Loading...
Agenda 04/14/20 Item # 7 (Agenda ID 12046) 04/27/2020 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid ("ITB") No. 20-7704, "Pumps,Parts, and Services," to Naples Electric Motor Works, Inc., and authorize the Chairman to sign the attached Agreement. OBJECTIVE: To award a bid and contract for irrigation pump stations, replacement parts, services, and technical support. CONSIDERATIONS: Staff is requesting to enter into a contract with Naples Electric Motor Works, Inc., on ITB No. 20-7704 (ITB), "Pumps,Parts, and Services." On March 16, 2020, The Board of County Commissioners of Collier County passed and duly adopted Proclamation/Resolution No. 2020-50 "Proclamation of the Board of County Commissioners, Collier County, Florida, Declaring a Local State of Emergency." The proclamation/resolution Section 2 (b) authorizes waiving procedures and formalities to enter into contracts, as stated in Governor Ron DeSantis Executive Order Number 20-52, Section 4.D.2. It is urgent that staff enter into this contract quickly. On April 1, 2020, an irrigation pump station located on Immokalee Road stopped functioning. The extent of damages to various components requires a replacement; the estimated cost is $35,879.48 per the ITB bid schedule rates. It is imperative to replace the pump station immediately due to drought conditions to prevent the loss of plant materials and trees in two (2) miles of landscaped medians. The average cost per mile for plant material replacements and installations is $365,000. The County publicly advertised ITB No. 20-7704, "Pumps, Parts, and Services," on December 20, 2019. The County emailed 15,218 notifications to registered contractors, and interested contractors downloaded 78 bid packages. On January 21, 2020, the County issued an addendum to the ITB extending the due date from January 21'to January 30, 2020, to increase competition. Still, the County only received one bid by the January 30th deadline. The Road Maintenance Division standardized the irrigation pump stations in landscaped medians using Naples Electric Motor Works, Inc. equipment. These pump stations are unique because they are web- based and assembled to interact with the Motorola Irrigation System. Staff can remotely monitor and control the pump stations via computers. Pump stations without remote communications require frequent operator site visits for monitoring. There is no additional expense of third-party software to monitor the pumps remotely. Staff conducted a price analysis to evaluate offered prices. Staff compared price proposals offered by Naples Electric Motor Works, Inc., to other local government entities in Collier and Lee Counties. The analysis revealed the offered prices are fair and reasonable. Additionally, staff conducted an online search comparing a percentage of parts listed on the bid schedule and also concluded that the prices are fair and reasonable. Finally, staff conducted an email outreach with 12 vendors that viewed the bid documents on BidSync to inquire why they did not submit bids. Two (2) vendors responded. The first vendor advised it could not provide the proper service. The second vendor said the irrigation pump stations are unique, and the County's program requires standardization to manage them. As a result, staff is recommending award to Naples Electric Motor Works, Inc., the lowest, responsible, and responsive bidder. This Agreement is for a three-year term with the option to renew for two, one-year terms. FISCAL IMPACT: The funding for these services is budgeted annually in the Road Maintenance 04/27/2020 Division Landscape Fund 112, Operating Project No. 31112. The anticipated annual spending under this Agreement is approximately$350,000. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this action. RECOMMENDATION: To award Invitation to Bid No. 20-7704, "Parts, Pumps, and Services," to Naples Electric Motor Works, Inc., and authorize the Chairman to sign the attached Agreement. Prepared by: Melissa Pearson, Contract Administration Specialist ATTACHMENT(S) 1. 20-7704 NaplesElectric_VendorSigned (PDF) 2.20-7704 NaplesElectric_Insurance 3-23-2020 (PDF) 3. 20-7704 NORA(PDF) 4.20-7704 Bid Tabulation(PDF) 5.20-7704_Solicitation (PDF) 6.20-7704_Addendum_1 (PDF) 7.20-7704 Addendum_2 (PDF) 8.20-7704 Addendum_3 (PDF) 9. [Linked} NEMWI BID (PDF) 10. ITB NO. 20-7704 PRICE COST ANALYSIS (PDF) 11. NEMW Proposals for Lee County D.O.T. Pump Systems (PDF) 12. NEMW Proposal_Centrifugal (PDF) 13. NETAFIM PRICE LISTS (PDF) 14. 15-6491R BIDTAB EXHIBIT B (PDF) 15. Resolution 2020-050.declaring local state of emergency re covid 19 virus pandemic.-Signed pdf (PDF) 04/27/2020 COLLIER COUNTY Board of County Commissioners Item Number: 4.1 Doc ID: 12046 Item Summary: Recommendation to award Invitation to Bid ("ITB") No. 20-7704, "Pumps, Parts, and Services," to Naples Electric Motor Works, Inc., and authorize the Chairman to sign the attached Agreement. Meeting Date: 04/27/2020 Prepared by: Title: Contract Administration Specialist— Road Maintenance Name: Melissa Pearson 03/24/2020 9:54 AM Submitted by: Title: —Road Maintenance Name: Albert English 03/24/2020 9:54 AM Approved By: Review: Growth Management Operations Support Christopher Johnson Additional Reviewer Completed Procurement Services Sandra Herrera Additional Reviewer Completed 04/10/2020 9:21 AM Road Maintenance Joseph Delate Additional Reviewer Completed 04/10/2020 9:28 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 04/10/2020 9:37 AM Growth Management Department Pamela Lulich Additional Reviewer Completed 04/10/2020 9:40 AM Procurement Services Patrick Boyle Additional Reviewer Completed 04/10/2020 9:49 AM Growth Management Department Judy Puig Level 1 Reviewer Completed 04/10/2020 10:10 AM Road Maintenance Albert English Additional Reviewer Completed 04/10/2020 10:14 AM Procurement Services Evelyn Colon Additional Reviewer Completed 04/10/2020 10:47 AM Growth Management Department Melissa Pearson Deputy Department Head Review Skipped 03/17/2020 1:27 PM Growth Management Department Jeanne Marcella Department Head Review Completed 04/10/2020 12:41 PM County Attorneys Office Scott Teach Level 2 Attorney Review Completed 04/13/2020 9:20 AM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 04/13/2020 9:31 AM Office of Management and Budget Laura Zautcke Additional Reviewer Completed 04/13/2020 10:18 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorneys Office Review Completed 04/13/2020 11:04 AM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 04/13/2020 11:16 AM 04/27/2020 Board of County Commissioners MaryJo Brock Meeting Pending 04/27/2020 10:00 PM FIXED TERM SERVICE AGREEMENT #20-7704 for Pumps, Parts and Services THIS AGREEMENT, made and entered into on this day of 20_, by and between Naples Electric Motor Works. Inc. , authorized to do business in the State of Florida, whose business address is 2088 J & C Blvd., Naples, Florida. FL 34109 , (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three (3 ) year period, commencing C upon the date of Board approval of LI en and terminating on three (3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor. renew the Agreement under all of the terms and conditions contained in this Agreement for two (2 ) additional one ( 1 ) year(s) periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion. extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager. or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a i Purchase Order ❑ Notice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of(1 -:.__ - :::.. - ric Invitation to Bid (ITB) _ Other ( ) # 20-7704, including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. it The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page Iof17 I iuU Term Scr%% c,Agrccmcnt 02.17.002 I a . 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the 'Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): I Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. El Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work(number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs: invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. (� Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead. etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton. etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). 4 2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished. delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of ''laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. Page 2of17 Flied Term Sen iee Agreement g2P17-OU2 1 Ver.1 {`ps,yi i 4.4 E (eheckE-if appl+sable)-gavel-aanti---Re' es: Travel---and $0- 4...5-pe.r ►ile gFeakfast Lunch $11-00 Di nner _-. Airfare -- - --- - e. . .. .e.-- - -ss-fare Rental-ear • . .- ' - --• .• _ - -. e . _ . ._ _ vehicles p,�,,���,,,, 0.00-pbt '... !{ Park ng __...-...- Re+mbarsa: - -•• _ • - - - _ -&shad--be4fm+ted-to the#ellew+n elep#aene 4! - : - - •- - - , - - - e-: .._. •s . - . •e --- ---. • - •o_ .. . . hens w+t . _- _ _• - - -:• . - - •-- - - - - . - - . -. •eter-shalt-be - -- . - - - - -- -2 - - - --- ted-w+th-aet+v+t+es--and--sol+s+tations ander-taken-pu.rsuant-te-#h+s-Agreement: 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof. which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida. is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C. 6 NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Company Name: Naples Electric Motor Works, Inc. Address: 2088 J&C Blvd. Naples, FL 34109 Authorized Agent: Ray Leonard Attention Name & Title. President Telephone: 239-591-113 E-Mail(s)• ray@nemwinc.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to. Page 3 of 17 Flux)Term Service Agreement#2017-002(Ver.() tt) Board of County Commissioners for Collier County, Florida Division Name: Albert English Division Director: Road and Maintenance Address: 4800 Davis Boulevard Naples, FL 34104 Administrative Agent/PM: Melissa Pearson Telephone: Road and Maintenance E-Mail(s): 239-252-5591 The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7 NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80. F.S.. all permits necessary for the prosecution of the Work shall be obtained by the Contractor The County will not be obligated to pay for any permits obtained by Subcontractors. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County. the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9 NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state. county or municipal ordinance, rule. order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. Pate 4 of I? kI,r i ,r%.;, 1�n•aercn;-'..arE7,'". Acr I? 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of the non-performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. U Commercial General Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; independent Contractors; Products and Completed Operations and Contractual Liability. B. ❑■ Business Auto Liability: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. E Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $500,000 for each accident. D. ❑ - - - - - - • - e: - • ..--e e _ - - - - - :•-- _ - = - this insurance. Such insurance ehail have limits of not less than $ each - - = - _ - _ .. . . - .. _ _ $ per claim Page 5 of 17 Fixed Term Service Agreement it2017-002(Ver.I) %'.4ii Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty(30) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. Page 6 of 17 Fixed Term Service Agreement#2017-002(Ver.t) 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Road and Maintenance Division 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), ❑■ Exhibit A Scope of Services, Exhibit B Fee Schedule, ❑ RFP/ ❑ ITB/12 Other #20-7704 , including Exhibits, Attachments and Addenda/Addendum, ❑■ subsequent quotes, and ❑ 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: Page 7of17 Fixed Term Service Agreement 42017-002(Ver.I) IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract. transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract. the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 21 OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 1),1:2e 8 of 17 Find Tenn Sem ee Agreement'2017-002 tVe; I 22. PAYMENTS WITHHELD The County may decline to approve any application for payment. or portions thereof, because of defective or incomplete work, subsequently discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment: (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor: or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may. after three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23. (t CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances. construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean. well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance. passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied. installed, connected, erected. used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, Page 9tl17 Aed Icmt Service.Acreumem x2017-002(kV{} fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. t❑ TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. Q PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due Contractor. B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County. The County shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. Page 10 of 17 Fixed Term Service Agreement#2017.002(Vet.]) 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 34. ❑ . - • . * . . . - -e• - - - '- -- -- - - - • - - e _ - _e. e pecsenciel- 0 AGREEMENT STAFFING.The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. Page 11 of 17 Fixed Term Service Agreement#2017-002(Ver.I) 35. $ ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. •-. .. •.- _ ge 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 37. SECURITY, The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4)years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. Page 12 of 17 Fixed Term Service Agreement#2017-002(Ver.1) 38 SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non- negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank -signature page to follow) 1'tec 13 of 17 I•t xed Icm Sen Ice Agreement u21,17-0+.'_I'cr I IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS Crystal K. Kinzel, Clerk of Court COLLIER COUNTY, FLORIDA & Comptroller By: By: Burt L. Saunders , Chairman Dated: (SEAL) Naples Electric Motor Works, Inc. Contractor's Witnesses: Contractor By: At • A/C--- Contractor's First Witness Sign. ure "Type/print signature and title"' "Typ /prin ness name" C nt actor's Second Witness / 'Type/print witness name f Approved as to Form and Legality: County Attorney Print Name Page 14 o117 Fix,d ferm Serviee Agreement!12017-002(Vet 1) V Exhibit A Scope of Services ❑■ following this page (containing 1-2 pages) ❑ this exhibit is not applicable Page 15 of 17 Fixed Term Service Agreement#2017-002(Ver.1) EXHIBIT A— DETAILED SCOPE OF WORK _ I. SCOPE OF SERVICES The Contractor(s) to provide assembled pump stations, pumps, parts, and services for various Divisions within Collier County. The Contractor shall be available to provide services that include,but are not limited to maintenance,diagnostics, repairs, part replacements, testing equipment, and installations. The service areas may require the Contractor to set-up Maintenance of Traffic for work sites that are located in the roadway medians or right-of-way. Throughout the Agreement term,County Staff will request quotes from the Contractor based on their hid schedule prices. 2. SPECIFICATIONS 2.1. Pump Stations: Contractor assembled centrifugal pump stations and submersible well pump stations with parts and components as listed in the bid schedule.The cost inclusive of ordering,processing,assembly,and delivery per the packages on the bid schedule. 2.2. Parts: Parts include, but not limited to pumps,pump motors,variable frequency drives, line reactors, link chokes, Pumps, Pump Motors, filters solenoids, filter covers,cover seal,well seals, hydro-valves, backflush valves. vacuum guard air vent,backwash control,fuse blocks, fused disconnects, PVC pipes,pipe parts,pre-cast concrete pads,welded aluminum pump skids,hydro-pneumatic pressure tanks, pressure switches and gauges. cooling fans,pump cables,and fan cords. The costs inclusive of ordering,processing, and delivery. 2.3. Service flours Equipment/Maintenance of Traffic Rates: Service hours include,but are not limited to field diagnostics,pump installations,repairs,service calls,etc..).The rates for Supervisor, In-House Technicians,and Field Service Technicians is hourly;Equipment and Operator rates are hourly;and Maintenance of Traffic is lump sum. 3. GENERAL INFORMATION 3.1. Ordering and Delivery: Division Representatives shall place orders as needed. Orders shall he shipped FOB destination, freight prepaid,and delivered to the destination provided by the Division. 3.2. Contractor Account Representative(s):Contractor shall assign account representatives for order placements, order resolutions,pilling,and other related account activities. The Contractor shall provide account representative names,phone numbers,and emails upon contract execution. 3.3. Order Processing: If the Contractor is unable to process orders within three(3)business days due to backorders or out-of-stock items,the Division must he notified immediately. 3.4. Order Confirmation: shall include,but not limited to: line item number, item description, unit of measure, quantity, unit cost,and extended cost for each item ordered. 3.5. Delivery: Deliveries shall be FOB(Free on Board)Destination. 3.5.1. Delivery hours are Monday through Friday from 8:00 a.m.to 3:30 p.m. FST. There will be no deliveries after 3:30 p.m. EST,or on I I County observed holidays which County offices are closed: New Year's Day,Martin Luther King Jr. Day, President's Day. Memorial Day, independence Day,Labor Day, Veteran's Day,Thanksgiving Day,Friday after Thanksgiving Day,Christmas Eve.and Christmas day. 3.5.2. The Contractor shall contact the Division Representative that placed the order,no less than 24 hours in advance, to coordinate or notify them of the delivery. 3.5.3. The Division has the final authority as to the quality and acceptability of any products. Any product delivery found to be defective or incorrect(order errors on behalf of the Contractor)shall be returned to the Contractor at the Contractor's expense. 3.6. Key Personnel: Contractor shall provide the Division with key personnel as a point-of-contact for A-1 its.'*) 3.6.1. Contact information must be provided to Division at the contract kick-off meeting. It must include emails,business,and cell phone numbers. 3.6.2. Contractor employees must be English speaking and effectively communicate with Division staff. 3.6.3. if essential personnel is absent,the Contractor shall immediately notify Division with substitution personnel providing their names and contact information via email. 3.6.4. Division reserves the right to remove key personnel from the contract that fails to communicate with staff. 3.7. Meetings: Either party may request meetings throughout the contract term,and it may require mandatory attendance. There are no additional costs to the County for these meetings. 3.8. Modifications(Post Contract Award): Modifications may include, but not be limited to,adding items,deleting items,or a product name modification. Line item products may become obsolete and replaced with a nev► products or product names. Those items will require the bid schedule to have deletions or additions. 3.9. Utilities: Contractor shall be responsible in exercising pre-cautions while working near utilities. Before digging, Contractors are required to call Sunshine 811 at 811 or 800-432-4770,Monday-- Friday from 7:00 a.m.—5:00 p.m.Sunshine 811 requires two(2)full business days' notice. Any damage to utilities is the Contractor's sole responsibility,and at no cost to the County. 3.10. Materials Markup Percentage: the percentage for non-bid line items is 10%. Reimbursement of non-bid line items requires the Contractor to submit the receipts showing the cost of goods to verify markup percentages. Failure to provide backup receipts showing costs of goods will result in invoice rejection. 3.1 I. Compensation: Invoice submission for payment approval must be accurate and complete with details of services performed or commodities purchased. 3.1 1.1. Invoices shall be reviewed for approval for line items or services completed that is satisfactory by the Division. 3.1 1.2. Non-bid line item purchases shall have markup percentage applied with receipts provided for costs verification. 3.1 1.3. Invoices will be rejected for inaccurate information and insufficient backup documentation. 3.1 1.4. Invoices must include,at a minimum: Division Name,Contract Number,Purchase Order Number, Work Order Number(if applicable), Details of Services Performed or Commodities Purchased(line item numbers and descriptions),and if there are Non-Bid I.ine Items,the Contractor's cost for each item plus the percentage markup. A-2 Exhibit B Fee Schedule following this page (containing ' ' pages) Page 16of17 F m i Term Service Agreement#2017-002(Ver I) Project Manager Melissa Pearson Notifications Sent 15212 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 INVITATION TO BID NO,20-7704 PUMPS,PARTS,AND SERVICES EXHIBIT B Item Product Number Description Qty UOM Unit Price Extended Price ®CC4000/64"X 84" Pre-Cast Concrete Pad I Each $ 577.00 5 577.00 1.2 APS4000 Welded Aluminum Pump Skids 1 Each 5 1,425.00 5 1,425.00 1.3 FFTC4000/48"X 70" Fiberglass Flip Top Covers 1 Each $ 4.500.00 S 4,500.00 1.4 3R30210/30 x 24 x 10 Control Enclosures 1 Each $ 576.00 S 576.00 1.5 IP2227/22 x 27 Enclosure Interior Panel I Each 5 97.00 S 97.00 1.6 BI-I/2-TPMS-7.5/7.51113 Centrifugal Pump 1 Each 5 2,220.00 5 2,220.00 1.7 PW2A0056FAA Vaskawa I000/1Q VFD,20HP,230V 1 Each $ 2,229.00 5 2,229.00 1111 KDRC22II Input Line Reactor,20HP,230V 1 Each S 280.00 5 280.00 1.9 SD2-100-BR Non-Fused Internal Disconnect, 100A Internal,3 Pole 1 Each $ 342.00 5 342,00 1.10 RM-25100-1CR Modular Fuse Block,100A,250V, 1-Pole 3 Each $ 106.00 $ 318.00 1.11 CVR-RH-25100 Fuse Block Cover(use w/600V,60A,Class R) 3 Each $ 39.00 $ 117.00 1.12 ECN-70 Input line Fuses 240V 3 EMI $ 27.75 5 83.25 1,13 D100-120/208Y Surge Suppressor,Ditek,208,3 Phase 1 Each $ 510.00 $ 510.00 1.14 679-3 Pressure Transducer,0-250 PSI 1 Each $ 436.00 $ 436.00 1.15 6B452 Reverse Pressure Switch t Each 5 89.00 $ 89.00 1.16 70K8565 Internal Cooling Fan,4"X 4" I Each $ 16.86 $ 16.86 I,17 93K7643 Fan Cord Set,24" 1 Each $ 2.88 $ 2.88 1.18 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon I Each $ 82.00 $ 82.00 1.19 LHM2G10-MEL Netatim Hydro-Valve,2" 1 Each $ 825.00 $ 825.00 1.20 DFA202-080AC Netafim Filters,2"x 2" I Each $ 5,088.00 $ 5,088.00 1.21 2"Intakemgv/2"Diameter Galvanized Victaulic Intake Manifold 1 ill $ 775.00 $ 775.00 1 22 2"Dischargemgv/2" Galvanized Victaulic Discharge Manifold 1 Each $ 875.00 $ 875.00 Diameter 1.23 In-House Assembly Labor l LS $ 8,600.00 $ 8,600.00 1.24 On-Site Installation Labor I LS $ 5,200.00 $ 5,200.00 Page 1 of 17 Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 i PACKAGE 2-CENTRIFUGAL PUMP STATION MODEL:VFD-NETA-LP-CENT-I0 i Item Product Number Description Qty UOM Unit Price Extended Price 2.1 CC4000 Pre-Cast Concrete Pad,64"X 84" 1 Each $ 577.00 $ 577.00 2.2 APS4000 Welded Aluminum Pump Skids 1 Each $ 1,425,00 $ 1,425.00 2.3 FFTC4000 Fiberglass Flip Top Covers,48"X 70" 1 Each $ 4,500.00 $ 4,500.00 2.4 3R30210 Control Enclosures,30 x 24 x IO I Each $ 576.00 $ 576.00 2.5 IP2227 Enclosure Interior Panel,22 x 27 1 Each $ 97.00 $ 97.00 2.6 132-ZPLS 10 H.P. Centrifugal Pump 1 Each $ 2,835.00 $ 2,835.00 2.7 PW2A0056FAA Vaskawa 1000/IQ VFD,20HP,230V 1 Each $ 2,229,00 $ 2,229.00 2.8 KDRC22H Input Line Reactor,20HP,230V I Each $ 280.00 $ 280.00 2.9 SD2-100-BR Non-Fused Internal Disconnect, IOOA Internal,3 Pole 1 Each $ 342.00 $ 342.00 1 2.10 RM-25100-1CR Modular Fuse Block, 100A,250V, I-Pole 3 Each $ 106.00 $ 318.00 2.11 CVR-R11-25100 Fuse Block Cover(use w/600V,60A,Class R) 3 Each $ 39.00 $ 117.00 2.12 ECN-70 Input line Fuses 240V 3 Each $ 27.75 $ 83.25 2.13 D100-120/208V Surge Suppressor,Ditek,208,3 Phase 1 Each $ 510.00 $ 510.00 2.14 679-3 Pressure Transducer,0-250 PSI l Each $ 436.00 $ 436.00 2.15 611452 Reverse Pressure Switch 1 Each $ 89.00 $ 89.00 2.16 70K8565 Internal Cooling Fan,4"X 4" 1 Each $ 16.86 $ 16.86 1 2.17 931(7643 Fan Cord Set,24" 1 Each S 2.88 $ 2.88 2.18 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon 1 Each $ 82.00 $ 82.00 2.19 LHM3G10-MEL Netafim Hydro-Valve,3" I Each $ 1,242.00 $ 1,242.00 2.20 DFA2O2-OSOAC Netafim Filters,2"x 2" 1 Each $ 5,088.00 $ 5,088.00 2.21 3"Intakemgv/3"Diameter Galvanized Victaulic Intake Manifold I Each $ 875.00 $ 875.00 2 22 3"Dischargemgv/3" Galvanized Victaulic Discharge Manifold I Each $ 975.00 $ 975.00 Diameter 2.23 In-House Assembly Labor 1 LS S 11,200.00 $ 11,200.00 2.24 On-Site Installation Labor 1 LS $ 4,500.00 5 4,500.00 PACKAGE 3-CENTRIFUGAL PUMP STATION MODEL:VED-NETA-LP-CENT-15 Item Product Number Description Qty UOM Unit Price Extended Price 3.1 CC5000 Pre-Cast Concrete Pad,64"X 84" I Each $ 592.00 S 592.00 3.2 APS5000 Welded Aluminum Pump Skids 1 Each S 1,912.00 $ 1,912.00 3.3 FFTC5000 Fiberglass Flip Top Covers,48"X 70" 1 Each $ 5,250.00 S 5,250.00 Page 2 of 17 'kr A(} 1 Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 3.4 3R30210 Control Enclosures,30 x 24 x IO 1 Each $ 576.00 $ 576.00 a 3.5 1P2227 Enclosure Interior Panet,22 x 27 1 Each $ 97.00 $ 97.00 3.6 B2-ZPLS-15 H,P. Centrifugal Pump 1 Each $ 3,082.00 $ 3,082.00 3.7 PW2A0056FAA Vaskawa 1000/IQ VFD,20HP,230V 1 Each $ 2,229.00 $ 2,229.00 3.8 KDRC22FI Input Line Reactor,20HP,230V 1 Each $ 280.00 S 280.00 3.9 SD2-I00-BR Non-Fused Internal Disconnect, 100A Internal,3 Pole 1 Each $ 342.00 $ 342.00 0.- 3.10 3.10 RM-25100-ICR Modular Fuse Block,100A,250V, I-Pole 3 Each $ 106.00 $ 318.00 3.11 CVR-RH-25100 Fuse Block Cover(use w/600V,60A,Class R) 3 Each $ 39.00 $ 117,00 3.12 ECN-70 Input line Fuses 240V 3 Each $ 27.75 $ 83.25 3.13 D100-120/208Y Surge Suppressor,Ditek,208,3 Phase 1 Each $ 510.00 $ 510.00 3.14 679-3 Pressure Transducer,0-250 PSI 1 Each $ 436.00 $ 436.00 3.15 6B452 Reverse Pressure Switch 1 Each $ 89.00 $ 89.00 3.16 70K8565 Internal Cooling Fan,4"X 4" I Each $ 16.86 $ 16.86 3.17 93K7643 Fan Cord Set,24" 1 Each $ 2.88 S 2.88 3.18 PWD-6 Hydro-Pneumatic Pressure Tank.2-Gallon 1 Each $ 82.00 $ 82.00 3.19 LHM3G10-MEL Netafim Hydro-Valve,3" 1 Each $ 1,242.00 $ 1,242.00 3.20 DFA203.080AC Netafim Filters,2 x 3 1 Each $ 6,450.00 $ 6,450.00 3.21 3"intakemgv/3"diameter Galvanized Victaulic Intake Manifold 1 Each $ 875.00 $ 875.00 3.22 3"dischargemgv l3"diameter Galvanized Victaulic Discharge Manifold 1 Each $ 975.00 $ 975.00 3.23 In-House Assembly Labor l LS $ 11,600.00 $ 11,600.00 3.24 On-Site Installation Labor l LS $ 4,500.00 $ 4,500.00 PACKAGE 4-CENTRIFUGAL PUMP STATION MODEL:VFD-NETA-LP-CENT-20 Item Product Number Description Qty UOM Unit Price Extended Price 4.1 CC5000 Pre-Cast Concrete Pad,64"X 84" 1 Each $ 592.00 $ 592.00 4.2 APS5000 Welded Aluminum Pump Skids 1 Each $ 1,912.00 $ 1,912.00 4.3 FFTC5000 Fiberglass Flip Top Covers,48"X 70" 1 Each $ 5,250.00 $ 5,250.00 4.4 3R30210 Control Enclosures,30 x 24 x 10 1 Each $ 576.00 $ 576.00 4.5 IP2227 Enclosure Interior Panel,22 x 27 I Each $ 97.00 $ 97.00 4.6 B3-ZPLS-20 H.P. Centrifugal Pump I Each $ 4,293.00 $ 4,293.00 4.7 PW2A0056FAA Vaskawa 1000/IQ VFD,20HP,230V 1 Each $ 2,229.00 $ 2,229,00 4,8 KDRC22H Input Line Reactor,20HP,230V I Each $ 280.00 $ 280.00 Page 3 of 17 j. Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 4,9 SD2-100-BR Non-Fused Internal Disconnect, 100A Internal,3 Pole 1 Each $ 342.00 $ 342.00 4.10 RM-25100-ICR Modular Fuse Block, 100A,250V,1-Pole 3 Each $ 106.00 $ 318.00 4.11 CVR-Rl1-25100 Fuse Block Cover(use w/600V,GOA,Class R) 3 Each $ 39.00 $ 117.00 4.12 ECN-70 Input line Fuses 240V 3 Each $ 27.75 5 83.25 4.13 D100-120/208Y Surge Suppressor,Ditek,208,3 Phase I Each $ 510.00 $ 510.00 4.14 679-3 Pressure Transducer,0-250 PSI l Each $ 436.00 $ 436,00 4.156B452 Reverse Pressure Switch 1 Each $ 89.00 $ 89.00 • 4.16 701(8565 Internal Cooling Fan,4"X 4" 1 Each $ 16.86 $ 16.86 4,17 931(7643 Fan Cord Set,24" 1 Each $ 2.88 $ 2.88 1 4.18 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon I Each $ 82.00 $ 82.00 4.19 LHM4G10-MEL Netafim Hydro-Valve,4" 1 Each $ 1,950.00 $ 1,950.00 • 4.20 DFA204-080AC Netafim Filters,2 x 4 1 Each 5 7,905.00 $ 7,905.00 4.21 4"intakemgv/4"Diameter Galvanized Victaulic Intake Manifold 1 Each $ 975.00 $ 975.00 4 22 4"dischargemgv/4" Galvanized Victaulic Discharge Manifold 1 Each 5 1.075,00 $ 1,075.00 1 Diameter 4.23 In-House Assembly Labor 1 LS $ 12,300.00 $ 12,300.00 4.24 On-Site Installation Labor l LS $ 4,500.00 $ 4,500.00 PACKAGE 5: CENTRIFUGAL PUMP STATION MODEL:VFD-NETA-LP-CENT-25 I Item Product Number Description Qty UOM Unit Price Extended Price 5.1 CC5000 Pre-Cast Concrete Pad,64"X 84" I Each $ 592.00 $ 592.00 5.2 APS5000 Welded Aluminum Pump Skids 1 Each 5 1,912.00 5 1,912.00 • 5.3 FFTC5000 Fiberglass Flip Top Covers,48"X 70" I Each $ 5,250.00 $ 5,250.00 i 1 5.4 3R30210 Control Enclosures,30 x 24 x 10 1 Each $ 576.00 $ 576.00 5.5 IP2227 Enclosure Interior Panel,22 x 27 I Each $ 97.00 $ 97.00 5.6 B3-ZPLS 25 H.P. Centrifugal Pump I Each S 4,596.00 $ 4,596.00 5.7 PW4A0040FAA Vaskawa 1000/IQ VF),20HP,230V I Each $ 2,842.00 $ 2.842.00 5.8 KDRD4li Input Line Reactor,20HP,230V l Each S 300.00 5 300.00 5.9 SD2-100-BR Non-Fused Internal Disconnect, 100A Intemal,3 Pole l Each S 342.00 $ 342.00 • 5.10 RM-60060-1CR Modular Fuse Block,60A,600V, I-Pole 3 Each $ 75.00 S 225.00 5.11 CVR-RII-60060 Fuse Block Cover(use w/600V,60A,Class R) 3 Each 5 11.00 5 33.00 5.12 ECSR45 Input line Fuses 240V 3 Each S 27.00 S 81.00 5.13 D100-480 Surge Suppressor,Mick,208,3 Phase I Each 5 510.00 $ 510.00 • Page 4 of 17 Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist: Patrick Boyle Downloaded:78 Submittals:1 5.14 679-3 Prcsure Transducer.0-250 l'51 1 Each S 43600 5 436.00 5.15 613452 Reverse Pressure Switch 1 Each S 89.00 $ 89.00 5.16 70K8565 liucnial Cooling Fan,4"X 4" 1 Each $ 16.86 $ 16.86 5 17 93K7643 Fan Cord Set. 24" I Each 5 2.88 $ 2.88 5.18 PWD-6 Hydro-Pneumatic Presmure Tank.2-Gallon I Each $ 82.00 S 82.00 5.19 1.HM4G10-MEL. NetatimHydro-Val e.4" l Each $ 1.950.00 S 1.95000 5.20 DEA304-080AC Netafim Filters,3 x 3 1 Each $ 11,236.00 $ 11.2;6.00 5.21 4"intaketngv/4"diameter GahaniieJ Victaulic Intake Manihiki I Each $ 975.00 5 975.00 5.22 4"dischargemgv?4"diameter Galvanized Victaulic Discharge Manifold I Each 5 1,075.00 S 1,075.00 5.23 In-1 louse Assembly labor I 1.5 S 12,000.00 S 12,000.00 5.24 On-Site Installation I abor I 1.5 5 5,000.00 S 5,000.00 PACKAGE 6-St"n\IERSIBLL:WE1.1.PUMP STM 1u\ \lOI)EL:\'FD-NETA-LP-SUR-5 Item Product Number Description On ('OM Unit Price Extended Price 6.1 CC5000 Pre-Cast Concrete Pad.64"X 110" 1 Each S 592.00 S 592.00 6.2 APS4000 Welded Aluminum Pump Skids I Each 5 1,425.00 5 1,425.00 6.3 FFTC4000 Fiberglass Flip Top Covers.48"X 70" I Each b 4,500.00 $ 4.500.00 6 4 31,00210 Control Enclosures,30 x 24 x 10 I Each $ 576.00 $ 576.00 6.5 1P2227 Enclosure Interior Panel.22 x 27 I Each $ 97.00 $ 97.00 6.6 1.90HF51' Sta-rite 4"Submersible Pump I Each 5 945.00 $ 945.00 6.7 P43B0050A3 Pentek 4"Submersible Pump Motor,5111'.230,3 Phase I Each $ 1,033.00 S 1,033.00 6.8 PW2AO056FAA l as awa 10044IQ V1-1).2011P,230V I Each 5 2,229.00 S 2.229.00 6.9 KDRC221I Input Line Reactor,2011P,230V I Each S 280.00 S 280.00 6.10 KI.R2I B tB Output line Reactor.511P,230V I Each Si 282.00 S 282.00 6.11 SD2-100-BR Non-Fused Internal Disconnect, IOOA Internal,3 Pole I Each $ 342.00 S 342.00 6.12 RM-250-ICR Modular Fuse Block, 100.\.2;+oV. I-1'6I.: 3 Each $ 106.00 5 318.00 6.13 C'VR-R1l-25100 Modular Fuse Block Cox er t for 250V I00.5,Claus Rl 3 Each $ 39.00 S 117.00 6.14 ECN-70 Input 1 ine Fuses,240V 3 Each 5 27.75 5 83.25 6.15 13100-120/208Y Surge Suppressor,Ditck,208.3 Phase I Each $ 510.00 5 510.00 6.16 679-3 Pressure Transducer,0-250 PSI I Each $ 436.00 S 136.00 6.17 70K8565 Internal Cooling Fan.4"X 4" I Each $ 16.86 $ 16.86 6.18 93K7643 Fan Cord Set.24" I Each $ 2.88 5 2.88 i Page 5 of 17 � 1c ..........Na Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist: Patrick Boyle Downloaded:78 Submittals:1 6.19 PWD-6 Ilvdro-Pneumatic Pressure Tank,2-Gallon I Each 5 82.00 $ 82.00 6.20 [..HM2(i10-MEI Netafim Hydro-Valve,2" I Each $ 825.00 S 825.00 6.21 1)I \'t'_2-080AC Nctatim Filters,2 x 2 I Each S 5,088.00 S 5.088.00 6 22 2"lntakemgv/2"Diameter Galvanized Victaulic Intake Manifold I Each S 775.00 S 775.00 6.23 2"Uteter cmgv/2" Galvanized Victaulic Discharge Manifold I Each S 872.00 S 872.00 Diameter 6.24 622-SR Submersible Check Valves I Each S 121.00 $ 121.00 6.25 2"C'erta-Lok Nipple Cepa-la k Pipe Nipple I Each S 43.50 5 43.50 6.26 2"Certa-1 ok Pipe per foot C'erta-Lok Pipe I Foot 5 9.95 5 9.95 6.27 Well Seal Well Seal,6"x 2" I Each 5 55.58 S 55.58 6.28 14/4 Gauge includes Ground Submersible Pump Wire 50 Feet S 0.95 S 47.50 6.29 In-(louse Assembly Labor 1 LS S 5.300.00 $ 5,300.00 6.30 On-Site Installation Labor 1 l s 5 4.000,00 $ 4.000.00 PACKAGF.7-SUBMERSIBLE WI 11 1 I'1 11 I's I TION MODEI.: 5'FI)-NETA-LP-SUB-7,5 Item Product Number Description Qty UM! Unit Price Extended Price 7.1 CC40(I0 Pre-Cast Concrete Pad.64"X 81" I Each $ 577.00 S 577.00 7.2 APS4000 Welded Aluminum Pump Skids I Each S 1.425.00 S 1,425.00 7.3 FFTC4000 Fiberglass Flip Top('users.48"X 70" I I ash S 4,500.00 S 4,500,00 7.4 3R3021(1 Control Enclosures.30 x 24 x 10 I tach S 576.00 S 576.00 7.5 IP2227 Enclosure Interior Panel. 22 x 27 I l'ach $ 97.00 $ 97.00 7.6 B82761 Berkeley Submersible Pumps,6TS-7.5-115 I Each S 1,482.00 S 1,482.00 7.7 P60A0075A3 Pentek 6"Submersible Pump Motor,7.511P,230,3 Phase I Each $ 1,249.00 S 1.249.00 7.8 PW2AOOSM AA Yaskasva 1000/1Q VFD.2011P,230V I Each S 2,229.00 S 2.229.00 7.9 KDR('2 211 Input Line Reactor,20H1',230V I Lash S 280.00 S 280.00 7.10 KLR2713I l3 Output Line Reactor.511P,230V I I ach S 294.00 5 294.00 7.11 SD2-I00-RR Non-Fused Internal Disconnect, 100A burr AI ; Pot.. I Mach 5 342.00 5 342.00 7.12 RM-?50-ICR Modular Fuse block, IOOA.250V, I-Pule 3 Each 5 106.00 $ 318.00 7.13 CVR-RIl-25100 Modular Fuse Block('over(for 250V, I00A.Class RI 3 Each $ 39.00 S 117.00 7.14 ECN-70 Input 1 ine Fuses.240V 3 Each S 27.75 S 83.25 7.15 1)100-1211 208Y Surce Suppressrn.I)itek,208,3 Phase I Each S 510.00 S 510.00 7.16 679-3 Pressure transducer.0-250 PM I Each S 436.00 S 436.00 7.17 70K8565 Internal Cooling Fan,4"X 4" Each S 16.86 S 16.86 Page 6 of 17 1 Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 718 93K7643 Fan Cord Set, 24" 1 I ;seh \ 2.88 S 2.88 7.19 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon I Each 5 82.00 S 82.00 7.20 LIIM2(i10-M(1. Netafim Hydro-Valve,2" I Each S 825.00 S 825.00 7.21 DFA202-080AC Netatim Filters.2 x 2 I Each $ 5.088.00 $ 5,088.00 7.22 2"Intakemgv t 2"Diameter Galvanized Victaulic Intake Manitbld 1 Each $ 775.00 S 775.00 7 23 2"Dtschargcmgv'2'" Galvanized Victaulic Discharge Manifold I Each 5 875.00 $ 875.00 Diameter 7.24 622-S13 Submersible("heck Valves I Each 5 121.00 5 121.00 7.25 2"Certa-Lok Nipple Certa-Lok Pipe Nipple 1 Each S 43.50 5 43.50 7.26 2"Certa-I ok Pipe ('erta-l.ok Pipe I Foot $ 9.95 S 9.95 7.27 Well Seal Nell Seal,6"x 2' I Each S 55.58 S 55.58 7.28 12r4 Gauge includes Ground Submersible Pump\1 ire 50 Feet S 1.02 5 51.00 • 7.29 In-I louse Assembly I ahoy I ES S 8,000.00 S 8,000.00 7 30 On-Site Installation Labor 1 1.5 5 4,000.00 5 4,000.00 PACKAGE 8-SUBNIERSIBLF:WELL.I't'Ml'STATION MODEL.:VFD-NFTA-CP-SUB-IO Item Product Number Description Qty 1.011 Unit Price Extended Price 8.1 CC5000 Pre-Cast Concrete Pad,64"X 110" I Each 5 592.00 S 592.00 8.2 APS5000 Welded Aluminum Pump Skids I Each S 1,912.00 $ 1,912.00 8.3 FFTC5000 Fiberglass Flip Top Covers,48"X 70- 1 Each $ 5,250.00 $ 5,250.00 8.4 3R30210 ('oatrnl Enclosures,30 x 24 x 10 I Each 5 576.00 S 576.00 8 i IP2227 Enclosure Interior Panel,22 x 27 I Each $ 97.00 $ 97.00 8.6 882804 Berkeley Submersible Pumps.6TS-7.5-I 15 I Each S 1,713.01) 5 1,713.00 8.7 P60A0100 A3 1'entek 6"Submersible Pump Motor.7.5111'.230.3 Phase I Each S 1.477,00 S 1.477.00 8.8 PW2A0056FAA Yaskawa 1000/IQ VFD,20HP,230V I Each $ 2?29.00 $ 2,229.00 8 9 KDRC'221I Input Linc Reactor,20HP,230V I Each 5 280.00 5 280.00 8.10 Ki R3511TR Output Line Reactor,51IP,2,nV I Each 5 100.00 $ 300.00 8.11 SD2-100-BR Non-Fused internal Disconnect, 100.A Internal,3 Pole 1 Each S 342.110 5 .342.00 8.12 RM-250-ICR Modular Fuse Block IOOA,250V. 1-Pole 3 Each S 106.00 5 318.00 8.13 CVR-R11-25100 Modular Fuse Block Cover(fur 250V, 100A,('lass R) 3 Each S 39.00 5 117.00 8.14 E.CN-70 Input 1 inc Fuses,240V 3 Each S 27.72 S 83.I6 8.15 DI 00-120.1208Y Surge Suppressor,Ditek,208,3 Phase I Each $ 510.00 $ 510.00 8.16 679-3 Pressure Transducer,0-250 PSI I Each $ 436.00 5 430 00 Page 7 of 17 sminneineimme Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 • 8.17 70K8565 Internal('outing Fan,4"X 4" I Each $ 16.86 $ 16.86 8.18 93K7643, Fan Cord Set.24" 1 Each $ 2.88 $ 2.88 8.19 PWD-6 I lydro-Pneumatic Pressure Tank.2-gallon I Each S 82.00 $ 82 00 8.20 LHM3GI0-MFI. Netatim Hydro-Valve,3" I Each 5 1.242.00 5 1.242.00 8.21 DFA203-080AC Netafim Filters,2 x 3 I Each S 6.450.00 5 6,450.00 8.22 3"lntakemgv/3"Diameter Galvanized Victaulic Intake Manitbld I Each 5 875.00 5 875.00 8 23 3"Dimgv/3" Galvanized Victaulic Discharge Mani t61,1 I Each 5 975.00 $ 975.00 Diameter 8.24 623-SR Submersible Check Valves 1 Each $ 406.00 5 406 on 8.25 3"('erta-I sok Nipple Certa-1 stk Pipe Nipple I Each S 39.00 S 39.00 8.26 3"C erta-Lok Pipe per toot Certa-Lok Pipe I Foot $ 16.50 $ 16.50 (40 Ft.) 8.27 Well Seal Well Seal,6"x 2" I Each S 55.58 5 55.58 8.28 10/4 Gauge includes Ground Submersible Pump Wire 50 Feet S 1.73 S 86.50 8.29 In-House Assembly labor I LS S 5,200.00 5 5,200.00 8.30 On-Site Installation tabor I 1.S S 3.000.00 5 3,000.00 PACKAGE 9: SUBMERSIBLE WELL PUMP STATION MODE! : 1 17)NETA-LP-SUB-IS Item Product Number Description Qty t'OM ('nit Price Extended Price 9.1 CC5000 Pre-Cast Concrete Pad.64"X 110" 1 Each S 592.00 $ 592.00 9.2 APS5000 Welded Alominnm Pump Skid I Each $ 1,912.00 S 1.912.