Loading...
Agenda 07/14/2020 Item #16D21 (Authorize Agreement No. 20-041-NS w/BECS Technology)07/14/2020 EXECUTIVE SUMMARY Recommendation to authorize expenditures for the single source purchase of BECS Technology chemical and pool filtration systems (“BECS”), parts and materials, and approve and authorize the Chairman to sign the attached Agreement No. 20-041-NS with Commercial Energy Specialists, Inc. OBJECTIVE: To effectively procure and maintain specialized BECS chemical and pool filtration systems at County facilities through an approved single source vendor for parts, supplies, and services to ensure the safety of the public by complying with Health Department regulations with proper chemical control systems. CONSIDERATIONS: Sun-N-Fun Lagoon operates using a Strantrol controller system, which is manufactured by BECS. BECS discontinued supplying aquatics controllers and replacement parts through Stranco/Strantol and began using the BECSys line of aquatic controllers. BECS utilizes Commercial Energy Specialists, Inc. (“CES”) as its single source for sales, service, and warranty administration within the Florida and Caribbean region for the BECSys line of controllers. Sun-N-Fun Lagoon, Eagles Lakes Community Park, and Big Corkscrew Island Regional Park are utilizing BECSys Chemical Controllers. The County also upgraded the Immokalee Sports Complex facility to the BECSys line of aquatic controllers. CES is the single source for obtaining replacement parts and service for the BECSys chemical controllers. The chemical control system allows for continuity in pool operations and would require manually balancing pool chemicals if not in place with additional risk to staff and operations. In accordance with Section Eleven, sub-paragraph 11 of the Collier County Procurement Ordinance 2017- 08, as amended, staff requests that the Board find that it is in the best interest of the County to purchase BECS chemical and pool filtration systems, parts and materials from CES as a single source vendor. Purchases would be initiated under the attached Agreement by the issuance of a Collier County Purchase Order. CES has extended a fifteen percent (15%) discount off the price list for the material and equipment provided in the contract. Staff’s Waiver Request Form is attached as a further backup for this request. FISCAL IMPACT: Annual expenditures will not exceed $300,000 per year. Funds are budgeted in the Parks and Recreation operating and capital budgets. GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this action. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires a majority vote for approval. -SRT RECOMMENDATION: To approve Agreement No. 20-041-NS and authorize expenditures for single source purchases from Commercial Energy Specialists, Inc., for a period of five (5) years, for the purchase of BECS Technology, Inc.’s chemical and pool filtration systems, parts and materials in an amount not to exceed $300,000 per fiscal year, with purchases initiated under the agreement by the issuance of a Collier County Purchase Order, and authorize the Chairman to sign the attached agreement. Prepared By: Matthew Catoe, Operations Analyst, Parks and Recreation Division 16.D.21 Packet Pg. 2340 07/14/2020 ATTACHMENT(S) 1. FY20 Waiver Request 063 - Commercial Energy Specialists (CES) (PDF) 2. Single Source Letter - CES (PDF) 3. Commercial Energy Specialists Inc-Revision 20070118488471-570082872 (PDF) 4. [LinkedX] 20-040-NS - BECS GSA - NS Vendor Signed (PDF) 16.D.21 Packet Pg. 2341 07/14/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.D.21 Doc ID: 12238 Item Summary: Recommendation to authorize expenditures for the single-source purchase of BECS Technology chemical and pool filtration systems (BECS), parts and materials, and approve and authorize the Chairman to sign the attached Agreement No. 20-041-NS with Commercial Energy Specialists, Inc. Meeting Date: 07/14/2020 Prepared by: Title: Operations Analyst – Parks & Recreation Name: Matthew Catoe 04/17/2020 3:19 PM Submitted by: Title: Division Director - Parks & Recreation – Parks & Recreation Name: Barry Williams 04/17/2020 3:19 PM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 04/17/2020 3:39 PM Parks & Recreation Barry Williams Additional Reviewer Completed 04/29/2020 9:47 AM Operations & Veteran Services Kimberley Grant Level 1 Reviewer Completed 05/05/2020 11:21 AM Parks & Recreation Ilonka Washburn Additional Reviewer Completed 06/03/2020 8:16 AM Procurement Services Sue Zimmerman Additional Reviewer Completed 07/02/2020 5:33 PM Procurement Services Sara Schneeberger Additional Reviewer Completed 07/06/2020 8:42 AM Procurement Services Sandra Herrera Additional Reviewer Completed 07/06/2020 11:48 AM Procurement Services Catherine Bigelow Additional Reviewer Completed 07/06/2020 1:39 PM Public Services Department Todd Henry Level 1 Division Reviewer Completed 07/06/2020 1:59 PM Public Services Department Steve Carnell Level 2 Division Administrator Review Completed 07/06/2020 3:03 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 07/07/2020 9:21 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 07/07/2020 10:23 AM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 07/07/2020 10:51 AM Budget and Management Office Ed Finn Additional Reviewer Completed 07/07/2020 10:59 AM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 07/07/2020 3:27 PM Board of County Commissioners MaryJo Brock Meeting Pending 07/14/2020 9:00 AM 16.D.21 Packet Pg. 2342 Collier County Instructions Waiver Request Form Completed waiver requests accompanied by any associated backup documentation (sole source letter, business case, etc.) must be submitted to the division’s Procurement Strategist for any procurement, without competition, in excess of $3,000. Waiver requests greater than $50,000 will require approval by the Board of County Commissioners. Sole source refers to a procurement where the selection of one particular supplier to the exclusion of all others may be based on having only one supplier in the market place, proprietary technology, copyright, patent, or a supplier’s unique capability. Single source refers to a procurement directed to one source because of standardization, warranty, geographic territory, or other factors, even though other competitive sources may be available. Requester Name: Division: Item/Service: Vendor Name: Historical Countywide Spend: ______________________ Requested date range: _____________ Not to Exceed per Fiscal Year: _______________ Is there an agreement associated with this waiver to be reviewed by Contracts? † Yes † No †Sole Source †Single Source †One Time Purchase †Multiple Purchases Description of Purchase: Enter a description of the item(s) that will be purchased under this waiver. Purpose: Describe in detail, the public purpose of the requested item(s) and why it is essential to County operations. Information Technology: Select Yes if the products/services are related to Information Technology. If yes, please provide the Purchasing Compliance Code (PCC) number or email approval documentation. †Yes †No If yes, provide the PCC number:__________________________________________________ Scott Holtrey Parks and Recreation BECS Chemical and Pool Filtration Systems Commercial Energy Specialist (CES) Average $200,000 12/1/2019 - 9/30/2024 300,000 BECSys7 Chemical Controllers, replacement parts associated with BECSys7 controllers, and other related equipment associated with controller operations. In addition, parts and services associated with commercial pool operation proprietary filtration systems. To procure and maintain specialized BECS chemical and pool filtration systems, warranty repair, parts, and materials to ensure the safety of the public by complying with Health Department regulations with proper chemical control systems. SASW01✔ ✔ ✔✔ 16.D.21.a Packet Pg. 2343 Attachment: FY20 Waiver Request 063 - Commercial Energy Specialists (CES) (12238 : Single Source - BECS Chemical and Pool Filtration Justification: Identify the criteria that qualifies this purchase as a sole or single source. Select from the list below. Check all that apply (if box is checked, please make sure to provide an explanation below): †Sole Source †Only Authorized Vendor or Distributor: Is this vendor the only vendor authorized to sell this product/service? If yes, explain below and provide documentation from the manufacturer confirming claims made by the distributors. †No Comparable Product or Service: Is there another vendor who can provide a similar product/service, regardless of cost, convenience, timeliness, etc.? †Product Compatibility: Does this product/service provide compatibility with existing equipment that prohibits switching to another comparable brand/vendor? If yes, provide the detailed explanation below, including what would occur if the other brand/vendor were used. †Proprietary: Is this product/service proprietary? If yes, provide a detailed explanation below on how its use is restricted by patent, copyright or other applicable laws and provide documentation validating that claim. †Single Source †Standardization: Is this product/service part of a purchase that the County has already standardized on? If yes, please provide the detailed information below. Date of BCC Standardization: ___________________ BCC Agenda Item number: __________________ †Warranty: Is this the only vendor able to complete factory-authorized warranty services on County owned equipment? If yes, provide the documentation verifying the warranty. †Geographic Territory: Is this vendor the only vendor authorized to sell this product/service in our region? If yes, provide documentation from the manufacturer confirming those claims. †Other Factors: Any other reason not listed above, explain below. Explain: How does this purchase meet the identified sole or single source criteria listed above? Controller systems associated with Collier County Parks and Recreation Aquatics use BECS Technology controllers. Commercial Energy Specialists, Inc., 952 Jupiter Park Lane, Jupiter, FL 33458 is BECS Technology, Inc.’s single source for sales, service and warranty administration, in the Florida region. ✔ ✔ 16.D.21.a Packet Pg. 2344 Attachment: FY20 Waiver Request 063 - Commercial Energy Specialists (CES) (12238 : Single Source - BECS Chemical and Pool Filtration How was the decision made to use this vendor? Describe in detail if a formal standardization process