Loading...
Backup Documents 07/13/2021 Item #16E 1 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP LL TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 1 V E 1 THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. Risk Risk Management 7/13121 2. County Attorney Office County Attorney Office wa • ' I 4. BCC Office Board of County l 7,0)004 Commissioners J 4. Minutes and Records Clerk of Court's Office 13.„jet i:s-o, 5. Procurement Services Procurement Services PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Caroline Blevins/PURCHASING Contact Information 239-252-8947 Contact/ Department Agenda Date Item was July 13,2021 Agenda Item Number 16.E.1 Approved by the BCC Type of Document ASSUMPTION Number of Original 1 Attached Documents Attached PO number or account N/A 20-041-NS Commercial number if document is BECS Chemical Energy Specialist, to be recorded and Pool Filtration Inc. Systems (Parks and Rec) INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature STAMP OK N/A 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be CB signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the CB document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's CB signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 07/13/21 and all changes made during 1 N/A is not the meeting have been incorporated in the attached document. The County ` tiV an option for Attorney's Office has reviewed the changes,if applicable. 1 CEIVIEnhe• 9. Initials of attorney verifying that the attached document is the version approved by the N/A is not BCC, all changes directed by the BCC have been made,and the document is ready for the Lk 3a2Q ,tion for Chairman's signature. th s),ine. anagement 16E1 MEMORANDUM Date: July 20, 2021 To: Caroline Blevins, Procurement Services From: Teresa Cannon, Sr. Deputy Clerk Minutes & Records Department Re: Assumption Agreement #20-41-NS "Becs Chemical and Pool Filtration Systems" Contractor: Commercial Energy Specialist, Inc. Attached for your records is a scanned copy of the referenced document above, (Item #16E1) adopted by the Board of County Commissioners on Tuesday, July 13', 2021. The Board's Minutes & Records Department has kept the original as part of the Board's Official Records. If you have any questions, please feel free to contact me at 252-8411. Thank you. Attachment • 16E1 ASSUMPTION AGREEMENT This Assumption Agreement is made and entered into on this 14" of 2021 by and between Commercial Energy Specialists, LLC ("CES LLC") and Collie ounty, a political subdivision of the State of Florida ("County"). WHEREAS,on September 11,2018 (Agenda Item 16D16)the County awarded Agreement No. 18-7376, "Non-Bulk Chemicals, Reagents, and Pool Supplies," to Commercial Energy Specialists, Inc., and a copy of the Award Letter and Executive Summary are attached hereto as Exhibit "A" (hereinafter referred to as "Agreement 18-7376"); and WHEREAS, on July 14, 2020 (Agenda Item 16D21) the County awarded Agreement No. 20-041-NS, "BECS Chemical and Pool Filtration Systems," to Commercial Energy Specialists, Inc., and a copy of said agreement is attached hereto as Exhibit "B" (hereinafter referred to as "Agreement 20-041-NS"); and WHEREAS, on April 8, 2021, Commercial Energy Specialists, Inc., a Florida for profit corporation ("CES, Inc."), converted into Commercial Energy Specialists, LLC, a Delaware limited liability company ("CES, LLC"), and CES, LLC acquired all of CES, Inc.'s assets, as memorialized in attached Exhibit "C;" and WHEREAS, CES, LLC, hereby represents to Collier County that by virtue of the conversion and acquisition of CES, Inc.'s assets, it is the successor in interest in relation to the Agreements; and WHEREAS,the parties wish to formalize CES,LLC's assumption of rights and obligations under the Agreements effective as of the date first above written. NOW THEREFORE, IN CONSIDERATION of the mutual promises in this Assumption Agreement, and for other good and valuable consideration, the receipt and sufficiency of which are acknowledged by the parties, it is agreed as follows: 1. CES, LLC accepts and assumes all rights, duties, benefits, and obligations of CES, Inc. under the Agreements, including all existing and future obligations to pay and perform under the Agreements. 2. CES, LLC will promptly deliver to County evidence of insurance consistent with the Agreements. 3. Further supplements to, or modifications of, the Agreements shall be approved in writing by both parties. 4. Notice required under the Agreement to be sent to CES, LLC shall be directed to: [21-PRC-04659/l 634800/1] Page 1 of 2 16E1 CONSULTANT: Commercial Energy Specialists, LLC 952 Jupiter Park Lane, Suite 1 Jupiter, FL 33458 Phone: 800-940-1557 Attention: Maurice DiTrapani, CFO 5. The County hereby consents to CES, LLC's assumption of the Agreements in order to continue the services provided under Agreements No. 18-7376 and No. 20-041-NS. No waivers of performance or extensions of time to perform are granted or authorized. The County will treat CES, LLC as it would have CES, Inc. for all purposes under the Agreements. Except as provided herein, all other terms and conditions of the Agreements remain in full force and effect. IN WITNESS WHEREOF, the undersigned have executed and delivered this Assumption Agreement effective as of the date first above written. A J • BOARD OF COUNTY COMMISSIONERS r,,tirystal.1C,. iNel,Clerk COLLIER COUNTY, FLORIDA &.Con'�ptraller `�� By: _ ` i .''iNtigt as to Cantliatils('lerk enny Tay , Chair ,. _signature only.. Approved as to Form and Legality: By: tan County Attorney SOI t.4 A51n 1c-c,r CES, LLC's Witnesses: Commerc • Energy Specialists, LLC, a Delaware 1 , ited liability company By: � • Fi•st fitness1°/,a'fAi‘ Signature /nA ' A�LN IA-R Gx ,Nk N . CO' a c'RE S. Vrt -T, D) 1 9t b'i TType/print signature and titleT TType/print witness name (itaa_ , ,„ irSecond Witness ��" si ra; eterlda4It5N VV 1 IC C• 2A S(NW) I TType/print witness nameT Date .: ' iota [21-PRC-04659/1634800/1 Page 2 of 2 4 `` �...._, . . .�. (0/6, XHIBIT A Otty 1bE1 Go ler Cow. Administrative Services Department Procurement Services Division NOTICE OF AWARD 8/20/18 Mr. Alvaro Mendoza, President Commercial Energy Specialists 952 Jupiter Park Lane Jupiter, FL 33458 Via Email: rbaker(a�ceswaterquality.com RE: Contract# 18-7376 "Non-Bulk Chemicals, Reagents, and Pool Supplies" Dear Mr. Mendoza: This letter serves as notification that you have been recommended for award of the above Bid # 18-7376 "Non-Bulk Chemicals, Reagents, and Pool Supplies" furnishing service, materials, and equipment in accordance with the terms, conditions and the specifications of the solicitation. A formal contract for this service will not be necessary. The Collier County department will forward a purchase order which will serve as the County's agreement to your proposal. It is necessary you furnish Proof of insurance coverage by providing "Certificate(s)of Insurance" per the requirements outlined on the attachment. In the event that the award of this solicitation is made, either by the Board of County Commissioners or the Procurement Services Director, without a signed bilateral signed agreement by both parties, this award, and any resultant purchase orders may be terminated at any time by the County upon thirty (30) days written notice to the awarded vendor(s) pursuant to the Board's Procurement Ordinance. Thank you for your interest in Collier County, and congratulations on the award of this solicitation. If there are any questions, please do not hesitate to contact Kristofer Lopez, Procurement Strategist, at 239-252-8944. Regards, Opal Vann Procurement Technician c: Matt Catoe, Parks & Recreation