(10 9.3 Fl"TC5000 I Mc:z', ,Flip I op Covers.48"X 96" I Each S 5150.00 S 5.250.00 9.4 3R30210 Control Enclosures,30 x 24 x 10 1 Each $ 576.00 5 576.00 9.5 1P2227 Enclosure Interior Panel.22 x 27 1 Each S 97.00 S 97.00 9.6 1)86036 Berkeley Submersible Pumps,6TS-15-230 I Each $ 2.017.00 S 2,017.00 9.7 P60A0150 A3 Pentek 6"Submersible Pump Motor, I5HP,230,3pli I 1 itch 5 1,707.00 5 1,707.00 9.8 PW2A0056FAA Yaskawa 1000/1Q VFD.201W.230V I I'ach S 2,229.00 S 2,229.00 9.9 KDRC2211 Input tine Reactor.201TP.230V I Each S 280.00 $ 280.00 9.10 KLR4S13TR Output Tine Reactor,SFIP,230V i I Each S 318.00 $ 118 On 9.11 SD2-100-RR Non-Fused Internal Disconnect, 100A Internal,3 Pole 1 Each $ 342.00 S 342.00 9.12 RM-250-ICR • Modular Fuse Rlock, IOOA.250V, I-Pole 3 Each $ 106.0(1 $ 318.0(1 9.13 CVR-RH-25100 Modular fuse Rlock Cover for 250V. IOOA,Class RI 3 Each $ 39.00 S 117.00 9.14 F.CN-70 Input line I uses.240V 3 Each $ 27.75 S 83.25 9.15 DlOO-120/208Y Surge Suppressor,Ditek,208,3 Phase I Each 5 510.00 $ 510.00 Page 8 of 17 ',.‘kr,) Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Buy le Downloaded:78 Submittals:1 9.16 679-3 Pressure Transducer,0-250 PSI I Each $ 436.00 5 436.00 9.17 70K8565 Internal Cooling Fan.4"X 4" I Each 5 16.86 5 16.86 9.18 93K7643 Ian Cord Set,24" 1 Each S 2.88 $ 2.88 9.19 PWD-6 Ilydro-Pneumatic Pressure lank.2-Ballon 1 Each S 82.00 S 82;(1 J 9.20 I.HM4GIO-MEL Netafim Hydro-Valve,4" 1 Each S 1,950,00 S 1,950.00 9.21 DFA203-080AC Netatim Filters.2"X 3" I Each $ 6,450.00 $ 6,15200 9.22 4"lntakemgr I"I):an,eter Cialvani7cd Victaulic Intake Manifold I Each S 975.00 $ 975.00 9 23 4"Dischargeml 4" (ialvani-rcd Victaulic Discharge Manilbid I Each S 1,075.00 S 1,075.00 Diameter 9.24 624-SB Submersible Check Valves I Each 5 712.00 S 712.00 9.25 4"C'erta-Lok Nipple Ccrta-l.ok Pipe Nipple I Each S 52.50 S 52.50 9,26 4"('erta-I ok Pipe Certa-Lok Pipe 10 Feet S 15.00 S 600.00 9.27 Well Seal Well Seal.8"v 4" I Each S 112.50 5 112.50 9.28 8/4 Gauge Submersible Pump Wire wiground wire 50 Feet S 2.53 5 126 50 9.29 In-house Assembl> I abor I I s 5 7,300.00 S 7,300 00 9.30 On-Site Installation I An: I I S S 4.000.00 5 4,01)0.00 PACKAGE 10: St'R\IF.RSIBI.t:WELL PIMP STATION MODEL: VF1)-NF.TA-I.P-SUB-20 Item Product Number Description Qty I OM Unit Price 1,vten,lcd Price 10.1 CC5000 Pre-Cast Concrete Pad.64 \ 110 I Mach 5 592.00 S 592.00 10.2 APS5000 Welded Aluminum Pump Skid I I ach 5 1.912.00 S 1,912.00 10.3 FFTC5000 Fiberglass Flip Top Covers,48"X 96" 1 Each S 5,250.00 S 5,250.00 10.4 31130210 Control Enclosures,311 s 24 x 10 I Each S 576.00 S 576.00 10> 11'2227 Enclosure Interior Panel,22\17 1 Each S 97.00 S 97.00 10.6 886062 Berkeley Submersible Pumps.61 M11-25-450 1 Each S 2,186.0() $ 2,186.00 10.7 Y60,A0250 A4 Pentek 6"Submersible Pump Motor.2511!'.230V.3ph I Each S 2,443.00 $ 2,443.00 10.8 PW4A0O4OFAA Yaskawa I000/IQ VFD,201117,230V I Each 5 2.842.00 S 2.842.01) 10.9 KDRD4E1 Input Line Reactor,2011P,230V I Each S 300.00 S 300.00 10.10 KDRD3P Output Line Reactor,201IP,230V 1 Each S 300.00 S 300.00 10.11 SD2-100-BR Non-Fused Internal Disconnect, IOOA Internal,3 Pole 1 Each S 342.00 S 342.00 10.12 RM-60060-ICR Modular Fuse Block.60A,600V. 1-Pole 3 Each S 75.00 S 225.00 10.13 CVR-R11-6))060 Modular Fuse Block Cover!for 600V.60A.('I:,.s Ri 3 Each S 11.00 S 33.00 10.14 FCSR45 Input I ine Fuses.-NOV 3 Each S 27.00 5 81.00 Page 9 of 17 f',tt, Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals: 1 10.15 D100-4803 Surge Suppressor,Ditek,480,3 Phase I Each $ 510.00 $ 510.00 10.16 679-3 Pressure Transducer,0-250 PSI I Each $ 436.00 $ 436.00 10.17 70K8565 Internal Cooling Fan,4"X 4" 1 Each $ 16.86 5 16.86 10.18 93K7643 Fan Cord Set,24" 1 Each $ 2.88 $ 2.88 10.19 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon 1 Each $ 82.00 $ 82,00 10.20 LHM4G10 MEL Netatim Hydro-Valve,4" I Each $ 1,950.00 $ 1,950.00 10.21 DFA204-O8OAC Netafim Filters,2"X 4" 1 Each $ 7,905.00 S 7,905.00 10.22 4"lntakemgv/4"Diameter Galvanized Victaulic Intake Manifold 1 Each $ 975.00 5 975.00 10 23 4"Dischargemgv/4" Galvanized Victaulic Discharge Manifold 1 Each $ 1.075.00 S 1,075.00 Diameter _ 10.24 624-SB Submersible Check Valves I Each $ 712.00 $ 712.00 ^10.25 4"Certa-Lok Nipple Certa-Lok Pipe Nipple I Each $ 52.50 S 52.50 10.26 4"Certa-Lok Pipe Certa-Lok Pipe 40 Feet S 15.00 S 600.00 10.27 Well Seal Well Seal,8"x 4" I Each $ 112.50 5 112.50 10.28 8/4 Gauge Submersible Pump Wire w/ground wire 50 Feet $ 2.52 $ 126.00 J 10.29 In-House Assembly Labor I LS $ 9,700.00 5 9,700.00 -4 10.30 On-Site Installation Labor I LS $ 4,000.00 $ 4,000.00 PACKAGE 11: SUBMERSIBLE WELL PUMP STATION MODEL: VFD-META-LP-SUB-25 Item Product Number Description Qty UOM Unit Price Extended Price 11.1 CC5000 Pre-Cast Concrete Pad,64"X 110" l Each 5 592.00 $ 592.00 11.2 APS5000 Welded Aluminum Pump Skid 1 Each $ 1,912.00 S 1,912.00 11.3 FFTC5000 Fiberglass Flip Top Covers,48"X 96" 1 Each $ 5,250.00 5 5,250.00 11.4 3R30210 Control Enclosures,30 x 24 x 10 1 Each $ 576.00 $ 576.00 11.5 IP2227 Enclosure Interior Panel,22 x 27 1 Each $ 97.00 $ 97.00 11.6 B86878 Berkeley Submersible Pumps,6TS-25-450 _ I Each 5 1,783.00 $ 1,783.00 11.7 P60A0250 A4 Pentek 6"Submersible Pump Motor,25HP,480V,3ph 1 Each 5 2,443.00 $ 2,443.00 11.8 PW2A0056FAA Yaskawa 1000/IQ VFD,2511P,480V 1 Each $ 2,229.00 $ 2,229.00 11.9 KDRC22H Input Line Reactor,25HP,480V 1 Each 5 280.00 $ 280.00 11.10 KLR55BTB Output Line Reactor,251113,480V 1 Each $ 395.00 $ 395,00 11.1 I SD2-100-BR Non-Fused Internal Disconnect, 100A Internal,3 Pole 1 Each $ 342.00 $ 342.00 11.12 RM-250-1CR Modular Fuse Block,100A,250V, 1-Pole 3 Each $ 106.00 $ 318.00 11.13 CVR-RH-25100 Modular Fuse Block Cover(for 250V, 100A,Class R) 3 Each $ 39.00 $ 117.00 Page 10 of 17 ;'•-•- (7) Project Manager.Melissa Pearson Notifications Sent: 15218 Procurement Strategist:Patrick Royle Downloaded:78 Submittals:1 1114 ICN-70 Input I ine Fuses.240V 3 Fach $ 27.75 $ 83.25 11 15 D100.120;2081' Surge Suppressor,Ditek,208,3 Phase I Fach S 510.00 S 510.00 1116 679-3 Pressure transducer.0-250 PSI I I ach S 436.00 5 436.00 1 117 70K8565 Internal(Luling fan,4"X 4" I Fach S 16.86 S 16.86 1 118 93K 764 3 Fan Curd Set,24" I Fach 5 2.88 S 2.88 1.19 PWD-6 hydro-Pneumatie Pressure lank,2-Gallon I I aeh S 82.00 S 82.00 11 20 111M:1610-Mr 1. Nctafim I tydro-Valve.4" I f ach S 1.050.00 S 1.950 00 11.21 1)hr\201-080:AC Netaiint Filters,2"X-1" I I'ach S 7,905.00 S 7,905.00 11.22 I'Intakemgs '4"Diameter (ialvanited Victaulic Intake Mani101d I I'ach S 975.00 S 075.00 4"Discl,argemgs . 4' I 1 23 1ialvaniied Vietaulic Discharge Manifold 1 l ach S 1.075.00 S 1,075 00 Diameter 1 1 24 624-SR Submersible('heck Vales 1 Fach S 712.00 S 712.00 1 125 4"('erta-1 ok Nipple Certa-1 ok Pipe Nipple I 1-aeh 5 52.330 S 52 50 11.26 4"t'erta-I ok Pipe ('erta-Luk Pipe 411 Feet S 15.00 S 600 00 11.27 Wel:Seal Well Seal,8"s 4" I l ach S 112.50 S 112 50 1128 14:4 GaugeSubmersible Pump Wire w ground wire 50 feet S 0,95 5 47 50 11,29 In-I louse Assembly I abor I I S S 5.000.00 5 5,000.00 11.30 On-Site Installation I abor 1 1.5 S 14,0041M0 S 14,000 00 SECTION 12: PARTS Item Model I Part Number Description Oty COM I'nit Price JMy132121 (discontinued) 12 I New 1:1,,32121 Balder Centrifugal Pump:51I1'.31'11 I 1-ach 5 617.00 122 JMM3211)1 BaldurCentrifugal Pump: 7.5111'.31'11 I hack $ 72900 12 .3 J\IM331 21 Raldor Centrifugal Pump: 10111',31'11 1 Tach 5 775.00 124 .1\-1 511,1141 Raldor Centrifugal Pump: 15111'. 3101 1 1 ach S 1,420,00 12 5 A4512514I t3aldor Centrifugal Pump:20111.31'11 1 I ach $ 1,181 011 12 6 JMNI25161 Raldor Centrifugal Pump:25111'.31'11 I Mach $ 1,771 00 12.7 111 1.211'515 5 11P Berkeley Centrifugal Pump I Each S 2,100.00 12.8 III 1'211'MS.7.5111' Berkeley ('entritugal Pump I [.itch .5 2,22000 12.9 B2/PIS 10 11.P. Berkeley Centrifugal Pump 1 tach $ 2.835.00 12 10 112/P1 5 15 II P Berkeley Centrifugal Pump I Fitch S 3,082,00 1111 882682 Berkeley submersible Pumps,6'I S-5-'0 I I.ich S 1,113.(1(1 12 12 1187761 Berkeley Submersible Pumps,615-7.5-115 I I tel S 1,182.011 Page 11 of 17 Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 Item Model/Part Number Description Qty UOM I Unit Price 12.13 B82804 Berkeley Submersible Pumps,6TS-10-155 1 Each S 1,713.00 • 12.14 1386036 Berkeley Submersible Pumps,6TS-15-230 1 Each 5 2,017.00 12.15 B86062 Berkeley Submersible Pumps,6TS-20-300 I Each $ 2,186.00 I 12.16 1386878 Berkeley Submersible Pumps,6TMH-25-450 I Each $ 1,783.00 12.17 P43B0050A3 Pentek 4"Submersible Pump Motors,5HP,230V,3PH I Each 5 1,033.00 12.18 P43B0075A3 Pentek 4"Submersihle Pump Motors,7.514P,230V.3PH 1 Each 5 1,279.00 12,19 P43B0050A4 Pentek 4"Submersible Pump Motors,5HP,480V,3PH I Each $ 1,033.00 12.20 P43B0075A4 Pentek 4"Submersible Pump Motors,7.5HP,480V,3PH I Each $ 1,279.00 12.21 P60A0050A3 Pentek 6"Submersible Pump Motor:SHP,230V,3PH I Each 5 1,084.00 12.22 P60A0075A3 Pentek 6"Submersible Pump Motor,7,5HP,230V,3PH 1 Each $ 1,249.00 12.23 P60A0100A3 Pentek 6"Submersible Pump Motor, 101-1P,230V,3PH 1 Each 5 1,47'7.00 12.24 P60A0150A3 Pentek 6"Submersible Pump Motor,15HP,230V,3P11 1 Each $ 1,707.00 12.25 P60A0200A3 Pentek 6"Submersible Pump Motor,2011P,230V,3PH I Each $ 2,100.00 12.26 P60A0050A4 Pentek 6"Submersible Pump Motor,5HP,480V,3PH 1 Each $ 1,084.00 12.27 P60A0050A4 Pentek 6"Submersible Pump Motor,7.5HP,480V,3PH 1 Each $ 1,249.00 12.28 P60A0100A4 Pentek 6"Submersible Pump Motor, 101:-IP,480V,3PH I Each $ 1,477.00 12.29 P60A0150A4 Pentek 6"Submersible Pump Motor,15HP,480V,3PH 1 Each $ 1,707.00 12.30 P60A0200A4 Pentek 6"Submersible Pump Motor,201-1P,480V,3P11 l Each $ 2,100.00 12.31 P60A0250A4 Pentek 6"Submersible Pump Motor,25HP,480V,3PH I Each $ 2,443.00 12.32 P60A0250A4 Pentek 6"Submersible Pump Motor,25HP,480V,3PH 1 Each $ 2,443.00 12.33 L9011F50 Sta-Rite 4"Submersible Pump I Each $ 945.00 12.34 L90HF75 Sta-Rite 4"Submersible Pump I Each S 1,356.00 1 12.35 PW2A0040FAA Yaskawa 1000/IQ Variable Frequency Drive, 15HP,230V 1 Each $ 1,8)5.00 12.36 PW2A0056FAA Yaskawa 1000/1Q Variable Frequency Drive.20HP,230V 1 Each $ 2,229.00 12.37 PW4A0009FAA Yaskawa 1000/IQ Variable Frequency Drive,5HP,480V 1 Each 5 1,336.00 12.38 PW4A0011 FAA Yaskawa 1000/IQ Variable Frequency Drive,7.5HP,480V 1 Each $ 1,519.00 12.39 PW4A0018FAA Yaskawa 1000/IQ Variable Frequency Drive,10HP.480V I Each $ 1,579.00 12.40 PW4A0023FAA Yaskawa I000fIQ Variable Frequency Drive,1514P,480V l Each $ 1,900.00 12.41 PW4A0031FAA Yaskawa 1000/1Q Variable Frequency Drive,20HP,480V I Each $ 2,145.00 12.42 KDR1325H TCI LINE Input Line Reactor,5HP,230V,3PH l Each $ 210.00 Page 12 of 17 Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Royle Downloaded:78 Submittals:1 Item Model/Part Number Description Qty COSI unit Price 12.43 KDRR2611 TCI LINE Input Line Reactor,7.512P,230V,3P11 I Each S 214.00 12.44 KDRD2I1I TCI LINE Input I ine Reactor, IUHP,230V,3PI1 I Each $ 232.00 12.45 KDRI)2211 'I'C'I LINE Input 1 ine Reactor, 151IP.230V,3PH 1 Each $ 280.00 1 12.46 KDRC2211 TCI'.INF.Input Line Reactor,201W,230V,3PH I Each $ 280.00 12.47 hl)12A3P TCI LINE Output Line Reactor.SHP,480V,3P11 I Each S 168.00 12.48 KDRA4P TCI I INF Output I.ine Reactor,7.51W.480V,3P1I I Each S 181.00 12.49 KDRRIP TCI LINE Output Line Reactor. 10111',480V ;1'11 I Each S 222.00 12.50 KDRDIP TCI LINE Output line Reactor, 1511P,480V,31'11 1 1 ach S 246.00 12.51 KDRD2P TCI LINE Output Line Reactor.20HI'.480V,3PH I Each S 270.00 12.52 KDRI)3P '1('1 I INE Output line Reactor.251W,480V.3P1' I I ach S 300.00 12.53 DCA001803 DC Link Choke,51W,230V I I itch S 202 00 12.54 DC A003202 DC I.ink Choke,7.5 IIP,230V I Each S 223.00 12.55 DCA004003 In'I ink Choke, 1011P,230V I 1 .1,h 5 255.00 1 i 12.56 501211002 D('Link Choke, IS HP,230V i I I.LII1 S 39{1.00 12.57 DCA000904 I)C Link Choke,511P,480V 1 Each 5 172.00 12.58 DC'A001805 1)C Link Choke,7 s IIP,480V I Each S 202.00 12.59 DC'A00180i I)('Link Choke. IO IIP,480V I l'ach 5 217 0n 12.60 IX'A002505 DC link Choke, IS III'.480V I Each 5 270 On 12.61 DCA003203 I)C Link Choke.20 111).480V I Each S 292.00 12.62 LX 'yiii1003 Int I Choke, 25 HP,480V I Each $ 315.00 12.63 682-3 Pi Cssure l i " ,dueer.0-250 PSI I Each $ 390.00 12.64 679-3 Pressure Transducer,0-250 PSI I I ach $ 436.00 12.65 [)FA202-080AC Netafim Filter 2"x 2" I 1 .:.h S 5,088.00 12.66 DFA203-080AC Netafim Filter 2"x 3" ! 1 J,.h S 6.450.00 12.67 DFA2O4-080AC Netatim Filter 2"x 4" 1 I ach S 7,905.00 12,68 DFA303-080AC Netafim Filter 3"x 3" I l ach $ 11.236.00 12.69 I HM26I0-MEI Netafim II0ro-Valve 2" I Each 5 825.00 12.70 1 IIM3G10-MF1 Nctafim Ilydro-Valve 3" I Each $ 1,242.00 12.71 1 IIM4G10-M1 1 Netatim Ilcdro-Valsc 4" I Each $ 1,950.00 12.72 70620-002300 Netafim Filter Cover 1 Each $ 142.00 Page 13 of 17 i, Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 Item Model/Part Number Description Qh UOM Unit Price 12.73 70620-003900 Netatim Cover Seal I Each $ 21.00 12.74 70620-003600 Netatim Spine complete with o-rings I Fath i S 426.00 12.75 71000-012780 Netafim 2"Backflush Valve I I ,,.I, S 624.00 12.76 71000-013360 Netatim 3"Backwash Valve I Each $ 660.00 12.77 70800-003260 Netatim 24V Solenoid Complete I Each $ 165.00 12.78 70800-002680 Netafini_4V Solenoid Only I Each S 63.00 12.79 70561-004210 Netatim Vacuum Guard Air Vent I Each $ 139.00 12.80 00105-003200 Netatim Pressure Differential Switch 1 Each $ 682.0(1 12.81 23AXF3-BOARD Netatim Backwash 3 Output hoard I Each S 1,012.00 12 tit 23AXF4-BOARD Netafim Backwash 4 Output Board I Each S 1,313.00 12.83 00105-001700 Netatim 3 Output Backwash Control I Fitch S 1.495,00 12.84 00105-002300 Netatim Output Backwash Control I Each $ 1,725.00 12.85 DF075-040 Netatim 3/4"Filter I Eaeh S 18.00 12.86 70220-010650 Netafim Hydrometer Dust Cover Assembly 1 Each 5 16.01) 12.87 70220-010550 Netatim Hydrometer Register 0-Ring 1 Each 1 S 1(1)) 12.88 71610-036000 Netatim Hydrometer 3-lVa)Selector Valve 1 Each S 38.00 12.89 70261-11011'14 Netatim Hydrometer 2"Register I Fach S I K9 00 12.90 70220-020410 Netafim I tydrometer 3"Register I Each S 189.00 12.91 70261-001337 Netafim Hydrometer4"Register 1 Each S 189.00 12.92 70220-005300 Netafim Ilydrometer Pulse Reed Switch I Each S 57.00 12.93 36501 NC-024 vct,i)ir,I I..drometer 3.5 Solenoid Complete 1 Each S 1•10 09 12.94 61 BKCI-24W5 'Netatim i hydrometer Solenoid Only 1 Each S 61 00 12.95 RM-25060-IC'R Ilse Block.Class R.250V,60A, I-Pole I Each $ 24.00 12.96 CVR-RI4-25060 Fuse Block Cover(use wI250V,60A,Class RI I Fact• 5 11.00 12.97 RM-25100-1CR Fuse Block,Class R.250V, 100A. I-Pole I 1 .,,. $ 106.00 12.98 CVR-RII-25100 Fuse Block Cover(use w/250V, 100A.Class R) I Each $ 39.00 12.99 RM-60030-ICR Fuse Block,Class R.600V,30A, I-Pole I Each $ 28.00 12 100 CVR-R1l-60030 Fuse Block Cover(use w/600V,30A,Class R) 1 Each S 9.00 12.101 RM-60060-ICR Fuse Block.Class R.600V,60A, I-Pole I I ;:ch S 75.00 12.102 CVR-R11-60060 Fuse Block Cover(use w;600V,60A.Class R) I I ,,c`s S 11.00 Page 14 of 17 Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 Item Model I Part Number Description Qty UOM Unit Price 12.103 ECNR60 Input Line Fuses,240V I Each $ 12.45 12.104 ECNR70 Input Line Fuses,240V 1 Each S 27.75 12.105 ECNR80 Input Line Fuses,240V 1 Each $ 27.75 12.106 ECNR90 Input Line Fuses,240V 1 Each $ 29.40 1 12.107 ECNR 100 Input Line Fuses,240V 1 Each $ 27.75 12,108 ECNRI25 Input Line Fuses,240V 1 Each $ 62.25 '12.109 ECSR25 Tnput Line Fuses,480V 1 Each $ 15.00 ' 12.110 ECSR30 Input Line Fuses,480V 1 Each $ 15,00 12.111 ECSR40 Input Line Fuses,480V 1 Each $ 27.00 12.112 ECSR45 Input Line Fuses,480V 1 Each $ 27.00 12.113 ECSR50 Input Line Fuses,480V 1 Each $ 27.00 12.114 ECSR60 Input Line Fuses,480V 1 Each $ 27.00 1 12.115 GF222NR Fused Disconnect,250V,External,60A,2-Pole 1 Each $ 136.00 I 12.116 GF223NR Fused Disconnect,250V,External, 100A,2-Pole 1 Each $ 312.00 12.117 GF322NR Fused Disconnect,250V,External,60A,3.l'ole I Each $ 165.00 12.118 GF323NR Fused Disconnect,250V,External,100A,3-Pole 1 Each $ 297.00 ' 12.119 HF361R Fused Disconnect,600V,External,30A,3-Pole 1 Each $ 315.00 12.120 HF362R Fused Disconnect,600V,External,60A,3-Pole 1 Each $ 520.00 . I 12.121 HF363R Fused Disconnect,600V,External, 100A,3-Pole 1 Each $ 624.00 12.122 SD2-100-BR Fused Disconnect,600V,Internal, 100A,3-Pole 1 Each $ 342.00 12.123 Certa-Lok 4661112 2"Certa-Lok PVC Pipe 1 Foot $ 9.95 12.124 Certa-Lok#662119 3"Certa-Lok PVC Pipe I Foot $ 16.50 12.125 Certa-Lok 4663215 4"Certa-Lok PVC Pipe 1 Foot $ 15.00 12.126 Ccrta-Lok#707513 2"Certa-Lok PVC Pipe Nipple I Each $ 43.50 I I 12.127 Certa-Lok#707520 3"Certa-Lok PVC Pipe Nipple I Each $ 39.00 12.128 Certa-Lok#707537 4"Certa-Lok PVC Pipe Nipple I Each $ 52.5D 12.129 Certa-Lok#226212 4"Cert-Lok Yelomine Pipe 1 Foot $ 7.88 12.130 Certa-Lok#227219 6"Cert-Lok Yelomine Pipe 1 Foot $ 12.38 12.131 Certa-Lok#706011 4"Cert-Lok Yelomine Pipe Nipple 1 Each $ 27.90 12.132 Certa-Lok#706028 6"Cert-Lok Yclomine Pipe Nipple l Each $ 48.00 Page 15 of 17 Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Hoyle Downloaded:78 Submittals:1 Item \andel/Part Humber Description Qty UOM Unit Price 12.133 ( t'+000 Pre-Cast Concrete Pad 64"X 72" I Fach 5 562.00 12.134 CC'•ltrirn Pre-Cam Concrete Pad 64" X 84- I Huh $ 577.00 12.135 CC5000 I'rc-('a,t('oncreie fail 64"X 110" I Each $ 592.00 12.136 APS 3000 Welded Aluminum Pump Skids I Each $ 1,200.00 12.137 APS4000 Welded Aluminum Pump Skids I Each $ 1,425.00 12.138 APS5000 W'eWed Aluminum Pump Skids I Fitch S 1.912,00 12.139 PWD-6 11)dro-Pneumatic l'res:ure Tank. 2-Gallon I Fach S 82.00 12.140 PC-66F1kP I lydro-Pneumatic Pressure Tank,20-Gallon I 'ach $ 186.00 12.111 1St Pressure Switch 1 Loch $ 30.00 12.142 611452 Reverse Pres,ure Stiiueh I I'ad> S 89.00 12.143 R HH(i-I 100 I're,,ure t ivaee I F ach S 24.0)) 12.144 Simmons 4139 Well Seal,6"X 2" 1 Each $ 55.58 12.145 Simmons 8021 Well Seal.6"X 3" I Each $ 52.50 • 12.146 Simmons 4199 Well Seal,8"X 2" I Each $ 105.00 12.147 Simmons 4041 Well Seal.8"X 3" I I ach $ 112.50 12.1.18 Simmons 8042 Well Seal,8"X 4" I l ach $ 112.50 12.149 50,4 Sure-Flo Self-Cleaning Strainers.4". ,'5 t'apaeity gpm 1 Each $ 787 00 12.151) 5CS6 Sure-Flo Sel1('Ieaning Stainers,6 625('apaeii' gpm I I ach $ 1,132 00 12.151 14 4 Submersible Pump Cable WI Ground I Foot $ 0.95 12.152 12/4 Submersible Pump Cable wi Ground 1 Foot S 1.02 12.153 10.1 Submersible Pump Cable vv;(around 1 Foot 5 1.73 12.154 8'4 Submersible Pump Cable wiGround 1 l trot S 2 52 12.155 614 Submersible Pump Cable wt Ground I Foot S 3.75 12.156 70108565 Sthenia]( oolinc Lan.4''X1" 1 44th S 16.82 12.157 911:7643 Fan Cord Set.24" I t ach S 2.88 42. 158 11-1C4000 Fiberglass Flip Top Covers,48"X 70" 1 Each $ 4,500.00 12.159 FFTC5000 Fiberglass Flip Top Covers.48"X 70" 1i 1 S 5.250.00 12.160 3R30210/30 N 24 s 10 Control Enclosures 1 Lack S 576.00 12.161 IP2227/22 x 27 I nclosure Interior Panel 1 Lgh S 97,00 12.162 1'Intakentgv t 2"Diameter Galvanized Victaulic Intake Manifold I. 1 act S 775 00 Page 16 of 17 Project Manager:Melissa Pearson Notifications Sent:1S218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 Item Model/Part Number Description Qty UOM Unit Price 12.163 2"Dischargemgv/2" Galvanized Victaulic Discharge Manifold 1 Each $ 875.00 Diameter 12.164 3"Intakemgv/3"Diameter Galvanized Victaulic Intake Manifold 1 Each $ 875.00 12.165 3"Dischargemgv/3" Galvanized Victaulic Discharge Manifold I Each $ 975.00 Diameter . 12.i66 4"lntakemgv/4"Diameter Galvanized Victaulic Intake Manifold 1 Each $ 975.00 4"Dischargemev 14" 12.167 Diameter Galvanized Victaulic Discharge Manifold 1 Each $ 1,075.00 12.168 D100-120/208Y Surge Sunoressor,Ditek,208,3 Phase 1 Each $ 510.00 ! 12.169 KLR2IBTB Output Line Reactor 5HP,230V 1 Each $ 282.00 12.170 KLR27BTB Output Line Reactor,5HP,230V 1 Each $ 294.00 ! 12.171 KLR35BTB Output Line Reactor.SHP.230V 1 Each $ 300.00 12.172 KLR45BTB Output Line Reactor,5HP,230V 1 Each $ 318.00 12.173 624-SB Submersible check valves 1 Each S 712.00 SECTION 13: SERVICE HOURS/EQUIPMENT/MAINTENANCE OF TRAFFIC II Item Description Qty UOM Unit Price 13.1 Supervisor 1 Hourly S 125.00 13 2 hrHouse Technicians 1 Hourly $ 100.00 13.3 Field Service Technician ] Ilourly $ 100.00 13.4 Crane(75-foot reach) 1 Hourly $ 450.00 13.5 Crane Operator l Hourly $ 150.00 13.6 Bucket Truck(40 foot reach) l Hourly $ 500.00 13 7 Bucket Truck(60 foot reach) I Hourly $ 645.00 13 8 Bucket Truck(80 foot reach) I Hourly $ 960.00 13.9 Bucket Truck Operator I Hourly $ 150.00 13 10 Maintenance of Traffic 1 Lump Sum $ L200.00 Material Mark-Up is 10%(receipts required with invoice submission) Page 17 of 17 Other Exhibit/Attachment Description: ❑ following this page (containing pages) this exhibit is not applicable Page 17 of 17 Fixed Term Service Agreement#2017-002(Ver.I) \.;cJ NAPLELE-02 D2ADVORAK ACORN CERTIFICATE OF LIABILITY INSURANCE DATDM/YY) 31/201220/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER License#L077730 CONTACT Amanda Dvorak NAME: AssuredPartners of Florida,Cape Coral PHONE Fax 3501 Del Prado Blvd.S Suite#204 (A/C,No,Ext):(239)205-1544 (A/C,No):(239)542-5527 Cape Coral,FL 33904 ADDAIL RESS:amanda.dvorak@assuredpartners.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Southern-Owners Insurance Company 10190 INSURED INSURER B:BusinesSFirSt Insurance Company 11697 Naples Electric Motor Works,Inc. INSURER C: 2088 J&C Blvd. INSURER D: Naples,FL 34109 INSURER E: _ INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD (MMIDD/YYYYI (MMIDDIYYYY) A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR20639469 8/21/2019 8/21/2020 DAMAGE TO RENTED 300,000 X PREMISES(Ea occurrence) $ MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY PRO- JECT LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 (Ea accident) ANY AUTO 20639469 8/21/2019 8/21/2020 BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ X AUTOS ONLY X AUTOS ONEY PROPERTY accidentDAMAGE A X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 1,000,000 EXCESSLIAB CLAIMS-MADE 4463532400 9/13/2019 8/21/2020 AGGREGATE $ 1,000,000 DED RETENTION$ $ B WORKERS COMPENSATION X I SPER TATUTE I I OETH AND EMPLOYERS'LIABILITY Y/N 52119068 11/25/2019 11/25/2020 1,000,000 ANY OFFICER/MEMBER/EXCLUDED?ECUTIVE N NIA E.L.EACH ACCIDENT $ (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Collier County Board of County Commissioners,OR,Bo and of County Commissioners in Collier County,OR, Collier County Goverment,OR,Collier County included as an additional insured under the caption ed Commercial General Liability on a primary and no n-contributory basis if and to the extent required by SEE ATTACHED ACORD 101 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Collier CountyBoard of CountyCommissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 3295 Tamiami Trail E Naples,FL 34112 AUTHORIZED REPRESENTATIVE 1044 ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: NAPLELE-02 D2ADVORAK LOC#: 1 - - --- ACORO ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY License#L077730 NAMED INSURED Naples Electric Motor Works,Inc. AssuredPartners of Florida,Cape Coral 2088 J&C Blvd. POLICY NUMBER Naples,FL 34109 SEE PAGE 1 CARRIER NAIC CODE SEE PAGE 1 SEE P 1 EFFEcrne DATE:SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Description of Operations/LocationsNehicles: written contract. For any and all work performed on behalf of Collier County. ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Agency Code 12-0297-00 Policy Number 034612-20639469 COMMERCIAL GENERAL LIABILITY 55202(12-04) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED EXCLUSION - PRODUCTS-COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization (Additional Insured): LEE COUNTY BOARD OF COUNTY COMMISSIONERS/COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS/PASEO CDD,RIZZETTA&COMPANY INC/ (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Under SECTION I-COVERAGES,COVERAGE A. The limits of liability for the Additional Insured are BODILY INJURY AND PROPERTY DAMAGE those specified in the written contract or agreement LIABILITY,2. Exclusions, the following exclusion is between the insured and the owner, lessee or con- added: tractor, not to exceed the limits provided in this policy. These limits are inclusive of and not in ad- 2. Exclusions dition to the limits of insurance shown in the Decla- rations. This insurance does not apply to: D. Under SECTION IV-COMMERCIAL GENERAL The Additional Insured for the "products-corn- LIABILITY CONDITIONS,4.Other Insurance, the pleted operations hazard". following is added: B. Under SECTION II-WHO IS AN INSURED, the This insurance is primary for the person or organ- following is added: ization shown in the Schedule, but only with respect to liability arising out of"your work"for that person The person or organization shown in the above or organization by or for you. Other insurance Schedule is an Additional Insured, but only with re- available to the person or organization shown in the spect to liability arising out of"your work"for that Schedule will apply as excess insurance and not insured by or for you. contribute as primary insurance to the insurance provided by this endorsement. C. Under SECTION III-LIMITS OF INSURANCE, the following is added: Includes copyrighted material of Insurance Services Office., Inc., with its permission. 55202 (12-04) Copyright, Insurance Services Office, Inc., 1984, 2003. Page 1 of 1 ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) TM+ 03/20/2020 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Heritage Insurance Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 10611 N Tamiami Tr Suite B2 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Naples,FL 34108 INSURERS AFFORDING COVERAGE NAIC# INSURED Naples Electric Motor Works Inc. INSURER A. Progressive Ins Co 2088 J&C Blvd INSURER B: - Naples,FL 34109 INSURER C. INSURER D. INSURER E. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L POLICY EFFECTIVE POLICY EXPIRATION POLICY NUMBER LTR NSRG TYPF OF INCIIRANCF DATE IMM/DD/YYI DATE IMM/DD/YYI LIMITS GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PRFMISFS(Fa occurencel $ CLAIMS MADE n OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ nPOLICY n PR n IFCT LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1000000 A X ANY AUTO 5722837-9 05/10/19 05/10/20 (Ea accident) ALL OWNED AUTOS BODILY INJURY X SCHEDULED AUTOS (Per person) $ incl in CSL X HIRED AUTOS BODILY INJURY $ incl in CSL X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ incl in CSL (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ nOCCUR n CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND TC1RY I AM TS OFR EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED'? E.L.DISEASE-EA EMPLOYEE $ If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS For any and all work preformed on behalf of Collier County. Collier County Board of County Comissioners,OR,Board of County Commissioners in Collier County,OR,Collier County Government,OR,Collier County included as an additional insured under the captioned Automobilie Liability Policy on a primary non-contributory basis if and to the extent required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION Collier County Board of Commissioners DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN 3295 Tamiami TrI E NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL Naples,FL 34112 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE .. ..-N..- <JL> ACORD 25(2001/08) -, " . -1 t;&CORMCoRPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25(2001/08) DocuSign Envelope ID:52C9BD3F-E009-46DC-8869-1A1FA1F8B6A7 Col er County Administrative Services Department Procurement Services Division Notice of Recommended Award Solicitation: 20-7704 Title: Pumps, Parts and Services Due Date and Time:January 30`h, 2020 Company Name City County State Responsive/Responsible Naples Electric Motor Works Inc. Naples Collier FL YES/YES Utilized Local Vendor Preference: Yes - No Recommended Vendor(s) For Award: On December 20`h, 2019 Procurement Services Division released notices for Invitation to Bid 20-7704 Pumps, Parts and Services. Fifteen thousand two hundred eighteen (15,218)notifications were sent, Seventy-eight (78) vendors downloaded and one (1) proposal submitted on January 21st, 2020.The bid was extended to January 30`h, 2020, during which Procurement Services conducted vendor outreach. The vendor was deemed responsive and responsible. The responsive bidder was contacted to clarify a document submitted and deemed a minor irregularity. Staff Recommends award to the Primary Vendor: Naples Electric Motor Works, Inc. Required Signatures DocuSigned by: Project Manager: Melissa Pearson �Nt.tiiSS,, PtAY'Shln. 2/5/2020 678FF86D76FA43B ,—DocuSigned by: Procurement Strategist: Patrick Boyle Attack 730�ge, 2/5/2020 BCB13261E6AD447.. Procurement Services Director: -DocuSigned by: Hwa 2/5/2020 44.44 Sandra11 �aC8279B554F5. Date Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 INVITATION TO BID NO.20-7704 PUMPS,PARTS,AND SERVICES ES BID TABULATION Naples Electric Motor Works PACKAG ATI, VFD- TA-LP-CENT- Item , Product Number Description Qty UOM Unit Price I Extended Price 1.1 iCC4000/64"X 84" Pre-Cast Concrete Pad 1 Each $ 577.00 $ 577.00 1.2 IAPS4000 Welded Aluminum Pump Skids 1 Each $ 1,425.00 ' $ 1,425.00 1.3 :FFTC4000/48"X 70" Fiberglass Flip Top Covers 1 Each $ 4,500.00 $ 4,500.00 1.4 3R30210/30 x 24 x 10 Control Enclosures I Each $ 576.00 $ 576.00 1.5 IP2227/22 x 27 Enclosure Interior Panel I Each $ 97.00 $ 97.00 1.6 B1-l/2-TPMS-7.5/7.5HP Centrifugal Pump 1 Each $ 2,220.00 $ 2,220.00 1.7 PW2A0056FAA Vaskawa 1000/IQ VFD,20HP,230V I Each $ 2,229.00 $ 2,229.00 1.8 KDRC22H Input Line Reactor,20HP,230V 1 Each $ 280.00 $ 280.00 1.9 SD2-100-BR Non-Fused Internal Disconnect, 100A Internal,3 Pole I Each $ 342.00 $ 342.00 1.10 RM-25100-1CR Modular Fuse Block, 100A,250V, 1-Pole 3 Each $ 106.00 $ 318.00 l .11 CVR-RH-25100 Fuse Block Cover(use w/600V,60A,Class R) 3 Each $ 39.00 $ 117.00 .12 ECN-70 Input line Fuses 240V 3 Each $ 27.75 $ 83.25 1.13 D100-120/208Y Surge Suppressor,Ditek,208,3 Phase I Each $ 510.00 $ 510.00 1.14 679-3 Pressure Transducer,0-250 PSI 1 Each $ 436.00 $ 436.00 1.15 6B452 Reverse Pressure Switch 1 Each $ 89.00 $ 89.00 1.16 70K8565 Internal Cooling Fan,4"X 4" 1 Each $ 16.86 $ 16.86 1.17 93K7643 Fan Cord Set,24" 1 Each $ 2.88 $ 2.88 1.18 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon 1 Each $ 82.00 $ 82.00 I.19 LHM2G10-MEL Netafim Hydro-Valve,2" I Each $ 825.00 $ 825.00 1.20 DFA202-080AC Netafim Filters,2"x 2" 1 Each $ 5,088.00 $ 5,088.00 1.21 2"Intakemgv/2"Diameter Galvanized Victaulic Intake Manifold I Each $ 775.00 $ 775.00 1.22 2"Dischargemgv/2"Diameter Galvanized Victaulic Discharge Manifold 1 Each $ 875.00 $ 875.00 1.23 In-House Assembly Labor 1 LS $ 8,600.00 $ 8,600.00 Page 1 of 19 Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 1.24 On-Site Installation Labor 1 LS $ 5,200.00 $ 5,200.00 1.25 PACKAGE I TOTAL $ 35,263.99 PACKAGE 2-CENTRIFUGAL PUMP STATION MODEL:VFD-NETA-LP-CENT-10 Item Product Number Description Qty UOM Unit Price Extended Price 2.1 CC4000 Pre-Cast Concrete Pad,64"X 84" I Each $ 577.00 $ 577.00 2.2 APS4000 Welded Aluminum Pump Skids I Each $ 1,425.00 $ 1,425.00 2.3 FFTC4000 Fiberglass Flip Top Covers,48"X 70" I Each $ 4,500.00 $ 4,500.00 2.4 3R30210 Control Enclosures,30 x 24 x 10 I Each $ 576.00 $ 576.00 2.5 IP2227 Enclosure Interior Panel,22 x 27 1 Each $ 97.00 $ 97.00 2.6 B2-ZPLS 10 H.P. Centrifugal Pump 1 Each $ 2,835.00 $ 2,835.00 2.7 PW2A0056FAA Vaskawa 1000/IQ VFD,20HP,230V I Each $ 2,229.00 $ 2,229.00 2.8 KDRC22H Input Line Reactor,20HP,230V 1 Each $ 280.00 $ 280.00 2.9 SD2-100-BR Non-Fused Internal Disconnect, 100A Internal,3 Pole 1 Each $ 342.00 $ 342.00 2.10 RM-25100-1CR Modular Fuse Block, 100A,250V, 1-Pole 3 Each $ 106.00 $ 318.00 2.11 CVR-RH-25100 Fuse Block Cover(use w/600V,60A,Class R) 3 Each $ 39.00 $ 117.00 2.12 ECN-70 Input line Fuses 240V 3 Each $ 27.75 $ 83.25 2.13 D100-120/208Y Surge Suppressor,Ditek,208,3 Phase 1 Each $ 510.00 $ 510.00 2.14 679-3 Pressure Transducer,0-250 PSI 1 Each $ 436.00 $ 436.00 2.15 6B452 Reverse Pressure Switch 1 Each $ 89.00 $ 89.00 2.16 701{8565 Internal Cooling Fan,4"X 4" 1 Each $ 16.86 $ 16.86 2.17 931{7643 Fan Cord Set,24" 1 Each $ 2.88 $ 2.88 2.18 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon 1 Each $ 82.00 $ 82.00 2.19 LHM3G10-MEL Netafim Hydro-Valve,3" I Each $ 1,242.00 $ 1,242.00 2.20 DFA202-080AC Netafim Filters,2"x 2" 1 Each $ 5,088.00 $ 5,088.00 2.21 3"Intakemgv/3"Diameter 'Galvanized Victaulic Intake Manifold 1 Each $ 875.00 $ 875.00 2.22 3"Dischargemgv/3"Diameter Galvanized Victaulic Discharge Manifold 1 Each $ 975.00 $ 975.00 2.23 In-House Assembly Labor 1 LS $ 11,200.00 $ 11,200.00 2.24 On-Site Installation Labor 1 LS $ 4,500.00 $ 4,500.00 2.25 PACKAGE 2 TOTAL $ 38,395.99 PACKAGE 3-CENTRIFUGAL PUMP STATION MODEL:VFD-NETA-LP-CENT-I5 Item Product Number Description Qty UOM Unit Price Extended Price Page 2 of 19 Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 3.1 CC5000 Pre-Cast Concrete Pad,64"X 84" I Each $ 592.00 $ 592.00 3.2 APS5000 Welded Aluminum Pump Skids I Each $ 1,912.00 $ 1,912.00 3.3 FFTC5000 Fiberglass Flip Top Covers,48"X 70" I Each I $ 5,250.00 $ 5,250.00 3.4 3R30210 Control Enclosures,30 x 24 x 10 I Each . $ 576.00 $ 576.00 3.5 IP2227 Enclosure Interior Panel,22 x 27 I Each $ 97.00 $ 97.00 3.6 B2-ZPLS-15 H.P. Centrifugal Pump I Each $ 3,082.00 $ 3,082.00 3.7 PW2A0056FAA Vaskawa 1000/IQ VFD,20HP,230V 1 Each $ 2,229.00 $ 2,229.00 3.8 KDRC22H Input Line Reactor,20HP,230V I Each $ 280.00 $ 280.00 3.9 SD2-100-BR Non-Fused Internal Disconnect, 100A Internal,3 Pole I Each $ 342.00 $ 342.00 3.10 RM-25100-1CR Modular Fuse Block, 100A,250V, 1-Pole 3 Each $ 106.00 $ 318.00 3.11 CVR-RH-25100 Fuse Block Cover(use w/600V,60A,Class R) 3 Each $ 39.00 $ 117.00 3.12 ECN-70 Input line Fuses 240V ; Each $ 27.75 $ 83.25 3.13 D100-120/208Y Surge Suppressor,Ditek,208,3 