was performed via Procurement or if there is a historical precedence established for the use of the product, please explain purchase and use history and the current level of County investment in the product. Explain why it is in the County’s best interest to use this product/service rather than issuing a competitive solicitation: What are the benefits from the continued use? Are there costs that would be incurred if a different vendor/product was used? What would occur if another brand/vendor was used? Explain how this pricing compares to other vendors/products and is it considered to be fair and reasonable: Provide information on historical use and whether pricing has increased/decreased. If sole source and no other product is available, provide the co st for addressing the needs via an alternate approach. Will this purchase obligate the County to future ancillary products or services? Either in terms of maintenance or standardization. †Yes †No If yes, explain what types: When the Sun-N-Fun Lagoon Water Park at North Collier Regional Park was constructed; the controller system originally installed was Stranco-Strantrol Systems which was manufactured by BECS Technologies. In 2005, BECS ceased supplying aquatics controllers and replacement parts through Stranco-Strantol and introduced the BECSys line of aquatic controllers. BECS Technologies has regional Distributors associated with the sales and servicing of these controller/filtration systems. For Florida, Commercial Energy Specialist, Inc. is the single source for sales, service and warranty administration within the Florida and Caribbean region for the BECSys line of controllers. Other Distributors exist, but they are geographically removed from the southwest Florida region. CES is the single source for replacement parts and service for the BECSys7 Chemical Controllers used by Collier County Parks and Recreation Aquatic Facilities. BECS Technologies were also used within the design of Big Corkscrew Island Regional Park Aquatics Facility. In 2014, the Immokalee Sports Complex facility was also upgraded to the BECSys7 Chemical Controllers system. The BECSys7, which is the system that we currently have in our aquatic facilities, provides for comprehensive mechanical room control for operators. The features associated with the BECSys5, which we also have in our facilities, are included, along with full configurable automatic filter backwash control. The BECSys7 connects up to 5 filters as a standard feature adn is expandable up to 16. This is important due to the size of the filtration system associated with Sun N Fun Lagoon. The automatic backwash feature also provides drain overflow protection, water-save mode and full data logging of backwash operation. The controller gives fully integrated water chemistry, filtration and circulation control and comes with a five year electronics/two year sensor warranty. CES is the Master Distributor throughout the South East United States and the Caribbean for water treatment equipment in the commercial aquatic industry. Because of the propietary nature of the BECS Technologies, factory-trained technicians authorized by BECS must perform all service to keep the manufacturers' warranties intact. Pricing for comparable technologies have not been sought. The current systems associated with Collier County Parks and Recreation Aquatics were chosen when the aquatics facilities were first designed as well as conversion of existing facilities using this technology. Operator familiarity with systems have encouraged use of this technology. BECS is known within the aquatics industry for their propriety water chemistry controller The system is simple to operate and supported by BECSys by Windows software, which provides operational data logs, graphs and event calendars, which assist staff to comply with both regulatory and risk management needs of the Division. Given the historical use of BECS Technologies for these systems it is estimated that a significant amount of funds would be required to competitively price and replace this existing equipment as well as to alter a change in the design of the newest aquatic facility. This would also affect service levels and require closure of the facility to facilitate a change in equipment. Staff will work with Procurement staff to assess the BECS Technology in current aquatics operations and determine if cost savings through competitively bidding on different systems can be achieved. This will occur before the conclusion of this waiver request. Single source for sales, service, and warranty administration within the Florida and Caribbean region for the BECSys line of controllers associated with Collier County Parks and Recreation Aquatic Facilities. ✔ 16.D.21.a Packet Pg. 2345 Attachment: FY20 Waiver Request 063 - Commercial Energy Specialists (CES) (12238 : Single Source - BECS Chemical and Pool Filtration Market research and market alternatives: When was the last time a market evaluation was performed to determine if either the technology or vendor offerings have changed? Based on the life expectancy of the product, when do you anticipate evaluating the market again? Please attach a detailed market evaluation report should the complexity, duration, and dollar amount of the purchase be a high risk to the County. It is a felony to knowingly and intentionally circumvent a competitive process for commodities or services by fraudulently specifying sole source to obtain a benefit for any person or to cause unlawful harm to another. Florida Statute 838.22(2). Requested by: Signature: Date: Division Director: Signature: Date: Department Head: Required if over $50,000 Signature: Date: Procurement Strategist: Signature: Date: Procurement Director: Or designee Signature: Date: For Procurement Use Only:  †Approved †Requesting Additional Information †Requires RFI/Intent to Sole Source †Rejected Procurement Comments: †Current FY Approval †Multi-Year Approval Start Date: ______________ End Date: __________ While the amount of funds expended for this single source waiver are not insignificant, they are within a reasonable amount of funds to maintain current operations until a more formal evaluation can be completed. Staff did an analysis for these products and services in 2014, 2015, and 2017 and found no discernible difference in costs associated with other like systems. BECS Technologies has been designing and manufacturing water chemistry controllers and filtration systems for approximately 20 years. Staff will conduct a market evaluation before the conclusion of this waiver. Matthew Catoe Barry Williams Steve Carnell Sara Schneeberger Catherine Bigelow 01/29/2020 09/30/2024 CatoeMatthew Digitally signed by CatoeMatthew Date: 2020.01.16 12:22:58 -05'00' WilliamsBarry Digitally signed by WilliamsBarry Date: 2020.01.16 13:16:45 -05'00' carnell_s Digitally signed by carnell_s Date: 2020.01.28 15:03:37 -05'00' SchneebergerS ara Digitally signed by SchneebergerSara Date: 2020.01.29 13:28:16 -05'00' Cat Bigelow Digitally signed by Cat Bigelow DN: cn=Cat Bigelow, o=Collier County Government, ou=Procurement Services, email=catherinebigelow@colliergov.net, c=US Date: 2020.01.29 14:49:49 -05'00' ✔ ✔ 16.D.21.a Packet Pg. 2346 Attachment: FY20 Waiver Request 063 - Commercial Energy Specialists (CES) (12238 : Single Source - BECS Chemical and Pool Filtration BECS Technology, Inc. 10818 Midwest Industrial Blvd, St. Louis, Missouri 63132 (314) 567-0088 (314) 567-0610 FAX www.becs.com May 5, 2020 Matt Catoe Operations Analyst Parks and Recreation Division Collier County Government BOCC Phone: 239-252-4059 Email: matthewcatoe@colliergov.net Matt, Please be advised that Commercial Energy Specialists, Inc., 952 Jupiter Park Lane, Jupiter, FL 33458 is BECS Technology, Inc.’s single source for sales, service and warranty administration, in the Florida and Caribbean region. This relationship for support of the BECSys Controller line and related products has been in effect since September 1, 2005. We have chosen CES because of their expertise in all commercial pool markets, and feel they are the best company to represent BECS and our products. If you have any further questions regarding this matter please feel free to call. Best regards, Brett D Steinbrueck Brett D. Steinbrueck President cc: CES 16.D.21.b Packet Pg. 2347 Attachment: Single Source Letter - CES (12238 : Single Source - BECS Chemical and Pool Filtration Systems) Holder Identifier : 7777777707070700077761616045571110767717006304446307662007550507120070571577277302230777071513345402107573772523166230076324001760137570762551152112342007727374623047552076727242035772000777777707000707007 7777777707070700073525677115456000722205530442125107320155174720074073200151352621230742226274307751007167336702027110070677326564624550702662775652754407173332256133451077756163351765540777777707000707007Certificate No : 570082872429 CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 07/02/2020 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). 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. PRODUCER Aon Risk Services, Inc of Florida 7650 Courtney Campbell Causeway Suite 1000 Tampa FL 33607 USA PHONE (A/C. No. Ext): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 10717Aspen Specialty Insurance CompanyINSURER A: 42404Liberty Insurance CorporationINSURER B: 21458Employers Insurance Company of WausauINSURER C: INSURER D: INSURER E: INSURER F: FAX (A/C. No.):(800) 363-0105 CONTACT NAME: Commercial Energy Specialists, Inc. 952 Jupiter Park Lane Suite 1 Jupiter FL 33458 USA COVERAGES CERTIFICATE NUMBER:570082872429 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.Limits shown are as requested POLICY EXP (MM/DD/YYYY) POLICY EFF (MM/DD/YYYY) SUBR WVD INSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X GEN'L AGGREGATE LIMIT APPLIES PER: $1,000,000 $300,000 $25,000 $1,000,000 $2,000,000 $2,000,000 $1,000,000Professional Liability A 03/31/2020 03/31/2021 Y ERACCC920 PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X BODILY INJURY (Per accident) $1,000,000B03/31/2020 03/31/2021Y COMBINED SINGLE LIMIT (Ea accident) AS7-Z11-C037W5-020 EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $2,000,000 $2,000,000 03/31/2020UMBRELLA LIABA 03/31/2021EXACCCA20 RETENTION X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH- PER STATUTEC03/31/2020 03/31/2021 $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AY WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 WCCZ11C037W5010 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Collier County Board of County Commissioners, OR Board of County Commissioners in Collier County, OR Collier County Government, OR Colliier County are included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. The General Liability evidenced herein is Primary and Non-Contributory to other insurance available to an Additional Insured, but only in accordance with the policy's provisions. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECollier County Board of Commissioners 3295 Tamiami Trail E Naples FL 34112 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Pollution A ERACCC920 03/31/2020 03/31/2021 $1,000,000 $10,000 Ded't Excess Liability coverage is follow form over General Liability, Professional Liability & Automobile Liability 16.D.21.c Packet Pg. 2348 Attachment: Commercial Energy Specialists Inc-Revision 20070118488471-570082872 (12238 : Single Source - BECS Chemical and Pool E AGREEMENT_ (NON -SOLICITATION # 20-041-NS for BEGS CHEMICAL AND POOL FILTRATION SYSTEMS THIS AGREEMENT, made and entered into on this day of 20 20 by and between Commercial Energy Specialist, Inc., a Florida corporation authorized to do business in the State of Florida, whose business address is 952 Jupiter Park Lane, Suite 1, Jupiter, Florida 33458 (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be fora five ( 5 )year period, commencing R upon the date of Board approval of ❑eii and terminating on five ( 5 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 N/A ( ) additional N/A ( ) 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 A Purchase Order ❑Notice to Proceed. 3. STATEMENT OF WORK, The Contractor shall provide services/products in accordance with the terms and conditions of this Agreement, ❑ 0 Exhibit B —Fee Schedule, attached to this Agreement and made an integral part of this Agreement. Services/products acquired through this Agreement have been authorized through the Page 1 of 17 General Service Agreement Non -Solicitation #2017-004 (Ver.2) 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. 3.2 The execution of this Agreement shall not be a commitment to the Contractor to order any minimum or maximum amount. The County shall order items/services as required but makes no guarantee as to the quantity, number, type or distribution of items/services that will be ordered or required by this Agreement. The County shall pay the Contractor for the performance of this Agreement based on Work performed pursuant to the quoted price offered by the Contractor in response to a specific Request for Quotations. Contractor's quotes that include equipment(s) will be based on units/services furnished per Exhibit B- Equipment and Material Lists, 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". A .. v.. .. ..MIN .. ` .. . . . . .: -- - --- -- --- - 4.1 Price Methodology (as selected below): � 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. Page 2 of 17 General Service Agreement Non -Solicitation #2017-004 (Ver.2) kilyral MRS 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. O ..i.�.,, L.��re..,+o �holl ho ai tithes fnllntinrinn ra4oe4 FT 11=4 NET II '; AN OM ice= 1 • • • • • - AM • •• u• •� • _ •• u. •— _W=MWAMW-Ibdo�..1d_ Page 3 of 17 General Service Agreement Non -Solicitation #2017-004 (Vec2) ■ 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 # 85-8015966531 C. 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: Commercial Energy Specialists, Inc. Address: 952 Jupiter Park Lane, Suite 1 Jupiter, FL 33458 Authorized Agent: Attention Name & Title: Telephone: E-Mail(s): Mark E. Robinson (800)940-1557 or (561)746-5898 robinson@ceswaterguality.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida Division Director: Barry Williams Division Name: Parks and Recreation Address: 15000 Livingston Road Naples, FL 34109 Administrative Agent/PM: Matt Catoe, Operations Analyst Telephone: 239-252-4059 E-Mail(s): Matthew.Catoe@Colliercountyfl.gov The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors. Page 4 of 17 General Service Agreement Non -Solicitation #2017-004 (Vec2) 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. 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 the sole judge of 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. 0 Commercial General Liability: Coverage shall have minimum limits of $1,000,000.00 Per Occurrence, $2,000,000.00 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 $1,000,000.00 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Page 5 of 17 General Service Agreement Non -Solicitation 442017-004 (Vec2) Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -Ownership. C. L■ Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $1,0001000.00 for each accident. D. J Professional Liability: Shall be maintained by the Contractor to ensure its legal liability for claims arising out of the performance of professional services under this Agreement. Contractor waives its right of recovery against County as to any claims under this insurance. Such insurance shall have limits of not less than $ 2,000,000.00 each claim and aggregate. F. � Pollution :Coverage shall have minimum limits of $1.000,000.00 per claim. 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, Page 6 of 17 General Service Agreement Non -Solicitation 442017-004 (Vec2) 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. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Parks and Recreation 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: ❑ 0 Insurance Certificate(s), ❑pe SeMees, F Exhibit B Fee Schedule, ❑ e , and A Other Exhibit/Attachment: waiver 17. APPLICABILITY. Sections corresponding to any checked box (BM 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 GIFTSTO COUNTY EMPLOYEES. shall offer or give, either directly or indirectly, any favor, gi Page 7 of 17 No organization or individual General Service Agreement Non -Solicitation #2017-004 (Ver.2) 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: 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, Page 8 of 17 General Service Agreement Non -Solicitation #2017-004 (Ver.2) 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. 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. � 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: PRO The Contractor shall employ people well-groomed and courteous. Subject shall supply competent employees employment duties. The County may JECT M to work on County projects who are neat, clean, to the American with Disabilities Act, Contractor who are physically capable of performing their require the Contractor to remove an employee it Page 9 of 17 General Service Agreement Non -Solicitation #2017-004 (Ver.2) 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. F WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. � TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. 27. 0 PROTECTION OF WORK. A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage to the Work, or other work or materials of the County or County's separate contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due to 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 Page 10 of 17 General Service Agreement Non -Solicitation 42017-004 (Ver.2) rd r'� 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 form specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision -making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44,102, Fla. Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. Page 11 of 17 General Service Agreement Non -Solicitation #2017-004 (Vec2) Q 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. 35. 0 ORDER OF PRECEDENCE. In the event of any conflict between or among the terms the Contractor's Proposal, of any of the Contract and/or the County 's Board approved Executive Summary, the Contract shall take precedence. 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. 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) Page 13 of 17 General Service Agreement Non -Solicitation #2017-004 (Ver.2) 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 COLLIER COUNTY, FLORIDA Crystal Kinzel, Clerk of Courts & Comptroller Y - B By: BURT L. SAUNDERS , Chairman Dated: (SEAL) Contractor's Witnesses: Commercial Energy Specialist, Inc. Contractor o tractor's First Witness TTypelprint witness nameT Contractor's a and Witness sty ry ►A �UM f,1�CZi�N 2 TTypelprint witness nameT Approved as to Form and Legality: County Attorney Print Name By: ( h" Signature MV-Y, L . RM .V5Q 1 J TTypelprint signature and titleT Page 14 of 17 General Service Agreement Non -Solicitation #2017-004 (Ver.2) �P1 ncli ❑ following this page (pages ❑■ this exhibit is not applicable Exhibit A Scope of Services thI ough ) Page 15 of 17 General Service Agreement Non -Solicitation #2017-004 (Ver.2) (70 NJ following this page (pages ❑ this exhibit is not applicable Exhibit B Fee Schedule through 28 ) The Vendor has agreed to extend a 15%discount off the attached list prices. Page 16 of 17 General Service Agreement Non -Solicitation #2017-004 (Vec2) 2018 Office 5-50'SCFH BECSys CO2 Feeder Trade Use Part # Data Sheet ENG-5749-DOC Price Code 2100298- BECSys CO2 5-50 SCFH Feed System $700,00 B 2100298 Injection Type 01 D Diffuser Assembly ID E Eductor Assembly $100800 IE X No Injector-$25.00 IX Input Voltage Selection 02 1 115 VAC Input Power 01 02 2 230 VAC Input Power Example Part Number 2100298 - D 1 BECSys CO2 5-50 SCFH Feeder with diffuser injection assembly for 115 VAC input power. 