Loading...
Contract 2019-61 AGREEMENT FOR HVAC PRODUCTS, INSTALLATION, SERVICES AND RELATED PRODUCTS AND SERVICES THIS AGREEMENT, is made and entered into this cc,1�+qday of 2019, by and between the CITY OF CLERMONT, FLORIDA, a muni al corporation under the laws of the State of Florida whose address is:685 W.Montrose Street,Clermont, Florida,(hereinafter referred to as"CITY"),and TRANE U.S.,INC.,whose address is: 800 Beaty Street, Davidson,NC 28036, (hereinafter referred to as "CONTRACTOR"). WHEREAS, the Harford County Public Schools through the public procurement process awarded an Agreement for HVAC products, installation,services and related products and services,Harford County Public Schools, Contract Number RFP No. 15-JPL-023; WHEREAS,CITY desires to utilize the above-referenced awarded bid,CONTRACTOR's response thereto and Agreement in accordance with CITY's procurement policy;and WHEREAS,CONTRACTOR desires to enter into a contract with CITY based on the terms and conditions of the Harford County Public Schools,Contract Number RFP No. 15-JPL- 023. WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I—SCOPE OF WORK The CONTRACTOR shall furnish HVAC products, installation, services and related products and services as described in the Harford County Public Schools,Contract Number RFP No. 15-JPL-023,which is attached hereto and incorporated herein as Exhibit"A"and shall do everything required by this Agreement and the other Agreement Documents contained in the specifications, which are a part of these Documents. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR. To the extent of a conflict between this Agreement and Exhibit"A",the terms and conditions of this Agreement shall prevail and govern. In all instances the CITY purchasing policy, resolutions and ordinances shall apply. ARTICLE II—THE CONTRACT SUM CITY shall pay CONTRACTOR,for the faithful performance of the Agreement as set forth in the Agreement documents and the Unit Price Schedule as set forth in Exhibit `B', attached hereto and incorporated herein. ARTICLE III—TERM AND TERMINATION 1. This Agreement is to become effective upon execution by both parties,and shall remain in effect until September 30, 2020, unless terminated or renewed as provided by the Harford County Public Schools. 1 2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement if: a) without cause and for convenience upon thirty (30) days written notice to CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c) CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement,for work,properly performed and accepted prior to the effective date of termination. ARTICLE IV—COMMENCEMENT AND COMPLETION OF WORK The CONTRACTOR shall provide all items in the timeframe as set forth in the applicable purchase order or notice to proceed. ARTICLE V—PAYMENTS In accordance with the provisions fully set forth in the Contract Documents, CONTRACTOR shall submit an invoice to CITY upon completion of the services and delivery to CITY as set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for all accepted and undisputed services provided, within thirty (30)calendar days of receipt of the invoice. ARTICLE VI—DISPUTE RESOLUTION -MEDIATION 1. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. 2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. 3. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont,Lake County,Florida,unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement Agreements in any court having jurisdiction thereof. 2 I, ARTICLE VII—INSURANCE AND INDEMNIFICATION RIDER 1. Worker's Compensation Insurance - The CONTRACTOR shall take out and maintain during the life of this Agreement Worker's Compensation Insurance for all his employees connected with the work of this Project and, in case any work is sublet,the CONTRACTOR shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall comply with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement at the site of the Project is not protected under the Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 2. CONTRACTOR's Public Liability and Property Damage Insurance - The Contactor shall take out and maintain during the life of this Agreement Comprehensive General Liability and Comprehensive Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be minimum limits as follows: (a) CONTRACTOR's Comprehensive General, $1,000,000 Each ($2,000,000 aggregate) Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit (b) Automobile Liability Coverages, $1,000,000 Each Bodily Injury& Property Damage Occurrence, Combined Single Limit Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 3. SubCONTRACTOR's Public Liability and Property Damage Insurance-The CONTRACTOR shall require each of his subCONTRACTORs to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of his subCONTRACTORs in his policy,as specified above. 