50 ; 61 639.50 CCG -PUD SCRYffP VFD 3857 Utility Dr 10-5373 10 -27 -IS 10/292015 Collier County Itemized Detail Summary Usefor quoles and invoice detail submission (Pricing based on Energy Management RFP #10-5373) Invoice Date: Service Order: Invoice #: PO#: Work Site: G - Comments: Page 2 - List of additional material #VALUE! Outside Vendor Materials: Part #/Description Qty Unit Cost Multiplier Unit Price Ext Price 1-20 Ton York AHU 1 7015 1.25 $ 8,768.75 $ 8,768.75 1.25 $ - $ - 1.25 $ - $ 1.25 $ - $ 1.25 $ - $ 1.25 $ - $ 1.25 $ - $ 1.25 $ - $ 1.25 $ - $ 1.25 $ - $ 1.25 $ - $ 1.25 $ - $ 1.25 $ $ 1.25 $ $ Ruh -Total I < R 749 TR I Subcontracted Services (Includes communications Systems and other services provided through subcontractors) Description Qty Cost Multiplier Unit Price Ext Price crane and rigging 1 $ 1,200.00 1.10 $ 1,320.00 $ 1,320.00 1.10 $ - $ - 1.10 $ $ - 1.10 $ $ 1.10 $ $ 1.10 $ $ 1.10 $ $ 1.10 $ $ 1.10 $ $ Sub-Total $ 1,320.00 Johnson 40 Collier County Itemized Detail Summary Controls THIS IS A LUMP SUM PROPOSAL (Pricing based on Energy Management RFP #10-5373) Invoice Date: Sub -Total I Profit 10% Service Order: Total I CCG Permit Fees Invoice #: 1PO#: 5416.45 Work Site: CCG -PUD SCRWTP 3871 Utility Dr Naples FL 1 $ 5872.00 5,872.00 Description of Scope of Work: Construction Personnel Regular Hrs Overtime Firs Regular Rate Overtime Rate Total Lead System Specialist Project Manager Site Supervisor System Design System Engineer System Technician $ 102.00 5 153.00 $ - $ 129.00 $ 193.50 $ $ 90.00 $ 135.00 $ - $ 90.00 $ 135.00 S $ 102.00 ; 153.00 $ $ 65.00 $ 97.50 f - HVAC Service Personnel Regular Hrs Overtime Hrs Regular Rate Overtime Rate Total Chiller Mechanic Project Manager Service/HVAC Technician Service/Controls Technician $ 100.00 $ 150.00 $ - 3 $ 129.00 $ 193.50 $ 580.50 30 $ 86.00 $ 129.00 $ 3,870.00 $ 115.00 $ 172.50 $ - Fire & Securi Services Regular Hrs Overtime Hrs Regular Rate Overtime Rate Total Fre Inspector Project Manager System Technician System Engineer Service Representative $ 65.00 $ 97.50 5 $ 129.00 $ 193.50 $ $ 102.00 $ 153.00 $ - $ 102.00 $ 153.00 $ $ 102.00 $ 153.00 f Outside Vendor Materials: Sub -Total $ 4,450.50 Part #/Description Qty Unit Cost Multiplier Unit Price Ext Price Mix 1 $ 188.76 1.25 $ 235.95 $ 235.95 Refrig Piping and insulation 1 $ 500.00 1.25 $ 625.00 $ 625.00 1.25 $ 1.25 $ $ 1.25 ¢ $ 1.25 ; Freight 3CI Parts (In -House) Sub -Total $ 860.95 Part #/Description Qty List Multiplier Unit Price Ext Price 0.50 $ $ 0.50 f $ 0.50 f $ Freight Sub -Total-------------- subcontracted Services ](Includes communications Systems and other services provitled through subcontractors) $ - Description Qty Cost Multiplier Unit Price Ext Price - 1.10 $ $ 1.10 $ $ - Other charges Description Clerical Material Handling Mileage Qty Rate 0 $ 55.00 1 $ 55.00 50 $ 1.00 Ext Pr!E5 $ .00 $ 50.00 Sub -Total $ Sub -Total 1 $ 105.00 CCG -PUD SCRWTP Refrig Pipng Pricing 10-27-15 10/29/2015 Sub -Total I Profit 10% 1 Total I CCG Permit Fees I Total Amount Due $ 5416.45 I I 455.55 1 $ 5872.00 5,872.00 CCG -PUD SCRWTP Refrig Pipng Pricing 10-27-15 10/29/2015 Johnson 0) x(11 Controls ORIGINAL INVOICE Building Efficiency Federal ID 39.0380010 Invoice #: 0 Invoice Date: 1/0/1900 PO #/WO#: 0 Service Order: 1/0/1900 Customer: 1133918 Order Type: Service Order Bill To: Board of County Commissioners Attn: Finance Department PO Box 413016 Naples, FL 34101 Invoice Comments: Work Site: CCG -PUD SCRWTP 3871 Utility Dr Naples FL Total Quote Price $ 5,872.00 Taxes $ Total Amount Due USD 1 $5,872.00 Payment Due Upon Receipt of Invoice Terms: If any invoice is not paid in full within 30 days, the Customer hereby agrees to pay interest at a rate of 1.5% per month (18% annually) upon the unpaid portion of the invoice. If action or suit is brought by Johnson Controls, Inc. to collect any amount due or owing under this bill, Customer agrees to pay all costs of collection including attorneys fees. Disposable, Environmental & Usage (DEL) fee listed on this may include charges for one or more of the following miscellaneous: electrical, pneumatic, welding supplies, hardware materials, cleaning supplies, or refrigerant reclaim disposal. A lump sum charge was applied rather than itemizing usage. We hereby certify that these goods are produced in compliance with all applicable requirements of sections 6, 7 and 12 of the Fair Labor Standards Act of 1938, as amended, and of regulations and orders of the Administrator of the Wage and Hour Division issued under section 14 thereof. Please reference our Invoice Number and amount with your payment and send ONLY to the address on this invoice. Payment Terms: Invoice due upon Receipt Remit Payment To: Direct Billing Inquiries: 866-866-0886 To Remit Via Credit Card: Call the phone number listed above. INVOICE #: AMOUNT DUE: $5,872.00 JOHNSON CONTROLS PO BOX 905240 CHARLOTTE, NC 28290-5240 To Remit Via ACH Wire Transfers: JP MORGAN CHASE ONE CHASE flANHATTAN PLAZA NEW YORK, NY 10005 CREDIT -TO: JOHNSON CONTROLS INC. ABA#071-000013 DEPOSITOR ACCT#55-14347 TYPE OF ACCOUNT: CHECKING Johnson i'� if Controls ORIGINAL INVOICE Building Efficiency Federal ID 39.0380010 Invoice #: 00039150158 -REV Invoice Date:05/23/2016 PO #/WO#: 4500164416 Project No: 6N000072 Customer: 1133918 Order Type: Installation Bill To: Board Ot County COMMISSloners Attn: Finance Department PQ Box 413016 Naples, FL 34101 Work Site: CCG SCRWTP VFD ROOM AHU/CU-7 Invoice Comments: SCRWTP 3857 Utlllty Or - Three existing (3) 20 Ton split systems, Remove AHU/CU -7, Replace CUS &6 and Relace AHU-6 CCG RFP #105373 Total Bill Amount $ 61,639.60 Taxes $ Total Amount DueUSD $61,639.60 Payment Due Upon Receipt of Invoice Terms: If any invoice is not paid in full within 30 days, the Customer hereby agrees to pay Interest at a rate of 1.5% per month (1845 annually) upon the unpaid portion of the invoice. If action or suit Is brought by Johnson Controls, Inc. to collect any amount due or owing under this blit, Customer agrees to pay all costs of collection including attorneys fees. Disposable, Environmental & Usage (DEU) fee listed of this may Include charges for one or more of the following miscellaneous: electrical, pneumatic, welding supplies, hardware matedals, cleaning supplies, or refrigerant redaim disposal. A lump sum charge was applied rather than dem@Ing usage. We hereby certify that these goods are produced in compliance with all applicable requirements of sections 6, 7 and 12 of the Fair Labor Standards Act of 1930, as amended, and of regulations and orders of the Administrator of the Wage and Hour DR60n Issued under section 14 thereof. Please reference our Invoice Number and amount with your payment and send ONLY to the address on this invoice. Payment Terms: Invoice due upon Receipt Direct Billing Inquiries: 866.866.0886 rayment -roi JOHNSON CONTROLS PO BOX 905240 CHARLOTTE, NC 28290-5240 TO Remit Via Credit Card: To Remit Via ACH Wire Transfers: Call the phone number listed above. JP MORGAN CHASE ONE CHASE MANHATTAN PWA NEW YORK, NY 10005 CREDrFTO: JOHNSON CONTROLS INC. INVOICE#: 00039150158 -REV ABA#071-000013 DEPOSITORACCTS55.14347 TYPE OF ACCOUNT: CHECKING AMOUNT DUE: $61,639.50 Johnson ,) Controls Collier County Itemized Detail Summary Thb Is a Not To Hscead Proposal (Prkln9 hazed on Eraryy ManagrmeM RFP tl I0-5313) -Three Lead System Sped315t Pro/ed Manager System Design System En94seu Project Manager Sem"jWAC Ted Woe n w0jectidam,ty System Tedmkiml System EngImse, is Outsido Vendor Materiab: um,tudestvmmvnkaUons 6Tdxmf end oNvseMmprar c tbmu9hsabmntmctors Qty Celt MPItiPIiCr Unit Price Pxt Price SIM$ - MY 31978 Part #/Pesci tion Qty tilt Part # Description Qty Unit Cost Multiplier Unit Price Ext Price URI - INV 5184708500 2 $ 1449450 $14.911 1.25 - 18.67 18.64 URI - INV 51957752-00 1 30608 - 1.25 376.35 376.35 URI -INV 5234136100 1 203.54 X1.25 &9,4 - 54.43 URI - INV 5228(110400 I 289.46 7.5 361.83 361.83 URI - INV 57258417-00 l 57.40 - - 1.25 - - 321.7 21.75 URI - INV 52258581-00 1 t 243.75 L25 307.69 S 904.69 URI - mV 52199784 00 1 676.18 - 1.5 845.23 1 845.23 URI - INV 52109723.00 I 200.00 -. 115-. - 259.00 ...250.00 URI - INV 52069561-00 1 340.58 - - 1.25 s 425.73 --45.73 M - INV 52259272-00 1 10.24 ` 1.25 - 22.80 22.80 URI -HIV 5234159300 1 11.76 - - 1.25 14.70 14.70 URI - INV 52258155-M 1 31.82 `1.25 39.78 1_ -39.78 URI - INV 53148976-00 1 33.80 - 1.25 42.3 423 FERGUSON - INV 4620327-0134 1 75.89 '1.25 .86 94.66 1.25 1.25 Fel in 525.00 Bub -Total $ 238.34 1C1 Parts (In-house) um,tudestvmmvnkaUons 6Tdxmf end oNvseMmprar c tbmu9hsabmntmctors Qty Celt MPItiPIiCr Unit Price Pxt Price SIM$ - MY 31978 Part #/Pesci tion Qty tilt Multi Iter Unit Pdce Ext Pdce 320YOC1J0A4G1F920T_ACOD_403.3-60_R410q- 1 $ 13,88436 - - 0.50 6983.83 { '. 6,983.83 EUNrrEACCESSSOLUIION-XII-05X78%52(49075(0 2 $ 1449450 6.50 $ 7,247.25 -14,494.50 - 1,260.00 -..Frei M 1,386A0 $-- -1386.00 UNrMD MECHANICAL -INV 28258 Sub -Total 21 478.33 Subcontracted Ser Vices De IiPtlon um,tudestvmmvnkaUons 6Tdxmf end oNvseMmprar c tbmu9hsabmntmctors Qty Celt MPItiPIiCr Unit Price Pxt Price SIM$ - MY 31978 1 S 596.00 1.10 $ - 600.60 $ 600.80 pARAGON ELEC - IMV 10035 1 $ 3,450.00 1.10$ - 3795.00 ` 3,795.00 PARAGON EIEC -INV 9951 1 S 1,260.00 3.10 1,386A0 $-- -1386.00 UNrMD MECHANICAL -INV 28258 1 $ 13,569.00 1.10 $ 14,925.90 $1 1495.90 FLORIDA INSULATI)N - NAV 683 1 S 3,725.00 1.101 s 4097.50 1 4097.50 sub-Total-Lt24 805.00 Sub -Total I pmnt1046 Total I ounto I Purchase Order Total Amount Due Difference 93 910.67 4.530.90 98 60.57 67 511.50 61 639.50 61639.50 36,621-n7 Energy 61gmt-611O0-0072 MY 00039308289REV-2.rdsx 5/19/2017 Collier County Itemized Detail Summary Ilse for quotes and iuoolce detail submission (Pricing based on Energy Management RFP #10-5373) Invoice Date: 5 24 2016 Pro ect 1.10 6NOC-0072 Invoice 4j 00039150158 -REV pO#: $ 45001644/6 Work Site: CCG SCR%M VFD ROOM AHU/CU-7 1.10 Comments: Woe 2 - List of addi0onal matenal 1.10$ Outside Vendor Materials: ; 1.10 $ j Part#/Description. Qty. Unit Cosi Multiplier. Unit Price ext price URI - INV 522-58455-00 1 31.82 1.25 $ 39.78 $ ; 39.78 URI -INV52259272-001 18.24 1.25 ; -- :22.80 1 '22.80 URI -INV52341593.00 1 11.76 - 1.25-14.70 RL 34.70 $ 1.25 - 1.25 _... 125 $ $ 125 1.25 § 1.25 $ 1.25 $ $ ;. . 1.25 $- 1.25 ----- -^^^^^^^•^•� onauaes mmmuniwoons Systems and othersemIces Provided through subcontractors) Description Q Cost Multiplier Unit Price Ext Price 1.10 1.10 $ $ - 1.10 $ $ 1.10- 1.10 § 1.10$ 1.10 ; 1.10 $ j 1.10 $ $ Sub4ota1 $ Collier County Hoard of County Commissioners Collier County Board of County Commissioners Procurement Services Division Atm: Accounts Payable Phone: 239-262-8407 3299 Tumiamt Td E Ste 700 Fax: 239-732.0844 a•,,,. Naples FL 34112-6749 Tax Exempt: 86.801696653161 OR email to: bcmpclork@colllerclerk.com Terms of Payment Net 30 Days 00010 SCRWTP VFD Roam Remove AMU/Cu-7 61,639.5 FA 1.00 61,639.60 00020 SCRWiP VFD Room Alternate New 2nd Line 6,872 EA 1.00 6,872.00% J( ....,....:��..::.,.::.:�:.-._.:.,:..........:,�.._;�:'-.:�_:}`;•:�`-.:;'?_.`,Tot@in valueexcl;tex�USR.�.:`.�_�::�_:,�.����:'�':'`:;87 "bX& VENVOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Condhlons as outlined on the Collier County Procurement Services Division alta. http://purchosing.colllorgov.noUPurchasing%2OPoliGylFormsfAllltems,espx, Includingdelivery and payment terms. Furter the VENDOR agrees to'. 1. Provide goods and services outlined In (his Purchase Orderwilh the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately If order ful0ilmontcannot occur asspecillad. 3. Send all Invoices to: Collier County Board of County Commissioners Attn; Accounts Payable 32.99 Tamleml Td E Ste 70D Naples FL 34112.6749 OR email to: bocapderk@oolliorderk.com The Purchase Order Is authorized under direction of Collier County Board of County Commissloners by: r-.-'t!\�•-•3a Joanne Muddevhcz, Director, Procurement Services Division Mated 112:1x2015609:16:16 6 Ni'XO „ lkq 412-273512$N908.70110.1.1 Pe9010r1 Purchase Order number must appear on all related correspondence, shipping papers and invoices: Vendor# 110177 Purchl3e Order PoN,unbar 4500164416 D,sv11123/2015 JOHNSON CONTROLS INC 2335 0TH ST N NAPLES FL 34103 cones r,"n PU Logistics • Delivery Date: 09/30/2010 Terms of Payment Net 30 Days 00010 SCRWTP VFD Roam Remove AMU/Cu-7 61,639.5 FA 1.00 61,639.60 00020 SCRWiP VFD Room Alternate New 2nd Line 6,872 EA 1.00 6,872.00% J( ....,....:��..::.,.::.:�:.-._.:.,:..........:,�.._;�:'-.:�_:}`;•:�`-.:;'?_.`,Tot@in valueexcl;tex�USR.�.:`.�_�::�_:,�.����:'�':'`:;87 "bX& VENVOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Condhlons as outlined on the Collier County Procurement Services Division alta. http://purchosing.colllorgov.noUPurchasing%2OPoliGylFormsfAllltems,espx, Includingdelivery and payment terms. Furter the VENDOR agrees to'. 1. Provide goods and services outlined In (his Purchase Orderwilh the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately If order ful0ilmontcannot occur asspecillad. 3. Send all Invoices to: Collier County Board of County Commissioners Attn; Accounts Payable 32.99 Tamleml Td E Ste 70D Naples FL 34112.6749 OR email to: bocapderk@oolliorderk.com The Purchase Order Is authorized under direction of Collier County Board of County Commissloners by: r-.-'t!\�•-•3a Joanne Muddevhcz, Director, Procurement Services Division Mated 112:1x2015609:16:16 6 Ni'XO „ lkq 412-273512$N908.70110.1.1 Pe9010r1 Collier County Board of County Commissioners Collier County Board of County Commissioners Procurement Services Division Phone: 239-252-8407 S`'T Attn: Accounts Payable 3299 Tamiami Td E Ste 700 Fax: 239-732-0844^' Naples FL 34112-5749 Tax Exempt: 85-801596653IC-1 OR email to: bccapclerk@collieralerk.com Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: SOLID WASTE MANAGEMENT DEPARTMENT attn: Angel Rodriguez 9950 GOODLETTE-FRANK ROAD, STE 302 NAPLES FL 34109 rurcnase uraer number must appear on all related correspondence, shipping papers and invoices: Purchase order PO NWMber 4500166090 oe1e02/10/2016 Cwta Perron PU Logistics Delivery Date: 09/30/2016 Terms of Payment Net 30 Days Item Material Description Order Qty Unit Price Per Unit Net Value 00010 NCVJRF Bldg 20 Electrical Room35,957 EA 1.00 35,957.00 Replace two old and malfunctioning 7.5 -ton Existing split system AC Unites with two new your 7.5 -ton systems "' Item partially delivered "' Total net value excl. tax USD 35,957.00 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://purchasing.wlliergov.net/Purchasing%20Policy/Forms/Allltems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Trl E Ste 700 Naples FL 34112-5749 OR email to: bccapclerk@collierclerk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: - ' ,—/ Edward F. Coyman Jr, Director, Procurement Services Division Pooled 04=2018 @ 07,01'.31 414-263614EUM-72011.1.1 Page 1 of 1 PURCHASE REQUISITION FORM Collier County- Public Utilities S1111'31D Solid and Hazardous Waste Management 3339 East Tmniand Trail, Suite 302 Nottles, F134112 Total Amount Requested By Date S 35,957.00 Dayne Atkinson 1/29/2016 DELIVERY ADDRESS: Johnson Controls Inc. Other (see below) SHWMD-27191 Linc Pund Eu Center Material Vender Contract 1 414 263614 634999 Other Contractual Services 29005 115417 SAP Contract (see below) ProjectANTS 15-6432 72011.1.1 Agreement 4600003109 Charge Line Description Quantity Unit Price Unit of Measure Amount 10 NCNRF Bldg 20 Electrical Room - Replace Two old and malfunctioning 7.5 Ton Existing Split System AC Units with two new York 7.5 tons stems I S 35,957.00 LS S 35,957.00 Requested By (Signature) � � � I _--. Date: ftj�- ally Da)'ne Atkinson, Prgleet Manager Solid & Ilazardous l' ste Alanagemeni Depart file nt Approved Be (Signature) i Date: TOTAL iel Rodriguez \18A. CP11 Director Std & Ilazardous \Paste Management Department S 35,957.00 Johnson 0 Controls Building Efficiency Group 2335 Tamiami Trl N Naples, FL 34103 Phone (239)455-2930 To: Collier County Government/PUD Attn: Angel Rodriquez Date: January 21, 2016 Project: NCWRF- Building 20 Electrical Room - Replace Two (2) 7.5 Ton existing Split System AC Units with two (2) new York 7.5 Ton Systems. CCG RFP #10-5373 Scone as follows • Removal of existing and Installation of two (2) new York 7. 5Ton split systems with new discharge plenum and return base. • Provide all Electrical work as required • Modify supply and return sheet metal ductwork as required. • Run new refrigerant line sets with insulation and jacketing as required. • New AC unit condenser coils to be coated. • Condensing Unit tie -downs per code. • All crane and rigging as required. • Start up and operate. • All work to be performed during regular hours. Total Lump Smn price for the above scope.....................................$35,957,00 All taxes included This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. This proposal is valid until 60 days from above date SIGNATURE SIGNATURE Johnson 4d1 Collier County Itemized Detail Summary Controls THIS IS A LUMP SUM PROPOSAL Date: (Pricing based on Energy Management RFP #10-5373) - See proposal Work: Lead System Specialist Project Manager Site Supervisor System Design System Engineer c,Nar„T-h.in.n I I > IV,. I a I a - $ 129.00 $ 193.50 $ ' 16 $ 90.00 $ 135.00 $ 2,160.00 $ 90.00 $ 135.00 $ - $ 102.00 $ 153.00 $ - I 5 65.00 5 97.50 $ - Chiller Mechan c Project Manager Service/HVAC Technician Fire Inspector Project Manager System Technician System Engineer 86.00 115.00 150.00 193.50 Outside Vendor Materials: I Profit 10% Total Description Qty Cost Multiplier Unit Price Total Amount Due Ext Price Sheetmetal 2 $ 1,200.00 I.10 $ 1,320.00 Part #/Description Qty Unit Cost Multiplier $ Unit Price crane/rental 1 $ 2,000.00 1.10 $ 2,200.00 Ext Price Mix 1 5 100.00 1.25 $ 125.00 $ 125.00 refrigerant line sets and insulation 2 $ 300.00 1.25 $ 375.00 $ 750.00 7.5 Ton York Split Systems 2 $ 4,760.00 1.25 51950.00 $ 11900.00 1.25 $ $ 1.25 $ - $ - 1.25 $ $ Freight Sub -Total $ 12,775.00 ]CI Parts (In -House) Part #/Description Qty List Multiplier Unit Price Ext Price 0.50 0.50 $ $ 0.50 $ $ Freight Sub -Total $ Subcontracted Services -----](Includes communlwttons Systems and other services provided through subcontractor) I Profit 10% Total Description Qty Cost Multiplier Unit Price Total Amount Due Ext Price Sheetmetal 2 $ 1,200.00 I.10 $ 1,320.00 $ 2,640.00 Electrical 2 $ 1,000.00 1.10 $ 1,100.00 $ 2,200.00 crane/rental 1 $ 2,000.00 1.10 $ 2,200.00 $ 2,200.00 Sub -Total $ 7,040.00 Other Charges Material Handling Sub -Total I Profit 10% Total I CCG Permit Fees Total Amount Due 33 735.00 1 $ 1,392.00 $ 35 127.00 1 $ 35,957-00 CCG -NC\VRF Building 20-10-5373 1/29/2016 Johnson Controls ORIGINAL INVOICE Invoice #: 0003956869 -REV PO#/WO#e 4500166090 Bill To: Board of County Commissioners Attn: Finance Department PO Box 413016 Naples, FL 34101 Building Efficiency Federal ID 390380010 Involve. Date: 1/23/2017 Project No:6N000138 Work Site; CCG NCWRF Bldg 20 Electrical Room Invoice Comments: Replace two old and malfunctioning 7.5 ton Existing split system AC Unites with two new your 7.5 systems. Payment Due Upon Receipt of Invoice Terms: If any invoice Is not pa!d In full vdthln 30 days, the Customer hereby agrees to pay Interest at a rate of 1.5% per month (1849 annually) upon the unpaid potion of the invo!ce. If action or suit is brought by Johnson Controls, Inc. to collect any amount due or owing under Uds bill, Customer agrees to pay all costs of collection including attorneys fees. Disposable, Environmental & Usage (DEU) fee listed on this may include charges for one of more of the following miscellaneous: electrical, pneumatic, welding supplies, hardware materials, cleaning supplles, or refrigerant recialm disposal. A lump sum charge was applied rather than hemi&ng usage. We hereby certify that these goods are produced In compliarxe with all applicable requirements of sections 6, 7 and 12 of the Fair Labor Standards Act or 1938, as amended, arid of regulations and orders of the Administrator of the Wage and Hour Division Issued under section 14 thereof. Please reference our Invoice and send ONLY to the addrea due upon amount with your payment Direct Billing Inquiries: 866-866-0886 To Remit Via Credit Card: Call the phone number listed above. INVOICE #: mvmm rdymenE 10: JOHNSON CONTROLS PO BOX 730068 DALLAS, TX 75373 To Remit Via ACH Wire Transfers JP 14ORGAII CHASE ONE CHASE MANHATTAN PLAZA NEW YORK, NY 10006 CREDrrTO: JOHNSON CONTROLS INC. 0003956869 -REV ABA071-000013 DEPOSITORACC!#55-14397 TYPE OF ACCOUNT: CHECKING AMOUNT DUE: $30,878.91 Johnson Collier County Relnlzed Detail Summary Controls This 1s a Mot To exceed Proposal (Pdtlr9 based oa Energy Mai Meat RFP t10-5373) Lead System SpedaVst Project Manager SIMSuperNsur System Des'gn System Engk: Project Manage, S"VWHVACTWWAWt Project Manager System TedW&a System Eag!neer Outside Vendar Matedals: mcludmcormunloUana Ernsand oNuserxicea pNxl3M thlovlhnboonVdQo:O Oty Cost Multiplier LIMt Price UAt Price Cougar Cutting 1 97560 1.10 . 522.50 -2053.70 .-.5225O -4053.70 Pon* 1)"Ol tion 1 1,86760 1.10 S - Unit Cost NUIUDIler Unit Price Ext Price YORK INV 08(1350500 1 S 4600.00 1.25 5750.00 It 5750.00 UIU-12'ROD CWPUNG 6 10.62 1.25 $ 0.78 Al.. UW -NPP 4%9 TOGGLE BOLT 1 3.05 1.25 361 '361 rSTATYOM 1 H VC, NON -PR 2 21.86 - 1.25 27.35 - 54.7 BRAZINGALLOY 15%SILVER 1 t 74.53 1.25 93.16 -93.16 MALE ADAPTER SCIIEDULE 40 1 0.18 1.25 - 0.23 - 0.23 CAP VALV 14-FINGERTIGHT 2 3.88 1.25 4.85 9. a URI - OOPPER 800 ACR TUBING. 1 1.39. 1.25.. 1.74 1 17.38 MTR,COND1 BSOCCW460 1 f60.2T 1.25 20D.34 _30D.34 C P RUN SINGLE 5MFD370 1 4.05 1.25 5.06 5.06 UNION PVMITE SCi1903 '211 1.96 1.75 - 2.4 4.90 rMight Sub -Total 8,895.39 Subcontracted Services Descrl Ion mcludmcormunloUana Ernsand oNuserxicea pNxl3M thlovlhnboonVdQo:O Oty Cost Multiplier LIMt Price UAt Price Cougar Cutting 1 97560 1.10 . 522.50 -2053.70 .-.5225O -4053.70 PARAGW ELEC 1 1,86760 1.10 S - -_ 4 30878.91 4248.09 1.10 1.10 1.10 Sub -Total 2,576.20 Sub -Total Profit 10% Total ugta Total"Wat0ue DHtereece 28928.22 195.67 30878.91 35127.00 4 30878.91 4248.09 Energy M9mt-6NOC-0138 INV 0003956869-REV.)ft f 5(312017 Collier County Itemized Detail summary Wf-" J3,mre kwu�iizn (P.ibO bawl m a WO wiW %RFP 6105373) ImM Otlw I IMM EOLEI 26 FNOfiDIA Imes 9r tt0I956SHJ4LL'I POe: 43(01 srMb 14:vnrnbr OWb9 VaM9r Nabslab: � PF Mf3LKN PNm 2-14t4fa0fiWImXMY Dana/oawt u:mEon um r u:atvnca onvnw SNE-J8w2RN%1916)1 1 1].9 315 - A3i 2839 OXYT1n2p0UNRT0: 1 lE - 125 SK '- 5.26 ca Wetlar000.3atrun m ).n xzs - -.lsb flees LOpPEN OOEg3TW010 30 IA) 123 S LA A.61 Idp lTflfll VNU1] ll 1.9E 125 "-59 'TIID l- 45ELL154HIN i 196 -125 - : -1.fl S 9.R 'a Lr9o2uxo2nx •9459LN9>026 1s E x.0 1 12T f25 - x.66 f . • ' I25 { "A94 - ....3.50 PIMINSUATIGI I.1 X l0 1-03 126 f -x29 f '69bJ P.C3/YSnE0U13!V1 PV M 031 115 44l 9.63 FxWAXPWSl31mV 1 43L )SS OJ9 f ". U29 PX314-Wx4'fl06TA [IISMs 10 0]z - OS S " -0 - : P.0 456xbRlEnlb 2 0.'s ].15 '091 -' Im Pk 3J4'rtYSpIILelE90 ] 0.41 l.)5 - USI MI -051 M➢N'SLlUAN9 L.lA• 10 1 W NHL(LSIP IN 2715 51WT12W 13R%i-'dl4 !h•A11T1WJD R00'W 20.41 45 124 L25 I.ES 3631 IA S 14xe3 - Jfq IIC RL13OOlWIi4 : Q62 125 - --e.>/ ; 55 WUx13PWIL1Fp Npt z i.6 iss S __ .iM i. _..• [e66 W1 M"TWA51eq z EM 1 2r].�2nn26rJnx I 1e2x � Lss 22et t--- '-2zw 10.Ty]TO)aL91Tk99 IXC 1 11) 1)5 .. "12.i3 - '' q.13 nWgfIL3i OZ fAH 01)11 1 6l 1.3T -..650 �8.4J �3UlJIAUI(MIIE 2 18161 1.2T 2X>6 -45153 IOPIpT/(1133F)2ETMlt 1 IS.L2 In j2.6T ...2245 ftC 3/1.9on S1NaTE s 1.0E -SRS O.0 4'T[EWZOUE40 'UNIaY I 0.41' 23--0.51-USI PYC) 9ll64VeYf t 941 125 WLT%W,W 2A3 4 113 - 125 RC l•TEESpIWUlE40 l Mn - 125 F3CV• Eu. 4 459 125 - 0.74 ; 295 H'C !•COUn1AG SOI ! 0.4> - )25 ;0.59 --.0.59 P/a1 HOE602p1pt5CH t 0.51 -: .1.25 -469 'S MR 1'P.0 s51P6IP 1 a43 125 .._Obi S -. -..a61' ftC3/1'SW O950IFW I 0.31 "' LR f'-.: ':'.V29 f :. :..0.39 FYC1150ttONE40P64 l0 asz 1u NrLOND6asmunrfT E ex 125 NNIAXW 47]IMNY13 2 921 '115 IISI tm COS4B[4'8 Ce/CRmWiG M Inl I.2S - i.» & UM9Il.IAWWIJ119x 20 3, l25 ----396 jg.2f LRLTfleL5N0211E 10 113 :.'125 -..