20 200 SCFH BECSys CO2 Feeder 201$ office Trade Use Part # Data Sheet ENG-5749-DOC f Price Code B 2100299- BECSys CO2 20-200 SCFH Feed System $800800 2100299 Injection Type 01 D Diffuser Assembly ID E Eductor Assembly $100.00 IE X No Injector-$25.00 IX Input Voltage Selection 02 1 115 VAC Input Power 01 2 230 VAC Input Power 02 Example Part Number 2100299 - E 1 BECSys CO2 20-200 SCFH Feeder with eductor injection assembly for 115 VAC I nput power vveuncauay, rcui u01 y w, 2018-0O2.xlsx - CO2 Feeders Part # Wednesday, CO2 Accessories Data Sheet ENG-5749-DOC 2018 Trade Price office Use Code 9680043 Single Tank Regulator $580*00 B 9680045 120VAC Heater $460M B 9680046 240VAC Heater $460.00 B 2210343 Dual Tank Regulator (Manual) $11450.00 B 9680044 Automatic Dual Tank Regulator $1,400M B 8060884 CO2 8mm (5/16") tubing converter $6.00 A repruary 26, Dula 2018-0O2.xlsx - CO2 Accessories Part # CO ` Feeder Re lacement Parts 2 h Data Sheet ENG-5749-DOC ' 2018 Trade Price office Use Code 8060956 5-50 SCFH flow control meter $200.00 B 8060753 20-200 SCFH flow control meter $220.00 B 2210306 120VAC COZ solenoid valve $240M B 2210309 240VAC CO2 solenoid valve $240A0 B 2210326 Diffuser Assembly $60.00 B 2220678 Diffuser (formerly PN 8060794) $15.00 B 2220353 Diffuser Bushing, 1/2" NPT $15000 B 8060792 Check Valve, 1/4" NPT $25.00 B 8060757 1/4" NPT Straight Adapter, 3/8" Tube $5200 B 2210327 Eductor Assembly $200M B 8060795 Eductor $150600 B 8060796 3/4NPT x 1/2NPT Reducer Coupling $7.00 B 8060797 Compression Fitting, 1/2NPT x 5/8 Tube $8.00 B 8060789 Push Fitting 3/8 Stem x 3/8 Tube Elbow $8.00 B 8060958 Push Fitting 3/8 Tube x 3/8 Tube Bulkhead Union $12.00 B 8060798 5/8 OD Tubing, per foot $2.00 B 8060768 3/8 OD Tubing, per foot $1000 B Wednesday, February 28, 2o18 2018-0O2.xlsx - CO2 Replacement Parts 2018 Office pH Sensors Trade Use Part # Data Sheet ENG-4321-DOC Price For use with Code 9660013 BECSys pH Sensor, 36" cable $250.00 BECSys2,3,5,7 D 9660010 BECSys pH Sensor, 10' cable $260.00 BECSys2,3,5,7 D Office,' ORP Sensors ` Trade Use Part # Data Sheet ENG-4317-DOC Price For use with Code 9660022 BECSys ORP Sensor, platinum band, 36" cable $310.00 BECSys2,3,5,7 D 9660023 BECSys ORP Sensor, platinum band, 10' cable $320.00 BECSys2,3,5,7 D 9660038 BECSys ORP Sensor, solid gold band, 36" cable $550.00 BECSys2,3,5,7 D 9660040 BECSys ORP Sensor, solid gold band, 10' cable $560.00 BECSys2,3,5,7 D pH/ORP Sensor Accessories office Trade ' Use Part # Price For use with Code 8500061 4/KCI solution (pint); recommended for long-term $56.00 all pH and ORP B storage of sensors sensors 8680015 '/2' sensors wetting cap for pH and ORP sensors $10.00 all and ORP B all pH and ORP 9620229 BNC 5' Extension Cable $132.00 sensors A Remote Probe Module; requires Interface Board all pH and ORP 1100179 (1200531) when using with BECSys controllers. $500.00 sensors B Call BECS tech support for details. 1200531 Remote Probe Module Interface board $100.00 BECSys5, BECSys? B IVIU(IUdY) IVl dl l.11 VJI GV 10 2018-Sensors.xlsx - pH-ORP 2018 office Temperature Sensors :..Tradade Use Part # Data Sheet ENG-4327-DOC Price For use with Code `. Temperature Sensor, 30" cable (formerly PN $90.00 BECSys3,5,7 C 8660016 9660016) 9660003 Temperature Sensor, 10' cable $95.00 BECSys3,5,7 C Office Conductivity/TDS Trade Use Part # Data Sheet ENG4313-DOC ` Price For use with Code BECSys Conductivity Sensor 9660012 (Adding conductivity to a BECSys5 requires an $600.00 BECSys5,7 C input board change - call for details.) 2210389 Conductivity sensor add -on kit; includes "T" fitting $40.00 Conductivity Sensor A and parts for installing sensor Office Turbidimeter Trade Use Part # Data Sheet ENG4350-DOC Price For use with Code 1210261 BECSys Turbidimeter $6,000.00 BECSys5,BW,7 B 9680023 Primary Calibration Kit, 0.02 & 10 & 100 NTU $600.00 1210261 B 9680024 Desiccant Tray - Refill $150300 1210261 B Monday, March 05, 2018 2018-Sensors.xlsx - temp-TDS-turbidity Free chlorine (CPA) Monday, 2018 office Trade Use Part # Data Sheet ENG-6066-D0C Price For use with Code 2210422 CP-1 Sensor, LH (CCW) wind, for use with LFC. $700.00 LFC PN 2210452 B Includes beads and O-rings. NOTE: For CP-1 LFC upgrade kits (to add the CP-1 sensor to an LFC) refer to the Flow Cell Price List, Free Chlorine Sensor with CCFC2 flow cell, BECSys5,7, 2210402 including flow assembly and port for Total $11300.00 and BECSys3 C Chlorine sensor 2210457 CP-1 Sensor, RH (clockwise) wind, for use with $700.00 CCFC2 PN 2210402 B CCFC2. Includes beads and O-rings. 2210444 Replacement glass cleaning beads $5.00 CP-1, both versions C 8060808 CP-1 Sensor O-Ring 3/32x0.987 ID; $2,00 22104225 2210457 B (also used for Total Chlorine sensor) Flow meter used in Free & Total Chlorine Flow $160.00 Free & Total C 8060671 Cell I lChlorine Flow Cell iviarcn 05, Dula 2018-Sensors.xlsx -free chlorine (CP-1) Free chlorine (membrane) 2018 office Trade Use Part # Data Sheet ENG4349-DOC Price For use with Code Free Chlorine Sensor with flow cell, including flow BECSys5,7, 2210328 and psi restrictor assembly and port for Total $11850.00 and BECSys3 C Chlorine sensor 9660005 Free Chlorine Sensor only, no flow cell $19300.00 and BECSy s3 and C 8680016 Replacement Membranes (2 pieces) $220.00 Free Chlorine Sensor C for Free Chlorine Sensor 9660005 8680017 Electrolyte (50 ml) for Free Chlorine Sensor $130.00 Free Chlorine Sensor C 9660005 Flow meter used in Free & Total Chlorine Flow $160.00 Free & Total C 8060671 Cell Chlorine Flow Cell 2220363 Free chlorine probe nut $20.00 Free Chlorine Sensor C Free Outlet Tank Office Trade Use Part # Data Sheet ENG4349-DOC Price - For use with Code Free Outlet Tank for membrane Chlorine Sensors $11800.00 Membrane chlorine B 1100346 (free and total) sensors Replacement pump (direct replacement for pump 1210279 used prior to 2012); $550.00 1100346 B Sunset Status March 2018 2210354 Pump upgrade kit (includes continuous duty $11200.00 1100346 B pump, used in 2012 model, and retrofit kit) 2210353 Replacement continuous duty pump $1,150600 1100346 B Monday, March 05, 2018 2018-Sensors.xlsx -free chlorine (membrane) Off Total/Combined chlorine with; 2018 membrane PPM sensor/CCFC Trade use Part # Data Sheet ENG4659-DOC Price For use with Code Combined Chlorine System, includes Membrane 2210329 Free Chlorine and Total Chlorine Sensors $4,600.00 BECSys5,7 B and CCFC Flow Cell Total Chlorine upgrade kit for CCFC; Adds Total 2210363 Chlorine sensor to CCFC with membrane free $3,000.00 BECSys5,7, CCFC B chlorine sensor. Office Total/Combined chlorine with Trade use Part # CP-I PPM sensor/CCFC2 Price For use with Code Combined Chlorine System, includes CP-1 Free 2210421 Chlorine Sensor, Membrane Total Chlorine $4,300.00 BECSys5,7 B Sensors and CCFC2 Flow Cell 2210423 Total Chlorine upgrade kit for CCFC2; Adds Total $3,000.00 BECSys5,7, CCFC2 B Chlorine sensor to CCFC2 with CP-1. Office Total/Combined chlorine for Trade use Part # CP-I PPM sensor/LFC Price For use with Code Total Chlorine upgrade kit for LFC; Adds CCFC2 2210554 with Total Chlorine sensor to a Lighted Flow Cell $31600.00 BECSys5,7, LFC B with CP-1. Office Common Total Chlorine `Parts Trade use Part # Data Sheet ENG-4659-DOC' Price For use with Code' 8660044 Total Chlorine Sensor only (replacement), no flow $29600.00 BECSys5,7, CCFC, B cell or cable CCFC2 8520232 Replacement cable for Total Chlorine Sensor $240.00 Total Chlorine Sensor 8660044 8660044 8680055 Replacement Membrane for Total Chlorine Sensor ' $250.00 Total Chlorine Sensor B 8 8660044 660044 8680056 Electrolyte for Total Chlorine Sensor 8660044 $180000 Total Chlorine Sensor B 8660044 2220362 Plug for Total Chlorine Sensor spot in flow cell $15.00 CCFC, CCFC2 B 8060810 O-ring for Total Chlorine Sensor plug $2.00 CCFC, CCFC2 B 2220359 Total chlorine sensor probe ring $15.00 CCFC, CCFC2 B 2220360 Total chlorine sensor probe nut $20.00 CCFC, CCFC2 B 2220361 Total chlorine sensor O-ring retainer $20.00 CCFC, CCFC2 B 8060808 Total Chlorine Sensor O-Ring 3/32x0.987 ID; (also $2.00 CCFC, CCFC2 B used for CP-1 sensor) 8060809 Total Chlorine Sensor O-Ring 3/32x1.174 ID $2.00 CCFC, CCFC2 B 2018-Sensors.xlsx - total -combined chlorine Part # Free Outlet Tank Data Sheet ENG-4349-DOC ' Trade Price For use with office Use Code Free Outlet Tank for membrane Chlorine Sensors $1,800.00 Membrane chlorine B 1100346 (free and total) sensors Replacement pump (direct replacement for pump 1210279 used prior to 2012); $550800 1100346 B Sunset Status March 2018 Pump upgrade kit (includes continuous duty $11200.00 1100346 B 2210354 pump, used in 2012 model, and retrofit kit) Monday, March 05, 2018 2018-Sensors.xlsx - total -combined chlorine 2018 2018 Office Pressure ' Use Part # Data Sheet ENG-4314-DOC Price For use with Code Pressure transducer with 100' cable 8660067 (requires one Loop Power Supply channel) $370.00 BECSys5,BW,7 D Formerly PN 8660031 Pressure transducer with 50' cable 8660066 (requires one Loop Power Supply channel) $350.00 BECSys5,BW,7 D Formerly PN 8660030 Pressure transducer only, no cable 8660064 (requires one Loop Power Supply channel) $300.00 BECSys5,BW,7 D Formerly PN 8660029 Office' Vacuum Trade Use Part # Data Sheet ENG4319-DOC Price For use with Code Vacuum transducer with 100' cable 8660069 (requires one Loop Power Supply channel) $370.00 BECSys5,BW,7 C Formerly PN 8660035 Vacuum transducer with 50' cable 8660068 (requires one Loop Power Supply channel) $350.00 BECSys5,BW,7 C Formerly PN 8660034 Vacuum transducer only, no cable 8660065 (requires one Loop Power Supply channel) $300.00 BECSys5,BW,7 C Formerly PN 8660033 Office SWIChgage Trade' Use Part # Data Sheet ENG4319-DOC' Price For use with Code 9660019 Vacuum Swichgage 0-30 in HG $280.00 BECSysBW,7 A Murphy A20V-30 9660020 Pressure Swichgage 0-50 psi $170.00 BECSysBW,7 A Murphy A20P-HL-50 8660021 Differential Swichgage MO psi $310.00 BECSysBW,7 A Murphy A20DPw5O (formerly PN 9660021) Loop power supplies are available on BECSys7, 5 and BW Ordering Guides and on BECSys Service Board Price List (PN 1200494 or 1200445) h Monday, Marc 05, 2018 2018-Sensors.xlsx -psi-vac Part # Flowmeters and Saddles Data Sheet ENG4320-DOC 2018 Trade Price = For use with office Use ; Code ' 8660008 Flowmeter ('/2' - 411) $600.00 BECSys5,BW,7 B 9660009 Flowmeter (5" - 811) $640.00 BECSys5,BW,7 B 9660004 Flowmeter (10" - 36") $650.00 BECSys5,BW,7 B 8680040 205" PVC Clamp -on Saddle $230.00 ` 9660008 B 8680021 3" PVC Clamp -on Saddle $280.00 9660008 B 9680001 4" Iron Strap -on Saddle $325.00 9660008 B 9680002 4" PVC Clamp -on Saddle $330.00 9660008 B 9680005 5" Iron Strap -on Saddle $395.00 9660009 B 9680006 6" Iron Strap -on Saddle $430.00 9660009 B 9680003 6" PVC Clamp -on Saddle $400.00 9660009 B 9680004 8" PVC Clamp -on Saddle $490.00 9660009 B 9680007 8" Iron Strap -on Saddle $480.00 9660009 B 9680008 10" PVC Glue -on Saddle $660.00 9660004 B 9680012 10 Iron Strap -on Saddle call 9660004 B 9680009 12" PVC Glue -on Saddle $750.00 9660004 B 9680013 12" Iron Strap -on Saddle call 9660004 B 9680038 14" Iron Strap -on Saddle call 9660004 B Saturday, February 24, 1018 2018-Sensors.xlsx -flow LFC - Lighted Flow Cell (aka CCFC3) 2018 Off ice Use Trade Part # Data Sheet ENG-6073-DOC Price For use with Code Lighted Flow Cell with port for CP-1 Sensor. 