4. Indemnification Rider (a) To cover to the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorney's fees, arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death,or to injury to or destruction of tangible property(other than the Work itself) , and (2) is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any 3 subCONTRACTOR, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right to obligation of indemnity which would otherwise exist as to any party or person described in this Article. (b) In any and all claims against the CITY or any of its agents or employees by any employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligations under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages,compensation or benefits payable by or for the CONTRACTOR or any subcontractor under workers'or workmen's compensation acts,disability benefit acts or other employee benefit acts. (c) The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. ARTICLE VIII—NOTICES All notices shall be in writing and sent by United States mail, certified or registered,with return receipt requested and postage prepaid,or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. CONTRACTOR: Trane U.S., Inc. Commercial Systems-CNF 2301 Lucien Way, Suite 430 Maitland,FL 32751 Attn: Alex Saxon,Account Manager CITY: City of Clermont Attn: Darren Gray,City Manager 685 W. Montrose Street Clermont, FL 34711 ARTICLE IX—MISCELLANEOUS 1. Attorneys'Fees. In the event a suit or action is instituted to enforce or interpret any provision of this Agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys'fees at trial or on any appeal, in addition to all other sums provided by law. 4 2. Waiver. The waiver by city of breach of any provision of this Agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this Agreement. 3. Severability. If any provision of this Agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable,such provision,or part thereof, shall be deleted or modified in such a manner as to make the Agreement valid and enforceable under applicable law, the remainder of this Agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 4. Amendment. Except for as otherwise provided herein,this Agreement may not be modified or amended except by an Agreement in writing signed by both parties. 5. Entire Agreement. This Agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous Agreements between the parties with respect to the performance of services by CONTRACTOR. 6. Assignment. Except in the event of merger, consolidation, or other change of control pursuant to the sale of all or substantially all of either party's assets, this Agreement is personal to the parties hereto and may not be assigned by CONTRACTOR, in whole or in part,without the prior written consent of city. 7. Venue. The parties agree that the sole and exclusive venue for any cause of action arising out of this Agreement shall be Lake County, Florida. 8. Applicable Law. This Agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed and enforced in accordance with the laws of the State of Florida. 9. Public Records. Contractor expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include,to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. (b) Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. 5 (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically to the CITY in a format that is compatible with the information technology systems of the CITY. (e) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY CLERK'S OFFICE,(352)241-7331. ARTICLE X—AGREEMENT DOCUMENTS The Agreement Documents,as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 1. This Agreement 2. Purchase Order/Notice to Proceed 3. All documents contained in Harford County Public Schools/Bid No. RFP No. 15- JPL-023 6 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on thisay of ,.&ztie,e , 2019. Darr��>rr i+��nag r �tr41t`.ttl, "el :Attest: ?//72.