-2.66 1- 1T91pL.- 10 4.42 1.23 -553 --5{25 5A000XRYttrwwou E 0.0 -LA S --..: U.N S .. am PIFYINS POIJ.1 Y 24 1ID 1.15 m42wrlL lzuzuvovl9 1 6l 1ss es9 959 HW IlSItQAMPI-] 6 266 125 f -3.X - 121.1T N9PIBSUIn/JiP a' 6 2A1 IRT 2.23'16.39 V.0 4.901 s S 03 'LIS FWVVKOF]IS]➢$ w I 01 - -I25 - 029 ":"I FWUNpN565W{KAT 1 9e1 Lu .--II26 '1226 TI)T-T3WeOl%197632 1 1JA 319 2219 )2]9 14fA0.5PIfi1tPo 1 449 PsOCwtrs 2 x39 125 '. 1%.50 ; - -'593%1 ✓ OXllark➢a'bi I 306.05 123 m2s6 ss is36256 I]5 IMM EOLEI Collier County Board of county Commlsslonere Procurement Services Division Phone: 239-252.8407 Fax: 239-732-0844 Tax Exempt: 85-80159665310-1 Vandori{ 110171 JOHNSON CONTROLS INC 2335 9TH ST N NAPLES FL 34103 Please deliver to: SOLID WASTE MANAGEMENT DEPARTMENT atto: Angel Rodriguez 9950 GOODLET'i'E-FRANK ROAD, STE 302 NAPLES K 34109 00010 Bldg 20 Electrical Room Collier County Board or County Commissioners Alin: Accounts Payable 3299 Tamiaml Td E Ste 700 Naples FL 34112-5749 OR email to: bccopclork@colllorcierk.com rurcnase vruen iumaei mus, uppoai ,...,... correspondence, shipping papers and Invoices: Po Bomber 4500166090-ww02l1012016 eooreapervm PU Logistics Terms of Payment Delivery Date: 0913012016 Net 30 Days Realaco We old and malfunctioning 7 &fan Existing split system AC Unites with two new your 7.6-100 systems 1.00 VENDOR Terms and Conditions The VENDOR agrees to comply whir all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division she: hllpafpurchasing.colliergov.netfPurclinsingO/.2OPolicy]FoTms/A)fltoms.aspx, Including delivery and payment terms. Further the VENDOR agrees to: Provide goods and services outlined in this Purchase Omer with the prices, terms, delivery method and specifications listed above. Notify department Immediately If order fulfillment cannot occur as specified. Send all invoices to: C0111e1- County Board of County Commissioners Alin: Accounts Payable 3299 Tamlami'rd E Ste 700 Naples FL 34112-5749 OR small to: bocapcterk@colflerclerk.com Order is authorized under direction of Collier County Board of County Commissloners by: Joanne Markiewicz, Director, Procurement Services Division Pdmod 09/1112010@66:40b2 414.983614-03/099-72011.1d pago 1 d1 Collier County Board of County Commissioners Collier County Board of County Commissioners Procurement Services Division Phone: 239-252-8407 (D Attn: Accounts Payable 3299 Tamiami Trl E Ste 700 Fax: 239-732-0844 Naples FL 34112-5749 Tax Exempt: 85-8015966531C-1 OR email to: bocaprAerk@colliercierk.com Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: SOLID WASTE MANAGEMENT DEPARTMENT attn: Angel Rodriguez 9950 GOODLETTE-FRANK ROAD, STE 302 NAPLES FL 34109 Purchase Order number must appear on all related correspondence, shipping papers and Invoices: Purchase order Porhan 4500166093 wt -02110/2016 Comas Person PU Logistics Delivery Date: 09/30/2016 Terms of Payment Net 30 Days Item Material Description Order Qty Unit Price Per Unit Net Value 00010 NCWRF Bldg 81 Electrical & Office Rooms 67,140.08 FA 1.00 67,140.08 Replace three old existing split system AC Units and one Addison Rooftop unit "' Item partially delivered "` Total net value excl. tax USD 67,140.08 VENDOR Terms and Conditions The VENDOR agrees to complywith all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://purchasing.mlliergov.net/Pufchasing%20Policy/Forms/Allitems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Trl E Ste 700 Naples FL 34112-5749 OR email to: bccapderk@mllierderk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: Edward F. Coyman Jr, Director, Procurement Services Division Pwtetl 0412012018@07.27.28 414-263614-ON999-70119.1 Pagel 01 PURCHASE REQUISITION FORM Collier Coutdr- Public Utilities SHIV,SID Solid and Hazardous Waste Management 3339 East Tmniand Trail, Suite 302 Naples, F134112 Total Amount Requested By Date S 67,140.08 Dayne Atkinson 1/29/2016 DELIVERY ADDRESS: Johnson Controls Inc. Other (see below) SHWMD - 27191 Line Fund Fund Center Material Vender Contract 1 414 263614 634999 Other Contractual Services 29005 115417 SAP Contract (see below) Project/WBS 15-6432 70119.1 Agreement Charge Line Description Quantity N67,140.08 Unit of Measure10 Amount NCWRF Bldg 81 Electrical and office Room - Replace three old existing Split System Ac Units and one Addison Rooftop Unit LS S 67,140.08 Requested ByF (Signature) � Date: Dayne Atkinson. Project Manager Solid & Hazardous NVIste Management Department Approved By (Signature) Date: �// 6 TOTAL D Rodriguez. MBA. CPM Director Solid & Hazardous Waste Management Department S 67,140.08 Johnson * Controls Building Efficiency Group 2335 Tamiami Trl N Naples, FL 34103 Phone (239)455-2930 To: Collier County Government/PUD Attn: Angel Rodriquez Date: January 4, 2016 Project: NCWRF- Building 81 Electrical Room and Office area - Replace three(3) existing Split System AC Units and one (1) Addison Rooftop Unit. CCG RFP #10-5373 Scone as follows • Removal of existing and Installation of two (2) new York 3 Ton split systems and one (1) 3.5 ton York split system. • Removal of existing 6 Ton Aaon RTU with new replacement Aaon RTU. • Add new adapter curb for new Aaon RTU. • Provide all Electrical work as required • Modify supply and return sheet metal ductwork as required. • New refrigerant line modifications with insulation and jacketing as required • New AC unit condenser coils to be coated for all four(4) systems. • Condensing Unit and RTU tie -downs per code. • All crane and rigging as required. • Start up and operate. • All work to be performed (luring regular hours. Total Lump Sum price for the above scope.....................................567,140.08 All taxes included This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. This proposal is valid until 60 days from above date Johnson * Controls Building Efficiency Group 2335 Tamiami Trl N Naples, FL 34103 Phone (239)455-2930 To: Collier County Government/PUD Attn: Angel Rodriquez Date: January 4, 2016 Project: NCWRF- Building 81 Electrical Room and Office area - Replace three(3) existing Split System AC Units and one (1) Addison Rooftop Unit. CCG RFP #10-5373 Scone as follows • Removal of existing and Installation of two (2) new York 3 Ton split systems and one (1) 3.5 ton York split system. • Removal of existing 6 Ton Aaon RTU with new replacement Aaon RTU. • Add new adapter curb for new Aaon RTU. • Provide all Electrical work as required • Modify supply and return sheet metal ductwork as required. • New refrigerant line modifications with insulation and jacketing as required • New AC unit condenser coils to be coated for all four(4) systems. • Condensing Unit and RTU tie -downs per code. • All crane and rigging as required. • Start up and operate. • All work to be performed (luring regular hours. Total Lump Sum price for the above scope.....................................567,140.08 All taxes included This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. This proposal is valid until 60 days from above date Johnson J�(' Collier County Itemized Detail Summary Controls THIS IS A LUMP SUM PROPOSAL (Pricing based on Energy Management RFP #10.5373) Invoice Date: Sub -Total Profi[ SO% Service order: TotalI CCG Permit Fees Invoice #: INCNRIF 1PO#: 63 182.28 Work Site: Building 81 $ 65 004.08 1 67 140.08 Description of Scope of Work: Replace hvo(2) existing 3 ton split systems, one 3.5 ton Split System and one(1) Addison 6 ton Rooftop Unit - See proposal Construction Personnel Regular Him Overtime Hrs Regular Rate Overtime Rate Total Lead System Specialist Project Manager She Supervisor System Design System Engineer System Technician $ 102.00 $ 153.00 $ - $ 129.00 $ 193.50 $ 24 $ 90.00 $ 135.00 $ 3,240.00 $ 90.00 $ 135.00 $ $ 102.00 $ 153.00 $ $ 65.00 $ 97.50 $ HVAC Service Personnel Regular Hrs Overtime Hrs Regular Rate overtime Rate Total Chiller Mechanic Project Manager Service/HVAC Technician Service/Controls Technician $ 100.00 $ 150.00 $ 8 $ 129.00 $ 193.50 $ 1,548.00 100 $ 86.00 $ 129.00 $ 12,900.00 $ 115.00 $ 172.50 ; Fire& Secu ityServices Regular Hrs Overtime HIM Regular Rate Overtime Rate Total Fire Inspector Project Manager System Technician System Engineer Service Representative 1 $ 65.00 $ 97.50 $ $ 129.00 $ 193.50 S $ 102.00 $ 153.00 $ $ 102.00 $ 153.00 $ 102.00 1$ 153.00 S - Outside Vendor Materials: Sub -Total 17 688.00 Part #/Description Qty Unit Cost Multiplier Unit Price Ext Price Misc 1 $ 300.00 1.25 $ 375.00 $ 375.00 refrigerant line set mods and Insulation 3 $ 250.00 1.25 $ 312.50 $ 937.50 3 Ton York Split Systems 2 $ 1,055.00 1.25 $ 1,318.75 $ 2,637.50 3.5 Ton York Split System 1 $ 1,150.00 1,25 $ 1437.50 $ 1437.50 1 -Addison 6 ton Rooftop AC Unit 1 $ 20,911.42 1.25 $ 260139.28 $ 26,139.28 Curb adapter 1 $ 750.00 1.25 $ 937.50 $ 937.50 Freight $ 400.00 3CI Parts (In -House) Sub -Total $ 32,864.28 Part #/Description Qty List Multiplier Unit Price Ext Price 0.50 $ $ - 0.50 $ $ 0.50 $ $ Freight Sub -Total Subcontracted Services (Includes communications Systems and other services provided through subcontractors) Description Qty Cost Multiplier Unit Price S Ext Price Sheebnetal 2 $ 2,000.00 1.10 $ 2,200.00 $ 4,400.00 Electrical 4 $ 1,000.00 1 1.10 $ 11100.00 $ 4,400.00 crane and digging 1 $ 3,000.00 1.10 $ 3,300.00 $ 3,300.00 Other Charges Description Clerical Material Handling Mile a Qty 2 4 200 Rate $ 55.00 $ $ S5.00 $ $ 1.00 $ Ext Price 110.00 220.00 200.00 Sub -Total $ 12,100.00 I Sub -Total 1 $ 530.00 CCG -PUD Building 81-10-5373 1/29/2016 Sub -Total Profi[ SO% TotalI CCG Permit Fees Total Amount Due $ 63 182.28 1 $ 1,821.80 $ 65 004.08 1 67 140.08 CCG -PUD Building 81-10-5373 1/29/2016 Johnson Controls ORIGINAL INVOICE Invoice M 00039600745 -REV PO #/WO#: 4500166093 Building Efficiency Federal ID 994)380010 Invotce Date: 10/19/2016 Project No:6N000139 Bill To: Work Site: Board of County Commissioners CCG NCWRF Bldg 18 Electrical Room & Office Rooms Attn: Finance Department PO Box 413016 Naples, FL 34101 Invoice Comments: Replace three old existing split systems AC units and one Addison Rooftop unit. Total Bill Amount $ 64,818.09 Taxes $ Total Amount Due I USD 564 618 09 Payment Due Upon Recelpt of Invoice Terms: If am invoice is not paid In full within 30 days, the Oustamer herby agrees to pay interest at a rate or 1.5% per month (18% annually) won the UiVdd portion of the m gice. If action or wit Is brought by Johnson Controls, Irw to mlkd any amount due or Owing under this 1511, Curtomaragrees to PayaO costs OrCtrect on lodud9tg anomeys fees. DsPOsable, Environmental & Usage (DEQ) fee listed on this may Include charges for one m more of the roroMV mt ceiiamous: electrical, Pre matk, welding swpacs, hardware mateda%clearing supplies, or refrigerant reclaim disposal. A romp sum charge was applied rather than aemhlng usage. We hereby cergfy that Mese goods are produced in comPaeom With all apprcable requirement of sections 6, 7 and 12 of the Fair Labor Standards Act of 1938, as amended, and of reWfanons and orders Of the AdrMBstratOrof the Wage and Hour WhIon Issued under section 14 thereof. Please reference our / me address on this Invoice due upon Re Direct Billing Inquiries: 866-666.0686 To Remit Via Credit Card: Car the phone number F.Asd above. INVOICE #- your payment JOHNSON CONTROLS PO BOX 73M DALLAS, Tx 75373 To Remit Via ACH Wine Transit= JP MORGAN CHASE ONE CHASE MANHATTAN PWA NEVI YORK, NY 10005 CREDrrTO: JOHNSON CONTROLS INC. 00939600745 -REV ABA1071-000013 DEPOSITOR ACCT855-14347 TYPE OFACCOUNT: CHEOaNG AMOUNT DUE: $54,618.09 Johnson 10. Copier County Itemized Detail Summary Controls lbisise Md io liateed Pmpa.+ai (PrkiYl 6assE m PlbA A4na)emve nFP 1:0.5373) Outside Vendor Materiak: Hr4 Mmrcbssbwetra<tors Mu iv I1nit Prias wPrice sv4s 1 111750 Parte on UMt Cmt Hultl Ib Unit Plloe Ezt Prko Matedals*a03ft(i 1 3 79391 1.25 39742,39 39742.39 HO sheefir," M UeNtol Sub 1.75 l.lo s 1.75 S.b-Tobl 3.25 12s 1.25 325 125 LZS 2,25 US 1.25 1.25 1.25 2,25 neldht f 400.00 Sub -Total f 40.10L39 3Cs Parts (In-Houw) Part Ylvessrtsum cityList Mvl iv UNt Price ad Wke 0.50 Frdg 0.5o S S ht Sub•Tobl s $ebWntraeted Se km (eWsdn emawr3otbry SystrsnsaaddhvsbArm Dasrsl tlon 9tylost Hr4 Mmrcbssbwetra<tors Mu iv I1nit Prias wPrice sv4s 1 111750 1.10 5 1739.25M1,2"so Sims- orh9olcaw%t noowlvP. 1 s ss -N f 1.10 f HO sheefir," M UeNtol Sub 1.10 l.lo s S.b-Tobl t WP40- 14C-0139 M ODMWWIKREV. 5)4/2017 Collier County Board of County Commissioners Procurement Services Division Phone: 239-252-8407 Fax: 239-732-0844 Tax Exempt: 85-8015966531C-1 Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: SOLID WASTE MANAGEMENT DEPARTMENT atln: Richard Darroux 9950 GOODLETTE-FRANK ROAD, STE 302 NAPLES FL 34109 Collier County Board of County Commissioners Attn: Accounts Payable w 3299 Tamiami Tri E Ste 700 " Naples FL 34112-5749 OR email to: bocepcierk@cellierclerk.cem Purchase Order number must appear on all related correspondence, shipping papers and invoices: Purchase order PO Number 4500166463 w1e02/29/2016 Cwle Person PU Logistics Delivery Date: Total quantity spread over the following delivery dates: Quantity Unit Delivery Date 1,950.3each Day 09/30/2016 — Item partially delivered — Total net value excl. tax USD 12,522.59 VENDOR Terms and Conditions The VENDOR agrees to comply vnth all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://pufchasing.coiliergov.net/Purchasing%2OPolicy/Forms/Allllems.aspx, Including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Td E Ste 700 Naples FL 34112-5749 OR email to: bccapderk@collierderk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: Edward F Coyman Jr Director Procurement Services Division PMtW O 2 18 Q 0]:36:01 414-263614b 999-72505. 2 Page i or 1 Terms of Payment Net 30 Days Item Material Description Order Qty Unit Price Per Unit Net Value 00010 NCWRF Ops Bldg Door Adjst &Exit Signs 1,307.9 EA 1.00 1,307.90 "` Item completely delivered ... 00020 NCWRF Elec Bldg Door Adjst & Exit Signs 8,607.24 EA 1.00 8,607.24 "` Item completely delivered "` 00030 NCWRF Gen Bldg Door Adjst & Exit Signs 2,607.45 EA 1.00 2,607.45 Total quantity spread over the following delivery dates: Quantity Unit Delivery Date 1,950.3each Day 09/30/2016 — Item partially delivered — Total net value excl. tax USD 12,522.59 VENDOR Terms and Conditions The VENDOR agrees to comply vnth all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://pufchasing.coiliergov.net/Purchasing%2OPolicy/Forms/Allllems.aspx, Including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Td E Ste 700 Naples FL 34112-5749 OR email to: bccapderk@collierderk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: Edward F Coyman Jr Director Procurement Services Division PMtW O 2 18 Q 0]:36:01 414-263614b 999-72505. 2 Page i or 1 f a Johnson s+r Controls ' ' • ' • Johnson Conlrols. Inc. Syslems Division 2900 S. Horseshoe Dn" Suite 1300 Naples, FL 34109 TO 813-241-5164 Fax: 239455-2985 To: Rich Darroux Project: NCWRF Critical Infrastructure RE: Operations Building Door Adjustment and Exit Signage Date: 2-3-2016 Johnson Controls, Inc. thanks you for the opportunity to submit this proposal. This proposal is inclusive of all the work as requested by the Owner. All work in this proposal in accordance with RFP 10-5373 and quoted as a lump sum total proposal. SCOPE OF WORK Johnson Controls, Inc. will adjust the existing doors that we will be adding access control too. Out of the six (6) existing door three (3) doors need attention. Once all work is complete we will do a final walk thru with the owner or owner's representative to show completion of work. Door Adiustment 4 Main Entry Door — closer adjustment. • E Downstairs Service Door— add shim and adjust door from rubbing. • S Hallway Door— no adjustment needed. • S Office Door — no adjustment needed. • E Upstairs Door— no adjustment needed. • E 1$1 Floor Door — closer adjustment. Exit Signage 4 No new or repair required to exit sign need in this building. Proposal Includes: • Installation of hardware to adjust existing doors. • Installation Standards will follow all practices and codes. Clarifications: • All work performed during normal working hours from 8am to 5pm, Monday thru Friday. INITIALS: JOHNSON CONTROLS, INC. PAGE 2 OF 2 • Any work associated with existing systems located on this site not previously mentioned in this proposal. • No interlock to existing Fire Alarm systems • No underground work is Included in the proposal • Full access to all sites. Cost Summary: All work in this proposal in accordance with RFP 10-5373 is a lump sum total of: $1,307.90. This proposal is hereby accepted, and Johnson Controls, Inc. is authorizgd to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. Signature . NAME: P.O. t: DATE' This proposal is valid until 4/03/2016 Johnson Controls, Inc. Signature NAME STEVE GALLETTE TITLE: SYSTEM SALES ENGINEER INITIALS: PURCHASE REQUISITION FORM Collier Coun(I, Public Utilities SHWAID Solid and Hazardous Waste ftlanagement 3339 Fast Tamlanti Tail, Suite 302 Noples, Fl 34/11 Total Amount Requested By Date S 8,607.24 Dayne Atkinson 2/10/2016 DELIVERY ADDRESS: Johnson Controls Inc Other (sec below) SHWMD - 27191 Line Fund Fund Center Project/1VBS Vender Contract I 414 263614 639965 Locksmiths Services And Supplies 72505.8.2 110177 Other (see below) 2 0 IM/A Material Agreement 10-5373 3 0 HN/A 29005 4600002779 4 0 HN/A Charge Line Description Quantity Unit Price Unit of Measure Amount 10 NC11tRF - Nonh Waste Water Plant- Goodlette- Frank rd: Electrical Building Door Adjustment and Exit Signage I $ 8.607.24 LS S 8,607.24 Requested By (Signature) Date: -.1/1 I Richard Darrom. Project Manager Solid R Ilazardous Waste Management Department Reviewed By (Signature) Date: o2/((/1 Daync Atkinson. Project Manager Solid R Ilwvdous Waste hlagcnlc i UcpartnicnI Approved By Date: o7 �/%/O TOTAL (Signature) Dwa• ri 6_ hIBA. CI:hi Director Solid ver taste Management lhpanmcnt S 5,607.24 /11 Johnson Controls Johnson contras. Inc. Systems Division 2900 S. Horseshoe Drive Suite 1300 Naplec, FL 34109 Tel: 813-241-5164 Fax: 239455-2985 To: Rich Darroux Project: NCWRF Critical Infrastructure RE: Electrical Building (back building) Door Adjustment and Exit Signage Dale: 2-3-2016 Johnson Controls, Inc. thanks you for the opportunity to submit this proposal. This proposal is inclusive of all the work as requested by the Owner. All work in this proposal in accordance with RFP 10-5373 and quoted as a lump sum total proposal. SCOPE OF WORK Johnson Controls, Inc, will adjust the existing doors that we will be adding access control too. Out of the six (6) existing door six (6) doors need attention. Once all work is complete we will do a final walk thru with the owner or owner's representative to show completion of work. Door Adjustment 4 NW Single Door— new closer, door and exit device. • NW Double Door — new door closer and flush bolts for stationary door. 4 NE Single Door — new door closer. 4 East Single Door — new door closer and weather stripping. 4 SE Double Door — new steel double door. 4 SW Single Door — new door closer. Exit Signage • NW Double Door— new Provide and Install new exit sign above door. 4 SW Single Door —new Provide and Install new exit sign above door. Proposal Includes: • Installation of hardware to adjust existing doors. • Installation of hardware to close existing doors. • Installation of hardware to replace an existing doors. • Installation of hardware for exit sign above existing doors. • Installation Standards will follow all practices and codes. INITIALS: JOHNSON CONTROLS, INC. Clarifications: PAGE 2 OF 2 • All work performed during normal working hours from 8am to 5pm, Monday thru Friday. • Any work associated with existing systems located on this site not previously mentioned in this proposal. • No interlock to existing Fire Alarm systems • No underground work is included in the proposal • Full access to all sites. Cost Summary: All work in this proposal in accordance with RFP 10-5373 is a lump sum total of: $8,607.24. This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. Signature NAME: P.O. 0: DATE: This proposal is valid until 4/03/2016 Johnson Controls. Inc. Signature NAME. STEVE GALLETTE TITLE: SYSTEM SALES ENGINEER INITIALS: PURCHASE REQUISITION FORM Collier Couno, Public Utilities SHB'AID Solid and Hazardous Waste Alanagearent 3339 Cast Tmniand Trall, .Shite 302 Naples, F134111 Total Amount Requested By Date 5 2,607.45 Dayne Atkinson 2/10/2016 DELIVERY ADDRESS: Johnson Controls Inc Other (see below) SHWMD - 27191 Line Fund Fund Center Project/WBS Vender Contract 1 414 263614 639965 Locksmiths Services And Supplies 72505.8.2 110177 Other (see below) 2 0 HN/A Material Agreement 10-5373 3 0 HN/A 29005 4600002779 4 0 HN/A Charge Line Description Quantity Unit Price Unit Measure Amount 10 NC WRF - North Wncnc Water Plant- 600dleue- Frank rd: Generator Building Door Adjustment and Exit Signage I $ 2,60245 LS S 2,607.45 Requested By (Signature) Date: Richard Darrous, Project Manager Solid R Hazardous Waste Management Department Rev msed (Signature) .Date: 'v / Daync Atkiwn. Project Manager Solid $ I hvardous Wast Van meal [h rimcnt Approved By (Signature) Date: ��/ TOTAL Daniel ri t r , , CFM Director Solid K 1 rdous a Management Department S $607A5 Johnson 01 Controls Johnson Controls, Inc. Systems Division 2900 S. Horseshoe Drive Stile 1300 Naples, FL 34109 lei: 813-241-5184 Fax: 239-455.2985 To: Rich Darroux Project: NCWRF Critical Infrastructure RE: Generator Building (front building) Door Adjustment and Exit Signage Date: 2-3-2016 Johnson Controls, Inc. thanks you for the opportunity to submit this proposal. This proposal is inclusive of all the work as requested by the Owner. All work in this proposal in accordance with RFP 10-5373 and quoted as a lump sum total proposal. SCOPE OF WORK Johnson Controls, Inc. will adjust the existing doors that we will be adding access control too. Out of the six (6) existing door five (5) doors need attention. Once all work is complete we will do a final walk thru with the owner or owner's representative to show completion of work. Door Adiustment 4 NE Double Door — minor closer adjustment. 4 NE Main Entry Door — shim door from rubbing. 4 SE Single Door — minor closer adjustment. 