2210516 Assembled. Does not include CP-1 sensor PN $19300.00 BECSys7, 5, 3 B 2210422 or sample stream kit 22105290 Formerly PN 22104520 Lighted Flow Cell without CP-1 Sensor port. 2210515 Assembled. Does not include sample stream $1,100.00 BECSys7, 5, 3 B kit 2210529. Formerly PN 2210456. LFC Modules and Upgrade Kits Part # (current 2 bolt design) Trade For use with OUC 2210583 Lighted Flow Cell CP-1 module. Does not $400.00 LFC 2 bolt design include CP-1 sensor PN 2210422. PB Lighted Flow Cell end plate (no CP-1). Used $80.00 LFC 2 bolt design 2210584 when removing a CP-1 module. Lighted Flow Cell Upgrade Kit to add CP-1 port for a BECSys5 or BECSys7. Includes BECSys7, BECSys5 LFC CP-1 module (2210583) and CP-1 $1,100.00 B 2210586 sensor with glass beads. NOTE: Adding a CP- LFC 2 bolt design 1 to a BECSys5 or 7 may also require an I nput/CPU board change. Lighted Flow Cell Upgrade Kit to add CP-1 BECSys3 port for a BECSys3. Includes LFC CP-1 $1,300.00 B 2210586 module (2210583), CP-1 sensor with glass LFC 2 bolt design beads, and CP-1 option board. LFC Modules and Upgrade Kits Part # (original 1 bolt design) Trade For use with OUC 2210535 Lighted Flow Cell CP-1 module. Does not $400.00 LFC 1 bolt design B include CP-1 sensor PN 22104220 Lighted Flow Cell Upgrade Kit to add CP-1 port for a BECSys5 or BECSys7. Includes BECSys7, BECSys5 LFC CP-1 module (2210535) and CP-1 $1,100.00 B 2210551 sensor with glass beads. NOTE: Adding a CP- LFC 1 bolt design 1 to a BECSys5 or 7 may also require an input/CPU board change. Lighted Flow Cell Upgrade Kit to add CP-1 BECSys3 port for a BECSys3. Includes LFC CP-1 $1,300.00 B 2210552 module (2210535), CP-1 sensor with glass LFC 1 bolt design beads, and CP-1 option board. Part# LFC Components Trade For use with OUC 2210518 Flow switch float including metal insert $10.00 LFC B 8060717 White compression fitting $6.00 2210516, 2210515 B 2220532 Acrylic cover; flow switch area $15.00 A 2220633 Acrylic cover; main sensor area $30.00 A 2220534 jAcrylic cover;CP-1 area $30.00 A 2018-Flow Cell.xlsx -Lighted 8060927 O-ring; CP-1 front face $2.50 2210516 B 8061071 O-ring; flow switch front face $2.50 221EEEJE 8061073 O-ring; main sensor front face $2.50 221 8061072 O-ring; CP-I rear face $2.50 2210516 B 8061092 O-ring; CP-I cable receptor $2.50 2210516 B 8060669 O-ring; main (10) PCB cavity (rear) $2.50 2210516 B 8061148 X-ring; small circle on side of CP-1 module $2.50 2210516 B 8061149 X-ring; large circle on side of CP-1 module $2.50 2210516 B O-ring; passage to non CP-I module $2050 2210516 B 8060899 (formerly PN 8061150) 8061106 screw; CP-1 module to main LFC module $1.00 2210516 B 8060173 screw; CP-1 receptor $0.30 2210516 8060189 screw; CP-1 acrylic front $0.20 2210516 PB screw; back plates for main LFC module and $0.90 2210516 8060625 CP-I module 8061107 screw; non CP-1 to main LFC module $1.00 2210515 B 8061085 screw; main (10) PCB, flow switch PCB $1.00 8061100 Silicone Foam $5.00 2210516 B 8520303 LFC cable, main body to CP-1 module $40.00 2210516 8620305 LFC cable, internal CP-1 module $20.00 2210516 [E!B Sample stream kit for Lighted Flow Cell, 2210529 includes Premium Pressure Gauge, Ball $100.00 2210516, 2210515 B Valves, Sample Valve and fittings. Needle valve & flowmeter upgrade kit; to 2210588 replace the flow restrictor valve on older $240800 2210516 B Lighted Flow Cells. Flowmeter used with Lighted Flow Cell (part 8061180 of the Needle valve & flowmeter upgrade kit $150,00 LFC B 2210588) Needle valve used with Lighted Flow Cell 8061181 (part of the Needle valve & flowmeter upgrade $30.00 LFC B kit 2210588) h 13 Tuesday, Marc, 2018 2018-Flow Cell.xlsx -Lighted 2018 Office Round Flow Cell Trade Use Part # Data Sheet ENG-4315-DOC Price For use with Code Round NO Cell kit includes 1 Body 1220210, 1 Acrylic Cover 1220205, 1 O-Ring 1210147 8060626, 1 Mounting Plate 120207, 4 Screws 8060625 and 4 Screws 9060189; does not include any plugs for unused holes. $175.00 IAII BECSys and Strantrols 1220210 Round PVC Body, with two'/2' ports and two $125.00 1210147 E /4 ports for sensors 1220205 Acrylic Cover for Round Flow Cell $30.00 1210147 E 8060626 O-Ring for Round Flow Cell $2.50 1210147 E 1220207 PVC Mounting Plate for Round Flow Cell $20.00 1210147 E 8060625 Screws - Mounting Plate (25 piece minimum) $0.20 1210147 E Sample stream kit for round flow cell, includes 1210148 Reed Flow Switch, Premium Pressure Gauge, $195800 1210147 7B Ball Valves, Sample Valve and fittings (does not include Round Flow Cell Kit 1210147) Sample stream kit for round flow cell, includes Rotary Flow Switch, Check Valve, Premium 1210149 Pressure Gauge, Ball Valves, Sample Valve and fittings (does not include Round Flow Cell Kit 1210147) $425.00 � 1210147 2018-Flow Cell.xlsx -Round Part # Common Flow Cell Components 2018 Trade Price For use with Office Use Code 8060189 Screws - Acrylic Cover; 25 piece minimum $0.20 All BECSys B 8060623 Elbow, 900 PVC $5.00 All BECSys B 8060624 Elbow, 45' PVC $9.00 All BECSys B 8060538 Plug, W PVC $4.00 All BECSys B 8060541 Nipple,'/" Close $2.00 All BECSys B 8060621 Sample valve, '/4" Ball Cock $32.00 All BECSys B 8060546 Ball Valve, '/2" PVC (formerly PN 9060546) $18.00 All BECSys B 9060549 S80 Bushing, PVC 3/ x'/2 $3.30 All BECSys B 9060544 Premium Oil -filled Pressure Gauge $24.00 BECSys3,5,7 B 8060673 Pressure Regulator $160.00 Membrane PPM Flow Cell B 8061140 In Line Strainer, 80 Mesh, 1/2" FNPT $30.00 All BECSys B 8061203 In Line Strainer replacement screen, 80 Mesh $9.00 8061140 B Monday, March 05, 1U1ti 2018-Flow Cell.xlsx -Parts Monday, 2018 Office Flow Switches Trade Use Part # Data Sheets ENG-4328-DOC, ENG-4329-DOC Price For use with Code 9660006 Reed Flow Switch $80.00 BECSys2,3,5,7 C 2100419 Rotary Flow Switch with Directional Detection $180.00 BECSys2,3,5,7 C (replaces PN 9660007) 9660007; Not needed B 9060547 Spring Check Valve $80.00 with 2100419 Rotary Flow Switch replacement kit includes 1 2210550 Pin, 1 Cover, 1 Wheel, 1 O-ring $35.00 Rotary Flow Switch B (formerly PN 8680019) 8060863 Rotary Flow Switch replacement Pin (formerly $7.00 Rotary Flow Switch B PN 8060663) 8480205 Rotary Flow Switch replacement Cover $12.00 Rotary Flow Switch B (formerly PN 8060664) 2220332 Rotary Flow Switch replacement Wheel $17.00 Rotary Flow Switch B (formerly PN 8060665) 8060810 Rotary Flow Switch replacement O-ring $2.00 Rotary Flow Switch B (formerly PN 8060666) 8060866 Low flow adapater for Rotary Flow Switch $1.00 Rotary Flow Switch A iviarcn 05, 2018 2018-Flow Cell.xlsx -Flow switches 2018 Office pH Sensors Trade Use Part # Data Sheet ENG4321-1DOC Price For use with Code 9660013 BECSys pH Sensor, 36" cable $250.00 BECSys2,3,5,7 D 9660010 BECSys pH Sensor, 10' cable $260.00 BECSys2,3,5,7 D Office ORP Sensors Trade Use Part # Data Sheet ENG4317-DOC Price For use with Code 9660022 BECSys ORP Sensor, platinum band, 36" cable $310.00 BECSys2,3,5,7 D 9660023 BECSys ORP Sensor, platinum band, 10' cable $320.00 BECSys2,3,5,7 D 9660038 BECSys ORP Sensor, solid gold band, 36" cable $550.00 BECSys2,3,5,7 D 9660040 BECSys ORP Sensor, solid gold band, 10' cable $560.00 BECSys2,3,5,7 D Office pH/ORP Sensor Accessories ` Trade Use Part # Price For use with Code 4/KCI solution (pint); recommended for long-term $56.00 all pH and ORP B 8500061 storage of sensors sensors all pH and ORP B 8680015 '/2' wetting cap for pH and ORP sensors $10.00 sensors 9520229 BNC 5' Extension Cable $132.00 all pH and ORP A sensors Remote Probe Module; requires Interface Board all pH and ORP 1100179 (1200531) when using with BECSys controllers. $500.00 sensors B Call BECS tech support for details. 1200531 Remote Probe Module Interface board $100200 BECSys5, BECSys? B Mondav, March 05, 2018 2018-Sensors.xlsx - pH-ORP vrnce Temperature Sensors 2018Trade use Part # Data Sheet ENG4327-DOC Price For use with Code 8660016 Temperature Sensor, 30" cable (formerly PN $90.00 BECSys3,5,7 C 9660016) 9660003 Temperature Sensor, 10' cable $95.00 BECSys3,5,7 C Office Conductivity/TDS Trade Use Part # Data Sheet ENG-4313-DOC Price For use with Code BECSys Conductivity Sensor 9660012 (Adding conductivity to a BECSys5 requires an $600.00 BECSys5,7 C input board change - call for details.) 2210389 Conductivity sensor add -on kit; includes "T" fitting $40.00 Conductivity Sensor A and parts for installing sensor Office Turbidimetei -Trade use Part # Data Sheet ENG-4350-DOC Price For use with Code 1210261 BECSys Turbidimeter $6,000.00 BECSys5,BW,7 B 9680023 Primary Calibration Kit, 0.02 & 10 & 100 NTU $600.00 1210261 B 9680024 Desiccant Tray - Refill $150400 1210261 B ._ J_.. n —_L, nr nn9 0 2018-Sensors,xlsx - temp-TDS-turbidity 2018 office Free' chlorine (CP-I) Trade Use Part # Data Sheet ENG-6066-DOC Price For use with Code CP-1 Sensor, LH (CCW) wind, for use with LFC. $700900 LFC PN 2210452 B 2210422 Includes beads and O-rings. NOTE: For CP-1 LFC upgrade kits (to add the CP-1 sensor to an LFC) refer to the Flow Cell Price List. Free Chlorine Sensor with CCFC2 flow cell, BECSys5,7, 2210402 including flow assembly and port for Total $13300.00 and BECSys3 C Chlorine sensor CP-1 Sensor, RH (clockwise) wind, for use with $700.00 CCFC2 PN 2210402 B 2210457 CCFC2. Includes beads and O-rings. 