Phase I Each $ 510.00 $ 510.00 3.14 679-3 Pressure Transducer,0-250 PSI I Each $ 436.00 $ 436.00 3.15 6B452 Reverse Pressure Switch I Each $ 89.00 $ 89.00 3.16 70K8565 Internal Cooling Fan,4"X 4" I Each $ 16.86 $ 16.86 3.17 93K7643 Fan Cord Set,24" I Each $ 2.88 $ 2.88 3.18 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon I Each $ 82.00 $ 82.00 3.19 LHM3G10-MEL Netafim Hydro-Valve,3" I Each _ $ 1,242.00 $ 1,242.00 3.20 DFA203-080AC Netafim Filters,2 x 3 I Each $ 6,450.00 $ 6,450.00 3.21 3"intakemgv/3"diameter Galvanized Victaulic Intake Manifold I Each $ 875.00 $ 875.00 3.22 3"dischargemgv/3"diameter Galvanized Victaulic Discharge Manifold I Each $ 975.00 $ 975.00 3.23 In-House Assembly Labor I ' LS $ 11,600.00 $ 11,600.00 3.24 On-Site Installation Labor I I LS , $ 4,500.00 $ 4,500.00 3.29 PACKAGE 3 TOTAL $ 41,656.99'' PACKAGE 4-CENTRIFUGAL PUMP STATION MODEL:VFD-NETA-LP-CENT-20 Item Product Number Description Qt. UOM Unit Price Extended Price 4.1 CC5000 Pre-Cast Concrete Pad,64"X 84" I Each $ 592.00 $ 592.00 4.2 APS5000 Welded Aluminum Pump Skids I Each $ 1,912.00 $ 1,912.00 4.3 FFTC5000 Fiberglass Flip Top Covers,48"X 70" I Each $ 5,250.00 $ 5,250.00 4.4 3R30210 Control Enclosures,30 x 24 x 10 I Each $ 576.00 $ 576.00 Page 3 of 19 Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 4.5 IP2227 Enclosure Interior Panel,22 x 27 1 Each $ 97.00 $ 97.00 4.6 B3-ZPLS-20 H.P. Centrifugal Pump I Each $ 4,293.00 $ 4,293.00 4.7 PW2A0056FAA Vaskawa 1000/IQ VFD,20HP,230V I Each $ 2,229.00 $ 2,229.00 4.8 KDRC22H Input Line Reactor,20HP,230V I Each $ 280.00 $ 280.00 4.9 SD2-100-BR Non-Fused Internal Disconnect,100A Internal,3 Pole 1 Each $ 342.00 $ 342.00 4.10 RM-25100-ICR Modular Fuse Block, 100A,250V, I-Pole ; Each $ 106.00 $ 318.00 4.11 CVR-RH-25100 Fuse Block Cover(use w/600V,60A,Class R) 3 Each $ 39.00 $ 117.00 4.12 ECN-70 Input line Fuses 240V 3 Each $ 27.75 $ 83.25 4.13 D100-120/208Y Surge Suppressor,Ditek,208,3 Phase I Each $ 510.00 $ 510.00 4.14 679-3 Pressure Transducer,0-250 PSI I Each $ 436.00 $ 436.00 4.15 6B452 Reverse Pressure Switch I Each $ 89.00 $ 89.00 4.16 70K8565 Internal Cooling Fan,4"X 4" I Each $ 16.86 $ 16.86 4.17 93K7643 Fan Cord Set,24" I Each $ 2.88 $ 2.88 4.18 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon I Each $ 82.00 $ 82.00 4.19 LHM4G10-MEL Netafim Hydro-Valve,4" I Each $ 1,950.00 $ 1,950.00 4.20 DFA204-080AC Netafim Filters,2 x 4 I Each $ 7,905.00 $ 7,905.00 4.21 4"intakemgv/4"Diameter Galvanized Victaulic Intake Manifold I Each $ 975.00 $ 975.00 4.22 4"dischargemgv/4"Diameter Galvanized Victaulic Discharge Manifold I Each $ 1,075.00 $ 1,075.00 4.23 In-House Assembly Labor I LS $ 12,300.00 $ 12,300.00 4.24 On-Site Installation Labor I LS $ 4,500.00 $ 4,500.00 4.25 i PACKAGE 4 TOTAL $ 45,930.99 PACKAGE 5: CENTRIFUGAL PUMP STATION MODEL:VFD-NETA-LP-CENT-25 Item Product Number Description Qty UOM Unit Price Extended Price 5.1 CC5000 Pre-Cast Concrete Pad,64"X 84" 1 Each $ 592.00 $ 592.00 5.2 APS5000 Welded Aluminum Pump Skids 1 Each $ 1,912.00 $ 1,912.00 5.3 FFTC5000 Fiberglass Flip Top Covers,48"X 70" 1 Each $ 5,250.00 $ 5,250.00 5.4 3R30210 Control Enclosures,30 x 24 x 10 1 Each $ 576.00 $ 576.00 5.5 IP2227 Enclosure Interior Panel,22 x 27 1 Each $ 97.00 $ 97.00 5.6 B3-ZPLS 25 H.P. Centrifugal Pump 1 Each $ 4,596.00 $ 4,596.00 5.7 PW4A0040FAA Vaskawa 1000/IQ VFD,20HP,230V 1 Each $ 2,842.00 $ 2,842.00 5.8 KDRD4H Input Line Reactor,20HP,230V 1 Each $ 300.00 $ 300.00 Page 4 of 19 Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 5.9 SD2-100-BR Non-Fused Internal Disconnect, 100A Internal,3 Pole I Each $ 342.00 $ 342.00 5.10 RM-60060-1CR Modular Fuse Block,60A,600V,1-Pole 3 Each $ 75.00 $ 225.00 5.11 CVR-RH-60060 Fuse Block Cover(use w/600V,60A,Class R) 3 Each $ 11.00 $ 33.00 5.12 ECSR45 Input line Fuses 240V 3 Each $ 27.00 $ 81.00 5.13 D100-480 Surge Suppressor,Ditek,208,3 Phase I Each $ 510.00 $ 510.00 5.14 679-3 Pressure Transducer,0-250 PSI I Each $ 436.00 $ 436.00 5.15 6B452 Reverse Pressure Switch I Each $ 89.00 $ 89.00 5.16 70K8565 Internal Cooling Fan,4"X 4" I Each 5 16.86 $ 16.86 5.17 93K7643 Fan Cord Set, 24" I Each $ 2.88 $ 2.88 5.18 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon I Each $ 82.00 $ 82.00 5.19 LHM4GI0-MEL Netafim Hydro-Valve,4" I Each $ 1,950.00 $ 1,950.00 5.20 DFA304-080AC Netafim Filters,3 x 3 I Each $ 11,236.00 $ 11,236.00 5.21 4"intakemgv/4"diameter Galvanized Victaulic Intake Manifold I Each $ 975.00 $ 975.00 5.22 4"dischargemgv/4"diameter Galvanized Victaulic Discharge Manifold I Each $ 1,075.00 $ 1,075.00 5.23 In-House Assembly Labor I LS $ 12,000.00 $ 12,000.00 5.24 On-Site Installation Labor I LS $ 5,000.00 $ 5,000.00 5.25 PACKAGE 5 TOTAL $ 50,218.74 PACKAGE 6-SUBMERSIBLE WELL PUMP STATION MODEL:VFD-NETA-LP-SUB-5 Item Product Number Description Qty UOM Unit Price Extended Price 6.1 CC5000 Pre-Cast Concrete Pad,64"X 110" I Each $ 592.00 $ 592.00 6.2 APS4000 Welded Aluminum Pump Skids I Each $ 1,425.00 $ 1,425.00 6.3 FFTC4000 Fiberglass Flip Top Covers,48"X 70" I Each $ 4,500.00 $ 4,500.00 6.4 3R30210 Control Enclosures,30 x 24 x 10 I Each $ 576.00 $ 576.00 6.5 IP2227 Enclosure Interior Panel,22 x 27 1 Each $ 97.00 $ 97.00 6.6 L9OHF50 Sta-rite 4"Submersible Pump I Each $ 945.00 $ 945.00 6.7 P43B0050A3 Pentek 4"Submersible Pump Motor,51-IP,230,3 Phase I Each $ 1,033.00 $ 1,033.00 6.8 PW2A0056FAA Yaskawa 1000/IQ VFD,20HP,230V I Each $ 2,229.00 $ 2,229.00 6.9 KDRC22H Input Line Reactor,20HP,230V I Each $ 280.00 $ 280.00 6.10 KLR2IBTB Output Line Reactor,5HP,230V I Each $ 282.00 $ 282.00 6.11 SD2-100-BR Non-Fused Internal Disconnect, 100A Internal,3 Pole I Each $ 342.00 $ 342.00 6.12 RM-250-1CR Modular Fuse Block, 100A,250V, 1-Pole 3 Each $ 106.00 $ 318.00 Page 5 of 19 Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 6.13 CVR-RH-25100 Modular Fuse Block Cover(for 250V,100A,Class R) 3 Each $ 39.00 $ 117.00 6.14 ECN-70 Input Line Fuses,240V 3 Each $ 27.75 $ 83.25 6.15 D100-120/208Y Surge Suppressor,Ditek,208,3 Phase 1 Each $ 510.00 $ 510.00 6.16 679-3 Pressure Transducer,0-250 PSI I Each $ 436.00 $ 436.00 6.17 70K8565 Internal Cooling Fan,4"X 4" 1 Each $ 16.86 $ 16.86 6.18 93K7643 Fan Cord Set,24" 1 Each $ 2.88 $ 2.88 6.19 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon 1 Each $ 82.00 $ 82.00 6.20 LHM2G10-MEL Netafim Hydro-Valve,2" 1 Each $ 825.00 $ 825.00 6.21 DFA202-080AC Netafim Filters,2 x 2 1 Each $ 5,088.00 $ 5,088.00 6.22 2"Intakemgv/2"Diameter Galvanized Victaulic Intake Manifold 1 Each $ 775.00 $ 775.00 6.23 2"Dischargemgv/2"Diameter Galvanized Victaulic Discharge Manifold I Each $ 872.00 $ 872.00 6.24 622-SB Submersible Check Valves 1 Each $ 121.00 $ 121.00 6.25 2"Certa-Lok Nipple Certa-Lok Pipe Nipple 1 Each $ 43.50 $ 43.50 6.26 2"Certa-Lok Pipe per foot Certa-Lok Pipe 1 Foot $ 9.95 $ 9.95 6.27 Well Seal Well Seal,6"x 2" 1 Each $ 55.58 $ 55.58 6.28 14/4 Gauge includes Ground Submersible Pump Wire 50 Feet $ 0.95 $ 47.50 6.29 In-House Assembly Labor 1 LS $ 5,300.00 $ 5,300.00 6.30 On-Site Installation Labor 1 LS $ 4,000.00 $ 4,000.00 6.31 PACKAGE 6 TOTAL $ 31,004.52 PACKAGE 7-SUBMERSIBLE WELL PUMP STATION MODEL: VFD-NETA-LP-SUB-7.5 Item Product Number Description Qty UOM Unit Price Extended Price 7.1 CC4000 Pre-Cast Concrete Pad,64"X 84" I Each $ 577.00 $ 577.00 7.2 APS4000 Welded Aluminum Pump Skids I Each $ 1,425.00 $ 1,425.00 7.3 FFTC4000 Fiberglass Flip Top Covers,48"X 70" I Each $ 4,500.00 $ 4,500.00 7.4 3R30210 Control Enclosures,30 x 24 x 10 I Each $ 576.00 $ 576.00 7.5 IP2227 Enclosure Interior Panel,22 x 27 I Each $ 97.00 $ 97.00 7.6 B82761 Berkeley Submersible Pumps,6TS-7.5-115 I Each $ 1,482.00 $ 1,482.00 7.7 P60A0075A3 Pentek 6"Submersible Pump Motor,7.5HP,230,3 Phase I Each $ 1,249.00 $ 1,249.00 7.8 PW2A0056FAA Yaskawa 1000/IQ VFD,20HP,230V 1 Each $ 2,229.00 $ 2,229.00 7.9 KDRC22H Input Line Reactor,20HP,230V 1 Each $ 280.00 $ 280.00 7.10 KLR27BTB Output Line Reactor,5HP,230V I Each $ 294.00 $ 294.00 Page 6 of 19 Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 7.11 SD2-100-BR Non-Fused Internal Disconnect,100A Internal,3 Pole 1 Each $ 342.00 $ 342.00 7.12 RM-250-1CR Modular Fuse Block, 100A,250V, 1-Pole 3 _ Each $ 106.00 $ 318.00 7.13 CVR-RH-25100 Modular Fuse Block Cover(for 250V,100A,Class R) 3 Each $ 39.00 $ 117.00 7.14 ECN-70 Input Line Fuses,240V 3 Each $ 27.75 $ 83.25 7.15 D100-120/208Y Surge Suppressor,Ditek,208,3 Phase 1 Each $ 510.00 $ 510.00 7.16 679-3 Pressure Transducer,0-250 PS[ 1 Each $ 436.00 $ 436.00 7.17 70K8565 Internal Cooling Fan,4"X 4" 1 _ Each $ 16.86 $ 16.86 7.18 93K7643 Fan Cord Set, 24" ' 1 Each $ 2.88 $ 2.88 7.19 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon ; I Each $ 82.00 $ 82.00 7.20 LHM2G10-MEL Netafim Hydro-Valve,2" 1 Each $ 825.00 $ 825.00 7.21 DFA202-080AC Netafim Filters,2 x 2 1 Each $ 5,088.00 $ 5,088.00 7.22 2"Intakemgv/2"Diameter Galvanized Victaulic Intake Manifold 1 Each $ 775.00 $ 775.00 7.23 2"Dischargemgv/2"Diameter Galvanized Victaulic Discharge Manifold ' 1 Each $ 875.00 $ 875.00 7.24 622-SB Submersible Check Valves _ 1 Each $ 121.00 $ 121.00 7.25 2"Certa-Lok Nipple Certa-Lok Pipe Nipple _ 1 Each $ 43.50 $ 43.50 7.26 2"Certa-Lok Pipe Certa-Lok Pipe 1 Foot $ 9.95 $ 9.95 7.27 Well Seal Well Seal,6"x 2" 1 Each $ 55.58 $ 55.58 7.28 12/4 Gauge includes Ground Submersible Pump Wire 50 _ Feet $ 1.02 $ 51.00 7.29 In-House Assembly Labor 1 LS $ 8,000.00 $ 8,000.00 7.30 On-Site Installation Labor 1 LS $ 4,000.00 $ 4,000.00 7.31 PACKAGE 7 TOTAL $ 34,461.02 PACKAGE 8-SUBMERSIBLE WELL PUMP STATION MODEL:VFD-NETA-LP-SUB-10 Item Product Number L Description Qts UOM Unit Price Extended Price 8.1 CC5000 Pre-Cast Concrete Pad,64"X 110" I Each $ 592.00 $ 592.00 8.2 APS5000 Welded Aluminum Pump Skids I Each $ 1,912.00 $ 1,912.00 8.3 FFTC5000 Fiberglass Flip Top Covers,48"X 70" 1 Each $ 5,250.00 $ 5,250.00 8.4 3R30210 Control Enclosures,30 x 24 x 10 I Each $ 576.00 $ 576.00 8.5 IP2227 Enclosure Interior Panel,22 x 27 I Each $ 97.00 $ 97.00 8.6 B82804 Berkeley Submersible Pumps,6TS-7.5-115 I Each $ 1,713.00 $ 1,713.00 8.7 P60A0100 A3 Pentek 6"Submersible Pump Motor,7.5HP,230,3 Phase 1 Each $ 1,477.00 $ 1,477.00 8.8 PW2A0056FAA Yaskawa 1000/IQ VFD,20HP,230V 1 Each $ 2,229.00 $ 2,229.00 Page 7 of 19 Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 8.9 KDRC22H Input Line Reactor,20HP,230V I Each $ 280.00 $ 280.00 8.10 KLR35BTB Output Line Reactor,5HP,230V I Each $ 300.00 $ 300.00 8.11 SD2-100-BR Non-Fused Internal Disconnect, 100A Internal,3 Pole I Each $ 342.00 $ 342.00 8.12 RM-250-ICR Modular Fuse Block, 100A,250V, 1-Pole 3 Each $ 106.00 $ 318.00 8.13 CVR-RH-25100 Modular Fuse Block Cover(for 250V,100A,Class R) 3 Each $ 39.00 $ 117.00 8.14 ECN-70 Input Line Fuses,240V 3 Each $ 27.72 $ 83.16 8.15 D100-120/208Y Surge Suppressor,Ditek,208,3 Phase I Each $ 510.00 $ 510.00 8.16 679-3 Pressure Transducer,0-250 PSI I Each $ 436.00 $ 436.00 8.17 70K8565 Internal Cooling Fan,4"X 4" I Each $ 16.86 $ 16.86 8.18 93K7643, Fan Cord Set,24" I Each $ 2.88 $ 2.88 8.19 PWD-6 Hydro-Pneumatic Pressure Tank,2-gallon I Each $ 82.00 $ 82.00 8.20 LHM3G10-MEL Netafim Hydro-Valve,3" I Each $ 1,242.00 $ 1,242.00 8.21 DFA203-080AC Netafim Filters,2 x 3 I Each $ 6,450.00 $ 6,450.00 8.22 3"Intakemgv/3"Diameter Galvanized Victaulic Intake Manifold I Each $ 875.00 $ 875.00 8.23 3"Dischargemgv/3"Diameter Galvanized Victaulic Discharge Manifold I Each $ 975.00 $ 975.00 8.24 623-SB Submersible Check Valves I Each $ 406.00 $ 406.00 8.25 3"Certa-Lok Nipple Certa-Lok Pipe Nipple I Each $ 39.00 $ 39.00 8.26 3"Certa-Lok Pipe per foot(40 Ft.) Certa-Lok Pipe I Foot $ 16.50 $ 16.50 8.27 Well Seal Well Seal,6"x 2" I Each $ 55.58 $ 55.58 8.28 10/4 Gauge includes Ground Submersible Pump Wire 5(1 Feet $ 1.73 $ 86.50 8.29 In-House Assembly Labor I LS $ 5,200.00 $ 5,200.00 8.30 On-Site Installation Labor I LS $ 3,000.00 $ 3,000.00 8.31 PACKAGE 8 TOTAL $ 34,679.48 PACKAGE 9: SUBMERSIBLE WELL PUMP STATION MODEL: VFD-NETA-LP-SUB-15 Item Product Number Description Qty UOM Unit Price _ Extended Price 9.1 CC5000 Pre-Cast Concrete Pad,64"X 110" I Each $ 592.00 $ 592.00 9.2 APS5000 Welded Aluminum Pump Skid I Each $ 1,912.00 $ 1,912.00 9.3 FFTC5000 Fiberglass Flip Top Covers,48"X 96" I Each $ 5,250.00 $ 5,250.00 9.4 3830210 Control Enclosures,30 x 24 x 10 I Each $ 576.00 $ 576.00 9.5 IP2227 Enclosure Interior Panel,22 x 27 I Each $ 97.00 $ 97.00 9.6 B86036 Berkeley Submersible Pumps,6TS-15-230 I Each $ 2,017.00 $ 2,017.00 Page 8 of 19 Project Manager Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 9.7 P60A0150 A3 Pentek 6"Submersible Pump Motor, I5HP,230,3ph 1 Each $ 1,707.00 $ 1,707.00 9.8 PW2A0056FAA Yaskawa 1000/IQ VFD,20HP,230V 1 Each $ 2,229.00 $ 2,229.00 9.9 KDRC22H Input Line Reactor,20HP,230V 1 Each $ 280.00 $ 280.00 9.10 KLR45BTB Output Line Reactor,SHP,230V 1 Each $ 318.00 $ 318.00 9.11 SD2-100-BR Non-Fused Internal Disconnect, 100A Internal,3 Pole 1 Each $ 342.00 $ 342.00 9.12 RM-250-1CR Modular Fuse Block, 100A,250V, 1-Pole 3 Each $ 106.00 $ 318.00 9.13 CVR-RH-25100 Modular Fuse Block Cover(for 250V,100A,Class R) 3 Each $ 39.00 $ 117.00 9.14 ECN-70 Input Line Fuses,240V 3 Each $ 27.75 $ 83.25 9.15 D 100-120/208Y Surge Suppressor,Ditek,208,3 Phase 1 Each $ 510.00 $ 510.00 9.16 679-3 Pressure Transducer,0-250 PSI 1 Each $ 436.00 $ 436.00 9.17 70K8565 Internal Cooling Fan,4"X 4" 1 Each $ 16.86 $ 16.86 9.18 93K7643 Fan Cord Set,24" 1 Each $ 2.88 $ 2.88 9.19 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon 1 Each $ 82.00 $ 82.00 9.20 LHM4G10-MEL Netafim Hydro-Valve,4" 1 Each $ 1,950.00 $ 1,950.00 9.21 DFA203-080AC Netafim Filters,2"X 3" 1 Each $ 6,450.00 $ 6,450.00 9.22 4"Intakemgv/4"Diameter Galvanized Victaulic Intake Manifold 1 Each $ 975.00 $ 975.00 9.23 4"Dischargemgv/4"Diameter Galvanized Victaulic Discharge Manifold I Each $ 1,075.00 $ 1,075.00 9.24 624-SB Submersible Check Valves 1 Each $ 712.00 $ 712.00 9.25 4"Certa-Lok Nipple Certa-Lok Pipe Nipple 1 Each $ 52.50 $ 52.50 9.26 4"Certa-Lok Pipe Certa-Lok Pipe 40 Feet $ 15.00 $ 600.00 9.27 Well Seal Well Seal,8"x 4" 1 Each $ 112.50 $ 112.50 9.28 8/4 Gauge Submersible Pump Wire w/ground wire 50 Feet $ 2.53 $ 126.50 9.29 In-House Assembly Labor 1 LS $ 7,300.00 $ 7,300.00 9.30 On-Site Installation Labor 1 LS $ 4,000.00 $ 4,000.00 9.31 PACKAGE 9 TOTAL S 40,239.49 PACKAGE 10: SUBMERSIBLE WELL PUMP STATION MODEL: VFD-NETA-LP-SUB-20 Item Product Number Description Qh UOM Unit Price Extended Price 10.1 CC5000 Pre-Cast Concrete Pad,64"X 110" I Each $ 592.00 $ 592.00 10.2 APS5000 Welded Aluminum Pump Skid I Each $ 1,912.00 $ 1,912.00 10.3 FFTC5000 Fiberglass Flip Top Covers,48"X 96" I Each $ 5,250.00 $ 5,250.00 10.4 3R30210 Control Enclosures,30 x 24 x 10 I Each $ 576.00 $ 576.00 Page 9 of 19 Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 10.5 IP2227 Enclosure Interior Panel,22 x 27 I Each $ 97.00 $ 97.00 10.6 B86062 Berkeley Submersible Pumps,6TMH-25-450 I Each $ 2,186.00 $ 2,186.00 10.7 P60A0250 A4 Pentek 6"Submersible Pump Motor,25HP,230V,3ph I Each $ 2,443.00 $ 2,443.00 10.8 PW4A0040FAA Yaskawa 1000/IQ VFD,20HP,230V I Each $ 2,842.00 $ 2,842.00 10.9 KDRD4H Input Line Reactor,20HP,230V I Each $ 300.00 $ 300.00 10.10 KDRD3p Output Line Reactor,20HP,230V I Each $ 300.00 $ 300.00 10.11 SD2-100-BR Non-Fused Internal Disconnect,100A Internal,3 Pole I Each $ 342.00 $ 342.00 10.12 RM-60060-1CR Modular Fuse Block,60A,600V,1-Pole 3 Each $ 75.00 $ 225.00 10.13 CVR-RH-60060 Modular Fuse Block Cover(for 600V,60A,Class R) 3 Each $ 11.00 $ 33.00 10.14 ECSR45 Input Line Fuses,480V 3 Each $ 27.00 $ 81.00 10.15 D100-4803 Surge Suppressor,Ditek,480,3 Phase I Each $ 510.00 $ 510.00 10.16 679-3 Pressure Transducer,0-250 PSI I Each $ 436.00 $ 436.00 10.17 70K8565 Internal Cooling Fan,4"X 4" I Each $ 16.86 $ 16.86 10.18 93K7643 Fan Cord Set,24" I Each $ 2.88 $ 2.88 10.19 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon I Each $ 82.00 $ 82.00 10.20 LI-Ev14G10-MEL Netafim Hydro-Valve,4" I Each $ 1,950.00 $ 1,950.00 10.21 DFA204-080AC Netafim Filters,2"X 4" I Each $ 7,905.00 $ 7,905.00 10.22 4"Intakemgv/4"Diameter Galvanized Victaulic Intake Manifold I Each $ 975.00 $ 975.00 10.23 4"Dischargemgv/4"Diameter Galvanized Victaulic Discharge Manifold I Each $ 1,075.00 $ 1,075.00 10.24 624-SB Submersible Check Valves I Each $ 712.00 $ 712.00 10.25 4"Certa-Lok Nipple Certa-Lok Pipe Nipple I Each $ 52.50 $ 52.50 10.26 4"Certa-Lok Pipe Certa-Lok Pipe 40 Feet $ 15.00 $ 600.00 10.27 Well Seal Well Seal,8"x 4" I Each $ 112.50 $ 112.50 10.28 8/4 Gauge Submersible Pump Wire w/ground wire 5)) Feet $ 2.52 $ 126.00 10.29 In-House Assembly Labor I LS $ 9,700.00 $ 9,700.00 10.30 On-Site Installation Labor I LS $ 4,000.00 $ 4,000.00 10.31 PACKAGE 10 TOTAL: $ 45,434.74 PACKAGE 11: SUBMERSIBLE WELL PUMP STATION MODEL: VFD-NETA-LP-SUB-25 Item Product Number Description Qty UOM Unit Price Extended I'rice 11.1 CC5000 Pre-Cast Concrete Pad,64"X 110" I Each $ 592.00 $ 592.00 11.2 APS5000 Welded Aluminum Pump Skid I Each $ 1,912.00 $ 1,912.00 Page 10 of 19 Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 11.3 FFTC5000 Fiberglass Flip Top Covers,48"X 96" 1 Each $ 5,250.00 $ 5,250.00 11.4 3R30210 Control Enclosures,30 x 24 x 10 1 Each $ 576.00 $ 576.00 1 I.5 IP2227 Enclosure Interior Panel,22 x 27 1 Each $ 97.00 $ 97.00 11.6 B86878 Berkeley Submersible Pumps,6TS-25-450 1 Each $ 1,783.00 $ 1,783.00 11.7 P60A0250 A4 Pentek 6"Submersible Pump Motor,25HP,480V,3ph I Each $ 2,443.00 $ 2,443.00 11.8 PW2A0056FAA Yaskawa 1000/IQ VFD,25HP,480V 1 Each $ 2,229.00 $ 2,229.00 11.9 KDRC22H Input Line Reactor,25HP,480V 1 Each $ 280.00 $ 280.00 11.10 KLR55BTB Output Line Reactor,25HP,480V 1 Each $ 395.00 $ 395.00 11.11 SD2-100-BR Non-Fused Internal Disconnect, 100A Internal,3 Pole 1 Each $ 342.00 $ 342.00 11.12 RM-250-1CR Modular Fuse Block,100A,250V,1-Pole 3 Each $ 106.00 $ 318.00 11.13 CVR-RH-25100 Modular Fuse Block Cover(for 250V,100A,Class R) 3 Each $ 39.00 $ 117.00 11.14 ECN-70 Input Line Fuses,240V 3 Each $ 27.75 $ 83.25 11.15 D100-120/208Y Surge Suppressor,Ditek,208,3 Phase 1 Each $ 510.00 $ 510.00 11.16 679-3 Pressure Transducer,0-250 PSI 1 Each $ 436.00 $ 436.00 11.17 70K8565 Internal Cooling Fan,4"X 4" 1 Each $ 16.86 $ 16.86 11.18 93K7643 Fan Cord Set,24" 1 Each $ 2.88 $ 2.88 11.19 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon 1 Each $ 82.00 $ 82.00 11.20 LHM4G10-MEL Netafim Hydro-Valve,4" 1 Each $ 1,950.00 $ 1,950.00 11.21 DFA204-080AC Netafim Filters,2"X 4" 1 Each $ 7,905.00 $ 7,905.00 11.22 4"Intakemgv/4"Diameter Galvanized Victaulic Intake Manifold 1 Each $ 975.00 $ 975.00 11.23 4"Dischargemgv/4"Diameter Galvanized Victaulic Discharge Manifold 1 Each $ 1,075.00 $ 1,075.00 11.24 624-SB Submersible Check Valves 1 Each $ 712.00 $ 712.00 11.25 4"Certa-Lok Nipple Certa-Lok Pipe Nipple 1 Each $ 52.50 $ 52.50 11.26 4"Certa-Lok Pipe Certa-Lok Pipe 40 Feet $ 15.00 $ 600.00 11.27 Well Seal Well Seal,8"x 4" 1 Each $ 112.50 $ 112.50 11.28 14/4 Gauge Submersible Pump Wire w/ground wire 50 Feet $ 0.95 $ 47.50 11.29 In-House Assembly Labor 1 LS $ 5,000.00 $ 5,000.00 11.30 On-Site Installation Labor 1 LS $ 14,000.00 $ 14,000.00 11.31 PACKAGE 11 TOTAL: $ 49,894.49 SECTION 12: PARTS Item Model/Part Number Description Qty UOM I Unit Price Page 11 of 19 Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 Rein Model/Part Number Description Qty UOM Unit Price 12.1 JMM3212T(discontinued)New Baldor Centrifugal Pump:5HP,3PH 1 Each $ 617.00 #EJMM3212T 12.2 JMM3219T Baldor Centrifugal Pump:7.5HP,3PH l Each $ 729.00 12.3 JMM33 l2T Baldor Centrifugal Pump: 10HP,3PH 1 Each $ 775.00 12.4 JMM3314T Baldor Centrifugal Pump: 15HP,3PH l Each $ 1,420.00 12.5 JMM2514T Baldor Centrifugal Pump:20HP,3PH 1 Each $ 1,381.00 12.6 JMM2516T Baldor Centrifugal Pump:25HP,3PH I Each $ 1,771.00 12.7 B1 I/2TPMS 5 H.P. Berkeley Centrifugal Pump 1 Each $ 2,100.00 12.8 B1 l/2TPMS,7.5 HP Berkeley Centrifugal Pump I Each $ 2,220.00 12.9 B2 ZPLS 10 H.P. Berkeley Centrifugal Pump 1 Each $ 2,835.00 12.10 B2 ZPLS 15 H.P. Berkeley Centrifugal Pump l Each $ 3,082.00 12.11 B82682 Berkeley Submersible Pumps,6TS-5-70 l Each $ 1,113.00 12.12 B82761 Berkeley Submersible Pumps,6TS-7.5-115 l Each $ 1,482.00 12.13 B82804 Berkeley Submersible Pumps,6TS-10-155 l Each $ 1,713.00 12.14 B86036 Berkeley Submersible Pumps,6TS-15-230 I Each $ 2,017.00 12.15 B86062 Berkeley Submersible Pumps,6TS-20-300 1 Each $ 2,186.00 12.16 B86878 Berkeley Submersible Pumps,6TMH-25-450 1 Each $ 1,783.00 12.17 P43B0050A3 Pentek 4"Submersible Pump Motors,5HP,230V,3PH I Each $ 1,033.00 12.18 P43B0075A3 Pentek 4"Submersible Pump Motors,7.5HP,230V,3PH I Each $ 1,279.00 12.19 P43B0050A4 Pentek 4"Submersible Pump Motors,5HP,480V,3PH I Each $ 1,033.00 12.20 P43B0075A4 Pentek 4"Submersible Pump Motors,7.5HP,480V,3PH 1 Each $ 1,279.00 12.21 P60A0050A3 Pentek 6"Submersible Pump Motor:5HP,230V,3P1-1 1 Each $ 1,084.00 12.22 P60A0075A3 Pentek 6"Submersible Pump Motor,7.5HP,230V,3PH I Each $ 1,249.00 12.23 P60A0100A3 Pentek 6"Submersible Pump Motor,10HP,230V,3PH I Each $ 1,477.00 12.24 P60A0150A3 Pentek 6"Submersible Pump Motor,15HP,230V,3PH I Each $ 1,707.00 12.25 P60A0200A3 Pentek 6"Submersible Pump Motor,20HP,230V,3PH 1 Each $ 2,100.00 12.26 P60A0050A4 Pentek 6"Submersible Pump Motor,5HP,480V,3PH I Each $ 1,084.00 12.27 P60A0050A4 Pentek 6"Submersible Pump Motor,7.5HP,480V,3PH I Each $ 1,249.00 12.28 P60A0100A4 Pentek 6"Submersible Pump Motor,10HP,480V,3PH I Each $ 1,477.00 12.29 P60A0150A4 Pentek 6"Submersible Pump Motor,15HP,480V,3PH I Each $ 1,707.00 12.30 P60A0200A4 Pentek 6"Submersible Pump Motor,20HP,480V,3PH I Each $ 2,100.00 Page 12 of 19 Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 Item Model/Part Number Description Qty CONI Unit Price 12.3I P60A0250A4 Pentek 6"Submersible Pump Motor,25HP,480V,3PH I Each $ 2,443.00 12.32 P60A0250A4 Pentek 6"Submersible Pump Motor,25HP,480V,3PH I Each $ 2,443.00 12.33 L90HF50 Sta-Rite 4"Submersible Pump I Each $ 945.00 12.34 L90HF75 Sta-Rite 4"Submersible Pump I Each $ 1,356.00 12.35 PW2A0040FAA Yaskawa 1000/IQ Variable Frequency Drive, I5HP,230V I Each $ 1,815.00 12.36 PW2A0056FAA Yaskawa 1000/IQ Variable Frequency Drive,201IP,230V I Each $ 2,229.00 12.37 PW4A0009FAA Yaskawa 1000/IQ Variable Frequency Drive,5HP,480V I Each $ 1,336.00 12.38 PW4A001 IFAA Yaskawa 1000/IQ Variable Frequency Drive,7.5HP,480V I Each $ 1,519.00 12.39 PW4A0018FAA Yaskawa 1000/IQ Variable Frequency Drive,10HP,480V I Each $ 1,579.00 12.40 PW4A0023FAA Yaskawa 1000/IQ Variable Frequency Drive, 15HP,480V 1 Each $ 1,900.00 12.41 PW4A003IFAA Yaskawa 1000/IQ Variable Frequency Drive,20HP,480V I Each $ 2,145.00 12.42 KDRB25H TCI LINE Input Line Reactor,5HP,230V,3PH I Each $ 210.00 12.43 KDRB26H TCI LINE Input Line Reactor,7.5HP,230V,3PH I Each $ 214.00 12.44 KDRD21H TCI LINE Input Line Reactor,10HP,230V,3PH I Each $ 232.00 12.45 KDRD22H TCI LINE Input Line Reactor,15HP,230V,3PH I Each $ 280.00 12.46 KDRC22H TCI LINE Input Line Reactor,20HP,230V,3PH I Each $ 280.00 12.47 KDRA3P TCI LINE Output Line Reactor,5HP,480V,3PH I Each $ 168.00 12.48 KDRA4P TCI LINE Output Line Reactor,7.5HP,480V,3PH I Each $ 181.00 12.49 KDRBIP TCI LINE Output Line Reactor,10HP,480V,3PH I Each $ 222.00 12.50 KDRDIP TCI LINE Output Line Reactor,15HP,480V,3PH I Each $ 246.00 12.51 KDRD2P TCI LINE Output Line Reactor,20HP,480V,3PH I Each $ 270.00 12.52 KDRD3P TCI LINE Output Line Reactor,25HP,480V,3PH I Each $ 300.00 12.53 DCA001803 DC Link Choke,5HP,230V I Each $ 202.00 12.54 DCA003202 DC Link Choke,7.5 HP,230V I Each $ 223.00 12.55 DCA004003 DC Link Choke,10 HP,230V I Each $ 255.00 12.56 50RB002 DC Link Choke,15 HP,230V I Each $ 390.00 12.57 DCA000904 DC Link Choke,SHP,480V I Each $ 172.00 12.58 DCA001805 DC Link Choke,7.5 HP,480V I Each $ 202.00 12.59 DCA001805 DC Link Choke, 10 HP,480V I Each $ 217.00 12.60 DCA002505 DC Link Choke, 15 HP,480V I Each $ 270.00 Page 13 of 19 Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 Item Model/Part Number Description Qty L'OM Unit Price 12.61 DCA003203 DC Link Choke,20 HP,480V I Each $ 292.00 12.62 DCA004003 DC Link Choke,25 HP,480V 1 Each $ 315.00 12.63 682-3 Pressure Transducer,0-250 PSI 1 Each $ 390.00 12.64 679-3 Pressure Transducer,0-250 PSI 1 Each $ 436.00 12.65 DFA202-080AC Netafim Filter 2"x 2" 1 Each $ 5,088.00 12.66 DFA203-080AC Netafim Filter 2"x 3" 1 Each $ 6,450.00 12.67 DFA204-080AC Netafim Filter 2"x 4" 1 Each $ 7,905.00 12.68 DFA303-080AC Netafim Filter 3"x 3" 1 Each $ 11,236.00 12.69 LHM2G 10-MEL Netafim Hydro-Valve 2" 1 Each $ 825.00 12.70 LHM3G10-MEL Netafim Hydro-Valve 3" 1 Each $ 1,242.00 12.71 LHM4G10-MEL Netafim Hydro-Valve 4" 1 Each $ 1,950.00 12.72 70620-002300 Netafim Filter Cover 1 Each $ 142.00 12.73 70620-003900 Netafim Cover Seal 1 Each $ 21.00 12.74 70620-003600 Netafim Spine complete with o-rings 1 Each $ 426.00 12.75 71000-012780 Netafim 2"Backflush Valve I Each $ 624.00 12.76 71000-013360 Netafim 3"Backwash Valve I Each $ 660.00 12.77 70800-003260 Netafim 24V Solenoid Complete I Each $ 165.00 12.78 70800-002680 Netafim 24V Solenoid Only 1 Each $ 63.00 12.79 70561-004210 Netafim Vacuum Guard Air Vent 1 Each $ 139.00 12.80 00105-003200 Netafim Pressure Differential Switch 1 Each $ 682.00 12.81 23AXF3-BOARD Netafim Backwash 3 Output Board 1 Each $ 1,012.00 12.82 23AXF4-BOARD Netafim Backwash 4 Output Board 1 Each $ 1,313.00 12.83 00105-001700 Netafim 3 Output Backwash Control 1 Each $ 1,495.00 12.84 00105-002300 Netafim Output Backwash Control 1 Each $ 1,725.00 12.85 DF075-040 Netafim 3/4"Filter 1 Each $ 18.00 12.86 70220-010650 Netafim Hydrometer Dust Cover Assembly 1 Each $ 16.00 12.87 70220-010550 Netafim Hydrometer Register 0-Ring 1 Each $ 4.00 12.88 71610-036000 Netafim Hydrometer 3-Way Selector Valve 1 Each $ 38.00 12.89 70261-001174 Netafim Hydrometer 2"Register 1 Each $ 189.00 12.90 70220-020410 Netafim Hydrometer 3"Register I Each $ 189.00 Page 14 of 19 Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 Item Model/Part Number Description Qty UOM Unit Price 12.91 70261-001337 Netafim Hydrometer 4"Register I Each $ 189.00 12.92 70220-005300 Netafim Hydrometer Pulse Reed Switch I Each $ 57.00 12.93 36SOLNC-024 Netafim Hydrometer 3.5 Solenoid Complete I Each $ 156.00 12.94 61BKCL-24W5 Netafim Hydrometer Solenoid Only 1 Each $ 63.00 12.95 RM-25060-1CR Fuse Block,Class R,250V,60A, 1-Pole 1 Each $ 24.00 12.96 CVR-RH-25060 Fuse Block Cover(use w/250V,60A,Class R) 1 _ Each $ 11.00 12.97 RM-25100-1CR Fuse Block,Class R,250V,IOOA,1-Pole l Each $ 106.00 12.98 CVR-RH-25100 Fuse Block Cover(use w/250V,100A,Class R) I Each $ 39.00 12.99 RM-60030-1CR Fuse Block,Class R,600V,30A,1-Pole I Each $ 28.00 12.100 CVR-RH-60030 Fuse Block Cover(use w/600V,30A,Class R) I Each $ 9.00 12.101 RM-60060-I CR Fuse Block,Class R,600V,60A,1-Pole I Each $ 75.00 12.102 CVR-RH-60060 Fuse Block Cover(use w/600V,60A,Class R) I Each $ 11.00 12.103 ECNR60 Input Line Fuses,240VI Each $ 12.45 12.104 ECNR70 Input Line Fuses,240V I Each $ 27.75 12.105 ECNR80 Input Line Fuses,240V I Each $ 27.75 12.106 ECNR90 Input Line Fuses,240V I Each $ 29.40 12.107 ECNR100 Input Line Fuses,240V I Each $ 27.75 12.108 ECNR125 Input Line Fuses,240V I Each $ 62.25 12.109 ECSR25 Input Line Fuses,480V I Each $ 15.00 12.110 ECSR30 Input Line Fuses,480V I Each $ 15.00 12.111 ECSR40 Input Line Fuses,480V l Each $ 27.00 12.112 ECSR45 Input Line Fuses,480V I Each $ 27.00 12.113 ECSR50 Input Line Fuses,480V I Each $ 27.00 12.114 ECSR60 Input Line Fuses,480V I Each $ 27.00 12.115 GF222NR Fused Disconnect,250V,External,60A,2-Pole I Each $ 136.00 12.116 GF223NR Fused Disconnect,250V,External,100A,2-Pole I Each $ 312.00 12.117 GF322NR Fused Disconnect,250V,External,60A,3-Pole I Each $ 165.00 12.118 GF323NR Fused Disconnect,250V,External,100A,3-Pole I Each $ 297.00 12.119 HF361R Fused Disconnect,600V,External,30A,3-Pole I Each $ 315.00 12.120 HF362R Fused Disconnect,600V,External,60A,3-Pole I Each $ 520.00 Page 15 of 19 Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 Item Model/Part Number Description Qty UOM Unit Price 12.121 HF363R Fused Disconnect,600V,External, 100A,3-Pole 1 Each $ 624.00 12.122 SD2-100-BR Fused Disconnect,600V,Internal,100A,3-Pole 1 Each $ 342.00 12.123 Certa-Lok#661112 2"Certa-Lok PVC Pipe 1 Foot $ 9.95 12.124 Certa-Lok#662119 3"Certa-Lok PVC Pipe 1 Foot $ 16.50 12.125 Certa-Lok#663215 4"Certa-Lok PVC Pipe 1 Foot $ 15.00 12.126 Certa-Lok#707513 2"Certa-Lok PVC Pipe Nipple I Each $ 43.50 12.127 Certa-Lok#707520 3"Certa-Lok PVC Pipe Nipple 1 Each $ 39.00 12.128 Certa-Lok#707537 4"Certa-Lok PVC Pipe Nipple 1 Each $ 52.50 12.129 Certa-Lok#226212 4"Cert-Lok Yelomine Pipe I Foot $ 7.88 12.130 Certa-Lok#227219 6"Cert-Lok Yelomine Pipe I Foot $ 12.38 12.131 Certa-Lok#706011 4"Cert-Lok Yelomine Pipe Nipple I Each $ 27.90 12.132 Certa-Lok#706028 6"Cert-Lok Yelomine Pipe Nipple I Each $ 48.00 12.133 CC3000 Pre-Cast Concrete Pad 64"X 72" 1 Each $ 562.00 12.134 CC4000 Pre-Cast Concrete Pad 64"X 84" 1 Each $ 577.00 12.135 CC5000 Pre-Cast Concrete Pad 64"X 110" 1 Each $ 592.00 12.136 APS3000 Welded Aluminum Pump Skids 1 Each $ 1,200.00 12.137 APS4000 Welded Aluminum Pump Skids 1 Each $ 1,425.00 12.138 APS5000 Welded Aluminum Pump Skids 1 Each $ 1,912.00 12.139 PWD-6 I Iydro-Pneumatic Pressure Tank,2-Gallon 1 Each $ 82.00 12.140 PC-66FRP Hydro-Pneumatic Pressure Tank,20-Gallon 1 Each $ 186.00 12.141 FSG3 Pressure Switch 1 Each $ 30.00 12.142 6B452 Reverse Pressure Switch 1 Each $ 89.00 12.143 RBG-L100 Pressure Guage I Each $ 24.00 12.144 Simmons#139 Well Seal,6"X 2" 1 Each $ 55.58 12.145 Simmons#021 Well Seal,6"X 3" 1 Each $ 52.50 12.146 Simmons#199 Well Seal,8"X 2" 1 Each $ 105.00 12.147 Simmons#041 Well Seal,8"X 3" 1 Each $ 112.50 12.148 Simmons#042 Well Seal,8"X 4" 1 Each $ 112.50 12.149 SCS4 Sure-Flo Self-Cleaning Strainers,4",325 Capacity gpm 1 Each $ 787.00 12.150 SCS6 Sure-Flo Self Cleaning Stainers,6",625 Capacity gpm 1 Each $ 1,132.00 Page 16 of 19 Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 Item Model/Part Number Description Qty UOM Unit Price 12.151 14/4 Submersible Pump Cable w/Ground 1 Foot $ 0.95 12.152 12/4 Submersible Pump Cable w/Ground 1 Foot $ 1.02 12.153 10/4 Submersible Pump Cable w/Ground 1 Foot $ 1.73 12.154 8/4 Submersible Pump Cable w/Ground 1 Foot $ 2.52 12.155 6/4 Submersible Pump Cable w/Ground 1 Foot $ 3.75 12.156 70K8565 Internal Cooling Fan,4"X 4" 1 Each $ 16.82 12.157 93K7643 Fan Cord Set,24" 1 Each $ 2.88 12.158 FFTC4000 Fiberglass Flip Top Covers,48"X 70" 1 Each $ 4,500.00 12.159 FFTC5000 Fiberglass Flip Top Covers,48"X 70" 1 Each $ 5,250.00 12.160 3R30210/30 x 24 x 10 Control Enclosures 1 Each $ 576.00 12.161 IP2227/22 x 27 Enclosure Interior Panel 1 Each $ 97.00 12.162 2"Intakemgv/2"Diameter Galvanized Victaulic Intake Manifold 1 Each $ 775.00 12.163 2"Dischargemgv/2"Diameter Galvanized Victaulic Discharge Manifold I Each $ 875.00 12.164 3"Intakemgv/3"Diameter Galvanized Victaulic Intake Manifold 1 Each $ 875.00 12.165 3"Dischargemgv/3"Diameter Galvanized Victaulic Discharge Manifold 1 Each $ 975.00 12.166 4"Intakemgv/4"Diameter Galvanized Victaulic Intake Manifold 1 Each $ 975.00 12.167 4"Dischargemgv/4"Diameter Galvanized Victaulic Discharge Manifold 1 Each $ 1,075.00 12.168 D100-120/208Y Surge Suppressor,Ditek,208,3 Phase 1 Each $ 510.00 12.169 KLR21BTB Output Line Reactor,5HP,230V 1 Each $ 282.00 12.170 KLR27BTB Output Line Reactor,5HP,230V I Each $ 294.00 12.171 KLR35BTB Output Line Reactor,5HP,230V 1 Each $ 300.00 12.172 KLR45BTB Output Line Reactor,5HP,230V 1 Each $ 318.00 12.173 624-SB Submersible check valves 1 Each $ 712.00 12.16 SECTION 12 TOTAL: S 147,907.71 SECTION 13: SERVICE HOURS/EQUIPMENT/MAINTENANCE OF TRAFFIC Item Description Qty UOM Unit Price 13.1 Supervisor 1 Hourly $ 125.00 13.2 In-House Technicians 1 Hourly $ 100.00 13.3 Field Service Technician 1 Hourly $ 100.00 13.4 Crane(75-foot reach) 1 Hourly $ 450.00 Page 17 of 19 Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 Item Model/Part Number Description Qty UOM Unit Price 13.5 Crane Operator I Hourly $ 150.00 13.6 Bucket Truck(40 foot reach) 1 Hourly $ 500.00 13.7 Bucket Truck(60 foot reach) 1 Hourly $ 645.00 13.8 Bucket Truck(80 foot reach) 1 Hourly $ 960.00 13.9 Bucket Truck Operator I Hourly $ 150.00 13.10 Maintenance of Traffic 1 Lump Sum $ 1,200.00 13.11 SECTION 13 TOTAL: $ 4,380.00 Material Mark-Up is 10%(receipts required with invoice submission) 1.25 PACKAGE 1 TOTAL $ 35,263.99 2.25 PACKAGE 2 TOTAL $ 38,395.99 3.29 PACKAGE 3 TOTAL $ 41,656.99 4.25 PACKAGE 4 TOTAL $ 45,930.99 5.25 PACKAGE 5 TOTAL $ 50,218.74 6.31 PACKAGE 6 TOTAL $ 31,004.52 7.31 PACKAGE 7 TOTAL $ 34,461.02 8.31 PACKAGE 8 TOTAL $ 34,679.48 9.31 PACKAGE 9 TOTAL $ 40,239.49 10.31 PACKAGE 10 TOTAL: $ 45,434.74 11.31 PACKAGE 11 TOTAL: $ 49,894.49 12.16 SECTION 12 TOTAL: $ 147,907.71 13.11 SECTION 13 TOTAL $ 4,380.00 Total Bid $599,468.15 NO Bid Schedule has been completed and attached YES Form 2:Vendor Check List YES Form 3:Conflict of Interest Affidavit YES Form 4:Vendor Declaration Statement_ YES Form 5:Immigration Affidavit Certification YES Page 18 of 19 Project Manager:Melissa Pearson Notifications Sent:15218 Procurement Strategist:Patrick Boyle Downloaded:78 Submittals:1 Item Model/Part Number Description Qty UOM Unit Price Form 6:Vendor Substitute W-9 YES E-Verify YES Sun Biz(Proof of status from Division of Corporations-Florida Department of State) YES Page 19 of 19 collier county Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR Pumps, Parts and Services SOLICITATION NO.: 20-7704 PATRICK BOYLE, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8941 Patrick.Boyle@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. SOLICITATION PUBLIC NOTICE INVITATION TO BID(ITB)NUMBER: 20-7704 PROJECT TITLE: Pumps,Parts and Services DUE DATE: January 21"at 3:00PM PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST,BLDG C-2 NAPLES,FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Road Maintenance Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division(hereinafter, "County")has issued this Invitation to Bid (hereinafter, "ITB")with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor,at a minimum,must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. BACKGROUND The Contractor(s) to provide assembled pump stations, pumps, parts, and services for various Divisions within Collier County. The Contractor shall be available to provide services that include, but are not limited to maintenance, diagnostics, repairs, part replacements,testing equipment, and installations. The service areas may require the Contractor to set-up Maintenance of Traffic for work sites that are located in the roadway medians or right-of-way. TERM OF CONTRACT The contract term, if an award(s)is/are made is intended to be for Three(3)years with two(2)one(1)year renewal option . Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract,and such charges should be incorporated into the pricing structure. The County Manager, or designee,may,at his discretion,extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty(180)days. The County Manager,or designee,shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten(10)days prior to the end of the Agreement term then in effect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. AWARD CRITERIA ITB award criteria are as follows: ➢ The County's Procurement Services Division reserves the right to clarify a vendor's submittal prior to the award of the solicitation. > It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s)that represents the best value to the County. ➢ For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below: • Lowest Total Bid > Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, establish a pool for quoting,or other options that represents the best value to the County; however,it is the intent to: • Identify Primary and Secondary Awardees > The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. DETAILED SCOPE OF WORK BRIEF DESCRIPTION OF PURCHASE The County intends to establish a term contract with Contractor(s) in providing pumps and pump assemblies, parts, and services. The yearly historical expenditures were approximately as follows: Year 1 =$136,624.35; Year 2=$408,598.95; Year 3 =$508,533.41; and Year 4=$169,329.90. 