4 SE Double Door — shim door from rubbing. South Single Door — no adjustment required. West Single Door — new closer and shim door from rubbing. Exit Signage, • NE Double Door —new Provide and Install new exit sign above door. Proposal Includes: • Installation of hardware to adjust existing doors. • Installation Standards will follow all practices and codes. Clarifications: • All work performed during normal working hours from 8am to 5pm, Monday thru Friday. INITIALS: JOHNSON CONTROLS, INC. PAGE 2 OF 2 • Any work associated with existing systems located on this site not previously mentioned in this proposal. • No interlock to existing Fire Alarm systems • No underground work is included in the proposal • Full access to all sites. Cost Summary: All work in this proposal in accordance with RFP 10-5373 is a lump sum total of: $2,607.45. This proposal Is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc.. Milwaukee, Wisconsin. Signature NAME: P.O. M: DATE: This proposal is valid until 4/03/2016 Johnson Controls, Inc. Signature NAME: STEVE GALLETTE TITLE: SYSTEMSALES ENGINEER INITIALS: )ohnn.trols0 Collier County Itemized Detail Summary Use for quotes and imvim detail submission (Pricing based on Energy Idanagemenl RFP #10-5373) Invoice Date: 1/26/2016 Total Service Order: PO#: Total Amount Due Invoice #: 88.90 Work Site: ICCG - PUD - Wast Water NCWRF Acces Doors Worksheet 1307.90 Descri tion of Scoa of Work: CCG - PUD - Waste Water Operations Building Door Adjustment Construction Personnel Lead System Specialist Project Manager Site Supervisor System Design System Engineer System Technician HVAC Service Personnel Chiller Mechanic Project Manager Service/HVAC Technician Service Controls Technician Fire & Securi Services Fire Inspector Project Manager System Technician System Engineer Service Representative R ular Hrs Overtime His R ular Rate 102.00 Overtime Rate 153.10 Total 129.00 193.50 90.00 135.00 90.00 135.00 102.00 153.00 65.00 97.50 Re ular Hrs Overtime Hrs R ular Rate Overtime Rate 100.00 150.00 Total 129.00 193.50 86.001 29.00 115.00 172.50 R ular Hrs Overtime Hrs R alar Rate Overtime Rate 65.00 97.50 Total - 9 129.00 193.50 516.00 102.00 153.00 - 102.00 153.00 - 102.00 15300 Outside Vendor Materials: Sub -Total 516.00 Part#/Description Qty Unit Cost Multiplier Unit Price Ext Price 1.25 1.25 1.25 1.25 1.25 1.25 Freight 30 Parts I Subcontracted Services Ir Cost Sub -Total Unit Price I Ext Price Sub -Total Profit 1I m, Total CCG Permit Fees Total Amount Due 1219.00 88.90 1307.90 1307.90 SG - CCG - PUD - Wart Water NCWRF Operabons Door Adjustment Worksheetxisx 2/18/2016 )ohrrsonsOf Collier County Itemized Detail Summary Use for quotes and inmin- detail su6missiou (Prang bas d on Energy Management RFP #10-5373) Invoice Date:1 26 2016 III IService Order; 1 $ Invoice #; Qty List Multiplier Work Site: CCG - PUD - Wast Water NCWRF Acces Doors Worksheet - $ - Descri tion of Scope of Work: $ _ CCG - PUD - Warte Water Operations Building Door Adjustment 0.50 $ - $ _ Construction Personnel Lead System Specialist Project Manager Site Supervisor System Design System Engineer System Technician HVAC Service Personnel Chiller Mechanic Project Manager Service/HVAC Technician Service Controls Technician Fire & Securi Services Fire Inspector Project Manager System Technician System Engineer Service Representative R ular Hrs Overtime Hrs Re ular Rate 102.00 Overtime Rate 153.00 Total 129.00 193.50 - 90.00 135.00 - 90.00 135.00 $ 102.00 153.00 $ - 65.00 97.50 R ular Hrs Overtime Hrs R ular Rate Overtime Rate 100.00 150.00 - Total 129.00 193.50 0.50 86.00 129.00 $ 115.00 172.50 R ular Hrs Overtime Hrs R ular Rate Overtime Rate 65.00 97.50 Total - 4 129.00 193.50 516.00 8 102.00 153.00 816.00 102.00 153.00 102.00 S 153.00 Outside Vendor Materials: Sub-To[al 1 332.00 Part #/Description Qty Unit Cost Multiplier Unit Price Ext Price 1.25 1.25 1.25 1.25 1.25 1.25 Freight JCI Parts (In -House) Sub -Total Profit 10o/a I Sub -Total 1 $ Part #/Description Qty List Multiplier Unit Price Ext Price - $ - 0.50 $ - $ _ - $ - 0.50 $ - $ _ - $ - 0.50 $ - $ _ - $ - 0.50 $ - $ _ $ 0.50 $ - $ $ 0.50 $ - $ Freight Subcontracted Services Sub -Total ; - ._. - �r,.r,�n anu Omer services Ploviued through subcontractors) Description Qty Cost Multiplier Unit Price Ext Price Key Security Security 1 $ 6,031.76 1.10 $ 6,639.94 $ 6,639.94 1.10 $ _ i 1.10 $ $ _ Other Charges Sub -Total $ 6,634.94 Description Qty Rate Ext Price Clerical 2 55.00 110.00 Material Handling 55.00 Mileage 351 1.00 351.00 Sub -Total 41 461.00 SG - CCG - PUD - Wast Water NCWRF Electrical Bldg Door Adjustment Worksheet.xlsx 2/18/2016 Sub -Total Profit 10o/a Total CCG Permit Fees Total Amount Due 8,427.94 179.30 8,607.24 8 607.24 SG - CCG - PUD - Wast Water NCWRF Electrical Bldg Door Adjustment Worksheet.xlsx 2/18/2016 Jl� ��" ��f Collier County Itemized Detail Summary Use for quvhs and invoice detail subs issiou (Pinang based on Energy Management RFP #I0-5373) Invoice Date: 1 26 2016 CCG Permit Fees Service Order: 2,469.05 138.40 Invoice #: PO#: 2,607.45 Work Site: ICCG - PUD - Wast Water NCWRF Site Description of Scope of Work: CCG - PUD - Wast Water NCWRF Generator Building (front building) Door Adjustment and Exit Signs Worksheet Construction Personnel r Rate Overtime Rate Total Lead System Specialist102.00 Project Manager129.00 Site Supervisor90.00 System Design90.00 System Engineer102.00 System Technician65.00 153.00 193.50 135.00 135.00 MOvertime 153.00 97.50 HVAC Service Personnel r Rate Overtime Rate Total Chiller Mechanic100.00 Project Manager Service/HVAC Technician Service Controls Technician 150.00 129.00 193.50 86.00 129.00 115.00 172.50 Fire & Security Services R ular Hrs Overtime Firs Regular Rate Overtime Rate Total Fire inspector Project Manager System Technician System Engineer Service Re esen[a0ve 65.00 97.50 4 129.00 193.50 516.00 4 102.00 153.00 408.00 102.00 153.00 102.00 153.00 Outside Vendor Materials: Sub -Total 924.00 Part #/Descript!on Qty Unit Cost Multiplier Unit Price Ext Price 1.25 1.25 1.25 1.25 1.25 1.25 Freight Cost 1.10 1.10 1.10 Price Sub -Total Profit 10% Total CCG Permit Fees Total Amount Due 2,469.05 138.40 2,607.45 2,607.45 SG - CCG - PUD - Wast Water NCWRF Generator Bldg Door Adjustment Worksheet.xlsx 2/18/2016 Johnson '/J���(1 Controls ORIGINAL INVOICE Building Efficiency Federal ID 39.0380010 Invoice #: 00039856890 -REV Invoice Date:01/23/2017 PO #/WO#: 4500166463 Project No: 6N000149 Customer: 1133918 Order Type: Installation Bill To: Board of County Commissioners Attn: Finance Department PO Box 413016 Naples, FL 34101 Work Site: CCG - NCWRF Invoice Comments: NCWRF Ops Bldg Door Adjst & Exit Signs, NCWRF Elec Bldg Door Adjst Fait Signs, NCWRF Gen Bldg Door Adjst & Exit Signs Total Bill Amount $ 10,672.29 Total Amount Due USD $10,672.29 Payment Due Upon Receipt of Invoice Terms: if any invatce Is not paid In full %Albin 30 days, the Customer hereby agrees to pay interest at a rate of 1.5% per month (18% annually) upon the unpaid porton of the invoice. If action or suit is brought by Johnson Controls, Inc. to collect any amount due or opdng under this bill, Customer agrees to pay all costs of collection including attorneys fees. Disposable, Environmental & Usage (DEU) fee listed on this may include charges for one or more of the follmvmg miscellaneous: electrical, pneumatic, swIdN9 supplies, hardware materials, deaNng SuPPkS, or refrigerant reclaim disposal. A lump sum charge was applied rather than RermAng usage. Vle hereby certify Nat these goods are prodand of reuced In compilance with all applicable requirements of sectons 6, 7 and 12 of the Fair Labor Standards Act of 1938, as amended, gulations and orders of the Adminlshatorof Ne Wage and Hour Divismn Issued under section 14 thereof. Please reference our Invoice and send ONLY to the addres due upon Direct Billing Inquiries: 866-866-0886 To Remit Via Credit Card: Call the phone number listed above, INVOICE #: your payment Payment JOHNSON CONTROLS PO BOX 730068 DALLAS, TX 75373-0068 To Remit Via ACH Wire Transfers: JP MORGAN CHASE ONE CHASE MANHATTAN PLAZA NEW YORK, NY 10005 CREDITTO: 3CHNSON CONTROLS INC. 00039856890 -REV AQ4S071-000013 DEPOSITORACCI#55.14347 TYPE OF ACCOUNT: CHECKING AMOUNT DUE: $10,572,29 Johnson Collier County itemized Detail Summary Controls Thu ie a Net To Ens<ed Proposal (fauna bcsed m Enemy kanaoxmeM NFP 610-5373) Outside Vendor Materials, Unit Price Parte/Descd don Qtv Unit Cost Multiplier Unit Prim Fxt Prioe 1.15 t 1.25 1.40 0.50 `115- _ .1.25 1.10 . 1.75 . - 1.25 $ - - Freight 3 Sub -Total is 3Cl Parte(in•House) Partlf Destti don Qty List Multi Ilex Unit Price Ext Price 0.50 1 t 7,180.17 1.10 7906.99 t 0.50 S 1.40 0.50 1.10 0.50 1.10 t . - .. eight $ Sub -Total 3 SubcontraCted Serelces (IMludes wmmuniatlons Description Qtv dem and aiherseMtn PmNdedthme haebmnhado.) Cost Multiplier Unit Prim Ent Mae KEYSEQIgnYSEaVICES 1 t 7,180.17 1.10 7906.99 $ - 790699 1.40 1.10 1.10 1.10 $ $ Sub -Total 7,905.99 Eoergy Pgmt-6W-0149 RIV 00(398568900EV.nisn 5/10/2017 Collier County Board of County Commissioners Procurement Services Division Collier County Board of County Commissioners Phone: 239-252-8407 Fax: 239-732-0844+,' Attn: Accounts Payable 3299 Tamiami Tri E Ste 700 Tax Exempt: 85-8015966531C-1 Naples FL 34112-5749 OR email to: bccapderk@collierclerk.00m Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: FACILITIES MANAGEMENT 3335 TAMIAMI TRL E, STE 101 NAPLES FL 34112-5356 Purchase Order number must appear on all related correspondence, shipping papers and invoices: Purchase order Po Wmbar 4500169061 Data06/23/2016 ConiaUPerson Facilities Maint Delivery Date: Terms of Payment Net 30 Days Item Material Description Order Qty Unit Price Per Unit Net Value 00010 Immokalee Gale Project 28,852.2 EA 1.00 28.852.20 This req Is for 1/3 of the total project. You will need to many this req with req.10236535 "' Item completely delivered "' Immokalee Gate Project 28,852.2 EA 1.00 28,852.20 This req is for 1/3 of the total project. You will need to marry this req wilhe req. 10233533 "` Item completely delivered "' 00040 Immokalee Gate Project 28,851.88 EA 1.00 28,851.88 "' Item completely delivered "` Total net value excl. tax USD 86,556.28 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://purchasing.millorgov.netIPurchasing%2OPolicy/Forms/Allltems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Td E Ste 700 Naples FL 34112-5749 OR email to: bccapclerk@mllierclerk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: •%- �a---.� Edward F Coyman Jr Director Procurement Services Division Printed 04/19W1e @ 15:11:39 301-020435-763100.52525.1 Pagel or 1 Johnson 01((0 Controls Johnson Controls, Inc. Systems Division 2900 S. Horseshoe Drive Suite 1300 Naples, FL 34109 Cell: 813-241-5164 Fax: 239455-2985 To: Kai Moeggenborg Project: CCG Immokalee Fleet Gate Project - Option 2 Updated 6-20-16 RE: Cameras, Gate, Code Blue Phone & Access Control Door Add Date: 6-20-2016 Johnson Controls, Inc. thanks you for the opportunity to submit this proposal. This proposal is inclusive of all the work as requested by the Owner. All work in this proposal in accordance with RFP 10-5373 and quoted as a lump sum total proposal. SCOPE OF WORK Johnson Controls, Inc. will provide and install one (1) cameras, one (1) Code Blue Phone double tall pedestal and gate with automatic gate operators. In the Fleet Building a CK721 control panel will be installed for the gate entry. From the IT rack we will pull a fiber out to the gate entry for communication for the devices at the Code Blue pedestal. We will install a new 8' high chain link fence (6 gauge wire) from the corner of the jail property across the street to the landfill gate, closing in the Fleet Maintenance property. At the road leading passed the jail we will install one (1) new automatic gate operator. On the entry side of the gate, it will be controlled by card access to gain access into the property and the exit side gate will be free egress. At the entry gate we will install a double tall Code Blue with phone, card reader and cameras this is a high low setup. The Code Blue Phone will be install in the middle of the road with a bollard on each side of the Code Blue phone to protect it from being hit. Please note that the road way is 20' wide and with putting the Code Blue phone in the middle of the road leaving 9' on each side of the road. On the north corner of the Fleet building we will mount a camera facing the entry & exit automated gate opening. All camera will be connected to the county network VMS using the existing CCG network switch. Once the gate hardware and cameras have been installed we will work with facilities to program and test the functionality of the gates and the position of the cameras. Access Control 4 Provide and Install (1) CK Master Controller. ♦ Provide and install (1) RDR2SA Door Controllers for (1) entry gate. Gate Control 4 Provide and Install (1) Code Blue CB 9-t Duel High/Low tall w/ (2) phones, card readers & cameras. ♦ Provide and install (1) gate operator and gates. 4 Provide and install new 8' high chain link fence across Stockade Road. INITIALS: JOHNSON CONTROLS, INC. PAGE 2 OF 2 Clarifications: • All work performed during normal working hours from 8am to 5pm, Monday thru Friday. • Any work associated with existing systems located on this site not previously mentioned in this proposal is excluded. • Full access to all sites • Includes permit fee for gate. • County is required to supply network communications and or IP addresses as required. • New IP cameras will tied to existing servers • County suppling the Data Storage • County providing Programing IP adderss for Pelco equipment • County provide PC's and Keyboards needed for viewing • Card access will be tied to existing P2000 system • Does not inclued fire alarm tie in. Cost Summary: All work in this proposal in accordance with RFP 10-5373 is a lump sum total of: $91,500.00. This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. Signature NAME: P.O. #: DATE: This proposal is valid until 09/30/2016 Johnson Controls, Inc. Signature NAME: STEVE GALLETTE TITLE: SYSTEM SALES ENGINEER INITIALS: ,lohnson% Collier County Itemized Detail Summary Use/or gimes and invoice ddrrilsv6...8,w r (Pricing based on Energy Management RFP 910-5373) Invoice Date: 6/20/201 Service Order: I Sub -Total Invoice #: IPO#: 21 684.66 Part #/Description Qty Work Site: ICCG Immokalee Fleet Gate Project - Option -2 Multiplier Unit Price Code Blue, Camera, gate and gate operators. Description of Soope of Work: 4,239.32 0.50 Construction Personnel Lead System Specialist Project Manager Site Supervisor System Design System Engineer System Technician HVAC Service Personnel Chiller Mechanic Project Manager Service/HVAC Technician Service Controls Technician Fire & Securi Services Fire Inspector Project Manager System Technician System Engineer Service Representative R ular Hrs Overtime Mrs R ular Rate 102.00 Overtime Rate 153.00 Total 0.50 129.00 193.50 90.00 135.00 90.00 135.00 102.00 153.00 65.00 97.50 - R ular Mrs Overtime Mrs R ular Rate Overtime Rate Total 100.00 150.00 129.00 193.50 86.00 129.00 115.00 172.50 - R ular Mrs Overtime Mrs Re ular Rate Overtime Rate To[al 65.00 97.50 28- 129.00 193.50 3 612.00 40 102.00 153.00 4080.00 29 102,00 153.00 2 448.00 102.00 153.00 Outside Vendor Materials: 0.50 $ - Sub -Total 10140.00 Part #/Description PE-IMP2191S Fixed Camera ZE-SPX7410 SING DR RDR EXTENDER 8-16VDC C8 9-t Code Blue CB 9-t Enclosure IP5000-FP2 Call Box IS50-DWSVBF Pelco Camera DTK-MR3POE Sure Portection Qty 1 2 1 2 2 2 Unit Cost 517.99 1 100.99 4000.00 545.00 961.26 36.18 Multiplier 1.25 1.25 1.25 1.25 1.25 L25 Unit Price 647.49 1,376.24 5 000.00 681.25 1201,58 47.73 Ext Price 647.49 2,752.48 5 000.00 1 362.50 2403.15 95.45 Freight $ 3CI Parts (In -House) I Sub -Total 1 $ 21 684.66 Part #/Description Qty List Multiplier Unit Price Ext Price SPA1B1U0-1A10 1 $ 4,239.32 0.50 $ 2,119.66 $ 2,119.66 5300 -BAT 2 $ 91.54 0.50 $ 45.77 $ 91.54 L73 -G -2W 2 $ 415.93 0.50 $ 207.97 $ 415.93 $ - 0.50 $ - $ $ 0.50 $ $ Freight $ 125.00 Subcontracted Services r..._....______.._,__..____ Bub -Total ; 2,752.13 & Gate 1.10 1.10 SG - CCG Immokalee Gate Project Worksheet Option 2 Updated 6-20-16.xlsx 6/20/2016 Collier County Board of County Commissioners Procurement Services Division Phone: 239-252-8407 Fax: 239-732-0844 Tax Exempt: 85-8015966531C-1 Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: FACILITIES MANAGEMENT 3335 TAMIAMI TRL E, STE 101 NAPLES FL 34112-5356 ® Collier County Board of County Commissioners Accounts Payable 329 3299 Tamiami Tit E Ste 700 ' Naples FL 34112-5749 OR email to: bccapcIerk@colliercIerk.com rurcnase uraer number must appear on all related correspondence, shipping papers and invoices: Purchase order PO Ramie' 4500170810 Dale09/08/2018 cornea Peres„ County Capital Pro Terms of Payment Net 30 Days Delivery Date: Iltem Material Description Order Qty Unit Price Per Unit Net Value 00010 Upgrade/Replace Ice Farm #4 Bldg. K 36,844.5 EA 1.00 36,844.50 Design Package to Upgrade/Replace Ice Farm #4 and Supporting Equipment at Central Energy Plant (Bldg. K) Scope of Work: As detailed in the attached proposal and the following: # Determination of the maximum design, BTU output of Chiller #4 during the summer time, FPL, off-peak electrical rate period. # Design requirements for the efficient transfer, storage, and subsequent retrieval into the central chill water distribution system of the design maximum output of Chiller #4 output determined above. # Detail design and specification of new equipment that may be necessary to achieve the design requirements. CALMAC Thermal Storage Tanks are to be utilized. # Detail design and specifications for piping modifications that may be necessary to facilitate the design heal transfer, and to facilitate the connection to the new Ice Storage Tanks to replace the existing tanks. Piping to be designed to facilitate proper balancing of liquid flows to new tanks. Piping to be designed to facilitate the phased removal or the existing tanks (and supporting equipment) and installation of the new tanks (and supporting equipment) during off peak time periods while maintaining full functioning of the system during normal operating periods. # Meetings with DFM to review scope and progress design sets at 30%, 60% and 90% stages of design completion, including submittals of proposed equipment data sheets. # Prepare permit documents, permitting and supporting assistance. # Fully permitted construction plans and specifications for the equipment to be supplied. # Cost Estimates to be provided at the completion of the 60% and 90% MEP Engineering drawing and specification review stages of design. Deliverables: 4 sets of sealed Permit Plans and 1 set of sealed Plans in PDF. Schedule of Work: Complete work within 90 days from the date of the Notice to Proceed which is accompanying this Work Order. The Consultant agrees that any Work Order that extends beyond the VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://purchasing.colliergov.net/Purchasing%20Policy/FormstNIllems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Tri E Ste 700 Naples FL 34112-5749 OR email to: bccapclerk@collierclerk.ccm The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: ✓-��-�'�-� Z Edward F Coyman Jr Director, Procurement Services Division P6ntetl 04/192018 @ 15:10:01 301-120435634939-52162.1 Page 1 ort Vendor# 110177 PO Number 4500170810 JOHNSON CONTROLS INC Date 09/0812010 9410 BUNSEN PKWY LOUISVILLE KY 40220 Item Material Description Order Qty Unit Price Per Unit Net Value "' Item completely delivered Total net value excl. tax USD 36,844.5( Printed Thu Apr 19 201815:10.01 GIAT-0 00 301-02043563499&52162.1 Page 2 of 2 Johnson Controls Johnson * Controls Building Efficiency Group 2335 Tamiami Tri N Naples, FL 34103 Phone (239)455-2930 To: Collier County Government/PUD Attn: Hank Jones Date: August 30, 2016 Project: CCG - CEP Ice Tank Retrofit Engineering Fee to furnish Drawings, Load Calcs and Design for the new Ice Tank Replacements. RFP 10-5373 Scope of work: Thank you for the opportunity to submit this proposal for Collier County Facilities Management Division. The scope of work is design and construction administration for replacement of the ice tanks associated with Chiller #4 and pumping, heat exchanging, piping, valves and control equipment associated with the system to achieve the capability of storing the maximum design output of Chiller #4 during the summer, off-peak electrical period. The Client will furnish their available Architectural and MEP plans in PDF format and building cooling load profiles in July and August for the building connected to the chiller #4 ice plant. Scope of Work: Prepare construction documents for the replacement of ice tanks, heat exchanger, pipes, valves and control equipment associated with the system to achieve the capability of storing the maximum design output of Chiller #4. Phase 1 MEP Construction Documents (ATP Engineering)• • Determination of the maximum design, BTU output of Chiller #4 during the summer time, FPL, off-peak electrical rate period. • Design requirements for the efficient transfer, storage, and subsequent retrieval into the central chill water distribution system of the design maximum output of Chiller #4 output determined above. • Detail design and specification of new equipment that may be necessary to achieve the design requirements. CALMAC Thermal Storage Tanks are to be utilized. • Detail design and specifications for piping modifications that may be necessary to facilitate the design heat transfer, and to facilitate the connection to the new Ice Storage Tanks to replace the existing tanks. Piping to be designed to facilitate proper balancing of liquid flows to new tanks. Piping to be designed to facilitate the phased removal or the existing tanks (and supporting equipment) and installation of the new tanks (and supporting equipment) during off peak time periods while maintaining full functioning of the system during normal operating periods. • Meetings with DFM to review scope and progress design sets at 30%, 60% and 90% stages of design completion, including submittals of proposed equipment data sheets. • Prepare permit documents, permitting and supporting assistance. • Fully permitted construction plans and specifications for the equipment to be supplied. Deliverables: 4 sets of sealed Permit Plans and 1 set of sealed Plans in PDF. Also included from Johnson Controls as part of Phase I: Formal cost and scope proposal to be provided at the completion of the formal MEP Engineering drawings and specifications. Total Lump Sum price for the above scope.....................................$37,498.00 All taxes included This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. SIGNATURE NAME: P.O. #: DATE: This proposal is valid until 60 days from above date SIGNATURE NAME: RICHARD LANDREGAN TITLE: EQUIPMENT SALES Collier County Board of County Commissioners Procurement Services Division Colli Collier County Board of County Commissioners Phone: 239-252-8407Accounts Payable Fax 239-732-0844 3299 Tamiami Tit E Ste 700 Tax Exempt: 85-8015966531C-1 Naples FL 34112-5749 OR email to: bccapclerk@collierclerk.com Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: SOLID WASTE MANAGEMENT DEPARTMENT attrl Richard Darroux 9950 GOODLETTE-FRANK ROAD, STE 302 NAPLES FL 34109 rurcnase Vrder number must appear on all related correspondence, shipping papers and Invoices: Purchase order PO Number 4500170477 Nle 08/25/2016 CMt-t Person PU Logistics Delivery Dale: 09/30/2016 Terms of Payment Net 30 Days Item Material Description Order Qty Unit Price Per Unit Nei Value SCRWiP 00010 Annex Bldg Access Control 65,207.83 EA 1.00 65,207.83 "' Item partially delivered — Total net value excl. tax USD VENDOR Terms and Conditions 65,207.83 The VENDOR agrees to comply vi,th all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site httpl/purchasing.colliergov.net/Purchasing%20POlicy/Forms/Allitems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Alin: Accounts Payable 3299 Tamiami Trl E Ste 700 Naples FL 34112-5749 OR email to: bccapclerk@collierclerk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: Edward F. Coyman Jr, Director, Procurement Services Division Fnn1e0 04/20M18@07:3823 412-273512-634999-71009.3.1.1 Page 1 of 1 PURCHASE REQUISITION FORM Collier County. Public Utilities SHIP,$ Solirl and Hazardous (Paste Management 3339 East Tand ani Trail, State 302 Naples, F134112 Total Amount Requested By Date S 65,207.83 Richard Darrous 7/19/2016 DELIVERY ADDRESS: Johnson Controls Inc Other (see below) SHWMD-27191 Line Fund Fund Center ProjectAYRS Vender Contract 1 412 273512 646970 Other Equip Repairs And klaintenance 71009.3.1.1 110177 Other (see below) 3 0 4\4A Material Agreement 10-5373 0 4N/A /M/A 29005 4600002779 4 0 Charge Line Description Quantity Unit Price Unit of Measure Amount 10 SCWTP - Annex building Access Control. Cameras and Door Repairs I S 65.207.83 I'S S 65,207.83 Requested By /' Date: (Signature) Richard Darrous, Project Manager Solid & Hazardous Waste Nimtagerncnl Department Reviewed Ry (Signature) Dale: Approved By (Signature) )a)ne Atkinson, Project Manager .Solid & 1{:vardous Waste tanagement Department = Date. TOTAL Dau u " ue . MDA. CFM Director Soli {azar ou � -NI A4anagement Upanmem S 65,207.83 Johnson Controls Johnson controls, Inc. Systems Division 2900 S. Horseshoe Drive Suite 1300 Naples, FL 34109 Tel: 813-241-5164 Fax: 239455-2985 To: Rich Darroux Project: SCWTP Annex Building RE: Annex Building Access Controls, Cameras & Door Repairs Anticipated Lead Time for completion — 90 days from issuance of PO. Dale: 8-16-2016 Johnson Controls, Inc. thanks you for the opportunity to submit this proposal. This proposal is inclusive of all the work as requested by the Owner. All work in this proposal in accordance with RFP 10-5373 and quoted as a lump sum total proposal. SCOPE OF WORK Johnson Controls, Inc. will provide and install in the Annex Building, card access control to seven (7) existing doors and add three (3) Fixed IP w/ IR cameras to the existing Collier County camera system. In the Sludge Building we will repair or replace two (2) doors and door hardware. In the Chemical Building we will repair or replace six (6) doors and door hardware. Once all the hardware has been installed we will program any necessary hardware then test the functionality of the doors and camera systems. Access Control 4 Provide and Install (1) CK Master Controller. 