T Procurement Services Division•3327 Tamiami Trail East•Naples,Florida 34112-4901•239-252-8407•www.colliergov.net/procurementservices OCAO 16.D.16 09/11/2018 EXECUTIVE SUMMARY 1 6 E 1 Recommendation to award Invitation to Bid (ITB) #18-7376 "Non-Bulk Chemicals, Reagents, and Pool Supplies" to multiple awardees: Category 1 - Non-Bulk Chemicals to Hawkins, Inc.; Category 2 -Reagents to Commercial Energy Specialist; and Category 3 -Pool Supplies to Recreonics, Inc. OBJECTIVE: To provide non-bulk chemicals, reagents, and pool supplies to the pools and water features at all Collier County Pool Facilities, which includes Sun-N-Fun Lagoon at North Collier Regional Park, Golden Gate Community Park, Immokalee Sports Complex, Eagle Lakes Community Park, Vineyards Community Park, and any future parks or water features. CONSIDERATIONS: The Parks and Recreation Division maintains the County's pools and water park facilities. Each facility needs a regular supply of chemicals, reagents, pool supplies, and equipment to maintain proper safety conditions for the public. On May 1, 2018, the Procurement Services Department released ITB #18-7376 to 2,115 vendors for the Non-Bulk Chemicals, Reagents, and Pool Supplies. Vendors downloaded forty-three (43) bid packages, and the County received four(4) bids by May 21, 2018. Staff is recommending awarding to the following responsive and responsible bidders: Hawkins, Inc. for Category 1, Commercial Energy Specialist for Category 2, and Recreonics, Inc., for Category 3. Staff found Leslie's Poolmart, Inc. non-responsive for taking exception to and modifying County required terms and conditions. Respondents: Company Name City County State Bid Amount Responsive/Responsible Hawkins, Inc. Apopka Orange FL Category 1: $579 Y/Y Category 2: $344.10 Category 3: No-bid Commercial Jupiter Palm FL Category 1:No-bid Y/Y Energy Specialist Beach Category 2: $165.94 Category 3: No-bid Recreonics, Inc. Louisville Jefferson KY Category 1: No-bid Y/Y Category 2:No-bid Category 3: 2-10% off catalog pricing Leslies Poolmart, Phoenix Maricopa AZ Category 1: $349.61 Non-Responsive Inc. Category 2: $175 A Purchase Order, with the County's standards terms and conditions, will be issued for this award. The award is for three (3)years with two(2) one (1)year renewal options, and prices shall remain firm for the initial term of the award. FISCAL IMPACT: Funds to maintain aquatic facilities are available within various cost centers in General Fund(001), Unincorporated Area General Fund(111),and Parks CIP Fund(306). GROWTH MANAGEMENT IMPACT: There is no growth management impact. LEGAL CONSIDERATIONS: This Item is approved as to form and legality and requires majority vote for Board approval. -SRT Packet Pg: 16.D.16 09/l1/201$ 6 E I RECOMMENDATION: To award ITB #18-7376 "Non-Bulk Chemicals, Reagents, and Pool Supplies" to multiple awardees: Category 1 - Non-Bulk Chemicals to Hawkins, Inc.; Category 2 - Reagents to Commercial Energy Specialist; and Category 3 - Pool Supplies to Recreonics, Inc. Prepared By: Matthew Catoe, Operations Analyst, Parks and Recreation Division ATTACHMENT(S) 1. 18-7376 Solicitation (PDF) 2. Recreonics_Inc Bid Docs (PDF) 3. Commercial Energy Specialist_Inc Bid Docs (PDF) 4. Hawkins Inc submittal (PDF) 5. 18-7376 Bid Tabulation(PDF) 6.NORA Signed (PDF) Packet ' f.1456 1 6 E 1 EXHIBIT B GENERAL SERVICE AGREEMENT (NON-SOLICITATION) # 20-041-NS for BEGS CHEMICAL AND POOL FILTRATIONuu�� SYSTEMS THIS AGREEMENT. made and entered into on this 144* day of 2020 , 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 for a five ( 5 ) year period, commencing 1■ upon the date of Board approval of 1 ; off 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 lit Purchase Order i Notice to Proceed. 3. STATEMENT OF WORK. The Contractor shall provide services/products in accordance with the terms and conditions of this Agreement, E h+bft--A---Seope-'ef—Ser-vtees, atfesbed-fe-this-Agfeer e^t 1111 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 approval of a • Single Source Waiver. �` Sele-Seufee--VVa+vef, E-xerp#ien-ffefR-the GefRpetft ve--P eeo� . ©##ref: Page 1 of 17 General SC(nice Agreement Nom Solicitation P20{7.004(Ver 2) CAO 16E1 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. 4. THE AGREEMENT SUI'4 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. Stets., otherwise known as the "Local Government Prompt Payment Act". L e--Geuf y-skull-pay-the-Con-tractor--for.the-perfor+ anoe-of-this--Agreerent-based--ran Exk►+L ii-B--Fes-Sohedula, attacked-tasreta-and-the price-+xretkaedelog-y-as-defined--in Section-4.:-1—Rayment-will-be-ra ade--upon•-receipt-af-a--proper invotoe-an4-44nner►-approval by--the County's Contract-Admihistral+ve-Agen1><W-reject-Manager-and in-comp e-w4h Chapter 218, Fla. Slats., otherwise-knowera�+ er�t-€reraapt-P-ayment Act= The-County shall-pay the-Coy-►tractor for---this--performance of-this-Agreement-tea estimated-ma-xir urmaF' cunt-of 4 20.041-NS }- per--County--fiscal-year-based on-units/sarv-ices--kg•Pis#ed--pursuant-to.the-..quoted-priced offered-by-t-he-c 4trac1or in response-to-a-specific-1 es}uest-for-Quotation--arid pu rrt4e P-rice-M-ethodology-ir►-Ser tier 4A--. aymer�l will auble-upon-receipt-af-aF-pro per--invoice and-+pon-approv l-ley-the--County's--Cer ct- tlanager;-and ire-compliance--ail!#-Chapter 218-- la: Stats--otherwise-known as-the- "Local-Government P—rQn pt--P--a-yxa-ma11t-Act"- 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. Tl.ne-and-Materials: The County-agrees-ta,gay-the-contractor-for-the-arigaun1-af-labor traotai semplsyees-an erk(number of-#ours-tirxres-#our-ly-rate),-and-for matey+als-anct equ-ibment-usert-irl-the-proje kast-ef Page 2 of 17 tienci l Service Agreement Nun-Solrcrtalmn t±2f117•001(Vey 2) 16E1 teriials--pigis-the-oontrasto•r's-s Markup)--T-his r et>h slegy-is-generally sod-ire-projects-ire wbioka-it-is r t poesiblra-to a rattily-estimate-ilae-size-of-tbra-project--or-whera-it-is_expeoted thai-the-project--rep> irem ikely- flange, As a general--bosir{ess--practice; thesei•e tracts-include-back-up dostrmentatiora--of-oastsir#wises--would-ipclode--rrorxrber of-nouns-worked-art--billing-rats--by---position (and not company (or suboontrastor4 timekeeping or payroll--records)-,material-or-eguipnaen#-intakes-and-other--reirrib+rsal to documentation for-t#e-project- (II 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. 4-4 7 T-eau-ela d-Reirribursabie-Expenses:Tra"vel-nod-Reimiatrr-sabia-E-xperrses nrust--be-approved-in aduanss in waiting by-the-Go-144y. Travel--axper►ses-shall--be reimlawsed-as-per-Sectier -06 -la--Stats- Reirxtburserrrents--shad-be-at-the-foltowing rates_ . Mileage $0 dq.5 per-rile Breakfast $6-00 t<ussh $11.00 Dinner___. $19.00 Ai4are Actual-ticket-cost limited-to-tourist-or-coactr class-fare Rants! car AGtuai-rental cost-lirnited-to-sornpaGt-or standard-siize-vehicles Lodging r;cy-rate _ par-n+ght Rg Actual-Gast-of-pa-C }ag Taxi-or--Airport-Liaaausine r-1 lino Ratmbursabie-1 P s-o laer that►-travel-expenses-shall-be-limited-to-the-following---telepl ne tang-distance-charges-fax charges-phatoGopying-charges-ar+d-postage. Reirrabursable hennas-will--be-paid-only-after-Gor}#aGtsr has--pravided-all-receipts. Contractor shall-be respar+sikale for all ether Gostb---and-exile es-associated-with-aGtiuities-arrd--s licitatioras undertakers rsuarv--te-thin-Agreement- Pave 3()l'17 C�cn7etaI Ser0'nec Agreement Nor'-Solicitation 02017-004 6 Vet 2) "'tfl CA®, 16E1 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: Mark E. Robinson Attention Name & Title: Telephone: (800)940-1557 or (561)746-5898 E-Mail(s): mrobinson@ceswaterquality.corn 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-Solicrtalwnn!120I7-0041(Vet 2) f;'kt`w CAO 16E1 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. (C 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. (II Business Auto Liability: Coverage shall have minimum limits of $ 1,000,000.00 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Page 5of17 General Scr ice Agrcemcf N,n-S,licaau,m 02017-004{Vcr 2) CA�T�1�' 16E1 Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. • Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $ 1 ,000,000.00 for each accident. D. Al 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. E. (_.. Cyber-k-lability--Gevarage-s#gaff-knave 4)044am-1411.4s-e4 -per--elafm. 