1. SCOPE OF SERVICES The Contractor(s) to provide assembled pump stations, pumps, parts, and services for various Divisions within Collier County. The Contractor shall be available to provide services that include, but are not limited to maintenance, diagnostics, repairs, part replacements, testing equipment, and installations. The service areas may require the Contractor to set-up Maintenance of Traffic for work sites that are located in the roadway medians or right-of-way. Throughout the Agreement term, County Staff will request quotes from the Contractor based on their bid schedule prices. 2. SPECIFICATIONS 2.1. Pump Stations: Contractor assembled centrifugal pump stations and submersible well pump stations with parts and components as listed in the bid schedule.The cost inclusive of ordering, processing, assembly,and delivery per the packages on the bid schedule. 2.2. Parts: Parts include, but not limited to pumps,pump motors, variable frequency drives, line reactors, link chokes, Pumps, Pump Motors, filters solenoids, filter covers, cover seal,well seals,hydro-valves,backflush valves, vacuum guard air vent,backwash control,fuse blocks, fused disconnects,PVC pipes, pipe parts, pre-cast concrete pads,welded aluminum pump skids,hydro-pneumatic pressure tanks, pressure switches and gauges, cooling fans,pump cables,and fan cords. The costs inclusive of ordering, processing, and delivery. 2.3. Service Hours/Equipment/Maintenance of Traffic Rates: Service hours include,but are not limited to field diagnostics, pump installations,repairs,service calls,etc..). The rates for Supervisor, In-House Technicians,and Field Service Technicians is hourly; Equipment and Operator rates are hourly; and Maintenance of Traffic is lump sum. 3. GENERAL INFORMATION 3.1. Ordering and Delivery: Division Representatives shall place orders as needed. Orders shall be shipped FOB destination, freight prepaid,and delivered to the destination provided by the Division. 3.2. Contractor Account Representative(s): Contractor shall assign account representatives for order placements, order resolutions, billing,and other related account activities. The Contractor shall provide account representative names, phone numbers,and emails upon contract execution. 3.3. Order Processing: If the Contractor is unable to process orders within three(3)business days due to backorders or out-of-stock items,the Division must be notified immediately. 3.4. Order Confirmation: shall include, but not limited to: line item number, item description, unit of measure, quantity, unit cost, and extended cost for each item ordered. 3.5. Delivery: Deliveries shall be FOB (Free on Board) Destination. 3.5.1. Delivery hours are Monday through Friday from 8:00 a.m. to 3:30 p.m. EST. There will be no deliveries after 3:30 p.m. EST, or on 11 County observed holidays which County offices are closed: New Year's Day,Martin Luther King Jr.Day,President's Day,Memorial Day,Independence Day,Labor Day, Veteran's Day,Thanksgiving Day,Friday after Thanksgiving Day, Christmas Eve,and Christmas day. 3.5.2. The Contractor shall contact the Division Representative that placed the order,no less than 24 hours in advance,to coordinate or notify them of the delivery. 3.5.3. The Division has the final authority as to the quality and acceptability of any products. Any product delivery found to be defective or incorrect(order errors on behalf of the Contractor) shall be returned to the Contractor at the Contractor's expense. 3.6. Key Personnel: Contractor shall provide the Division with key personnel as a point-of-contact for 3.6.1. Contact information must be provided to Division at the contract kick-off meeting. It must include emails,business,and cell phone numbers. 3.6.2. Contractor employees must be English speaking and effectively communicate with Division staff. 3.6.3. If essential personnel is absent, the Contractor shall immediately notify Division with substitution personnel providing their names and contact information via email. 3.6.4. Division reserves the right to remove key personnel from the contract that fails to communicate with staff. 3.7. Meetings: Either party may request meetings throughout the contract term, and it may require mandatory attendance. There are no additional costs to the County for these meetings. 3.8. Modifications(Post Contract Award): Modifications may include, but not be limited to,adding items, deleting items, or a product name modification. Line item products may become obsolete and replaced with a new products or product names. Those items will require the bid schedule to have deletions or additions. 3.9. Utilities: Contractor shall be responsible in exercising pre-cautions while working near utilities. Before digging, Contractors are required to call Sunshine 811 at 811 or 800-432-4770, Monday—Friday from 7:00 a.m.—5:00 p.m. Sunshine 811 requires two(2)full business days' notice. Any damage to utilities is the Contractor's sole responsibility, and at no cost to the County. 3.10. Materials Markup Percentage: the percentage for non-bid line items is 10%. Reimbursement of non-bid line items requires the Contractor to submit the receipts showing the cost of goods to verify markup percentages. Failure to provide backup receipts showing costs of goods will result in invoice rejection. 3.11. Compensation: Invoice submission for payment approval must be accurate and complete with details of services performed or commodities purchased. 3.11.1. Invoices shall be reviewed for approval for line items or services completed that is satisfactory by the Division. 3.11.2. Non-bid line item purchases shall have markup percentage applied with receipts provided for costs verification. 3.11.3. Invoices will be rejected for inaccurate information and insufficient backup documentation. 3.11.4. Invoices must include, at a minimum: Division Name, Contract Number, Purchase Order Number, Work Order Number(if applicable), Details of Services Performed or Commodities Purchased (line item numbers and descriptions),and if there are Non-Bid Line Items,the Contractor's cost for each item plus the percentage markup. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see,Form 2: Vendor Check List)*** The County requests that the vendor submits no fewer than three (3) completed reference forms from clients (during which period of time, eg. 5 years) whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using the Reference Form provided. Vendors may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the information to assess the experience of the Proposer on relevant work. Colter County Email: Patrick.Boyle@colliercountvfl.gov Administrative Services Division Telephone: (239) 252- 8941 Procurement Services Addendum 1 Date: 1/9/2020 From: Patrick Boyle,Procurement Strategist To: Interested Bidders Subject: Addendum 1 The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes,deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Revised bid schedule section 12 formula to reflect to total sum of all line items. If you require additional information, please post a question on our Bid Sync(www.bidsync.com)bidding platform under the solicitation for this project. CC: Melissa Pearson, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Colter County Email: Patrick.Bovlena,colliercountyfl.gov Administrative Services Dt tsion Telephone: (239)252- 8941 Procurement Services Addendum 2 Date: 1/14/2020 From: Patrick Boyle, Procurement Strategist-Acquisitions To: Interested Bidders Subject: Addendum 2 The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes,deletions, or additions to the original solicitation document for the referenced solicitation: Change 1: The bid schedule has been revised adding parts to Section 12: Parts, line items 158 through 173; additions are underlined. Interested Bidders shall submit offers utilizing Revision 2 Bid Schedule. Change 2: Added Local Vendor Affidavit Change 3: Extended Q&A from January 16th, 2020 at 5:00PM to January 17`''2020 at 5:00PM If you require additional information, please post a question on our Bid Sync(www.bidsync.com)bidding platform under the solicitation for this project. CC: Melissa Pearson, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Colter County Email: Patrick.Boyle@colliercountyfl.gov Administrative Services Division Telephone: (239) 252- 8941 Procurement Services Addendum 3 Date: 1/21/2020 From: Patrick Boyle, Procurement Strategist To: Interested Bidders Subject: Addendum 3 20-7704 Pumps, Parts and Services The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes,deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Extended bid from January 2r, 2020 at 3:00PM to January 30th, 2020 at 3:00PM Extended Q&A to January 28th, 2020 at 5:00PM If you require additional information,please post a question on our Bid Sync(www.bidsync.com) bidding platform under the solicitation for this project. CC: Melissa Pearson, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Project Manager: Procurement Strategist: REVISION 2: INVITATION TO BID NO.20-7704 PUMPS,PARTS,AND SERVICES REVISION 2 NOTE: ADDITIONS ARE UNDERLINED PACKAGE 1-CENTRIFUGAL PUMP STATION MODEL:VFD-NETA-LP-CENT-7.5 Item Product Number Description Qty UOM Unit Price Extended Price 1.1 CC4000/64"X 84" Pre-Cast Concrete Pad I Each $ - $ 577.00 1.2 APS4000 Welded Aluminum Pump Skids I Each $ - $ 1,425.00 1.3 FFTC4000/48"X 70" Fiberglass Flip Top Covers I Each $ - $ 4,500.00 1.4 3R30210/30 x 24 x 10 Control Enclosures I Each $ - $ 576.00 1.5 IP2227/22 x 27 Enclosure Interior Panel I Each $ - $ 97.00 1.6 B1-1/2-TPMS-7.5/7.5HP Centrifugal Pump I Each $ - $ 2,220.00 1.7 PW2A0056FAA Vaskawa 1000/IQ VFD,20HP,230V I Each $ - $ 2,229.00 1.8 KDRC22H Input Line Reactor,20HP,230V I Each $ - $ 280.00 1.9 SD2-100-BR Non-Fused Internal Disconnect, 100A Internal,3 Pole I Each $ - $ 342.00 1.10 RM-25100-1CR Modular Fuse Block, 100A,250V, 1-Pole 3 Each $ 106.00 $ 318.00 1.11 CVR-RH-25100 Fuse Block Cover(use w/600V,60A,Class R) 3 Each $ 39.00 $ 117.00 1.12 ECN-70 Input line Fuses 240V 3 Each $ 27.75 $ 83.25 1.13 D100-120/208Y Surge Suppressor,Ditek,208,3 Phase I Each $ - $ 510.00 1.14 679-3 Pressure Transducer,0-250 PSI I Each $ - $ 436.00 1.15 6B452 Reverse Pressure Switch I Each $ - $ 89.00 1.16 70K8565 Internal Cooling Fan,4"X 4" I Each $ - $ 16.86 1.17 93K7643 Fan Cord Set,24" I Each $ - $ 2.88 1.18 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon I Each $ - $ 82.00 1.19 LHM2G 10-MEL Netafim Hydro-Valve,2" I Each $ - $ 825.00 1.20 DFA202-080AC Netafim Filters,2"x 2" I Each $ - $ 5,088.00 1.21 2"Intakemgv/2"Diameter Galvanized Victaulic Intake Manifold I Each $ - $ 775.00 1.22 2"Dischargemgv/2"Diameter Galvanized Victaulic Discharge Manifold I Each $ - $ 875.00 1.23 In-House Assembly Labor I LS $ - $ 8,600.00 1.24 On-Site Installation Labor I LS $ - $ 5,200.00 Page 1 of 20 Project Manager: Procurement Strategist: 1.25 I PACKAGE 1 TOTAL $ 35,263.99 PACKAGE 2-CENTRIFUGAL PUMP STATION MODEL:VFD-NETA-LP-CENT-10 Item Product Number Description Qty t!OM Unit l'rice Extended Price 2.1 CC4000 Pre-Cast Concrete Pad,64"X 84" I Each $ - $ 577.00 2.2 APS4000 Welded Aluminum Pump Skids I Each $ - $ 1,425.00 2.3 FFTC4000 Fiberglass Flip Top Covers,48"X 70" I Each $ - $ 4,500.00 2.4 3R30210 Control Enclosures,30 x 24 x 10 I Each $ - $ 576.00 2.5 IP2227 Enclosure Interior Panel,22 x 27 I Each $ - $ 97.00 2.6 B2-ZPLS 10 H.P. Centrifugal Pump I Each $ - $ 2,835.00 2.7 PW2A0056FAA Vaskawa 1000/IQ VFD,20HP,230V I Each $ - $ 2,229.00 2.8 KDRC22H Input Line Reactor,20HP,230V I Each $ - $ 280.00 2.9 SD2-100-BR Non-Fused Internal Disconnect, 100A Internal,3 Pole I Each $ - $ 342.00 2.10 RM-25100-1CR Modular Fuse Block, 100A,250V, 1-Pole 3 Each $ 106.00 $ 318.00 2.11 CVR-RH-25100 Fuse Block Cover(use w/600V,60A,Class R) 3 Each $ 39.00 $ 117.00 2.12 ECN-70 Input line Fuses 240V 3 Each $ 27.75 $ 83.00 2.13 D100-120/208Y Surge Suppressor,Ditek,208,3 Phase I Each $ - $ 510.00 2.14 679-3 Pressure Transducer,0-250 PSI I Each $ - $ 436.00 2.15 6B452 Reverse Pressure Switch I Each $ - $ 89.00 2.16 70K8565 Internal Cooling Fan,4"X 4" I Each $ - $ 16.86 2.17 93K7643 Fan Cord Set,24" I Each $ - $ 2.88 2.18 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon I Each $ - $ 82.00 2.19 LHM3G10-MEL Netafim Hydro-Valve,3" I Each $ - $ 1,242.00 2.20 DFA202-080AC Netafim Filters,2"x 2" I Each $ - $ 5,088.00 2.21 3"Intakemgv/3"Diameter Galvanized Victaulic Intake Manifold I Each $ - $ 875.00 2.22 3"Dischargemgv/3"Diameter Galvanized Victaulic Discharge Manifold I Each $ - $ 975.00 2.23 In-House Assembly Labor I LS $ - $ 11,200.00 2.24 On-Site Installation Labor I LS $ - $ 4,500.00 2.25 PACKAGE 2 TOTAL $ 38,395.74 PACKAGE 3-CENTRIFUGAL PUMP STATION MODEL:VFD-NETA-LP-CENT-15 Page 2 of 20 Project Manager: Procurement Strategist: Item Product Number Description Qty UOM Unit Price Extended Price 3.1 CC5000 Pre-Cast Concrete Pad,64"X 84" I Each $ - $ 592.00 3.2 APS5000 Welded Aluminum Pump Skids 1 Each $ - $ 1,912.00 3.3 FFTC5000 Fiberglass Flip Top Covers,48"X 70" I Each $ - $ 5,250.00 3.4 3R30210 Control Enclosures,30 x 24 x 10 I Each $ - $ 576.00 3.5 IP2227 Enclosure Interior Panel,22 x 27 I Each $ - $ 97.00 3.6 B2-ZPLS-15 H.P. Centrifugal Pump I Each $ - $ 3,082.00 3.7 PW2A0056FAA Vaskawa 1000/IQ VFD,20HP,230V I Each $ - $ 2,229.00 3.8 KDRC22H Input Line Reactor,20HP,230V I Each $ - $ 280.00 3.9 SD2-100-BR Non-Fused Internal Disconnect, 100A Internal,3 Pole I Each $ - $ 342.00 3.10 RM-25100-1CR Modular Fuse Block, 100A,250V, 1-Pole 3 Each $ 106.00 $ 318.00 3.11 CVR-RH-25100 Fuse Block Cover(use w/600V,60A,Class R) 3 Each $ 39.00 $ 117.00 3.12 ECN-70 Input line Fuses 240V 3 Each $ 27.75 $ 83.25 3.13 D100-120/208Y Surge Suppressor,Ditek,208,3 Phase I Each $ - $ 510.00 3.14 679-3 Pressure Transducer,0-250 PSI I Each $ - $ 436.00 3.15 6B452 Reverse Pressure Switch I Each $ - $ 89.00 3.16 70K8565 Internal Cooling Fan,4"X 4" I Each $ - 5 16.86 3.17 93K7643 Fan Cord Set,24" I Each $ - $ 2.88 3.18 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon I Each $ - $ 82.00 3.19 LHM3G10-MEL NetafimHydro-Valve,3" I Each $ - $ 1,242.00 3.20 DFA203-080AC Netafim Filters,2 x 3 I Each $ - $ 6,450.00 3.21 3"intakemgv/3"diameter Galvanized Victaulic Intake Manifold I Each $ - $ 875.00 3.22 3"dischargemgv/3"diameter Galvanized Victaulic Discharge Manifold I Each $ - $ 975.00 3.23 In-House Assembly Labor I LS $ - $ 11,600.00 3.24 On-Site Installation Labor I LS $ - $ 4,500.00 3.29 PACKAGE 3 TOTAL $ 41,656.99 PACKAGE 4-CENTRIFUGAL PUMP STATION MODEL:VFD-NETA-LP-CENT-20 Item Product Number Description Qty UOM Unit Price Extended Price 4.1 CC5000 Pre-Cast Concrete Pad,64"X 84" I Each $ - $ 592.00 Page 3 of 20 Project Manager: Procurement Strategist: 1 4.2 .APS5000 Welded Aluminum Pump Skids 1 Each $ - $ 1,912.00 4.3 FFTC5000 Fiberglass Flip Top Covers,48"X 70" I Each $ - $ 5,250.00 4.4 3R30210 Control Enclosures,30 x 24 x 10 I Each $ - $ 576.00 4.5 IP2227 Enclosure Interior Panel,22 x 27 I Each $ - $ 97.00 4.6 B3-ZPLS-20 H.P. Centrifugal Pump I Each $ - $ 4,293.00 4.7 PW2A0056FAA Vaskawa 1000/IQ VFD,20HP,230V I Each $ - $ 2,229.00 4.8 KDRC22H Input Line Reactor,20HP,230V I Each $ - $ 280.00 4.9 SD2-100-BR Non-Fused Internal Disconnect, 100A Internal,3 Pole I Each $ - $ 342.00 4.10 RM-25100-1CR Modular Fuse Block, 100A,250V, 1-Pole 3 Each $ 106.00 $ 318.00 4.11 CVR-RI-I-25100 Fuse Block Cover(use w/600V,60A,Class R) 3 Each $ 39.00 $ 117.00 4.12 ECN-70 Input line Fuses 240V 3 Each $ 27.75 $ 83.25 4.13 D100-120/208Y Surge Suppressor,Ditek,208,3 Phase I Each $ - $ 510.00 4.14 679-3 Pressure Transducer,0-250 PSI I Each $ - $ 436.00 4.15 6B452 Reverse Pressure Switch I Each $ - $ 89.00 4.16 70K8565 Internal Cooling Fan,4"X 4" I Each $ - $ 16.86 4.17 93K7643 Fan Cord Set,24" I Each $ - $ 2.88 4.18 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon I Each $ - $ 82.00 4.19 LHM4G 10-MEL Netafim Hydro-Valve,4" I Each $ - $ 1,950.00 4.20 DFA204-080AC Netafim Filters,2 x 4 I Each $ - $ 7,905.00 4.21 4"intakemgv/4"Diameter Galvanized Victaulic Intake Manifold I Each $ - $ 975.00 4.22 4"dischargemgv/4"Diameter Galvanized Victaulic Discharge Manifold I Each $ - $ 1,075.00 4.23 In-House Assembly Labor I LS $ - $ 12,300.00 4.24 On-Site Installation Labor I LS $ - $ 4,500.00 4.25 PACKAGE 4 TOTAL $ 45,930.99 PACKAGE 5: CENTRIFUGAL PUMP STATION MODEL:VFD-NETA-LP-CENT-25 Item Product Number Description Qty UOM. Unit Price Extended Price 5.1 CC5000 Pre-Cast Concrete Pad,64"X 84" I Each $ - $ 592.00 5.2 APS5000 Welded Aluminum Pump Skids I Each $ - $ 1,912.00 5.3 FFTC5000 Fiberglass Flip Top Covers,48"X 70" I Each $ - $ 5,250.00 Page 4 of 20 Project Manager: Procurement Strategist: 5.4 3R30210 Control Enclosures,30 x 24 x 10 1 Each $ - $ 576.00 5.5 IP2227 Enclosure Interior Panel,22 x 27 1 Each $ - $ 97.00 5.6 B3-ZPLS 25 H.P. Centrifugal Pump 1 Each $ - $ 4,596.00 5.7 PW4A0040FAA Vaskawa 1000/IQ VFD,20HP,230V 1 Each $ - $ 2,842.00 5.8 KDRD4H Input Line Reactor,20HP,230V 1 Each $ - $ 300.00 5.9 SD2-100-BR Non-Fused Internal Disconnect, 100A Internal,3 Pole 1 Each $ - $ 342.00 5.10 RM-60060-1CR Modular Fuse Block,60A,600V, 1-Pole 3 Each $ 75.00 $ 225.00 5.11 CVR-RH-60060 Fuse Block Cover(use w/600V,60A,Class R) 3 Each $ 11.00 $ 33.00 5.12 ECSR45 Input line Fuses 240V 3 Each $ 27.00 $ 81.00 5.13 D100-480 Surge Suppressor,Ditek,208,3 Phase 1 Each $ - $ 510.00 5.14 679-3 Pressure Transducer,0-250 PSI 1 Each $ - $ 436.00 5.15 6B452 Reverse Pressure Switch 1 Each $ - $ 89.00 5.16 70K8565 Internal Cooling Fan,4"X 4" 1 Each $ - $ 16.86 5.17 93K7643 Fan Cord Set, 24" 1 Each $ - $ 2.88 5.18 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon 1 Each $ - $ 82.00 5.19 LHM4G10-MEL NetafimHydro-Valve,4" 1 Each $ - $ 1,950.00 5.20 DFA304-080AC Netafim Filters,3 x 3 1 Each $ - $ 11,236.00 5.21 4"intakemgv/4"diameter Galvanized Victaulic Intake Manifold 1 Each $ - $ 975.00 5.22 4"dischargemgv/4"diameter Galvanized Victaulic Discharge Manifold 1 Each $ - $ 1,075.00 5.23 In-House Assembly Labor 1 LS $ - $ 12,000.00 5.24 On-Site Installation Labor 1 LS $ - $ 5,000.00 5.25 PACKAGE 5 TOTAL $ 50,218.74 PACKAGE 6-SUBMERSIBLE WELL PUMP STATION MODEL:VFD-NETA-LP-SUB-5 Item Product Number Description Qty UOM Unit Price Extended Price 6.1 CC5000 Pre-Cast Concrete Pad,64"X 110" 1 Each $ - $ 592.00 6.2 APS4000 Welded Aluminum Pump Skids 1 Each $ - $ 1,425.00 6.3 FFTC4000 Fiberglass Flip Top Covers,48"X 70" 1 Each $ - $ 4,500.00 6.4 3R30210 Control Enclosures,30 x 24 x 10 1 Each $ - $ 576.00 6.5 IP2227 Enclosure Interior Panel,22 x 27 1 Each $ - $ 97.00 Page 5 of 20 Project Manager: Procurement Strategist: 6.6 L9OHF50 Sta-rite 4"Submersible Pump 1 Each $ - $ 945.00 6.7 P43B0050A3 Pentek 4"Submersible Pump Motor,5HP,230,3 Phase 1 Each ; $ - $ 1,033.00 6.8 PW2A0056FAA Yaskawa 1000/IQ VFD,20HP,230V 1 Each ' $ - $ 2,229.00 6.9 KDRC22H Input Line Reactor,20HP,230V 1 Each $ - $ 280.00 6.10 KLR21BTB Output Line Reactor,5HP,230V 1 Each $ - $ 282.00 6.11 SD2-100-BR Non-Fused Internal Disconnect, 100A Internal,3 Pole 1 Each $ - $ 342.00 6.12 RM-250-1CR Modular Fuse Block,100A,250V, 1-Pole 3 Each $ 106.00 $ 318.00 6.13 CVR-RH-25100 Modular Fuse Block Cover(for 250V, 100A,Class R) 3 Each $ 39.00 $ 117.00 6.14 ECN-70 Input Line Fuses,240V 3 Each $ 27.75 $ 83.25 6.15 D100-120/208Y Surge Suppressor,Ditek,208,3 Phase 1 Each $ - $ 510.00 6.16 679-3 Pressure Transducer,0-250 PSI I Each $ - $ 436.00 6.17 701(8565 Internal Cooling Fan,4"X 4" 1 Each $ - $ 16.86 6.18 931(7643 Fan Cord Set,24" 1 Each $ - $ 2.88 6.19 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon 1 Each $ - $ 82.00 6.20 LHM2G10-MEL Netafim Hydro-Valve,2" 1 Each $ - $ 825.00 6.21 DFA202-080AC Netafim Filters,2 x 2 1 Each $ - $ 5,088.00 6.22 2"Intakemgv/2"Diameter Galvanized Victaulic Intake Manifold 1 Each $ - $ 775.00 6.23 2"Dischargemgv/2"Diameter Galvanized Victaulic Discharge Manifold 1 Each $ - $ 872.00 6.24 622-SB Submersible Check Valves 1 Each $ - $ 121.00 6.25 2"Certa-Lok Nipple Certa-Lok Pipe Nipple 1 Each $ - $ 43.50 6.26 2"Certa-Lok Pipe per foot Certa-Lok Pipe 1 Foot $ - $ 9.95 6.27 Well Seal Well Seal,6"x 2" 1 Each $ - $ 55.58 6.28 14/4 Gauge includes Ground Submersible Pump Wire 50 Feet $ 0.95 $ 47.50 6.29 In-House Assembly Labor 1 LS $ - $ 5,300.00 6.30 On-Site Installation Labor 1 LS $ - $ 4,000.00 6.31 PACKAGE 6 TOTAL $ 31,004.52 PACKAGE 7-SUBMERSIBLE WELL PUMP STATION MODEL: VFD-NETA-LP-SUB-7.5 Item Product Number Description Qty IJO\I Unit Price Extended Price . 7.1 CC4000 Pre-Cast Concrete Pad,64"X 84" I Lach $ - $ 577.00 Page 6 of 20 Project Manager: Procurement Strategist: 7.2 APS4000 Welded Aluminum Pump Skids I Each $ - $ 1,425.00 7.3 FFTC4000 Fiberglass Flip Top Covers,48"X 70" I Each $ - $ 4,500.00 7.4 3R30210 Control Enclosures,30 x 24 x 10 I Each $ - $ 576.00 7.5 IP2227 Enclosure Interior Panel,22 x 27 I Each $ - $ 97.00 7.6 B82761 Berkeley Submersible Pumps,6TS-7.5-115 I Each $ - $ 1,482.00 7.7 P60A0075A3 Pentek 6"Submersible Pump Motor,7.5HP,230,3 Phase I Each $ - $ 1,249.00 7.8 PW2A0056FAA Yaskawa 1000/IQ VFD,20HP,230V I Each $ - $ 2,229.00 7.9 KDRC22H Input Line Reactor,20HP,230V I Each $ - $ 280.00 7.10 KLR27BTB Output Line Reactor,5HP,230V I Each $ - $ 294.00 7.11 SD2-100-BR Non-Fused Internal Disconnect, 100A Internal,3 Pole I Each $ - $ 342.00 7.12 RM-250-1CR Modular Fuse Block, 100A,250V, 1-Pole 3 Each $ 106.00 $ 318.00 7.13 CVR-RH-25100 Modular Fuse Block Cover(for 250V, 100A,Class R) 3 Each $ 39.00 $ 117.00 7.14 ECN-70 Input Line Fuses,240V 3 Each $ 27.75 $ 83.25 7.15 D100-120/208Y Surge Suppressor,Ditek,208,3 Phase I Each $ - $ 510.00 7.16 679-3 Pressure Transducer,0-250 PSI I Each $ - $ 436.00 7.17 70K8565 Internal Cooling Fan,4"X 4" I Each $ - $ 16.86 7.18 93K7643 Fan Cord Set, 24" I Each $ - $ 2.88 7.19 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon I Each $ - $ 82.00 7.20 LHM2G 10-MEL Netafim Hydro-Valve,2" I Each $ - $ 825.00 7.21 DFA202-080AC Netafim Filters,2 x 2 I Each $ - $ 5,088.00 7.22 2"Intakemgv/2"Diameter Galvanized Victaulic Intake Manifold I Each $ - $ 775.00 7.23 2"Dischargemgv/2"Diameter Galvanized Victaulic Discharge Manifold I Each $ - $ 875.00 7.24 622-SB Submersible Check Valves I Each $ - $ 121.00 7.25 2"Certa-Lok Nipple Certa-Lok Pipe Nipple I Each $ - $ 43.50 7.26 2"Certa-Lok Pipe Certa-Lok Pipe I Foot $ - $ 9.95 7.27 Well Seal Well Seal,6"x 2" I Each $ - $ 55.58 7.28 12/4 Gauge includes Ground Submersible Pump Wire 51) Feet $ 1.02 $ 51.00 7.29 In-House Assembly Labor I LS $ - $ 8,000.00 7.30 On-Site Installation Labor I LS $ - $ 4,000.00 Page 7 of 20 Project Manager: Procurement Strategist: 7.31 PACKAGE 7 TOTAL $ 34,461.02 PACKAGE 8-Sl'BNIERSIBLE WELL PUMP STATION MODEL:VFD-NETA-LP-SUB-10 Item Product Number Description Qty UOM Unit Price Extended Price 8.1 CC5000 Pre-Cast Concrete Pad,64"X 110" I Each $ - $ 592.00 8.2 APS5000 Welded Aluminum Pump Skids 1 Each $ - $ 1,912.00 8.3 FFTC5000 Fiberglass Flip Top Covers,48"X 70" I Each $ - $ 5,250.00 8.4 3R30210 Control Enclosures,30 x 24 x 10 I Each $ - $ 576.00 8.5 IP2227 Enclosure Interior Panel,22 x 27 I Each $ - $ 97.00 8.6 B82804 Berkeley Submersible Pumps,6TS-7.5-115 I Each $ - $ 1,713.00 8.7 P60A0100 A3 Pentek 6"Submersible Pump Motor,7.5HP,230,3 Phase I Each $ - $ 1,477.00 8.8 PW2A0056FAA Yaskawa 1000/IQ VFD,20HP,230V I Each $ - $ 2,229.00 8.9 KDRC22H Input Line Reactor,20HP,230V I Each $ - $ 280.00 8.10 KLR35BTB Output Line Reactor,5HP,230V I Each $ - $ 300.00 8.11 SD2-100-BR Non-Fused Internal Disconnect, 100A Internal,3 Pole I Each $ - $ 342.00 8.12 RM-250-1CR Modular Fuse Block, 100A,250V, 1-Pole 3 Each $ 106.00 $ 318.00 8.13 CVR-RH-25100 Modular Fuse Block Cover(for 250V, 100A,Class R) 3 Each $ 39.00 $ 117.00 8.14 ECN-70 Input Line Fuses,240V 3 Each $ 27.72 $ 83.25 8.15 D100-120/208Y Surge Suppressor,Ditek,208,3 Phase I Each $ - $ 510.00 8.16 679-3 Pressure Transducer,0-250 PSI I Each $ - $ 436.00 8.17 70K8565 Internal Cooling Fan,4"X 4" I Each $ - $ 16.86 8.18 93K7643, Fan Cord Set,24" I Each $ - $ 2.88 8.19 PWD-6 Hydro-Pneumatic Pressure Tank,2-gallon I Each $ - $ 82.00 8.20 LHM3G10-MEL Netafim Hydro-Valve,3" I Each $ - $ 1,242.00 8.21 DFA203-080AC Netafim Filters,2 x 3 I Each $ - $ 6,450.00 8.22 3"Intakemgv/3"Diameter Galvanized Victaulic Intake Manifold I Each $ - $ 875.00 8.23 3"Dischargemgv/3"Diameter Galvanized Victaulic Discharge Manifold I Each $ - $ 975.00 8.24 623-SB Submersible Check Valves I Each $ - $ 406.00 8.25 3"Certa-Lok Nipple Certa-Lok Pipe Nipple I Each $ - $ 39.00 8.26 3"Certa-Lok Pipe per foot(40 Ft.) Certa-Lok Pipe I Foot $ 16.50 $ 660.00 Page 8 of 20 Project Manager: Procurement Strategist: 8.27 Well Seal Well Seal,6"x 2" I Each $ - $ 55.58 8.28 10/4 Gauge includes Ground Submersible Pump Wire 50 Feet $ 1.73 $ 86.50 8.29 In-House Assembly Labor 1 LS $ - $ 5,200.00 8.30 On-Site Installation Labor I LS $ - $ 3,000.00 8.31 PACKAGE 8 TOTAL $ 35,323.07 PACKAGE 9: SUBMERSIBLE WELL PUMP STATION MODEL: VFD-NETA-LP-SUB-15 Item Product Number Description Qty UOM Unit Price Extended Price 9.1 CC5000 Pre-Cast Concrete Pad,64"X 110" I Each $ - $ 592.00 9.2 APS5000 Welded Aluminum Pump Skid 1 Each $ - $ 1,912.00 9.3 FFTC5000 Fiberglass Flip Top Covers,48"X 96" I Each $ - $ 5,250.00 9.4 3R30210 Control Enclosures,30 x 24 x 10 I Each $ - $ 576.00 9.5 IP2227 Enclosure Interior Panel,22 x 27 I Each $ - $ 97.00 9.6 B86036 Berkeley Submersible Pumps,6TS-15-230 I Each $ - $ 2,017.00 9.7 P60A0150 A3 Pentek 6"Submersible Pump Motor,15HP,230,3ph I Each $ - $ 1,707.00 9.8 PW2A0056FAA Yaskawa 1000/IQ VFD,20HP,230V I Each $ - $ 2,229.00 9.9 KDRC22H Input Line Reactor,20HP,230V I Each $ - $ 280.00 9.10 KLR45BTB Output Line Reactor,5HP,230V I Each $ - $ 318.00 9.11 SD2-100-BR Non-Fused Internal Disconnect, 100A Internal,3 Pole I Each $ - $ 342.00 9.12 RM-250-1CR Modular Fuse Block,100A,250V, 1-Pole 3 Each $ 106.00 $ 318.00 9.13 CVR-RH-25100 Modular Fuse Block Cover(for 250V, 100A,Class R) 3 Each $ 39.00 $ 117.00 9.14 ECN-70 Input Line Fuses,240V 3 Each $ 27.75 $ 83.25 9.15 D100-120/208Y Surge Suppressor,Ditek,208,3 Phase 1 Each $ - $ 510.00 9.16 679-3 Pressure Transducer,0-250 PSI I Each $ - $ 436.00 9.17 70K8565 Internal Cooling Fan,4"X 4" I Each $ - $ 16.86 9.18 93K7643 Fan Cord Set,24" I Each $ - $ 2.88 9.19 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon I Each $ - $ 82.00 9.20 LHM4G10-MEL Netafim Hydro-Valve,4" I Each $ - $ 1,950.00 9.21 DFA203-080AC Netafim Filters,2"X 3" I Each $ - $ 6,450.00 9.22 4"Intakemgv/4"Diameter Galvanized Victaulic Intake Manifold I Each $ - $ 975.00 Page 9 of 20 Project Manager: Procurement Strategist: 9.23 4"Dischargemgv/4"Diameter Galvanized Victaulic Discharge Manifold 1 Each $ - $ 1,075.00 9.24 624-SB Submersible Check Valves 1 Each $ - $ 712.00 9.25 4"Certa-Lok Nipple Certa-Lok Pipe Nipple 1 Each $ - $ 52.50 9.26 4"Certa-Lok Pipe Certa-Lok Pipe 40 Feet $ 15.00 $ 600.00 9.27 Well Seal Well Seal,8"x 4" 1 Each $ - $ 112.50 9.28 8/4 Gauge Submersible Pump Wire w/ground wire 50 Feet $ 2.53 $ 126.00 9.29 In-House Assembly Labor 1 LS $ - $ 7,300.00 9.30 On-Site Installation Labor I LS $ - $ 4,000.00 9.31 PACKAGE 9 TOTAL $ 40,238.99 PACKAGE 10: SUBMERSIBLE WELL PUMP STATION MODEL: VFD-NETA-LP-SUB-20 Item Product Number Description Qty UOM Unit Price Extended Price 10.1 CC5000 Pre-Cast Concrete Pad,64"X 110" I Each $ - $ 592.00 10.2 APS5000 Welded Aluminum Pump Skid I Each $ - $ 1,912.00 10.3 FFTC5000 Fiberglass Flip Top Covers,48"X 96" I Each $ - $ 5,250.00 10.4 3R30210 Control Enclosures,30 x 24 x 10 I Each $ - $ 576.00 10.5 IP2227 Enclosure Interior Panel,22 x 27 I Each $ - $ 97.00 10.6 B86062 Berkeley Submersible Pumps,6TMH-25-450 I Each $ - $ 2,186.00 10.7 P60A0250 A4 Pentek 6"Submersible Pump Motor,25HP,230V,3ph I Each $ - $ 2,443.00 10.8 PW4A0040FAA Yaskawa 1000/IQ VFD,20HP,230V I Each $ - $ 2,842.00 10.9 KDRD4H Input Line Reactor,20HP,230V I Each $ - $ 300.00 10.10 KDRD3P Output Line Reactor,20HP,230V I Each $ - $ 300.00 10.11 SD2-100-BR Non-Fused Internal Disconnect, 100A Internal,3 Pole I Each $ - $ 342.00 10.12 RM-60060-1CR Modular Fuse Block,60A,600V, 1-Pole 3 Each $ 75.00 $ 225.00 10.13 CVR-RH-60060 Modular Fuse Block Cover(for 600V,60A,Class R) 3 Each $ 11.00 $ 33.00 10.14 ECSR45 Input Line Fuses,480V Each $ 27.00 $ 81.00 10.15 D100-4803 Surge Suppressor,Ditek,480,3 Phase I Each $ - $ 510.00 10.16 679-3 Pressure Transducer,0-250 PSI I Each $ - $ 436.00 10.17 70K8565 Internal Cooling Fan,4"X 4" I Each $ - $ 16.86 10.18 93K7643 Fan Cord Set,24" I Each $ - $ 2.88 Page 10 of 20 Project Manager: Procurement Strategist: 10.19 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon I Each $ - $ 82.00 10.20 LHM4G10-MEL Netafim Hydro-Valve,4" I Each $ - $ 1,950.00 10.21 DFA204-080AC Netafim Filters,2"X 4" I Each $ - $ 7,905.00 10.22 4"Intakemgv/4"Diameter Galvanized Victaulic Intake Manifold I Each $ - $ 975.00 10.23 4"Dischargemgv/4"Diameter Galvanized Victaulic Discharge Manifold I Each $ - $ 1,075.00 10.24 624-SB Submersible Check Valves I Each $ - $ 712.00 10.25 4"Certa-Lok Nipple Certa-Lok Pipe Nipple I Each $ - $ 52.50 10.26 4"Certa-Lok Pipe Certa-Lok Pipe 411 Feet $ 15.00 $ 600.00 10.27 Well Seal Well Seal,8"x 4" I Each $ - $ 112.50 10.28 8/4 Gauge Submersible Pump Wire w/ground wire 511 Feet $ 2.52 $ 126.00 10.29 In-House Assembly Labor I LS $ - $ 9,700.00 10.30 On-Site Installation Labor I LS $ - $ 4,000.00 10.31 PACKAGE 10 TOTAL: $ 45,434.74 PACKAGE 11: SUBMERSIBLE WELL PUMP STATION MODEL: VFD-NETA-LP-SUB-25 Item Product Number Description Qty UOM Unit Price Extended Price 11.1 CC5000 Pre-Cast Concrete Pad,64"X 110" I Each $ - $ 592.00 11.2 APS5000 Welded Aluminum Pump Skid I Each $ - $ 1,912.00 11.3 FFTC5000 Fiberglass Flip Top Covers,48"X 96" I Each $ - $ 5,250.00 11.4 3R30210 Control Enclosures,30 x 24 x 10 I Each $ - $ 576.00 11.5 IP2227 Enclosure Interior Panel,22 x 27 I Each $ - $ 97.00 11.6 B86878 Berkeley Submersible Pumps,6TS-25-450 I Each $ - $ 1,783.00 11.7 P60A0250 A4 Pentek 6"Submersible Pump Motor,25HP,480V,3ph I Each $ - $ 2,443.00 11.8 PW2A0056FAA Yaskawa 1000/IQ VFD,25HP,480V I Each $ - $ 2,229.00 11.9 KDRC22H Input Line Reactor,25HP,480V I Each $ - $ 280.00 11.10 KLR55BTB Output Line Reactor,25HP,480V I Each $ - $ 395.00 11.11 SD2-100-BR Non-Fused Internal Disconnect, 100A Internal,3 Pole I Each $ - $ 342.00 11.12 RM-250-1CR Modular Fuse Block, 100A,250V, 1-Pole 3 Each $ 106.00 $ 318.00 11.13 CVR-RH-25100 Modular Fuse Block Cover(for 250V, 100A,Class R) Each $ 39.00 $ 117.00 11.14 ECN-70 Input Line Fuses,240V 3 Each $ 27.75 $ 83.25 Page 11 of 20 Project Manager: Procurement Strategist: 11.15 D100-120/208Y Surge Suppressor,Ditek,208,3 Phase I Each $ - $ 510.00 11.16 679-3 Pressure Transducer,0-250 PSI 1 Each $ - $ 436.00 11.17 70K8565 Internal Cooling Fan,4"X 4" I Each $ - $ 16.86 11.18 93K7643 Fan Cord Set,24" I Each $ - $ 2.88 11.19 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon I Each $ - $ 82.00 11.20 LHM4G 10-MEL Netafim Hydro-Valve,4" I Each $ - $ 1,950.00 11.21 DFA204-080AC Netafim Filters,2"X 4" I Each $ - $ 7,905.00 11.22 4"Intakemgv/4"Diameter Galvanized Victaulic Intake Manifold I Each $ - $ 975.00 11.23 4"Dischargemgv/4"Diameter Galvanized Victaulic Discharge Manifold I Each $ - $ 1,075.00 11.24 624-SB Submersible Check Valves I Each $ - $ 712.00 11.25 4"Certa-Lok Nipple Certa-Lok Pipe Nipple I Each $ - $ 52.50 11.26 4"Certa-Lok Pipe Certa-Lok Pipe 40 Feet $ 15.00 $ 600.00 11.27 Well Seal Well Seal,8"x 4" I Each $ - $ 112.50 11.28 14/4 Gauge Submersible Pump Wire w/ground wire 50 Feet $ 0.95 $ 47.50 11.29 In-House Assembly Labor I LS $ - $ 5,000.00 11.30 On-Site Installation Labor I LS $ - $ 14,000.00 11.31 PACKAGE ll TOTAL: $ 49,894.49 SECTION 12: PARTS Item Model/Part Number Description Qty VOM Unit Price 12.l JMM3212T(discontinued)New Baldor Centrifugal Pump:SHP,3PH 1 Each $ 617.00 #EJMM3212T 12.2 JMM3219T Baldor Centrifugal Pump:7.5HP,3PH 1 Each $ 729.00 12.3 JMM3312T Baldor Centrifugal Pump: 10HP,3PH 1 Each $ 775.00 12.4 JMM3314T Baldor Centrifugal Pump: 15HP,3PH 1 Each $ 1,420.00 12.5 JMM2514T Baldor Centrifugal Pump:20HP,3PH 1 Each $ 1,381.00 12.6 JMM2516T Baldor Centrifugal Pump:25HP,3PH 1 Each $ 1,771.00 12.7 B1 1/2TPMS 5 H.P. Berkeley Centrifugal Pump I Each $ 2,100.00 12.8 B1 1/2TPMS,7.5 HP Berkeley Centrifugal Pump I Each $ 2,220.00 12.9 B2 ZPLS 10 H.P. Berkeley Centrifugal Pump I Each $ 2,835.00 12.10 B2 ZPLS 15 H.P. Berkeley Centrifugal Pump I Each $ 3,082.00 Page 12 of 20 Project Manager: Procurement Strategist: Item Model/Part Number Description Qty UOM Unit Price 12.11 B82682 Berkeley Submersible Pumps,6TS-5-70 I Each $ 1,113.00 12.12 B82761 Berkeley Submersible Pumps,6TS-7.5-115 I Each $ 1,482.00 12.13 B82804 Berkeley Submersible Pumps,6TS-10-155 I Each $ 1,713.00 12.14 B86036 Berkeley Submersible Pumps,6TS-15-230 1 Each $ 2,017.00 12.15 B86062 Berkeley Submersible Pumps,6TS-20-300 1 Each $ 2,186.00 12.16 B86878 Berkeley Submersible Pumps,6TMH-25-450 1 Each $ 1,783.00 12.17 P43B0050A3 Pentek 4"Submersible Pump Motors,5HP,230V,3PH 1 Each $ 1,033.00 12.18 P43B0075A3 Pentek 4"Submersible Pump Motors,7.5HP,230V,3PH 1 Each $ 1,279.00 12.19 P43B0050A4 Pentek 4"Submersible Pump Motors,5HP,480V,3PH 1 Each $ 1,033.00 12.20 P43B0075A4 Pentek 4"Submersible Pump Motors,7.5HP,480V,3PH 1 Each $ 1,279.00 12.21 P60A0050A3 Pentek 6"Submersible Pump Motor: 5HP,230V,3PH 1 Each $ 1,084.00 12.22 P60A0075A3 Pentek 6"Submersible Pump Motor,7.5HP,230V,3PH 1 Each $ 1,249.00 12.23 P60A0100A3 Pentek 6"Submersible Pump Motor, 10HP,230V,3PH 1 Each $ 1,477.00 12.24 P60A0150A3 Pentek 6"Submersible Pump Motor, 15HP,230V,3PH 1 Each $ 1,707.00 12.25 P60A0200A3 Pentek 6"Submersible Pump Motor,20HP,230V,3PH 1 Each $ 2,100.00 12.26 P60A0050A4 Pentek 6"Submersible Pump Motor,5HP,480V,3PH 1 Each $ 1,084.00 12.27 P60A0050A4 Pentek 6"Submersible Pump Motor,7.5HP,480V,3PH 1 Each $ 1,249.00 12.28 P60A0100A4 Pentek 6"Submersible Pump Motor, 10HP,480V,3PH 1 Each $ 1,477.00 12.29 P60A0150A4 Pentek 6"Submersible Pump Motor, 15HP,480V,3PH l Each $ 1,707.00 12.30 P60A0200A4 Pentek 6"Submersible Pump Motor,20HP,480V,3PH 1 Each $ 2,100.00 12.31 P60A0250A4 Pentek 6"Submersible Pump Motor,25HP,480V,3PH 1 Each $ 2,443.00 12.32 P60A0250A4 Pentek 6"Submersible Pump Motor,25HP,480V,3PH 1 Each $ 2,443.00 12.33 L90HF50 Sta-Rite 4"Submersible Pump 1 Each $ 945.00 12.34 L90HF75 Sta-Rite 4"Submersible Pump 1 Each $ 1,356.00 12.35 PW2A0040FAA Yaskawa 1000/IQ Variable Frequency Drive, 15HP,230V 1 Each $ 1,815.00 12.36 PW2A0056FAA Yaskawa 1000/IQ Variable Frequency Drive,20HP,230V 1 Each $ 2,229.00 12.37 PW4A0009FAA Yaskawa 1000/IQ Variable Frequency Drive,5HP,480V 1 Each $ 1,336.00 12.38 PW4A0011FAA Yaskawa 1000/IQ Variable Frequency Drive,7.5HP,480V 1 Each $ 1,519.00 Page 13 of 20 Project Manager: Procurement Strategist: Item Model/Part Number Description Qt) UOM Unit Price 12.39 PW4A0018FAA Yaskawa 1000/IQ Variable Frequency Drive, 10HP,480V I Each $ 1,579.00 12.40 PW4A0023FAA Yaskawa 1000/IQ Variable Frequency Drive, 15HP,480V I Each $ 1,900.00 12.41 PW4A0031FAA Yaskawa 1000/IQ Variable Frequency Drive,20HP,480V I Each $ 2,145.00 12.42 KDRB25H TCI LINE Input Line Reactor,5HP,230V,3PH I Each $ 210.00 12.43 KDRB26H TCI LINE Input Line Reactor,7.5HP,230V,3PH I Each $ 214.00 12.44 KDRD21H TCI LINE Input Line Reactor, 10HP,230V,3PH I Each $ 232.00 12.45 KDRD22H TCI LINE Input Line Reactor, 15HP,230V,3PH I Each $ 280.00 12.46 KDRC22H TCI LINE Input Line Reactor,20HP,230V,3PH I Each $ 280.00 12.47 KDRA3P TCI LINE Output Line Reactor,5HP,480V,3PH I Each $ 168.00 12.48 KDRA4P TCI LINE Output Line Reactor,7.5HP,480V,3PH I Each $ 181.00 12.49 KDRBIP TCI LINE Output Line Reactor, 10HP,480V,3PH I Each $ 222.00 12.50 KDRD1P TCI LINE Output Line Reactor, 15HP,480V,3PH I Each $ 246.00 12.51 KDRD2P TCI LINE Output Line Reactor,20HP,480V,3PH I Each $ 270.00 12.52 KDRD3P TCI LINE Output Line Reactor,25HP,480V,3PH I Each $ 300.00 12.53 DCA001803 DC Link Choke,5HP,230V I Each $ 202.00 12.54 DCA003202 DC Link Choke,7.5 HP,230V I Each $ 223.00 12.55 DCA004003 DC Link Choke, 10 HP,230V I Each $ 255.00 12.56 50RB002 DC Link Choke,15 HP,230V