4 Provide and install (4) RDR2SA Door Controllers for (7) Doors w/ New Door hardware. 4 Provide and install (7) Existing Doors w/ New Door hardware (Strike, PIR, Door Contacts, Card readers). CNC 4 Provide and Install Three (3) Fixed IP w/ IR Dome Cameras and all associated hardware. Door Adjustment 4 Sludge Building —South Door— Weatherizing, Hinges & Closers, Exit Device and Doors. 4 Sludge Building — North Door— Weatherizing, Hinges & Closers, Exit Device and Door. 4 Chemical Building — East Double Doors — Panic Devices, Hinges & Closers. 4 Chemical Building —West Single Door— Panic Exit Devices, Hinges & Closers. 4 Chemical Building — North Single Door— Panic Exit Devices, Hinges & Closers. ♦ Chemical Building — Ammonia Room Single Door — Panic Exit Devices, Hinges & Closers. 4 Chemical Building — Interior Single Door— Mortis Lock and Trim, Hinges & Closers. 4 Chemical Building — South Single Door — Panic Exit Devices, Hinges & Closers. Exit Signage 4 No new or repair required to exit sign need in this building. INITIALS: JOHNSON CONTROLS, INC. Proposal Includes: • Installation of wiring and support cabling to facilitate a communications system for the cameras. • Installation of wiring and support cabling to for the card access system. • Installation Standards will follow all practices and codes. PAGE 2 OF 2 Clarifications: • All work performed during normal working hours from Sam to 5pm, Monday thru Friday. • Any work associated with existing systems located on this site not previously mentioned in this proposal. • County is required to supply network communications and IP addresses as required. • New IP cameras will tied to existing servers • County suppling the Data Storage • County providing Programing IP adderss for Pelco equipment • County provide PC's and Keyboards needed for viewing • Card access will be tied to existing P2000 system • No additional programming or changes to existing systems • No interlock to existing Fire Alarm systems • County to provide Network Hardware, switches and fiber converters • No underground work is included in the proposal • No fiber is included in the proposal • Full access to all sites. Cost Summary: All work in this proposal in accordance with RFP 10-5373 is a lump sum total of: $55,207.83. This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. Signature NAME: P.O. #: DATE: This proposal is valid until 10/30/2016 Johnson Controls, Inc. Signature NAME: STEVE GALLETTE TITLE: SYSTEM SALES ENGINEER INITIALS: Johnson *0 Collier County Itemized Detail Summary C ntrots HJ (v qunM., and inivire detail sid issiou (Pddng based on Energy M. ni,pmenl RFP #10-5373) and cameras Annex Budding - Lead System Specialist Project Manager Sde Supervisor System Design System Engineer Chiller Mechanic Project Manager Service/HVAC Technician Fire Inspector Project Manager System Technician System Engineer Outside Vendor Materials: (lncludescommunlcations Systems and other servicesp owdeo wrougn suoconrraaor» Qty Cost Multiplier Unit Price Total CCG Permit Fees Ext Price Part#/Descri tion Unit Cost Multi lier Unit Price Ext Price List 3 $ 453.99 1.25 567.49 1702.46 IMP121-IRS Pelco FixedlPw IRCamera Ext Prim $ 1 $ 10,081.40 0.50 $ 1.25 5,040.70 $ 5,040.70 1.25 Aztek 0.50 $ 1.25 $ 183.08 B&I Electric 1.25 Sub -Total $ 1.25 5300 -BAT / Bate 7 $ 415.93 0.50 Freight $ 105.00 $ 1,455.76 Sub -Total I $ 1,807.46 7CI Parts (In -House) (lncludescommunlcations Systems and other servicesp owdeo wrougn suoconrraaor» Qty Cost Multiplier Unit Price Total CCG Permit Fees Ext Price Otv Rate 1 $ 39,188.16 Part#/Oestri tion List Multi Per Key Security Systems Unit Price 525 1.00 Ext Prim $ 1 $ 10,081.40 0.50 $ 5,040.70 $ 5,040.70 CK Panel & 9 RDR /SPAI6900.21310 Aztek 0.50 $ 45.77 $ 183.08 B&I Electric 4 $ 91.54 Sub -Total $ 44,866.98 5300 -BAT / Bate 7 $ 415.93 0.50 $ 207.97 $ 1,455.76 L73 -G -V12 / Card Reader $ 0.50 $ - $ - $ 0.50 $ $ 0.50 $ $ Freight $ 180.00 Sub•Total S 6,859.54 Subcontracted Services Description (lncludescommunlcations Systems and other servicesp owdeo wrougn suoconrraaor» Qty Cost Multiplier Unit Price Total CCG Permit Fees Ext Price Otv Rate 1 $ 39,188.16 1.10 $ 43,106.98 $ 43,106.98 Key Security Systems - 525 1.00 1.10 $ 770.00 $ 770.00 965.00 1 $ 700.00 Aztek 1 $ 900.00 1.10 $ 990.00 $ 990.00 B&I Electric Sub -Total $ 44,866.98 Other Charges Profit 10°/o Total CCG Permit Fees Description Otv Rate EM Price 65 207.83 0 55.00 440.00 Clerical Material Handling 55.00 - 525 1.00 525.00 htilea a Sub -Total $ 965.00 Sub -Total Profit 10°/o Total CCG Permit Fees Total Amount Due 63 522.97 1,684.95 65 207.83 65 207.83 8/18/2016 SG CCG -PUD - SVJP Warren St Annex Building Security V/orksheeLxlsx Collier County Board Or County ision Commissioners Procurement 23 nt Services Division Phone: 239-262-0407 Fax; 239-732-0044 Tax Exempt: 85-00159666310-i 0 Collier County Board of County Commissioners Attn: Accounts Payable 3299 Ternh ml Td E Ste 70o Neples FL 34112-5749 OR email lo: becapcierk@collf irclark,olim Purchase Order number must appenr on all related comospondenee, shipping papers and Invoices; Vendor# 110177 order - JOHNSON CONTROLS INC urner 4500170477 o81a0012512016 [�,t&urchase 2335 9TH ST N NAPLES FL 34103 d Porsoa PU Logistics Please deliver to: SOLID WASTE MANAGEMENT DEPARTMENT Dullvory Data: 09/30/2016 altn.: Richard Darroux 9950 GOODLETTE-FRANK ROAD, STE 302 NAPLES FL 34109 Terms of payment Net 30 Days Item-, Material- Descripllon -: - -; Order qty Unlf Price Per,Onit Nef Vatae - 00010 SCRWTP Annex Bldg Access Control 65,207.83 EA 1.00 65,207.83 Total nol value exrJ, lex USD 166,207.08 VENDOR Terms and Conditions The VENDOR agrees to comply with at Purchase Order Terms and Condillons as outlined on the Collier County Procurement Services DiAslon site: hitpl/purchasing.wlllorgov.neVpurcbasing%2OPollcy/Forms/Allitems.aspx, Including delivery and payment terms. Further the VENDOR Agrees to: 1. Provide goods and services outlined In [his Purchase Older Mill the prices, terms, delivery method and specifications listed shells, 2. Notify department immediately if order fulfillment cannot occur as spod0ed. 3. Send all Invokes to: Collier County Board of County Commissioners Alin: Accounts Payable 3299 Tamlami TO E Ste 700 Naples Fl. 341125749 OR email to: bconpdarldowillerciork.com authorized under direction of Collier County Board of County Commissioners by; Aq — Allison Kerins, Interim Director Procurement Services Division PMte3 ewwofs@13:31:15 412-273512.634990.7 Iocea.l.1 Peg. t ol1 PURCHASE REQUISITION FORM Collier County. Public Utilities SHIP,$ Solirl and Hazardous (Paste Management 3339 East Tand ani Trail, State 302 Naples, F134112 Total Amount Requested By Date S 65,207.83 Richard Darrous 7/19/2016 DELIVERY ADDRESS: Johnson Controls Inc Other (see below) SHWMD-27191 Line Fund Fund Center ProjectAYRS Vender Contract 1 412 273512 646970 Other Equip Repairs And klaintenance 71009.3.1.1 110177 Other (see below) 3 0 4\4A Material Agreement 10-5373 0 4N/A /M/A 29005 4600002779 4 0 Charge Line Description Quantity Unit Price Unit of Measure Amount 10 SCWTP - Annex building Access Control. Cameras and Door Repairs I S 65.207.83 I'S S 65,207.83 Requested By /' Date: (Signature) Richard Darrous, Project Manager Solid & Hazardous Waste Nimtagerncnl Department Reviewed Ry (Signature) Dale: Approved By (Signature) )a)ne Atkinson, Project Manager .Solid & 1{:vardous Waste tanagement Department = Date. TOTAL Dau u " ue . MDA. CFM Director Soli {azar ou � -NI A4anagement Upanmem S 65,207.83 Johnson Controls Johnson controls, Inc. Systems Division 2900 S. Horseshoe Drive Suite 1300 Naples, FL 34109 Tel: 813-241-5164 Fax: 239455-2985 To: Rich Darroux Project: SCWTP Annex Building RE: Annex Building Access Controls, Cameras & Door Repairs Anticipated Lead Time for completion — 90 days from issuance of PO. Dale: 8-16-2016 Johnson Controls, Inc. thanks you for the opportunity to submit this proposal. This proposal is inclusive of all the work as requested by the Owner. All work in this proposal in accordance with RFP 10-5373 and quoted as a lump sum total proposal. SCOPE OF WORK Johnson Controls, Inc. will provide and install in the Annex Building, card access control to seven (7) existing doors and add three (3) Fixed IP w/ IR cameras to the existing Collier County camera system. In the Sludge Building we will repair or replace two (2) doors and door hardware. In the Chemical Building we will repair or replace six (6) doors and door hardware. Once all the hardware has been installed we will program any necessary hardware then test the functionality of the doors and camera systems. Access Control 4 Provide and Install (1) CK Master Controller. 4 Provide and install (4) RDR2SA Door Controllers for (7) Doors w/ New Door hardware. 4 Provide and install (7) Existing Doors w/ New Door hardware (Strike, PIR, Door Contacts, Card readers). CNC 4 Provide and Install Three (3) Fixed IP w/ IR Dome Cameras and all associated hardware. Door Adjustment 4 Sludge Building —South Door— Weatherizing, Hinges & Closers, Exit Device and Doors. 4 Sludge Building — North Door— Weatherizing, Hinges & Closers, Exit Device and Door. 4 Chemical Building — East Double Doors — Panic Devices, Hinges & Closers. 4 Chemical Building —West Single Door— Panic Exit Devices, Hinges & Closers. 4 Chemical Building — North Single Door— Panic Exit Devices, Hinges & Closers. ♦ Chemical Building — Ammonia Room Single Door — Panic Exit Devices, Hinges & Closers. 4 Chemical Building — Interior Single Door— Mortis Lock and Trim, Hinges & Closers. 4 Chemical Building — South Single Door — Panic Exit Devices, Hinges & Closers. Exit Signage 4 No new or repair required to exit sign need in this building. INITIALS: JOHNSON CONTROLS, INC. Proposal Includes: • Installation of wiring and support cabling to facilitate a communications system for the cameras. • Installation of wiring and support cabling to for the card access system. • Installation Standards will follow all practices and codes. PAGE 2 OF 2 Clarifications: • All work performed during normal working hours from Sam to 5pm, Monday thru Friday. • Any work associated with existing systems located on this site not previously mentioned in this proposal. • County is required to supply network communications and IP addresses as required. • New IP cameras will tied to existing servers • County suppling the Data Storage • County providing Programing IP adderss for Pelco equipment • County provide PC's and Keyboards needed for viewing • Card access will be tied to existing P2000 system • No additional programming or changes to existing systems • No interlock to existing Fire Alarm systems • County to provide Network Hardware, switches and fiber converters • No underground work is included in the proposal • No fiber is included in the proposal • Full access to all sites. Cost Summary: All work in this proposal in accordance with RFP 10-5373 is a lump sum total of: $55,207.83. This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. Signature NAME: P.O. #: DATE: This proposal is valid until 10/30/2016 Johnson Controls, Inc. Signature NAME: STEVE GALLETTE TITLE: SYSTEM SALES ENGINEER INITIALS: Johnson *0 Collier County Itemized Detail Summary C ntrots HJ (v qunM., and inivire detail sid issiou (Pddng based on Energy M. ni,pmenl RFP #10-5373) and cameras Annex Budding - Lead System Specialist Project Manager Sde Supervisor System Design System Engineer Chiller Mechanic Project Manager Service/HVAC Technician Fire Inspector Project Manager System Technician System Engineer Outside Vendor Materials: (lncludescommunlcations Systems and other servicesp owdeo wrougn suoconrraaor» Qty Cost Multiplier Unit Price Total CCG Permit Fees Ext Price Part#/Descri tion Unit Cost Multi lier Unit Price Ext Price List 3 $ 453.99 1.25 567.49 1702.46 IMP121-IRS Pelco FixedlPw IRCamera Ext Prim $ 1 $ 10,081.40 0.50 $ 1.25 5,040.70 $ 5,040.70 1.25 Aztek 0.50 $ 1.25 $ 183.08 B&I Electric 1.25 Sub -Total $ 1.25 5300 -BAT / Bate 7 $ 415.93 0.50 Freight $ 105.00 $ 1,455.76 Sub -Total I $ 1,807.46 7CI Parts (In -House) (lncludescommunlcations Systems and other servicesp owdeo wrougn suoconrraaor» Qty Cost Multiplier Unit Price Total CCG Permit Fees Ext Price Otv Rate 1 $ 39,188.16 Part#/Oestri tion List Multi Per Key Security Systems Unit Price 525 1.00 Ext Prim $ 1 $ 10,081.40 0.50 $ 5,040.70 $ 5,040.70 CK Panel & 9 RDR /SPAI6900.21310 Aztek 0.50 $ 45.77 $ 183.08 B&I Electric 4 $ 91.54 Sub -Total $ 44,866.98 5300 -BAT / Bate 7 $ 415.93 0.50 $ 207.97 $ 1,455.76 L73 -G -V12 / Card Reader $ 0.50 $ - $ - $ 0.50 $ $ 0.50 $ $ Freight $ 180.00 Sub•Total S 6,859.54 Subcontracted Services Description (lncludescommunlcations Systems and other servicesp owdeo wrougn suoconrraaor» Qty Cost Multiplier Unit Price Total CCG Permit Fees Ext Price Otv Rate 1 $ 39,188.16 1.10 $ 43,106.98 $ 43,106.98 Key Security Systems - 525 1.00 1.10 $ 770.00 $ 770.00 965.00 1 $ 700.00 Aztek 1 $ 900.00 1.10 $ 990.00 $ 990.00 B&I Electric Sub -Total $ 44,866.98 Other Charges Profit 10°/o Total CCG Permit Fees Description Otv Rate EM Price 65 207.83 0 55.00 440.00 Clerical Material Handling 55.00 - 525 1.00 525.00 htilea a Sub -Total $ 965.00 Sub -Total Profit 10°/o Total CCG Permit Fees Total Amount Due 63 522.97 1,684.95 65 207.83 65 207.83 8/18/2016 SG CCG -PUD - SVJP Warren St Annex Building Security V/orksheeLxlsx Collier County Board Or County ision Commissioners Procurement 23 nt Services Division Phone: 239-262-0407 Fax; 239-732-0044 Tax Exempt: 85-00159666310-i 0 Collier County Board of County Commissioners Attn: Accounts Payable 3299 Ternh ml Td E Ste 70o Neples FL 34112-5749 OR email lo: becapcierk@collf irclark,olim Purchase Order number must appenr on all related comospondenee, shipping papers and Invoices; Vendor# 110177 order - JOHNSON CONTROLS INC urner 4500170477 o81a0012512016 [�,t&urchase 2335 9TH ST N NAPLES FL 34103 d Porsoa PU Logistics Please deliver to: SOLID WASTE MANAGEMENT DEPARTMENT Dullvory Data: 09/30/2016 altn.: Richard Darroux 9950 GOODLETTE-FRANK ROAD, STE 302 NAPLES FL 34109 Terms of payment Net 30 Days Item-, Material- Descripllon -: - -; Order qty Unlf Price Per,Onit Nef Vatae - 00010 SCRWTP Annex Bldg Access Control 65,207.83 EA 1.00 65,207.83 Total nol value exrJ, lex USD 166,207.08 VENDOR Terms and Conditions The VENDOR agrees to comply with at Purchase Order Terms and Condillons as outlined on the Collier County Procurement Services DiAslon site: hitpl/purchasing.wlllorgov.neVpurcbasing%2OPollcy/Forms/Allitems.aspx, Including delivery and payment terms. Further the VENDOR Agrees to: 1. Provide goods and services outlined In [his Purchase Older Mill the prices, terms, delivery method and specifications listed shells, 2. Notify department immediately if order fulfillment cannot occur as spod0ed. 3. Send all Invokes to: Collier County Board of County Commissioners Alin: Accounts Payable 3299 Tamlami TO E Ste 700 Naples Fl. 341125749 OR email to: bconpdarldowillerciork.com authorized under direction of Collier County Board of County Commissioners by; Aq — Allison Kerins, Interim Director Procurement Services Division PMte3 ewwofs@13:31:15 412-273512.634990.7 Iocea.l.1 Peg. t ol1 Johnson GO Collier County Itemized Detail Sulntnary Controls Wits is.a Lunip'Sum Prgynsal (Piling based on Energy Management RFP #10.5373) Invoice Date: 8116/2016 Service Order: CCG Permit Fees I Total Amount0 Invoice 4: 1pom Work Site; JCCG - PUD - SYIP Wallen St Annex Security Worksheet Description 0 Scope of Work: Doors and cameras Annex OuBdbtg - See Proposal Construction Personnel Regular Hrs Overtime Hrs Regular Rate Overtime Rate Total Lead System Specialist Project Manager Site Supervisor System Design System Engineer System Technician .102.00 153,00 - _129.00. 193.50 90.00 :135:00.! -90.00 `-135.00` - - 102.00 .:153.00 - -X65.00- 97,50 --HVAC Service Personnel Regular Hra Overtime Hrs Regular Rate Overtime Rate - Total Chiller Mechanic Project Manager Servke/WAC Technician Servke Controls Technician :100.00- :-150.00 "129.00 - -. 193,50 06.00( . 129.00 I 115,00. -172.50 -Fire &Securi Services Ra ular Hrs Overtime Hrs Regular Rate: .Overtime Rate -'Total Fire Impeftor Project Manager SystemTechnidan System Engineer Service RemesendatIve 65.00 -.;.97,50 32 329.00. '-193,50 -' 4420.00- 48 102.00 ' 153.00 - 4,896.00 _.:102,001 =15300 102,00 11S3.00 'Outside Vendor Materials) 'Sub -Total --9,024.00 Parti}/Description Qty Unit Cost MultiplierUnit Price Ext price. IMP121-IRS Pelco Fired IF vl IR Camera 3 453.99 1.25 `, 567.49' 1,702.46 }.25 1.25 1,25 1:25 1,25 Ffalnht•=. # 105.00 Sub -Total '-1 $- 1,007.46 1 `Subcontracted Services '(Includes cammunfeations Syslams and other services provided through subcontractors) i Description -I Qty I Cost I Multiplier I Unit Price... Ext Price. Key Security Systems'i $ 39,108.16 1,10 # 13,106.90 #:' 43,106;98. Artek I $ 700.00 1.10 $ 770.00 $ -770.00 O&I .fecbk 1 S 900.00 1.10 $ 990.00. $" -99040. -. Sub -Total- Profit l0% Total CCG Permit Fees I Total Amount0 Gb207,83. 2 9/21/2016 Johnson Q'r jc Controls 40 ORIGINAL INVOICE Invoice #: 00040158594 PO #/WO#: 4500170477 Bili To: Board Of County Commissioners Attn: Finance Department PO Box 413016 Naples, FL 34101 Invoice Comments: Building EJflelency. Federal ID 390390010 Invoice Date: 4/28/2017 Service Order: 6N0000382 Work Site: CCG PUD - SCWTP Annex Building Doors and cameras Annex Building -Johnson Controls, Inc. Will provide and Install In the Annex Building, card access control to seven (7) existing doors and add three (3) Fixed Ip w/IR cameras to the existing Collier County camera system. In the Sludge Building we will repair or replace two (2) doors and door hardware. In the Chemical building we will repair or replace six (6) doors and door hardware. Once all the hardware has been Installed we will program any necessary hardware then test the functionality of the doors and camera systems. Please see quote for complete scope of work, Payment Due Upon Receipt of Invoice Terms: If any invoice is not paid In full within 30 days, the Customer hereby agrees to pay interest at a rate of 1.5% per month (18% annually) upon the unpaid portion of the invoke. If action or suit is brought by Johnson Controls, Inc. to collect any amount due or owing under this bill, Customer agrees to pay all costs of collection Including attorneys fees. Disposable, Environmental & Usage (DEU) fee listed on this may include charges for one or more of the following miscellaneous: electrical, pneumatic, welding supplies, hardware materia% cleaning supplies, or refrigerant redaim disposal. A lump sum cha was applied rather than Itemizing usage, rge re" at ese oods are In tabor Standards Act of 1938, 38, ass amended and of regulatorsce with and ordeirs of the applicable n�istrator of the age arements of sections nd Hand 12 our Dl offthe lss Fair under section 14 thereof. Please.reference our invoice.Number and.amount with your payment and send ONLY to the addracc nn Chic :.....,..... -7 .... — r auna: invoice due upon Receipi Direct Billing inquiries: 866-866-0886 To Remit Via Credit Card: Call the phone number listed above. INVOICE #: AMOUNT DUE: JOHNSON CONTROLS PO 80X730068 DALLAS, TX 75373-0068 To Remit Via ACH Wire Transfers: JP MORGAN CHASE ONE CHASE MANHATTAN PLAZA NEW YORK, NY 10005 00040158594 CREDTr TO: JOHNSON CONTROLS INC. ABA071-000013 DEPOSITOR ACCr#55-14347 TYPE OT ACCOUNT:CHECKING $51,888.89 lahnson ?0 Collier County Itemized Detail Summary Controls Vote is a LUMP SUM URIinB (Pricing based on Energy Meneura l RFP # 10-5373) WorkSite: CCG PUD- SCWTP Annex Building nay°�°•�"'e'--- Decal tion of Sco a of Work: Doors and cameras Annex Building -Johnson Conbois, Inc. Will provide and install in the Annex Bu0ding, card access control to seven (7) existing doors and add three (3) Fixed 1p w/1R cameras to the existing Collier County camera system• In the Sludge Building we will repair or replace two (2) doors and proghardware. Chemical building lreplace six (shardware. Once tire hardware led ve vrill po9ram eYnecessar ardwarethen est the functionallbof the doorad camera systmPleassee quote for complto scope of work. Construction Personnel Re ular Hrs Overtime Hire Re ular Rate Overtime Rate Total Lead System Specialist - 102.00 - 153.00 - 129.00 193.50 Project Manager Site Supervisor 90.00 135.00 outside Vendor Materials: 90.00- 135.00 Ext Price system Design - 102.. 00 - 153.00 _ System Engineer -`65.00 - 97.50 - S stem Technician HVAC Service Personnel Re ular Hire overtime Hrs Re alar Rate Overtime Rate Total 5.25 100.00 150.00 - $ - Chiller Mechanic- 1.25 - 193 .50 - - 70.06 Project Manager fill 6.00 129.00'. - Service/HVACTechnlclan- ' 115,00 -- -. - 172.50 - Service Controls Technician Re ular Hrs Overtime firs Re IRate Overtlma Rate Total Fire&SOcuri Services ,..-65.00 339.66 1.25 Fire Inspector 129.00 193.50 - ` 2709.00 Project Manager 21 19 102.00 153.00 --1938.00 System Technician 102.00 - - 153.00 -__. System Engineer -.. _ __.- __.. ..._ . --irons _ _ k 153.00 1; . - outside Vendor Materials: List Multi Iter Unit Price Ext Price Part#/Desai tion 1 $ 10,081.36 - 0.50 Part# Description Qty Unit Cost Multiplier Unit Price Ext Price L73 -G -2W -READER,. PROX40010l 1 4.20 - - 1.25 5.25 5.25 ADI- INVOICE N3X)YBOI $ - 13,762.00 1.25 70.06 - 70.06 SWEETWATER SOUND -S DCARD 1 56.05 1.25 424.58 1273.73 Sub -Total 3 339.66 1.10 PELCO -550605 3 339.66 1.25 424.58 1273.73 PELCO -567458 Sub -Total $ _ 1.25 - ' Freight . Sub -Total 3 __2,622.76 3C3 Parts (In -House) List Multi Iter Unit Price Ext Price Part#/Desai tion 1 $ 10,081.36 - 0.50 $ 5,040.68 - 5,090.68. SPA18400-2D10-PNL-CK721A RDR2SA 0.50..$: 207.97.. 1,955.76. L73 -G -2W -READER,. PROX40010l 7 $ 415,93 - 0.50 $ 45.77. $ 183.08 5300-DAT-BATTERY,I2W7AMP HR 4 $ 91.54 ITI KEY SECURES $ - 13,762.00 -: 0.50 $ - - 15,138.20 KEY SECURITIES - 'Frei ht - 21,507.39 1.10 $ 23,658.07 Sub -Total $ 6,679.52 Subcontracted Services (tndudescommunloaners Systems and Omer semcespmvmeu ����w••a-•---•••-----.- UOTE Ext Price Description Qty Cost Multiplier U. nit Price 51,888'89 1 $ 3,918.82 1.10 $ 4310.70 $ 4,310.70 ITI KEY SECURES 1 $ 13,762.00 1.10 $ -15,130.20 $- - 15,138.20 KEY SECURITIES 1 $ 21,507.39 1.10 $ 23,658.07 $ 23,658,07 KEY SECURITIES 1.10 $ 1 Sub -Total $ 43,106.98 Sub -Total Profit 10°/n Total UOTE Difference Total Amount Due fj� 50 721.74 1,167.15 53 888.89 65 207.83 13 318.90. 