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 6of17 l.;cneral Service Agrcemem Non.Sol lcitalion 4217I7-(7{14 Vet 2i CA9 16E1 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: ( Oet ante -P eposa4, Insurance Certificate(s), � E*hib-A- e e of S viees, •j Exhibit B Fee Schedule. ( subsegtrer+t dates- and IN Other Exhibit/Attachment: Waiver 17. APPLICABILITY, Sections corresponding to any checked box expressly apply to the terms of this Agreement. 18. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 19, PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b, Prohibition by the Pare 7 of 17 General Scnice Agreement Non-Soliettelroe#2017.00.1(Vet 2) 16E1 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 02111174)04(Vet 21 ii / Fr 16E ,� 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: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it P:we 9 of 17 General Service Agreement Nan•Solicitalmn N2U17.0 14(Ver.2) ,CAO 16E1 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. [IIII 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. II 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. U 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 Serclee Artreenieni tion•Sollenatron#2017.0040.1er 21 16E1 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. 34. I I KEY-RERSONNEL. The-Ge rae4ef's-per-sOWel a+id-+ a+}a eRRt-te-be--k*tilized--fer dgeable--i anise-- e--Gott t esecves— he figs t to perfofm investigations as-may be deemed nece Page I I of 17 General Service Agreement lion-Solicitation 42.O17-(X 4(Ver 2) 16E1 persons will be+3t-itized-its-the-gerformanoe-of-t+e-Agreemer #e-Goetraster-null-assign as a+ y-people-asneeessary-te-scamplete-the-aservises ely-basis- rid-eaon-pees n assignedi-shall- e-available-fear-anemount-ef-time adequate-te-raeet.-t#e-required-scry+ee raster-shall-riot-oha+ ge-Key-Personnel-unless-the-€ol4ovweg-oond4ioas are me -(4-)-Prepes d-replaee+ ents have-sudste tally-tl+e-sarne-er bct-ter-qk alifieations and&ef-e*pericnce. (2) that-the-Gou ty-ls-notified in writing--as-far-in ad oe-as-possi le: The-Contractor-shall make-eommereially reasonable effer#s-to-notify-Gellier-Feu#y-within seven-q+-days-e y-seta a ropQsed-replaoerr eat personnel. !MI 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 he utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. ■ ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, t#ie-terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Doeuments-shall take precedence. [� ORDER-OF-P-REGEDENG€-(Grant Funded-}—In-the-event-ef-any-coonflict-between-or amer}g-the-terns-of-any-of-the-6en#raet-Doetr+ eats-ar+dier-the-C.ottntyls-Bard-approved Executive-Summary;-the torms-of-the-Agreement-shalt-take-preeedenee over-the-ter+ns-ef all-other-Contract Doeumento e*eept-the-terfns-of-any-Supplernentanditions-ehall-take pfeeedenee-ever-the--Agreement—Te-the extent-any-eon#lief-in-the-terms-ef-tire--Gentraet Deouments Cenne be-fesolved-by-applieat+en of-the-Supplemental-Genditiono, if any--or tne-Agrecrncnt, the conflict shah-be-resolved-dy--i+nposing--the- ere :Ttrict or costly obligation-under-the Gontraet-Doet+ments-t pen-the Contractor at-Geunty's thseret+en. 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 k.;r+ e stp.-+ra .\4,4.. t+,+-A}etrl±+»i}r,4000rr+40.4,4-tNW 4 vo?4 GA® 1 6 E I 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. III 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 020I 7-004(Ver 21 S 16E1 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 Kin.el, Clerk of Courts & Comptroller '. '..-,�" 'CSC Y ' :• , BB ...4 E e J y ,...a... BURT L.SAUNDERS , Chairman Dated: d r {SE i,t It!‘: `go' airman's . iignattfe only. Contractor's Witnesses: Commercial Energy Specialist,Inc. Contractor r, �,:e- ti. - s.,--s-Z'fr Y: (, nature to tractor's First Witness Si 9 ,--) MAIN_ Ge , t\ t.AJ ()A) �' f 1,�r �� � /� cv: { TTYpel rint signature and titiel TType/print witness nameT Contractor's �ond Witness c'szt--I rt A C. tOrtLw brae e TType/print witness nameT Ap d as to F an Le lity: County Attorney P nt Name Page 14 of 17 General Service Agreement Non-Solicitation!l2017.004(Ver.2) =:`:try rAd 1 6 E 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. Ail 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©a 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. a 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-Sol icitation#20I7.0104(Vet 2) t.� 1 6 E 1 - 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. Ail 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 420I7.0fl4(Vet 2) `r,S(1 1 bE1 Exhibit A Scope of Services 7 following this page (pages through _) III this exhibit is not applicable Page 15or17 General Service Agreement Non-Solicitation 42017-M4(Ver 2) CAS CAU 16E1 Exhibit B Fee Schedule Ii following this page (pages 1 through 28) C this exhibit is not applicable The Vendor has agreed to extend a 15% discount off the attached list prices. Page 16 of 17 (ii`ncrd Sam,c Agreermnt Non-Solicitation#20 7-001(Vcr 3,7 16E1 5-50 SCFH BECSys CO2 Feeder 2018 Office 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 $100,00 iE X No Injector -$25.00 IX 1, Input Voltage Selection 02 1 115 VAC Input Power 01 2 230 VAC Input Power 02 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 2018 Office Trade Use Part# Data Sheet ENG-5749-DOC Price Code 2100299- BECSys CO2 20-200 SCFH Feed System $800.00 B 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 input power Wednesday, February 28, 2018 2018-0O2.xlsx-CO2 Feeders 16E1 CO2 Accessories 2018 Office Trade Use Part# Data Sheet ENG-5749-DOC Price Code 9680043 Single Tank Regulator $580,00 B 9680045 120VAC Heater S460.00 B 9680046 240VAC Heater $460.00 B 2210343 Dual Tank Regulator (Manual) $1,450.00 B 9680044 Automatic Dual Tank Regulator $1,400.00 B 8060884 CO2 8mm (5/16") tubing converter $6.00 A Wednesday, February 28, 2018 2018-0O2.xlsx-CO2 Accessories 16E1 CO2 Feeder Replacement Parts 2018 Office Trade Use Part# Data Sheet ENG-5749-DOC Price _ Code 8060956 5-50 SCFH flow control meter $200.00 B 8060753 20-200 SCFH flow control meter $220,00 B 2210306 120VAC CO2 solenoid valve $240.00 B 2210309 240VAC CO2 solenoid valve $240.00 B 2210326 Diffuser Assembly $60.00 B 2220578 Diffuser(formerly PN 8060794) $15.00 B 2220353 Diffuser Bushing. 1/2" NPT $15.00 B 8060792 Check Valve. 1/4" NPT $25.00 B 8060757 1/4" NPT Straight Adapter. 3/8" Tube $5.00 B 2210327 Eductor Assembly $200.00 B 8060795 Eductor $150.00 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 $1.00 B Wednesday, February 28, 2018 2018-0O2.xlsx-CO2 Replacement Parts 4}I, f„ � ���� � 2U18 Off ice ���� ��ens��rS Trade Use Part Data ��hwe�ENG321�x]C Price For use vv|th Code . 8660013 BECSyspHSensor, 36' cab|e $25U.00 BECSya23.57 D ' ' 9660010 8ECSyapHSensor, 10' oable $280.00 8ECSys2.3.5.7 D Off ~ Trade Use Pmrt# Data Sheet ENG-4317-oOC Price For use with Code 8660032 BECSymORPSensor, platinum band, 3S'' cable $310.00 8ECSys2,3.6.7 D 8680023 8ECSyeORPSensor, platinum band 10' ceble $320.00 BECSys23.57 O 9660038 BECSyoORPSensor, solid gold band, 36^ nab|e $550.00 BECSys23.5.7 D ^ . 