- Tracy Ackroyd owe, City Clerk r Trane U.S., Inc.. op By: (Name Printed or Type. Atek Title Attest: Corporate Secretary (Name Printed or Typed) 7 EXHIBIT A 41 Barbara P.Canavan.Supsrtntendant a Sehor& HARFORD COUNTY 102 S.Hickory Awns,e.a Ah,Maryland 21011 Office 410.838.7300•www hcps orp•fax 410.893- 478 PUBLIC SCHOOLS MbL*•Pre ..•AeMM Purchasing Deportment Bobbie Wilkerson,Supervisor of Purchasing 410-638-4083.Bobbie.Topton-Wilkersonghcps.org RFP#15-JLP-023 RENEWAL*1 October 1,2018—September 30,2020 This contract renewal is made end entered Into this 0(i ,day offit5Rfi,2018,by Harford County Public Schools,102 South Hickory Avenue,Bel Air,Maryland(hereafter referred to as Owner)and Trane,a corporation located at B00 Beaty Street,in the city of Davidson,and State of North Carolina,(hereafter referred to as Contractor). WHEREAS,Owner and Contractor have entered Into an Agreement dated September 29,2015(hereafter referred to as the Contract),for the Contractor to provide comprehensive HVAC Products,Installation,Services and Rebated Products and Services in accordance with RFP#25-JLP-023. WHEREAS,the original Contract term will expire on September 30,2013; THEREFORE,for and in consideration of the mutual promises to each other,as in hereinafter set forth,the parties hereto do mutually agree to renew the Contract as per the conditions set forth in the original Contract,as follows: 1. Owner chooses to offer the first option to renew this contract for two(2)year for the time period from October 1,2018 through September 30,2020. 2. Pricing structures and related pricing terms will remain the same as the original terms and conditions. 3. Ali other terms,conditions and provisions of the Contract remain in effect. 4. There Is one additional possible renewal remaining for this Contract. WHEREAS,the parties hereto desire to set the terms of the renewal to writ IN WITNESS WHEREOF,Owner and the Contractor have executed the renewal agreement the day and year written above. COUNTY PUBLIC SCHOOLS TRANE B.4Aghre,' By: lag--2 Signature Signature " Name:Bobbie Wilkerson,CPPO,CPPB Name:ALA" L. Title:Supery of P hasing Title: �c iocr� ..e.s Maze Date: 027 .70/re) Date: 4/Zhei CONTRACT RFP#15-JLP-023 THIS AGREEMENT, made this a-� day of €M h ,2015,by and between Board of Education of Harford County,acting herein through its i erintendent, hereafter called'Owner and Trane U.S.Inc.,a corporation located at 10947 Golden West Drive,#100, Hunt Valley,Maryland, hereinafter called'Contractor". WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned,to be made and performed by the OWNER,the CONTRACTOR,hereby agrees with the OWNER to commence and complete the services described as follows; Provide comprehensive IIVAC Products,Installation,Services and Related Products and Services on a national scale in indefinite quantities on an as-needed basis In accordance and compliance with all specifications,terms and conditions set forth In RFP#15-JLP-023. Hereinafter called the Contract,this Agreement shall be for the period October 1,2015 through September 30,2018 with renewal options for two additional,two-year periods. Contractor shall perform all duties specified In RFP#15-JLP-023 as they relate to the national scope. This does not include the North Harford Middle School Project,Pricing Project#1. All specifications,Addenda and Proposal are made part of and collectively constitute the Contract. IN WITNESS WHEREOF,the parties to these presents have executed this Contract in two(2) counterparts, each of which shall be deemed an original. Signature Board of Education of Harford County .14.0. C r/sr, J/ 1',l j ./ 'All Boa • of Educa n of Harfo County Barba : :navan, Supennten•.nt of Witness Board of EduGtarford Ce aresident • Signature 7;://A/e-- Company Name ". rrr goo 7?)60:4 Auth• r :• Co �„'or Signature Address b/Ii/14XONJ 2-70..?