51,888'89 7/17/2017 BILLING TEb7PLATE-6N0G0382.xisx Collier County Board of County Commissioners Collier County Board of County Commissioners Procurement Services Division Attn: Accounts Payable Phone: 239-252-8407 t` 'v 3299 Tamiami Td E Ste 700 Fax: 239-732-0844 "+'9 Naples FL 34112-5749 Tax Exempt: 85-8015966531C-1 OR email to: bccapclerk@collierclerk.com Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: FACILITIES MANAGEMENT 3335 TAMIAMI TRL E, STE 101 NAPLES FL 34112-5356 Purchase Order number must appear on all related correspondence, shipping papers and invoices: Purchase order PO Numb r 4500157510 nate 03/02/2015 ContaUPemn Facilities Maint Delivery Dale: 09/30/2015 Terms of Payment Net 30 Days /tern Material Description Order Qty Unit Price Per Unit Net Value 00010 HVAC Improv. Building H136,977 EA 1.00 136,977.00 — Item partially delivered — Total net value excl. tax USD 136,977.00 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: httpl/purchasing.colliergov.net/Purchasing%20Policy/Forms/Allitems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Tri E Ste 700 Naples FL 34112-5749 OR email to: bccapclerk@colliercterk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: r��-` �y-•--•�Z Edward F. Coyman Jr, Director, Procurement Services Division Pmte N1192018 @ 15:33:8 301-120435-634999-52162.1 Page 1 011 JOHNSON CONTROLS, INC. 23 09 00 INSTRUMENTATION AND CONTROLS FOR HVAC DIRECT DIGITAL CONTROL SYSTEM FOR HVAC SYSTEM SCOPE OF WORK 1......................HVAC Improvements • REPLACE ONE EXISTING OUTSIDE UNIT #2 ON THE ROOF. • REVISE EXISTING DUCT WORK ON THE ROOF TO REFLECT THE CHANGES • ADD THREE (3) NEW FLOW STATIONS AND VALVES TO MONITOR AND MANAGE AIR FLOW TO THE ASSOCIATED UNITS #1,#2 & #6 • RECALIBRATE THE CONTROLS FOR THESE UNITS • ADD ONE (1) NEW NAE TO PICK ALL THESE CHANGES AND IMPLEMENT ENERGY SAVINGS AS REQUESTED • ADDITION OF ONE (1) IN-LINE BOOSTER PUMP TO CHILL WATER LINE FROM BUILDING K TO INCREASE CHILL WATER SUPPLY PRESSURE • SUPPLY DESIGN DOCUMENTS AND DRAWINGS FOR A FINAL CONSTRUCTION EQUIPMENT SUMMARY QTY EQUIPMENT TAGS 1 OUTSIDE AIR HANDLING UNITS AHU-2 PRICING FOR A TURN KEY PROJECT ......... $136,977.00 This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. Signature NAME: P.O. #: DATE: This proposal is valid until 5/15/2015 Johnson Controls, Inc. Signature NAME: SHAWN SIMPSON TITLE: SENIOR ACCOUNT EXECUTIVE Collier County Board of County Commissioners Procurement Services Division Collier County Board of County Commissioners Phone: 239-252-84 Accounts Payable Fax: 239-732-0844 44 +'� 3299 Tamiami Tri E Ste 700 Tax Exempt: 85-8015966531C-1 Naples FL 34112-5749 OR email to: bccapclerk@collierclerk.com Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: SOLID WASTE MANAGEMENT DEPARTMENT attn: Richard Darroux 9950 GOODLETTE-FRANK ROAD, STE 302 NAPLES FL 34109 vurcnase Order number must appear on all related correspondence, shipping papers and invoices: E e order 500159520 nafa06/23/2015 Logistics Delivery Dale: Terms of Payment Net 30 Days Item Material Description Order Qty Unit Price Per Unit Net Va/ue 00010 SCWRF Security Gate 35,297.15 EA 1.00 35,297.15 South Wastewater Plant Gate repairs Total quantity spread over the following delivery dates: "' Item partially delivered — Quantity Unit 246.93each MOD-SCWRF Delivery Date Day 09/30/2015 Gale Mods Myo Please add a line to PO 4500159520 in the amount of $8,797.00 for additional South Wastewater Plant Gale repairs. Original PO amount: $35,297.15 New PO amount: $44,094.15 "` Item completely delivered "• Total net value axe]. tax USD VENDOR Terms and Conditions 8,797 44,094.15 The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: htlp://purchasing.colliergov.netfPurchasing%20POlicy/Forms/AJIltems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 7 Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Tri E Ste 700 Naples FL 34112-5749 OR email to: bccapderk@collierderk.com Purchase Order is authorized under direction of Collier County Board of County Commissioners by: Edward F Coyman Jr Director, Procurement Services Division Pmle 04/202018 @ 07:17 48 414-263614-263100-72505.3 Page 1 of 1 Johnson * Controls Johnson Controls, Inc. Systems Division 2900 S. Horseshoe Drive Suite 1300 ---Naple�FL-34109 - Tel: 239-455-2930 Fax: 239-455-2985 To: Dayne Adkinson Project: CCG Water Plant Security Gates RE: Additional Camera's and Emergency Phone Date: June 22, 2015 Page 1 of 2 Johnson Controls, Inc. thanks you for the opportunity to submit this proposal. This proposal is inclusive of all the work as requested by the Owner. All work in this proposal in accordance with RFP 10-5373 and quoted as a LUMP SUM Proposal SCOPE OF WORK - SECURITY South Water Plant - Warren Street Emernencv / Information Station ♦ Provide and Install Two (2) Code blue CD -19 Station ♦ Expedited shipping for the Code Blue units CCTV ♦ Install Two (2) Fixed Cameras and all associated hardware ♦ Install Two (2) Pelco Encoders in place of existing DVR's ♦ Run One (1) new CAT 6 to each location cable as requested to control console from electrical room Pricing South Water Plant - ........................... $35,297.15 Clarifications: • Owner is required to supply network communications and or IP addresses as required. • New IP cameras will tied to existing servers • Card Access will remain on Existing Stanchion • No additional programming or changes to existing systems • County to provide Network Hardware • Full access to all sites • All work performed during normal working hours (Important: this proposal incorporates by reference the terms and conditions on the last page of this document) This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. This proposal is valid until 8-15-2015 Johnson Controls, Inc. INITIALS: JOHNSON CONTROLS, INC. Signature NAME: P.O. N: DATE: PAGE 2 OF 2 Signature NAME: SHAWN M SIMPSON TITLE: SENIOR ACCOUNT EXECUTIVE INITIALS: PURCHASE REQUISITION FORM Collier C'onnff- Public Ul/lllies SHIVAID .Solid, and Hotordons 1Vosle Alouogexdnu 3339 East Towimn, Trull, Suile 302 Noples, P134112 Total Amount Requested By Date S 35,297.15 Daync Atkinson 6/1212015 DELIVE,RV ADDRESS: Johnson Controls Inc Other (see below) SHWMD-27191 Line Fund Fund Centcr ProjeclfWBS Vender Contract 1 414 263614 763100 Improvements General 72505.3 110177 Other (see below) 2 0 NN/A Blnlerial Agreement 10-5373 3 0 NN/A 29005 4600002779 4 0 dN/A Charge Linc Descri tion P Quantity Unit Price Unit of Measure Amount 10 South Waste Water Plant- Plant Security Gatc I S35,297.15 LS S 35,297.15 Requested By Date: CO i5 S (Signature) Ilio rd Darrous for Dame Atkinsua; Projeet Mamgcr Solid & Haz zdous 5'astcI&- gemetu Dcpaument Approved (Signature) if�� / Date: .f Irlw — 'I'O'I)S I, nic a ,.IdHA,CRNA Director olid & Harzr us Waste Managensnl Npanmem S 35,297.15 Johnson J�jc� Controls ORIGINAL INVOICE Building Efficiency Federal ID 390300010 Invoice #: 00038681974 Invoice Date: 12/5/2015 PO #/WO#: 4500159520 Service Order: 5N000127 Customer: 1133918 Order Type: Service Order Bill To: Board of County Commissioners Attn: Finance Department PO Box 413016 Naples, FL 34101 Work Site: CCG PU SCWRTF Security Invoice Comments: Change order to add License Plate Camera, wireless access and gate release by phone. Total Quote Price $ 33,578.19 Taxes $ Total Amount Due I USD $33,578,19 Payment Due Upon Receipt of Invoice Terms: If any Invoke Is not paid In full within 30 days, the Customer hereby agrees to pay Interest at a rate of 1.50/a per month (18% annually) upon the unpaid portion of the Invoke. If action or suit is brought by Johnson Controls, Inc. to collect any amount due or ovdng under this big, Customer agrees to pay all costs of collection including attomeys fees. Disposable, Environmental a. Usage (DEU) fee listed on this may Include charges for one or more of the following miscellaneous: electrical, pneumatic, welding supplies, hardware materials, cleaning supplies, or refrigerant reclaim disposal. A lump sum charge was applied rather than Itemizing usage. We hereby certify that these goods are produced in compliance with all applicable requirements of sections b, 7 and 12 of the Fair Labor Standards Act of 1938, us amended, and of regulations and orders of the Administrator of the Wage and Hour DIvskn Issued under section 14 thereof. Please reference our Invoice Number and amount with your payment and send ONLY to the address on this Invoice. Payment Terms: Invoice due upon Receipt Remit Payment To: Direct Billing Inquiries: 866-866-0886 JOHNSON CONTROLS po Box go524D CHARLOTTE, NC 28290-5240 To Remit Via Credit Card: To Remit Via ACH Wire Transfers: Call the phone number listed above. IP MORGAN CHASE ONE CHASE MANHATTAN PLAZA NEW YORK, ' 10005 INVOICE #: 00038681974 �� C1EDIfTO: JOHNSON CONTROLS INC. ABA#071.000013 DEPOSITOR ACCr#55-14347 TYPE OF ACCOUNT: CHECKING AMOUNT DUE: $33,578.19 Johnson GO Collier County Itemized Detail Sulntnary Controls Wits is.a Lunip'Sum Prgynsal (Piling based on Energy Management RFP #10.5373) Invoice Date: 8116/2016 Service Order: CCG Permit Fees I Total Amount0 Invoice 4: 1pom Work Site; JCCG - PUD - SYIP Wallen St Annex Security Worksheet Description 0 Scope of Work: Doors and cameras Annex OuBdbtg - See Proposal Construction Personnel Regular Hrs Overtime Hrs Regular Rate Overtime Rate Total Lead System Specialist Project Manager Site Supervisor System Design System Engineer System Technician .102.00 153,00 - _129.00. 193.50 90.00 :135:00.! -90.00 `-135.00` - - 102.00 .:153.00 - -X65.00- 97,50 --HVAC Service Personnel Regular Hra Overtime Hrs Regular Rate Overtime Rate - Total Chiller Mechanic Project Manager Servke/WAC Technician Servke Controls Technician :100.00- :-150.00 "129.00 - -. 193,50 06.00( . 129.00 I 115,00. -172.50 -Fire &Securi Services Ra ular Hrs Overtime Hrs Regular Rate: .Overtime Rate -'Total Fire Impeftor Project Manager SystemTechnidan System Engineer Service RemesendatIve 65.00 -.;.97,50 32 329.00. '-193,50 -' 4420.00- 48 102.00 ' 153.00 - 4,896.00 _.:102,001 =15300 102,00 11S3.00 'Outside Vendor Materials) 'Sub -Total --9,024.00 Parti}/Description Qty Unit Cost MultiplierUnit Price Ext price. IMP121-IRS Pelco Fired IF vl IR Camera 3 453.99 1.25 `, 567.49' 1,702.46 }.25 1.25 1,25 1:25 1,25 Ffalnht•=. # 105.00 Sub -Total '-1 $- 1,007.46 1 `Subcontracted Services '(Includes cammunfeations Syslams and other services provided through subcontractors) i Description -I Qty I Cost I Multiplier I Unit Price... Ext Price. Key Security Systems'i $ 39,108.16 1,10 # 13,106.90 #:' 43,106;98. Artek I $ 700.00 1.10 $ 770.00 $ -770.00 O&I .fecbk 1 S 900.00 1.10 $ 990.00. $" -99040. -. Sub -Total- Profit l0% Total CCG Permit Fees I Total Amount0 Gb207,83. 2 9/21/2016 Johnson Q'r jc Controls 40 ORIGINAL INVOICE Invoice #: 00040158594 PO #/WO#: 4500170477 Bili To: Board Of County Commissioners Attn: Finance Department PO Box 413016 Naples, FL 34101 Invoice Comments: Building EJflelency. Federal ID 390390010 Invoice Date: 4/28/2017 Service Order: 6N0000382 Work Site: CCG PUD - SCWTP Annex Building Doors and cameras Annex Building -Johnson Controls, Inc. Will provide and Install In the Annex Building, card access control to seven (7) existing doors and add three (3) Fixed Ip w/IR cameras to the existing Collier County camera system. In the Sludge Building we will repair or replace two (2) doors and door hardware. In the Chemical building we will repair or replace six (6) doors and door hardware. Once all the hardware has been Installed we will program any necessary hardware then test the functionality of the doors and camera systems. Please see quote for complete scope of work, Payment Due Upon Receipt of Invoice Terms: If any invoice is not paid In full within 30 days, the Customer hereby agrees to pay interest at a rate of 1.5% per month (18% annually) upon the unpaid portion of the invoke. If action or suit is brought by Johnson Controls, Inc. to collect any amount due or owing under this bill, Customer agrees to pay all costs of collection Including attorneys fees. Disposable, Environmental & Usage (DEU) fee listed on this may include charges for one or more of the following miscellaneous: electrical, pneumatic, welding supplies, hardware materia% cleaning supplies, or refrigerant redaim disposal. A lump sum cha was applied rather than Itemizing usage, rge re" at ese oods are In tabor Standards Act of 1938, 38, ass amended and of regulatorsce with and ordeirs of the applicable n�istrator of the age arements of sections nd Hand 12 our Dl offthe lss Fair under section 14 thereof. Please.reference our invoice.Number and.amount with your payment and send ONLY to the addracc nn Chic :.....,..... -7 .... — r auna: invoice due upon Receipi Direct Billing inquiries: 866-866-0886 To Remit Via Credit Card: Call the phone number listed above. INVOICE #: AMOUNT DUE: JOHNSON CONTROLS PO 80X730068 DALLAS, TX 75373-0068 To Remit Via ACH Wire Transfers: JP MORGAN CHASE ONE CHASE MANHATTAN PLAZA NEW YORK, NY 10005 00040158594 CREDTr TO: JOHNSON CONTROLS INC. ABA071-000013 DEPOSITOR ACCr#55-14347 TYPE OT ACCOUNT:CHECKING $51,888.89 lahnson ?0 Collier County Itemized Detail Summary Controls Vote is a LUMP SUM URIinB (Pricing based on Energy Meneura l RFP # 10-5373) WorkSite: CCG PUD- SCWTP Annex Building nay°�°•�"'e'--- Decal tion of Sco a of Work: Doors and cameras Annex Building -Johnson Conbois, Inc. Will provide and install in the Annex Bu0ding, card access control to seven (7) existing doors and add three (3) Fixed 1p w/1R cameras to the existing Collier County camera system• In the Sludge Building we will repair or replace two (2) doors and proghardware. Chemical building lreplace six (shardware. Once tire hardware led ve vrill po9ram eYnecessar ardwarethen est the functionallbof the doorad camera systmPleassee quote for complto scope of work. Construction Personnel Re ular Hrs Overtime Hire Re ular Rate Overtime Rate Total Lead System Specialist - 102.00 - 153.00 - 129.00 193.50 Project Manager Site Supervisor 90.00 135.00 outside Vendor Materials: 90.00- 135.00 Ext Price system Design - 102.. 00 - 153.00 _ System Engineer -`65.00 - 97.50 - S stem Technician HVAC Service Personnel Re ular Hire overtime Hrs Re alar Rate Overtime Rate Total 5.25 100.00 150.00 - $ - Chiller Mechanic- 1.25 - 193 .50 - - 70.06 Project Manager fill 6.00 129.00'. - Service/HVACTechnlclan- ' 115,00 -- -. - 172.50 - Service Controls Technician Re ular Hrs Overtime firs Re IRate Overtlma Rate Total Fire&SOcuri Services ,..-65.00 339.66 1.25 Fire Inspector 129.00 193.50 - ` 2709.00 Project Manager 21 19 102.00 153.00 --1938.00 System Technician 102.00 - - 153.00 -__. System Engineer -.. _ __.- __.. ..._ . --irons _ _ k 153.00 1; . - outside Vendor Materials: List Multi Iter Unit Price Ext Price Part#/Desai tion 1 $ 10,081.36 - 0.50 Part# Description Qty Unit Cost Multiplier Unit Price Ext Price L73 -G -2W -READER,. PROX40010l 1 4.20 - - 1.25 5.25 5.25 ADI- INVOICE N3X)YBOI $ - 13,762.00 1.25 70.06 - 70.06 SWEETWATER SOUND -S DCARD 1 56.05 1.25 424.58 1273.73 Sub -Total 3 339.66 1.10 PELCO -550605 3 339.66 1.25 424.58 1273.73 PELCO -567458 Sub -Total $ _ 1.25 - ' Freight . Sub -Total 3 __2,622.76 3C3 Parts (In -House) List Multi Iter Unit Price Ext Price Part#/Desai tion 1 $ 10,081.36 - 0.50 $ 5,040.68 - 5,090.68. SPA18400-2D10-PNL-CK721A RDR2SA 0.50..$: 207.97.. 1,955.76. L73 -G -2W -READER,. PROX40010l 7 $ 415,93 - 0.50 $ 45.77. $ 183.08 5300-DAT-BATTERY,I2W7AMP HR 4 $ 91.54 ITI KEY SECURES $ - 13,762.00 -: 0.50 $ - - 15,138.20 KEY SECURITIES - 'Frei ht - 21,507.39 1.10 $ 23,658.07 Sub -Total $ 6,679.52 Subcontracted Services (tndudescommunloaners Systems and Omer semcespmvmeu ����w••a-•---•••-----.- UOTE Ext Price Description Qty Cost Multiplier U. nit Price 51,888'89 1 $ 3,918.82 1.10 $ 4310.70 $ 4,310.70 ITI KEY SECURES 1 $ 13,762.00 1.10 $ -15,130.20 $- - 15,138.20 KEY SECURITIES 1 $ 21,507.39 1.10 $ 23,658.07 $ 23,658,07 KEY SECURITIES 1.10 $ 1 Sub -Total $ 43,106.98 Sub -Total Profit 10°/n Total UOTE Difference Total Amount Due fj� 50 721.74 1,167.15 53 888.89 65 207.83 13 318.90. 51,888'89 7/17/2017 BILLING TEb7PLATE-6N0G0382.xisx Collier County Board of County Commissioners Collier County Board of County Commissioners Procurement Services Division Attn: Accounts Payable Phone: 239-252-8407 t` 'v 3299 Tamiami Td E Ste 700 Fax: 239-732-0844 "+'9 Naples FL 34112-5749 Tax Exempt: 85-8015966531C-1 OR email to: bccapclerk@collierclerk.com Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: FACILITIES MANAGEMENT 3335 TAMIAMI TRL E, STE 101 NAPLES FL 34112-5356 Purchase Order number must appear on all related correspondence, shipping papers and invoices: Purchase order PO Numb r 4500157510 nate 03/02/2015 ContaUPemn Facilities Maint Delivery Dale: 09/30/2015 Terms of Payment Net 30 Days /tern Material Description Order Qty Unit Price Per Unit Net Value 00010 HVAC Improv. Building H136,977 EA 1.00 136,977.00 — Item partially delivered — Total net value excl. tax USD 136,977.00 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: httpl/purchasing.colliergov.net/Purchasing%20Policy/Forms/Allitems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Tri E Ste 700 Naples FL 34112-5749 OR email to: bccapclerk@colliercterk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: r��-` �y-•--•�Z Edward F. Coyman Jr, Director, Procurement Services Division Pmte N1192018 @ 15:33:8 301-120435-634999-52162.1 Page 1 011 JOHNSON CONTROLS, INC. 23 09 00 INSTRUMENTATION AND CONTROLS FOR HVAC DIRECT DIGITAL CONTROL SYSTEM FOR HVAC SYSTEM SCOPE OF WORK 1......................HVAC Improvements • REPLACE ONE EXISTING OUTSIDE UNIT #2 ON THE ROOF. • REVISE EXISTING DUCT WORK ON THE ROOF TO REFLECT THE CHANGES • ADD THREE (3) NEW FLOW STATIONS AND VALVES TO MONITOR AND MANAGE AIR FLOW TO THE ASSOCIATED UNITS #1,#2 & #6 • RECALIBRATE THE CONTROLS FOR THESE UNITS • ADD ONE (1) NEW NAE TO PICK ALL THESE CHANGES AND IMPLEMENT ENERGY SAVINGS AS REQUESTED • ADDITION OF ONE (1) IN-LINE BOOSTER PUMP TO CHILL WATER LINE FROM BUILDING K TO INCREASE CHILL WATER SUPPLY PRESSURE • SUPPLY DESIGN DOCUMENTS AND DRAWINGS FOR A FINAL CONSTRUCTION EQUIPMENT SUMMARY QTY EQUIPMENT TAGS 1 OUTSIDE AIR HANDLING UNITS AHU-2 PRICING FOR A TURN KEY PROJECT ......... $136,977.00 This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. Signature NAME: P.O. #: DATE: This proposal is valid until 5/15/2015 Johnson Controls, Inc. Signature NAME: SHAWN SIMPSON TITLE: SENIOR ACCOUNT EXECUTIVE Collier County Board of County Commissioners Procurement Services Division Collier County Board of County Commissioners Phone: 239-252-84 Accounts Payable Fax: 239-732-0844 44 +'� 3299 Tamiami Tri E Ste 700 Tax Exempt: 85-8015966531C-1 Naples FL 34112-5749 OR email to: bccapclerk@collierclerk.com Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: SOLID WASTE MANAGEMENT DEPARTMENT attn: Richard Darroux 9950 GOODLETTE-FRANK ROAD, STE 302 NAPLES FL 34109 vurcnase Order number must appear on all related correspondence, shipping papers and invoices: E e order 500159520 nafa06/23/2015 Logistics Delivery Dale: Terms of Payment Net 30 Days Item Material Description Order Qty Unit Price Per Unit Net Va/ue 00010 SCWRF Security Gate 35,297.15 EA 1.00 35,297.15 South Wastewater Plant Gate repairs Total quantity spread over the following delivery dates: "' Item partially delivered — Quantity Unit 246.93each MOD-SCWRF Delivery Date Day 09/30/2015 Gale Mods Myo Please add a line to PO 4500159520 in the amount of $8,797.00 for additional South Wastewater Plant Gale repairs. Original PO amount: $35,297.15 New PO amount: $44,094.15 "` Item completely delivered "• Total net value axe]. tax USD VENDOR Terms and Conditions 8,797 44,094.15 The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: htlp://purchasing.colliergov.netfPurchasing%20POlicy/Forms/AJIltems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 7 Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Tri E Ste 700 Naples FL 34112-5749 OR email to: bccapderk@collierderk.com Purchase Order is authorized under direction of Collier County Board of County Commissioners by: Edward F Coyman Jr Director, Procurement Services Division Pmle 04/202018 @ 07:17 48 414-263614-263100-72505.3 Page 1 of 1 Johnson * Controls Johnson Controls, Inc. Systems Division 2900 S. Horseshoe Drive Suite 1300 ---Naple�FL-34109 - Tel: 239-455-2930 Fax: 239-455-2985 To: Dayne Adkinson Project: CCG Water Plant Security Gates RE: Additional Camera's and Emergency Phone Date: June 22, 2015 Page 1 of 2 Johnson Controls, Inc. thanks you for the opportunity to submit this proposal. This proposal is inclusive of all the work as requested by the Owner. All work in this proposal in accordance with RFP 10-5373 and quoted as a LUMP SUM Proposal SCOPE OF WORK - SECURITY South Water Plant - Warren Street Emernencv / Information Station ♦ Provide and Install Two (2) Code blue CD -19 Station ♦ Expedited shipping for the Code Blue units CCTV ♦ Install Two (2) Fixed Cameras and all associated hardware ♦ Install Two (2) Pelco Encoders in place of existing DVR's ♦ Run One (1) new CAT 6 to each location cable as requested to control console from electrical room Pricing South Water Plant - ........................... $35,297.15 Clarifications: • Owner is required to supply network communications and or IP addresses as required. • New IP cameras will tied to existing servers • Card Access will remain on Existing Stanchion • No additional programming or changes to existing systems • County to provide Network Hardware • Full access to all sites • All work performed during normal working hours (Important: this proposal incorporates by reference the terms and conditions on the last page of this document) This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. This proposal is valid until 8-15-2015 Johnson Controls, Inc. INITIALS: JOHNSON CONTROLS, INC. Signature NAME: P.O. N: DATE: PAGE 2 OF 2 Signature NAME: SHAWN M SIMPSON TITLE: SENIOR ACCOUNT EXECUTIVE INITIALS: PURCHASE REQUISITION FORM Collier C'onnff- Public Ul/lllies SHIVAID .Solid, and Hotordons 1Vosle Alouogexdnu 3339 East Towimn, Trull, Suile 302 Noples, P134112 Total Amount Requested By Date S 35,297.15 Daync Atkinson 6/1212015 DELIVE,RV ADDRESS: Johnson Controls Inc Other (see below) SHWMD-27191 Line Fund Fund Centcr ProjeclfWBS Vender Contract 1 414 263614 763100 Improvements General 72505.3 110177 Other (see below) 2 0 NN/A Blnlerial Agreement 10-5373 3 0 NN/A 29005 4600002779 4 0 dN/A Charge Linc Descri tion P Quantity Unit Price Unit of Measure Amount 10 South Waste Water Plant- Plant Security Gatc I S35,297.15 LS S 35,297.15 Requested By Date: CO i5 S (Signature) Ilio rd Darrous for Dame Atkinsua; Projeet Mamgcr Solid & Haz zdous 5'astcI&- gemetu Dcpaument Approved (Signature) if�� / Date: .f Irlw — 'I'O'I)S I, nic a ,.IdHA,CRNA Director olid & Harzr us Waste Managensnl Npanmem S 35,297.15 Johnson J�jc� Controls ORIGINAL INVOICE Building Efficiency Federal ID 390300010 Invoice #: 00038681974 Invoice Date: 12/5/2015 PO #/WO#: 4500159520 Service Order: 5N000127 Customer: 1133918 Order Type: Service Order Bill To: Board of County Commissioners Attn: Finance Department PO Box 413016 Naples, FL 34101 Work Site: CCG PU SCWRTF Security Invoice Comments: Change order to add License Plate Camera, wireless access and gate release by phone. Total Quote Price $ 33,578.19 Taxes $ Total Amount Due I USD $33,578,19 Payment Due Upon Receipt of Invoice Terms: If any Invoke Is not paid In full within 30 days, the Customer hereby agrees to pay Interest at a rate of 1.50/a per month (18% annually) upon the unpaid portion of the Invoke. If action or suit is brought by Johnson Controls, Inc. to collect any amount due or ovdng under this big, Customer agrees to pay all costs of collection including attomeys fees. Disposable, Environmental a. Usage (DEU) fee listed on this may Include charges for one or more of the following miscellaneous: electrical, pneumatic, welding supplies, hardware materials, cleaning supplies, or refrigerant reclaim disposal. A lump sum charge was applied rather than Itemizing usage. We hereby certify that these goods are produced in compliance with all applicable requirements of sections b, 7 and 12 of the Fair Labor Standards Act of 1938, us amended, and of regulations and orders of the Administrator of the Wage and Hour DIvskn Issued under section 14 thereof. Please reference our Invoice Number and amount with your payment and send ONLY to the address on this Invoice. Payment Terms: Invoice due upon Receipt Remit Payment To: Direct Billing Inquiries: 866-866-0886 JOHNSON CONTROLS po Box go524D CHARLOTTE, NC 28290-5240 To Remit Via Credit Card: To Remit Via ACH Wire Transfers: Call the phone number listed above. IP MORGAN CHASE ONE CHASE MANHATTAN PLAZA NEW YORK, ' 10005 INVOICE #: 00038681974 �� C1EDIfTO: JOHNSON CONTROLS INC. ABA#071.000013 DEPOSITOR ACCr#55-14347 TYPE OF ACCOUNT: CHECKING AMOUNT DUE: $33,578.19 Johnson i Collier County Itemized Detail Summary Controls This is a Not To Exee2d Proposal (Pricing based on Energy Management RFP #10-5373) Invoice Date: 12/5/2015 I Total - PROJECT # SN000127 Invoice #1 00038681974 t 1PO#'- 4500159520 Work Site: JCCG PU MVRTF Security - 33 57849 I Requested By: Hemantha Ranatunge Description of Scapa of Work: Change order to add License Plate Camera, vdreless access and gate release by phone. Construction Personnel Regular Hrs Overtime Hire Regular Rate Overtime Rate Total Lead System Spedallst Project Manager Site Supervisor System Design System Engineer S stem Technician - - 102.00 153.00 - ' `129.00 - '- 193.50 .90.00 - - - 135.00 - - - 90.00 -135.00 - - 102.00 153.00 - - 65.00- ' --47.50 "- - HVAC Service Personnel Regular Hrs Overtime Hm Regular Rate Overtime Rate < ' Total Chiller Mechanic Project Manager 5erv1ce/HVAC Technidan Service Controls Technician --100.00 ``i50.00 129.00 - - 193,50 86.00 - 129.00 115.00 "172.50 - Fire & Security Services Re ular firs Overtime Hrs Regular Rate- -'Overtime Rate - -Total Fire Inspector Project Manager System Technician System Engineer Service Representative $ 65.00 S 97.50 - 16 129.00 - `-193.50 -.