9668048 BECSys ORP Sensor, solid gold bend 10' mab|e $560.00 BECSys2.3.5.7 D Sensor��S�r Accessories Office Trade Use Part# Price For use with Code 4/KC| ao|udon (pint)� recommended for long-term all pH and ORP BSU0�G1 �5G.0O B �nragoofsenworo sensors 8680015 112'' wetting cap for pH and ORPsensors $1U.00 all pH and ORP B sensors 9520228 BNC5' Extension Cable $132.00 all pHand ORP A sensors Remote ProbeMudu|e requires Interface Board all pH and ORP 1180178 (1200531) whon using with BECSyocontmUuro. $SOO.OU B sensors Call BECB tech support for details, 1200531 Remote Probe Module Interface board $100.00 BECSys5. BECSys7 8 Monday, m1arcoO5' I018 2018'5eomaox|sx' pH-ORP 16E1 Temperature Sensors 2018 Office Trade Use Part# Data Sheet ENG-4327-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 Conductivity/TDS Office 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 Turbidimeter Office 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 $150.00 1210261 B Monday, March 05, 2018 2018-Sensors.xlsx-temp-TDS-turbidity • r$J 16E1 Free chlorine (CP-1) 2018 Office Trade Use Part# Data Sheet ENG-6066-DOC Price For use with Code 2210422 CP-1 Sensor, LH (COW) wind. for use with LFC. $700.00 LFC PN 2210452 B Includes beads and 0-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 $1,300.00 and Sys5BECSys3 Chlorine sensor 2210457 CP-1 Sensor, RH (clockwise) wind, for use with $700.00 CCFC2 PN 2210402 B CCFC2. Includes beads and 0-rings. 2210444 Replacement glass cleaning beads $5.00 CP-1, both versions C 8060808 CP-1 Sensor 0-Ring 3132x0.987 ID' $2,00 2210422, 2210457 B (also used for Total Chlorine sensor) 8060671 Flow meter used in Free & Total Chlorine Flow Free &Total $160.00 Cell Chlorine Flow Cell Monday, March 05, 2018 2018-Sensors.xlsx-free chlorine (CP-1) �AO 16E1 Free chlorine (membrane) 2018 Office Trade Use Part# Data Sheet ENG-4349-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 $1,850.00 and BECSys3 Chlorine sensor 9660005 Free Chlorine Sensor only, no flow cell $1,300.00 BECSys5,7, _ C and BECSys3 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 8060671 Flow meter used in Free & Total Chlorine Flow $160.00 Free & Total Cell Chlorine Flow Cell 2220363 Free chlorine probe nut $20.00 Free Chlorine Sensor C Free Outlet Tank Office Trade Use Part# Data Sheet ENG-4349-0OC Price For use with Code 1100346 Free Outlet Tank for membrane Chlorine Sensors $1 800.00 Membrane chlorine (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 $1,200.00 1100346 B pump, used in 2012 model, and retrofit kit) 2210353 Replacement continuous duty pump $1,150.00 1100346 B Monday, March 05, 2018 2018-Sensors.xlsx -free chlorine (membrane) ; ;? ICAO 1 6E1 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. Office Total/Combined chlorine with Trade Use Part# CP-1 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-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 ENG-4659-DOC Price For use with Code 8660044 Total Chlorine Sensor only (replacement), no flow $2 600.00 BECSys5,7, CCFC, cell or cable CCFC2 8520232 Replacement cable for Total Chlorine Sensor $240.00 Total Chlorine Sensor 8660044 8680055 Replacement Membrane for Total Chlorine Sensor $250.00 Total Chlorine Sensor 8660044 8660044 8680056 Electrolyte for Total Chlorine Sensor 8660044 $180.00 Total Chlorine Sensor 8660044 2220362 Plug for Total Chlorine Sensor spot in flow cell $15.00 CCFC, CCFC2 B 8060810 0-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 0-ring retainer $20.00 CCFC, CCFC2 B 8060808 Total Chlorine Sensor 0-Ring 3/32x0.987 ID, (also $2.00 CCFC, CCFC2 B used for CP-1 sensor) 8060809 Total Chlorine Sensor 0-Ring 3/32x1,174 ID $2.00 CCFC, CCFC2 B 2018-Sensors.xlsx-total-combined chlorine 16E1 Free Outlet Tank Office Trade Use Part# Data Sheet ENG-4349-DOC Price For use with Code 1100346 Free Outlet Tank for membrane Chlorine Sensors $1 800.00 Membrane chlorine (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 $1,200.00 1100346 B pump, used in 2012 model, and retrofit kit) Monday, March 05, 2018 2018-Sensors.xlsx-total-combined chlorine rTh 16E1 Pressure 2018 Office Trade 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 BECSys5,8W,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 Vacuum Office Trade Use Part# Data Sheet ENG-4319-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 Swichgage Office Trade Use Part# Data Sheet ENG-4319-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 0-50 psi $310.00 BECSys8W,7 A Murphy A2ODP-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) Monday, March 05, 2018 2018-Sensors.xlsx-psi-vac 1bE1 Flowmeters and Saddles 2018 Office Trade Use Part# Data Sheet ENG-4320-DOC Price For use with Code 8660008 Flowmeter ('/2" -4") $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 2.5" 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 8 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 8 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, 2018 2018-Sensors.xlsx- flow itM aol 16E1 LFC - Lighted Flow Cell (aka CCFC3) 2018 Office Trade Use 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 $1,300.00 BECSys7, 5, 3 B 2210422 or sample stream kit 2210529. Formerly PN 2210452. 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 B include CP-1 sensor PN 2210422. 2210584 Lighted Flow Cell end plate (no CP-1). Used $80.00 LFC 2 bolt design B when removing a CP-1 module. Lighted Flow Cell Upgrade Kit to add CP-1 port for a BECSys5 or BECSys7. Includes BECSys7 BECSys5 2210585 LFC CP-1 module (2210583) and CP-1 $1,100.00 B sensor with glass beads. NOTE. Adding a CP- LFC 2 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 2210586 port for a BECSys3. Includes LFC CP-1 $1,300.00 B 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 2210422. Lighted Flow Cell Upgrade Kit to add CP-1 port for a BECSys5 or BECSys7. Includes BECSys7, BECSys5 2210551 LFC CP-1 module (2210535) and CP-1 $1,100.00 B 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 2210552 port for a BECSys3. Includes LFC CP-1 $1,300.00 B 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 2220533 Acrylic cover: main sensor area $30.00 A 2220534 Acrylic cover:CP-1 area $30.00 A 2018-Flow_Cell.xlsx-Lighted 16E1 8060927 0-ring; CP-1 front face $2.50 2210516 B 8061071 0-ring; flow switch front face $2.50 2210516 B 8061073 0-ring; main sensor front face $2.50 2210516 B 8061072 0-ring; CP-1 rear face $2.50 2210516 B 8061092 0-ring; CP-1 cable receptor $2.50 2210516 B 8060669 0-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 8060899 0-ring; passage to non CP-1 module $2.50 2210516 B (formerly PN 8061150) 8061106 screw; CP-1 module to main LFC module $1.00 2210516 B 8060173 screw; CP-1 receptor $0.30 2210516 B 8060189 screw; CP-1 acrylic front $0.20 2210516 B 8060625 screw; back plates for main LFC module and $0.90 2210516 B CP-1 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 B 8520305 LFC cable. internal CP-1 module $20.00 2210516 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 $240.00 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) Tuesday, March 13, 2018 2018-Flcw_Cell.xlsx-Lighted 16E1 Round Flow Cell 2018 Office Trade Use part# Data Sheet ENG-4315-DOC Price For use with Code Round Flow Cell kit includes 1 Body 1220210, 1 Acrylic Cover 1220205, 1 0-Ring All BECSys and 1210147 8060626, 1 Mounting Plate 120207, 4 Screws $175,00 Strantrols E 8060625 and 4 Screws 9060189: does not include any plugs for unused holes. 