2210444 Replacement glass cleaning beads $5600 CP-1, both versions C CP-1 Sensor O-Ring 3/32x0.987 ID; $2000 2210422, 2210457 B 8060808 (also used for Total Chlorine sensor) Flow meter used in Free & Total Chlorine Flow MOM Free & Total C L!!0fli Cell Chlorine Flow Cell _._�_.. nA.,.. L, nr )nlo ivionuay, iviaiui w, cvlo 2018-Sensors.xlsx -free chlorine (CP-1) Free chlorine (membrane) 2018 office Use ..,:Trade Part # Data Sheet ENG4349-DOC Price For use with Code Free Chlorine Sensor with flow cell, including flow BECSys5,7 2210328 and psi restrictor assembly and port for Total $11850.00 and BECSys3 C Chlorine sensor 9660005 Free Chlorine Sensor only, no flow cell $1,300.00 BECSys5,7, and BECSys3 C 8680016 Replacement Membranes (2 pieces) $220.00 Free Chlorine Sensor C for Free Chlorine Sensor 9660005 Electrolyte (50 ml) for Free Chlorine Sensor $130.00 Free Chlorine Sensor C 8680017 9660005 Flow meter used in Free & Total Chlorine Flow $160.00 Free & Total C 8060671 Cell Chlorine Flow Cell 2220363 Free chlorine probe nut $20.00 Free Chlorine Sensor C Office Free Outlet Tank Trade Use Part # Data Sheet ENG-4349-DOC Price For use with Code Free Outlet Tank for membrane Chlorine Sensors $1,800.00 Membrane chlorine B 1100346 (free and total) sensors Replacement pump (direct replacement for pump 1210279 used prior to 2012); $550.00 1100346 B Sunset Status March 2018 Pump upgrade kit (includes continuous duty $1,200.00 1100346 B 2210354 pump, used in 2012 model, and retrofit kit) 2210353 Replacement continuous duty pump $1,150000 1100346 B Monday, March OS, 2018 2018-Sensors.xlsx -free chlorine (membrane) Total/Combined chlorine with 2018 office membrane PPM sensor/CCFC Trade use Part # Data Sheet ENG-4659-DOC Price For Use with Code Combined Chlorine System, includes Membrane 2210329 Free Chlorine and Total Chlorine Sensors $4,600.00 BECSys5,7 B and CCFC Flow Cell Total Chlorine upgrade kit for CCFC; Adds Total 2210363 Chlorine sensor to CCFC with membrane free $3,000.00 BECSys5,7, CCFC B chlorine sensor. Utr�ce Total/Combined chlorine with -trade use Part # CP-I PPM sensor/CCFC2 Price For use with Code Combined Chlorine System, includes CP-1 Free 2210421 Chlorine Sensor, Membrane Total Chlorine $4,300.00 BECSys5,7 B Sensors and CCFC2 Flow Cell 2210423 Total Chlorine upgrade kit for CCFC2; Adds Total $33000.00 BECSys5,7, CCFC2 B Chlorine sensor to CCFC2 with CP-1. Office Total/Combined chlorine for Trade use Part # CP=1 PPM sensor/LFC Price ` For use with Code Total Chlorine upgrade kit for LFC; Adds CCFC2 2210554 with Total Chlorine sensor to a Lighted Flow Cell $3,600.00 BECSys5,7, LFC B with CP-1. Office Common` Total Chlorine Parts Trade use Part # Data Sheet ENG4659-DOC Price For use with Code Total Chlorine Sensor only (replacement), no flow $ 2 600.00 BECSys5,7, CCFC, B 8660044 cell or cable ' CCFC2 8520232 Replacement cable for Total Chlorine Sensor $240.00 Total Chlorine Sensor B 8660044 8680055 Replacement Membrane for Total Chlorine Sensor $250.00 Total Chlorine Sensor B 8660044 8660044 8680056 Electrolyte for Total Chlorine Sensor 8660044 $180800 Total Chlorine Sensor B 8660044 2220362 Plug for Total Chlorine Sensor spot in flow cell $15.00 CCFC, CCFC2 B 8060810 O-ring for Total Chlorine Sensor plug $2.00 CCFC, CCFC2 B 2220359 Total chlorine sensor probe ring $15.00 CCFC, CCFC2 B 2220360 Total chlorine sensor probe nut $20.00 CCFC, CCFC2 B 2220361 Total chlorine sensor O-ring retainer $20.00 CCFC, CCFC2 B 8060808 Total Chlorine Sensor O-Ring 3/32x0.987 ID; (also $2.00 CCFC, CCFC2 B used for CP-1 sensor) 8060809 Total Chlorine Sensor O-Ring 3/32x1.174 ID $2.00 CCFC, CCFC2 B 2018-Sensors.xlsx - total -combined chlorine Office Free Outlet Tank Trade use Part # Data Sheet ENG4349-DOC Price For use with Code 1100346 Free Outlet Tank for membrane Chlorine Sensors $11800.00 Membrane chlorine B (free and total) sensors Replacement pump (direct replacement for pump 1210279 used prior to 2012); $550.00 1100346 B Sunset Status March 2018 2210354 Pump upgrade kit (includes continuous duty $19200.00 1100346 B pump, used in 2012 model, and retrofit kit) Monday, March 05, 2018 2018-Sensors.xlsx - total -combined chlorine 2018 Office Pressure Trade Use Part # Data Sheet ENG4314-DOC Price For use with Code Pressure transducer with 100' cable D 8660067 (requires one Loop Power Supply channel) $370.00 BECSys5,BW,7 Formerly PN 8660031 Pressure transducer with 50' cable D 8660066 (requires one Loop Power Supply channel) $350.00 BECSys5,BW,7 Formerly PN 8660030 Pressure transducer only, no cable D 8660064 (requires one Loop Power Supply channel) $300.00 BECSys5,BW,7 Formerly PN 8660029 Office Vacuum Trade Use Part # Data Sheet ENG4319-DOC Price For use with Code Vacuum transducer with 100' cable 8660069 (requires one Loop Power Supply channel) $370.00 BECSys5,BW,7 C Formerly PN 8660035 Vacuum transducer with 50' cable 8660068 (requires one Loop Power Supply channel) $350000 BECSys5,BW,7 C Formerly PN 8660034 Vacuum transducer only, no cable C 8660065 (requires one Loop Power Supply channel) $300.00 BECSys5,BW,7 Formerly PN 8660033 Office Swichgage Trade Use Part # Data Sheet ENG4319-DOC Price For use with Code Vacuum Swichgage MO in HG $280.00 BECSysBW,7 A 9660019 Murphy A20V-30 Pressure Swichgage 0-50 psi $170.00 BECSysBW,7 A 9660020 Murphy A20P-HL-50 Differential Swichgage MO psi $310.00 BECSysBW,7 A 8660021 Murphy A20DP-50 (formerly PN 9660021) Loop power supplies are available on BECSys7, 5 and BW Ordering Guides and on BECSys Service Board Price List (PN 1200494 or 1200445) Mondav, March 05, 2018 2018-Sensors.xlsx -psi-vac Flowmeters and Saddles Part # Data Sheet ENG-4320-D0C Saturday, 2018 Trade Price For use with office Use Code 8660008 Flowmeter ('/z' - 411) $600.00 BECSys5,BW,7 B 9660009 Flowmeter (5" - 8") $640.00 BECSys5,BW,7 B 9660004 Flowmeter (10" - 36") $650.00 BECSys5,BW,7 B 8680040 245" PVC Clamp -on Saddle $230.00 9660008 B 8680021 3" PVC Clamp -on Saddle $280.00 9660008 B 9680001 4" Iron Strap -on Saddle $325.00 9660008 B 9680002 4" PVC Clamp -on Saddle $330.00 9660008 B 9680005 5" Iron Strap -on Saddle $395.00 ' 9660009 B 9680006 6" Iron Strap -on Saddle $430.00 9660009 B 9680003 6" PVC Clamp -on Saddle $400.00 9660009 B 9680004 8" PVC Clamp -on Saddle $490.00 9660009 B 9680007 8" Iron Strap -on Saddle $480.00 9660009 B 9680008 10" PVC Glue -on Saddle $660.00 9660004 B 9680012 10" Iron Strap -on Saddle call 9660004 B 9680009 12" PVC Glue -on Saddle $750.00 9660004 B 9680013 12" Iron Strap -on Saddle call 9660004 B 9680038 14" Iron Strap -on Saddle call 9660004 B rearuary 24, 20125 2018-Sensors.xlsx -flow F LI. U 1 ® R RQLTANK - HORIZONTAL FILTERS 2020 US List Pricing Pricing Effective 01/01/2020 -Confidential I nformation- VendorPart0 Manufacturer Part Manufacturer Name :Description: ' 2020USTPRICE HORIZONTAL 63 , Top Piped, Single Tank System 633200-0606-T-1 633200-0606-T-1 FLUIDRAUSA Piping Kit, 6" Infl./Effl.x6" in Tank Connection x 6" BW for l Tank Top Piped Syste $ 3,503.00 633700-0606-T-1 633700-0606-T-1 FLUIDRAUSA Piping Kit -6'Infl./Fir, x6" Tank Connection x 6" BW for l Tank Top Piped System $ 3,546.79 63410-0606-T-1 63410-0606-T-1 FLUIDRAUSA Piping Kit -6"Infl./Effl.x6" Tank Connection x 6 In BW for l tank Top Piped Systen $ 3,599.33 63460-0606-T-1 63460-0606-T-1 FLUIDRAUSA Piping Kit -6"Infl./Effl.x6" Tank Connection x 6" BW for 1 Tank Top Piped System $ 3,643.12 63530-0606-T-1 63510-0606-T-1 FLUIDRAUSA Piping Kit -6"Infl./Effl.x6" Tank Connection x 6" BW for l Tank Top Piped System $ 3,686.91 HORIZONTAL 631, Top Piped, Two Tank System 63XXX-0806-T-2 63XXX-0806-T-2 FLUIDRAUSA Piping Kit 8"Infl./Effl.x6" Tank Connection x 6"BW for 2 tank Top Piped System. $ 6,699.48 63XXX-1006-T-2 63XXX-1006-T-2 FLUIDRAUSA Piping Kit SO"Infl./Effl.x6"Tank Con necti on x 6" BW for 2tank Top Piped System. $ 7,886.12 HORIZONTAL 63", Top Piped, Three Tank System 63XXX-1006-T-3 63XXX-1006-T-3 FLUIDRAUSA Piping Kit 10"Infl./Effl.x6" Tank Con necti on x 6" BW for 3 tank Top Piped System. $ 12,755.29 63XXX-1206-T-3 63XXX-1206-T-3 FLUIDRAUSA Piping Kit 12"Infl./Effl.x6" Tank Connection x 6" BW for 3 tank Top Piped System. $ 14,020,75 HORIZONTAL 63", Top Piped, Four Tank System 63XXX-1006-T-4 63XXX-1006-T-4 FLUIDRAUSA Piping Kit 10"Infl./Effl.x6" Tank Connection x 6" BW for 4 tank Top Piped System. $ 17,344.22 63XXX-1206-T-4 63XXX-1206-T-4 FLUIDRAUSA Piping Kit 12"Infl./Effl.x6" Tank Connection x 6" BW for 4 tank Top Piped System. $ 19,310.28 HORIZONTAL 63", Top Piped, Five Tank System 63XXX-1206-T-5 63XXX-1206-T-5 FLUIDRAUSA Piping Kit 12" Infl./ Effl. x 6" Tank Connection x 6" BW for 5 tank Top Piped System. $ 24,245.12 2020 US List Pricing Pricing Effective 01/01/2020 -Confidential Information - Vendor Part# Manufacturer Part# Manufacturer Name Description IP 2020115TPRICE 02582 02582 FLUIDRAUSA Cepex 3" Butterfly Valves, EPDM Seals, Zinc Shaft $ 160.14 02372U 02372U FLUIDRAUSA PVC SCH 80 3" Flange Kit w/Zinc Hardware $ 113.43 3VB060-KIT-1 3VB060-KIT-1 FLUIDRAUSA Electric Actuator, 120V, 60 Hz, for 3" Butterfly Valve $ 2,091.79 02583 02583 FLUIDRAUSA Cepex 4" Butterfly Valves, EPDM Seals, Zinc Shaft $ 177.65 02373U 02373U FLUIDRAUSA PVC SCH 80 4" Flange Kit w/Zinc Hardware $ 145,96 4VB110-KIT-1 4VB110-KIT-1 FLUIDRAUSA Electric Actuator, 120V, 60 Hz, for 4" Butterfly Valve $ 21344,51 02586 02586 FLUIDRAUSA Cepex 6" Butterfly Valves, EPDM Seals, Zinc Shaft $ 253.55 02376U 02376V FLUIDRAUSA PVC SCH 80 6" Flange Kitw/Zinc Hardware $ 196.00 6VB190-KIT-1 6VB190-KIT-1 FLUIDRAUSA Electric Actuator, 120V,60Hz, for 6"Butterfly Valve $ 2,384.54 02587 02587 FLUIDRAUSA Cepex 8" Butterfly Valves, EPDM Seals, Zinc Shaft $ 376.99 02378U 02378U FLUIDRAUSA PVC SCH 80 8" Flange Kit w/Zinc Hardware $ 239.37 8VB190-KIT-1 8VB190-KIT-1 FLUIDRAUSA Electric Actuator, 120V, 60 Hz, for 8" Butterfly Valve $ 2,384.54 0584250SMD 0584250SMD FLUIDRAUSA Cepex 10" Butterfly Valves, EPDM Seals, Zinc Shaft $ 978.34 02379U 02379U FLUIDRAUSA PVC SCH 80 10" Flange Kit w/Zinc Hardware $ 706.44 IOVB350-KIT-1 JOVB350-KIT-1 FLUIDRAUSA Electric Actuator, 120V, 60 Hz, for 10" Butterfly Valve $ 2,720.66 0584315SMD 0584315SMD FLUIDRAUSA Cepex 12" Butterfly Valves, EPDMSeals, Stainless Steel Shaft $ 11612,21 02380U 023BOU FLUIDRAUSA PVC SCH 80 12'1 FlangeKitw/Zinc Hardware $ 706,44 12EA575-KIT-1 12EA575-KIT-1 FLUIDRAUSA Electric Actuator, 120V, 60 Hz, for 12" Butterfly Valve $ 41799,94 FLU 1 ® A POLTANK " HORIZONTAL FILTERS 2020 US List Pricing Pricing Effective 01/01/2020 -Confidential I nformation- 2020 LIST PRICE Vendor Part# Manufacturer Part# Manufacturer Name: Description HORIZONTAL 42", Top Piped, Single Tank System 42157-0606-T-1 42157-0606-T-I FLUIDRAUSA Piping Kit -6"Infl./Eftl.x6" in Tank Connection x 6"BW for 1 Tank Top Piped System w/15.7 Ft' Filtration Area. $ 3,310.33 42175-0606-T-1 42175-0606-T-1 FLUIDRAUSA Piping Kit-6"Infl./Effl.x6" Tank Connection x6" BW for l Tank Top Piped System w/17.5 Ft' Filtration Area. $ 3,327.85 42210-0606-T-1 4221M606-T-1 FLUIDRAUSA Piping Kit -6"Infl./E(fl.z6" Tank Connection x 6 in BW for l tank Top Piped System w/ 21.0 Ft' Filtration Area. $ 3,345.36 42260�0606-T-1 42260-0606-T-1 FLUIDRAUSA Piping Kit -6" Infl./ Effl. x 6"Tank Connection z 6" BW for I Tank Top Piped System w/ 26.0 Ft' Filtration Area. $ 3,380.39 42300-0606-T-1 42300-0606-T-1 FLUIDRAUSA Piping Kit -6"Infl./Elf. x 6"Tank Connection x 6" BW for I Tank Top Piped System w/ 30.0 Ft' Filtration Area. $ 30406.67 42340-0606-T-1 42340-0606-T-1 FLUIDRAUSA Piping Kit -6"Infl./Effl.x6" Tank Connection x 6" BW for I Tank Top Piped System w/ 34.0 Ft' Filtration Area. $ 3,432.94 42380-0606-T-1 42380-0606-T-1 FLUIDRAUSA Piping Kit -10"Infi./E#I.x6"Tank Connection x 6" BW for 1 Tank Top Piped System w/ 38.0 TO Filtration Area. $ 3,459.21 42420-0606-T-1 42420-0606-T-1 FLUIDRAUSA Piping Kit -6"Infl./Effl.x6" Tank Connection x 6" BW for I Tank Top Piped System w/ 42.0 Ft' Filtration Area. $ 3,485.48 42450-0606-T-1 42450-0606-T-1 FLUIDRAUSA Piping Kit -6"Infl./EfFl.x6" Tank Connection x 6" BW for 1 Tank Top Piped System w/ 45.0 Ft' Filtration Area. 5 31507,38 42480-0606-T-1 42480-0606-T-1 FLUIDRAUSA Piping Kit -6" Infl./ Effl. x 6" Tank Connection x 6" BW for I Tank Top Piped System w/ 48.0 Ft' Filtration Area. $ 3,533.65 HORIZONTAL 42", Top Piped, Two Tank System 42XXX-0606-T-2 42XXX-0606-T-2 FLUIDRAUSA Piping Kit 6"Infl./Effl.x6" Tank Connection x 6" BW for 2 tank Top Piped System. $ 5,105.62 42XX%-0806-T-2 42X%X-0806-T-2 FLUIDRAUSA Piping Kit B"Infl./Fill. z6"Tank Connection 6" BW for 2tank Top Piped System. $ 6,296.64 HORIZONTAL 42", Top Piped, Three Tank System 7,916.78 42%XX-0606 T-3 42XXX-0606-T-3 FLUIDRAUSA Piping Kit 6"Infl./Elf. x6"Tank Connection 6" BW fora tank Top Piped System. 