- 2,064.00 - 102.00 - 153.00 - - - 16 `- .102.00. 153.00 1632.00 80 - 102.00 - -:153.00 -. 8,160.00 Outside Vendor Materials:. -Sub-Total . --11856.00 Part #/Descri tion Qty Unitcost Multiplier Unit Price '' Ext Price -- PELCO -4310532015 1 $901.32 ` 1.25 1126.65 1,126.65 126.65ANDCTER-115003867 ANXTER-11SO03867 1 246.12 - - 1.25 307.65 - 307.65 GMY13AR ELEC-982135285 1 92.63 1.25 -. 115.79 115.79 ADI-P67D)201 1 235.98 -- 1.25 - .294.98 - 294.98 ADI-P67D)202 1 523,98 1.25 - 654.98 $ 654.98 CODE BLUE -INE -106777 1 5187.00 - 1.25 - 6483.75 6483.75 CODE BLUE INE -Freight $ 467.00 'JCI Parts (In -Nouse) - Sub -Total $ 9,450.79 - Part #/Desai tion QtY List Multiplier 'Unit Price-'- --Ext Price " 0.50 $ _ - 0.50 $ $ - :.`0.50 $ $ - - --^ 0.50 $ -. $.. ._0.50 $ - - - Freight SubcontractedServices-_ Sub -Total (Indutles communications Systems and other services provided through subwntractors $ - -- --- " Description Qty I cost Multiplier Unit Price Ext Price NEW IQ LLC 1 $ 8,500.00 1.10 $ - 9,350.00 $.' 9,350.00 1.10 $ $ 1.10 $ Other Charges Description Clerical Material Handling Mllea a QtV i 161 1 69til Rate 155.00 I55.00 $ 1.00 Ext Price 880.00 Sub -Total 9,350.00 I Sub -Total 1 $ 1,578.00 1 - Sub -Total -- - I- -Profit 10a/o I Total - - -- CCG Permit Fees hue " 32 234.79 1343.40 33 578.19 - 33 57849 2 -Energy Mgmt Billing Template CCG PU SCWRTF -Security-00038681974.xisx 4/24/2017 Collier County Board of County Commissioners Collier County Board of County Commissioners Procurement Services Division Attn: Accounts Payable Phone: 239-252-8407<W 3 3299 Tamiami Td E Ste 700 Fax: 239-732-0844 ?,,. Naples FL 34112-5749 Tax Exempt: 85-8015966531C-1 OR email to: bccapclerk@collierclerk.com Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: FACILITIES MANAGEMENT 3335 TAMIAMI TRL E, STE 101 NAPLES FL 34112-5356 Purchase Order number must appear on all related correspondence, shipping papers and invoices: Purchase order PO Number 4500159622 oate06/29/2015 C ted Person Facilities Maint Terms of Payment Net 30 Days Delivery Date: Item Material Description Order Qty Unit Price Per Unit Net Value 00010 3 Wireless receivers Immokalee Lib "' Item completely delivered "' 5,461.45 EA 1.00 Total net value excl. tax USD 5,461.45 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://purchasing.mlliergov.neUPufchasing%20Policy/Forms/Allltems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Td E Ste 700 Naples FL 34112-5749 OR email to: bccapderk@collierclerk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: -(- ? r=�.---, �/. Edward F. Coyman Jr, Director, Procurement Services Division Printed N119M18 @ 15:31:14 301-120435EM4 52162.1 Page 10 1 Johnson 0 Controls 5, i l '* A ?'99 //a/17 Johnson controls, Inc. systems Division - _ Date:06-19-2015 2430 Vanderbilt Beach Road - S9Ile 108 / 9343 Naples, FL 34109 Tel: 239-455-2930 Fax: 239-455-2985 - To: Josh Hammond Project: CCG Immokalee Library RE: 417 N 1st Street, Immokalee Johnson Controls, Inc. thanks you for the opportunity to submit this proposal. This proposal is inclusive of all the work as requested by the Owner. All work in this proposal in accordance with RFP 10-5373 SCOPE OF WORK Johnson Controls, Inc. will install the following (3) three wireless receivers and a S321 controller at the Immokalee Street Library. We will provide 3 wireless transmitters for the library employees and 3 wireless receivers that will tied back to the S321 controller. The S321 will be tied back to the existing Collier County P2000 system on the existing network. Network • (1) S321 Network Controller Panic Hardware • (3) Wireless Transmitter • (3) Wireless Receivers Clarifications: I (455 t;r • Owner will supply network communications and or IP addresses as required. • No additional programming or changes to existing systems • No interlock to existing Fire Alarm systems • Full access to all sites • All work performed during normal working hours Cost Summary: We propose to furnish the materials and/or perform the work above for the net price of: $7,658.45. INITIALS: Johnson J)��� Controls voice Date: Collier County Itemized Detail Summary Lia for quofes and invoice delail sidmii Sinn (Pacing based on Energy Maragement RFP #10-53]3) of Lead System Specialist Project Manager Site Supervisor System Design System Engineer System Technician HVAC Service Personnel Qty Description QtyCost Multiplier Unit Price $-; 102.00 $ > 153.00 $ $_ Part #/Description Qty $ - - 129.00- $ - 393.50 $ :- --- $-.' 90.0 $ - - 135.00 $ $ ::- 90.00'.1 $ -, 13500 $ -::- - $' 102.00 1153.00 $ $ -- -65.00-. 5 -' 97.50 $.. - Regular Hrs Overtime Hrs Regular Rate I Overtime Rate Total Chiller Mechanic Project Manager Service/HVAC Technician Service/Controls Technician Fire & Security Services 5321 -IP 1 $ $-.- 100.00. $ -15000 $ ---_ SEC-ENC1616WD 1 $ $ 129.00- $ ..,193.50 $ .- $- 86.00 $ ". 129.00 $--"- -- $ 115.00- $ ' - - 17250 $ - Regular Hrs Overtime Hrs Regular Rate Overtime Rate Total Fire Inspector Project Manager System Technician System Engineer Service Representative 228.98 $: 65.00 $ - 97.50 $ .. $ -91.54: 4 -$-- 129,00, $ - >. 193.50 $ _-. S16.00 8 -$" 102.00.. $ -= 153.00 $ ` 816.00-< 4 $ .102.00 $ -' 15300 $-- 408.00, $ - - 102.00: $ - 153.00 T77777777 Outside Vendor Materials: r-. -$ Sub -Total $ 1,740.00 Part#/Description Qty - _ - Unit Cost Multiplier Unit Price Ext Price 1-BTTN 1 -CH PENDANT X-MTTR 3 $ 36.99 1.25 $ =46.24: $ -,138.71 4 -CH RECEIVER 32-ZN DX FORMAT 3 $ 51.99 - 1.25 $ 69.99 $ 194.96r Z -WAVE APPLIANCE PLG 120VAC/5A 3 $ 28.50 - 125 $ -' .35.63. _$ 106188 $ - -- 1.25 $ -_ ,. $ . $ - - _ 1.25 $ -',. -_ $ - $- - 1.25 $ - $ - Freights Sub -Total ; 440.55 JCI Parts (in -House) Qty Description QtyCost Multiplier Unit Price Ext Price Nev, IQ 1 $ 3,000.00 1.10 $-.' 3, 300.00 .$ 3;300.00 1.10 -$" - $_ Part #/Description Qty List Multiplier 24ul $ Unit Price -$. Ext Price 5321 -IP 1 $ 2,082.41 - 050 $--- 1,04L21 SEC-ENC1616WD 1 $ 457.96 0.50 $. , 228.98.'$ 228.98 5300 -BAT 2 $ 91.54 0.50 -$' 45.77-. $ -91.54: 0.50 $ r-. -$ 0.50 - _ - -- - Freight , Sub -Total $ 1,361.73 Subcontracted Services (Includes communications Systems and other services provided through subcontractors) Qty Description QtyCost Multiplier Unit Price Ext Price Nev, IQ 1 $ 3,000.00 1.10 $-.' 3, 300.00 .$ 3;300.00 1.10 -$" - $_ '$7.. - 2. Sub -Total 1 $ 3,300.00 Other Charges Description Qty Rate 1 Ext Pn.cc Clerical Material Handling Mileaae 4 Total Amount Due '$7.. - 2. $ _ - - 55.00 $ - 24ul $ •2 -$. `7,658.45 Sub -Total 1 $ 46 CCG immokalee Library Excell Worksheet 6/25/2015 1 Sub -Total I Profit 10% 1 Total I CCG Permit Fees Total Amount Due $..: 7,302.28 1 $ : 356.17 1 $- 7,658.451: -$. `7,658.45 CCG immokalee Library Excell Worksheet 6/25/2015 1 Collier County Board of County Commissioners Procurement Services Division Phone: 239-252-8407 Fax: 239-732-0844 Tax Exempt: 85-801596653IC-1 Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: SOLID WASTE MANAGEMENT DEPARTMENT attn: Angel Rodriguez 9950 GOODLETTE-FRANK ROAD, STE 302 NAPLES FL 34109 Collier County Board of County Commissioners Accounts Payable 329 3299 Tamiami Tri E Ste 700 ' Naples FL 34112-5749 OR email to: bccapcierk@collierclerk.com Purchase Order number must appear on all related correspondence, shipping papers and Invoices: Purchase order PO Number 4500162491 ate 10/07/2015 Comaa Person PU Logistics Delivery Date: 09/30/2016 Terms of Payment Net 30 Days /tem Material Description OrderQty Unit Price Per Unit Net Value 00010 RWBS two 6 -ton Split System Replacements 26,529.87 EA 1.00 26,529.87 RWBS Wellfield Building- 1231 7th Street SW- Install two (2) 6 -ton Split System Replacements with New Metasys Controls "` Item partially delivered •" Total net value axe]. tax USD 26,529.87 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: httpJ/purchasing.wlliergov.neVPurGhasing%20Policy/Forms/Allltems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all Invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Td E Ste 700 Naples FL 34112-5749 OR email to: bocapcIerk@collierclerk.com Purchase Order is authorized under direction of Collier County Board of County Commissioners by: 06. 71 Edward F. Coyman Jr, Director, Procurement Services Division P tw 0WOM18 @ 07:15:08 412-273512$52997-70114.1 Page 1 of 1 PURCHASE REQUISITION FORM Collier County- Public U11Nlles SHI F411D Solid and hazardous waste M1funagetnent 3339 East Tandy ni Trail, Suite 302 Naples, F134112 Total Amount Requested By Date S 26,529.87 Dayne Atkinson 9/25/1015 DELIVERY ADDRESS: Johnson Controls Inc. Other (see below) _ SHWMD - 27191 Line Fund Fund Center Material Vender Contract I 412 273512 dp sZ19 HYAL eoNTM-TORS 29005 110177 SAP Contract (see below) Project/WBS 10-5373 '701111, 1 Agreement 4600002779 ,,narge Line Description Quantity Unit Price Unit of Measure Amount 10 RWBS Well Field Bldg -1231 7th St SW — Install Two (2) 6 Ton Split System Replacements with New Metasys Controls I S 26,529.87 LS S 26,529.87 Requested 1; , Date: (Signanu'e) gyne Atkinson. Project \tanager Sul.' S Ilamrdous \'axle Management Department Approved 13y �\ Date: i TOTAL (Signature) . t odriguez, MRA. CFM Uirtctor Solid Iazardous Waste Management Department S 26,529.87 M Johnson Controls Building Efficiency Group 2335 Tamiami Tri N Naples, FL 34103 Phone(239)455-2930 -ToCollier County Government/PUD Attn: Dayne Atkinson Date: September 28,-2015 Project: RWBS Well Field Bldg -1231 7"' St SW — Install Two (2) 6 Ton Split System Replacements with New Metasys Controls Installation CCG RFP #10-5373 Scone as follows: • Furnish and install two (2) 6 Ton split system AC systems. • Demo existing 2-7.5 ton and 1 — 5 ton AC equipment. • Replace 2 existing refrigerant lines sets with new piping and insolation (required for new 410A refrigerant) • Provide SA ductwork and grille to area served by 5 ton(removed) system • Replace existing condensate drain. • Provide electrical work as required. • Condensing Unit tie -downs per code. Existing slab needs to be extended, condenser is too close to building. • All crane and rigging as required. • Any concrete work as required. • Start up and operate. • All work to be performed during regular hours. • New Metasys system with labor and material to allow for tie-in to allow for remote monitoring. Programming included. Note: System installation will be staged in order to maintain cooling during the installation to maintain one 7.5 ton system will be operating during the project retrofit. Total Lump Sum price for the above scope.....................................$26,529.87 This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. This proposal is valid until 60 days from above date SIGNATURE NAME: P.O. #: DATE: 61Eel .G17>fM NAME: RICHARD LANDREGAN TITLE: EQUIPMENT SALES Johnson O < r Collier County Itemized Detail Summary ControlsTHIS IS A LUMP SUM PROPOSAL (Pricing based on Energy Management RFP #10-5373) of Work: with new Metasys Lead System Specialist Project Manager She Supervisor System Design System Engineer $ 102.00 1 $ 1b3.0U $ 129.00 $ 193.50 $ 90.00 $ 135.00 $ 90.00 $ 135.00 $ 102.00 1 $ 153.00 Chiller Mechanic Project Manager Service/HVAC Technician G+rvtrc rfnnrrnic Tnrhnirian $ 100.00 $ 150.00 $ $ 129.00 $ 193.50 _ Is 80 $ 86.00 $ 129.00 1 $ 6,880.00 32 S IIS.00 I $ 172.50 1 $ 3.660.00 Fire Inspector Project Manager System Technician System Engineer Qty I Profit 10% $ 129.00 $ 102.00 $ 102.00 Outside Vendor Materials: Part#/Description Qty I Profit 10% Unit Cost Total Multiplier I Unit Price Permit Fees EM Price r 6 ton AC Systems $ 2 $ 3,509.00 1 $ 1.25 $ 4,386.25 $ 8,772.50 Aeftkierant line Set &insulation 26,529.87 2 $ 200.00 1.25 $ 250.00 $ - 500.00 return air arilles 2 $ 200.00 1.25 $ 250.00 $ 500.00 mist material 1 $ 150.00 1.25 $ 187.50 $ 167.50 SA Ductwork for 5 Ton system 1 $ 500.00 1.25 $ 625.00 $ 625.00 Metasys Parts 1 $ 2,225.00 1 1.25 2,781.25 $ 2 781.25 Freight $ 50.00 3CI Parts (In -House) Sub -Total $ 13,416.25 Part #/Description Qty List Multiplier Unit Price Ext Price 0.50 $ - $ - 0.50 $ - $ 0.50 $ - S Freight $ Sub -Total SubcontraCted Services (Includes communications Systems and other services provided through subcontractors) $ - Description Qty Cost Multiplier Unit Price Ext Price 1.10 $ $ 1.10 $ - $ 1.10 $ $ Other Charges Description Clerical Material Handling Mile a Qty 1 31 3 160 Rate 55.00 $ 55.00 $ 1.00 $ $ IS Ext Price 165.00 165.00 160.00 Sub -Total ; - I Sub -Total I S 490.00 1 CCG -PUD Well Field 7th St SW 9-28-15 cost sheetdocx 9/28/2015 Sub -Total I Profit 10% 1 Total I CCG Permit Fees Total Amount Due $ 24 66.25 1 $ 1,194.82 1 $ 25 661.07 1 $ ; 26,529.87 CCG -PUD Well Field 7th St SW 9-28-15 cost sheetdocx 9/28/2015 Johnson Controls ORIGINAL INVOICE Direct Inquires To: Johnson Controls, Inc 3802 Sugar Palm Dr a. ravaw cvnaors Tampa, FL 33619 Federal I Dd: 39-0380010 Atha Accounts Payable 8111 To: Collier County Board of County Commissioners 3299 Tamiami TO E Ste 700 NAPLES, FL 34112 $I WAC FL3411700 10107115 Joanne Markiewia Phone: 813-623.1188 Fax: Mail Check To: Johnson Controls PO Box 730068 Dallas. TX 75373 000 Original Contract Amount: 526.530 The Project Manager named above submits this application Approved Change Orders: s0 with knowledge. information, and belief that the work covered New Contract Amount: $26,530 by this application for payment has been completed in accordance Application Place with the Contract Documents, that 08 amounts have been paid by the Work Completed To Date: $26.530 Contractor for Work for which previous applications for payment were Less Retention: s0 issued and for which payments were received from the Owner Total Less Retention: $26.530 and that current payment shown herein Is now due. Less Invoiced To Dale: s0 s0 Total Amount Drue This Invoice: $25,530 100% Work Scheduled Previous Work In Stored Total Complete Balance Item Description Value Application Place Material and Stored Percent To Finish Retention A B C 0 E F G (D+EaF) H (G/C) I (CG) J 1 Job Progress $26,530 s0 $26.530 s0 $26,530 100% s0 s0 Totals $26.530 s0 $26,530 s0 $26,530 100% s0 s0 Please reference our invoice number and amount with your payment. Send only to the address on this invoice. Page 1 of 1 Collier CoWity Board of County Commissioners Procurement Services Division Phone: 239-252-8407 Fax: 239-732-0844 Tax Exempt: 85-8015966531C-1 Vendor# 115417 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Collier County Board of County Commissioners Accounts Payable 329 3299 Tamiami Trl E Ste 700 ' Naples FL 34112-5749 OR email to: bocapclerk@cellierclerk.com Purchase Order number must appear on all related correspondence, shipping papers and invoices: Purchase order PO Number 4500164097 oaie 11/12/2015 Gomori Person Facilities Maint Please deliver to: FACILITIES MANAGEMENT Delivery Dale: 06/09/2015 3335 TAMIAMI TRL E, STE 101 NAPLES FL 34112-5356 Terms of Payment Net 30 Days /tem Material Description Order Qty Unit Price Per Unit Net Value 00010 Prev Maint Insp & OnCall Mach Contractor 138,132.03 EA 1.00 138,132.03 "' Item partially delivered "' Total net value excl. tax USD 138,132.03 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://purchasing.miliergov.net/Purchasing%20POficy/Forms/A IItems.espx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all Invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Td E Ste 700 Naples FL 34112-5749 OR email to: bocapclerk@collierclerk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: � Edward F. Coyman Jr Director, Procurement Services Division Primes 04192018 @ 15:25:59 301-120431634999.59130.1 Page 1 of 1 Johnson If Controls Proposal TO: BOARD OF COUNTY COMMISSIONERS ATTN FINANCE DEPARTMENT 3299 TAMIAMI TRL E STE 700 NAPLES, FL 34112 ATTN: Mr. Dennis Linguidi Service© JOHNSON CONTROLS TAMPA FL CB - ONOC 3802 SUGAR PALM DR TAMPA FL 33619-1312 PH: (866) 866 0886 FAX: (813) 635 2276 Date: 11/09/2015 Quote Ref: wo:z201521425- HVAC Repair/Replacement Project Name: DAS Ventilation Repairs Site: Domestic Animal Services 7610 DAVIS BLVD NAPLES, FL 34119 We propose to furnish the materials and/or perform the work below for the net price of: One hundred thirty-eight thousand one hundred thirty-two dollars and three cents. $138,132.03 Pricing and Terms & Conditions are as set forth in the Preventative Maintenance Inspection Services & On -Call Mechanical Contractor Services RFP #15-6432) For the above price this proposal Includes: Dag Kennel Bld#3 • Replace existing supply fan duct heaters, Qty -4. Replacements shall be "Like for Like". • Replace supply fan and roof curb, Qty -2. Replacements shall be as manufactured by Greenheck to match existing and include Permatecor coating. The new roof curb will be re- flashed to the roofing and include a 24 gauge sheet metal cricket. • Replace corroded or rusted vertical supply fan duct work. • Replace EF -5 motor. • Reconnect control transformer on supply and exhaust fan motor starters. Dog Kennel Bld#4 • Replace existing supply fan duct heaters, Qty -3. Replacements shall be "Like for Like". • Replace supply fan and roof curb, Qty -2. Replacements shall be as manufactured by Greenheck to match existing and include Permatecor coating. The new roof curb will be re -flashed to the roofing and include a 24 gauge sheet metal cricket. • Replace corroded or rusted vertical supply fan duct work. • Reconnect control transformer on supply and exhaust fan motor starters. Dog Kennel Bfd#5 • Replace existing supply fan duct heaters, Qty -4. Replacements shall be "Like for Like". Page II Johnson SO Controls Service© • Replace supply fan and roof curb, Qty -2. Replacements shall be as manufactured by Greenheck to match existing and include Permatecor coating. The roof curb will be re -flashed to the roofing and include a 24 gauge sheet metal cricket. • Replace corroded or rusted vertical supply fan duct work. • Reconnect control transformer on supply and exhaust fan motor starters. Cat Area • Replace existing supply fan duct heaters for SF7. Replacement shall be "Like for Like".. • Replace supply fan and roof curb for SF -7. Replacement shall be as manufactured by Greenheck to match existing and include Permatecor coating. The roof curb will be re -flashed to the roofing and include a 24 gauge sheet metal cricket • Repair damaged duct connections on SF -7 • Reconnect control transformer on supply and exhaust fan starters. Sally Port • Replace supply fan and roof curb for SF -9. Replacement shall be as manufactured by Greenheck to match existing and include Permatecor coating. The roof curb will be re -flashed to the roofing and include a 24 gauge sheet metal cricket. • Replace exhaust fan and roof curb for EF -13 & 14. Replacements shall be as manufactured by Greenheck to match existing and include Permatecor coating. The roof curb will be re -flashed to the roofing and include a 24 gauge sheet metal cricket. • Reconnect control transformer on supply and exhaust fan starters. Clarifications: 1. Proposal includes the use of lifts and cranes. 2. Existing flue pipes may be in close proximity to supply inlets and require correction. This work is not included. 3. Supply and exhaust fans will continue to be controlled by existing operator push buttons. 4. Project Management for both the Controls Installation and HVAC Repair/Replacement Project are provided by a separate proposal, given the 15-6432 Agreement does not have a Controls or Project Management Labor Category. 5. Minimum Production Time on Fans Eight (8) Weeks. 6. Use of Contingency Fund shall require approval of the Collier County Project Manager, in advance. Page 12 Johnson 00 Controls Service0 This proposal DOES NOT include: 1. Labor or material not specifically described above is excluded from this proposal. 2. Unless otherwise stated, any and all overtime labor is excluded from this proposal. 3. Applicable taxes or special freight charges are excluded from this proposal. 4. Roofing repairs not directly associated to replacement of supply or exhaust fan curbs. 5. Repairs of corrections to wiring, electrical equipment or the electrical system. 6. Correction to existing code violations. 7. Engineering or Stamped Drawings. 8. Inspection and evaluation labor. 9.Fire alarm of any kind. 10. Controls 11. Project Management This proposal is hereby accepted and Johnson Controls is authorized to proceed with the work, subject to credit approval by Johnson Controls, Inc. Milwaukee, WI, Signature: Name: Title: Date: PO: This proposal is valid through: 12/02/2015 Signature: Title: Date: UE9Cl1 11: 11 W ]c W Wer.: DAS VentWtlon Repairs, Refereure ]C[ Proposal 1w0#201521925- HVAC RepaV/Repiacement , as dated 11-092015 Johnson Controls Page 13 Johnson 001 Collier County Itemized Detail Summary Controls (Rag nFP #15-6432) Outside Vanclor Ma &Wai I Mmughsubcon4ad) I Total Desai on i Multiplier Unit Prke Part f/Desuipum ow Crowthr Roofing unit cost Muttfpller Unit Prke Ext Price Dud Heater 3630 2,750.00 t 1,28100 1.15 S _ I t.477.75 t� 2,1155,50 Duct Heater 5720 11 S 1,231.00 1.15 $ 1,415.65 $ 15,572.15 Supply Fan RSFP-200-30 jj2l 6 $ 7,160.00 1.15 $ 8 234.00 $ 49,404.00 Supply Fan RSFP-120-7 2 $ 2,700.00 1.15 $ . 3,105.00 $ 6,210.00 Exhaust Fan RBE -2L.24-7 2 $ 2,580.001.15 $ 2,967.60 $ -5,934.00 787.00 1.15 905.05 .0 Frei ht: Sub -Total ; 91p34.20 Subwntracted Semim l(i.ciodescommunh umssyAmsaMtlwieaittaproMe Mmughsubcon4ad) I Total Desai on i Multiplier Unit Prke Ex! Prke Crowthr Roofing 1 13,00000 1 1.10 4-14,30M6 ELdrkal Power for Fans %�35,302.03; 2,750.00 2,970.00 Fence repair aAowance and landscaping 3 1$ 1,000.001 1410 1 tGO.00 11 3,300.00 6Zaotal $ 27,627.63 I Sub•Total I DO NOT USE I Total I CCG Parvalt Fees I Total AMOUnt Due R' %�35,302.03; 2,750.00 - iiVbb.132:W PM DAS 11-09-15.x1sx 11/912015, Collier County Itemized Detail Summary Use for quotes and invoice detail submission (Pricing based on Energy Management RFP #10-5373) PM DAS 11-09-15 .)ds 11/9/2015 Collier County Board of County Commissioners Collier County Board of County Commissioners Procurement Services Division Attn: Accounts Payable Phone: 239-252-8407,`= Fax: 239-732-0844j�3 1 3299 Tamiami Tri E Ste 700 Naples FL 34112-5749 Tax Exempt: 85-8015966531C-1 OR email to: bccapclerk@collierclerk.com Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: FACILITIES MANAGEMENT 3335 TAMIAMI TRL E, STE 101 NAPLES FL 34112-5356 Purchase Order number must appear on all related correspondence, shipping papers and invoices: Purchase order Po Wo ' 4500165783 Da1a01/28/2016 Donfad Person County Capital Pro Delivery Date: 10/22/2015 Terms of Payment Net 30 Days Item Material Description Order Qty Unit Price Per Unit Net Value 00010 DAS Kennels Smoke Detecors 8,521.65 EA 1.00 8,521.65 Total net value excl. tax USD 8,521.65 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://purchasing.wlliergov.neUPurchasing%20Policy/Forms/Allitems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Alin: Accounts Payable 3299 Tamiami Tri E Ste 700 Naples FL 34112-5749 OR email to: bcoapcierk@cellierclerk.com Purchase Order is authorized under direction of Collier County Board of County Commissioners by: Edward F. Coyman Jr, Director, Procurement Services Division Pmt04/19/2018 @ 15:2105 301-120435634999-50130.1 Page i o11 Johnson * Controls Proposal TO: BOARD OF COUNTY COMMISSIONERS ATTN FINANCE DEPARTMENT 3299 TAMIAMI TRL E STE 700 NAPLES, FL 34112 ATTN: Claude Nesbitt e00931(31� Service Tampa FL Common Branch - ONOC 3802 SUGAR PALM DR TAMPA FL 33619-1312 PH: (866) 866 0886 FAX: (813) 635 2276 Date: 1/26/2016 Quote Ref: Project Name: DSA Smoke Detectors Site: Domestic Animal Services 7610 Davis Blvd. Naples, Fl, 34119 We propose to furnish the materials and/or perform the work below for the net price of: $8521.65 For the above price this proposal includes: Install new smoke detector on 7ea supply fans per permit requirements. This is lump sum quote. 