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 0-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, $195.00 1210147 B 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 $425,00 1210147 B and fittings (does not include Round Flow Cell Kit 1210147) Monday, March 05, 2018 2018-Flow Cell.xlsx- Round 16E1 2018 Office Trade Use Part# Common Flow Cell Components Price For use with Code 8060189 Screws-Acrylic Cover, 25 piece minimum $0.20 All BECSys B 8060623 Elbow, 90' PVC $5.00 All BECSys B 8060624 Elbow 45' PVC $9.00 All BECSys B 8060538 Plug, '/4" PVC $4.00 All BECSys B 8060541 Nipple, '/2" Close $2.00 All BECSys B 8060621 Sample valve, ''/4.' Ball Cock $32.00 All BECSys B 8060546 Ball Valve, '/" PVC (formerly PN 9060546) $18.00 All BECSys B 9060549 S80 Bushing, PVC '/4 x $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 B Cell 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, 2018 2018-Flow Cell.xlsx- Parts 1•`; 16E1 Flow Switches 2018 Office 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) 9060547 Spring Check Valve $80.00 9660007; Not needed with 2100419 Rotary Flow Switch replacement kit includes 1 2210550 Pin, 1 Cover. 1 Wheel. 1 0-ring $35.00 Rotary Flow Switch B (formerly PN 8680019) 8060863 Rotary Flow Switch replacement Pin (formerly PN 8060663) $7.00 Rotary Flow Switch B 8480205 Rotary Flow Switch replacement Cover $12.00 Rotary Flow Switch B (formerly PN 8060664) 2220332 Rotary Flow Switch replacement Wheel (formerly PN 8060665} $17.00 Rotary Flow Switch B 8060810 Rotary Flow Switch replacement 0-ring $2.00 Rotary Flow Switch B (formerly PN 8060666) 8060866 Low flow adapater for Rotary Flow Switch $1.00 Rotary Flow Switch A Monday, March 05, 2018 2018-Flow Cell.xlsx- Flow switches 16EI 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 0 Office ORP Sensors Trade Use Part# Data Sheet ENG-4317-0OC 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 0 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 all pH and ORP 8680015 1/2' wetting cap for pH and ORP sensors $10.00 sensors all pH and ORP A 9520229 BNC 5' Extension Cable $132.00 sensors Remote Probe Module. requires Interface Board all pH and ORP 1100179 (1200531) when using with BECSys controllers. $500.00 sensors Call BEGS tech support for details. 1200531 Remote Probe Module Interface board $100.00 BECSys5, BECSys? B Monday, March Os, 2018 2018-Sensors,xlsx-pH-ORP C40 16E1 2018 Office Temperature Sensors Trade 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 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.) Conductivity sensor add-on kit: includes "T" fitting $40.00 Conductivity Sensor A 2210389 and parts for installing sensor Office Turbidimeter 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 $150.00 1210261 B Monday, March 05, 2018 2018-Sensors,xlsx-temp-TDS-turbidity _> (c9o• 16E1 Free chlorine (CP-1) 2018 OfficeTrade Use Part# Data Sheet ENG-6066-DOD 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 $1,300.00 and BECSys3 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 0-Ring 3/32x0.987 ID: $2.00 2210422, 2210457 B (also used for Total Chlorine sensor) 8060671 Flow meter used in Free & Total Chlorine Flow $160 00 Free &Total Cell Chlorine Flow Cell Monday,March 05,2018 2018-Sensors.xlsx-free chlorine(CP-1) 1 6 E 1 2018 Office Free chlorine (membrane) Trade Use Part# Data Sheet ENG-4349-DOC Price For use with Code Free Chlorine Sensor with flow cell, including flow gECSys5,7, 2210328 and psi restrictor assembly and port for Total $1,850.00 C and BECSys3 Chlorine sensor _ BECSys5,7, C 9660005 Free Chlorine Sensor only. no flow cell $1,300.00 and BECSys3 Replacement Membranes (2 pieces) $220.00 Free Chlorine Sensor C 8680016 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 Flaw 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 1100346 Free Outlet Tank for membrane Chlorine Sensors Membrane chlorine $1,800.00 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 $1,200.00 1100346 B pump. used in 2012 model, and retrofit kit) 2210353 Replacement continuous duty pump $1,150.00 1100346 B Monday, March 05, 2018 2018-Sensors.xlsx-free chlorine (membrane) ft 16E1 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 BECSys51 CCFC B chlorine sensor. - Office Total/Combined chlorine with Trade Use Part# CP-1 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-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 ENG-4659-DOC Price For use with Code 8660044 Total Chlorine Sensor only (replacement), no flow $2 600.00 BECSys5,7, CCFC, B cell or cable CCFC2 Total Chlorine Sensor B 8520232 Replacement cable for Total Chlorine Sensor $240.00 8660044 8680055 Replacement Membrane for Total Chlorine Sensor $250.00 Total Chlorine Sensor B 8660044 8660044 Total Chlorine Sensor B 8680056 Electrolyte for Total Chlorine Sensor 8660044 $180.00 8660044 2220362 Plug for Total Chlorine Sensor spot in flow cell $15.00 CCFC, CCFC2 B 8060810 0-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 0-ring retainer $20.00 CCFC, CCFC2 B Total Chlorine Sensor 0-Ring 3132x0.987 ID, (also $2.00 CCFC, CCFC2 B 8060808 used for CP-1 sensor) 8060809 Total Chlorine Sensor 0-Ring 3132x1.174 ID $2.00 CCFC, CCFC2 B 2018-Sensors.xlsx-total-combined chlorine 9p 16E1 Free Outlet Tank Office Trade Use Part# Data Sheet ENG-4349-DOC Price For use with Code 1100346 Free Outlet Tank for membrane Chlorine Sensors $1,800.00 Membrane chlorine (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 $1,200.00 1100346 B pump, used in 2012 model, and retrofit kit) Monday, March 05, 2018 2018-Sensors.xlsx-total-combined chlorine 16E1 2018 Office Pressure Trade Use Part# Data Sheet ENG-4314-DOC Price For use with Code Pressure transducer with 100' cable $660067 (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 0 Formerly PN 8660029 Office Vacuum Trade Use Part# Data Sheet ENG-4319-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 Swichgage Office Trade Use Part# Data Sheet ENG-4319-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 0-50 psi $310.00 BECSys8W,7 A Murphy A2ODP-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) Monday, March 05,2018 2018-Sensors.xlsx-psi-vac 16E1 2018 Office Flowmeters and Saddles Trade Use Part# Data Sheet ENG-4320-DOC Price For use with Code 8660008 Flowmeter (1/2" -4') $600.00 BECSys5,BW,7 B 9660009 Flowmeter (5" - 8") $640.00 BECSys5,BW.7 B 9660004 Flowmeter (10" - 36") S650.00 BECSys5,BW,7 B 8680040 2.5" PVC Clamp-on Saddle $230.00 9660008 B 8680021 3" PVC Clamp-on Saddle S280.00 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, 2018. 2018-Sensors.xlsx-flow 6`-0 1 6 E i F L U I D R AOLTANK - HORIZONTAL FILTERS 2020 US List Pricing Pricing Effective 01/01/2020 •Confidenlinl fnformntion- ygp .Part Manufacturer Part a Manufacturer Name Dencclptloo 2024 LIST PRICE HORIIONTAL 63",Top Piped,Single Tank System 63320043696+T4 633200-0606•T-1 FLUIDRA USA Piping Kit.6"lull./Effl a G"in Tank Connection y 6'OW for 1 Tank Top Piped Syste $ 3,503.00 6337110.06OG T-1 633700.06064-1 FLUIDRA USA Piping Kit•6"Infi./EM.x 6"Tank Connection x 6"BW for l tank Top Piped System $ 3,546.79 63410.36064-1 63410.06664-1 FLUIDRA USA Pipinglirt•8"infl./ERI.x 6"Tank Connection a 6 in BW lot l tank Top Piped Systen $ 3,599.33 6346048061.1 63460.36064-1 FLUIDRA USA Piping Kit•6-Intl./£Ill a6'Lnk Connection.4'BW for 1 Tank Top Piped System $ 3.64312 63510.06064-1 635101606-7-1 FLUIORA USA P,ping Kit-6'"inn,/Effi a 6"Tank Connection+6'BW for 1 Tank TOP PipedSystam S 3,686.91 HORIZONTAL 6 3",Top Piped,Two tank System 63%XX-0866.7-2 63XXX-0806-T-2 FLUIDRA USA piping Kit B"self/£OP.a 6"Tank Connection x 6"SW for 2 tank Top Piped System. 