‘ ,•r W • Address Section 5—Harford County Schools Purchase Agreement MASTER PURCHASE AGREEMENT: By and Between: HARFORD COUNTY PUBLIC SCHOOLS,MARYLAND 102 S.Hickory Ave. Bel Air,MD 21014 and T?A'4 Of, 0.S. THIS MASTER PURCHASE AGREEMENT made and entered into this(777)14day of 2015,by and between Harford County Public Schools,Maryland(hereinafter referred to as"School District","HCPS"or"District"), and E (J. 5. ,a corporation authorized to conduct business in the State of Maryland(hereinafter referred to as"Supplier") This agreement is made on behalf of Harford County Public Schools,Maryland and other participating governmental agencies,through the U.S.Communities Government Purchasing Alliance. WITNESSETH: WHEREAS,pursuant to the District,Supplier has submitted a proposal to provide a master agreement for a National Award covering the following: HVAC products, installation, services and related products and services in accordance with the scope, terms and conditions of Request for Proposal, RFP 15-JLP-023,addenda, amendments, appendices,and related correspondence. The Request for Proposal is incorporated in its entirety and included as part of this agreement. WHEREAS,HCPS desires to engage Supplier to perform said services;and WHEREAS,HCPS and Supplier desire to state terms and conditions under which Supplier will provide said services to Harford County Public Schools (Lead Agency) and participating public agencies who have registered with U.S. Communities. NOW,THEREFORE,in consideration of the mutual covenants,condition and promises contained herein,the parties have to agree to as follows: A. Services.Supplier will provide HVAC products,installation,services and related products and services as detailed in the referenced RFP to HCPS,which is attached hereto and incorporated herein as a part of this Master Purchase Agreement. 23 B. Purchase Order.Purchase order shall mean any authorized written,electronic, telephone or fax order sent or made by HCPS pursuant hereto,including but not limited to, written purchase orders, faxed purchase orders, and orders in such other form and!or mode of transmission as HCPS and Supplier may from time to time agree including purchases made via procurement credit card. C. Term.The initial term of this Master Purchase agreement shall be three(3)years from October 1, 2015 (or the date of HCPS Board approval)through September 30,2018. This Master Purchasing Agreement may then be renewed by mutual written agreement of the parties for two(2)additional,two(2)year periods. D. Compensation. HCPS agrees to pay, and Supplier agrees to accept as compensation for the products provided pursuant to this Master Purchasing Agreement,the following: a. The price proposal set forth in the final RFP response and all related Amendments E. Invoicing.Supplier agrees to invoice HCPS as deliveries are completed or charge purchases to an authorized HCPS Visa credit card.Invoices shall be delivered to HCPS accounts payable. Each invoice shall include-as applicable-the following data: Item Number, Purchase Order Number,Item Description,Quantity Purchased,Unit Price,Extended price and Delivery location.All purchase orders will be invoiced separately.Each invoice submitted by Supplier shall be paid by HCPS within thirty(30)days after approval.The Supplier has agreed to accept payment via a procurement credit card(i.e.Visa,MasterCard,etc.)which is the preferred method of payment. F. Insurance.Supplier shall maintain at its own cost and expense(and shall cause any Subcontractor to maintain)insurance policies in form and substance acceptable to HCPS as detailed in the Request for Proposal. G. Termination of Contract.This contract may be terminated for cause as per the General Requirements of the RFP,Section 1,L,page 7. H. Notification.Notices under this Master Purchase Agreement shall be addressed as follows: Jeff LaPorta.Supervisor of Purchasing Harford County Public Schools 102 S. Hickory Avenue Bel Air,MD 21014 24 The effective date of any notice under this Master Purchasing Agreement shall be the date of the recipient by the addressee.The failure of either party to give notice of default, or to strictly enforce or insist upon compliance with any of the terms or conditions of this Master Purchase Agreement,or the granting of an extension of time for performance shall not constitute the permanent waiver of any term or condition of this Master Purchasing Agreement.This Master Purchasing Agreement and each of its provisions shall remain at all times in full force effect until modified by the parties in writing. I. Governing Law.This contract shall be interpreted under and governed by the laws of the State of Maryland.Disputes will be settled as per the stipulations contained within the Request for Proposal. J. Incorporation of Appendices.All provisions of Appendices and Amendments are hereby incorporated herein and made a part of this Master Purchase Agreement.In