I Each $ 390.00 12.57 DCA000904 DC Link Choke,5HP,480V I Each $ 172.00 12.58 DCA001805 DC Link Choke,7.5 HP,480V I Each $ 202.00 12.59 DCA001805 DC Link Choke, 10 HP,480V I Each $ 217.00 12.60 DCA002505 DC Link Choke, 15 HP,480V i Each $ 270.00 12.61 DCA003203 DC Link Choke,20 HP,480V I Each $ 292.00 12.62 DCA004003 DC Link Choke,25 HP,480V I Each $ 315.00 12.63 682-3 Pressure Transducer,0-250 PSI I Each $ 390.00 12.64 679-3 Pressure Transducer,0-250 PSI I Each $ 436.00 12.65 DFA202-080AC Netafim Filter 2"x 2" I Each $ 5,088.00 12.66 DFA203-080AC Netafim Filter 2"x 3" I Each $ 6,450.00 Page 14 of 20 Project Manager: Procurement Strategist: Item Model/Part Number Description Qty UOM Unit Price 12.67 DFA204-080AC Netafim Filter 2"x 4" I Each $ 7,905.00 12.68 DFA303-080AC Netafim Filter 3"x 3" I Each $ 11,236.00 12.69 LHM2G10-MEL Netafim Hydro-Valve 2" I Each $ 825.00 12.70 LHM3G10-MEL Netafim Hydro-Valve 3" l Each $ 1,242.00 12.71 LHM4G10-MEL Netafim Hydro-Valve 4" I Each $ 1,950.00 12.72 70620-002300 Netafim Filter Cover I Each $ 142.00 12.73 70620-003900 Netafim Cover Seal I Each $ 21.00 12.74 70620-003600 Netafim Spine complete with o-rings I Each $ 426.00 12.75 71000-012780 Netafim 2"Backflush Valve I Each $ 624.00 12.76 71000-013360 Netafim 3"Backwash Valve I Each $ 660.00 12.77 70800-003260 Netafim 24V Solenoid Complete I Each $ 165.00 12.78 70800-002680 Netafim 24V Solenoid Only I Each $ 63.00 12.79 70561-004210 Netafim Vacuum Guard Air Vent I Each $ 139.00 12.80 00105-003200 Netafim Pressure Differential Switch I Each $ 682.00 12.81 23AXF3-BOARD Netafim Backwash 3 Output Board I Each $ 1,012.00 12.82 23AXF4-BOARD Netafim Backwash 4 Output Board I Each $ 1,313.00 12.83 00105-001700 Netafim 3 Output Backwash Control I Each $ 1,495.00 12.84 00105-002300 Netafim Output Backwash Control I Each $ 1,725.00 12.85 DF075-040 Netafim 3/4"Filter I Each $ 18.00 12.86 70220-010650 Netafim Hydrometer Dust Cover Assembly I Each $ 16.00 12.87 70220-010550 Netafim Hydrometer Register 0-Ring I Each $ 4.00 12.88 71610-036000 Netafim Hydrometer 3-Way Selector Valve I Each $ 38.00 12.89 70261-001174 Netafim Hydrometer 2"Register I Each $ 189.00 12.90 70220-020410 Netafim Hydrometer 3"Register I Each $ 189.00 12.91 70261-001337 Netafim Hydrometer 4"Register I Each $ 189.00 12.92 70220-005300 Netafim Hydrometer Pulse Reed Switch I Each $ 57.00 12.93 36SOLNC-024 Netafim Hydrometer 3.5 Solenoid Complete I Each $ 156.00 12.94 61BKCL-24W5 Netafim Hydrometer Solenoid Only I Each $ 63.00 Page 15 of 20 Project Manager: Procurement Strategist: Item Model/Part Number Description Qty UOM Unit Price 12.95 RM-25060-1CR Fuse Block,Class R,250V,60A, 1-Pole 1 Each $ 24.00 12.96 CVR-RH-25060 Fuse Block Cover(use w/250V,60A,Class R) 1 Each $ 11.00 12.97 RM-25100-1CR Fuse Block,Class R,250V,100A, 1-Pole 1 Each $ 106.00 12.98 CVR-RH-25100 Fuse Block Cover(use w/250V,100A,Class R) 1 Each $ 39.00 12.99 RM-60030-1CR Fuse Block,Class R,600V,30A, 1-Pole 1 Each $ 28.00 12.100 CVR-RH-60030 Fuse Block Cover(use w/600V,30A,Class R) 1 Each $ 9.00 12.101 RM-60060-1CR Fuse Block,Class R,600V,60A, 1-Pole 1 Each $ 75.00 12.102 CVR-RH-60060 Fuse Block Cover(use w/600V,60A,Class R) 1 Each $ 11.00 12.103 ECNR60 Input Line Fuses,240V 1 Each $ 12.45 12.104 ECNR70 Input Line Fuses,240V 1 Each $ 27.75 12.105 ECNR80 Input Line Fuses,240V 1 Each $ 27.75 12.106 ECNR90 Input Line Fuses,240V I Each $ 29.40 12.107 ECNR100 Input Line Fuses,240V I Each $ 27.75 12.108 ECNR125 Input Line Fuses,240V 1 Each $ 62.25 12.109 ECSR25 Input Line Fuses,480V 1 Each $ 15.00 12.110 ECSR30 Input Line Fuses,480V 1 Each $ 15.00 12.111 ECSR40 Input Line Fuses,480V 1 Each $ 27.00 12.112 ECSR45 Input Line Fuses,480V 1 Each $ 27.00 12.113 ECSR50 Input Line Fuses,480V 1 Each $ 27.00 12.114 ECSR60 Input Line Fuses,480V 1 Each $ 27.00 12.115 GF222NR Fused Disconnect,250V,External,60A,2-Pole 1 Each $ 136.00 12.116 GF223NR Fused Disconnect,250V,External, 100A,2-Pole 1 Each $ 312.00 12.117 GF322NR Fused Disconnect,250V,External,60A,3-Pole 1 Each $ 165.00 12.118 GF323NR Fused Disconnect,250V,External,100A,3-Pole 1 Each $ 297.00 12.119 HF361R Fused Disconnect,600V,External,30A,3-Pole 1 Each $ 315.00 12.120 HF362R Fused Disconnect,600V,External,60A,3-Pole 1 Each $ 520.00 12.121 HF363R Fused Disconnect,600V,External,100A,3-Pole 1 Each $ 624.00 12.122 SD2-100-BR Fused Disconnect,600V,Internal, 100A,3-Pole 1 Each $ 342.00 Page 16 of 20 Project Manager: Procurement Strategist: Item Model/Part Number Description Qty UOM Unit Price 12.123 Certa-Lok#661112 2"Certa-Lok PVC Pipe I Foot $ 9.95 12.124 Certa-Lok#662119 3"Certa-Lok PVC Pipe I Foot $ 16.50 12.125 Certa-Lok#663215 4"Certa-Lok PVC Pipe I Foot $ 15.00 12.126 Certa-Lok#707513 2"Certa-Lok PVC Pipe Nipple I Each $ 43.50 12.127 Certa-Lok#707520 3"Certa-Lok PVC Pipe Nipple I Each $ 39.00 12.128 Certa-Lok#707537 4"Certa-Lok PVC Pipe Nipple I Each $ _ 52.50 12.129 Certa-Lok#226212 4"Cert-Lok Yelomine Pipe 1 Foot $ 7.88 12.130 Certa-Lok#227219 6"Cert-Lok Yelomine Pipe 1 Foot $ 12.38 12.131 Certa-Lok#706011 4"Cert-Lok Yelomine Pipe Nipple 1 Each $ 27.90 12.132 Certa-Lok#706028 6"Cert-Lok Yelomine Pipe Nipple 1 Each $ 48.00 12.133 CC3000 Pre-Cast Concrete Pad 64"X 72" 1 Each $ 562.00 12.134 CC4000 Pre-Cast Concrete Pad 64"X 84" 1 Each $ 577.00 12.135 CC5000 Pre-Cast Concrete Pad 64"X 110" 1 Each $ 592.00 12.136 APS3000 Welded Aluminum Pump Skids 1 Each $ 1,200.00 12.137 APS4000 Welded Aluminum Pump Skids 1 Each $ 1,425.00 12.138 APS5000 Welded Aluminum Pump Skids 1 Each $ 1,912.00 12.139 PWD-6 Hydro-Pneumatic Pressure Tank,2-Gallon 1 Each $ 82.00 12.140 PC-66FRP Hydro-Pneumatic Pressure Tank,20-Gallon 1 Each $ 186.00 12.141 FSG3 Pressure Switch 1 Each $ 30.00 12.142 68452 Reverse Pressure Switch 1 Each $ 89.00 12.143 RBG-L100 Pressure Guage 1 Each $ 24.00 12.144 Simmons#139 Well Seal,6"X 2" 1 Each $ 55.58 12.145 Simmons#021 Well Seal,6"X 3" 1 Each $ 52.50 12.146 Simmons#199 Well Seal,8"X 2" 1 Each $ 105.00 12.147 Simmons#041 Well Seal,8"X 3" 1 Each $ 112.50 12.148 Simmons#042 Well Seal,8"X 4" 1 Each $ 112.50 12.149 SCS4 Sure-Flo Self-Cleaning Strainers,4",325 Capacity gpm 1 Each $ 787.00 12.150 SCS6 Sure-Flo Self Cleaning Stainers,6",625 Capacity gpm 1 Each $ 1,132.00 Page 17 of 20 Project Manager: Procurement Strategist: Item Model/Part Number Description Qty UOM Unit Price 12.151 14/4 Submersible Pump Cable w/Ground I Foot $ 0.95 12.152 12/4 Submersible Pump Cable w/Ground I Foot $ 1.02 12.153 10/4 Submersible Pump Cable w/Ground I Foot $ 1.73 12.154 8/4 Submersible Pump Cable w/Ground I Foot $ 2.52 12.155 6/4 Submersible Pump Cable w/Ground I Foot $ 3.75 12.156 70K8565 Internal Cooling Fan,4"X 4" I Each $ 16.82 12.157 93K7643 Fan Cord Set,24" I Each $ 2.88 12.158 FFTC4000 Fiberglass Flip Top Covers,48"X 70" I Each $ 4,500.00 12.159 FFTC5000 Fiberglass Flip Top Covers,48"X 70" I Each $ 5,250.00 12.160 3R30210/30 x 24 x 10 Control Enclosures I Each $ 576.00 12.161 IP2227/22 x 27 Enclosure Interior Panel I Each $ 97.00 12.162 2"Intakemgv/2"Diameter Galvanized Victaulic Intake Manifold I Each $ 775.00 12.163 2"Dischargemgv/2"Diameter Galvanized Victaulic Discharge Manifold I Each $ 875.00 12.164 3"Intakemgv/3"Diameter Galvanized Victaulic Intake Manifold I Each $ 875.00 12.165 3"Dischargemgv/3"Diameter Galvanized Victaulic Discharge Manifold I Each $ 975.00 12.166 4"Intakemgv/4"Diameter Galvanized Victaulic Intake Manifold I Each $ 975.00 12.167 4"Dischargemgv/4"Diameter Galvanized Victaulic Discharge Manifold I Each $ 1,075.00 12.168 D100-120/208Y Surge Suppressor,Ditek,208,3 Phase I Each $ 510.00 12.169 KLR21BTB Output Line Reactor,5HP,230V 1 Each $ 282.00 12.170 KLR27BTB Output Line Reactor,5HP,230V 1 Each $ 294.00 12.171 KLR35BTB Output Line Reactor,5HP,230V I Each $ 300.00 12.172 KLR45BTB Output Line Reactor,5HP,230V 1 Each $ 318.00 12.173 624-SB Submersible check valves 1 Each $ 712.00 12.174 SECTION 12 TOTAL: $ 147,907.71 SECTION 13: SERVICE HOURS/EQUIPMENT/MAINTENANCE OF TRAFFIC Item Description Qty I UOM Unit Price Page 18 of 20 Project Manager: Procurement Strategist: Item Model/Part Number Description Qty UOM Unit Price 13.1 Supervisor 1 Hourly $ 125.00 13.2 In-House Technicians 1 Hourly $ 100.00 13.3 Field Service Technician 1 Hourly $ 100.00 13.4 Crane(75-foot reach) 1 Hourly $ 450.00 13.5 Crane Operator 1 Hourly $ 150.00 13.6 Bucket Truck(40 foot reach) 1 Hourly $ 500.00 13.7 Bucket Truck(60 foot reach) __ _ 1 Hourly $ 645.00 13.8 Bucket Truck(80 foot reach) 1 Hourly $ 960.00 13.9 Bucket Truck Operator 1 Hourly $ 150.00 13.10 Maintenance of Traffic 1 Lump Sum $ 1,200.00 13.11 SECTION 13 TOTAL: $ 4,380.00 Material Mark-Up is 10%(receipts required with invoice submission) 1.25 PACKAGE 1 TOTAL $ 35,263.99 2.25 PACKAGE 2 TOTAL $ 38,395.74 3.29 PACKAGE 3 TOTAL $ 41,656.99 4.25 PACKAGE 4 TOTAL $ 45,930.99 5.25 PACKAGE 5 TOTAL $ 50,218.74 6.31 PACKAGE 6 TOTAL $ 31,004.52 7.31 PACKAGE 7 TOTAL $ 34,461.02 8.31 PACKAGE 8 TOTAL $ 35,323.07 9.31 PACKAGE 9 TOTAL $ 40,238.99 10.31 PACKAGE 10 TOTAL: $ 45,434.74 11.31 PACKAGE 11 TOTAL: $ 49,894.49 12.16 SECTION 12 TOTAL: $ 147,907.71 13.11 SECTION 13 TOTAL $ 4,380.00 Page 19 of 20 Project Manager: Procurement Strategist: Item I Model/Part Number Description Qty UOM Unit Price NO Bid Schedule has been completed and attached X Form 2:Vendor Check List X Form 3:Conflict of Interest Affidavit X Form 4:Vendor Declaration Statement X Form 5:Immigration Affidavit Certification X Form 6:Vendor Substitute W-9 X E-Verify X Sun Biz(Proof of status from Division of Corporations-Florida Department of State) X Page 20 of 20 Coder County Email: Pairick.liovle it crrlliercountt ll. roti Administrative Services Division Telephone: (239)252-8941 Procurement Services Addendum 1 Date: 1/9/2020 From: Patrick Boyle, Procurement Strategist To: Interested Bidders Subject: Addendum 1 The following clarifications are issued as an addendum identifying the following clarification to the scope of work,changes,deletions,or additions to the original solicitation document for the referenced solicitation: Change 1. Revised bid schedule section 12 formula to reflect to total sum of all line items. If you require additional information,please post a question on our Bid Sync(v‘\\\•'..hid nc.::(311i)bidding platform under the solicitation for this project. CC: Melissa Pearson, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referencedncsolicitation. iL`/ —/ =-i+ / / 0 al° C (S gnature)/ Date /V4 Z-Zsc /WC, mof of- Woak , l/ic , (Name of Firm) CU ?fBY COH1'tty Email: Patrick.lio)leu culliercoufl.goN Administrative Services Division Telephone:(239)252-8941 Procurement Services Addendum 2 Date: 1/14/2020 From: Patrick Boyle,Procurement Strategist-Acquisitions To: Interested Bidders Subject: Addendum 2 The following clarifications are issued as an addendum identifying the following clarification to the scope of work,changes,deletions,or additions to the original solicitation document for the referenced solicitation: Change 1: The bid schedule has been revised adding parts to Section 12:Parts,line items 158 through 173; additions are underlined. Interested Bidders shall submit offers utilizing Revision 2 Bid Schedule. Change 2: Added Local Vendor Affidavit Change 3: Extended Q&A from January 16th,2020 at 5:00PM to January 17th 2020 at 5:00PM If you require additional information,please post a question on our Bid Sync(Ns wvv.hids nc.etttn)bidding platform under the solicitation for this project. CC:Melissa Pearson,Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. /�/0 1,Z OA O ( "gnature Date /I174- r ti-.Ecin./ c o7 vA--w6f IC� 1'0vc . (Name of Firm) ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 01/09/2020 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Heritage Insurance Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 10611 N Tamiami Tr Suite B2 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Naples, FL 34108 INSURERS AFFORDING COVERAGE NAIC# INSURED Naples Electric Motor Works Inc. INSURER A _Progressive Ins Co 2088 J&C Blvd INSURER B: _ __ Naples. FL 34109 INSURER C: INSURER D- _ -- INSURER ___.___— _._... INSURER E. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. /NSR _-. .-- POLICY EFFECTIVE 'POUCYEXPIRATION . ._— LTR INS TYPE OF INSURANCE POLICY NUMBER DATE(MMJDD!YYI DATE IMMIDDlYYI LIMITS GENERAL UABIUTY EACH OCCURRENCE DAMAGE TO RENTED - -- COMMERCIAL GENERAL LIABILITY EBFMISFS(Fa occtuenrei__ $ CLAIMS MADE OCCUR MED EXP(Any one persont__ E-_ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER :PRODUCTS-COMP/OP AGG ---_.-,. POLICY PF O LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT A ANY AUTO 5722837-9 05/10/19 05/10/20 (Ea acO ent) E 1 CCDQOG ALL OWNED AUTOS BODILY INJURY (Per person) E incl in CSL X 7 SCHEDULED AUTOS X HIRED AUTOS BODILY INJURY I$Incl in CSL (Per accident) I X _NON-OWNED AUTOS — - _ .._-____-- -- PROPERTY DAMAGE s incl in CSL (Per accident) GARAGE UABIUTY _AUTO ONLY YEA ACCIDENT ANY AUTO OTHER THAN EA ACCT b AUTO ONLY: AGG i S • • • EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ - OCCUR CLAIMS MADE AGGREGATE DEDUCTIB_E RETENTION S ,S WORKERS COMPENSATION AND ___SQWC.FLYI IMITS IMITS ATU- ! FR __— f FR EMPLOYERS'LIABILITY • EL EACH ACCIDENT '.S ANY PROPRIETOR/PARTNER/EXECUTIVE , OFFICER/MEMBER EXCLUDED/ _EL DISEASE•EAEMPLOYEE if pes descnoe urWer _..-------- SPECIAL PROVISIONS below E L DISEASE-POLICY LIMIT E OTHER DESCRIPTION OF OPERATIONS/LOCATIONS 1 VEHICLES!EXCLUSIONS ADDED BY ENDORSEMENT!SPECIAL PROVISIONS CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION Collier County Board of Commissioners DATE THEREOF.THE ISSUING INSURER WILL ENDEAVOR TO MAIL - DAYS WRITTEN 325 Tamiami Trl E NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL Naples,FL 34112 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE <CD> ACORD 25(2001/08) ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25(2001/08) NAPLELE-02 D2TBURGESS ,4coRo CERTIFICATE OF LIABILITY INSURANCE DATE.___. _ ( 11/266/DDIYYYY) (2 1 ''� !2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER License#L07T730 CONTACT Taylor Burgess _ T Assured Partners of Florida,Cape Coral PHONNo,Ext);(239)205-1536 FAX No):(239)542-5527 3501 Del Prado Blvd.S Suite#204 Cape Coral,FL 33904 R-Miss:taylor.burgess@assuredpartners.com INSURER(S)AFFORDING COVERAGE NAIC N INSURER A:Southern-Owners Insurance Company 10190 INSURED INSURER B:BusineSSFirst Insurance Company 11697 Naples Electric Motor Works,Inc. INSURER C: 2088 J&C Blvd. INSURER D: Naples,FL 34109 INSURER E: INSURER F: COVERAGESCERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT VV1TH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH H POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MMJOD!YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR X 20639469 8/21/2019 8/21/2020 P°REM SES(Ea oNccUrrence) $ 300,000 MED EXP(Any one person) $ 10'000 PERSONAL&ADV INJURY $ 1,000,000 GEN1 AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY{ PRRO LOC PRODUCTS-COMP/OP AGG $ 2,000,000 JECT __------ OTHER: _. $ COMBINED SINGLE LIMIT 1,000,000 4 AUTOMOBILE LIABILITY (Ea accident) $ ANY AUTO 20639469 8/21/2019 8/21/2020 BODILY INJURY(Per person) S OWNED - SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ X HIRED X NON WNED a dentDAMAGE $ AUTOS ONLY AUTO ONLY (Per --- _ S A X UMBRELLA LAB X OCCUR EACH OCCURRENCE $ 1,000,000 EXCESS LIAB CLAIMS-MADE 4463532400 9/13/2019 9/13/2020 AGGREGATE $ 1,000,000 DED RETENTION$ $ B WORKERS AND EMPLOYERSELIABILON ITY X STATUTE FRH Y/N 52119068 11/25/2019 11/25/2020 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E .DISEASE-EA EMPLOYEE$ 1,000,000 If yes describe under 1,000,000 DESCRIPTION OF OPERATIONS below _ _ E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Collier County Board of County Commissioners is named as additional insured with regards to the General Liability per form 55202 as required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Collier CountyBoard of CountyCommissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, 3327 Tamiami Trail E Naples,FL 34112 AUTHORIZED REPRESENTATIVE Oa I -- ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 110158 COLLIER COUNTY TAX COLLECTOR-2800 N.HORSESHOE DRIVE-NAPLES FLORIDA 34104-(239)252-2477 VISIT OUR WEBSITE AT:www.colliertax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2020 xv DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. LOCATION:2088 J&C BLVD Coo,„. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. ZONED:INDUSTRIAL ; A,, BUSINESS PHONE:591-1313 a{FECAL FO 1 "+s `1' "" NAPLES ELECTRIC MOTOR WORKS INC STATE OR COUNTY LIC#: ." 4,- Corporatiin 0 .-'4 'SEE; BRANDON I ' , Ak x 2088J& CBLVD at 7� ii (MAPLES, FL 34109 , 1-1 0 EMPLOYEES COLLIER CO LIC#201100100762 p .,> - 4 f CLASSIFICATION: IRRIGATION/SPRINKLER CONTRA CR •a;' l -THIS TAX IS NON-REFUNDABLE- CLASSIFICATION CODE: 02105301 4 �r1 m'Ir�+ .t6 DATE 07/11/2019 '> !� N.__ #, AMOUNT 18.00 This document is a business tax only.This is not certification that licet lified#" '' ~w RECEIPT 502-20-00048404 It does not permit the licensee to violate any existing regulatory zoning Ia N the�t oi�t , . -a r nor does it exempt the licensee from any other taxes or permits that may be regwr � �� ►Y a ? COLLIER COUNTY CERTIFICATE OF COMPETENCY CERTIFICATION INFORMATION LCC20110001382 Certification Information Collier County Board of County Commissioners Date: September 11, 2019 DBA: NAPLES ELECTRIC MOTOR WORKS INC. ADDRESS: 2088 J & C BLVD NAPLES, FL 34109 PHONE: 2395911313 CELL: 2392536087 FAX: 2395913015 LICENSEE NBR: QUALIFIER: BRANDON S LEE LCC20110001382 TYPE: IRRIGATION SPRINKLER CONTR. CLASS CODE: 4220 ISSUANCE NBR: 201100000762 INSURANCE: ORIG ISSD: EXPIRATION: General Liability July 11, 2011 September 30,2020 August 21, 2020 Worker's Comp Exemption June 04, 2021 State of Florida Department of State I certify from the records of this office that NAPLES ELECTRIC MOTOR WORKS INC. is a corporation organized under the laws of the State of Florida, filed on June 5, 1990. The document number of this corporation is L78808. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on January 9, 2020, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Ninth day of January, 2020 SSS '',::'_ , C$„,,,,,,,:„,,,,..... 2. _f 7 ,,,, ~ ..4”, + t WTT ' a_ *14(1)X11' N,66-i) ,:r 'N Secretary of State Tracking Number:4145316190CC To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateofStatus/CertificateAuthentication 1/9/2020 E-Verify:Employer Wizard-Company Information i -Verify Welcome = MENU Raymond Leonard Company Information Company Name Naples electric Motor Works, Inc. Company ID Number 925569 Doing Business As(DBA)Name Naples electric Motor Works, Inc. DUNS Number Physical Location Address 1 2088 J&C Blvd Address 2 City Naples State FL Zip Code 34109 County COLLIER Mailing Address Address 1 Address 2 City State Zip Code https://e-verify.uscis.gov/web/EmployerWizard.aspx 1/3 1/9/2020 E-Verify:Employer Wizard-Company Information Additional Information Employer Identification Number 650207100 Total Number of Employees 1 to 4 Parent Organization Administrator Organization Designation Employer Category None of these categories apply View I Edit NAICS Code 335 - ELECTRICAL EQUIPMENT, APPLIANCE, AND COMPONENT MANUFACTURING View I Edit Total Hiring Sites 1 View I Edit Total Points of Contact 1 View I Edit View Original MOU Template 1111111 Last Login:01/09/2020 10:48 AM U.S.Department of Homeland Security https://e-verify.uscis.gov/web/EmployerWizard.aspx 2/3 1/9/2020 E-Verify:Employer Wizard-Company Information U.S.Citizenship and Immigration Services Enable Permanent Tooltips Accessibility Download Viewers https://e-verify.uscis.gov/web/EmployerWizard.aspx 3/3 E-VeriFy l� �� l�illil Company ID Number: 925569 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and the Naples electric Motor Works, Inc. (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility Verification" and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives' contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee's E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVeriIy ipfill Company ID Number: 925569 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form 1-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a OHS Form 1-551 (Permanent Resident Card), Form 1-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9. The Employer will use the photocopy to verify the photo and to assist OHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form 1-9. 7. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form 1-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-VeriFy Company ID Number: 925569 employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form 1-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form 1-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(I)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Ver I Fy r Company ID Number: 925569 (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use "Privacy Incident— Password" in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 1111111 EVenly Company ID Number: 925569 reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer's services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any "employee assigned to the contract" (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. Page 5 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVenly Company ID Number: 925569 b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form 1-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form 1-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee's work authorization has not expired, and iii. The Employer has reviewed the Form 1-9 information either in person or in communications with the employee to ensure that the employee's Section 1, Form 1-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form 1-9 consistent with Article II.A.6 or update the previous Form 1-9 to provide the necessary information if: i. The Employer cannot determine that Form 1-9 complies with Article II.A.6, ii. The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVenly Company ID Number: 925569 Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired after completing Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA's database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA's database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verily ren �A qq�U Company ID Number: 925569 b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. OHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and OHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. OHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. OHS agrees to issue each of the Employer's E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. OHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. OHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to OHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify Page 8 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-VeriFy z w Company ID Number: 925569 case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVenly Company ID Number: 925569 employee to contact OHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee's Form 1-551, Form 1-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee's documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and OHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVenly Company ID Number: 925569 B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer's participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer's business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and OHS or SSA policy, including but not limited to, Page 11 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVenlyA.,"„.011111 Company ID Number: 925569 Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G.The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 MIR -Vey riF ��. = ..�Ultl1.=° Company ID Number: 925569 Approved by: Employer Naples electric Motor Works, Inc. Name (Please Type or Print) Title Ray N Leonard Signature Date Electronically Signed 11/19/2015 Department of Homeland Security—Verification Division Name (Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 11/19/2015 Page 13 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVenly Company ID Number: 925569 Information Required for the E-Verify Program Information relating to your Company: Naples electric Motor Works, Inc. Company Name 2088 J&C Blvd Naples, FL 34109 Company Facility Address Company Alternate Address County or Parish COLLIER Employer Identification Number 650207100 North American Industry 335 Classification Systems Code Parent Company Number of Employees 1 to 4 Number of Sites Verified for 1 Page 14 of 17 E-Verify MOU for Employers Revision Date 06/01/13 E-VeriFy : Company ID Number: 925569 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: FLORIDA 1 site(s) Page 15 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVenly Company ID Number: 925569 Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name Raymond N Leonard Phone Number (239)591 - 1313 Fax Number (239)591 - 1313 Email Address ray@nemwinc.com Page 16 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-VeriIy Company ID Number: 925569 Page intentionally left blank Page 17 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 INSURANCE AND BONDING REQUIREMENTS 1 Insurance/Bond Type Required Limits 1. ®Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https apps.fldfs_cotn`bocexempt 2. ®Employer's Liability $ 500,000_single limit per occurrence 3. ®Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $ 1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ®Indemnification To the maximum extent permitted by Florida law,the ContractorNendor shall defend, indemnify and hold harmless Collier County,its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. 5. ® Automobile Liability $_1,000,000_ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired;Automobile Included 6. ❑ Other insurance as noted: ❑ Watercraft $ Per Occurrence El United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence El Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per claim&in the aggregate El Project Professional Liability $ Per Occurrence ❑Valuable Papers Insurance $ Per Occurrence ❑Cyber Liability $ Per Occurrence ❑Technology Errors&Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit,a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ❑ Performance and Payment For projects in excess of $200,000, bonds shall be submitted with the executed Bonds contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide,published by A.M. Best Company, Inc. of 75 Fulton Street, New York,New York 10038. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required.This insurance shall be primary and non-contributory with respect to any other insurance maintained by,or available for the benefit of,the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County,OR Collier County Government,OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates,the Certificate Holder must read: Collier County Board of Commissioners,3295 Tamiami Trail East, Naples,FL 34112 13. ® Thirty(30)Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 12/9/19-CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5)days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six(6)months from the date of award. Name of Firm Naples Electric Motor ks,Inc. Date 01/09/2020 Vendor Signature Print Name Ray Leo and Insurance Agency Assured Partners Agent Name Taylor Burgess Telephone Number 239-542-1533 coker County Administrative Serr ces Department Form 7:Vendor Submittal—Local Vendor Preference Affidavit (Check Appropriate Boxes Below) State of Florida(Select County if Vendor is described as a Local Business) Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XV of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non- permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing,a vendor shall not be considered a"local business"unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way.This may include,but not be limited to,the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a"local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: I Year Business Established in If Collier County or E]Lee County: / 9 / Number of Employees(Including Owner(s)or Corporate Officers): Number of Employees Living in®Collier County or❑Lee(Including Owner(s)or Corporate Officers): Q If requested by the County,vendor will be required to provide documentation substantiating the information given in this affidavit.Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: /1/A P/ ES E 1..t.G r/L!C"6%o IL Wd/tik 5i' Date: //I /A° OA 0 Address in Collier or Lee County: 20 a Jot- C i'L U.0. /V1'f'L tJ 3 Y/0 ' Signature: Title: /44,1/DE/-'T +mooite-r c o-pt. .ty Growth Management Department Road Maintenance Division January 9, 2020 To whom it may concern, I have worked with Naples Electric Motor Works for over 4 years.This company has supplied fully assembled Irrigation Pumps,components and repairs for 63 pumps need for the irrigation of Collier County Landscaped Roadways. In addition, Naples Electric Motor Works has provided in-house training to our field staff to aid with trouble shooting, minor repairs and maintenance. Naples Electric Motor Works is a responsive and reputable company who has worked with Collier County successfully for many years. Kinde 7 gar•s, La H.r phries 'ervisor-Irrigation 'oilier County Growth Management Department Road Maintenance Division Cor County Growth Management Department I Road Maintenance Division 14800 Davis Blvd.I Naples,FL 341041239-252-8924 I vnvw.CollierCountyFL.Gov co er Canty Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation:20-7704 Reference Questionnaire for: Naples Electric Motor Works (Name of Company Requesting Reference Information) Ray Leonard (Name of Individuals Requesting Reference Information) Name:Paul Jukins Company:Jukins Irrigation (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email:Irrigation@jukins.com FAX: Telephone: 777-0797 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10,with 10 representing that you were very satisifed(and would hire the firm/individual again)and 1 representing that you were very unsatisfied(and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area,leave it blank and the item or form will be scored"0." Project Description: Completion Date: Project Budget: Project Number of Days: Item Citeria Score I Ability to manage the project costs(minimize change orders to scope). 10 2 Ability to maintain project schedule(complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration(completed documents,final invoice,final product turnover; 10 invoices;manuals or going forward documentation,etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. I 0 9 Ability to follow contract documents,policies,procedures,rules,regulations,etc. 10 10 Overall comfort level with hiring the company in the future(customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Collier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: 20-7704 Reference Questionnaire for: Naples Electric Motor Works (Name of Company Requesting Reference Information) Ray Leonard (Name of Individuals Requesting Reference Information) Name:Patrick McFadden Company:Lee County D.O.T. (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email:pmcfadden@leegov.com FAX: Telephone: 238-533-9400 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10,with 10 representing that you were very satisifed(and would hire the firm/individual again)and 1 representing that you were very unsatisfied(and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored"0." Project Description: Completion Date: Project Budget: Project Number of Days: Item Citeria Score 1 Ability to manage the project costs(minimize change orders to scope). 10 2 Ability to maintain project schedule(complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration(completed documents,final invoice,final product turnover; 10 invoices;manuals or going forward documentation,etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents,policies,procedures,rules,regulations,etc. 10 10 Overall comfort level with hiring the company in the future(customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS Coder County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation:20-7704 Reference Questionnaire for: Naples Electric Motor Works (Name of Company Requesting Reference Information) Ray Leonard (Name of Individuals Requesting Reference Information) Name:Ed Napier Company:Napier Irrigation (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: isuisucatgolf@aol.com FAX: Telephone: 250-3256 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey.Please rate each criteria to the best of your knowledge on a scale of 1 to 10,with 10 representing that you were very satisifed(and would hire the firm/individual again)and 1 representing that you were very unsatisfied(and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area,leave it blank and the item or form will be scored"0." Project Description: Completion Date: Project Budget: Project Number of Days: Item Citeria Score 1 Ability to manage the project costs(minimize change orders to scope). 10 2 Ability to maintain project schedule(complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration(completed documents,final invoice,final product turnover; 10 invoices;manuals or going forward documentation,etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents,policies,procedures,rules,regulations,etc. 10 10 Overall comfort level with hiring the company in the future(customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Coder County Administrative Services Department Procurement Services Divisbn Form 2:Vendor Check List Updated: October 24th 2019 IMPORTANT: THIS SHEET MUST BE SIGNED.Please read carefully,sign in the spaces indicated and submit with your Proposal through Bidsync. Vendor should check off each of the following items as the necessary action is completed: x❑ The Solicitation Submittal has been signed. x❑ The Solicitation Pricing Document(Bid Schedule/Quote Schedule/etc.)has been completed and attached. x❑ All applicable forms have been signed and included,along with licenses to complete the requirements of the project. x❑ Any addenda have been signed and included. ❑ Affidavit for Claiming Status as a Local Business, if applicable. Collier or Lee County Business Tax Receipt MUST be included. x❑ Proof of status from Division of Corporations-Florida Department of State(If work performed in the State) iip://dos.rnyllorida.com/sunbizi. x❑ Proof of E-Verify(Memorandum of Understanding or Company Profile page)and Immigration Affidavit MUST be included-https: /www.e-veritY.aov/. ❑ Grant Provisions and Assurances package in its entirety,if applicable. x❑ Reference Questionnaires MUST be included or you may be deemed non-responsive. ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: Naples Electric Motor Works,Inc. Address: 2088 J&C Blvd. City, State,Zip: Naples,Florida 34109 Telephone: 239-591-1313 Email: ray@nemwinc.com Representative Signature: Representative Name: Ray Leonard Date 01/09/2020 co ler County Administrative Services Department Procurement Services Division Form 3:Conflict of Interest Affidavit The Vendor certifies that,to the best of its knowledge and belief,the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules —The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement)which appears to skew the competition in favor of my firm. Impaired objectivity—The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals/past performance of itself or a competitor,which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information —The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor(or an affiliate)with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit,the contractor/vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above-mentioned project;and, 2. Indicate if the information produced was obtained as a matter of public record(in the"sunshine")or through non-public(not in the"sunshine")conversation(s),meeting(s),document(s)and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: Naples Electric Motor Works,Inc./ Signature and Date: / ' - u/ ///3/7 v a Print Name:Ray Leonard Title of Signatory:President ler County Administrative Services Department Procurement Services Division Form 4:Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples,Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith,without collusion or fraud. The Vendor agrees,if this solicitation submittal is accepted,to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete,submit a proposal,be awarded,or perform as a sub-vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WHEREOF,WE have hereunto subscribed our names on this 1 day of January,2020 in the County of Collier in the State of Florida. Firm's Legal Name: Naples Electric Motor Works,Inc. Address: 2088 J&C Blvd. City,State,Zip Code: Naples Florida 34109 Florida Certificate of L78808 Authority Document Number Federal Tax Identification 65-0207100 Number *CCR#or CAGE Code *Only if Grant Funded Telephone: 239-591-1313 Signature by: (Typed and written) 4127,- Title: President Additional Contact Information Send payments to: Same (required if different from Company name used as payee above) Contact name: Title: Address: City, State,ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Same Title: Address: City,State,ZIP Telephone: Email: Maier C014.11ty Administrative Services Department Procurement Ser ices Division Form 5: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further,Vendors are required to enroll in the E-Verify program,and provide acceptable evidence of their enrollment,at the time of the submission of the Vendor's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program may deem the Vendor's proposal as non-responsive https/'www.e-verifv.go' Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e)of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e)of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s))and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal. Company Name Naples Electric Motor Works,Inc. Print Name Ray Leonard Title President Signature Date 01/09/2020 co ter county Adeno strative Services Department Procurement Services Division Form 6:Vendor Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) requires that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information(provide all information) Taxpayer Name Naples Electric Motor Works,Inc. (as shown on income tax return) Business Name(f different from taxpayer name) Address 2088 J&C Blvd City Naples State Florida Zip 34109 Telephone 239-591-1313 Email ray(a,nemwinc.com Order Information(Must be filled out) Remit/Payment Information(Must be filled out) Address 2088 J&C Blvd Address 2088 J&CBlvd City Naples State Florida Zip 34109 City Naples State Florida Zip 34109 E Email ray@nemwinc.com Email ray@nemwinc.com 2. Company Status(check only one) _Individual/Sole Proprietor X Corporation _Partnership _Tax Exempt(Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) G Enter the tax classification (D=Disregarded Entity. C=Corporation.P=Partnership 3. Taxpayer Identification Numbcr(for tax reporting purposes only) Federal Tax Identification Number(TIN)65-0207100 (Vendors who do not have a TIN,will be required to provide a social security number prior to an award). 4. Sign and Date Form:Certification: Under penalties of perjury,I certib,that the information shown on this form is correct to my knowledge. Signature Date 01/09/2020 Title Phone Number President 239-591-1313 Collier County Growth Management Department Invitation to Bid No.20-7704"Parts,Pumps,and Services" Price&Cost Analysis Submitted by Melissa Pearson PACKAGES Bid Price Vendor Proposal Price&Number (Other Government Entities) PACKAGE 1-CENTRIFUGAL PUMP STATION MODEL:VFD-NETA-LP-CENT-7.5 $35,263.99 $35,812.75 202602-3 PACKAGE 6-SUBMERSIBLE WELL PUMP STATION MODEL:VFD-NETA-LP-SUB-5 $31,004.52 $38,360.00 162201 PACKAGE 7-SUBMERSIBLE WELL PUMP STATION MODEL: VFD-NETA-LP-SUB-7.5 $34,461.02 $39,416.25 150105 PACKAGE 7-SUBMERSIBLE WELL PUMP STATION MODEL: VFD-NETA-LP-SUB-7.5 $34,461.02 $38,352.50 130210 PACKAGE 8-SUBMERSIBLE WELL PUMP STATION MODEL:VFD-NETA-LP-SUB-10 $34,679.00 $40,600.00 130210-1 PACKAGE 8-SUBMERSIBLE WELL PUMP STATION MODEL:VFD-NETA-LP-SUB-10 $34,679.00 $35,000.00 122008-1 Product Number Description Bid Price Market or MSRP/Former Bid Prices Unit Price Unit Price 3R30210/30 x 24 x 10 Control Enclosures $576.00 $635.00/$1184.00 BI-1/2-TPMS-7.5/7.5HP Centrifugal Pump $2,220.00 $2390.00/$2,100.00 PW2A0056FAA Yaskawa 1000/IQ VFD,201-IP,230V $2,229.00 $1875.00/$2,050.00 KDRC22H Input Line Reactor,20HP,230V $280.00 $228.60/$594.19 00105-001700 Netafim 3 Output Backwash Control $1,495.00 $2,054.00/ 00105-002300 Netafim Output Backwash Control $1,725.00 $2,369.00/ FFTC4000 Fiberglass Flip Top Covers,48"X 70" $4,500.00 $4,820.00!$4,467.81 FFTC5000 Fiberglass Flip Top Covers,48"X 70" $5,250.00 /$5,809.19 4"Dischargemgv/4"Diameter Galvanized Victaulic Discharge Manifold $1,075.00 !$800.00 B82804 Berkeley Submersible Pumps,6TS-7.5-I 15 $1,713.00 $2,388.26/$2,324.12 DFA202-080AC Netafim Filter 2"x 2" $5,088.00 $11,158.00/$6,888.71 DFA203-080AC Netafim Filter 2"x 3" $6,450.00 $13974.00/$6,888.71 Bid Price Market or MSRP/Former Bid Prices Product Number Description Unit Price Unit Price DFA204-080AC Netafim Filter 2"x 4" $7,905.00 $17,725.00/$8,868.40 DFA303-080AC Netafim Filter 3"x 3" $11,236.00 $19,477.00/$10,000.00 L9OHF50 Sta-Rite 4"Submersible Pump $945.00 $1,836.80/ L90HF75 Sta-Rite 4"Submersible Pump $1,356.00 $2,636.00/ EJMM3212T Baldor Centrifugal Pump:5HP,3PH $617.00 $793.33/$1,00.00 JMM3219T Baldor Centrifugal Pump:7.5HP,3PH $729.00 $941.95/$1,199.00 JMM3312T Baldor Centrifugal Pump: 10HP,3PH $775.00 $1,248.90/$1,372.35 JMM3314T Baldor Centrifugal Pump: 151-IP,3PH $1,420.00 $1,674.82/$1,988.85 Nap10$ e/ etrie Motor Work,, Inc 2088 J & C Blvd., Naples, FL 34109 Tel (239) 591-1313 Fax (239) 591-3015 Proposal 162201 01/22/16 Company: Lee County D.O.T. Attention: Richard Calkins RE: Lee County/Burnt Store Rd. /State Road 78 to County Line Variable Frequency Drive Pump Station Naples Electric Motor Works,Inc.will furnish one UL Listed Packaged V.F.D.pump system model VFD-NETA-SUB-5-480-3 pressure demand flow maintained irrigation pump system with a 5hp submersible pump delivering 60 GPM @ 60 PSI with the following features: • Fiberglass cover color dark green. • Welded aluminum frame. • UL Listed Industrial Control Panel • NEMA type 3R fiberglass enclosure for VFD and controls. • Fused disconnect switch with type-R current limiting fuses. • Yaskawa Variable Frequency Drive 1000 IQ. • Transient surge protection. • Input and output line reactors • Thermostat controlled cooling fan for VFD cooling. • 2 gal.Hydro-pneumatic pressure tank. • Hydro-valve with photo-diode pulse output. • Site One model GTC-D irrigation controller with GTC cellular card,two decoders,and rain sensor. • Netafim 2"2 bank Disc-Kleen filtration with 120 mesh filters and auto backwash controller. • 5 HP 6"turbine type submersible pump. • Sure-Flo self-cleaning lake intake. • Pre-cast concrete pad. • Set concrete pad on site and level.Attach pump skid to concrete pad. Run galvanized discharge pipe to below grade and adapt to PVC pipe stub out 3' for connection to mainline by others.Install submersible pump in lake in flow inducer sleeve with check valve,well seal,and submersible pump wire.Run Certa-Lok pipe from pump to pump station intake manifold. • One service call for start-up and calibration. Price$38,360.00 NOTE: Price good for 6 months does not include;electrical service(requirements are 480 volt 3 phase), permits,and backflow protection of water source. Thank You Naples Electric Motor Works,Inc. Ray Leonard ! p10$ electric Motor Worl?6, Inc 2088 J & C Blvd., Naples, FL 34109 Tel (239) 591-1313 Fax (239) 591-3015 Proposal 150106 06/01/15 Company: Lee County D.O.T. Attention: Richard Calkins RE: Lee County/US-41 and Norris Variable Frequency Drive Pump Station Naples Electric Motor Works, Inc.will furnish two UL Listed Packaged V.F.D.pump systems model VFD-NETA-SUB-7.5-480-3 pressure demand flow maintained irrigation pump system with a 7.5hp submersible pump delivering 90 GPM @ 60 PSI(80'draw down)with the following features: • Fiberglass cover color dark green. • Welded aluminum frame. • UL Listed Industrial Control Panel • NEMA type 3R fiberglass enclosure for VFD and controls. • Fused disconnect switch with type-R current limiting fuses. • Yaskawa Variable Frequency Drive 1000 IQ_ • Transient surge protection. • Input and output line reactors • Thermostat controlled cooling fan for VFD cooling. • 2 gal. Hydro-pneumatic pressure tank. • Hydrovalve with photo-diode pulse output. • Netafim 2"2 bank Disc-Kleen filtration with 120 mesh filters and auto backwash controller. • 7.5 HP 6"turbine type submersible pump. • Hunter ACC-99 irrigation controller,and mini-click rain switch. • 16 gallon chemical storage tank and Stenner 22GPD injection pump. • Pre-cast concrete pad. • Installation includes well seal,power cable,check valve,Certa-Lok grooved drop pipe set up to 120' depth,in existing well.2"roll groove galvanized pipe at station discharge to below grade,with PVC adapter stub out 3' for connection to main line. • One service call for start up and calibration. Price$39,416.25 NOTE: Price good for 6 months does not include;electrical service(requirements are 480 volt 3 phase), permits,and backflow protection of water source. Thank You Naples Electric Motor Works,Inc. Ray Leonard tki 1 $ e1 ctric Motor Work5, Inc 2088 J & C Blvd., Naples, FL 34109 Tel (239) 591-1313 Fax (239) 591-3015 Proposal 130210 01/13/14 Company: Lee County D.O.T. Attention: Richard Calkins RE: Lee County/Summerlin Rd. (Cypress Lake Dr. to Boy Scout Dr.) Variable Frequency Drive Pump Station Naples Electric Motor Works,Inc.will furnish two UL Listed Packaged V.F.D.pump systems model VFD-NETA-SUB-7.5-208-3 pressure demand flow maintained irrigation pump system with a 7.5hp submersible pump delivering 50GPM @ 60PSI(80'draw down)with the following features: • Fiberglass cover color dark green. • Welded aluminum frame. • UL Listed Industrial Control Panel • NEMA type 3R fiberglass enclosure for VFD and controls. • Fused disconnect switch with type-R current limiting fuses. • Yaskawa Variable Frequency Drive providing soft start,accurate pressure control via PID 4-20ma. transducer feedback,under/over voltage protection,low pressure shut off,high pressure shut off, elapsed time monitor,LCD fault display. • Transient surge protection. • Input and output line reactors • Thermostat controlled cooling fan for VFD cooling. • 2 gal.Hydro-pneumatic pressure tank. • Hydrovalve with photo-diode pulse output. • Netafim 2"2 bank Disc-Kleen filtration with 120 mesh filters and auto backwash controller. • 7.5 HP 6"turbine type submersible pump. • Hunter ACC-99 irrigation controller with ACC-P2P-GPRS and mini-click rain switch. • 16 gallon chemical storage tank and Stenner 22GPD injection pump. • Pre-cast concrete pad. • Installation includes well seal,power cable,check valve,Certa-Lok grooved drop pipe set up to 80' depth,in existing well.2"roll groove galvanized pipe at station discharge to below grade,with PVC adapter stub out 3' for connection to main line by others. • One service call for start up and calibration. Price$38,352.50 NOTE: Price good for 6 months does not include;electrical service(requirements are 208 volt 3 phase with neutral),permits,and backflow protection of water source. Thank You Naples Electric Motor Works,Inc. Ray Leonard ,IYap&frs elzetric Motor Works, Inc 2088 J & C Blvd., Naples, FL 34109 Tel (239) 591-1313 Fax (239) 591-3015 Proposal 143105 05/31/14 Company: Lee County D.O.T. Attention: Richard Calkins RE: Lee County/I-75 SWFIA Terminal Access Road Connection Variable Frequency Drive Irrigation Pump Station Pumps 1 and 2 Naples Electric Motor Works,Inc.will furnish one V.F.D.pump system model VFD-NETA-SUB-7.5-230-1 pressure demand,flow maintained irrigation pump system with 7.5 horse power submersible pump delivering an estimated 75 GPM @ 65 PSI.at the station discharge with the following features: • Fiberglass cover(Dark Green)covering pump,filters,and pump controls,lockable flip top lid. • Welded aluminum skid. • Fiberglass enclosure for VFD and controls with UL Listed Industrial Control Panel. • Disconnect switch with type-R current limiting fuses. • Yaskawa Variable Frequency Drive providing soft start,accurate pressure control via PID 4-20ma. transducer feedback,under/over voltage protection,low pressure shut off,elapsed time monitor,LCD fault display. • Input and output line reactors. • Transient surge protection. • Gruvlok gasketed fittings for discharge manifold. • 2 gal. Hydro-pneumatic pressure tank. • 7.5hp 6"turbine type submersible pump. • Netafim 2 bank Disc-Kleen automatic backwash discharge filter with 120 mesh filters. • 2"Hydrometer with photo diode output and normally closed solenoid shut off valve. • Ball valve at station discharge. • Brass check valve. • Pre-cast concrete pad. • Install 7.5hp submersible pump in existing 6"well at a set depth of 120'on Certi-Lok pipe with pump wire check valve and well seal. Set concrete pad on site and secure pump skid to pad.Run groove lock discharge pipe to below grade and adapt to PVC stub out 3'connection to main line by others. • One service call to perform initial startup and calibration. Price$34,183.75 each Electrical requirements are 60 amp.230 volt single phase with neutral supplied by others. Please call if pump performance or other features do not meet project criteria. Price good for 30 days does not include permits. Thank You Naples Electric Motor Works, Inc. Ray Leonard Nap1os electric Motor Works, Inc 2088 J & C Blvd., Naples, FL 34109 Tel (239) 591-1313 Fax (239) 591-3015 Proposal 130210-1 01/13/14 Company: Lee County D.O.T. Attention: Richard Calkins RE: Lee County/Summerlin Rd. (Cypress Lake Dr.to Boy Scout Dr.) Variable Frequency Drive Pump Station Naples Electric Motor Works,Inc. will furnish two UL Listed Packaged V.F.D.pump systems model VFD-NETA-SUB-10-208-3 pressure demand flow maintained irrigation pump system with a 10hp submersible pump delivering 100GPM @ 60PSI(80' draw down)with the following features: • Fiberglass cover color dark green. • Welded aluminum frame. • UL Listed Industrial Control Panel • NEMA type 3R fiberglass enclosure for VFD and controls. • Fused disconnect switch with type-R current limiting fuses. • Yaskawa Variable Frequency Drive providing soft start,accurate pressure control via PID 4-20ma. transducer feedback,under/over voltage protection,low pressure shut off,high pressure shut off, elapsed time monitor,LCD fault display. • Transient surge protection. • Input and output line reactors • Thermostat controlled cooling fan for VFD cooling. • 2 gal. Hydro-pneumatic pressure tank. • Hydrovalve with photo-diode pulse output. • Netafim 2"2 bank Disc-Kleen filtration with 120 mesh filters and auto backwash controller. • 10 HP 6"turbine type submersible pump. • Hunter ACC-99 irrigation controller with ACC-P2P-GPRS and mini-click rain switch. • 16 gallon chemical storage tank and Stenner 22GPD injection pump. • Pre-cast concrete pad. • Installation includes well seal,power cable,check valve,Certa-Lok grooved drop pipe set up to 80' depth,in existing well.2"roll groove galvanized pipe at station discharge to below grade,with PVC adapter stub out 3' for connection to main line by others. • One service call for start up and calibration. Price$40,600.00 NOTE: Price good for 6 months does not include;electrical service(requirements are 208 volt 3 phase with neutral),permits,and backflow protection of water source. Thank You Naples Electric Motor Works,Inc. Ray Leonard 1Naplos electric Motor Works, Inc 2088 J & C Blvd., Naples, FL 34109 Tel (239) 591-1313 Fax (239) 591-3015 Proposal 122008-1 08/20/12 Company: Florida Irrigation Supply Attention: Chip Bridges RE: Lee County / 3-Oaks Brooks to East Terry Naples Electric Motor Works,Inc.will furnish one UL Listed Packaged V.F.D.pump system model VFD-NETA-SUB-10-208-3 pressure demand flow maintained irrigation pump system with a 10hp submersible pump delivering 120 GPM @ 70 PSI(maximum 60'draw down)with the following features: • Fiberglass cover color dark green. • Welded aluminum frame. • UL Listed Industrial Control Panel • NEMA type 3R fiberglass enclosure for VFD and controls. • Fused disconnect switch with type-R current limiting fuses. • Yaskawa Variable Frequency Drive providing soft start,accurate pressure control via PID 4-20ma. transducer feedback,under/over voltage protection,low pressure shut off,high pressure shut off, elapsed time monitor,LCD fault display. • Transient surge protection. • Input and output line reactors • Thermostat controlled cooling fan for VFD cooling. • 2 gal. Hydro-pneumatic pressure tank. • Hydrovalve with photo-diode pulse output. • Netafim 2"2 bank Disc-Kleen filtration with 120 mesh filters and auto backwash controller. • 10 HP 6"turbine type submersible pump. • Hunter ACC-99 irrigation controller with ACC-P2P-GPRS and mini-click rain switch. • 16 gallon chemical storage tank and Stenner 22GPD injection pump. • Pre-cast concrete pad. • Installation includes well seal,power cable,check valve,Certa-Lok grooved drop pipe set up to 80' depth,in existing well.2"roll groove galvanized pipe at station discharge to below grade,with PVC adapter stub out 3' for connection to main line by others. • One service call for start up and calibration. Price$35,000.00 NOTE: Price good for 6 months does not include;electrical service(requirements are 208 volt 3 phase 70 amp.with neutral),permits,and backflow protection of water source. Thank You Naples Electric Motor Works,Inc. Ray Leonard N plos ei tri*Motor Works, Inc 2088 J & C Blvd., Naples, FL 34109 Tel (239) 591-1313 Fax (239) 591-3015 Proposal 202602-3 Date 02/26/20 Company: Johnson Engineering Attention: Mark Lerch RE: Cape Coral/Burnt Store Road Widening Variable Frequency Drive Centrifugal Booster Pump Station POC 1 Naples Electric Motor Works,Inc.will furnish one V.F.D.booster pump system model VFD-CENT-7.5-480-1 pressure demand,flow maintained irrigation pump system with 7.5 horse power centrifugal pump delivering an estimated 100 GPM @ 70 PSI(30 PSI—40 PSI boost)at the station discharge with the following features: • Fiberglass cover covering pump,filters,and pump controls,lockable flip top lid. • Welded aluminum skid. • Fiberglass enclosure for VFD and controls with UL Listed Industrial Control Panel. • Disconnect switch with type-R current limiting fuses. • Yaskawa Variable Frequency Drive providing soft start,accurate pressure control via PID 4-20ma. transducer feedback,under/over voltage protection,low pressure shut off,elapsed time monitor,LCD fault display. • Transient surge protection. • Input line reactor. • Gruvtok gasketed fittings for discharge manifold. • 2 gal.Hydro-pneumatic pressure tank. • 7.5hp centrifugal pump. • Netafim Disc-Kleen automatic backwash discharge filter with 120 mesh filters. • Ball valve at station discharge. • Check valve at pump intake. • Pre-cast concrete pad • One service call to perform initial startup and calibration. • Installation includes set concrete pad at site and secure pump station to pad.Install galvanized roll groove discharge pipe to below grade with PVC adapter and stub out 3' (connect to irrigation main line by others).Install galvanized roll groove suction pipe to below grade and adapt to PVC stub out 3' for connection to POC by others. Price$35,812.75 Electrical requirements are 40 amp.480 volt single phase supplied by others. Please call if pump performance or other features do not meet project criteria. Price good for 30 days does not include permits,back flow protection of water source. Thank You Naples Electric Motor Works,Inc. Ray Leonard NETAFIM USA LANDSCAPE & TURF PRICE LIST EFFECTIVE JANUARY 1, 2019 èeNETAFIM" TABLE OF CONTENTS TERMS AND CONDITIONS OF SALE 4 ORDERING GUIDELINES 5 WARRANTY INFORMATION 6 DRIPLINES Techline®HCVXR 7 Techline®'HCVXR-RW 8 Techline®HCVXR-RWP 8 Techline®CV 9 Techline® DL 10 Techline® RW 11 Techline®RWP 12 Techfilter"Replacement Cartridge Kits 12 Techline` EZ 13 17mm Dripline Fittings and Installation Tools 14 12mm Dripline Fittings and Installation Tools 15 Air Vents 15 Automatic Flush Valves 15 Inline Check Valve 16 Operation/Pressure Indicator Stakes 16 LOW VOLUME CONTROL ZONE KITS 16 PRESSURE REGULATORS 17 FILTERS Manual Disc Filters 18 Manual Screen Filters 19 2" Compact LP Disc-Kleen Filter 19 2"and 3" LP Disc-Kleen Filters 19 Apollo Disc-Kleen Filters 20 VALVES Series 80 Nylon Control Valves 21 Iron, Nylon and PVC Valves 22 WATER METERS Hydrometers 23 Octave Ultrasonic Water Meters 24 Water Meters 25 POINT SOURCE COMPONENTS Self-Piercing Emitters 26 Techflow Emitters 26 BD and WP Emitters 26 Polyethylene Tubing 27 Micro-Tubing 27 Micro-Tubing Fittings 27 JANUARY 1,2019 3 LANDSCAPE&TURF DIVISION PRICE LIST TERMS AND CONDITIONS OF SALE MINIMUM ORDER: Minimum order amount is$100.00 net. ORDER QUANTITIES: Standard bag/box quantities have been established as a minimum order amount. Orders of less than bag/box quantity will carry a 25%surcharge. TERMS: All invoices are payable in U.S. Dollars,net 30 days from date of shipment,unless otherwise stated.All past due balances are subjectto a finance charge atthe higher of the maximum rate permitted by law,or three quarters of one percent(0.75%)monthly finance charge. FREIGHT POLICY: Within the continental U.S.only—individual orders$1,500.00 net or greater will be shipped:F.O.B.shipping location prepaid and allowed,using a carrier of Netafim USA's choice. Orders less than$1,500.00 net will be shipped:F.O.B.shipping location prepaid and charged. Outside the continental U.S.-individual orders to Canada and Alaska of$1,500.00 net or greater will be shipped: F.O.B.origin,prepaid and allowed,using a carrier of Netafim USA's choice to a location in the continental U.S.selected bythe customer. The customer will be responsible for freight costs from the continental U.S.to the final destination. Orders less than$1,500.00 net will be shipped:F.O.B.origin,prepaid and charged. Individual orders that include a minimum of two pallets of 100'or 250' coils of a Techline product or one pallet of 1,000 coils of a Techline product to Hawaii of$2,000.00 net or greater will be shipped:F.O.B.origin,prepaid and allowed,using a carrier of Netafim USA's choice. Individual orders that do not include a minimum of one pallet of a Techline product to Hawaii of$2,000.00 net or greater and individual orders less than$2,000.00 net will be shipped:F.O.B.origin,prepaid and charged. SHIPPING DESTINATIONS: Shipments will only be made to a Distributor's place of business. SHORTAGE CLAIMS: Claims for shortage must be made within three(3)business days of receipt of goods. RETURN GOODS POLICY: No merchandise may be returned without Netafim USA's written consent and authorization. Requests to return merchandise must be made within 120 days of receipt of shipment from Netafim USA and reference the Netafim USA invoice number.Any approved return must be accompanied by a return goods authorization(RGA)issued by Netafim USA,clearly marked on the exterior of the parcel,and shipped freight prepaid within 30 days of RGA issue date.All merchandise must be new,in original packaging, and in salable condition. Non-Standard,Custom or Special Order items are not eligible for return.All approved returns are subject to a 15% restocking fee.Any shipment not meeting these criteria will not be accepted. CREDIT: All orders are subject to credit approval.Shipments will be held until the account has been cleared. PRICING: Products are sold at prices in effect at the time of order.All pricing is subject to change without notice. DELIVERY: All efforts will be made to complete an order within three(3)business days.However, these estimates are made in good faith and are subject to delays due to government restrictions,failures of our suppliers to deliver,fires,earthquakes,strikes,or other causes beyond our control. PRODUCT CHANGES: Netafim USA reserves the right to redesign,alter,or modify its products at any time, without notice. CUSTOM ORDERS: All custom orders or special requested products,manufactured or ordered to"non- standard"specifications will not be eligible for cancellation or return. LANDSCAPE&TURF DIVISION PRICE LIST 4 JANUARY 1,2019 ORDERING GUIDELINES Use the following guidelines when placing an order with Netafim USA to ensure all the necessary information is provided.Netafim USA Customer Service Team-phone(888)638-2346 or fax(800)695-4753. 1. Company Name and Netafim Account Number 2. Name of Person Placing Order and Phone Number 3. Shipping Information Name of Company or Individual Address(no PO boxes) City,State,Zip Code Contact Name and Phone Number(optional for parcels) Job Name or Reference (optional) 4. Purchase Order Number 5. Requested Ship Date If a precise date is not known,provide an approximate date. If no date is given,the order will be placed at the first available time slot in scheduling and it will ship as soon as it is complete. If you have a precise ship date,we will make every effort to target that date and time. If a specific date is given,the order will ship automatically and you will not receive a call prior to pulling/packing/loading. 6. Ship Method If no preferences are specified,the order will ship best method at Netafim's discretion. 7. Netafim Item or Model Number for Products Needed Use the correct item or model number and do not use a number with a different description. Consult your price list for the appropriate number or call Customer Service for assistance. 8. Ship Order Complete Indicate if the order is to ship complete.If not indicated on the order,it will be at Netafim's discretion to ship and backorder or ship complete. 9. Combining Orders If order is to be combined with other orders for shipping,indicate the other order numbers. JANUARY 1,2019 5 LANDSCAPE&TURF DIVISION PRICE LIST WARRANTY INFORMATION BASIC MANUFACTURER'S LIMITED WARRANTY: Products sold and/or manufactured by Netafim Irrigation,Inc.(Netafim USA)are warranted to be free from original defects in material and workmanship for a period of one(1)year from the date of delivery. LIMITED WARRANTY FOR EMITTERS: Netafim on-line emitters are warranted to be free from original defects in materials and workmanship for a period of five(5)years from the date of shipment from Netafim. LIMITED WARRANTY FOR DRIPLINES: Netafim warrants any polyethylene tubing and driplines(Techline°HCVXR,HCVXR-RW,HCVXR-RWP,CV,DL,RW, RWP and EZ)sold to be free from original defects in materials and workmanship for a period of seven(7)years and ten (10)years for environmental stress cracking-from the date of original delivery. LIMITED LIFETIME EXTENDED WARRANTY FORTECHFILTERS°: Every Netafim Techfilter carries a 2-Years-to-Lifetime Warranty. Proper use and timely replacement of the cartridge will keep the Lifetime Extended Warranty in force. LIMITED WARRANTY FOR FILTERS: Manual disc filters are warranted to be free from original defects in materials and workmanship for a period of one (1)year. Automatic disc filters are warranted to be free from original defects in materials and workmanship for a period of five(5)years.This warranty specifically excludes gaskets,diaphragms,seals and o-rings,which are subject to the basic one(1)year warranty. LIMITED WARRANTY FOR VALVES,WATER METERS AND HYDROMETERS: Valve,Water Meter and Hydrometer bodies are warranted to be free from original defects in materials and work- manship for a period of five(5)years.Water Meter and Hydrometer metering components(register and metering assembly)are warranted for three(3)years.Valve and Hydrometer diaphragms are warranted for two(2)years.This warranty specifically excludes pilots,pilot accessories,relays,solenoids,solenoid component/fittings,which are subject to the basic one(1)year warranty. Octave Water Meters are warranted to be free from original defects in materials and workmanship for a period up to five(5)years.If the meter encounters a problem,Netafim USA will choose to cover the cost of repair or replacement based on a five(5)year pro-rated schedule as follows: Year 0 through 2: 100% Year 2 through 3:75% Year 3 through 4:50% Year 4 through 5:25% All Octave Water Meters must be installed with a Netafim branded Combination AirNacuum or Continuous Acting Air Vents to qualify for the five(5)year pro-rated product warranty. LIMITED WARRANTY FOR ROOT INTRUSION: Netafim warrants Techline°HCVXR to be free of emitter plugging due to root intrusion for a period of fifteen(15) years from the date of original delivery. Techline°HCVXR that has the additional protection of being part of a complete Netafim system made up of Netafim valves,filters,pressure regulators and fittings will be replaced at no cost if emitter plugging due to root intrusion occurs during the warranty period. Year 0 through 15: 100% Techline°HCVXR that is not part of a complete Netafim system will qualify for the special fifteen(15)year extended warranty,however the applicable buyer's remedy from date of purchase shall be limited to and pro-rated as follows: Year 0 through 7: 100% Year 8 through 11:50% Year 12 through 15:25% Warranty Conditions: •Roots must be entering through emitter to qualify. •Roots must be reducing flow below ISO 9261 low flow target tolerances to qualify. LANDSCAPE&TURF DIVISION PRICE LIST 6 JANUARY 1,2019 TECHLINE° HCVXR 17mm PRESSURE COMPENSATING DRIPLINE WITH CHECK VALVE ROOT INTRUSION PROTECTION FOR SUBSURFACE AND ON-SURFACE INSTALLATIONS MODEL SUGGESTED WT.(LBS.) CUBE(FT.) NUMBER DESCRIPTION LIST PRICE QTY. (COIL) (COIL) TECHLINE HCVXR 17mm DRIPLINE 0.33 GPH FLOW TLHCVXR3-1201* Techline HCVXR.33 GPH Flow,12"Emitter Spacing,100 Foot Coil $66.40 1 4.0 1.2 TLHCVXR3-12025 Techline HCVXR.33 GPH Flow,12"Emitter Spacing,250 Foot Coil $166.00 1 12.0 2.1 TLHCVXR3-1205* Techline HCVXR.33 GPH Flow,12"Emitter Spacing,500 Foot Coil $332.00 1 20.0 4.0 TLHCVXR3-1210 Techline HCVXR.33 GPH Flow,12"Emitter Spacing,1,000 Foot Coil $664.00 1 40.0 8.0 TLHCVXR3-1801* Techline HCVXR.33 GPH Flow,18"Emitter Spacing,100 Foot Coil $59.20 1 4.0 1.2 TLHCVXR3-18025 Techline HCVXR.33 GPH Flow,18"Emitter Spacing,250 Foot Coil $148.00 1 12.0 2.1 TLHCVXR3-1805* Techline HCVXR.33 GPH Flow,18"Emitter Spacing,500 Foot Coil $296.00 1 20.0 4.0 TLHCVXR3-1810 Techline HCVXR.33 GPH Flow,18"Emitter Spacing,1,000 Foot Coil $592.00 1 40.0 8.0 TLHCVXR3-2410* Techline HCVXR.33 GPH Flow,24"Emitter Spacing,1,000 Foot Coil $581.00 1 40.0 8.0 TECHLINE HCVXR 17mm DRIPLINE 0.53 GPH FLOW TLHCVXR5-1201 Techline HCVXR.53 GPH Flow,12"Emitter Spacing,100 Foot Coil $66.40 1 4.0 1.2 TLHCVXR5-12025 Techline HCVXR.53 GPH Flow,12"Emitter Spacing,250 Foot Coil $166.00 1 12.0 2.1 TLHCVXR5-1205 Techline HCVXR.53 GPH Flow,12"Emitter Spacing,500 Foot Coil $332.00 1 20.0 4.0 TLHCVXR5-1210 Techline HCVXR.53 GPH Flow,12"Emitter Spacing,1,000 Foot Coil $664.00 1 40.0 8.0 TLHCVXR5-1801* Techline HCVXR.53 GPH Flow,18"Emitter Spacing,100 Foot Coil $59.20 1 4.0 1.2 TLHCVXR5-18025 Techline HCVXR.53 GPH Flow,18"Emitter Spacing,250 Foot Coil $148.00 1 12.0 2.1 TLHCVXR5-1805* Techline HCVXR.53 GPH Flow,18"Emitter Spacing,500 Foot Coil $296.00 1 20.0 4.0 TLHCVXR5-1810 Techline HCVXR.53 GPH Flow,18"Emitter Spacing,1,000 Foot Coil $592.00 1 40.0 8.0 TLHCVXR5-2410* Techline HCVXR.53 GPH Flow,24"Emitter Spacing,1,000 Foot Coil $581.00 1 40.0 8.0 TECHLINE HCVXR 17mm DRIPLINE 0.77 GPH FLOW TLHCVXR7-1201 Techline HCVXR.77 GPH Flow,12"Emitter Spacing,100 Foot Coil $66.40 1 4.0 1.2 TLHCVXR7-12025 Techline HCVXR.77 GPH Flow,12"Emitter Spacing,250 Foot Coil $166.00 1 12.0 2.1 TLHCVXR7-1205 Techline HCVXR.77 GPH Flow,12"Emitter Spacing,500 Foot Coil $332.00 1 20.0 4.0 TLHCVXR7-1210 Techline HCVXR.77 GPH Flow,12"Emitter Spacing,1,000 Foot Coil $664.00 1 40.0 8.0 TLHCVXR7-1801* Techline HCVXR.77 GPH Flow,18"Emitter Spacing,100 Foot Coil $59.20 1 4.0 1.2 TLHCVXR7-18025 Techline HCVXR.77 GPH Flow,18"Emitter Spacing,250 Foot Coil $148.00 1 12.0 2.1 TLHCVXR7-1805 Techline HCVXR.77 GPH Flow,18"Emitter Spacing,500 Foot Coil $296.00 1 20.0 4.0 TLHCVXR7-1810 Techline HCVXR.77 GPH Flow,18"Emitter Spacing,1,000 Foot Coil $592.00 1 40.0 8.0 TLHCVXR7-2410* Techline HCVXR.77 GPH Flow,24"Emitter Spacing,1,000 Foot Coil $581.00 1 40.0 8.0 TECHLINE HCVXR 17mm DRIPLINE 1.16 GPH FLOW TLHCVXR11-1201 Techline HCVXR 1.16 GPH Flow,12"Emitter Spacing,100 Foot Coil $66.40 1 4.0 1.2 TLHCVXR11-12025 Techline HCVXR 1.16 GPH Flow,12'Emitter Spacing,250 Foot Coil $166.00 1 12.0 2.1 TLHCVXR11-1210 Techline HCVXR 1.16 GPH Flow,12'Emitter Spacing,1,000 Foot Coil $664.00 1 40.0 8.0 TLHCVXR11-1801* Techline HCVXR 1.16 GPH Flow,18'Emitter Spacing,100 Foot Coil $59.20 1 4.0 1.2 TLHCVXR11-18025 Techline HCVXR 1.16 GPH Flow,18"Emitter Spacing,250 Foot Coil $148.00 1 12.0 2.1 TLHCVXR11-1810 Techline HCVXR 1.16 GPH Flow,18"Emitter Spacing,1,000 Foot Coil $592.00 1 40.0 8.0 TLHCVXR11-2410* Techline HCVXR 1.16 GPH Flow,24"Emitter Spacing,1,000 Foot Coil $581.00 1 40.0 8.0 TECHLINE HCVXR 17mm BLANK TUBING TLHCVXR001 Techline HCVXR Blank Tubing,100 Foot Coil $27.40 1 4.0 1.2 TLHCVXR0025 Techline HCVXR Blank Tubing,250 Foot Coil $68.50 1 12.0 2.1 TLHCVXR005 Techline HCVXR Blank Tubing,500 Foot Coil $137.00 1 20.0 4.0 TLHCVXR010 Techline HCVXR Blank Tubing,1,000 Foot Coil $274.00 1 40.0 8.0 *Minimum order quantity may apply.Contact Customer Service or your Netafim Representative for further details. JANUARY 1,2019 7 LANDSCAPE&TURF DIVISION PRICE LIST TECHLINE° HCVXR-RW 17mm PRESSURE COMPENSATING DRIPLINE WITH CHECK VALVE PURPLE STRIPED TECHLINE HCVXR FOR RECLAIMED(RECYCLED)WATER USE MODEL SUGGESTED WT.(LBS.) CUBE(FT.) NUMBER DESCRIPTION LIST PRICE QTY. (COIL) (COIL) TECHLINE HCVXR-RW 17mm DRIPLINE 0.33 GPH FLOW TLHCVXR-RW3-1205* Techline HCVXR-RW.33 GPH Flow,12"Emitter Spacing,500 Foot Coil $425.00 1 20.0 4.0 TLHCVXR-RW3-1210 Techline HCVXR-RW.33 GPH Flow,12"Emitter Spacing,1,000 Foot Coil $850.00 1 40.0 8.0 TLHCVXR-RW3-1805* Techline HCVXR-RW.33 GPH Flow,18"Emitter Spacing,500 Foot Coil $388.50 1 20.0 4.0 TLHCVXR-RW3-1810 Techline HCVXR-RW.33 GPH Flow,18"Emitter Spacing,1,000 Foot Coil $777.00 1 40.0 8.0 TECHLINE HCVXR-RW 17mm DRIPLINE 0.53 GPH FLOW TLHCVXR-RW5-1205 Techline HCVXR-RW.53 GPH Flow,12"Emitter Spacing,500 Foot Coil $425.00 1 20.0 4.0 TLHCVXR-RW5-1210 Techline HCVXR-RW.53 GPH Flow,12"Emitter Spacing,1,000 Foot Coil $850.00 1 40.0 8.0 TLHCVXR-RW5-1805 Techline HCVXR-RW.53 GPH Flow,18"Emitter Spacing,500 Foot Coil $388.50 1 20.0 4.0 TLHCVXR-RW5-1810* Techline HCVXR-RW.53 GPH Flow,18"Emitter Spacing,1,000 Foot Coil $777.00 1 40.0 8.0 TECHLINE HCVXR-RW 17mm DRIPLINE 0.77 GPH FLOW TLHCVXR-RW7-1205 Techline HCVXR-RW.77 GPH Flow,12"Emitter Spacing,500 Foot Coil $425.00 1 20.0 4.0 TLHCVXR-RW7-1210 Techline HCVXR-RW.77 GPH Flow,12"Emitter Spacing,1,000 Foot Coil $850.00 1 40.0 8.0 TLHCVXR-RW7-1805 Techline HCVXR-RW.77 GPH Flow,18"Emitter Spacing,500 Foot Coil $388.50 1 20.0 4.0 TLHCVXR-RW7-1810 Techline HCVXR-RW.77 GPH Flow,18"Emitter Spacing,1,000 Foot Coil $777.00 1 40.0 8.0 TECHLINE HCVXR-RW 17mm DRIPLINE 1.16 GPH FLOW TLHCVXR-RW11-1205* Techline HCVXR-RW 1.16 GPH Flow,12"Emitter Spacing,500 Foot Coil $425.00 1 20.0 4.0 TLHCVXR-RW11-1210 Techline HCVXR-RW 1.16 GPH Flow,12"Emitter Spacing,1,000 Foot Coil $850.00 1 40.0 8.0 TLHCVXR-RW11-1805 Techline HCVXR-RW 1.16 GPH Flow,18"Emitter Spacing,500 Foot Coil $388.50 1 20.0 4.0 TLHCVXR-RW11-1810 Techline HCVXR-RW 1.16 GPH Flow,18"Emitter Spacing,1,000 Foot Coil $777.00 1 40.0 8.0 TECHLINE HCVXR-RW 17mm BLANK TUBING TLHCVXR-RW005 Techline HCVXR-RW Blank Tubing,500 Foot Coil $230.00 1 20.0 4.0 TLHCVXR-RW010 Techline HCVXR-RW Blank Tubing,1,000 Foot Coil $460.00 1 40.0 8.0 TECHLINE° HCVXR-RWP 17mm PRESSURE COMPENSATING DRIPLINE WITH CHECK VALVE PURPLE TECHLINE HCVXR FOR RECLAIMED(RECYCLED)WATER USE MODEL SUGGESTED WT.