5 6,69948 63XXX1006-1.2 63XXX-1006-T-2 FLUIDRA USA Piping Kit 10'inC,/Eftt-e6"Tank Connection a 6'OW for 2 tank Top Piped System. S 7,88617 HORIZONTAL 63",Top Piped,Three Tarok System 63XXX.1006•7.3 63XX%-1008-T-3 PkuiORA USA Piping Kit 10'Intl/01 x6'ta^k Connection a 6'BW for 3 tank Top Piped System S 12,755,29 63%01•1206-T-3 6310X.12664-3 FLUIGRA USA Piping Kit 12"loll I Em a 6''ank Connection a 6'OW for 3 tank Top Piped System. S 14,929 75 HORIZONTAL 63",Top Piped,Pout Tank System 63X/0(•1006.1-A 63XXX-3006•14t Pt UtORAUSA Pipng Kit 10"loll I sift.x6'tank Connection a 6 8W br 4 tank Too Piped System S 31,3A422 63XXX•1206.T-4 63XX%-1206-T+1 TWUIGRALMA Piping KU 12"InR/FRI a6'Tint Connection a6'OW for 4 tank Top Piped System. S 19,310 2}3 HORIZONTAL 63",Top Piped,Flye Tank System 63XX0(-1206-T-S 633XX-1206•1.S aLU10RA USA Piping Kit 12•Intl/FPo a 6'Tank Connection a 6'BW for 6 tank Top Piped System. S 24,245.12. C40 16E1 FI L U I D R ADLTANK - HORIZONTAL FILTERS 2020 US List Pricing Pricing Effective 01/01/2020 -Confidential l of ormation- Vendorport1i Manufacturer Part A Manufacturer Name Description fDi 2020 LIST'PRICE 02582 02582 FLUIDRA USA Cepex 3"Butterfly Valves,EPOM Seals,Zinc Shaft $ 160.14 02372U 02372U FLUIDRAUSA PVC SCH 803"FlengeKit w/Zinc Hardware $ 113.43 3V8060•10T-1 3VB060-KIT•1 FLUIDRA USA Electric Actuator,120V,50 Hi,for 3"Butterfly Valve $ 2,091.79 D2583 02583 FLUIDRA USA Cepea4"Butterfly Valves,(POMleuft,Zinc Shaft $ 177.65 02373U 02373U FLUIDRAUSA PVC SCH B04"Flange Kit w/Zinc Hardware $ 145.96 4V8110•KI1-1 4V81104KIT-1 FLUIDRAUSA Electric Actuator,120V,60Ht,for 4"Butterfly Valve $ 2,34431 02586 02586 f LUIDRAUSA Cepex b"Butterfly Valves-EPDM Seals,Zinc Shaft $ 253.55 02376U 1123761/ fI.UiDRAUSA PVC SCH 806"Flange Kit w/Zinc Hardware 5 196.00 6V0190-KIT•1 6V8190•KIT-t FLUIDRAUSA Electric Actuator,120V,60 Ht,for 6"butterfly Valve S 2,384.54 02587 02587 FLUIDRAUSA Cepes.8"Butterfly Valves,EPOMSeals-ZincShaft $ 376.99 02378U 02378U FLUIORAUSA PVC SCH oar Flange Nit w/2intHardware S 239.37 RV819041T-1 8V8190-KIT-1 FLUIDRAUSA Electric Actuator.120V,60 Hi,for 8-Butterfly Valve $ 2,384-54 0584250SM0 05842505MD FLUIDRAUSA Cepex 10"Butterfly Valves,EPOMSeals,Zinc Shall S 978 34 02379U 02379U RUMBA USA PVC SCH 80 10"flange Kit w/Zinc Hardware 5 706-44 10VB3SO•KIT-1 SOVB3S0-KIT-1 FLUIDRAUSA Electric Actuator,120V,60 Hz,for 10"Butterfly Valve $ 2,720.66 0584315SM0 05843155MD FLUIDRA USA Cepex 12."Butterfly Valves,EPOM Seals,Stainless Steel Shaft $ 1,612.21 02380U 02380U FLUIDRAUSA PVC SCH 8012"flenge Kit w/Zinc Hardware $ 706.44 12EA575-KIT-1 12EA575-KIT-1 FLUIDRAUSA ElectricActuator,120V,60 Hz,for 12"Butterfly Valve $ 4,799.94 CAO 16E1 fit' L U I D R A POLTANK - HORIZONTAL FILTERS 2020 US List Pricing Pricing F.ffcalve 01/01/2020 -Corr/%dent*D(fnforrtlation- VepdatPPeld MenufactOre?HortR MenuMcturer Name Oa H Option 2020 LIST OWL HORIZONTAL 47",Top►Iped,51n41e Tank SyHerm 4 215 7 066 6-T-1 421570606.7.1 F1U10RA VSA Mo.n0 Mt F'toll/F8 X6"in Tank Continuo/1r6-6W foil ton*Top 1Opod S5Herm w/15.7FAt.11ratr*n Mee. 5 3,3/0.31 421761166E4.1 421760606.T•1 '1U10RA t/4A Piping Xrt-6"Intl./Ern..6"lank Connecuon.6"BW for l Tank Top Piped 60174.71w/12.5 FI'Fillrriion Area. 6 3.327.65 477100606-1•1 4/21096004.1 FIU1QRA VSA aromgX.l 6'Intl/FM..6"Tank Conner s,nn,61n 6W for 1 tank Top Pined System NI 21.6 Fe FI11ra110n Area 5 3,34T..16 42160 06064 1 412604600.71 II t1111RA U54 Piping Mt 6"Loll/FIR•b"lank Conner t.0nr6'OW Mr l Tank Top Piped SMnnw/26.0 F1'FRfral101 Area. 5 3,36610 4230096064.1 413000666.T 1 FLUIDRAt15A Piping tl-6"1.1/FM.X S"Tank Connection s6'BW for l Tank lop Piped System w(30.O FS'FdlrallO0 Aiea. 5 1,400 6/ 42340-9606.11 42340960611 ;IU1DRA U5A Mom,a,l•6'In6/CMX6"Tank(onnecl,on r 6'BWtor 1 rank Ton Piped System w/14.OW F111 reign Area 5 1.41194 473E0960641 4)1609666 T 1 FLUIDRAUSA Piping c,t 19'roil/FM.6 Tank Connection a6"BW for 1 Tank Top Flood Sysem w/360 TO FUtral.on Area 5 1,45421 474706606.1-I 4 2 4 20 416 06II FLUIDRA VSA !ping ail a'.nil(VP.6'tank Connerl'On a6'KWfor l Tank Top Piped System w/470F1'F1It1a11pn Ai ra. $ 1,4654R 41450 0606-1-I 474500606 F 1 FLUIDRAUSA alpins qd•6'Mil!MI t 6"Tank Connection.6 BW to.I Tank top Piped WORM W/65.OFt'Filtration A,PA $ 3,507 31 474699666•11 424600666-1-1 FLUIDRA USA P.rona lilt-6"roll/6M.b'Tank Connen,on,b-taw It,I rank lop Piped Smarm w/46 OW Filtration Area. $ 3,53365 HORIZONTAL 41",top Piped,Two Tank System a7XX10606-T-2 47883-0606.17 tLVIDM USA P+pin611t 6"toll/(HI e6'rank Connntion.F"OW tor l tank lop Piped System 5 5,10562 4211.6.80806-1.7 4213X.X-0606-1-7 FL U1066 ula !ping MI 6"lot!(III 14"Tank Canned lon96"BW to,'tank Top Piped Sy0 em 5 6,246.84 HORIZONTAL 42",Tap P,pad,MOP Tine SHtam 426XX-0606-13 42887-0666-3.3 I1.1110RA USA Ap•04 Mt 6"ion 7TM.4'Tank Conneellon•6"BW 10,3 lank lop Flood System $ 7.91618 420169606.1.3 a21FX-0606-T-1 111PURA USA Pip.n861t8"loft!Oft a 6'Tank Conn471,0n ni'6W for%tank top Flood Srit cm 5 11974 17 42388-1006.7.3 17XXX-1006-1.5 F1U1ORA115A !ping An 10"int 11111 I6"Tank Connection 16"BW for 3 lank TOPPened System 5 11,77163 HORIZONTAL 42",Top Piped,Four Tank Sealant 428709206•14 41810.0606-1-4 FLUIOR4 USA P.pone aii A'Inh7(Rlt4'Tank COnneclron I"BW 10,4,a0110p P1ped Sysem . 1354347 4788X-1006-74 41888•1006-1-4 FI.UtDhA USA P.pin4 MI 10'Intl/(61.6'-104 Cori0ectmn.6 OW for A lank lop Plptd SeHe0l $ 16,22.764 418XX 120674 .111t0X-1206-7-4 1tt110RA Witt e.p.n61ri112'Ion.!WI,6"tankCon0ert,0n s.6 feN for 4 Lank Ica Piped System $ 1.7,632.69 HORIZONTAL 42',Top Piped,Five Tank Sealant A2XXX-0606.15 47181(9606.1.5 F4UF0RAUSA P,pin44,16'lnP,FN1.5'TVA Conner t.nn 46'OW for 5 lank Top Mood System $ 17,21713 47XXX-f006=15 4I101X•111061,5 FLUIDM USA loin/4r110',nil/1M r 0'lank Connec11nnr6 BW to,S lank lop Piped Syttem 5 20.416.9/ 4208•2706.1'6 4731te 1263,75 ItU111hAUSA Pl604 a,t 11'.n6/MI,6-'Not t 000nrt,on r 6•BW to,S tank lop Piped System S. 22,460.49 HORIZONTAL 42'-,Top Piped,SLR Tank Spoter. 41XXX-100644 dikes 1006,4 f)IHDRAUS4 0'o101 XH 40',n6/FM.,R lank Connect ion a6'BW for 6t ank lop Piped Syst ere 5 24.589 16 /2XXX•1206-76 428XX 1206.14 FLUIDMJSA P,p,n4 en ll"1nn/FM•6'Tank tnnnnt too.4"BW 10.5 tank lop Piped System 5 27,08255 HORIZONTAL 41',Top Piped,Seven Tank System 42888-1006-7.7 41X%X•1606•7.7 FLUIDRA I16a Pip10R Xrt10',Oft/FM,XB"took Connection a6 613.'10.7 look lop Piped krHem S 30.14991 42868-1206 1.7 428118•1206.1.7 FLUIDRAUSA Mama all 17"10R/FMA6'Tank ConnenUnn 46'BW for 7 Unllopplped System S 31,02i 59 HORIZONTAL 42',Top Piped,Severn Tank Syelom 478101-lO06-T-8 42888.10667.8 FLUIDM USA P,p,n4 a,110'1n6/FM rb tank Connection.COW tor 8 tank Top Piped Sysram S 31,383.57 41X1X 12061.4 41X8X-1206.18 FLUIDRAUSA Maine X,117'1nh7CM.6 Tani Conn ect,on P 6'RW to,*l ank Top piped Syrians 5 16.575.66 1a ,� (64.1"D) 16E1 F L U I D R A POLTANK - HORIZONTAL FILTERS 2020 US List Pricing PT,(1r1g TI/ellive 01/01/2020 -Confidential Information- Voodor PAR I MamuAetvnv Part I Manufacturer Name 1143431011041 2020 LISTPIUCE HORIZONTAL 34",Tap Pip rd,50 PSI FILTERS 14115450.1 34135.050.1 R9106054 34,13$17'3l0,1,o44.41 Filtt.'w/4"Tap PipoConnecunm $ 10,135.65 341334504 141530504 4UI114 USA 34",153 Fe N701,04W F,Htrw/4'top P+p.Connect,ona 5 11,186.61 :34175.050-1 34175-0504 FLIDD4H54 34.175 Ft'14o,Itoolai Filter w/4"Top P36eConnrcnOns 5 11,67657 34193.050.1 14193-0504 FLUIDA USA 34',193 Ft'Honrpntel Filter w/4"Too Pi peConnecuons 5 12,315.66 34237050.1 342310501 FLUIDA USA 34'.23 71l's1or104141 1dterw/4"Top Pipe Cnnwrcl.3ns 5 14,448 99 HORIZONTAL 34",Top Piped,100 PSI FILTERS 341.3S 1001 34115.1004 Fi.UI04 USA 14',135F1'Hn,irun141 Flito'w/4'Top P,poCo4n4K110n5 5 11,969 14 14753.1001 34153.1001 'IUIDA LISA 33,153F3'Hnn3nn1a1Ftl141 Vet 4"l010.'00C0noocl'0As $ t 7,97.3.46 34175.1004 34 1 75-100T Ft ULNA USA 34-.175F1'14o'ronla13'11er w/4'"Top 4,p4Co4n4rt'om $ 12,444 112 34193.100.1 34193.100.1 F5U104 LILA 14,19 3 