the event of any apparent conflict between any provisions set forth in the main body of the Master Purchasing Agreement and in any provision set forth in the Appendices and Amendments the provisions shall be interpreted,to the extent possible,as if they do not conflict.In the event that such an interpretation is not possible,the provisions set forth in the main body of this Master Purchase Agreement shall control. K. Entire Master Purchase Agreement.This Master Purchase Agreement including the entire RFP solicitation and the Appendices attached hereto contain all the terms and conditions agreed upon by both parties.No other understandings, oral or otherwise,regarding the subject matter of this Master Purchasing Agreement shall be deemed to exist or to bind any of the parties hereto.Not contained herein shall not be binding on either party,nor of any force or effect. Any Best and Final Offer and applicable Amendments are also included and become part of the Master Agreement. L. Participating Public Agencies. Supplier agrees to extend the same terms, covenants and conditions available to HCPS under this Master Purchasing Agreement to other government agencies("Participating Public Agencies")that, in their discretion, desire to access this Master Purchasing Agreement in accordance with all terms and conditions contained herein or attached hereto. Each participating Public Agency will be exclusively responsible and deal directly with Supplier on matters relating to ordering,delivery,inspection, acceptance, invoicing and payment for products and services in accordance with the terms and conditions of this Master Purchasing Ageement.Any disputes between a Participating Public Agency and Supplier will be resolved directly between them in accordance with and governed by the laws of the State in which the Participating Public agency exists. 25 IN WITNESS WHEREOF,THE PARTIES HAVE EXCUTED THIS AGREEMENT IN THE YEAR AND DAY AS NOTED: HARFORD COUNTY PUBLIC SCHOOLS,MARYLAND I ,, / by//I iCttt ,, Superintendent of Schools D to by ., : -t, cl ,tItk Board ofcction Presi•e 1 Date byM2T / ,//i �r of Purchasing Date SUPPLIER: by d\--- General Manager Date 44 SP-Ait.f,e 26 SUPPLIER WORKSHEET FOR NATIONAL PROGRAM CONSIDERATION Suppliers are required to meet specific qualifications. Please respond in the spaces provided after each qualification statement below: A. State if pricing for all Products/Services offered will be the most competitive pricing offered by your or nation to Participating Public Agencies nationally. YES i7 NO B. Does your company have the ability to provide service to any Participating Public Agencies in the contiguous 48 states,and the ability to deliver service in Alaska and Hawaii? YES NO C. Does your company have a national sales force,dealer network or distributor with the ability to call on Participating Public Agencies in at least 35 U.S.states? YES I/ NO D. Did your company have sales greater than$100 million last year in the United States? YES f NO E. Does your company have existing capacity to provide electronic and ecommerce ordering and billing?YES ti/.' NO F. Will your company assign a dedicated Senior Management level Account Manager to support the resulting U.S.Communities program contract? YES r/ NO G. Does your company agree to respond to all agency referrals from U.S.Communities within 2 business di ys? YES_ V NO H. Does your company maintain records of your overall Participating Public Agencies' sales that you can and will share with U.S.Communities to monitor program implementation ro p ! YES r' NO I. Will your company commit to the following program implementation schedule? YES r/ NO J. Will the U.S.Communities program contract be your lead public offering to Participating Public Agencies?