(LBS.) CUBE(FT.) NUMBER DESCRIPTION LIST PRICE QTY. (COIL) (COIL) TECHLINE HCVXR-RWP 17mm DRIPLINE 0.33 GPH FLOW TLHCVXR-RWP3-1205* Techline HCVXR-RWP.33 GPH Flow,12"Emitter Spacing,500 Foot Coil $441.50 1 20.0 4.0 TLHCVXR-RWP3-1805* Techline HCVXR-RWP.33 GPH Flow,18"Emitter Spacing,500 Foot Coil $402.50 1 20.0 4.0 TECHLINE HCVXR-RWP 17mm DRIPLINE 0.53 GPH FLOW TLHCVXR-RWP5-1205 Techline HCVXR-RWP.53 GPH Flow,12"Emitter Spacing,500 Foot Coil $441.50 1 20.0 4.0 TLHCVXR-RWP5-1805 Techline HCVXR-RWP.53 GPH Flow,18"Emitter Spacing,500 Foot Coil $402.50 1 20.0 4.0 TECHLINE HCVXR-RWP 17mm DRIPLINE 0.77 GPH FLOW TLHCVXR-RWP7-1205 Techline HCVXR-RWP.77 GPH Flow,12"Emitter Spacing,500 Foot Coil $441.50 1 20.0 4.0 TLHCVXR-RWP7-1805 Techline HCVXR-RWP.77 GPH Flow,18"Emitter Spacing,500 Foot Coil $402.00 1 20.0 4.0 TECHLINE HCVXR-RWP 17mm DRIPLINE 1.16 GPH FLOW TLHCVXR-RWP11-1205* Techline HCVXR-RWP 1.16 GPH Flow,12"Emitter Spacing,500 Foot Coil $441.50 1 20.0 4.0 TLHCVXR-RWP11-1805* Techline HCVXR-RWP 1.16 GPH Flow,18"Emitter Spacing,500 Foot Coil $402.50 1 20.0 4.0 TECHLINE HCVXR-RWP 17mm BLANK TUBING TLHCVXR-RWP005 Techline HCVXR-RWP Blank Tubing,500 Foot Coil $238.50 1 20.0 4.0 *Minimum order quantity may apply.Contact Customer Service or your Netafim Representative for further details. LANDSCAPE&TURF DIVISION PRICE LIST 8 JANUARY 1,2019 TECHLINE° CV 17mm PRESSURE COMPENSATING DRIPLINE WITH CHECK VALVE SUBSURFACE AND ON-SURFACE INSTALLATIONS MODEL SUGGESTED WT.(LBS.) CUBE(FT.) NUMBER DESCRIPTION LIST PRICE QTY. (COIL) (COIL) TECHLINE CV 17mm DRIPLINE 0.26 GPH FLOW TLCV26-1201 Techline CV.26 GPH Flow,12"Emitter Spacing,100 Foot Coil $58.90 1 4.0 1.2 TLCV26-12025 Techline CV.26 GPH Flow,12"Emitter Spacing,250 Foot Coil $147.25 1 12.0 2.1 TLCV26-1210 Techline CV.26 GPH Flow,12"Emitter Spacing,1,000 Foot Coil $589.00 1 40.0 8.0 TLCV26-1801 Techline CV.26 GPH Flow,18"Emitter Spacing,100 Foot Coil $52.40 1 4.0 1.2 TLCV26-18025 Techline CV.26 GPH Flow,18"Emitter Spacing,250 Foot Coil $131.00 1 12.0 2.1 TLCV26-1810 Techline CV.26 GPH Flow,18"Emitter Spacing,1,000 Foot Coil $524.00 1 40.0 8.0 TECHLINE CV 17mm DRIPLINE 0.4 GPH FLOW TLCV4-1201 Techline CV.4 GPH Flow,12"Emitter Spacing,100 Foot Coil $58.90 1 4.0 1.2 TLCV4-12025 Techline CV.4 GPH Flow,12"Emitter Spacing,250 Foot Coil $147.25 1 12.0 2.1 TLCV4-1210 Techline CV.4 GPH Flow,12"Emitter Spacing,1,000 Foot Coil $589.00 1 40.0 8.0 TLCV4-1801 Techline CV.4 GPH Flow,18"Emitter Spacing,100 Foot Coil $52.40 1 4.0 1.2 TLCV4-18025 Techline CV.4 GPH Flow,18"Emitter Spacing,250 Foot Coil $131.00 1 12.0 2.1 TLCV4-1810 Techline CV.4 GPH Flow,18"Emitter Spacing,1,000 Foot Coil $524.00 1 40.0 8.0 TECHLINE CV 17mm DRIPLINE 0.6 GPH FLOW TLCV6-1201 Techline CV.6 GPH Flow,12"Emitter Spacing,100 Foot Coil $58.90 1 4.0 1.2 TLCV6-12025 Techline CV.6 GPH Flow,12"Emitter Spacing,250 Foot Coil $147.25 1 12.0 2.1 TLCV6-1205 Techline CV.6 GPH Flow,12"Emitter Spacing,500 Foot Coil $294.50 1 20.0 4.0 TLCV6-1210 Techline CV.6 GPH Flow,12"Emitter Spacing,1,000 Foot Coil $589.00 1 40.0 8.0 TLCV6-1801 Techline CV.6 GPH Flow,18"Emitter Spacing,100 Foot Coil $52.40 1 4.0 1.2 TLCV6-18025 Techline CV.6 GPH Flow,18"Emitter Spacing,250 Foot Coil $131.00 1 12.0 2.1 TLCV6-1805* Techline CV.6 GPH Flow,18"Emitter Spacing,500 Foot Coil $262.00 1 20.0 4.0 TLCV6-1810 Techline CV.6 GPH Flow,18"Emitter Spacing,1,000 Foot Coil $524.00 1 40.0 8.0 TLCV6-2401* Techline CV.6 GPH Flow,24"Emitter Spacing,100 Foot Coil $51.30 1 4.0 1.2 TLCV6-24025 Techline CV.6 GPH Flow,24"Emitter Spacing,250 Foot Coil $128.25 1 12.0 2.1 TLCV6-2410 Techline CV.6 GPH Flow,24"Emitter Spacing,1,000 Foot Coil $513.00 1 40.0 8.0 TECHLINE CV 17mm DRIPLINE 0.9 GPH FLOW TLCV9-1201 Techline CV.9 GPH Flow,12"Emitter Spacing,100 Foot Coil $58.90 1 4.0 1.2 TLCV9-12025 Techline CV.9 GPH Flow,12"Emitter Spacing,250 Foot Coil $147.25 1 12.0 2.1 TLCV9-1205 Techline CV.9 GPH Flow,12"Emitter Spacing,500 Foot Coil $294.50 1 20.0 4.0 TLCV9-1210 Techline CV.9 GPH Flow,12"Emitter Spacing,1,000 Foot Coil $589.00 1 40.0 8.0 TLCV9-1801 Techline CV.9 GPH Flow,18"Emitter Spacing,100 Foot Coil $52.40 1 4.0 1.2 TLCV9-18025 Techline CV.9 GPH Flow,18"Emitter Spacing,250 Foot Coil $131.00 1 12.0 2.1 TLCV9-1805 Techline CV.9 GPH Flow,18"Emitter Spacing,500 Foot Coil $262.00 1 20.0 4.0 TLCV9-1810 Techline CV.9 GPH Flow,18"Emitter Spacing,1,000 Foot Coil $524.00 1 40.0 8.0 TLCV9-2401* Techline CV.9 GPH Flow,24"Emitter Spacing,100 Foot Coil $51.30 1 4.0 1.2 TLCV9-24025 Techline CV.9 GPH Flow,24"Emitter Spacing,250 Foot Coil $128.25 1 12.0 2.1 TLCV9-2410* Techline CV.9 GPH Flow,24"Emitter Spacing,1,000 Foot Coil $513.00 1 40.0 8.0 TECHLINE CV 17mm BLANK TUBING TLCV001 Techline CV Blank Tubing,100 Foot Coil $25.50 1 4.0 1.2 TLCV0025 Techline CV Blank Tubing,250 Foot Coil $63.75 1 12.0 2.1 TLCV005 Techline CV Blank Tubing,500 Foot Coil $127.50 1 20.0 4.0 TLCV010 Techline CV Blank Tubing,1,000 Foot Coil $255.00 1 40.0 8.0 *Minimum order quantity may apply.Contact Customer Service or your Netafim Representative for further details. JANUARY 1,2019 9 LANDSCAPE&TURF DIVISION PRICE LIST TECHLINE° DL 17mm PRESSURE COMPENSATING DRIPLINE SUBSURFACE AND ON-SURFACE INSTALLATIONS MODEL SUGGESTED WT.(LBS.) CUBE(FT.) NUMBER DESCRIPTION LIST PRICE QTY. (COIL) (COIL) TECHLINE DL 17mm DRIPLINE 0.26 GPH FLOW TLDL26-1201* Techline DL.26 GPH Flow,12"Emitter Spacing,100 Foot Coil $48.70 1 4.0 1.2 TLDL26-12025* Techline DL.26 GPH Flow,12"Emitter Spacing,250 Foot Coil $121.75 1 12.0 2.1 TLDL26-1210 Techline DL.26 GPH Flow,12"Emitter Spacing,1,000 Foot Coil $487.00 1 40.0 8.0 TLDL26-1801* Techline DL.26 GPH Flow,18"Emitter Spacing,100 Foot Coil $48.70 1 4.0 1.2 TLDL26-18025* Techline DL.26 GPH Flow,18"Emitter Spacing,250 Foot Coil $121.75 1 12.0 2.1 TLDL26-1810 Techline DL.26 GPH Flow,18"Emitter Spacing,1,000 Foot Coil $487.00 1 40.0 8.0 TECHLINE DL 17mm DRIPLINE 0.4 GPH FLOW TLDL4-1201* Techline DL.4 GPH Flow,12"Emitter Spacing,100 Foot Coil $48.70 1 4.0 1.2 TLDL4-12025 Techline DL.4 GPH Flow,12"Emitter Spacing,250 Foot Coil $121.75 1 12.0 2.1 TLDL4-1210 Techline DL.4 GPH Flow,12"Emitter Spacing,1,000 Foot Coil $487.00 1 40.0 8.0 TLDL4-1801* Techline DL.4 GPH Flow,18"Emitter Spacing,100 Foot Coil $48.70 1 4.0 1.2 TLDL4-18025 Techline DL.4 GPH Flow,18"Emitter Spacing,250 Foot Coil $121.75 1 12.0 2.1 TLDL4-1810 Techline DL.4 GPH Flow,18"Emitter Spacing,1,000 Foot Coil $487.00 1 40.0 8.0 TECHLINE DL 17mm DRIPLINE 0.6 GPH FLOW TLDL6-1201 Techline DL.6 GPH Flow,12"Emitter Spacing,100 Foot Coil $48.70 1 4.0 1.2 TLDL6-12025 Techline DL.6 GPH Flow,12"Emitter Spacing,250 Foot Coil $121.75 1 12.0 2.1 TLDL6-1205 Techline DL.6 GPH Flow,12"Emitter Spacing,500 Foot Coil $243.50 1 20.0 4.0 TLDL6-1210 Techline DL.6 GPH Flow,12"Emitter Spacing,1,000 Foot Coil $487.00 1 40.0 8.0 TLDL6-1801* Techline DL.6 GPH Flow,18"Emitter Spacing,100 Foot Coil $48.70 1 4.0 1.2 TLDL6-18025 Techline DL.6 GPH Flow,18"Emitter Spacing,250 Foot Coil $121.75 1 12.0 2.1 TLDL6-1805 Techline DL.6 GPH Flow,18"Emitter Spacing,500 Foot Coil $243.50 1 20.0 4.0 TLDL6-1810 Techline DL.6 GPH Flow,18"Emitter Spacing,1,000 Foot Coil $487.00 1 40.0 8.0 TLDL6-2401* Techline DL.6 GPH Flow,24"Emitter Spacing,100 Foot Coil $48.70 1 4.0 1.2 TLDL6-24025* Techline DL.6 GPH Flow,24"Emitter Spacing,250 Foot Coil $121.75 1 12.0 2.1 TLDL6-2410* Techline DL.6 GPH Flow,24"Emitter Spacing,1,00 Foot Coil $487.00 1 40.0 8.0 TECHLINE DL 17mm DRIPLINE 0.9 GPH FLOW TLDL9-1201 Techline DL.9 GPH Flow,12"Emitter Spacing,100 Foot Coil $48.70 1 4.0 1.2 TLDL9-12025 Techline DL.9 GPH Flow,12"Emitter Spacing,250 Foot Coil $121.75 1 12.0 2.1 TLDL9-1205 Techline DL.9 GPH Flow,12"Emitter Spacing,500 Foot Coil $243.50 1 20.0 4.0 TLDL9-1210 Techline DL.9 GPH Flow,12"Emitter Spacing,1,000 Foot Coil $487.00 1 40.0 8.0 TLDL9-1801* Techline DL.9 GPH Flow,18"Emitter Spacing,100 Foot Coil $48.70 1 4.0 1.2 TLDL9-18025 Techline DL.9 GPH Flow,18"Emitter Spacing,250 Foot Coil $121.75 1 12.0 2.1 TLDL9-1805 Techline DL.9 GPH Flow,18"Emitter Spacing,500 Foot Coil $243.50 1 20.0 4.0 TLDL9-1810 Techline DL.9 GPH Flow,18"Emitter Spacing,1,000 Foot Coil $487.00 1 40.0 8.0 TLDL9-2401* Techline DL.9 GPH Flow,24"Emitter Spacing,100 Foot Coil $48.70 1 4.0 1.2 TLDL9-24025 Techline DL.9 GPH Flow,24"Emitter Spacing,250 Foot Coil $121.75 1 12.0 2.1 TLDL9-2410 Techline DL.9 GPH Flow,24"Emitter Spacing,1,000 Foot Coil $487.00 1 40.0 8.0 TECHLINE DL 17mm BLANK TUBING TLDLOO1 Techline DL Blank Tubing,100 Foot Coil $24.60 1 4.0 1.2 TLDL0025 Techline DL Blank Tubing,250 Foot Coil $61.50 1 12.0 2.1 TLDLOO5 Techline DL Blank Tubing,500 Foot Coil $123.00 1 20.0 4.0 TLDL010 Techline DL Blank Tubing,1,000 Foot Coil $246.00 1 40.0 8.0 *Minimum order quantity may apply.Contact Customer Service or your Netafim Representative for further details. LANDSCAPE&TURF DIVISION PRICE LIST 10 JANUARY 1,2019 TECHLINE® RW 17mm PRESSURE COMPENSATING DRIPLINE PURPLE STRIPED TECHLINE FOR RECLAIMED(RECYCLED)WATER USE MODEL SUGGESTED WT.(LBS.) CUBE(FT.) NUMBER DESCRIPTION LIST PRICE QTY. (COIL) (COIL) TECHLINE RW 17mm DRIPLINE 0.26 GPH FLOW TLRW26-1210 Techline RW.26 GPH Flow,12"Emitter Spacing,1,000 Foot Coil $646.00 1 38.0 8.0 TLRW26-1810 Techline RW.26 GPH Flow,18"Emitter Spacing,1,000 Foot Coil $554.00 1 37.0 8.0 TECHLINE RW 17mm DRIPLINE 0.4 GPH FLOW TLRW4-12025 Techline RW.4 GPH Flow,12"Emitter Spacing,250 Foot Coil $161.50 1 9.5 2.0 TLRW4-1210 Techline RW.4 GPH Flow,12"Emitter Spacing,1,000 Foot Coil $646.00 1 38.0 8.0 TLRW4-18025* Techline RW.4 GPH Flow,18"Emitter Spacing,250 Foot Coil $138.50 1 9.5 2.0 TLRW4-1810 Techline RW.4 GPH Flow,18"Emitter Spacing,1,000 Foot Coil $554.00 1 37.0 8.0 TLRW4-2410* Techline RW.4 GPH Flow,24"Emitter Spacing,1,000 Foot Coil $488.00 1 36.0 8.0 TECHLINE RW 17mm DRIPLINE 0.6 GPH FLOW TLRW6-12025 Techline RW.6 GPH Flow,12"Emitter Spacing,250 Foot Coil $161.50 1 9.5 2.0 TLRW6-1210 Techline RW.6 GPH Flow,12"Emitter Spacing,1,000 Foot Coil $646.00 1 38.0 8.0 TLRW6-18025 Techline RW.6 GPH Flow,18"Emitter Spacing,250 Foot Coil $138.50 1 9.5 2.0 TLRW6-1810 Techline RW.6 GPH Flow,18"Emitter Spacing,1,000 Foot Coil $554.00 1 37.0 8.0 TLRW6-2410* Techline RW.6 GPH Flow,24"Emitter Spacing,1,000 Foot Coil $488.00 1 36.0 8.0 TECHLINE RW 17mm DRIPLINE 0.9 GPH FLOW TLRW9-12025 Techline RW.9 GPH Flow,12"Emitter Spacing,250 Foot Coil $161.50 1 9.5 2.0 TLRW9-1210 Techline RW.9 GPH Flow,12"Emitter Spacing,1,000 Foot Coil $646.00 1 38.0 8.0 TLRW9-18025* Techline RW.9 GPH Flow,18"Emitter Spacing,250 Foot Coil $138.50 1 9.5 2.0 TLRW9-1810 Techline RW.9 GPH Flow,18"Emitter Spacing,1,000 Foot Coil $554.00 1 37.0 8.0 TLRW9-2410* Techline RW.9 GPH Flow,24"Emitter Spacing,1,000 Foot Coil $488.00 1 36.0 8.0 TECHLINE RW 17mm BLANK TUBING TLRW010 Techline RW Blank Tubing, 1,000 Foot Coil $268.00 1 40.0 8.0 *Minimum order quantity may apply.Contact Customer Service or your Netafim Representative for further details. JANUARY 1,2019 11 LANDSCAPE&TURF DIVISION PRICE LIST TECHLINE° RWP 17mm PRESSURE COMPENSATING DRIPLINE PURPLE TECHLINE FOR RECLAIMED(RECYCLED)WATER USE MODEL SUGGESTED WT.(LBS.) CUBE(FT.) NUMBER DESCRIPTION LIST PRICE QTY. (COIL) (COIL) TECHLINE RWP 17mm DRIPLINE 0.26 GPH FLOW TLRWP26-1210 Techline RWP.26 GPH Flow,12"Emitter Spacing,1,000 Foot Coil $678.00 1 38.0 8.0 TLRWP26-1810 Techline RWP.26 GPH How,18"Emitter Spacing,1,000 Foot Coil $582.00 1 37.0 8.0 TECHLINE RWP 17mm DRIPLINE 0.4 GPH FLOW TLRWP4-12025* Techline RWP.4 GPH Flow,12"Emitter Spacing,250 Foot Coil $169.50 1 9.5 2.0 TLRWP4-1210 Techline RWP.4 GPH Flow,12"Emitter Spacing,1,000 Foot Coil $678.00 1 38.0 8.0 TLRWP4-18025* Techline RWP.4 GPH Flow,18"Emitter Spacing,250 Foot Coil $145.50 1 9.5 2.0 TLRWP4-1810 Techline RWP.4 GPH Flow,18"Emitter Spacing,1,000 Foot Coil $582.00 1 37.0 8.0 TLRWP4-2410* Techline RWP.4 GPH Flow,24"Emitter Spacing,1,000 Foot Coil $516.00 1 36.0 8.0 TECHLINE RWP 17mm DRIPLINE 0.6 GPH FLOW TLRWP6-12025 Techline RWP.6 GPH Flow,12"Emitter Spacing,250 Foot Coil $169.50 1 9.5 2.0 TLRWP6-1210 Techline RWP.6 GPH Flow,12"Emitter Spacing,1,000 Foot Coil $678.00 1 38.0 8.0 TLRWP6-18025* Techline RWP.6 GPH Flow,18"Emitter Spacing,250 Foot Coil $145.50 1 9.5 2.0 TLRWP6-1810 Techline RWP.6 GPH Flow,18"Emitter Spacing,1,000 Foot Coil $582.00 1 37.0 8.0 TLRWP6-2410* Techline RWP.6 GPH Flow,24"Emitter Spacing,1,000 Foot Coil $516.00 1 36.0 8.0 TECHLINE RWP 17mm DRIPLINE 0.9 GPH FLOW TLRWP9-12025 Techline RWP.9 GPH Flow,12"Emitter Spacing,250 Foot Coil $169.50 1 9.5 2.0 TLRWP9-1210 Techline RWP.9 GPH Flow,12"Emitter Spacing,1,000 Foot Coil $678.00 1 38.0 8.0 TLRWP9-18025* Techline RWP.9 GPH Flow,18"Emitter Spacing,250 Foot Coil $145.50 1 9.5 2.0 TLRWP9-1810* Techline RWP.9 GPH Flow,18"Emitter Spacing,1,000 Foot Coil $582.00 1 37.0 8.0 TLRWP9-2410* Techline RWP.9 GPH Flow,24"Emitter Spacing,1,000 Foot Coil $516.00 1 36.0 8.0 TECHLINE RWP 17mm BLANK TUBING TLRWP010 Techline RWP Blank Tubing, 1,000 Foot Coil $282.00 1 40.0 8.0 *Minimum order quantity may apply.Contact Customer Service or your Netafim Representative for further details. NOTE:Not for use with wastewater.For wastewater,please reference the Bioline product. All Techline RWP products are Non-Stock items.Extended lead times apply.Contact Netafim USA for delivery estimates. TECHFILTER'M REPLACEMENT CARTRIDGE KITS MODEL SUGGESTED NUMBER DESCRIPTION LIST PRICE QTY. WT.(LBS.) CUBE(FT.) TFCARTKIT075 Techfilter Replacement Cartridge Kit 3/4" $68.00 1 0.48 0.06 TFCARTKIT100 Techfilter Replacement Cartridge Kit 1" $121.00 1 0.94 0.06 TFCARTKITLONG Techfilter Replacement Cartridge Kit 1"and 1 1/2"Long $145.00 1 01.46 0.09 TFCARTKIT200 Techfilter Replacement Cartridge Kit 2" $393.00 1 4.12 0.74 LANDSCAPE&TURF DIVISION PRICE LIST 12 JANUARY 1,2019 TECHLINE° EZ 12mm PRESSURE COMPENSATING DRIPLINE SUBSURFACE AND ON-SURFACE INSTALLATIONS MODEL SUGGESTED WT.(LBS.) CUBE(FT.) NUMBER DESCRIPTION LIST PRICE QTY. (COIL) (COIL) TECHLINE EZ 12mm DRIPLINE 0.26 GPH FLOW TLEZ26-0603 Techline EZ.26 GPH Flow,6"Emitter Spacing,300 Foot Coil $102.90 1 7.6 1.18 TLEZ26-0605* Techline EZ.26 GPH Flow,6"Emitter Spacing,500 Foot Coil $171.50 1 12.6 1.47 TLEZ26-0610 Techline EZ.26 GPH Flow,6"Emitter Spacing,1,000 Foot Coil $343.00 1 25.3 1.87 TLEZ26-1203* Techline EZ.26 GPH Flow,12"Emitter Spacing,300 Foot Coil $102.90 1 7.6 1.18 TLEZ26-1205* Techline EZ.26 GPH Flow,12"Emitter Spacing,500 Foot Coil $171.50 1 12.6 1.47 TLEZ26-1210* Techline EZ.26 GPH How,12"Emitter Spacing,1,000 Foot Coil $343.00 1 25.3 1.87 TLEZ26-1803* Techline EZ.26 GPH How,18"Emitter Spacing,300 Foot Coil $102.90 1 7.6 1.18 TLEZ26-1805* Techline EZ.26 GPH How,18"Emitter Spacing,500 Foot Coil $171.50 1 12.6 1.47 TLEZ26-1810* Techline EZ.26 GPH How,18"Emitter Spacing,1,000 Foot Coil $343.00 1 25.3 1.87 TECHLINE EZ 12mm DRIPLINE 0.4 GPH FLOW TLEZ4-0602 Techline EZ.4 GPH Flow,6"Emitter Spacing,200 Foot Coil $68.60 1 5.1 1.41 TLEZ4-0605 Techline EZ.4 GPH Flow,6"Emitter Spacing,500 Foot Coil $171.50 1 12.6 1.47 TLEZ4-0610 Techline EZ.4 GPH Flow,6"Emitter Spacing,1,000 Foot Coil $343.00 1 25.3 1.87 TLEZ4-1202 Techline EZ.4 GPH Flow,12"Emitter Spacing,200 Foot Coil $68.60 1 5.4 1.41 TLEZ4-1205 Techline EZ.4 GPH Flow,12"Emitter Spacing,500 Foot Coil $171.50 1 12.6 1.47 TLEZ4-1210* Techline EZ.4 GPH Flow,12"Emitter Spacing,1,000 Foot Coil $343.00 1 25.3 1.87 TLEZ4-1802* Techline EZ.4 GPH How,18"Emitter Spacing,200 Foot Coil $68.60 1 7.6 1.41 TLEZ4-1805 Techline EZ.4 GPH How,18"Emitter Spacing,500 Foot Coil $171.50 1 12.6 1.47 TLEZ4-1810* Techline EZ.4 GPH How,18"Emitter Spacing,1,000 Foot Coil $343.00 1 25.3 1.87 TECHLINE EZ 12mm DRIPLINE 0.6 GPH FLOW TLEZ6-1203 Techline EZ.6 GPH How,12"Emitter Spacing,300 Foot Coil $102.90 1 7.6 1.18 TLEZ6-1205 Techline EZ.6 GPH How,12"Emitter Spacing,500 Foot Coil $171.50 1 12.6 1.47 TLEZ6-1210* Techline EZ.6 GPH Flow,12"Emitter Spacing,1,000 Foot Coil $343.00 1 25.3 1.87 TLEZ6-18025* Techline EZ.6 GPH flow,18"Emitter Spacing,250 Foot Coil $85.75 1 6.3 1.26 TLEZ6-1805* Techline EZ.6 GPH Flow,18"Emitter Spacing,500 Foot Coil $171.50 1 12.6 1.47 TLEZ6-1810* Techline EZ.6 GPH Flow,18"Emitter Spacing,1,000 Foot Coil $343.00 1 25.3 1.87 TECHLINE EZ 12mm DRIPLINE 0.9 GPH FLOW TLEZ9-1202 Techline EZ.9 GPH How,12"Emitter Spacing,200 Foot Coil $68.60 1 5.1 1.41 TLEZ9-1205 Techline EZ.9 GPH How,12"Emitter Spacing,500 Foot Coil $171.50 1 12.6 1.47 TLEZ9-1210 Techline EZ.9 GPH How,12"Emitter Spacing,1,000 Foot Coil $343.00 1 25.3 1.87 TLEZ9-1802 Techline EZ.9 GPH Flow,18"Emitter Spacing,200 Foot Coil $68.60 1 5.1 1.41 TLEZ9-1805* Techline EZ.9 GPH Flow,18"Emitter Spacing,500 Foot Coil $171.50 1 12.6 1.47 TLEZ9-1810* Techline EZ.9 GPH How,18"Emitter Spacing,1,000 Foot Coil $343.00 1 25.3 1.87 TECHLINE EZ 12mm BLANK TUBING TLEZ0025 Techline EZ Blank Tubing,250 Foot Coil $33.25 1 6.0 1.26 TLEZ005 Techline EZ Blank Tubing,500 Foot Coil $66.50 1 12.0 1.47 *Minimum order quantity may apply.Contact Customer Service or your Netafim Representative for further details. JANUARY 1,2019 13 LANDSCAPE&TURF DIVISION PRICE LIST 17mm DRIPLINE FITTINGS AND INSTALLATION TOOLS MODEL SUGG.LIST SUGG.LIST QTY. WT.(LBS.) CUBE(Ff.) NUMBER DESCRIPTION PRICE BG/BX PRICE EA. (BG/BX) (BG/BX) IBG/BX) TECHLINE HCVXR,HCVXR-RW,HCVXR-RWP,CV,DL,RW AND RWP(17mm DRIPLINE) BAG QUANTITY PRICING TLCOUP 17mm Insert Coupling(Bag of 25 ea) $10.50 $0.42 25 0.38 0.03 TLELL 17mm Insert Elbow(Bag of 25 ea) $13.75 $0.55 25 0.38 0.07 TLTEE 17mm Insert Tee(Bag of 25 ea) $15.00 $0.60 25 0.44 0.07 TL050MA 17mm Male Adapter 1/2"(Bag of 25 ea) $15.25 $0.61 25 0.68 0.07 TL075MA 17mm Male Adapter 3/4"(Bag of 25 ea) $16.00 $0.64 25 0.88 0.07 TLO5OFTEE 17mm Combination Tee(Ins x Ins x 1/2"FPT)(Bag of 10 ea) $11.80 $1.18 10 1.00 0.09 TL075FTEE 17mm Combination Tee(Ins x Ins x 3/4"FPT)(Bag of 10 ea) $16.80 $1.68 10 1.00 0.09 TL2W075MA 17mm'V'2 Way Insert x 3/4"MPT(Bag of 10 ea) $14.00 $1.40 10 1.00 0.09 TLCROS 17mm Insert Cross(Bag of 25 ea) $25.00 $1.00 25 0.50 0.07 TLIAPE-B 17mm Insert Adapter for 1"or larger PE $68.00 $1.36 50 1.76 0.14 (requires 11mm or 7/16"punch)(Bag of 50 ea) TLIAPVC-B 17mm Insert Adapter with grommet for 1 1/2"or larger PVC $91.00 $1.82 50 1.76 0.14 (requires TDBIT16.5)(Bag of 50 ea) TDBIT16.5 Drill bit for PVC-16.5mm,21/32"(Bag of 1 ea) $38.00 1 1.76 0.14 TLFIG8 17mm 1/2"Figure Eight Line End(Bag of 25 ea) $5.00 $0.20 25 0.19 0.03 TLDPLUG 17mm Emitter Plug(Bag of 25 ea) $3.25 $0.13 25 0.13 0.01 TLMTUBEADP 17mm Micro Tubing Adapter(Bag of 25 ea) $5.25 $0.21 25 0.13 0.03 TLSOV 17mm Shut-Off Valve(Ins x Ins)(Bag of 10 ea) $42.00 $4.20 10 0.50 0.05 TLS6-25 6"Soil Staple(Bag of 25 ea) $5.00 $0.20 25 1.00 0.07 TLS6-100 6"Soil Staple(Bag of 100 ea) $20.00 $0.20 100 3.75 0.20 GAUGE30 0-30 psi Liquid Filled Pressure Gauge $65.00 1 0.56 0.01 GAUGE100 0-100 psi Liquid Filled Pressure Gauge $65.00 1 0.56 0.01 61APS1/8 Shrader Valve with 1/8"MPT $5.80 1 0.50 0.01 6809091 Pressure Gauge Needle with 1/4"FPT $40.00 1 0.01 0.01 BOX QUANTITY PRICING(BAGGED AND SOLD ONLY IN BOX QUANTITIES LISTED) TLCOUP-B 17mm Insert Coupling(Box Qty 500-20 Bags of 25 ea) $205.00 $0.41 500 8.33 0.50 TLELL-B 17mm Insert Elbow(Box Qty 500-20 Bags of 25 ea) $270.00 $0.54 500 8.33 0.50 TLTEE-B 17mm Insert Tee(Box Qty 500-20 Bags of 25 ea) $295.00 $0.59 500 9.81 1.00 TL050MA-B 17mm Male Adapter 1/2"(Box Qty 500-20 Bags of 25 ea) $300.00 $0.60 500 14.33 0.50 TL075MA-B 17mm Male Adapter 3/4"(Box Qty 500-20 Bags of 25 ea) $315.00 $0.63 500 18.61 1.00 TLO5OFTEE-B 17mm Combination Tee(Box Qty 200-20 Bags of 10 ea) $230.00 $1.15 200 20.90 0.50 TL075FTEE-B 17mm Combination Tee(Box Qty 200-20 Bags of 10 ea) $332.00 $1.66 200 20.93 0.50 TL2W075MA-B 17mm'V'2 Way Insert x 3/4"MPT(Box Qty 200-20 Bags of 10 ea) $278.00 $1.39 200 20.93 0.50 TLCROS-B 17mm Insert Cross(Box Qty 500-20 Bags of 25 ea) $495.00 $0.99 500 11.01 1.00 TLS6-1000 6"Soil Staple Bulk(Box Qty 1,000 Unit Pack) $200.00 $0.20 1,000 39.00 0.38 WBTD Wheelbarrow Tubing Dispenser $1,727.00 1 75.00 42.53 TECHLOCK FITTINGS FOR TECHLINE HCVXR,HCVXR-RW,HCVXR-RWP,CV,DL,RW AND RWP(17mm DRIPLINE) BAG QUANTITY PRICING TLCKCOUP 17mm TechLock Coupling(Bag of 25 ea) $41.50 $1.66 25 0.40 0.03 TLCKELL 17mm TechLock Elbow(Bag of 25 ea) $58.50 $2.34 25 0.43 0.07 TLCKTEE 17mm TechLock Tee(Bag of 25 ea) $73.75 $2.95 25 0.45 0.10 TLCK075MA 17mm TechLock Male Adapter 3/4"(Bag of 25 ea) $36.00 $1.44 25 0.41 0.04 BOX QUANTITY PRICING(BAGGED AND SOLD ONLY IN BOX QUANTITIES LISTED) TLCKCOUP-B 17mm TechLock Coupling(Box Qty 500-20 Bags of 25 ea) $775.00 $1.55 500 9.00 0.50 TLCKELL-B 17mm TechLock Elbow(Box Qty 500-20 Bags of 25 ea) $1,115.00 $2.23 500 9.00 0.50 TLCKTEE-B 17mm TechLock Tee(Box Qty 500-20 Bags of 25 ea) $1,395.00 $2.79 500 9.90 1.10 TLCK075MA-B 17mm TechLock Male Adapter 3/4"(Box Qty 500-20 Bags of 25 ea) $665.00 $1.33 500 18.75 1.10 LANDSCAPE&TURF DIVISION PRICE LIST 14 JANUARY 1,2019 12mm DRIPLINE FITTINGS AND INSTALLATION TOOLS MODEL SUGG.LIST SUGG.LIST QTY. WT.(LBS.) CUBE(FT.) NUMBER DESCRIPTION PRICE BG/BX PRICE EA. (BG/BX) IBG/BXI (BG/BX) TECHLINE EZ(12mm DRIPLINE) BAG QUANTITY PRICING T12COUP 12mm Insert Coupling(Bag of 25 ea) $7.50 $0.30 25 0.25 0.07 T12ELL 12mm Insert Elbow(Bag of 25 ea) $10.00 $0.40 25 0.23 0.05 T12TEE 12mm Insert Tee(Bag of 25 ea) $10.75 $0.43 25 0.30 0.07 T12CROSS 12mm Insert Cross(Bag of 25 ea) $21.50 $0.86 25 0.74 0.07 T12050MA 12mm Male Adapter 1/2"(Bag of 25 ea) $13.75 $0.55 25 0.63 0.07 T12075MA 12mm Male Adapter 3/4"(Bag of 25 ea) $14.75 $0.59 25 0.74 0.07 T12075FTEE 12mm Combination Tee(Ins x Ins x 3/4"FPT)(Bag of 10 ea) $15.10 $1.51 10 0.62 0.07 T122W075MA 12mm'V 2-Way Insert x 3/4"MPT(Bag of 10 ea) $12.60 $1.26 10 0.35 0.07 T12IAPE-B 12mm Insert Adapter for 1"or Larger PE $61.50 $1.23 50 0.53 0.07 (requires an 8mm punch)(Bag of 50 ea) T12IAPVC-B 12mm Insert Adapter with grommet for 1 1/2"or larger PVC $83.00 $1.66 50 0.71 0.07 (requires TDBIT16.5((Bag of 50 ea) T12RCOUP 12mm x 17mm Reducing Coupling(Bag of 25 ea) $13.75 $0.55 25 0.29 0.07 TDBIT16.5 Drill bit for PVC-16.5 mm,5/8"(Bag of 1 ea( $38.00 1 0.06 0.01 T12FIG8 12mm Figure Eight Line End(Bag of 25 ea) $4.75 $0.19 25 0.13 0.07 T12SOV 12mm Shut-Off Valve(Ins x Ins)(Bag of 10 ea) $37.80 $3.78 10 0.71 0.07 TLS6-25 6"Soil Staple(Bag of 25 ea) $5.00 $0.20 25 1.00 0.07 TLS6-100 6"Soil Staple(Bag of 100 ea) $20.00 $0.20 100 3.75 0.20 T12COMBOPACK3 12mm Fittings Pack: $5.57 1 0.25 0.07 Insert Tee,'V'2-Way Insert x 3/4"MPT,Manual Flush Valve T12COMBOPACK4 12mm Fittings Pack: $6.20 1 0.27 0.07 Insert Tee,Combination Tee,Insert Coupling,Manual Flush Valve BOX QUANTITY PRICING(BAGGED AND SOLD ONLY IN BOX QUANTITIES LISTED) T12COUP-B 12mm Insert Coupling(Box Qty 500-20 Bags of 25 ea) $140.00 $0.28 500 6.05 0.50 T12ELL-B 12mm Insert Elbow(Box Qty 500-20 Bags of 25 ea) $190.00 $0.38 500 5.53 0.50 T12TEE-B 12mm Insert Tee(Box Qty 500-20 Bags of 25 ea) $210.00 $0.42 500 7.01 0.50 T12CROSS-B 12mm Insert Cross(Box Qty 500-20 Bags of 25 ea) $430.00 $0.86 500 13.38 1.00 T12050MA-B 12mm Male Adapter 1/2"(Box Qty 500-20 Bags of 25 ea) $270.00 $0.54 500 13.68 1.00 T12075MA-B 12mm Male Adapter 3/4"(Box Qty 500-20 Bags of 25 ea) $290.00 $0.58 500 13.68 1.00 T12075FTEE-B 12mm Combination Tee $298.00 $1.49 200 13.12 1.00 (Ins x Ins x 3/4"FPT)(Box Qty 200-20 Bags of 10 ea) T122W075MA-B 12mm'V 2-Way Insert x 3/4"MPT(Box Qty 200-20 Bags of 10 ea) $250.00 $1.25 200 13.12 1.00 TLS6-1000 6"Soil Staple Bulk(Box Qty 1,000 Unit Pack) $200.00 $0.20 1,000 39.00 0.38 AIR VENTS MODEL SUGGESTED NUMBER DESCRIPTION LIST PRICE QTY. WT.(LBS.) CUBE(FT.) AIRNACUUM RELIEF VENTS TLAVRV Air/Vacuum Relief Vent 1/2"MPT(Bag of 10) $126.00 1 0.25 - 65ARIA075 Guardian 3/4"Air/Vacuum Relief Vent $48.00 1 0.22 - 65ARIA100 Guardian 1"Air/Vacuum Relief Vent $48.00 1 0.35 - 65ARIA2 Guardian 2"Air/Vacuum Relief Vent $64.00 1 0.44 - COMBINATION AIR VENTS AV-COMBO-050 Mini 1/2"Combination Air Vent $55.00 1 0.32 - AV-COMBO-075 Mini 3/4"Combination Air Vent $60.00 1 0.32 - 65ARIB1-150 Combination 1"Air Vent $114.00 1 0.65 - AUTOMATIC FLUSH VALVES MODEL SUGGESTED NUMBER DESCRIPTION LIST PRICE QTY. WT.(LBS.) CUBE(FT.) TL050MFV-1 Automatic Flush Valve 1/2"MPT Inlet $19.00 1 0.25 0.07 TLFV-1 Automatic Flush Valve Insert Inlet $19.00 1 0.25 0.07 JANUARY 1,2019 15 LANDSCAPE&TURF DIVISION PRICE LIST IN-LINE CHECK VALVE MODEL SUGG.LIST SUGG.LIST QTY. WT.(LBS.) CUBE(FT.) NUMBER DESCRIPTION PRICE BAG PRICE EA. (EAJBAG) (EA./BAG) (EA✓BAG) TLCV050M1-B 1/2"MPT In-line Check Valve-Black $46.00 $4.60 10 0.20 0.10 OPERATION / PRESSURE INDICATOR STAKES MODEL SUGG.LIST NUMBER DESCRIPTION PRICE EA. QTY WT.(LBS.) CUBE(FT.) 10-CV-01 Operation Pressure Indicator Stake for use with Techline HCVXR and CV systems $7.30 1 1.50 0.35 10-F-01 Operation Pressure Indicator Stake for use with Techline DL and EZ systems $7.30 1 1.50 0.35 LOW VOLUME CONTROL ZONE KITS MODEL SUGG.LIST SUGG.LIST QTY WT.(LBS.) CUBE(FT.) NUMBER DESCRIPTION PRICE BOX PRICE EA. (EAJBX) (EAJBX) (EAJBX) LVCZ KIT-WITH SERIES 80 CONTROL VALVE AND DISC FILTER LVCZS8010075-LF 1"Valve,3/4"Low Flow Pressure Regulator,3/4"Disc Filter $94.60 1 1.75 - LVCZS8010075-LF-B 1"Valve,3/4"Low Flow Pressure Regulator,3/4"Disc Filter(Box of 6) $550.20 $91.70 6 11.50 - LVCZ10075-HFHP 1"Valve,3/4"High Flow Pressure Regulator,3/4"Disc Filter $94.60 1 1.75 - LVCZ10075-HFHP-B 1"Valve,3/4"High Flow Pressure Regulator,3/4"Disc Filter(Box of 6) $550.20 $91.70 6 11.50 - LVCZ-150HP 1 1/2"Valve,1 1/2"High Flow Pressure Regulator, 1 1/2"Disc Filter $332.10 1 2.00 - LVCZ KIT-WITH NO CONTROL VALVE AND DISC FILTER LVCZNV10075-LF 3/4"Low Flow Pressure Regulator,3/4"Disc Filter $44.60 1 0.90 - LVCZNV10075-LF-B 3/4"Low Flow Pressure Regulator,3/4"Disc Filter(Box of 10) $433.00 $43.30 10 10.00 - LVCZNV10075-HFHP 3/4"High Flow Pressure Regulator,3/4"Disc Filer $44.60 1 0.90 - LVCZNV10075-HFHP-B 3/4"High Flow Pressure Regulator,3/4"Disc Filter(Box of 10) $433.00 $43.30 10 10.00 - LVCZ-150HP-NV 1 1/2"High Flow Pressure Regulator,1 1/2"Disc Filter $220.70 1 1.15 - LVCZ KIT-WITH SERIES 80 CONTROL VALVE AND SCREEN FILTER LVCZS8OSF10075-LF 1"Valve,3/4"Low Flow Pressure Regulator,3/4"Screen Filter $81.90 1 1.75 - LVCZS8OSF10075-LF-B 1"Valve,3/4"Low Flow Pressure Regulator,3/4"Screen Filter(Box of 6) $476.40 $79.40 6 11.50 - LVCZSF10075-HFHP 1"Valve,3/4"High Flow Pressure Regulator,3/4"Screen Filter $81.90 1 1.75 - LVCZSF10075-HFHP-B 1"Valve,3/4"High Flow Pressure Regulator,3/4"Screen Filter(Box of 6) $476.40 $79.40 6 11.50 - NCZ-1S 1"Valve,1"Wide Range Pressure Regulator,1"Screen Filter $89.90 1 1.60 - LVCZSF-150HP 1 1/2"Valve,1 1/2"High Flow Pressure Regulator,1 1/2"Screen Filter $306.50 1 2.00 - LVCZ KIT-WITH NO CONTROL VALVE AND SCREEN FILTER LVCZNVSF10075-LF 3/4"Low Flow Pressure Regulator,3/4"Screen Filter $33.30 1 0.90 - LVCZNVSF10075-LF-B 3/4"Low Flow Pressure Regulator,3/4"Screen Filter(Box of 10) $324.00 $32.40 10 10.00 - LVCZNVSF10075-HFHP 3/4"High Flow Pressure Regulator,3/4"Screen Filter $33.30 1 0.90 - LVCZNVSF1075-HFHP-B 3/4"High Flow Pressure Regulator,3/4"Screen Filter(Box of 10) $324.00 $32.40 10 10.00 - NCZ-NV1S 1"Wide Range Pressure Regulator,1"Screen Filter $45.50 1 0.90 - LVCZSF-150HP-NV 1 1/2"High Flow Pressure Regulator,1 1/2"Screen Filter $198.40 1 1.15 - 3/4"Low Flow Pressure Regulator:42 psi,0.25-4.4 GPM 3/4"High Flow Pressure Regulator:57 psi,4.5-17.6 GPM 1"Wide Range Pressure Regulator:50 psi,0.5-30 GPM 1 1/2"High Flow Pressure Regulator:57 psi,11-35 GPM All Disc Filters are 140 mesh All Screen Filters are 155 mesh LANDSCAPE&TURF DIVISION PRICE LIST 16 JANUARY 1,2019 PRESSURE REGULATORS MODEL SUGGESTED NUMBER DESCRIPTION LIST PRICE QTY. WT.(LBS.) CUBE(FT.) 3/4"INLINE LOW FLOW PRESSURE REGULATORS PRV075LF15V2K Inline 3/4"FPT Inlet x FPT Outlet 15 psi 0.25-4.4 GPM $12.00 1 0.25 0.01 PRV075LF20V2K Inline 3/4"FPT Inlet x FPT Outlet 20 psi 0.25-4.4 GPM $12.00 1 0.25 0.01 PRV075LF25V2K Inline 3/4"FPT Inlet x FPT Outlet 25 psi 0.25-4.4 GPM $12.00 1 0.25 0.01 PRV075LF35V2K Inline 3/4"FPT Inlet x FPT Outlet 35 psi 0.25-4.4 GPM $12.00 1 0.25 0.01 PRV075LF42V2K Inline 3/4"FPT Inlet x FPT Outlet 42 psi 0.25-4.4 GPM $12.00 1 0.25 0.01 PRV075LF50V2K Inline 3/4"FPT Inlet x FPT Outlet 50 psi 0.25-4.4 GPM $12.00 1 0.25 0.01 3/4"HIGH FLOW PRESSURE REGULATORS PRV075HF15V2K 3/4"FPT Inlet x MPT Outlet 15 psi 4.5-17.6 GPM $13.20 1 0.25 0.01 PRV075HF20V2K 3/4"FPT Inlet x MPT Outlet 20 psi 4.5-17.6 GPM $13.20 1 0.25 0.01 PRV075HF25V2K 3/4"FPT Inlet x MPT Outlet 25 psi 4.5-17.6 GPM $13.20 1 0.25 0.01 PRV075HF35V2K 3/4"FPT Inlet x MPT Outlet 35 psi 4.5-17.6 GPM $13.20 1 0.25 0.01 PRV075HF45V2K 3/4"FPT Inlet x MPT Outlet 45 psi 4.5-17.6 GPM $13.20 1 0.25 0.01 PRV075HF50V2K 3/4"FPT Inlet x MPT Outlet 50 psi 4.5-17.6 GPM $13.20 1 0.25 0.01 PRV075HF57V2K 3/4"FPT Inlet x MPT Outlet 57 psi 4.5-17.6 GPM $13.20 1 0.25 0.01 1"WIDE RANGE PRESSURE REGULATORS WRPR1-30 1"FPT Inlet xFPT Outlet 30psi 0.5-35 GPM $33.30 1 0.20 0.02 WRPR1-30C 1"FPT Inlet x FPT Outlet 30 psi 0.5-35 GPM $1,585.00 50 23.5 - WRPR1-40 1"FPT Inlet xFPT Outlet 40psi 05-35GPM $33.30 1 0.20 0.02 WRPR1-40C 1"FPT Inlet x FPT Outlet 40 psi 0.5-35 GPM $1,585.00 50 23.5 - WRPR1-50 1"FPT Inlet x FPT Outlet 50 psi 0.5-35 GPM $33.30 1 0.20 0.02 WRPR1-50C 1"FPT Inlet x FPT Outlet 50 psi 0.5-35 GPM $1,585.00 50 23.5 - 1 1/2"PRESSURE REGULATORS PRV15015V2K 1 1/2"MPT x MPT 15 psi 11-35 GPM $40.10 1 0.63 0.09 PRV15020V2K 1 1/2"MPT x MPT 20 psi 11-35 GPM $40.10 1 0.63 0.09 PRV15025V2K 1 1/2"MPT x MPT 25 psi 11-35 GPM $40.10 1 0.63 0.09 PRV15035V2K 1 1/2"MPT x MPT 35 psi 11-35 GPM $40.10 1 0.63 0.09 PRV15045V2K 1 1/2"MPT x MPT 45 psi 11-35 GPM $40.10 1 0.63 0.09 PRV15050V2K 1 1/2"MPT x MPT 50 psi 11-35 GPM $40.10 1 0.63 0.09 PRV15057V2K 1 1/2"MPT X MPT 57 psi 11-35 GPM $40.10 1 0.63 0.09 REPLACEMENT PRESSURE REGULATING MODULES* PRVU15V2K 15 psi Pressure Regulating Module $9.80 1 0.09 0.01 PRVU20V2K 20 psi Pressure Regulating Module $9.80 1 0.09 0.01 PRVU25V2K 25 psi Pressure Regulating Module $9.80 1 0.09 0.01 PRVU35V2K 35 psi Pressure Regulating Module $9.80 1 0.09 0.01 PRVU45V2K 45 psi Pressure Regulating Module $9.80 1 0.09 0.01 PRVU50V2K 50 psi Pressure Regulating Module $9.80 1 0.09 0.01 PRVU57V2K 57 psi Pressure Regulating Module $9.80 1 0.09 0.01 *Not available with 1"Wide Range or 3/4"Inline Low Flow Pressure Regulators. JANUARY 1,2019 17 LANDSCAPE&TURF DIVISION PRICE LIST MANUAL DISC FILTERS MODEL SUGGESTED NUMBER DESCRIPTION LIST PRICE QTY. WT.(LBS.) CUBE(FT.) 3/4"DISC FILTER DF075-040 Disc Filter 3/4"MPT x MPT 40 Mesh 17 GPM Maximum Flow $33.00 1 0.81 0.14 DF075-080 Disc Filter 3/4"MPT x MPT 80 Mesh 17 GPM Maximum Flow $33.00 1 0.81 0.14 DF075-120 Disc Filter 3/4"MPT x MPT 120 Mesh 17 GPM Maximum Flow $33.00 1 0.81 0.14 DF075-140 Disc Filter 3/4"MPT x MPT 140 Mesh 17 GPM Maximum Flow $33.00 1 0.81 0.14 1"DISC FILTER DF100-040 Disc Filter 1"MPT x MPT 40 Mesh 26 GPM Maximum Flow $100.00 1 2.50 0.39 DF100-080 Disc Filter 1"MPT x MPT 80 Mesh 26 GPM Maximum Flow $100.00 1 2.50 0.39 DF100-120 Disc Filter 1"MPT x MPT 120 Mesh 26 GPM Maximum Flow $100.00 1 2.50 0.39 DF100-140 Disc Filter 1"MPT x MPT 140 Mesh 26 GPM Maximum Flow $100.00 1 2.50 0.39 1 1/2"DISC FILTER DF150-040 Disc Filter 1 1/2 MPTx MPT 40 Mesh 35 GPM Maximum Flow $147.00 1 3.00 0.56 DF150-080 Disc Filter 1 1/2 MPT x MPT 80 Mesh 35 GPM Maximum Flow $147.00 1 3.00 0.56 DF150-120 Disc Filter 1 1/2"MPT x MPT 120 Mesh 35 GPM Maximum Flow $147.00 1 3.00 0.56 DF150-140 Disc Filter 1 1/2"MPT x MPT 140 Mesh 35 GPM Maximum Flow $147.00 1 3.00 0.56 DF150S-040 Disc Filter 1 1/2"Long MPT x MPT 40 Mesh 52 GPM Maximum Flow $200.00 1 4.00 0.66 DF150S-080 Disc Filter 1 1/2"Long MPT x MPT 80 Mesh 52 GPM Maximum Flow $200.00 1 4.00 0.66 DF150S-120 Disc Filter 1 1/2"Long MPT x MPT 120 Mesh 52 GPM Maximum Flow $200.00 1 4.00 0.66 DF150S-140 Disc Filter 1 1/2"Long MPT x MPT 140 Mesh 52 GPM Maximum Flow $200.00 1 4.00 0.66 2"DUAL LITE DISC FILTER DF2DL-040 Disc Filter 2"Dual Lite MPT x MPT 40 Mesh 110 GPM Maximum Flow $310.00 1 9.00 1.56 DF2DL-080 Disc Filter 2"Dual Lite MPT x MPT 80 Mesh 110 GPM Maximum Flow $310.00 1 9.00 1.56 DF2DL-120 Disc Filter 2"Dual Lite MPT x MPT 120 Mesh 110 GPM Maximum Flow $310.00 1 9.00 1.56 DF2DL-140 Disc Filter 2"Dual Lite MPT x MPT 140 Mesh 110 GPM Maximum Flow $310.00 1 9.00 1.56 DF2DL-200 Disc Filter 2"Dual Lite MPT x MPT 200 Mesh 110 GPM Maximum Flow $310.00 1 9.00 1.56 2"DUAL HIGH PRESSURE(HP)DISC FILTER DF200-040 Disc Filter 2"Dual HP MPT x MPT 40 Mesh 120 GPM Maximum Flow $526.00 1 15.00 1.56 DF200-080 Disc Filter 2"Dual HP MPT x MPT 80 Mesh 120 GPM Maximum Flow $526.00 1 15.00 1.56 DF200-120 Disc Filter 2"Dual HP MPT x MPT 120 Mesh 120 GPM Maximum Flow $526.00 1 15.00 1.56 DF200-140 Disc Filter 2"Dual HP MPT x MPT 140 Mesh 120 GPM Maximum Flow $526.00 1 15.00 1.56 DF200-200 Disc Filter 2"Dual HP MPT x MPT 200 Mesh 120 GPM Maximum Flow $526.00 1 15.00 1.56 DISC FILTER RINGS DFR075040 Ring Set,40 Mesh,Blue,for 3/4"Filter $18.00 1 0.25 0.05 DFR075080 Ring Set,80 Mesh,Yellow,for 3/4"Filter $18.00 1 0.25 0.05 DFR075120 Ring Set,120 Mesh,Red,for 3/4"Filter $18.00 1 0.25 0.05 DFR075140 Ring Set,140 Mesh,Black,for 3/4"Filter $18.00 1 0.25 0.05 DFR150040 Ring Set with Spine,40 Mesh,Blue,for 1"&1 1/2"Filters $45.00 1 0.88 0.09 DFR150080 Ring Set with Spine,80 Mesh,Yellow,for 1"&1 1/2"Filters $45.00 1 0.88 0.09 DFR150120 Ring Set with Spine,120 Mesh,Red,for 1"&1 1/2"Filters $45.00 1 0.88 0.09 DFR150140 Ring Set with Spine,140 Mesh,Black,for 1"&1 1/2"Filters $45.00 1 0.88 0.09 DFR150L040 Ring Set with Spine,40 Mesh,Blue,for 1 1/2"Long Filter $87.00 1 1.00 0.05 DFR150L080 Ring Set with Spine,80 Mesh,Yellow,for 1 1/2"Long Filter $87.00 1 1.00 0.05 DFR150L120 Ring Set with Spine,120 Mesh,Red,for 1 1/2"Long Filter $87.00 1 1.00 0.05 DFR150L140 Ring Set with Spine,140 Mesh,Black,for 1 1/2"Long Filter $87.00 1 1.00 0.05 DFR200040 Ring Set,40 Mesh,Blue,for 2"Dual Lite and Dual HP Filters $130.00 1 1.75 0.35 DFR200080 Ring Set,80 Mesh,Yellow,for 2"Dual Lite and Dual HP Filters $130.00 1 1.75 0.35 DFR200120 Ring Set,120 Mesh,Red,for 2"Dual Lite and Dual HP Filters $130.00 1 1.75 0.35 DFR200140 Ring Set,140 Mesh,Black,for 2"Dual Lite and Dual HP Filters $130.00 1 1.75 0.35 DFR200200 Ring Set,200 Mesh,Brown,for 2"Dual Lite and Dual HP Filters $130.00 1 1.75 0.35 LANDSCAPE&TURF DIVISION PRICE LIST 18 JANUARY 1,2019 MANUAL SCREEN FILTERS MODEL SUGGESTED NUMBER DESCRIPTION LIST PRICE QTY. WT.(LBS.) CUBE(FT.) SF075-155 Screen Filter 3/4"MPT x MPT 155 Mesh 13 GPM Maximum Flow $16.00 1 0.46 0.14 SF100-155 Screen Filter 1"MPT x MPT 155 Mesh 22 GPM Maximum Flow $16.00 1 0.46 0.39 SF150-155 Screen Filter 1 1/2"MPT x MPT 155 Mesh 66 GPM Maximum Flow $103.00 1 2.50 0.56 SF200-155 Screen Filter 2"MPTx MPT 155 Mesh 89 GPM Maximum Flow $115.00 1 2.50 1.56 2" COMPACT LP DISC-KLEEN FILTER MODEL SUGGESTED NUMBER DESCRIPTION LIST PRICE QTY. WT.(LBS.) CUBE(FT.) DFALP200-080AC 2"Compact LP Disc-Kleen Filter,1-80 GPM,80 Mesh,AC $5,946.00 1 32 - DFALP200-120AC 2"Compact LP Disc-Kleen Filter,1-80 GPM,120 Mesh,AC $5,946.00 1 32 - DFALP200-140AC 2"Compact LP Disc-Kleen Filter,1-80 GPM,140 Mesh,AC $5,946.00 1 32 - DFALP200-080DCL 2"Compact LP Disc-Kleen Filter,1-80 GPM,80 Mesh,DCL $5,733.00 1 32 - DFALP200-120DCL 2"Compact LP Disc-Kleen Filter,1-80 GPM,120 Mesh,DCL $5,733.00 1 32 - DFALP200-140DCL 2"Compact LP Disc-Kleen Filter,1-80 GPM,140 Mesh,DCL $5,733.00 1 32 - DFALPLF200-080AC 2"Compact LP Disc-Kleen Filter,Low Flow,1-50 GPM,80 Mesh,AC $5,946.00 1 32 - DFALPLF200-120AC 2"Compact LP Disc-Kleen Filter,Low Flow,1-50 GPM,120 Mesh,AC $5,946.00 1 32 - DFALPLF200-140AC 2"Compact LP Disc-Kleen Filter,Low Flow,1-50 GPM,140 Mesh,AC $5,946.00 1 32 - DFALPLF200-080DCL 2"Compact LP Disc-Kleen Filter,Low Flow,1-50 GPM,80 Mesh,DCL $5,733.00 1 32 - DFALPLF200-120DCL 2"Compact LP Disc-Kleen Filter,Low Flow,1-50 GPM,120 Mesh,DCL $5,733.00 1 32 - DFALPLF200-1400CL 2"Compact LP Disc-Kleen Filter,Low Flow,1-50 GPM,140 Mesh,DCL $5,733.00 1 32 - AC Models include installed Backflush Controller for 110VAC power supply. DC Models include installed Backflush Controller with(2)9 volt lithium batteries and latching solenoids. Maximum operating pressure-90 psi. High Pressure Model available for pressures between 91-140 psi. 2" AND 3" LP DISC-KLEEN FILTERS MODEL SUGGESTED NUMBER DESCRIPTION LIST PRICE QTY. WT.