Ft'Hnnlnnl*M*MIN,447/4_Ton Plot Conner Zion, $ 13,617 90 34237 100-7 34237.1004 '1111DA USA IA',23III'1101,4)4141 F11Ie.w7 A"lop P'pe Connect tonf $ 1591Q 41 HORIZONTAL 42",Top PIped,50 PSI FILTERS 4315741501 421570504 FRU1[1431%4 42,157 I-I'Hnl,tonlal Filte'w/4'Top Pipe Cnnnec4101A 5 10,764 f1 A21710504 37175.050T FLUIDA USA 42",1/S Ft'Non/onlal ffiller w/4"ToP PIpOCOnnettioOA 5 11,262 14 4.2210050T 422100504 FLUIIAUSA 47',21 Oft'Hor,tontal FM.,w/4 Too Pin6COnne3l1Orts $ 17,413..75 42210.050.1 42210.0501 FLU1043154 42",21OTt'Hof iro6U3 Fd3e,wy 4'Top PipeConnections 5 13,07144 12260050-1' 427604SO-7 FLU1041154 41",260t1'Hontantal Filler w/6'Top P,p,Conner11Ona $ 14,342.IS 421004150.3 41300.050.1 '1.111(144,54 42',30014,1tnr¢ontal11te,w/6'Top P'P.Connectlons 5 15,43596 4)3100501 42340050.1 FIU,04U5A 42",3A0P11HOr,tont44 F,Her w/6'Top Pioe{0nnectlont 5 16,54291 4 isr1050:1 42340-050' Flt11DA L/SA 42",360n'HurHnni41 NW w/6`too PipeConnectmo% 5 17,74706 42420050-1 42420.0101 FLUipAI35A 47',420Ft'Horlinolal FOOSN w/6"lop P,peC000 Lllpns S 18,679.14 42450.050-1 42450-050-1 FL1003,1154 42',AS0F1'3lontnnt4l Hier w/6"Top P.p.Cnnned,pn4 $ 19,777:93 414409SO:1 47440.1101 f1 VOA USA 37.440Fe HOP,rnnral F,l!er w/6"Tun P,1,.(n1,ner,t,1ns S 20.685 20 H04112(N741 41",Tap Piped,100 P51 31LIER5 42157100.1 421171001 fl(IIDA USA 42 15 7 Ft.Hor'rontal Hier w/4'-lop P.m.(0444cUans $ 11,960 11 47175100,1 42175.1004 F1u,04 USA 42',1751,3'Hnmm4tal itlter w/4"Top 441eCann1Ft,nr, $ 12,113.54 42210.1001 42240.1001 7IU,3Au5A 42' 210111'limltont.l/Ow wi 4"Top P,peCenoe<l,Ops 3 11,79130 42210.100T 43210.100.1 FLUIDAUSA 47.310Ft'HOri1onl4l till*,w/6"Top P,p0C4n44ct'ona $ 14,184 40 42260.100.T 47260100I f1U1334 USA 42' /60 Ft'31or11nnul hue,w/6'lop P'peCon„ect'om $ 15,911 19 42300,109.1 42300.100.I FLUIDA USA 42',300F1'Hof!Wail Nller w/6"7OP4+PeConnecl,00t 5 1.7,131 SS 47340-IOO.T 41340.1001 F4U'0AUS4 42',340 Ft'Horllpnt.i Filter w/6"Top 1'04Conn0U'pn3 $ 18,377 60 47:160100.1 47149 100.1 Ft UIOA USA 42-',.350Ft'13pritontel f iltN w/6°Top P,peConnections § 19,71447 47410 1004 424201004 FLUIDA USA 42.420ft'/lonlon141 Filter w/6"lop PlpeConnef.UOn( $ 20,755,26 42450.100.1 42,3501001 FLUIDA 11SA 42',450 Ft'HMMI/onla!Flile,w/6"Top Pipe Canrwl'ar,) $ 21,972.55 41440 1001 42480.100.1 FtU30A USA 42'.480F1'Hof 404441 t111r"w/Clop 41pr C0n0ecUnns $ 22,961.79 HORIZONTAL 46",Top Piped,50 PA FILTERS 41240.050.T 48240.50.1 FLU10A0,A 45',24 I It'HOafan143 title,w/4"Top Pipe Canna(on4 5 16,440 64 48290050.1 411290,0504 1LU311A USA 44',790ft'Hortronta3110e4 w/6'top Plpe ConnwlIons $ 17,611448 41140.050.1 44140.0504 FLUIDA USA 4$',340F!'Hnr,Mnlal F,ta'w/6'lno P'pt t000ectlans 5 19,471 41 44380050-1 484540301 4L1,104u5A 48'.380 F I'Horirontat F'I303 w/6"10p P'oeConf310011 5 /0,693.9E, 48440,050 T 48440.050-1 FI 3.11134434 48".44.033'Iiorizan141 Toter w/6'Top P,pe Connrcllnns $ 210/047 48460-050.3 48480050T PLUIOA USA 4/1',460F1'14arl0ont Al Fp1N w/6'lop P,001.0nH-FlIo' 5 21..39544 HORIZONTAL 41",TOP Piped,100 PSI FILTERS 48740.100-1 43240.100-1 FLUIDA USA 48".74.0 f 1'Hof.fonI41 Filler w/4'too P,p0C000wA,ons 5 18.171 64 A8290.100.t 44290.100-T iLU104U6A 48',290f1'HOrgon1Al ilIter w/6'Top P,34 Connecllonl 5 19.649 19 48340.100-1 46340.100.1 FLU10A USA 45',34.013'14prit'onta'F'6er w/6"lop 0.peConnect'o41 5 21,631,39 461801004 44380.100.I FLUIDAL Use a8'-.36 0 ft'Huri7ootal Filterw/6"Tnp P,p4l044ertlonf $ 22,99631. 14440.1004 46440 100-I FLUIDA USA 46",44.0 1.1'HorHn1141 Fryer w/6"lop Prp.Conn.ct'ons 5 1102610 444110.1004 48480-1004 FU3t0A126A 48",48014'31n1Uon1al F,lter w/ti'Ion Pipe Connect'ons 5 23,773(19 HORIZONTAL 63',Top Piped,SO PSI FILTERS 613200504 63320.050.1 FW10A USA 63',370 Ft.Horunnlal FM1T4r w/6"Top P,pe Connections 5 20,611.77 633200501 61370010-T FLUIDAL/SA 63',37.0 Ft,Hnritonl Al Filler w/6"Top Pi pe COnnaoons $ 21,50666 634100504 63410.0504 FLU'DA USA 63',410Ft'Ho,IFanlal Filter w/6'lop P,pe COnnecl,ons 5 22,391.16 63460.0504 63460-0594 FLUIDAL USA 63",46.0 Ft'l3ne11on141FIttNW/6"Tap PIO.Can0NH0n1 5 23,211./9 635100504 635100304 ftu1DA USA 63 S10Ft'H04lontel title.w/6'16P 716eCOnnecl'0ns $ 24,.16018 HORIZONTAL 63",End Piped,100 PSI FILTER$ 63320.100.1 63370-100.1 1.1U3074U3A 63",320Ft'Halitonlal Flltet w/I:lop Pipe Connection) 3 :3,11066 61170400-1 63110.100.T FI.l11DA USA 63",370 F3'Hont0ntal FH1N w/6 Top P'peConnections 5 29,202.105 63410 300 T 63410 100 f FL111040.A 63",41.0 I,t'Hor,Mnla'FOWN w/6"too P,00C4rna1'ons $ 22,010.81 6300.100.1 63460.100.1 FLUIDA USA 63',46014'Hnrrmntal ftlt3 w/6'lop Pipe Connections 5 19,14669 635103001 63510.100-7 FLUIDAUS4 63',51.0II'Hpr,ran4.I 3311N w/6'Top 0,pe Cor'ntc1ons $ 11,195,3,2 S'3 16E1 Other Exhibit/Attachment Description: Single Source Waiver following this page (pages 1 through 4 ) L this exhibit is not applicable Page 17 of 17 General Service Agreement Non.Solicttation 02017-00d Vet 21 16E1 Coii[ier County Collier County Administrative Services Department Procurement Str,Ices Davrs,on 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:Scott Holtrey Division:Parks and Recreation Item/Service: BECS Chemical and Pool Filtration Systems Vendor Name: Commercial Energy Specialist (CES) Historical Not to Exceed Is there an agreement associated with this Countywide Average$200,000 Requested 1a,s.a,naa,a 300 000 waiver to be reviewed by Contracts? Spend: 9 date range: per fiscal Year: ❑Yes ❑No El Sole Source El Single Source E One Time Purchase Multiple Purchases Description of Purchase:Enter a description of the items)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 item(s) 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 we 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: SASW01 16E1 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 productservice 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 propnetary?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-authonzed 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 BEGS Technology controllers. Commercial Energy Specialists, Inc., 952 Jupiter Park Lane, Jupiter, FL 33458 is SECS Technology, Inc.'s single source for sales, service and warranty administration, in the Florida region. 16E1 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 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 controllerlfiltration 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 lmmokalee Sports Complex facility was also upgraded to the BECSys7 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 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 ffacilities, are included, along with full configurable automatic filter backwash control. The BECSys7 connects up to 15 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. BEGS 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 BEGS 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 0 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. �90 16E1 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. 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). Didilally signed by Requested by: Matthew Catoe Signature. CatoeMatthew D `"'°°""a"b°" Date: ate 2020 O 15 12 22 58 0500 Digs all sIynM1 tly'MILannBarry Division Director' Barry Williams Signature: WilllamsBarryDais 202D.o+,9+aro o Date: 4DS'00' Department Head Steve Carvell Signature' carnell �J "'e0z���ze',So70�°`�So^ Required if over$50,000 Date' Schneeber erS Digetlobetg edby Sara Schneeberger g Dale 20200120/ Procurement Strategist. Signature: ara Die 202oo+2b,3ze,a Date: .05'00' Procurement Director:Catherine Bigelow Signature' Cat Bigelow :°, " a•<u wFl Date: P. ., Or designee u ,„r" M For Procurement Use Only: (] Approved ❑ Requesting Additional Information ❑ Requires RFl/Intent to Sole Source ❑ Rejected Procurement Comments: 01/29/2020 09/30/2024 El Current FY Approval Ej Multi-Year Approval Start Date: End Date: �9p 16E1a -�..