1. Provide parts, material and labor to install new smoke detectors In 7 supply fans. 2. Tie into motor starters for fan shutdown. 3. Test operation. This proposal DOES NOT include: 1. Labor or material not specifically described above is excluded from this proposal. 2. Unless otherwise stated, any and all overtime labor is excluded from this proposal. 3. Applicable taxes or special freight charges are excluded from this proposal. Important: This proposal incorporates by reference the Terms and Conditions attached This proposal is hereby accepted and Johnson Controls is authorized to proceed with the work, subject to credit approval by Johnson Controls, Inc. Milwaukee, WI. Domestic Animal Services Signature: Name: Title: Date: PO: This proposal is valid through: 1/26/2016 Signature: Title: Dale: Johnson Controls (IMPORTANT): This proposallmorporates by reference the terms and conditions which are attached to this document. All work is to be performed Monday through Friday during normal JCI business hours unless otherwise noted. Thls proposal, orany accepted alternates, "hereby accepted and Johnson Controls is authorized to proceed with the work; subject, however, to credit approval by Johnson Controls, Inc., Milivaukee, Wisconsin Page 11 Johnson S O Collier County Itemized Detail Summary ro Contts� THIS IS A LUMP SUM PROPOSAL Pricing and Terms 8 Conditions are as set forth in Energy Management RFP #10-5373 Dectors, as dated Lead System Spe Project Manager Site Supervisor System Design System Engineer Chiller Mechanic Project Manager Service/HVAC Technician Fire Inspector Project Manager System Technician System Engineer ju Parts tin. Part �nmRe veteaor uvrw 7 § 169 54 ''0.50 $ `=_:84'77 §. `S°: 593.39 3R Sampling Tube D5T3 7 $ 11.98 - -0 60 $, ;'.5.99 $ ' 41,93_ Key SyrRCh ATS151KEY 7 S 66.18 I 33 ha' I t azt. Fz vmert arges CCG DAS EM Smoke Detector 1/26/2016 I Contro��� ls �Collier County Itemized Detail Summary THIS IS A LUMP SUM PROPOSAL Pricing and Terms & Conditions are as set forth in Energy Management RFP #10-5373 CCG DAS EM Smoke Detector 1/26/2016 Sub -Total Profit 10 Total CCG Vermlt FeesA Total Amount Due 8,096.9s 424.70- ' 8,52L65 CCG DAS EM Smoke Detector 1/26/2016 Collier County Board of County Commissioners• Procurement Services Division Collier County Board of County Commissioners Phone: 239-252-8407r Attn: Accounts Payable Fax: 239-732-0844 0S 3299 Tamiami Trl E Ste 700 Tax Exempt: 85-8015966531C-1 • .. Naples FL 34112-5749 OR email to: bccapclerk@collierclerk.ccm Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: FACILITIES MANAGEMENT 3335 TAMIAMI TRL E, STE 101 NAPLES FL 34112-5356 rurcnase urger number must appear on all related correspondence, shipping papers and invoices: Purchase order Po number 4500163507 Date 10/23/2015 contact Person Facilities Maint Delivery Dale: 10/22/2015 Terms of Payment Net 30 Days ltem Material Description Order Qty Unit Price Per Unit Net Value 00010 DAB Kennels 69,903.13 EA 1.00 69,903.13 "' Item partially delivered "` Total net value excl. tax USD 69,903.13 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://purchasing.colliergov.neVPurchasing%20POlicy/Forms/A Iltems.aspx, including delivery and payment terms. Further the VENDOR agrees to: Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. Notify department Immediately if order fulfillment cannot occur as specified. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Trl E Ste 700 Naples FL 34112-5749 OR email to: bcoapclerk@collierclerk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: Edward F Coyman Jr, Director, Procurement Services Division Pante 04/19/2018 @ 15:27:52 301-120435634939-50130.1 Page 1 of 1 Johnson 00, Controls Proposal TO: BOARD OF COUNTY COMMISSIONERS ATTN FINANCE DEPARTMENT 3299 TAMIAMI TRL E STE 700 NAPLES, FL 34112 ATTN: Mr. Dennis Linguidi Service© JOHNSON CONTROLS TAMPA FL CB - ONOC 3802 SUGAR PALM DR TAMPA FL 33619-1312 PH: (866) 866 0886 FAX: (813) 635 2276 Date: 11/09/2015 Quote Ref: Project Name: Site: lei ��t i W O #201521425 -Controls DAS Ventilation Repairs / Controls & Project Management Domestic Animal Services 7610 DAVIS BLVD NAPLES, FL 34119 We propose to furnish the materials and/or perform the work below for the net price of: Sixty-nine thousand nine hundred three dollars and thirteen cents. $69,903.13 Pricing and Terms & Conditions are as set forth in Energy Management RFP #10-5373 For the above price this proposal includes: Dog Kennel Bld#3 • Replace existing supply fan duct heater thermostat, Qty -4 • Extend Building Automation System from Administration Building to Dog Kennel. This would include installation of underground communication, 1 -field controller, 1 -space temperature sensor and 4 -current switches for fan motor run status with the required programming and commissioning. • Provide Project Management for HVAC Repair/Replacement and Controls. Dog Kennel Bld#4 • Replace existing supply fan duct heater thermostat, Qty -4 • Extend Building Automation System from Administration Building to Dog Kennel. This would include installation of underground communication, 1 -field controller, 1 -space temperature sensor and 4 -current switches for fan motor run status with the required programming and commissioning. • Provide Project Management for HVAC Repair/Replacement and Controls. Dog Kennel Bld#5 • Replace existing supply fan duct heater thermostat, Qty -4 Pagalt Johnson 001 Controls Service© • Extend Building Automation System from Administration Building to Dog Kennel. This would include installation of underground communication, 1 -field controller, 1 -space temperature sensor and 4 -current switches for fan motor run status with the required programming and commissioning. • Provide Project Management for HVAC Repair/Replacement and Controls. Cat Area • Replace existing supply fan duct heater thermostat, Qty -1. • Extend Building Automation System from Administration Building to Dog Kennel. This would include installation of underground communication, 1 -field controller, 1 -space temperature sensor and 3 -current switches for fan motor run status with the required programming and commissioning. • Provide Project Management for HVAC Repair/Replacement and Controls. Sally Port • Provide Project Management for HVAC Repair/Replacement. Clarifications: 1. Existing flue pipes may be in close proximity to supply inlets and require correction. This work is not included. 2. Supply and exhaust fans will continue to be controlled by existing operator push buttons. 3. Project Management for both the Controls Installation and HVAC Repair/Replacement Project are provided by this proposal, given the 15-6432 Agreement does not have a Project Management Labor Category. 4. Use of Contingency Fund shall require approval of the Collier County Project Manager, in advance. This proposal DOES NOT Include: 1. Labor or material not specifically described above is excluded from this proposal. 2. Unless otherwise stated, any and all overtime labor is excluded from this proposal. 3. Applicable taxes or special freight charges are excluded from this proposal. 4. Roofing repairs not directly associated to replacement of supply or exhaust fan curbs. 5. Repairs of corrections to wiring, electrical equipment or the electrical system. 6. Correction to existing code violations. 7. Engineering or Stamped Drawings. 8. Inspection and evaluation labor. 9. Fire alarm of any kind. This proposal is hereby accepted and Johnson Controls is authorized to proceed with the work, subject to credit approval by Johnson Controls, Inc. Milwaukee, WI. This proposal is valid through: 12/02/2015 Page 12 Johnson 16 Collier County Itemized Detail Summary Controls THIS IS A LUMP SUM PROPOSAL Pricing and Terms & Conditions are as set forth in Energy Management RFP #10-5373 , as Project Manager site Supervisor System Design System Engineer Chiller Mechanic Project Manager Serme/HVAC Technldan Fire Inspector Project Manager System Technldan System Engineer other CCG DAS EM 11-09-15.>lsm 11/9/2015 Johnson 1I.�(l�' Collier County Itemized Detail Summary Controls THIS IS A LUMP SUM PROPOSAL Pricing and Terms & Conditions are as set forth in Energy Management RFP 1110-5373 Collier County Board of County Commissioners Procurement Services Division Collier County Board of County Commissioners Phone: 239-252-8407 (D Attn: Accounts Payable 3299 Tamiami Td E Ste 700 Fax: 239-732-0844 Tax Exempt: 85-8015966531 C-1 Naples FL 34112-5749 OR email to: bccapclerk(a)cellierderk.com Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: SOLID WASTE MANAGEMENT DEPARTMENT attn: Angel Rodriguez 9950 GOODLETTE-FRANK ROAD, STE 302 NAPLES FL 34109 rurcnase Order number must appear on all related correspondence, shipping papers and invoices: Purchase order PO Number 4600164416 wie11/23/2015 Caw Person PU Logistics Terms of Payment Net 30 Days Delivery Date: /tem Material Description Order Qty Unit Price Per Unit Net Value 00010 SCRWTP VFD Room "' Item completely delivered •" 61,639.5 EA 1.00 61,639.50 00020 SCRWfP VFD Room Allemate New 2nd Line 5,872 EA 1.00 5,872.00 Total quantity spread over the follovdng delivery dates: Quantity Unit Delivery Date 5,872each Day 09/3012016 Total net value excl. tax USD 67,511.50 VENDOR Terms and Conditions The VENDOR agrees to comply vdth all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://purchasing.colliergov.netIPurchasing%2OPolicy/Forms/Pilltems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as spedfied. 3. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Trl E Ste 700 Naples FL 34112-5749 OR email to: bccapclerk@mllierclerk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: Edward F Coyman Jr Director, Procurement Services Division Pamea 04r=2018@07:s05 412-273512-63499370110.1.1 Page 1 d 1 PURCHASE REQUISITION FORM Collier County- Public Utilities SHB'AlU Solid and Hazardous Waste Management 3339 Bast Tamiami Trail, Suite 302 Naples, F134112 Total Amount Requested By Date S 67,511.50 Dayne Atkinson 10/29/2015 DELIVERY ADDRESS: Johnson Controls Inc. Other (see below) SHWMD - 27191 Line Fund Fund Center Material Vender Contract 1 412 273512 634999 Other Contractual Services 29005 110177 SAP Contract (see below) Project/1VBS 10-5373 70110.1.1 Agreement 4600002779 Charge Line Description Quantity Unit Price Unit re Measur Amount 10 SCRW�TP VFD Room - Remove AHU,�Cu-7, Replace CU 5R6 and Al IU 6, with new units. New Condensing units to be factory coated. 1 5 61,639.50 LS S G1,639.50 20 SCRWTP VFD Room - Alternate, Install a complete new 2nd refrigerant line set for AHU-5 if the leak/pressure test requires it. 1 S 5,872.00 LS $ 5,872.00 Requested By (Signature) / Date: �QZ �f/S Dayne Atkinson. Project Manager Solid & Ilazardom Wa a Management Department Approved By (Signature) - _ �� ��r+,� Datei/ �guez. TOTAL ale MI3A. CFM Director /Solid & H. - rdous Waste Management Department S 67,511.50 Johnson Controls Building Efficiency Group 2335 Tamiami TO N Naples, FL 34103 Phone (239)455-2930 To: Collier County Government/PUD Attn: Dayne Atkinson Date: October 28, 2015 Project: SCRYYTP - 3857 Utility Or - Three existing (3) 20 Ton Split Systems Remove AHU/CU - 7, Replace CU -5 & 6 and Replace AMU -6 CCG RFP #10-5373 Scone as follows • Reinstall refrigerant lines removed from one circuit for AC system 5. Prior to completing this circuit, line set will be flushed, cleaned and pressure tested for any leaks. Results will be evaluated with CCG Facilities. See Price Add below. • Reinstall line set correctly for dual circuit cooling coil for AHU-5. Run test. • Replace existing 20 Ton CU -5 and put System -5 back in operation. • AC System No. 5 to in 100% operation during retrofit of AC -6 System. • Remove and recover R-22 refrigerant from System 6. • Remove and replace AHU-6 and CU- 6. • Remove existing Trane AHU-6 and replace with a new York AHU-6 rated for 8000 CFM and 20 Ton DX Cooling Coil, that can be disassembled and brought up in the elevator for reassembly in the mech. rm. • New concrete housekeeping pad as required for AHU-6. • Modify Supply and Return Air ductwork to accommodate new AHU-6. • Reinsulate all new refrigerant lines with new jacketing on exterior locations. • Provide electrical work as required. • New condensing unit coils to be factory epoxy coated. • Condensing Unit tie -downs per code. • All crane and rigging as required. • Start up and operate. • All work to be performed during regular hours. • AC System No. 7 to be removed upon completion of AC Systems 5 and 6. • Refrigerant Line sets, condensate drains, Disconnect plus wiring and ductwork for AC System No. 7 to be demoed and removed from site. • Remove and disposal of all demoed equipment and clean up all areas. Note: Building Automation tie-in by others. Total Lump Sum price for the above scope...................................$61,639.50 Add for installing a complete new 2"' refrigerant line set for AHU-5 if the leak/pressure test requires that they need replacing ........................+$5,872.00 This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. SIGNATURE NAME: P.O. #: DATE: This proposal is valid until 60 days from above date SIGNATURE NAME: RICHARD LANDREGAN TITLE: EQUIPMENT SALES Johnson to Collier County Itemized Detail Summary Controls THIS IS A LUMP SUM PROPOSAL (Pricing based on Energy Management RFP #10.5373) 3857 Utility Dr 2-20 Ton AC Systems 5 & 6 Demo AC system Lead System Specialist Project Manager Site Supervisor System Design System Engineer Chiller Mechanic Project Manager Service/HVAC Technician Fire Inspector Project Manager System Technician System Engineer Outside Vendor Materials: Sub -Total Profit 10°/a Total CCG Permit Fees Part#/Description Qty 59 756.00 Unit Cost Multiplier Unit Price Ext Price Misc t $ 460.80 1.25 $ 576.00 $ 576.00 Refi erant Line sets 1 $ 800.00 1.25 $ 1000.00 $ 1000.00 Insulation and jacketing 1 $ 600.00 1.25 $ 750.00 $ 750.00 Refrigerant 300 $ 3.25 1.25 $ 4.06 1,218.75 Flush kit 3 $ 100.00 1.25 $ 125.00 $ 375.00 2-20 ton CU's York 2 S 7,029.00 1 1.25 $ 8,786.25 $ 17 572.50 Freight $ 100.OD Sub -Total $ 30,361.00 3CI Parts (In -House) Part #/Description Qty List Multiplier Unit Price Ext Price 0.50 $ $ - 0.50 $ S 0.50 $ $ Freight Sub -Total $ - CCG -PUD SCRYffP VFD 3857 Utility Dr 10-5373 10 -27 -IS 10/292015 Sub -Total Profit 10°/a Total CCG Permit Fees Total Amount Due 59 756.00 1883.50 61 639.50 ; 61 639.50 CCG -PUD SCRYffP VFD 3857 Utility Dr 10-5373 10 -27 -IS 10/292015 Collier County Itemized Detail Summary Usefor quoles and invoice detail submission (Pricing based on Energy Management RFP #10-5373) Invoice Date: Service Order: Invoice #: PO#: Work Site: G - Comments: Page 2 - List of additional material #VALUE! Outside Vendor Materials: Part #/Description Qty Unit Cost Multiplier Unit Price Ext Price 1-20 Ton York AHU 1 7015 1.25 $ 8,768.75 $ 8,768.75 1.25 $ - $ - 1.25 $ - $ 1.25 $ - $ 1.25 $ - $ 1.25 $ - $ 1.25 $ - $ 1.25 $ - $ 1.25 $ - $ 1.25 $ - $ 1.25 $ - $ 1.25 $ - $ 1.25 $ $ 1.25 $ $ Ruh -Total I < R 749 TR I Subcontracted Services (Includes communications Systems and other services provided through subcontractors) Description Qty Cost Multiplier Unit Price Ext Price crane and rigging 1 $ 1,200.00 1.10 $ 1,320.00 $ 1,320.00 1.10 $ - $ - 1.10 $ $ - 1.10 $ $ 1.10 $ $ 1.10 $ $ 1.10 $ $ 1.10 $ $ 1.10 $ $ Sub-Total $ 1,320.00 Johnson 40 Collier County Itemized Detail Summary Controls THIS IS A LUMP SUM PROPOSAL (Pricing based on Energy Management RFP #10-5373) Invoice Date: Sub -Total I Profit 10% Service Order: Total I CCG Permit Fees Invoice #: 1PO#: 5416.45 Work Site: CCG -PUD SCRWTP 3871 Utility Dr Naples FL 1 $ 5872.00 5,872.00 Description of Scope of Work: Construction Personnel Regular Hrs Overtime Firs Regular Rate Overtime Rate Total Lead System Specialist Project Manager Site Supervisor System Design System Engineer System Technician $ 102.00 5 153.00 $ - $ 129.00 $ 193.50 $ $ 90.00 $ 135.00 $ - $ 90.00 $ 135.00 S $ 102.00 ; 153.00 $ $ 65.00 $ 97.50 f - HVAC Service Personnel Regular Hrs Overtime Hrs Regular Rate Overtime Rate Total Chiller Mechanic Project Manager Service/HVAC Technician Service/Controls Technician $ 100.00 $ 150.00 $ - 3 $ 129.00 $ 193.50 $ 580.50 30 $ 86.00 $ 129.00 $ 3,870.00 $ 115.00 $ 172.50 $ - Fire & Securi Services Regular Hrs Overtime Hrs Regular Rate Overtime Rate Total Fre Inspector Project Manager System Technician System Engineer Service Representative $ 65.00 $ 97.50 5 $ 129.00 $ 193.50 $ $ 102.00 $ 153.00 $ - $ 102.00 $ 153.00 $ $ 102.00 $ 153.00 f Outside Vendor Materials: Sub -Total $ 4,450.50 Part #/Description Qty Unit Cost Multiplier Unit Price Ext Price Mix 1 $ 188.76 1.25 $ 235.95 $ 235.95 Refrig Piping and insulation 1 $ 500.00 1.25 $ 625.00 $ 625.00 1.25 $ 1.25 $ $ 1.25 ¢ $ 1.25 ; Freight 3CI Parts (In -House) Sub -Total $ 860.95 Part #/Description Qty List Multiplier Unit Price Ext Price 0.50 $ $ 0.50 f $ 0.50 f $ Freight Sub -Total-------------- subcontracted Services ](Includes communications Systems and other services provitled through subcontractors) $ - Description Qty Cost Multiplier Unit Price Ext Price - 1.10 $ $ 1.10 $ $ - Other charges Description Clerical Material Handling Mileage Qty Rate 0 $ 55.00 1 $ 55.00 50 $ 1.00 Ext Pr!E5 $ .00 $ 50.00 Sub -Total $ Sub -Total 1 $ 105.00 CCG -PUD SCRWTP Refrig Pipng Pricing 10-27-15 10/29/2015 Sub -Total I Profit 10% 1 Total I CCG Permit Fees I Total Amount Due $ 5416.45 I I 455.55 1 $ 5872.00 5,872.00 CCG -PUD SCRWTP Refrig Pipng Pricing 10-27-15 10/29/2015 Johnson 0) x(11 Controls ORIGINAL INVOICE Building Efficiency Federal ID 39.0380010 Invoice #: 0 Invoice Date: 1/0/1900 PO #/WO#: 0 Service Order: 1/0/1900 Customer: 1133918 Order Type: Service Order Bill To: Board of County Commissioners Attn: Finance Department PO Box 413016 Naples, FL 34101 Invoice Comments: Work Site: CCG -PUD SCRWTP 3871 Utility Dr Naples FL Total Quote Price $ 5,872.00 Taxes $ Total Amount Due USD 1 $5,872.00 Payment Due Upon Receipt of Invoice Terms: If any invoice is not paid in full within 30 days, the Customer hereby agrees to pay interest at a rate of 1.5% per month (18% annually) upon the unpaid portion of the invoice. If action or suit is brought by Johnson Controls, Inc. to collect any amount due or owing under this bill, Customer agrees to pay all costs of collection including attorneys fees. Disposable, Environmental & Usage (DEL) fee listed on this may include charges for one or more of the following miscellaneous: electrical, pneumatic, welding supplies, hardware materials, cleaning supplies, or refrigerant reclaim disposal. A lump sum charge was applied rather than itemizing usage. We hereby certify that these goods are produced in compliance with all applicable requirements of sections 6, 7 and 12 of the Fair Labor Standards Act of 1938, as amended, and of regulations and orders of the Administrator of the Wage and Hour Division issued under section 14 thereof. Please reference our Invoice Number and amount with your payment and send ONLY to the address on this invoice. Payment Terms: Invoice due upon Receipt Remit Payment To: Direct Billing Inquiries: 866-866-0886 To Remit Via Credit Card: Call the phone number listed above. INVOICE #: AMOUNT DUE: $5,872.00 JOHNSON CONTROLS PO BOX 905240 CHARLOTTE, NC 28290-5240 To Remit Via ACH Wire Transfers: JP MORGAN CHASE ONE CHASE flANHATTAN PLAZA NEW YORK, NY 10005 CREDIT -TO: JOHNSON CONTROLS INC. ABA#071-000013 DEPOSITOR ACCT#55-14347 TYPE OF ACCOUNT: CHECKING Johnson i'� if Controls ORIGINAL INVOICE Building Efficiency Federal ID 39.0380010 Invoice #: 00039150158 -REV Invoice Date:05/23/2016 PO #/WO#: 4500164416 Project No: 6N000072 Customer: 1133918 Order Type: Installation Bill To: Board Ot County COMMISSloners Attn: Finance Department PQ Box 413016 Naples, FL 34101 Work Site: CCG SCRWTP VFD ROOM AHU/CU-7 Invoice Comments: SCRWTP 3857 Utlllty Or - Three existing (3) 20 Ton split systems, Remove AHU/CU -7, Replace CUS &6 and Relace AHU-6 CCG RFP #105373 Total Bill Amount $ 61,639.60 Taxes $ Total Amount DueUSD $61,639.60 Payment Due Upon Receipt of Invoice Terms: If any invoice is not paid in full within 30 days, the Customer hereby agrees to pay Interest at a rate of 1.5% per month (1845 annually) upon the unpaid portion of the invoice. If action or suit Is brought by Johnson Controls, Inc. to collect any amount due or owing under this blit, Customer agrees to pay all costs of collection including attorneys fees. Disposable, Environmental & Usage (DEU) fee listed of this may Include charges for one or more of the following miscellaneous: electrical, pneumatic, welding supplies, hardware matedals, cleaning supplies, or refrigerant redaim disposal. A lump sum charge was applied rather than dem@Ing usage. We hereby certify that these goods are produced in compliance with all applicable requirements of sections 6, 7 and 12 of the Fair Labor Standards Act of 1930, as amended, and of regulations and orders of the Administrator of the Wage and Hour DR60n Issued under section 14 thereof. Please reference our Invoice Number and amount with your payment and send ONLY to the address on this invoice. Payment Terms: Invoice due upon Receipt Direct Billing Inquiries: 866.866.0886 rayment -roi JOHNSON CONTROLS PO BOX 905240 CHARLOTTE, NC 28290-5240 TO Remit Via Credit Card: To Remit Via ACH Wire Transfers: Call the phone number listed above. JP MORGAN CHASE ONE CHASE MANHATTAN PWA NEW YORK, NY 10005 CREDrFTO: JOHNSON CONTROLS INC. INVOICE#: 00039150158 -REV ABA#071-000013 DEPOSITORACCTS55.14347 TYPE OF ACCOUNT: CHECKING AMOUNT DUE: $61,639.50 Johnson ,) Controls Collier County Itemized Detail Summary Thb Is a Not To Hscead Proposal (Prkln9 hazed on Eraryy ManagrmeM RFP tl I0-5313) -Three Lead System Sped315t Pro/ed Manager System Design System En94seu Project Manager Sem"jWAC Ted Woe n w0jectidam,ty System Tedmkiml System EngImse, is Outsido Vendor Materiab: um,tudestvmmvnkaUons 6Tdxmf end oNvseMmprar c tbmu9hsabmntmctors Qty Celt MPItiPIiCr Unit Price Pxt Price SIM$ - MY 31978 Part #/Pesci tion Qty tilt Part # Description Qty Unit Cost Multiplier Unit Price Ext Price URI - INV 5184708500 2 $ 1449450 $14.911 1.25 - 18.67 18.64 URI - INV 51957752-00 1 30608 - 1.25 376.35 376.35 URI -INV 5234136100 1 203.54 X1.25 &9,4 - 54.43 URI - INV 5228(110400 I 289.46 7.5 361.83 361.83 URI - INV 57258417-00 l 57.40 - - 1.25 - - 321.7 21.75 URI - INV 52258581-00 1 t 243.75 L25 307.69 S 904.69 URI - mV 52199784 00 1 676.18 - 1.5 845.23 1 845.23 URI - INV 52109723.00 I 200.00 -. 