(LBS.) CUBE(FT.) DFALP202-080AC 2"LP Disc-Kleen Filter,2 Filters,80 Mesh $11,158.00 1 174 - DFALP202-120AC 2"LP Disc-Kleen Filter,2 Filters,120 Mesh $11,158.00 1 174 - DFALP202-140AC 2"LP Disc-Kleen Filter,2 Filters,140 Mesh $11,158.00 1 174 - DFALP203-080AC 2"LP Disc-Kleen Filter,3 Filters,80 Mesh $13,974.00 1 220 - DFALP203-120AC 2"LP Disc-Kleen Filter,3 Filters,120 Mesh $13,974.00 1 220 - DFALP203-140AC 2"LP Disc-Kleen Filter,3 Filters,140 Mesh $13,974.00 1 220 - DFALP204-080AC 2"LP Disc-Kleen Filter,4 Filters,80 Mesh $17,125.00 1 266 - DFALP204-120AC 2"LP Disc-Kleen Filter,4 Filters,120 Mesh $17,125.00 1 266 - DFALP204-140AC 2"LP Disc-Kleen Filter,4 Filters,140 Mesh $17,125.00 1 266 - DFALP303-080AC 3"LP Disc-Kleen Filter,3 Filters,80 Mesh $19,477.00 1 352 - DFALP303-120AC 3"LP Disc-Kleen Filter,3 Filters,120 Mesh $19,477.00 1 352 - DFALP303-140AC 3"LP Disc-Kleen Filter,3 Filters,140 Mesh $19,477.00 1 352 - DFALP304-080AC 3"LP Disc-Kleen Filter,4 Filters,80 Mesh $23,809.00 1 407 - DFALP304-120AC 3"LP Disc-Kleen Filter,4 Filters,120 Mesh $23,809.00 1 407 - DFALP304-140AC 3"LP Disc-Kleen Filter,4 Filters,140 Mesh $23,809.00 1 407 - DFALP305-080AC 3"LP Disc-Kleen Filter,5 Filters,80 Mesh $28,824.00 1 467 - DFALP305-120AC 3"LP Disc-Kleen Filter,5 Filters,120 Mesh $28,824.00 1 467 - DFALP305-140AC 3"LP Disc-Kleen Filter,5 Filters,140 Mesh $28,824.00 1 467 - AC Models include installed Backflush Controller for 110VAC power supply.Solenoids are 24VAC. Standard with PVC grooved x slip adapters and grooved couplings for connecting the filter to main PVC line. Backflush controllers are either 4 or 8 station depending on number of filters. Maximum operating pressure-90 psi. High Pressure Model available for pressures between 91-140 psi. JANUARY 1,2019 19 LANDSCAPE&TURF DIVISION PRICE LIST APOLLO DISC-KLEEN FILTERS MODEL SUGGESTED NUMBER DESCRIPTION LIST PRICE QTY. WT.(LBS.) CUBE(FT.) DFAAP04A-080ACHP Apollo Disc-Kleen Filter,4 Angle Filters,80 Mesh $33,743.00 1 510 - DFAAP04A-120ACHP Apollo Disc-Kleen Filter,4 Angle Filters,120 Mesh $33,743.00 1 510 - DFAAPO4A-140ACHP Apollo Disc-Kleen Filter,4 Angle Filters,140 Mesh $33,743.00 1 510 - DFAAPM03-O80ACHP Apollo Disc-Kleen Filter,3 Twin Filters,80 Mesh $34,437.00 1 750 - DFAAPM03-120ACHP Apollo Disc-Kleen Filter,3 Twin Filters,120 Mesh $34,437.00 1 750 - DFAAPM03-140ACHP Apollo Disc-Kleen Filter,3 Twin Filters,140 Mesh $34,437.00 1 750 - DFAAPM04-080ACHP Apollo Disc-Kleen Filter,4 Twin Filters,80 Mesh $50,209.00 1 982 - DFAAPM04-120ACHP Apollo Disc-Kleen Filter,4 Twin Filters,120 Mesh $50,209.00 1 982 - DFAAPM04-140ACHP Apollo Disc-Kleen Filter,4 Twin Filters,140 Mesh $50,209.00 1 982 - DFAAPM05-080ACHP Apollo Disc-Kleen Filter,5 Twin Filters,80 Mesh $62,213.00 1 1,256 - DFAAPM05-120ACHP Apollo Disc-Kleen Filter,5 Twin Filters,120 Mesh $62,213.00 1 1,256 - DFAAPM05-140ACHP Apollo Disc-Kleen Filter,5 Twin Filters,140 Mesh $62,213.00 1 1,256 - DFAAPMO6-080ACHP Apollo Disc-Kleen Filter,6 Twin Filters,80 Mesh $70,275.00 1 1,497 - DFAAPM06-120ACHP Apollo Disc-Kleen Filter,6 Twin Filters,120 Mesh $70,275.00 1 1,497 - DFAAPM06-140ACHP Apollo Disc-Kleen Filter,6 Twin Filters,140 Mesh $70,275.00 1 1,497 - DFAAPM07-080ACHP Apollo Disc-Kleen Filter,7 Twin Filters,80 Mesh $80,333.00 1 1,752 - DFAAPM07-120ACHP Apollo Disc-Kleen Filter,7 Twin Filters,120 Mesh $80,333.00 1 1,752 - DFAAPM07-140ACHP Apollo Disc-Kleen Filter,7 Twin Filters,140 Mesh $80,333.00 1 1,752 - DFAAPM08-080ACHP Apollo Disc-Kleen Filter,8 Twin Filters,80 Mesh $96,113.00 1 2,012 - DFAAPM08-120ACHP Apollo Disc-Kleen Filter,8 Twin Filters,120 Mesh $96,113.00 1 2,012 - DFAAPM08-140ACHP Apollo Disc-Kleen Filter,8 Twin Filters,140 Mesh $96,113.00 1 2,012 - AC Models include installed Backflush Controller for 110VAC power supply.Solenoids are 24VAC-other voltages available by special order. Backflush controllers are either 4 or 8 station depending on number of filters. Maximum operating pressure-90 psi. High Pressure Model available for pressures between 91-140 psi. LANDSCAPE&TURF DIVISION PRICE LIST 20 JANUARY 1,2019 SERIES 80 NYLON CONTROL VALVES MODEL SUGGESTED WT. CUBE NUMBER DESCRIPTION LIST PRICE QTY. (LBS.) (FT.) 24VAC MODELS LVET.75GH2 3/4"Series 80 Globe Valve with Flow Control,26 GPM Maximum Flow $45.00 1 0.62 - LVET1GH2 1"Series 80 Globe Valve with Flow Control,44 GPM Maximum Flow $45.00 1 0.64 - LVET1.5GH2 1 1/2"Series 80 Globe Valve with Flow Control,110 GPM Maximum Flow $113.00 1 2.00 - LVET1.5GH2-AN 1 1/2"Series 80 Angle Valve with Flow Control,110 GPM Maximum Flow $152.00 1 1.80 - LVET2GH2 2"Series 80 Globe Valve with Flow Control,176 GPM Maximum Flow $152.00 1 2.00 - LVET2GH2-AN 2"Series 80 Angle Valve with Flow Control,176 GPM Maximum Flow $172.00 1 1.80 - MANUAL ELECTRIC NORMALLY CLOSED LV61METNC1.5GH3 1 1/2"Series 80 Globe Valve with Flow Control,Manual Electric Normally Closed $424.00 1 2.20 - LV61METNC1.5GH3A 1 1/2"Series 80 Angle Valve with Flow Control,Manual Electric Normally Closed $424.00 1 2.00 - LV61METNC2GH3 2"Series 80 Globe Valve with Flow Control,Manual Electric Normally Closed $441.00 1 2.20 - LV61METNC2GH3A 2"Series 80 Angle Valve with Flow Control,Manual Electric Normally Closed $441.00 1 2.00 - MANUAL ELECTRIC NORMALLY OPEN LV61METN01.5GH3 1 1/2"Series 80 Globe Valve with Flow Control,Manual Electric Normally Open $424.00 1 2.20 - LV61METN01.5GH3A 1 1/2"Series 80 Angle Valve with Flow Control,Manual Electric Normally Open $424.00 1 2.00 - LV61METNO2GH3 2"Series 80 Globe Valve with Flow Control,Manual Electric Normally Open $441.00 1 2.20 - LV61METNO2GH3A 2"Series 80 Angle Valve with Flow Control,Manual Electric Normally Open $441.00 1 2.00 - PRESSURE REDUCING ELECTRIC NORMALLY CLOSED LV61PRMETNC1.5GH3 1 1/2"Series 80 Globe Valve with Flow Control,Pressure Reducing Electric Normally Closed $584.00 1 2.20 - LV61PRMETNC1.5GH3A 1 1/2"Series 80 Angle Valve with Flow Control,Pressure Reducing Electric Normally Closed $584.00 1 2.00 - LV61PRMETNC2GH3 2"Series 80 Globe Valve with Flow Control,Pressure Reducing Electric Normally Closed $641.00 1 2.20 - LV61PRMETNC2GH3A 2"Series 80 Angle Valve with Flow Control,Pressure Reducing Electric Normally Closed $641.00 1 2.00 - PRESSURE REDUCING ELECTRIC NORMALLY OPEN LV61 PRMETN01.5GH3 1 1/2"Series 80 Globe Valve with Flow Control,Pressure Reducing Electric Normally Open $584.00 1 2.20 - LV61PRMETN01.5GH3A 1 1/2"Series 80 Angle Valve with Flow Control,Pressure Reducing Electric Normally Open $584.00 1 2.00 - LV61PRMETNO2GH3 2"Series 80 Globe Valve with Flow Control,Pressure Reducing Electric Normally Open $641.00 1 2.20 - LV61PRMETNO2GH3A 2"Series 80 Angle Valve with Flow Control,Pressure Reducing Electric Normally Open $641.00 1 2.00 - Note:Other voltages available,contact Netafim USA for pricing and availability. JANUARY 1,2019 21 LANDSCAPE&TURF DIVISION PRICE LIST IRON, NYLON AND PVC VALVES MODEL SUGGESTED WT. CUBE NUMBER DESCRIPTION LIST PRICE QTY. (LBS.) (FT.) IRON MANUAL ELECTRIC VALVES LV61MELNC2IT-HP 2"Iron Threaded Valve,24VAC,Manual Electric Normally Closed $546.00 1 8 - LV61MELN021T-HP 2"Iron Threaded Valve,24VAC,Manual Electric Normally Open $546.00 1 8 - LV61MELNC3IT-HP 3"Iron Threaded Valve,24VAC,Manual Electric Normally Closed $950.00 1 25 - LV61MELN031T-HP 3"Iron Threaded Valve,24VAC,Manual Electric Normally Open $950.00 1 25 - LV61MELNC3IF-HP 3"Iron Flanged Valve,24VAC,Manual Electric Normally Closed $999.00 1 39 - LV61MELN031F-HP 3"Iron Flanged Valve,24VAC,Manual Electrric Normally Open $999.00 1 39 - LV6IMELNC4IF-HP 4"Iron Flanged Valve,24VAC,Manual Electric Normally Closed $1,233.00 1 50 - LV6IMELN04IF-HP 4"Iron Flanged Valve,24VAC,Manual Electrric Normally Open $1,233.00 1 50 - IRON PRESSURE REDUCING MANUAL ELECTRIC VALVES LV61 PRMELNC2IT-HP 2"Iron Threaded Valve,24VAC,Pressure Reducing Manual Electric Normally Closed $827.00 1 9 - LV61PRMELN021T-HP 2"Iron Threaded Valve,24VAC,Pressure Reducing Manual Electric Normally Open $827.00 1 9 - LV61PRMELNC3IT-HP 3"Iron Threaded Valve,24VAC,Pressure Reducing Manual Electric Normally Closed $1,231.00 1 26 - LV61PRMELN031T-HP 3"Iron Threaded Valve,24VAC,Pressure Reducing Manual Electric Normally Open $1,231.00 1 26 - LV61PRMELNC3IF-HP 3"Iron Flanged Valve,24VAC,Pressure Reducing Manual Electric Normally Closed $1,238.00 1 40 - LV61PRMELN031F-HP 3"Iron Flanged Valve,24VAC,Pressure Reducing Manual Electric Normally Open $1,238.00 1 40 - LV61PRMELNC4IF-HP 4"Iron Flanged Valve,24VAC,Pressure Reducing Manual Electric Normally Closed $1,559.00 1 51 - LV61PRMELN041F-HP 4"Iron Flanged Valve,24VAC,Pressure Reducing Manual Electric Normally Open $1,559.00 1 51 - NYLON AND PVC MANUAL ELECTRIC VALVES LV61MELNC2PL 2"Nylon Threaded Valve,24VAC,Manual Electric Normally Closed $510.00 1 3 - LV61MELNO2PL 2"Nylon Threaded Valve,24VAC,Manual Electric Normally Open $510.00 1 3 - LV61MELNC3PLT 3"PVC Threaded Valve,24VAC,Manual Electric Normally Closed $889.00 1 4 - LV61MELNO3PLT 3"PVC Threaded Valve,24VAC,Manual Electric Normally Open $889.00 1 4 - LV61MELNC4PLS 4"PVC Slip Valve,24VAC,Manual Electric Normally Closed $1,046.00 1 11 - LV61MELNO4PLS 4"PVC Slip Valve,24VAC,Manual Electric Normally Open $1,046.00 1 11 - NYLON AND PVC PRESSURE REDUCING MANUAL ELECTRIC VALVES LV61PRMELNC2PL 2"Nylon Threaded Valve,24VAC,Pressure Reducing Manual Electric Normally Closed $685.00 1 4 - LV61PRMELNO2PL 2"Nylon Threaded Valve,24VAC,Pressure Reducing Manual Electric Normally Open $685.00 1 4 - LV61PRMELNC3PLT 3"PVC Threaded Valve,24VAC,Pressure Reducing Manual Electric Normally Closed $1,070.00 1 6 - LV61PRMELNO3PLT 3"PVC Threaded Valve,24VAC,Pressure Reducing Manual Electric Normally Open $1,070.00 1 6 - LV61PRMELNC4PLS 4"PVC Slip Valve,24VAC,Pressure Reducing Manual Electric Normally Closed $1,251.00 1 12 - LV61PRMELNO4PLS 4"PVC Slip Valve,24VAC,Pressure Reducing Manual Electric Normally Open $1,251.00 1 12 - LANDSCAPE&TURF DIVISION PRICE LIST 22 JANUARY 1,2019 HYDROMETERS MODEL SUGGESTED NUMBER DESCRIPTION LIST PRICE QTY. WT.(LBS.) CUBE(FT.) MANUAL ELECTRIC WITH REED SWITCH REGISTER LHM15TG1-MEL 1 1/2"MPT Manual Electric,55 GPM Max.Flow $1,356.00 1 5 — (1 gal/pulse-1 pulse/gal) LHM2TG1-MEL 2"FPT Manual Electric,95 GPM Max.Flow $1,428.00 1 8 — (1 gal/pulse-1 pulse/gal) LHM3FG1-MEL 3"FLG Manual Electric,220 GPM Max.Flow $2,178.00 1 53 — (1 gal/pulse-1 pulse/gal) LHM4FG1-MEL* 4"FLG Manual Electric,380 GPM Max.Flow $3,375.00 1 66 — (1 gal/pulse-1 pulse/gal) LHM6FG10-MEL* 6"FLG Manual Electric,860 GPM Max.Flow $6,130.00 1 247 — (10 gal/pulse-0.1 pulse/gal) LHM8FG10-MEL* 8"FLG Manual Electric,1,500 GPM Max.Flow $8,602.00 1 311 — (10 gal/pulse-0.1 pulse/gal) MANUAL ELECTRIC WITH PHOTO DIODE REGISTER(HIGH FREQUENCY) LHM15TG0053-MEL 1 1/2"MPT Manual Electric,55 GPM Max.Flow $1,472.00 1 5 — (0.0053 gal/pulse-187.9 pulse/gal) LHM2T00085-MEL 2"FPT Manual Electric,95 GPM Max.Flow $1,545.00 1 8 — (0.0085 gal/pulse-117 pulse/gal) LHM3FG0205-MEL 3"FLG Manual Electric,220 GPM Max.Flow $2,298.00 1 53 — (0.0205 gal/pulse-48.71 pulse/gal) LHM4FG0566-MEL* 4"FLG Manual Electric,380 GPM Max.Flow $3,494.00 1 66 — (0.0566 gal/pulse-17.933 pulse/gal) LHM6FG1739-MEL* 6"FLG Manual Electric,860 GPM Max.Flow $6,249.00 1 247 — (0.1741 gal/pulse-5.747 pulse/gal) LHM8FG317-MEL* 8"FLG Manual Electric,1,500 GPM Max.Flow $8,719.00 1 311 — (0.317 gal/pulse-3.152 pulse/gal) MANUAL ELECTRIC WITH ER DIGITAL REGISTER LHM15EM11AAFMEL 1 1/2" MPT Manual Electric,55 GPM Max.Flow $2,041.00 1 5 - (0.1 gal/pulse-10 pulse/gal) LHM2EM11AAFMEL 2"FPT Manual Electric,95 GPM Max.Flow $2,115.00 1 8 - (0.1 gal/pulse-10 pulse/gal) LHM3EM11AAFMEL 3"FLG Manual Electric,220 GPM Max.Flow $2,865.00 1 53 - (0.1 gal/pulse-10 pulse/gal) LHM4EM11AAFMEL* 4"FLG Manual Electric,380 GPM Max.Flow $4,063.00 1 66 - (0.1 gal/pulse-10 pulse/gal) LHM6EM11AAFMEL* 6"FLG Manual Electric,860 GPM Max.Flow $6,817.00 1 247 - (1 gal/pulse-1 pulse/gal) LHM8EM11AAFMEL* 8"FLG Manual Electric,1,500 GPM Max.Flow $9,289.00 1 311 - (1 gal/pulse-1 pulse/gal) MPT=Male Pipe Thread Connection FPT=Female Pipe Thread Connection FLG=Flange Connection Note:Netafim Hydrometers are standard in a Normally Closed configuration.To order Normally Open(NO)configurations,add-NO to the end of the Model Number. *Non-stock item.Extended lead times apply.Contact Netafim USA for delivery estimates. JANUARY 1,2019 23 LANDSCAPE&TURF DIVISION PRICE LIST OCTAVE ULTRASONIC WATER METERS MODEL SUGGESTED NUMBER DESCRIPTION LIST PRICE QTY. WT.(LBS.) CUBE(FT.) LS360CT02GALNO 2"Octave Water Meter,No Output $2,614.00 1 19.8 - LS36OCTO2GAL0.1 2"Octave Water Meter,0.1 Gallons per Pulse $2,871.00 1 19.8 - LS36OCTO2GAL1.0 2"Octave Water Meter,1.0 Gallons per Pulse $2,871.00 1 19.8 - LS360CTO2GAL10 2"Octave Water Meter,10 Gallons per Pulse $2,871.00 1 19.8 - LS36OCTO2GAL100 2"Octave Water Meter,100 Gallons per Pulse $2,871.00 1 19.8 - LS360CTO2GAL420 2"Octave Water Meter,420mA Analog Output $3,015.00 1 19.8 - LS36OCT03GALNO 3"Octave Water Meter,No Output $2,882.00 1 28.7 - LS360CTO3GAL0.1 3"Octave Water Meter,0.1 Gallons per Pulse $3,140.00 1 28.7 - LS360CTO3GAL1.0 3"Octave Water Meter,1.0 Gallons per Pulse $3,140.00 1 28.7 - LS360CTO3GAL10 3"Octave Water Meter,10 Gallons per Pulse $3,140.00 1 28.7 - LS360CTO3GAL100 3"Octave Water Meter,100 Gallons per Pulse $3,140.00 1 28.7 - LS36OCTO3GAL420 3"Octave Water Meter,420mA Analog Output $3,284.00 1 28.7 - LS360CT04GALN0 4"Octave Water Meter,No Output $3,819.00 1 33.1 - LS36OCTO4GAL0.1 4"Octave Water Meter,0.1 Gallons per Pulse $4,077.00 1 33.1 - LS36OCTO4GAL1.0 4"Octave Water Meter,1.0 Gallons per Pulse $4,077.00 1 33.1 - LS36OCTO4GAL10 4"Octave Water Meter,10 Gallons per Pulse $4,077.00 1 33.1 - LS36OCTO4GAL100 4"Octave Water Meter,100 Gallons per Pulse $4,077.00 1 33.1 - LS36OCTO4GAL420 4"Octave Water Meter,420mA Analog Output $4,222.00 1 33.1 - LS36OCTO6GALNO 6"Octave Water Meter,No Output $4,661.00 1 70.5 - LS36GCTO6GAL0.1 6"Octave Water Meter,0.1 Gallons per Pulse $4,918.00 1 70.5 - LS360CTO6GAL1.0 6"Octave Water Meter,1.0 Gallons per Pulse $4,918.00 1 70.5 - LS360CTO6GAL10 6"Octave Water Meter,10 Gallons per Pulse $4,918.00 1 70.5 - LS360CTO6GAL100 6"Octave Water Meter,100 Gallons per Pulse $4,918.00 1 70.5 - LS360CTO6GAL420 6"Octave Water Meter,420mA Analog Output $5,063.00 1 70.5 - LS36OCT08GALNO 8"Octave Water Meter,No Output $5,178.00 1 99 - LS360CTO8GAL0.1 8"Octave Water Meter,0.1 Gallons per Pulse $5,436.00 1 99 - LS360CTO8GAL1.0 8"Octave Water Meter,1.0 Gallons per Pulse $5,436.00 1 99 - LS36GCTO8GAL10 8"Octave Water Meter,10 Gallons per Pulse $5,436.00 1 99 - LS360CTO8GAL100 8"Octave Water Meter,100 Gallons per Pulse $5,436.00 1 99 - LS360CTO8GAL420 8"Octave Water Meter,420mA Analog Output $5,580.00 1 99 - LS360CT1OGALNO 10"Octave Water Meter,No Output $6,950.00 1 150 - LS36OCT1OGAL0.1 10"Octave Water Meter,0.1 Gallons per Pulse $7,209.00 1 150 - LS36OCT1OGAL1.0 10"Octave Water Meter,1.0 Gallons per Pulse $7,209.00 1 150 - LS36OCT10GAL10 10"Octave Water Meter,10 Gallons per Pulse $7,209.00 1 150 - LS360CT1OGAL100 10"Octave Water Meter,100 Gallons per Pulse $7,209.00 1 150 - LS360CT1OGAL420 10"Octave Water Meter,420mA Analog Output $7,352.00 1 150 - LS360CT12GALNO 12"Octave Water Meter,No Output $11,006.00 1 216 - LS360CT12GAL0.1 12"Octave Water Meter,0.1 Gallons per Pulse $11,265.00 1 216 - LS360CT12GAL1.0 12"Octave Water Meter,1.0 Gallons per Pulse $11,265.00 1 216 - LS360CT12GAL10 12"Octave Water Meter,10 Gallons per Pulse $11,265.00 1 216 - LS360CT12GAL100 12"Octave Water Meter,100 Gallons per Pulse $11,265.00 1 216 - LS360CT12GAL420 12"Octave Water Meter,420mA Analog Output $11,408.00 1 216 - LANDSCAPE&TURF DIVISION PRICE LIST 24 JANUARY 1,2019 WATER METERS MODEL SUGGESTED NUMBER DESCRIPTION LIST PRICE QTY. WT.(LBS.) CUBE(Ff.) PLASTIC WATER METERS WITH REED SWITCH REGISTER WM-075-0.1-RS-P 3/4"Plastic Water Meter,0.1 Gallons per Pulse $229.00 1 2.3 - WM-075-1.0-RS-P 3/4"Plastic Water Meter,1.0 Gallons per Pulse $229.00 1 2.3 - WM-100-1.0-RS-P 1"Plastic Water Meter,1.0 Gallons per Pulse $361.00 1 3.3 - PLASTIC WATER METERS WITH PHOTO DIODE REGISTER WM-075-.0015-PD-P 3/4"Plastic Water Meter,.0015 Gallons per Pulse $350.00 1 2.3 - WM-100-.0021-PD-P 1"Plastic Water Meter,.0021 Gallons per Pulse $398.00 1 3.3 - PLASTIC WATER METERS WITH ER DIGITAL REGISTER WM-075-0.1-ER-P 3/4"Plastic Water Meter,0.1 Gallons per Pulse $915.00 1 2.3 - WM-100-0.1-ER-P 1"Plastic Water Meter,0.1 Gallons per Pulse $1,048.00 1 3.3 - METAL WATER METERS WITH REED SWITCH REGISTER WM-075-0.1-RS-M 3/4"Metal Water Meter,0.1 Gallons per Pulse $252.00 1 4.4 - WM-075-1.0-RS-M 3/4"Metal Water Meter,1.0 Gallons per Pulse $252.00 1 4.4 - WM-100-1.0-RS-M 1"Metal Water Meter,1.0 Gallons per Pulse $422.00 1 6.1 - WM-150-1.0-RS 1 1/2"Metal Water Meter,1.0 Gallons per Pulse $801.00 1 15 - WM-200-10-RS 2"Metal Water Meter,10 Gallons per Pulse $785.00 1 11 - WMW-300-10-RS 3"Metal Water Meter,10 Gallons per Pulse $1,362.00 1 40 - WMW-400-10-RS 4"Metal Water Meter,10 Gallons per Pulse $1,740.00 1 50 - WMW-600-100-RS 6"Metal Water Meter,100 Gallons per Pulse $2,746.00 1 73 - METAL WATER METERS WITH PHOTO DIODE REGISTER WM-075-.0015-PD-M 3/4" Metal Water Meter,.0015 Gallons per Pulse $403.00 1 4.4 - WM-100-.0021-PD-M 1"Metal Water Meter,.0021 Gallons per Pulse $458.00 1 6.1 - WM-150-.0074-PD 1 1/2"Metal Water Meter,.0074 Gallons per Pulse $919.00 1 15 - WM-200-1.0-PD 2"Metal Water Meter,1.0 Gallons per Pulse $842.00 1 11 - METAL WATER METERS WITH ER DIGITAL REGISTER WM-075-0.1-ER-M 3/4"Metal Water Meter,0.1 Gallons per Pulse $939.00 1 4.4 - WM-100-0.1-ER-M 1"Metal Water Meter,0.1 Gallons per Pulse $1,107.00 1 6.1 - WM-150-0.1-ER 1 1/2"Metal Water Meter,0.1 Gallons per Pulse $1,488.00 1 15 - WM-200-1.0-ER 2"Metal Water Meter,1.0 Gallons per Pulse $1,471.00 1 11 - WMW-300-1.0-ER 3"Metal Water Meter,1.0 Gallons per Pulse $2,048.00 1 40 - WMW-400-1.0-ER 4"Metal Water Meter,1.0 Gallons per Pulse $2,427.00 1 50 - WMW-600-10-ER 6"Metal Water Meter,10 Gallons per Pulse $3,432.00 1 73 - JANUARY 1,2019 25 LANDSCAPE&TURF DIVISION PRICE LIST SELF-PIERCING EMITTERS MODEL SUGG.LIST SUGG.LIST QTY. WT.(LBS.) CUBE(FT.) NUMBER DESCRIPTION PRICE BAG PRICE EA. (BAG) (BAG) (BAG) SELF-PIERCING PRESSURE COMPENSATING EMITTERS WITH 1.74 INTERNAL CHECK VALVE SPCV05-25 0.5 GPH Barb Inletx.160"Barb Outlet Blue Color $9.25 $0.37 25 0.13 0.01 SPCV05-100 0.5 GPH Barb Inletx.160"Barb Outlet Blue Color $35.00 $0.35 100 0.52 0.35 SPCV05-250 0.5 GPH Barb Inletx.160"Barb Outlet Blue Color $80.00 $0.32 250 0.81 0.35 SPCV05-1000 0.5 GPH Barb Inletx.160"Barb Outlet Blue Color $300.00 $0.30 1,000 3.20 1.40 SPCV10-25 1.0 GPH Barb Inletx.160"Barb Outlet Black Color $9.25 $0.37 25 0.13 0.01 SPCV10-100 1.0 GPH Barb Inletx.160"Barb Outlet Black Color $35.00 $0.35 100 0.52 0.35 SPCV10-250 1.0 GPH Barb Inletx.160"Barb Outlet Black Color $80.00 $0.32 250 0.81 0.35 SPCV10-1000 1.0 GPH Barb Inletx.160"Barb Outlet Black Color $300.00 $0.30 1,000 3.20 1.40 SPCV20-25 2.0 GPH Barb Inletx.160"Barb Outlet Red Color $9.25 $0.37 25 0.13 0.01 SPCV20-100 2.0 GPH Barb Inletx.160"Barb Outlet Red Color $35.00 $0.35 100 0.52 0.35 SPCV20-250 2.0 GPH Barb Inletx.160"Barb Outlet Red Color $80.00 $0.32 250 0.81 0.35 SPCV20-1000 2.0 GPH Barb Inletx.160"Barb Outlet Red Color $300.00 $0.30 1,000 3.20 1.40 SPDT Self-Piercing Emitter Insertion Tool - $10.30 1 0.13 0.03 Note:Use.160"x.220"EDTUBE Tubing for Barb outlet. TECHFLOW EMITTERS MODEL SUGG.LIST SUGG.LIST QTY. WT.(LBS.) CUBE(FT.) NUMBER DESCRIPTION PRICE BAG PRICE EA. (BAG) (BAG) (BAG) TECHFLOW PRESSURE COMPENSATING EMITTERS WITH 2.2 PSI INTERNAL CHECK VALVE WPC5 0.5 GPH Barb*Inletx Nipple*Outlet Red Color $16.50 $0.66 25 0.50 0.03 WPC5-250 0.5 GPH Barb*Inletx Nipple*Outlet Red Color $142.50 $0.57 250 3.70 0.45 WPC10 1.0 GPH Barb*Inletx Nipple*Outlet Black Color $16.50 $0.66 25 0.50 0.03 WPC10-250 1.0 GPH Barb*Inletx Nipple*Outlet Black Color $142.50 $0.57 250 3.70 0.45 WPC20 2.0 GPH Barb*Inlet x Nipple*Outlet Green Color $16.50 $0.66 25 0.50 0.03 WPC20-250 2.0 GPH Barb*Inlet x Nipple*Outlet Green Color $142.50 $0.57 250 3.70 0.45 WPBC Bug Cap for Nipple Outlet(Bag of 25 ea) $5.50 $0.22 25 0.03 0.01 11WPCON47-B Barb Adapter for Nipple Outlet(Bag of 25 ea) $3.75 $0.15 25 0.03 0.01 *Note:Use.160"x.220"EDTUBE Tubing for Techflow,WPC and WP Emitters. BD AND WP EMITTERS MODEL SUGG.LIST SUGG.LIST QTY. WT.(LBS.) CUBE(FT.) NUMBER DESCRIPTION PRICE BAG PRICE EA. (BAG) (BAG) (BAG) BD NON-PRESSURE COMPENSATING EMITTERS BD5 0.5 GPH BD Emitter Barb Inlet Red Color $8.25 $0.33 25 0.13 0.01 BD5-250 0.5 GPH BD Emitter Barb Inlet Red Color $80.00 $0.32 250 0.76 0.35 BD10 1.0 GPH BD Emitter Barb Inlet Black Color $8.25 $0.33 25 0.13 0.01 BD10-250 1.0 GPH BD Emitter Barb Inlet Black Color $80.00 $0.32 250 0.76 0.35 BD20 2.0 GPH BD Emitter Barb Inlet Green Color $8.25 $0.33 25 0.13 0.01 BD20-250 2.0 GPH BD Emitter Barb Inlet Green Color $80.00 $0.32 250 0.76 0.35 WP NON-PRESSURE COMPENSATING EMITTERS WP5 0.5 GPH WP Emitter Barb Inlet x Barb*Outlet Red Color $12.00 $0.48 25 0.13 0.01 WP5-250 0.5 GPH WP Emitter Barb Inlet x Barb*Outlet Red Color $112.50 $0.45 250 0.76 0.35 WP10 1.0 GPH WP Emitter Barb Inletx Barb*Outlet Black Color $12.00 $0.48 25 0.13 0.01 WP10-250 1.0 GPH WP Emitter Barb Inlet x Barb*Outlet Black Color $112.50 $0.45 250 0.76 0.35 WP20 2.0 GPH WP Emitter Barb Inlet x Barb*Outlet Green Color $12.00 $0.48 25 0.13 0.01 WP20-250 2.0 GPH WP Emitter Barb Inlet x Barb*Outlet Green Color $112.50 $0.45 250 0.76 0.35 *Note:Use.160"x.220"EDTUBE Tubing for Techflow,WPC and WP Emitters. LANDSCAPE&TURF DIVISION PRICE LIST 26 JANUARY 1,2019 POLYETHYLENE TUBING MODEL SUGGESTED QTY. WT.(LBS.) CUBE(FT.) NUMBER DESCRIPTION LIST PRICE (COIL) (COIL) (COIL) BLACK POLYETHYLENE TUBING PE052062-25 16mm.520"x.620",.050"Wall,250 Foot Coil 1 10.30 2.10 PE052062-05 16mm.520"x.620",.050"Wall,500 Foot Coil 1 18.00 3.50 PE052062-10 16mm.520"x.620",.050"Wall,1,000 Foot Coil 1 37.00 7.00 PE062071-05 1/2".620"x.710",.045"Wall,500 Foot Coil 1 18.00 3.70 PE062071-10 1/2".620"x.710",.045"Wall,1,000 Foot Coil 1 38.30 7.00 PE060070-01 1/2".600"x.700",.050"Wall,100 Foot Coil 1 4.20 0.87 PE060070-25 1/2".600"x.700",.050"Wall,250 Foot Coil Please Call 1 13.00 3.50 PE060070-05 1/2".600"x.700",.050"Wall,500 Foot Coil For Quote 1 20.60 4.30 PE060070-10 1/2".600"x.700",.050"Wall,1,000 Foot Coil 1 42.00 8.70 PE082094-01 3/4".820"x.940",.060"Wall,100 Foot Coil 1 4.60 0.89 PE082094-25 3/4".820"x.940",.060"Wall,250 Foot Coil 1 16.75 3.85 PE082094-05 3/4".820"x.940",.060"Wall,500 Foot Coil 1 33.50 7.70 PE082094-10 3/4".820"x.940",.060"Wall,1,000 Foot Coil 1 46.00 8.90 PE106120-05 1",1.06"x 1.20",.070"Wall,500 Foot Coil 1 101.00 7.90 BRIGHT WHITE POLYETHYLENE TUBING PE052062-05BW 16mm.520"x.620",.050"Wall,500 Foot Coil 1 18.00 3.50 PE052062-10BW 16mm.520"x.620",.050"Wall,1,000 Foot Coil 1 37.00 7.00 PE060070-05BW 1/2".600"x.700",.050"Wall,500 Foot Coil Please Call 1 20.60 4.30 PE060070-10BW 1/2".600"x.700",.050"Wall,1,000 Foot Coil For Quote 1 42.00 8.70 PE082094-05BW 3/4".820"x.940",.060"Wall,500 Foot Coil 1 33.50 7.70 PE106120-05BW 1",1.06"x 1.20",.070"Wall,500 Foot Coil 1 101.00 7.90 MICRO-TUBING MODEL SUGGESTED QTY. WT.(LBS.) CUBE(FT.) NUMBER DESCRIPTION LIST PRICE (COIL) (COIL) (COIL) EDTUBE-01 Black Polyethylene Micro-Tubing,.160"x.220"100 Feet $10.10 1 0.75 0.16 EDTUBE-10 Black Polyethylene Micro-Tubing,.160"x.220"1,000 Feet $87.00 1 9.00 1.04 EDTUBE-01W White Polyethylene Micro-Tubing,.156"x.264"100 Feet $19.00 1 0.75 0.16 EDTUBE-10W White Polyethylene Micro-Tubing,.156"x.264"1,000 Feet $96.00 1 9.00 1.04 MICRO-TUBING FITTINGS MODEL SUGG.LIST SUGG.LIST QTY. WT.(LBS.) CUBE(FT.) NUMBER DESCRIPTION PRICE BAG PRICE EA. (BAG) (BAG) (BAG) EDTUBETEE 1/4"(.160")Barbed Tee $7.00 $0.28 25 0.06 0.01 EDTUBEMVLV-B 1/4"(.160")Barbed Micro-Valve $12.50 $1.25 10 0.30 0.02 EDTUBEBA 1/4"(.160")Barbed Adapter/Coupler $5.50 $0.22 25 0.03 0.01 EDTUBESTK 1/4"Tubing Stake $7.50 $0.30 25 0.13 0.01 GOOFPLUG 1/4"x 3/8"Goof Plug $3.50 $0.14 25 0.13 0.02 EDTUBE8XMT 1/2"MPT x 1/4"8-Way Adapter $39.50 $1.58 25 0.50 0.01 MTUBESPUN 1/4"(.160")Steel Punch - $43.00 1 0.25 0.03 MTUBEPPUN 1/4"(.160")Plastic Handle Punch $20.00 1 0.13 0.03 SPDT Self-Piercing Emitter Insertion Tool $10.30 1 0.13 0.03 JANUARY 1,2019 27 LANDSCAPE&TURF DIVISION PRICE LIST NETAFIMTM NETAFIM USA 5470 E.HOME AVE. FRESNO,CA 93727 CS 888 638 2346 WWW.NETAFIMUSA.COM LLSPL 01/19 BID Schedule: 15-6491R, Notifications Sent: 1048 IRRIGATION PARTS, PUMPS AND RELATED ITEMS Downloaded Specs: 31 Exhibit B: Pumps Submittals: 2 Naples Electric Motor Works Exhibit B Pumps: Unit Price Centrifugal Pump Motors 1 5HP, 3PH Baldor Model JMM3212T $ 1,100.00 2 7.5HP, 3PH Baldor $ 1,199.00 3 10HP, 3PH Baldor Model JMM3312T $ 1,372.35 4 15HP, 3PH Baldor Model JMM3314T $ 1,601.04 5 20HP, 3PH Baldor Model JMM2514T $ 1,988.85 6 25HP, 3 PH Baldor Model JMM2516T $ 2,478.80 Franklin 6" Submersible Pump Motors 7 5HP, 230V, 3PH $ 2,261.75 8 7.5HP, 230V, 3PH $ 2,558.75 9 10HP, 230V, 3PH $ 2,682.50 10 15PH, 230V, 3PH $ 3,070.85 Berkeley Submersible Pump Motors 11 6T-5-75 Model B76664 $ 2,062.00 12 6T-7.5-115 Model B82404 $ 2,490.44 13 6T-10-115 Model B82405 $ 2,687.78 14 6TS-5-70 Model B82682 $ 1,869.23 15 6TS-7.5-115 Model B82761 $ 2,174.96 16 6TS-10-155 Model B82804 $ 2,324.12 Yaskawa 1000/IQ Variable Frequency Drive 17 5HP, 230V, Model PW2A0018FAA $ 2,050.48 18 7.5HP, 230V, Model PW2A0030FAA $ 2,127.40 19 N/A 10Hp combined with 7.5HP (above) 20 15HP, 230V, Model PW2A0040FAA $ 2,441.45 21 20HP, 230V, Model PW2A0056FAA $ 3,005.85 22 25HP, 230V, Model PW4A0040FAA $ 3,576.32 Input Line Reactor 23 5HP, 230V, Model KDRB25H $ 495.72 24 7.5HP, 230V, Model KDRB26H $ 502.12 25 10HP, 230V, Model KDRD21H $ 516.38 26 15HP, 230V, Model KDRD22H $ 556.57 27 20HP, 230V, Model KDRC22H $ 594.19 28 25HP, 480V, Model KDRD4H $ 638.69 Output Line Reactor 29 5HP, 230V, Model KLR21BTB $ 558.55 30 7.5HP, 230V, Model KLR27BTB $ 570.43 31 10HP, 230V, Model KLR35BTB $ 577.36 DC Link Choke 32 5HP, 230V, model DCA001803 $ 343.64 33 7.5HP, 230V, Model DCA003202 $ 383.19 BID Schedule: 15-6491R, Notifications Sent: 1048 IRRIGATION PARTS, PUMPS AND RELATED ITEMS Downloaded Specs: 31 Exhibit B: Pumps Submittals: 2 34 10HP, 230V, Model DCA004003 $ 391.11 35 15HP, 230V, Model 50RB002 $ 441.22 Pressure Transducer 36 0-100 PSI Model 682-2 $ 594.52 37 0-100 PSI Model 679-2 $ 727.84 38 0-100 PSI Model 679-3 $ 727.84 Netafim Filters 39 2"x2 Model DFA202-080AC $ 6,888.71 40 2"x2 Model DFA204-080AC $ 8,868.40 41 3"x3 Model DFA303-080AC $ 10,00030 Netafim Hydro-valve 42 2" Model LHM2G1-MEL $ 1,276.55 43 3" Model LHM3G1-MEL $ 1,781.80 44 4" Model LHM4G1-MEL $ 2,773.80 Maintenance of Traffic Lump Sum Cost of MOT if required on Pumps 45 Installation or Repair $ 1,200.00 Pre-Cast Concrete Pads 46 CC3000 /56 x 66 $ 520.00 47 CC4000/65 x 74 $ 560.00 48 CC5000/74 x 84 $ 600.00 Welded Aluminum Pump Skids 49 APS3000 _ $ 960.00 50 APS4000 $ 1,040.00 51 APS5000 $ 1,120.00 Fiberglass Flip Top Covers 52 FFTC3000/38 x 48 $ 3,202.64 53 FFTC4000/47 x 56 $ 4,467.81 54�FFTC5000/55 x 65 $ 5,809.19 Control Enclosures 55 3R242410/24 x 24 x 10 $ 1,139.20 56 3R302410/30 x 24 x 10 $ 1,184.00 Enclosure Interior Panel 57 IP2121 /21 x 21 $ 207.20 58 IP2227/22 x 27 $ 215.20 Galvanized Victaulic Intake Manifold 59 2" Intakemgv/2"diameter $ 692.00 60.3" Intakemgv/3"diameter $ 725.00 61 4" Intakemgv/4"diameter $ 800.00 Galvanized Victaulic Discharge Manifold 62 2" Dischargemgv /2"diameter $ 725.00 63 3" Dischargemgv /3"diameter $ 825.00 BID Schedule: 15-6491R, Notifications Sent: 1048 IRRIGATION PARTS, PUMPS AND RELATED ITEMS Downloaded Specs: 31 Exhibit B: Pumps Submittals: 2 64 4" Dischargemgv /4"diameter $ 800.00 Surge Supressor 65 050-120/2401 /240 Single phase $ 550.00 66 050-120/208Y /208Y 3 phase $ 550.00 67 D50-120/240HL /24003 phase $ 550.00 68 050-48030 /4803 phase $ 550.00 Centrifugal Pumps 69 B1-1/2-TPMS-5/5HP $ 2,100.00 70 B1-1/2-TPMS-7.5/7.5 HP $ 2,382.00 71 B2-TPMS-10/10HP $ 2,863.80 72 B2-ZPLS-15/15HP $ 3,245.65 Labor/Crane Services/Service Call 73 In House Assembly Labor $ 95.00 74 On Site Installation Labor $ 95.00 75 Crane Service $ 450.00 76 Service Call- Minor Repair/Diagnostic $ 125.00 77 EXHIBIT B TOTAL BID: $ 127,681.54 Vendors Checklist Yes Bid Response Form Yes Local Vendor Preference Affidavit Yes Immigrant Affidavit Yes Substitute W-9 Yes Insruance Requirements Yes E-Verify Yes Opened by: Evelyn Colon, Procurement Strategist Witness by: Adam Northrup, Procurement Strategist PROCLAMATION/RESOLUTION NO. 2020- 5 0 PROCLAMATION OF THE BOARD OF COUNTY COMMISSIONERS, COLLIER COUNTY,FLORIDA,DECLARING A LOCAL STATE OF EMERGENCY WHEREAS, the World Health Organization ("WHO") raised its assessment of the Coronavirus Disease 2019 ("COVID-19")threat from high to very high and declared a public health emergency of international concern related to COV1D-19; and WHEREAS,the Centers for Disease Control and Prevention has declared the potential public health threat posed by COVID-19 as 'high', both in the United States and throughout the world; and WHEREAS, on March 1, 2020, Governor Ron Desantis issued Executive Order 20- 51, declaring that appropriate measures to control the spread of COVID-19 in the State of Florida are necessary, and therefore directed that a Public Health Emergency be declared in the State of Florida; and WHEREAS, on March 9, 2020, Governor Ron Desantis issued Executive Order 20- 52, declaring a state of emergency exists in the State of Florida and, in part: (1) designating the Director of the Division of Emergency Management as the State Coordinating Officer for the duration of this COVID-19 emergency and directing him to execute the State's Comprehensive Emergency Management Plan and other response, recovery, and mitigation plans necessary to cope with the emergency, as well as exercising all powers delineated in sections 252.36(5)-(10), Florida Statutes, as needed to meet this emergency, subject to the limitations of section 252.33,Florida Statutes,and(2)designating the State Health Officer and Surgeon General as a Deputy State Coordinating Officer and State Incident Commander;and, (3)activating the Florida National Guard, as needed; and WHEREAS, Executive Order 20-52, in part, also recognizes the special duties and responsibilities resting upon State, regional, and local agencies, such as Collier County, and authorizes each political subdivision within the State of Florida to waive the procedures and formalities otherwise required of the political subdivision by law pertaining to: (1) the performance of public work and taking whatever prudent action is necessary to ensure the health, safety, and welfare of the community, (2)entering into contracts (however, caution is directed to political subdivisions with respect to entering into time and materials contracts without ceiling as defined in 2 CFR 200.318(j)) or cost plus percentage contracts as defined by 2 CFR 200.323(d),(3) incurring obligations, (4)employment of permanent and temporary workers, (5) utilization of volunteer workers, (6) rental of equipment, (7) acquisition and distribution, with or without compensation, of supplies, materials, and facilities, and (8) appropriation and expenditure of public funds; and WHEREAS, under current circumstances, certain people will have an increased risk of infection, for example healthcare workers or providers, first responders, and emergency medical services workers caring for patients with COVID-19 and other close contacts of persons with COVID-19; and WHEREAS, it is the duty of Collier County to take protective measures - including development of incident action response plans,procurement of personal protective equipment, pandemic preventative training and exercise coordination,and similar activities to support the public health and safety of the community; and WHEREAS, the Bureau of Emergency Services-Emergency Management Division declares the initiation of the operational period for this event effective March 12,2020 at 12:00 noon, EST; and WHEREAS, the County Manager is authorized to make adjustments and accommodations to its compensation and leave policies as needed in support of governmental operations and its employees; and WHEREAS,Section 252.38(3)(a)(5),Florida Statutes,provides authority for counties to declare a Local State of Emergency; and WHEREAS, Section 38-56 of the Code of Laws and Ordinances of Collier County, Florida, grants the authority to declare a local state of emergency to the Chair of the Board of County Commissioners;or the Vice-Chair of the Board of County Commissioners in the event of the Chair's absence;or in the event of the Chair and Vice-Chair's absence,the next County Commissioner in order of seniority, or if two or more were appointed on the same date, then in alphabetical order among them; and in the absence of any Commissioner, the County Manager, and in the absence of the County Manager, the Clerk of Courts, and in the Clerk's absence the Deputy County Manager, are designated and empowered to declare a local state of emergency whenever the designated person, according to the above order of preference shall determine that a natural or manmade disaster has occurred or that the occurrence or threat of one is imminent and requires immediate and expeditious action;and WHEREAS, Section 38-68 of the Code of Laws and Ordinances of Collier County, Florida, grants the Chair, Vice-Chair, the County Commissioners, County Manager, Clerk of Courts,and Deputy County Manager,in the order designated in the above Whereas clause,the power and authority to invoke authorized emergency measures set forth in that section,including but not limited to waiving the procedures and formalities otherwise required of the County by law or ordinance pertaining to the performance of public work and taking whatever prudent action is necessary to ensure health, safety,and welfare of the community, while under a Governor declared State of Emergency or a Local State of Emergency. NOW,THEREFORE, IT IS HEREBY ORDERED THAT: Section 1. Declaration of Local State of Emergency. The Coronavirus Disease 2019("COVID-19") poses a serious threat to the health of the residents and guests of Collier County. A Local State of Emergency is declared effective immediately. The Local State of Emergency will remain in effect within the legal boundaries of Collier County, Florida for as long as the State of Emergency for the State of Florida, and shall be deemed supplemental to 2 the Executive Order Number 20-52 from the Governor,as may be amended from time-to-time. Section 2. Waiver of Procedures and Formalities Otherwise Required. Due to both the State of Emergency for the State of Florida and this Local State of Emergency, effective immediately, the procedures and formalities required of the County by law or ordinance are hereby waived as they pertain to: (a) Performance of public work and taking whatever prudent action is necessary to ensure the health, safety and welfare of the community; (b) Entering into contracts; (c) Incurring obligations; (d) Employment of permanent and temporary workers; (e) Utilization of volunteer workers; (f) Rental of equipment; (g) Acquisition and distribution, with or without compensation. of supplies, materials and facilities; (h) Appropriation and expenditure of public funds; and (i) The ability to close any and all County facilities. Section 3. Alterations or Rescission. This declaration of a Local State of Emergency may be altered or rescinded either by the issuance of a subsequent Proclamation or an appropriate Resolution of the Board of County Commissioners. PASSED AND DULY ADOPTED by the Board of County Commissioners of Collier County, Florida,on this 16"day of March, 2020. COLLIER OOTJNT'f'CLERK OF COLLIER COUNTY BOARD OF COURT, CRYSTAL K.KINZEL COUNTY COMMISSIONERS Attest; - -� Attest as to Chairfl1all S • I-Duty Cle .41d4 L. SAUNDERS Signature only. Chair Appr.! .1. Lit • - and legality: _.rli gi 11Phl._ Jeffrey!• . I lat ow, County Attorney 3