9,979.17 42XXX-0806-T-3 42XXX.0806-T.3 FLUIDRAUSA Piping Kit 8"Infl./Effl.x6" Tank Connection x 6" BW for 3 tank Top Piped System. $ 11,778.83 42XXX-1006-T-3 42XXX-3006-T-3 FLUIDRAUSA Piping Kit 10" Infl./ Effl. x 6"Tank Connection x 6" BW for 3 tank Top Piped System. $ HORIZONTAL 42", Top Piped, Four Tank System 42XXX-0806-T-4 42XXX-0806-T-4 FLUIDRAUSA Piping Kit 8"InR./Effl.x6"Tank Connection x 6" BW for 4 tank Top Piped System. $ 13,543.47 42XXX-1006-TA 42XXX-1006-T-4 FLUIDRAUSA Piping Kit 10" Infl./ Effl. x6"Tank Connection x 6" BW for 4 tank Top Piped System. $ 16,227.64 42XXX-1206-T4 42XXX-1206-T-4 FLUIDRAUSA Piping Kit 12"Infl./Effl.x6"Tank Connection x6"BW for tank Top Piped System. 17,637.59 HORIZONTAL 42%Top Piped, Five Tank System 42XXX-0806-T-5 42XXX-08064-5 FLUIDRAUSA Piping Kit B"Infl./Effl.x6"Tank Connection x 6" BW for 5 tank Top Piped System. $ 17,217.23 42XXX-1006-T-5 42XXX-1006-T-5 FLUIDRAUSA Piping Kit 10" Infl./ Effl. x 6" Tank Connection z 6" BW for S tank Top Piped System. $ 20,496.92 42XXX-1206-T-5 42XXX-1206-T-S FLUIDRAUSA Piping Kit 12"Infl./Effl.x 6"Tank Connection x 6" BW for 5 tank Top Piped System. $ 22,480.49 HORIZONTAL 42", Top Piped, Six Tank System 42XXX-1006-T-6 42XXX-1006-T-6 FLUIDRAUSA Piping Kit 10"Infl./Effl.x6" Tank Connection x 6" BW for 6 tank Top Piped System. $ 24,569.15 42XXX-1206-T-6 42XXX-1206-T-6 FLUIDRAUSA Piping Kit 12"Infl./EfB.x6" Tank Connection x 6" BW for 6 tank Top Piped System. $ 27,082.S5 HORIZONTAL 42", Top Piped, Seven Tank System 42XXX-1006-T-7 42XXX-1006-T-7 FLUIDRAUSA Piping Kit 10"Infl./EfFl.x6" Tank Connection x 6" BW for 7 tank Top Piped System. $ 29,109.91 42XXX-1206-T-7 42XXX-1206-T-7 FLUIDRAUSA Piping Kit 12"Infl./Effl.x6"Tank Connection x6"BW for 7tank Top Piped System. 31,071.59 HORIZONTAL 42", Top Piped, Seven Tank System 42XXX-1006-T-8 42XXX-1006-T-8 FLUIDRAUSA Piping Kit 10"Infl./E#I.x6" Tank Connection x 6" BW for 8 tank Top Piped System. $ 33,383.57 42XXX-1206-T-8 42XXX-1206-T-8 FLUIDRAUSA Piping Kit l2"Infl./Elf, x6" Tank Connection x 6" BW for 8 tank Top Piped System. $ 36,575.68 F tm U 1 ® R Ac POLTANK -HORIZONTAL FILTERS 2020 US List Pricing Pricing Effective 01/01/2020 -Confidential Information - Vendor Part# M anufacturer Part# Manufacturer Name Description 2020 LISTPRICE HORIZONTAL34", Top Piped, 50 PSI FILTERS 34135-050-T 34135-050-T FLUIDAUSA 341t, 13.5 Ft' Horizontal filter w/4 $ 10,835.65 Top Pipe Connections $ 11,186.82 34153-050-T 34153-050-T FLUIDAUSA 34",15.3Ft' Horizontal Filter w/4" Top Pipe Connections $ 111186.82 34175-050-T 34175-050-T FLUIDAUSA 34",17.5Ft' Horizontal Filter w/4" Top Pipe Connections $ 11,618.57 34193-050-T 34193-050-T FLUIDAUSA 34", 19.3 Ft' Horizontal Filter w/4"Top Pipe Connections $ 121315.66 34237-050-T 34237-050-T FLUIDAUSA 34",23.7Ft' Horizontal Filter w/4" Top Pipe Connections HORIZONTAL 34", Tap Piped, 100 P51 FILTERS $ 11,969.74 34135-100-T 34135-100-T FLUIDAUSA 341t,13.5 Ftz Horizontal Filter w/4"Top Pipe Connections $ 12,373.46 34153-100-T 34153-100-T FLUIDAUSA 34",15.3Ft' Horizontal Filter w/4" Top Pipe Connections 34175-100-T 34175-100-T FLUIDAUSA 3411$ 12,844.62 ,17.5Ft' Horizontal Filter w/4" Top Pipe Connections $ 13t617.90 84462 34193-100-T 34193-100-T FLUIDAUSA 34",19.3 Ft2 Horizontal Filter w/4" Top Pipe Connections $ 15,982.43 34237-100-T 34237-100-T FLUIDAUSA 34"123.7Ft' Horizontal Filter w/4" Top Pipe Connections HORIZONTAL 42"0 Top Piped, 50 PSI FILTERS $ 300764.71 42157-050-T 42157-050-T FLUIDAUSA 42",15.7Ft' Horizontal Filter w/4"Top Pipe Connections 42175-050-T 42175-050-T FLUIDAUSA 42",17.5Ft' Horizontal Filter w/4" Top Pipe Connections $ 1$ 1262.14 1, 262,14 42210-050-T 42210-050-T FLUIDAUSA 42",21.0Ft' Horizontal Filter w/4" Top Pipe Connections $ 13j071.44 241375 42210-050-T 42210-050-T FLUIDAUSA 42",21.OFt' Horizontal Filter w/4" Top Pipe Connections $ 14,342.15 42260-050-T 42260-050-T FLUIDAUSA 42",26.0Ft' Horizontal Filter /6"Top Pipe Connections $ 15,435.96 42300-050-T 42300-050-T FLUIDAUSA 42 30.0 Ft' Horizontal Filter w/6"Top Pipe Connections $ 16,542.91 42340-050-T 42340-050-T FLUIDAUSA 42",34.0Ft' Horizontal Filter w/6" Top Pipe Connections $ 17,747.06 42390-050-T 42380-050-T FLUIDAUSA 42",38.0Ft' Horizontal Filter w/6" Top Pipe connections $ 18,679.74 42420-O50-T 42420-050-T FLUIDAUSA 421,42.0 Ftz Horizontal Filter w/6"Top Pipe Connections 42450-050-T 424SO-050-T FLUIDAUSA 42",45.0Ft' Horizontal Filter w $ 19,777.93 /6" Top Pipe Connections $ ,. 42480-050-T 42480-050-T FLUIDAUSA 42",48.0Ft' Horizontal Filter w/6" Top Pipe Connections 20 HORIZONTAL 42", Top Piped, 100 PSI FILTERS 42157-100-T 42157-100-T FLUIDAUSA 42"115.7 FP $ 110960,11 Horizontal Filter w/4"Top Pipe Connections $ 12,513.58 42175-100-T 42175-100-T FLUIDAUSA 42",17.5Ft' Horizontal Filter w/4" Top Pipe Connections $ 13,791.30 42210-100-T 42210-100-T FLUIDAUSA 42",21.0Ft' Horizontal Filter w/4" Top Pipe Connections 42210-100-T 42210-100-T FLUIDAUSA 42",21.0Ft' Horizontal Filter sv/6" Top Pipe Connections $ 140784.40 . 42260-100-T 42260-100-T FLUIDAUSA 42"$ 1,26.0Ft' Horizontal Filter w/6" Top Pipe Connections $ 150933.39 42300-100-T 42300-100-T FLUIDAUSA 42"030.0Ft' Horizontal Filter w/6" Top Pipe Connections $ 18,377.60 55 42340-100-T 42340-100-T FLUIDAUSA 42", 34.0 Ft2 Horizontal Filter w/6"Top Pipe Connections $ 19,714.87 42380-100-T 42380-100-T FLUIDAUSA 42",38.0Ft' Horizontal Filter w/6" Top Pipe Connections $ 20,755.26 42420-100-T 42420-100-T FLUIDAUSA 42",42.0Ft' Horizontal Filter w/6" Top Pipe Connections $ 21,972.55 42450-100-T 42450-100-T FLUIDAUSA 42",45.0Ft' Horizontal Filter w/6" Top Pipe Connections $ 22,982.29 42480-100-T 42480-100-T FLUIDAUSA 42",48.OFt' Horizontal Filter w/6" Top Pipe Connections HORIZONTAL 48", Top Piped, 50 PSI FILTERS 48240-050-T 48240-050-T FLUIDAUSA 48",24.0Ft' Horizontal Filter w/4" Top Pipe Connections $ 16,440.44 48290-050-T 48290-050-T FLUIDAUSA 48",29.0Ft' Horizontal Filter w/6" Top Pipe Connections $ 170684.88 48340-050-T 48340-050-T FLUIDAUSA 48",34.0Ft' Horizontal Filter w/6" Top Pipe Connections $ 19,471.41 48380.050-T 48380-050-T FLUIDAUSA 48",38.0Ft' Horizontal Filter w/6" Top Pipe Connections $ 20t693.96 48440.OSO-T 48440-050-T FLUIDAUSA 48",44.0Ft' Horizontal Filter w/6" Top Pipe Connections S 210083.67 48480-050-T 48490-050-T FLUIDA USA 48",48.0Ft' Horizontal Filter w/6"Top Pipe Connections $ 21,395.44 HORIZONTAL 48", Top Piped, 100 PSI FILTERS 48240-100-T 48240-100-T FLUIDAUSA 48",24.0Ft' Horizontal Filter w/4" Top Pipe Connections $ 18,271.64 48290-100-T 48290-100-T FLUIDAUSA 48",29.0Ft' Horizontal Filter w/6" Top Pipe Connections $ 19,649.19 48340-100-T 48340-100-T FLUIDAUSA 48",34,OFt' Horizontal Filter w/6" Top Pipe Connections $ 210635.39 48380-100-T 48380-100-T FLUIDAUSA 481,38.0 Ftz Horizontal Filter w/6" Top Pipe Connections $ 22,996.31 48440-100-T 48440-100-T FLUIDAUSA 481"144.0 Ftz Horizontal Filter w/6" Top Pipe Connections $ 23,426.30 48480-100-T 48480-100-T FLUIDAUSA 48",48.0Ft' Horizontal Filter w/ 6" Top Pipe Connections $ 230773,09 HORIZONTAL 63", Top Piped, 50 PSI FILTERS 63320-050-T 633 20-050-T FLUIDAUSA 63",32.0Ft' Horizontal Filter w/6" Top Pipe Connections $ 20,617.77 63370-050-T 6337MSO-T FLUIDAUSA 63",37,0Ft2 Horizontal Filter w/6" Top Pipe Connections $ 21,506.66 63410.050-t 63410-050-t FLUIDAUSA 63",41.0Ft' Horizontal Filter w/6" Top Pipe Connections $ 220391,16 63460-050-T 63460-050-T FLUIDAUSA 63",46.0Ft' Horizontal Filter w/6" Top Pipe Connections $ 23,271.29 63510-050-T 63510-050-T FLUIDAUSA 63",51.0Ft' Horizontal Filter w/ 6" Top Pipe Connections $ 240160.18 HORIZONTAL 63", End Piped, 100 PSI FILTERS 63320-300-T 63320-100-T FLUIDAUSA 631123,430.68,32.0Ft'Horizontal Filter w/6"Top Pipe Connections 63370-100-T 63370-100-T FLUIDAUSA 63",37.OFt' Horizontal Filter w/6" Top Pipe Connections $ 24,302.05 $ 2,. 63410-100-T 63410-100-T FLUIDAUSA 63",41.0Ft' Horizontal Filter w/6" Top Pipe Connections $ 29,146.69 88 63460-100-T 63460-100-T FLUIDAUSA 63",46.0Ft' Horizontal Filter w/6" Top Pipe Connections $ 31,395.62 63510-100-T 63510-100-T FLUIDAUSA 63",51.0Ft' Horizontal Filter w/6" Top Pipe Connections Description: Other ExhibiV uachmem Single Source Waiver 0 following this page (pages through 4 ) ❑ this exhibit is not applicable Page 17 of 17 General Service Agreement Non -Solicitation #2017-004 (Vec2) Co Ter County Collier County Admin(strativeSertcesDepartment Instructions Waiver Request Form ii Procurement Services Dv sion Completed waiver requests accompanied by any associated backup documentation (sole source letter, business case, etc.) must be submitted to the division's Procurement Strategist for any procurement, without competition, in excess of $3,000, Waiver requests greater than $50,000 will require approval by the Board of County Commissioners. Sole source refers to a procurement where the selection of one particular supplier to the exclusion of all others may be based on having only one supplier in the market place, proprietary technology, copyright, patent, or a supplier's unique capability. Single source refers to a procurement directed to one source because of standardization, warranty, geographic territory, or other factors, even though other competitive sources maybe available. Requester Name: Scott Holtrey Division: Parks and Recreation Itemiservice: BEGS Chemical and Pool Filtration Systems) vendor Name: Commercial Energy Specialist (CES) Historical