/ YES +/ NO fcta4e,- . Subryitted by: l!i 1y., tic'f.s' (biased Name) n (Signature) (Title) (Date) 38 Attachment 1 -Signature Sheet,which must be completed and included in the Technical Proposal submission. SUBMISSION SIGNATURE SHEET UWe agree to provide the services in accordance with the accompanying specifications and all conditions,provisions,� attachments and any addenda to this RFP. // i'Q�in11�/72/1 N i/ dNl Company Authorized Represe.. .tive(please print) 700 gody ><t. 11 /II Address Signat e /),c' icoi hJc x-80 3� V P Prk mgA eno l' MR4, Address,continued Title 7"4- Ess- si-99 Telephone Number 2-5 -- 0 9 00 4 5 '� fsenl R1e a Federal Tax I.D.Number E-Mail Address of Firm's Representative Acknowledgement of Addenda I/We acknowledge receipt of the following Addenda: No.1 •; ,Dated June 29t,2015 No.2 ,Dated June 30`h, 2015 No.3 / ,Dated July 20t, 2015 49 EXHIBIT B Trona Strategic Programa Cooperative Purchasing 4110 TRAIN* June 1,2017 Sherry Ramsey Harford County Public Schools 102 S. Hickory Avenue Bel Air,MD 21014 Re:Trane Parts on contract 15-JLP-023 Sherry, Trane is in the process of implementing a new parts pricing and delivery system within the network of offices In North America. As such,some of the traditional reference points used when bidding the 15- JLP-023 contract will change. For example,the original RFP submission for over-the-counter parts used a reference of book less 38%;this would be the price an agency would pay. Wth the Implantation of the new P21 parts system,we introduced a`list'price reference. So that we maintain pricing parity between the two systems,we needed to establish the relationship between these two metrics;'list"price vs°book'price. That relationship is book less 38%equals list less 22%. The ultimate impact the participating agencies is zero since the two references equate to the same sales price. As North America's leading HVAC manufacturer,we wanted you to be aware of these improvements and look forward to providing outstanding service to your agencies. Please reach out to me with questions. Best regards, dierpencer is Cooperative Program Leader ��`f Ingersoll Rand AO VPBarbara P.Canavan,Superintendent of Schools HARFORD COUNTY 102 S.Hickory Avenue,Bel Air,Maryland 21014 • Office:410-838-7300•www.hcps.org•fax:410-893-2478 PUBLIC SCHOOLS IniMrs•Prows•Achevr Purchasing Department Jeffrey LaPorta, Supervisor of Purchasing 410-638-4083,jeff.laporta@hcps.org January 5,2016 To: All Participating Agencies Subject: Clarification Regarding Contract Pricing For RFP#15-J LP-023 Trane/U.S.Communities Contract pricing for HVAC and related supplies, labor and materials were established with the solicitation referenced above.As a clarification to the pricing structure,the following is offered. Typically,Trane pricing is made up of three categories;equipment, labor and materials. Each of these areas are briefly explained as follows: 1. Equipment—Each piece of equipment identified by a product code. Each product code has an established list price discount associated with it. A complete list of equipment discounts can be found on the US Communities website, once the agency logs in with username and password. There are approx. 630 specific pieces of equipment on the contract,with associated discounts. 2. Labor—All labor based solutions (installation and services)are classified by the labor"type"with a fixed hourly rate. Installation, maintenance and retrofit labor hours are indexed to RS Means estimating guide. Each project is priced per the specific geographic zone in which the job is located. Labor rates avail upon request. 3. Parts&Material in quoted work—All parts and miscellaneous materials included in quoted projects are subject to the maximum contract margin guidelines of 27.5%. This would include materials such as piping,wiring,sheet metal and parts necessary to complete a given scope of work.All Trane over the counter parts for service are discounted at a rate of 38%. Jeffrey LaPorta Supervisor of Purchasing Harford County Public Schools Norfolk, South North Va (West counties (Jacksonville Central Cleveland, Palm Gainsville, Orlando for Ohio Indianapolis Beach, (Orlando) Virginia& Miami) Tallahassee) North Carolina) District Office 1 Asbestos Worker NA NA NA $113.46 N/A $88.02 2 Boilermaker $184.52 $184.52 $184.52 $142.19 $134.93 $88.02 3 Brtcdayers;Masons $92.25 $92.26 $92.26 _ $102.78 $87.70 $77.42 _ 4 Carpenter/Caseworker $103.79 $103,79 $103.79 $104.58 $134.93 $78.48 5 Carpet Layers/Floor Installers $103.79 $103.79 $103.79 $88.37 $112.44 $75.30 ' 6 Concrete Finishers _ $103.79 $103.79 $103.79 $108.00 $112.44 $87.87 7 Data Installer $144.15 $144.15 , $144.13 $144.72 N/A N/A 8 Delivery personnel _ $83.43 $83.43 _ $83.43 $98.57 $84.33 $53.03 9 Drywall Installers;Ceiling Installers $86.49 $88.49 $88.49 $97.91 $69.71 $86.81 10 Electricians 9301.82 $201.82 $201.82 $121.50 $107.94 $82.72 11 Elevator Mechanics $213.34 $213.34 $213.34 $152.88 N/A $94.38 12 Glaziers $109.55 $109.55 $109.56 6101.49 989.95 $72.11 