115-. - 259.00 ...250.00 URI - INV 52069561-00 1 340.58 - - 1.25 s 425.73 --45.73 M - INV 52259272-00 1 10.24 ` 1.25 - 22.80 22.80 URI -HIV 5234159300 1 11.76 - - 1.25 14.70 14.70 URI - INV 52258155-M 1 31.82 `1.25 39.78 1_ -39.78 URI - INV 53148976-00 1 33.80 - 1.25 42.3 423 FERGUSON - INV 4620327-0134 1 75.89 '1.25 .86 94.66 1.25 1.25 Fel in 525.00 Bub -Total $ 238.34 1C1 Parts (In-house) um,tudestvmmvnkaUons 6Tdxmf end oNvseMmprar c tbmu9hsabmntmctors Qty Celt MPItiPIiCr Unit Price Pxt Price SIM$ - MY 31978 Part #/Pesci tion Qty tilt Multi Iter Unit Pdce Ext Pdce 320YOC1J0A4G1F920T_ACOD_403.3-60_R410q- 1 $ 13,88436 - - 0.50 6983.83 { '. 6,983.83 EUNrrEACCESSSOLUIION-XII-05X78%52(49075(0 2 $ 1449450 6.50 $ 7,247.25 -14,494.50 - 1,260.00 -..Frei M 1,386A0 $-- -1386.00 UNrMD MECHANICAL -INV 28258 Sub -Total 21 478.33 Subcontracted Ser Vices De IiPtlon um,tudestvmmvnkaUons 6Tdxmf end oNvseMmprar c tbmu9hsabmntmctors Qty Celt MPItiPIiCr Unit Price Pxt Price SIM$ - MY 31978 1 S 596.00 1.10 $ - 600.60 $ 600.80 pARAGON ELEC - IMV 10035 1 $ 3,450.00 1.10$ - 3795.00 ` 3,795.00 PARAGON EIEC -INV 9951 1 S 1,260.00 3.10 1,386A0 $-- -1386.00 UNrMD MECHANICAL -INV 28258 1 $ 13,569.00 1.10 $ 14,925.90 $1 1495.90 FLORIDA INSULATI)N - NAV 683 1 S 3,725.00 1.101 s 4097.50 1 4097.50 sub-Total-Lt24 805.00 Sub -Total I pmnt1046 Total I ounto I Purchase Order Total Amount Due Difference 93 910.67 4.530.90 98 60.57 67 511.50 61 639.50 61639.50 36,621-n7 Energy 61gmt-611O0-0072 MY 00039308289REV-2.rdsx 5/19/2017 Collier County Itemized Detail Summary Ilse for quotes and iuoolce detail submission (Pricing based on Energy Management RFP #10-5373) Invoice Date: 5 24 2016 Pro ect 1.10 6NOC-0072 Invoice 4j 00039150158 -REV pO#: $ 45001644/6 Work Site: CCG SCR%M VFD ROOM AHU/CU-7 1.10 Comments: Woe 2 - List of addi0onal matenal 1.10$ Outside Vendor Materials: ; 1.10 $ j Part#/Description. Qty. Unit Cosi Multiplier. Unit Price ext price URI - INV 522-58455-00 1 31.82 1.25 $ 39.78 $ ; 39.78 URI -INV52259272-001 18.24 1.25 ; -- :22.80 1 '22.80 URI -INV52341593.00 1 11.76 - 1.25-14.70 RL 34.70 $ 1.25 - 1.25 _... 125 $ $ 125 1.25 § 1.25 $ 1.25 $ $ ;. . 1.25 $- 1.25 ----- -^^^^^^^•^•� onauaes mmmuniwoons Systems and othersemIces Provided through subcontractors) Description Q Cost Multiplier Unit Price Ext Price 1.10 1.10 $ $ - 1.10 $ $ 1.10- 1.10 § 1.10$ 1.10 ; 1.10 $ j 1.10 $ $ Sub4ota1 $ Collier County Hoard of County Commissioners Collier County Board of County Commissioners Procurement Services Division Atm: Accounts Payable Phone: 239-262-8407 3299 Tumiamt Td E Ste 700 Fax: 239-732.0844 a•,,,. Naples FL 34112-6749 Tax Exempt: 86.801696653161 OR email to: bcmpclork@colllerclerk.com Terms of Payment Net 30 Days 00010 SCRWTP VFD Roam Remove AMU/Cu-7 61,639.5 FA 1.00 61,639.60 00020 SCRWiP VFD Room Alternate New 2nd Line 6,872 EA 1.00 6,872.00% J( ....,....:��..::.,.::.:�:.-._.:.,:..........:,�.._;�:'-.:�_:}`;•:�`-.:;'?_.`,Tot@in valueexcl;tex�USR.�.:`.�_�::�_:,�.����:'�':'`:;87 "bX& VENVOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Condhlons as outlined on the Collier County Procurement Services Division alta. http://purchosing.colllorgov.noUPurchasing%2OPoliGylFormsfAllltems,espx, Includingdelivery and payment terms. Furter the VENDOR agrees to'. 1. Provide goods and services outlined In (his Purchase Orderwilh the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately If order ful0ilmontcannot occur asspecillad. 3. Send all Invoices to: Collier County Board of County Commissioners Attn; Accounts Payable 32.99 Tamleml Td E Ste 70D Naples FL 34112.6749 OR email to: bocapderk@oolliorderk.com The Purchase Order Is authorized under direction of Collier County Board of County Commissloners by: r-.-'t!\�•-•3a Joanne Muddevhcz, Director, Procurement Services Division Mated 112:1x2015609:16:16 6 Ni'XO „ lkq 412-273512$N908.70110.1.1 Pe9010r1 Purchase Order number must appear on all related correspondence, shipping papers and invoices: Vendor# 110177 Purchl3e Order PoN,unbar 4500164416 D,sv11123/2015 JOHNSON CONTROLS INC 2335 0TH ST N NAPLES FL 34103 cones r,"n PU Logistics • Delivery Date: 09/30/2010 Terms of Payment Net 30 Days 00010 SCRWTP VFD Roam Remove AMU/Cu-7 61,639.5 FA 1.00 61,639.60 00020 SCRWiP VFD Room Alternate New 2nd Line 6,872 EA 1.00 6,872.00% J( ....,....:��..::.,.::.:�:.-._.:.,:..........:,�.._;�:'-.:�_:}`;•:�`-.:;'?_.`,Tot@in valueexcl;tex�USR.�.:`.�_�::�_:,�.����:'�':'`:;87 "bX& VENVOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Condhlons as outlined on the Collier County Procurement Services Division alta. http://purchosing.colllorgov.noUPurchasing%2OPoliGylFormsfAllltems,espx, Includingdelivery and payment terms. Furter the VENDOR agrees to'. 1. Provide goods and services outlined In (his Purchase Orderwilh the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately If order ful0ilmontcannot occur asspecillad. 3. Send all Invoices to: Collier County Board of County Commissioners Attn; Accounts Payable 32.99 Tamleml Td E Ste 70D Naples FL 34112.6749 OR email to: bocapderk@oolliorderk.com The Purchase Order Is authorized under direction of Collier County Board of County Commissloners by: r-.-'t!\�•-•3a Joanne Muddevhcz, Director, Procurement Services Division Mated 112:1x2015609:16:16 6 Ni'XO „ lkq 412-273512$N908.70110.1.1 Pe9010r1 Collier County Board of County Commissioners Collier County Board of County Commissioners Procurement Services Division Phone: 239-252-8407 S`'T Attn: Accounts Payable 3299 Tamiami Td E Ste 700 Fax: 239-732-0844^' Naples FL 34112-5749 Tax Exempt: 85-801596653IC-1 OR email to: bccapclerk@collieralerk.com Vendor# 110177 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: SOLID WASTE MANAGEMENT DEPARTMENT attn: Angel Rodriguez 9950 GOODLETTE-FRANK ROAD, STE 302 NAPLES FL 34109 rurcnase uraer number must appear on all related correspondence, shipping papers and invoices: Purchase order PO NWMber 4500166090 oe1e02/10/2016 Cwta Perron PU Logistics Delivery Date: 09/30/2016 Terms of Payment Net 30 Days Item Material Description Order Qty Unit Price Per Unit Net Value 00010 NCVJRF Bldg 20 Electrical Room35,957 EA 1.00 35,957.00 Replace two old and malfunctioning 7.5 -ton Existing split system AC Unites with two new your 7.5 -ton systems "' Item partially delivered "' Total net value excl. tax USD 35,957.00 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://purchasing.wlliergov.net/Purchasing%20Policy/Forms/Allltems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Trl E Ste 700 Naples FL 34112-5749 OR email to: bccapclerk@collierclerk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: - ' ,—/ Edward F. Coyman Jr, Director, Procurement Services Division Pooled 04=2018 @ 07,01'.31 414-263614EUM-72011.1.1 Page 1 of 1 PURCHASE REQUISITION FORM Collier County- Public Utilities S1111'31D Solid and Hazardous Waste Management 3339 East Tmniand Trail, Suite 302 Nottles, F134112 Total Amount Requested By Date S 35,957.00 Dayne Atkinson 1/29/2016 DELIVERY ADDRESS: Johnson Controls Inc. Other (see below) SHWMD-27191 Linc Pund Eu Center Material Vender Contract 1 414 263614 634999 Other Contractual Services 29005 115417 SAP Contract (see below) ProjectANTS 15-6432 72011.1.1 Agreement 4600003109 Charge Line Description Quantity Unit Price Unit of Measure Amount 10 NCNRF Bldg 20 Electrical Room - Replace Two old and malfunctioning 7.5 Ton Existing Split System AC Units with two new York 7.5 tons stems I S 35,957.00 LS S 35,957.00 Requested By (Signature) � � � I _--. Date: ftj�- ally Da)'ne Atkinson, Prgleet Manager Solid & Ilazardous l' ste Alanagemeni Depart file nt Approved Be (Signature) i Date: TOTAL iel Rodriguez \18A. CP11 Director Std & Ilazardous \Paste Management Department S 35,957.00 Johnson 0 Controls Building Efficiency Group 2335 Tamiami Trl N Naples, FL 34103 Phone (239)455-2930 To: Collier County Government/PUD Attn: Angel Rodriquez Date: January 21, 2016 Project: NCWRF- Building 20 Electrical Room - Replace Two (2) 7.5 Ton existing Split System AC Units with two (2) new York 7.5 Ton Systems. CCG RFP #10-5373 Scone as follows • Removal of existing and Installation of two (2) new York 7. 5Ton split systems with new discharge plenum and return base. • Provide all Electrical work as required • Modify supply and return sheet metal ductwork as required. • Run new refrigerant line sets with insulation and jacketing as required. • New AC unit condenser coils to be coated. • Condensing Unit tie -downs per code. • All crane and rigging as required. • Start up and operate. • All work to be performed during regular hours. Total Lump Smn price for the above scope.....................................$35,957,00 All taxes included This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. This proposal is valid until 60 days from above date SIGNATURE SIGNATURE Johnson 4d1 Collier County Itemized Detail Summary Controls THIS IS A LUMP SUM PROPOSAL Date: (Pricing based on Energy Management RFP #10-5373) - See proposal Work: Lead System Specialist Project Manager Site Supervisor System Design System Engineer c,Nar„T-h.in.n I I > IV,. I a I a - $ 129.00 $ 193.50 $ ' 16 $ 90.00 $ 135.00 $ 2,160.00 $ 90.00 $ 135.00 $ - $ 102.00 $ 153.00 $ - I 5 65.00 5 97.50 $ - Chiller Mechan c Project Manager Service/HVAC Technician Fire Inspector Project Manager System Technician System Engineer 86.00 115.00 150.00 193.50 Outside Vendor Materials: I Profit 10% Total Description Qty Cost Multiplier Unit Price Total Amount Due Ext Price Sheetmetal 2 $ 1,200.00 I.10 $ 1,320.00 Part #/Description Qty Unit Cost Multiplier $ Unit Price crane/rental 1 $ 2,000.00 1.10 $ 2,200.00 Ext Price Mix 1 5 100.00 1.25 $ 125.00 $ 125.00 refrigerant line sets and insulation 2 $ 300.00 1.25 $ 375.00 $ 750.00 7.5 Ton York Split Systems 2 $ 4,760.00 1.25 51950.00 $ 11900.00 1.25 $ $ 1.25 $ - $ - 1.25 $ $ Freight Sub -Total $ 12,775.00 ]CI Parts (In -House) Part #/Description Qty List Multiplier Unit Price Ext Price 0.50 0.50 $ $ 0.50 $ $ Freight Sub -Total $ Subcontracted Services -----](Includes communlwttons Systems and other services provided through subcontractor) I Profit 10% Total Description Qty Cost Multiplier Unit Price Total Amount Due Ext Price Sheetmetal 2 $ 1,200.00 I.10 $ 1,320.00 $ 2,640.00 Electrical 2 $ 1,000.00 1.10 $ 1,100.00 $ 2,200.00 crane/rental 1 $ 2,000.00 1.10 $ 2,200.00 $ 2,200.00 Sub -Total $ 7,040.00 Other Charges Material Handling Sub -Total I Profit 10% Total I CCG Permit Fees Total Amount Due 33 735.00 1 $ 1,392.00 $ 35 127.00 1 $ 35,957-00 CCG -NC\VRF Building 20-10-5373 1/29/2016 Johnson Controls ORIGINAL INVOICE Invoice #: 0003956869 -REV PO#/WO#e 4500166090 Bill To: Board of County Commissioners Attn: Finance Department PO Box 413016 Naples, FL 34101 Building Efficiency Federal ID 390380010 Involve. Date: 1/23/2017 Project No:6N000138 Work Site; CCG NCWRF Bldg 20 Electrical Room Invoice Comments: Replace two old and malfunctioning 7.5 ton Existing split system AC Unites with two new your 7.5 systems. Payment Due Upon Receipt of Invoice Terms: If any invoice Is not pa!d In full vdthln 30 days, the Customer hereby agrees to pay Interest at a rate of 1.5% per month (1849 annually) upon the unpaid potion of the invo!ce. If action or suit is brought by Johnson Controls, Inc. to collect any amount due or owing under Uds bill, Customer agrees to pay all costs of collection including attorneys fees. Disposable, Environmental & Usage (DEU) fee listed on this may include charges for one of more of the following miscellaneous: electrical, pneumatic, welding supplies, hardware materials, cleaning supplles, or refrigerant recialm disposal. A lump sum charge was applied rather than hemi&ng usage. We hereby certify that these goods are produced In compliarxe with all applicable requirements of sections 6, 7 and 12 of the Fair Labor Standards Act or 1938, as amended, arid of regulations and orders of the Administrator of the Wage and Hour Division Issued under section 14 thereof. Please reference our Invoice and send ONLY to the addrea due upon amount with your payment Direct Billing Inquiries: 866-866-0886 To Remit Via Credit Card: Call the phone number listed above. INVOICE #: mvmm rdymenE 10: JOHNSON CONTROLS PO BOX 730068 DALLAS, TX 75373 To Remit Via ACH Wire Transfers JP 14ORGAII CHASE ONE CHASE MANHATTAN PLAZA NEW YORK, NY 10006 CREDrrTO: JOHNSON CONTROLS INC. 0003956869 -REV ABA071-000013 DEPOSITORACC!#55-14397 TYPE OF ACCOUNT: CHECKING AMOUNT DUE: $30,878.91 lahnson ?0 Collier County Itemized Detail Summary Controls Vote is a LUMP SUM URIinB (Pricing based on Energy Meneura l RFP # 10-5373) WorkSite: CCG PUD- SCWTP Annex Building nay°�°•�"'e'--- Decal tion of Sco a of Work: Doors and cameras Annex Building -Johnson Conbois, Inc. Will provide and install in the Annex Bu0ding, card access control to seven (7) existing doors and add three (3) Fixed 1p w/1R cameras to the existing Collier County camera system• In the Sludge Building we will repair or replace two (2) doors and proghardware. Chemical building lreplace six (shardware. Once tire hardware led ve vrill po9ram eYnecessar ardwarethen est the functionallbof the doorad camera systmPleassee quote for complto scope of work. Construction Personnel Re ular Hrs Overtime Hire Re ular Rate Overtime Rate Total Lead System Specialist - 102.00 - 153.00 - 129.00 193.50 Project Manager Site Supervisor 90.00 135.00 outside Vendor Materials: 90.00- 135.00 Ext Price system Design - 102.. 00 - 153.00 _ System Engineer -`65.00 - 97.50 - S stem Technician HVAC Service Personnel Re ular Hire overtime Hrs Re alar Rate Overtime Rate Total 5.25 100.00 150.00 - $ - Chiller Mechanic- 1.25 - 193 .50 - - 70.06 Project Manager fill 6.00 129.00'. - Service/HVACTechnlclan- ' 115,00 -- -. - 172.50 - Service Controls Technician Re ular Hrs Overtime firs Re IRate Overtlma Rate Total Fire&SOcuri Services ,..-65.00 339.66 1.25 Fire Inspector 129.00 193.50 - ` 2709.00 Project Manager 21 19 102.00 153.00 --1938.00 System Technician 102.00 - - 153.00 -__. System Engineer -.. _ __.- __.. ..._ . --irons _ _ k 153.00 1; . - outside Vendor Materials: List Multi Iter Unit Price Ext Price Part#/Desai tion 1 $ 10,081.36 - 0.50 Part# Description Qty Unit Cost Multiplier Unit Price Ext Price L73 -G -2W -READER,. PROX40010l 1 4.20 - - 1.25 5.25 5.25 ADI- INVOICE N3X)YBOI $ - 13,762.00 1.25 70.06 - 70.06 SWEETWATER SOUND -S DCARD 1 56.05 1.25 424.58 1273.73 Sub -Total 3 339.66 1.10 PELCO -550605 3 339.66 1.25 424.58 1273.73 PELCO -567458 Sub -Total $ _ 1.25 - ' Freight . Sub -Total 3 __2,622.76 3C3 Parts (In -House) List Multi Iter Unit Price Ext Price Part#/Desai tion 1 $ 10,081.36 - 0.50 $ 5,040.68 - 5,090.68. SPA18400-2D10-PNL-CK721A RDR2SA 0.50..$: 207.97.. 1,955.76. L73 -G -2W -READER,. PROX40010l 7 $ 415,93 - 0.50 $ 45.77. $ 183.08 5300-DAT-BATTERY,I2W7AMP HR 4 $ 91.54 ITI KEY SECURES $ - 13,762.00 -: 0.50 $ - - 15,138.20 KEY SECURITIES - 'Frei ht - 21,507.39 1.10 $ 23,658.07 Sub -Total $ 6,679.52 Subcontracted Services (tndudescommunloaners Systems and Omer semcespmvmeu ����w••a-•---•••-----.- UOTE Ext Price Description Qty Cost Multiplier U. nit Price 51,888'89 1 $ 3,918.82 1.10 $ 4310.70 $ 4,310.70 ITI KEY SECURES 1 $ 13,762.00 1.10 $ -15,130.20 $- - 15,138.20 KEY SECURITIES 1 $ 21,507.39 1.10 $ 23,658.07 $ 23,658,07 KEY SECURITIES 1.10 $ 1 Sub -Total $ 43,106.98 Sub -Total Profit 10°/n Total UOTE Difference Total Amount Due fj� 50 721.74 1,167.15 53 888.89 65 207.83 13 318.90. 51,888'89 7/17/2017 BILLING TEb7PLATE-6N0G0382.xisx Collier County Board of County Commissioners Procurement Services Division Phone: 239-252-8407 Fax: 239-732-0844 Tax Exempt: 85-8015966531C-1 Vendor# 115417 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: FACILITIES MANAGEMENT 3335 TAMIAMI TRL E, STE 101 NAPLES FL 34112-5356 sena all invoices to: Collier County Board of County Commissioners : # Attn: Accounts Payable 3299 Tamiami Trl E Ste 700 Naples FL 34112-5749 OR email to: bocapclerk@collierclerk.com ruruaase vraer numoer must appear on all related correspondence, shipping papers and invoices: EW., e order 00173381 Gate 10/21/2016 unty capital Pro Terms of Payment Net 30 Days Delivery Dale: Item Material Description Order Qty Unit Price Per Unit Net Value 00010 Medical Examiner Chiller Replacement 50,540.23 EA 1.00 50,540.23 — Item completely delivered — Total net value excl. tax USD 50,540.23 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://purchasing.colliergov.net/Purchasing%20Policy/Forms/A IItems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Td E Ste 700 Naples FL 34112-5749 OR email to: bccapclerk@collierclerk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: e- �7 Edward F. Coyman Jr, Director, Procurement Services Division PtletM 841198818 @ 15,1:48 381-128435-652997-52162.1 Page 1 of 1 )ohnsdn Controls To: Collier County Government Building Efficiency Group 2335 North Tamiami Trail Suite #403 Naples, Florida 34103 V Ph.239 455-2930 Fx. 239 455-2985 Attn: Hemantha Ranatungue Project: CC(3 Medical Examiner Chiller 'Replacement - On Call #16-6432 RE: Chiller Replacement Proposal Date: September 22, 2016I 6z"' // fL//� 30 i34 EQUIPMENT SUMMARY Scope as follows: RE: One (1) new York 60Ton YLAA York High Efficiency Air Cooled Chi Iler,R-134A, 2.08/3. Complete with control transformer,service isolation valves,flow switch, factory coated condenser coils, neoprene vibration isolators. n Scope as follows: • Remove one (1) existing'air cooled Trane chiller. • Disconnect existing CHW piping and power wiring. • Furnish all crane and rigging as required. • Furnish and install one (1) new York Air Cooled Chiller (as above). • Reconnect and modify chilled water lines/valves and gauges as required. • Reinsulated chilled water lines. • Provide electrical work as required, • Start-up and operate. • All mechanical permits • All work to be performed during after hours labor rate. Total lump sum price for the above scope ...........................•l; 9„i.9S Warranty Entire installation including parts and labor for the 1st year after start up. Entire Chiller parts and labor for an additional 4 years. Due to the unpredictable fluctuations in steel pricing, our quotation will be valid for 30 days from the date of the quote. We must receive written purchase order within 30 days from the date of the quote and release for immediate fabrication within 60 days from date of purchase order. If these n conditions are noWnet, we reserve the right to evaluate the pricing at the time of the order. No additional items and/or services will be provided unless specifically listed above. INITIALS: PAGE 1 OF 2 Johnson 000 Cont l5e� Wilk PAGE 2OF2 (important: this proposal incorporates by reference the terms and conditions on the last page of this document) This proposal is valid until This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the 60 days from above date work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. Johnson Controls, Inc. NAME: P.O. #: DATE: W n SIGNATURE SIGNATURE NAME: RICHARD LANDREGAN TITLE: ACCOUNT EXECUTIVE 904-677-6729 INITIALS: Collier County Board of County Commissioners Procurement Services Division Phone: 239-252-8407 Fax: 239-732-0844 Tax Exempt: 85-8015966531C-1 Vendor# 115417 JOHNSON CONTROLS INC 9410 BUNSEN PKWY LOUISVILLE KY 40220 Please deliver to: FACILITIES MANAGEMENT 3335 TAMIAMI TRL E, STE 101 NAPLES FL 34112-5356 sena all invoices to: Collier County Board of County Commissioners : # Attn: Accounts Payable 3299 Tamiami Trl E Ste 700 Naples FL 34112-5749 OR email to: bocapclerk@collierclerk.com ruruaase vraer numoer must appear on all related correspondence, shipping papers and invoices: EW., e order 00173381 Gate 10/21/2016 unty capital Pro Terms of Payment Net 30 Days Delivery Dale: Item Material Description Order Qty Unit Price Per Unit Net Value 00010 Medical Examiner Chiller Replacement 50,540.23 EA 1.00 50,540.23 — Item completely delivered — Total net value excl. tax USD 50,540.23 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Procurement Services Division site: http://purchasing.colliergov.net/Purchasing%20Policy/Forms/A IItems.aspx, including delivery and payment terms. Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices, terms, delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Attn: Accounts Payable 3299 Tamiami Td E Ste 700 Naples FL 34112-5749 OR email to: bccapclerk@collierclerk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: e- �7 Edward F. Coyman Jr, Director, Procurement Services Division PtletM 841198818 @ 15,1:48 381-128435-652997-52162.1 Page 1 of 1 )ohnsdn Controls To: Collier County Government Building Efficiency Group 2335 North Tamiami Trail Suite #403 Naples, Florida 34103 V Ph.239 455-2930 Fx. 239 455-2985 Attn: Hemantha Ranatungue Project: CC(3 Medical Examiner Chiller 'Replacement - On Call #16-6432 RE: Chiller Replacement Proposal Date: September 22, 2016I 6z"' // fL//� 30 i34 EQUIPMENT SUMMARY Scope as follows: RE: One (1) new York 60Ton YLAA York High Efficiency Air Cooled Chi Iler,R-134A, 2.08/3. Complete with control transformer,service isolation valves,flow switch, factory coated condenser coils, neoprene vibration isolators. n Scope as follows: • Remove one (1) existing'air cooled Trane chiller. • Disconnect existing CHW piping and power wiring. • Furnish all crane and rigging as required. • Furnish and install one (1) new York Air Cooled Chiller (as above). • Reconnect and modify chilled water lines/valves and gauges as required. • Reinsulated chilled water lines. • Provide electrical work as required, • Start-up and operate. • All mechanical permits • All work to be performed during after hours labor rate. Total lump sum price for the above scope ...........................•l; 9„i.9S Warranty Entire installation including parts and labor for the 1st year after start up. Entire Chiller parts and labor for an additional 4 years. Due to the unpredictable fluctuations in steel pricing, our quotation will be valid for 30 days from the date of the quote. We must receive written purchase order within 30 days from the date of the quote and release for immediate fabrication within 60 days from date of purchase order. If these n conditions are noWnet, we reserve the right to evaluate the pricing at the time of the order. No additional items and/or services will be provided unless specifically listed above. INITIALS: PAGE 1 OF 2 Johnson 000 Cont l5e� Wilk PAGE 2OF2 (important: this proposal incorporates by reference the terms and conditions on the last page of this document) This proposal is valid until This proposal is hereby accepted, and Johnson Controls, Inc. is authorized to proceed with the 60 days from above date work, subject however, to credit approval by Johnson Controls, Inc., Milwaukee, Wisconsin. Johnson Controls, Inc. NAME: P.O. #: DATE: W n SIGNATURE SIGNATURE NAME: RICHARD LANDREGAN TITLE: ACCOUNT EXECUTIVE 904-677-6729 INITIALS: 1 Purchase Order No. Invoice No(s). Project Description Amt. Due 4500157510 00038949036 CCG Building H Upgrades $ 7,344.95 4500159520 00038681974 CCG PUD SCWRTF Security $ 246.78 4500159622 00039100863 CCG Immokalee Library Panic $ 2,196.55 Buttons 4500162491 00039181954 CCG PUD Well Field 7th St W $ 959.15 AC Retrofit 4500164097 00039108289 CCG DAS Kennels – Mechanical $ 10,860.28 4500165783 00039121950 DAS Kennels Smoke $ 7,669.83 00039325136 Detectors $ 852.17 4500163507 00039021199 DAS Kennels $ 16,443.35 4500164416 CB10003938 SCRWTP VFD Room $ 1,627.00 $ 4,245.00 4500166090 00039856869-REV NCWRF Bldg 20 Elec $ 2,283.30 Room 4500166093 00039600745 NCWRF Bldg 82 Elec $ 5,807.98 & Office Rooms 4500166463 00039236395 NCWRF Ops Bldg Door $ 1,949.97 Adjst & Exit Signs; NCWRF Elec Bldg Door Adjst & Exit Signs; NCWRF Gen Bldg Door Adjst & Exit Signs 4500169061 000398556906 Immokalee Gate $ 4,943.72 Project 4500170810 00040298443 Upgrade/Replace $ 653.50 Ice Farm #4 Bldg. K 2 4500170477 00040158594 SCRWTP Annex Bldg $ 11,362.71 Access Control 4500173381 00039954350 Medical Examiner $ 7,883.52 Chiller Replacement $92,422.431 1. The above Purchase Orders were opened as lump sum quotes and the amounts reflected above represent the amounts outstanding after partial payments were made toward the outstanding indebtedness.