Countywide Average $200,000 Requested 12I1/2019-9I30/2024 Spend: date range: Not to Exceed 300 � 000 per Fiscal Year: Is there an agreement associated with this waiver to be reviewed by Contracts? ❑ Yes ❑✓ No ❑ Sole Source I ❑✓ Single Source ( ❑ One Time Purchase I ❑✓ Multiple Purchases Description of Purchase: Enter a description of the item(s) that will be purchased under this waiver. BECSys7 Chemical Controllers, replacement parts associated with BECSys7 controllers, and other related equipment associated with controller operations. In addition, parts and services associated with commercial pool operation proprietary filtration systems. Purpose: Describe in detail, the public purpose of the requested items) and why it is essential to County operations. To procure and maintain specialized BEGS chemical and pool filtration systems, warranty repair, parts, and materials to ensure the safety of the public by complying with Health Department regulations with proper chemical control systems. Information Technology: Select Yes if the products/services are related to Information Technology. If yes, please provide the Purchasing''. Compliance Code (PCC) number or email approval documentation. ❑✓ Yes SASWO1 If yes, provide the PCC number: Justification: Identify the criteria that qualifies this purchase as a sole or single source. Select from the list below. Check all that apply (if box is checked, please make sure to provide an explanation below): ❑ Sole Source ❑ Only Authorized Vendor or Distributor: Is this vendor the only vendor authorized to sell this product/service? If yes, explain below and provide documentation from the manufacturer confirming claims made by the distributors. ❑ No Comparable Product or Service: Is there another vendor who can provide a similar product/service, regardless of cost, convenience, timeliness, etc.? ❑ Product Compatibility: Does this product/service provide compatibility with existing equipment that prohibits switching to another comparable brand/vendor? If yes, provide the detailed explanation below, including what would occur if the other brand/vendor were used. ❑ Proprietary: Is this product/service proprietary? If yes, provide a detailed explanation below on how its use is restricted by patent, copyright or other applicable laws and provide documentation validating that claim. ❑✓ Sinale Source ❑ Standardization: Is this producbservice part of a purchase that the County has already standardized on? If yes, please provide the detailed information below. Date of BCC Standardization: BCC Agenda Item number: ❑ Warranty: Is this the only vendor able to complete factory -authorized warranty services on County owned equipment? If yes, provide the documentation verifying the warranty. ✓❑ Geographic Territory: Is this vendor the only vendor authorized to sell this producbservice in our region? If yes, provide documentation from the manufacturer confirming those claims. ❑ Other Factors: Any other reason not listed above, explain below. Explain: How does this purchase meet the identified sole or single source criteria listed above? Controller systems associated with Collier County Parks and Recreation Aquatics use BECS Technology controllers. Commercial Energy Specialists, Inc., 952 Jupiter Park Lane, Jupiter, FL 33458 is BECS Technology, Inc.'s single source for sales, service and warranty administration, in the Florida region. How was the decision made to use this vendor? Describe in detail if a formal standardization process was performed via Procurement or if there is a historical precedence established for the use of the product, please explain purchase and use history and the current level of County investment in the product. When the Sun-N-Fun Lagoon Water Park at North Collier Regional Park was constructed; the controller system originally installed was Stranco-Strantrol Systems which was manufactured by SECS Technologies. In 2005, BECS ceased supplying aquatics controllers and replacement parts through Stranco-Strantol and introduced the BECSys line of aquatic controllers. BECS Technologies has regional Distributors associated with the sales and servicing of these controller/filtration systems. For Florida, Commercial Energy Specialist, Inc. is the single source for sales, service and warranty administration within the Florida and Caribbean region for the BECSys line of controllers. Other Distributors exist, but they are geographically removed from the southwest Florida region. CES is the single source for replacement parts and service for the BECSys? Chemical Controllers used by Collier County Parks and Recreation Aquatic Facilities. BECS Technologies were also used within the design of Big Corkscrew Island Regional Park Aquatics Facility. In 2014, the Immokalee Sports Complex facility was also upgraded to the BECSys? Chemical Controllers system. Explain why it is in the County's best interest to use this product/service rather than issuing a competitive solicitation: What are the benefits from the continued use? Are there costs that would be incurred if a different vendor/product was used? What would occur if another brand/vendor was used? The BECSys?, which is the system that we currently have in our aquatic facilities, provides for comprehensive mechanical room control for operators. The features associated with the BECSys5, which we also have in our facilities, are included, along with full configurable automatic filter backwash control. The BECSys? connects up to 5 filters as a standard feature adn is expandable up to 16. This is important due to the size of the filtration system associated with Sun N Fun Lagoon. The automatic backwash feature also provides drain overflow protection, water -save mode and full data logging of backwash operation. The controller gives fully integrated water chemistry, filtration and circulation control and comes with a five year electronics/two year sensor warranty. CES is the Master Distributor throughout the South East United States and the Caribbean for water treatment equipment in the commercial aquatic industry. Because of the propietary nature of the BECS Technologies, factory -trained technicians authorized by BECS must perform all service to keep the manufacturers' warranties intact. Explain how this pricing compares to other vendors/products and is it considered to be fair and reasonable: Provide information on historical use and whether pricing has increased/decreased. If sole source and no other product is available, provide the cost for addressing the needs via an alternate approach. Pricing for comparable technologies have not been sought. The current systems associated with Collier County Parks and Recreation Aquatics were chosen when the aquatics facilities were first designed as well as conversion of existing facilities using this technology. Operator familiarity with systems have encouraged use of this technology. SECS is known within the aquatics industry for their propriety water chemistry controller The system is simple to operate and supported by BECSys by Windows software, which provides operational data logs, graphs and event calendars, which assist staff to comply with both regulatory and risk management needs of the Division. Given the historical use of BECS Technologies for these systems it is estimated that a significant amount of funds would be required to competitively price and replace this existing equipment as well as to alter a change in the design of the newest aquatic facility. This would also affect service levels and require closure of the facility to facilitate a change in equipment. Staff will work with Procurement staff to assess the BECS Technology in current aquatics operations and determine if cost savings through competitively bidding on different systems can be achieved. This will occur before the conclusion of this waiver request. Will this purchase obligate the County to future ancillary products or services? Either in terms of maintenance or standardization. ❑✓ Yes ❑ No If yes, explain what types: Single source for sales, service, and warranty administration within the Florida and Caribbean region for the BECSys line of controllers associated with Collier County Parks and Recreation Aquatic Facilities. Market research and market alternatives: When was the last time a market evaluation was performed to determine if either the technology or vendor offerings have changed? Based on the life expectancy of the product, when do you anticipate evaluating the market again? Please attach a detailed market evaluation report should the complexity, duration and dollar amount of the purchase be a high ris to the County. While the amount of funds expended for this single source waiver are not insignificant, they are within a reasonable amount of funds to maintain current operations until a more formal evaluation can be completed. Staff did an analysis for these products and services in 2014, 2015, and 2017 and found no discernible difference in costs associated with other like systems. BECS Technologies has been designing and manufacturing water chemistry controllers and filtration systems for approximately 20 years. Staff will conduct a market evaluation before the conclusion of this waiver. it is a felony to knowingly and intentionally circumvent a competitive process for commodities or services by fraudulently specifying sole source to obtain a benefit for any person or to cause unlawful harm to another. Florida Statute 838.22(2). Digitally signed by Requested by: Matthew CatOe Signature-, g CatoeM atthew Date:202hew Date:2g20.01.,6,2:22:56 Date: 05,00' Division Director: Barry Williams WiIIlamsBarry Digitally signed by WilliamsBarry Date: 2020,01.1613:16:45 05'00, Date: Department Head: Steve Carrell Signature: g Carnell S DlyAallysigne.2815d by nell_s Date: 2020.01.2e 15:03:37 -05'00' Date: Required if over $50,000 Procurement Strategist: Sara Schneeberger Signature: Schneeber�yerS y ara Digitally signed by SchneebergerSara Dale: 2020,01,2913:28:16 Date: -05'00' Procurement Director: Catherine Bigelow Signature: Cat BIgeIOW apaah:yMa M weeNo.. ° °°m0ae`P� °�`k 202Am1.2SgelaegmBer9a.neL c:US Date: Or designee Nis rbie. zaza.m.zs 14,49.49-0sar For Procurement Use ❑✓ Approved Y� ❑ Requesting Additional Information Procurement Comments: ❑ Current FY _ Approval ❑✓ Multi -Year Approval ❑ Requires RFlllntent to Sole Source ❑ Rejected Start date: 01 /29/2020 End date: 09/30/2024