--".41 • nnrEr?eea,oDm vr) ,°' " `� CERTIFICATE OF LIABILITY INSURANCE 87�aI�D�e THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policyiles) must have ADDITIONAL INSURED provisions or be endorsed. IfL. SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this w certificate does not confer rights to the certificate holder In lieu of such endorsement(s). m PRODUCER NAME, T NAME, Ann Risk Services, Inc of Florida 'III Courtney Campbell Causeway INCnNPF.+I: tGb6) 283 71r2 FAX (800) 363 OY05 a o Suite 1000 e eaL I Tampa FL 33607 USA ADDRESS: INSURERISI AFFORUINO COVERAGE NAIC X INSURED INSURERS Aspen Specialty Insurance Company 10717 Commercial Energy Specialists, Inc. INSURERB. Liberty Insurance Corporation 42404 952 )Upiter Park Lane Suite 1 INSURERC.. Employers Insurance Company of Wausau 21458 Jupiter FL 33458 USA INSURER LT INSURER E. INSURER F': COVERAGES CERTIFICATE NUMBER: 570062872429 REVISION NUMBER: THIS IS TO CERTIFY THAT TIME 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 Will 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 INSR ADD. SUBS POt ICY EFL POLICY roe I TR, TYPE OF INSURANCE 1NBD MD POI ICY NUMBER amtromYYYC1 IMM'DU/YT'LYYI LIMI rS A x COMMERCIAL OENERALLIABILIEY ERACCCi20 03/11/2020 03/31/2021. E AP.HDECLT/RENCI S1,000,000 '.AlME.MADE I X 1:cT'Jn 'DAMAGE aRENTED -L, 5300,000 PRtm,S 5( proo• NETT EVE(Act ant pediOnl 525,000 PERSONAL.a ADV.IN.I'JRV S1,000,000 ,p t FNL:FIALA fRLGArE 52,OQQ,QUQ v GENT.AV,SRE'nAS'F L MaAf4`L:ES P�R _ "" x P)I IE L— ❑ACE LO, ROl x i �MP,A P AGCI 52,OQO,Q00 an IH Ruf,,n au.aUIl so 51,000,000 2 tT AUTOMOBILE.IA BIT ITT AS7-7.31-0037w5-020 03/31/2020 03/31/2021 e:OMBnNEOsuNILLETiMII 51,000,000 1^aa^w.v^Uri a ANY AI FO DOt1ttl INAURY r Pr,lm,..,a„i •' O LJw'rwEJ .._.��SCHEMED ^BOCA;T ly,uuP' ',xI.1'aller:'i 2•• I Al I"GS OM - Auros NiQWN PROPER Ir r`AI El to !TIRED APT as ! IC a A UMeRE LAuae oaLIR EXACCCA20 03/31/2020 03/31/2021 EAc:1ra:cuaaatN1=E $2,000,000 0 % EXCESS LIAR OIMS.MAITE SECRF.ATE 82,000,000 A+ .- DEG I IRE ILLS IuTHI � C WORKERS COMPENSATION AND wCCz11C037w501O 03/31/2020 03/31/202.1 X I'ERSIAIUIF GIP EMPLOYERS'LIABILITY YIN ANY RRCPRTETOR,RARI NET*,Er LTA.,IVY. EI EAi:V1 ACC ITENT $1 000,000 Y TGFICERYMEMBER FAL:,IIDEU' N I A (Mandatary In NH l E:I.ET SE AST:EA EMPLOYEE Si.000,000 11y..w dtsombe EL EIISEASEraCJ OHLia41T 51,000,000 DESCRIPTION OF OPERAI IpNS E�reerl' • A Pollution ERACCC920 03/3i/2020 03/31/2021 $1000,000 $10,000Oed't MB DESCRIPTION OF OPERATIONS'LOCATIONS I VEHICLES IACORD iea.Addleonal Remar)e Schedule,may be anached It more space It ra"Illa.ed) 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. 3 Excess Liability coverage is follow form over General Liability. Professional Liability&Automobile Liability CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF TOE ABOVE DESCRIBED POLICIES eE CANCELLED BEFORE THE EATEN RAT ION (PATE I ERE OE NOTICE WILL DE DEL IVFRED IN ACCORDANCE WITH THE POLICY PROVISIONS ale.-aa Collier County ward of Commissioners AUT1ionuro RLPRrSr NTAE UP 3295 Tamiami Trail F ag2 Naples FL 34112 USA iv�t�J�i4ere0 aflOtX 4 ... f (D1988-2015 ACORD CORPORATION.All rights reserved. ACORD 26(2015l03) The ACORD name and logo are registered marks of ACORD S EXHIBIT C 1 6 E AGREEMENT AND PLAN OF CONVERSION OF COMMERCIAL ENERGY SPECIALISTS, INC. (a Florida corporation) WITH AND INTO COMMERCIAL ENERGY SPECIALISTS, LLC (a Delaware limited liability company) THIS AGREEMENT AND PLAN OF CONVERSION ("Agreement")of Commercial Energy Specialists, Inc., a Florida corporation("Company"),is entered into and adopted as of April 8,2021. RECITALS WHEREAS,the Company is a corporation duly organized and existing under the laws of the State of Florida; WHEREAS,the Sole Shareholder(the"Sole Shareholder")and the board of directors(the "Board") of the Company deem it advisable that the Company convert into a Delaware limited liability company with the name "Commercial Energy Specialists, LLC" (the "LLC") upon the terms and conditions set forth herein and in accordance with the laws of the State of Delaware(the "Conversion"); and WHEREAS, the Sole Shareholder and the Board of the Company have approved this Agreement and the Conversion. NOW,THEREFORE, the parties hereto agree as follows: 1. The Conversion At the Effective Time (as defined in Section 6 below) of the Conversion, the Company shall be converted into LLC on the terms and conditions hereinafter set forth and in accordance with the applicable provisions of the Delaware Limited Liability Company Act, as amended ("DLLCA"), and the Florida Statutes, as amended ("FL Statutes"). At the Effective Time, the Company shall, for all purposes of the laws of the State of Delaware, be deemed to be the same entity as the LLC. The Conversion shall have the further effects set forth in the DLLCA and the FL Statutes. 2. Certificate of Formation The Certificate of Formation of the LLC, as filed with Secretary of State of the State of Delaware at the Effective Time,shall continue to be the Certificate of Formation of the LLC from and after the Effective Time,until thereafter amended as provided therein or by applicable law. VP/#50337206 ��90 16E1 3. Officers The officers, if any, of the Company immediately prior to the Effective Time shall be and remain the officers of the LLC from and after the Effective Time, until the earlier of their death, resignation, removal or otherwise ceasing to be the officers of the LLC or until their respective successors are duly elected and qualified, as the case may be. 4. Effects of the Conversion At and after the Effective Time, the Conversion will have the effects as set forth in the FL Statutes and the DLLCA. Without limiting the generality of the foregoing, and subject thereto, at the Effective Time, all the properties, rights, privileges, powers and franchises of the Company shall vest in the LLC, and all debts, liabilities and duties of the Company shall become the debts, liabilities and duties of the LLC. 5. Manner and Basis of Conversion At the Effective Time,all of the shares of capital stock of the Company("Common Stock") issued and outstanding immediately prior to the Effective Time shall be converted into One Hundred Percent (100%) of the membership interests of the LLC. Each share of Common Stock held in treasury by the Company shall be cancelled without consideration. 6. Effective Time of the Conversion The Conversion shall become effective (the "Effective Time")under the DLLCA and FL Statutes at 12:01 A.M. CST,on April 8, 2021. 7. Principal Place of Business of the LLC The principal place of business of the LLC shall be 952 Jupiter Park Lane, Suite 1,Jupiter, FL 33458. S. Miscellaneous (a) Amendment. At any time prior to the filing of the Certificate of Formation, this Agreement may be amended in a written agreement executed by the parties hereto. (b) Counterparts. This Agreement may be executed in counterparts, each of which shall be an original, but all of which together shall constitute one and the same instrument. (c) Governing Law. This Agreement shall be governed by, and construed and interpreted in accordance with,the laws of the State of Florida. [SIGNATURE PAGE FOLLOWS] VPf#50337206 Signature Page to Agreement and Plan of Conversion 1 V E 1 (Commercial Energy Specialists,Inc. to Commercial Energy Specialists,LLC) IN WITNESS WHEREOF,the Company has executed and delivered this Agreement on and as of the date first written above, COMMERCIAL ENERGY SPECIALISTS, INC.,a Florida corporation By: Name: Alvar G. Mendoza Title: President and CEO VP/#50337206 •(49`)Q