13 Heavy Equipment Operators $144.15 $144.18 $144.15 $108.94 $134.93 $84.84 14 HVAC Commercial A/C technician $132.58 $132.56 $132.56 $148.98 $100.35 $143.33 15 _ HVAC Light Commercial $109.55 $109.55 $109.55 $124.78 $100.35 $132.30 16 HVAC Helper 003.79_ $103.79 $108.79 $108.27 $87.70 $88.36 17 HVAC Reid Supervisor $144.15 $144.15 $144.15 $184.36 $121.43 $142.11 18 HVAC Refrigeration technician $128.85 $126.85 $128.85 3144.06 $100.35 $187.15 19 I-NAC Duct Installer $126.85 3126.85 $128.85 $112.42 $87.70 $142.11 20 HVAC Filter technician $98.03 $98.03 $98.03 $108.27 NIA $66.75 21 HVAC Building Automation technician $148.47 $148.47 $148.47 $184.36 $121.43 $159.86 22 Insulators $132.62 $132.62 $132.82 $84.85 $87.70 $59.39 23 ironworkers $109.65 $109.55 $109.55 $129.24 $87.70 $82.72 24 Laborers $63.43 $83.43 $63.43 $87.53 $58.47 $83.63 25 lathers $109.55 $109.55 $109.66 $89.48 N/A $100.75 26 Light Equipment Operators $88.49 $86.49 $88.49 $89.77 $134.93 $77.42 , 27 Metal Building Assembler $103.79 $103.79 $103.79 $72.17 NIA WA 28 Millwrights $103.79 $103.79 6103.79 $105.12 $87.70 $74.24 29 Operating Engineer $103.79 $108.79 $103.79 $119.10 N/A WA 30 Pelntera/Waf Covering Installers $115.33 $115.33 $115.33 $89.66 $87.70 $66.81 31 Pipetitters $149.92 $149.92 $148.9$ $121.79 $101.19 $92.26 32 Plasterers $92.25 $9226 $92.25 $142.41 N/A $87.87 33 Plumbers $149.92 $149.92 $149.92 $126.80 $123.68 $90.14 34 Project Manager $149.92 $149.92 $149.92 _ $184.36 $121.49 $159.08 _. 35 Project Adminstrator 3109.65 $109.55 $109.55 $85.23 $88.83 $79.54 36 Roofers 3109.55 $109.55 $109.55 $129.42 $106.82 $79.54 37 Sheet Metal Workers $128.85 $128.85 $128.85 $108.45 $108.82 $86.96 38 Sprinkler Fitters $144.15 $144.16 $144.15 $119.55 N/A $86.96 39 Terrazzo Workers $109.66 $10955 $109.55 $93.10 _ $108.82 $84.84 - 40 Tile Setters $109.58 $109.56 $109.55 $93.10 $108.82 $72.11`� 41 Waterproofers/Caulkers _ $88.49 $88.49 $88.49 $91.25 $87.70 $67.87 42 Geothermal Wet Field Labor $132.62 $132.82 $132.82 $199.30 N/A $100.76 43 Engineering Design M1 $201.82 $201.82 $201.82 $193.88 $140.55 ;212.10 44 Energy Engineer $184.38 $164.38 $184.38 $189.32 $140.55 $132.55 45 Project Engineering $144.15 $144.15 $144.15 $148.98 $121.43 $148.47 46 Drafting $86.49 $88.49 $88.49 $131.91 , $88.83 $95.45 47 Architectural $259.48 $259.48 $259.48 $219.73 $134.93 $185.59 48 Teat&Balance Technician $172.98 $172.98 $172.98 $175.97 $134.93 $106.06 49 Infrared Tecnician $172.98 $172.98 $172.98 $191.14 $134.93 ;159.08 50 Water Treatment Technician $126.85 $126.85 $126.85 $158.45 $100.35 $106.05 Miscellaneous Material Margin 27.50% 27.50% 27.50% 27.50% 27.50% 27.50% Labor Coefficent 1.0 1.0 1.0 0.90 0.90 1.00 :revellMg Wave B61Yg Rates Effective Date-201 CLASSIFICATION Zone 42 Caned(Qlando)flame owed miss Asbestos Worker NA Boilermaker $201.83 Bricklayers;Mesons $100.81 Carpenter Case worker $113.41 Carpet Layers/Floor Insurers $113.41 Concrete FWshers $113.41 Data Comn r,4ecom hstq$er $157.52 Delivery personnel $69.31 Drywall installers;Oiling Installers $94.51 Electrician* $220.53 Elevator Mechanics $233.13 Glaziers $119.71 Heavy Equlpnerd Operators $157.52 HVAC Cormmerdd NC technician $144.85 HVAC Light Commercial $119.71 HVAC Helper $113.41 HVAC Field Supervisor $157.52 HVAC Refrigeration technician $136.61 HVAC Duct installer 8138.61 HVAC FiBer technician $107.12 HVAC Building Automation technician $162.24 insulators $144.92 konworkera $119.71 Laborers $89.31 Lathers $119.71 Light Equipment Operators $94.51 Metal Bu0dig Assembler 8113.41 Millwrights $113.41 Operating Engineer $113.41 PaintemiWai Covering Insta8er6 $126.02 Plpeftiers $183.82 Plasterers $100.81 Plumbers $163.82 Rolex*Manager $163.82 Project Administrator $119.71 Rooters $119.71 Sheet Metal Workers $138.61 Sprinkler Fitters $157.52 'Terrazzo Workers $119.71 Tile Setters $119.71 Waterproofers/Catdkers $94.51 Geothermal Well Feld Labor $144.92 Engineering Design $220.53 Energy Engineer $179.62 Project Engineering $157.52 Drafting $94.51 Architectural $283.54 Test 8.Balance Technician 0199.02 9Aarad Technician 0159.02 Water Treatment Technician 0138.61 Miscellaneous Material Margins 27.50% Labor Coeflcent 1.0 NOTES: 1.ALL LABOR RATES ARE BASED ON STANDARD HOURS 2 OVERTIME RATES(AFTERHDURS.SATURDAY):1.50 X STANDARD RATES S.OVERTIME RATES(SUNDAY.HOLIDAYSk 200 X STANDARD RATES 4.PER DIEM RATES:310/DAT/PERSON(WHEN REQUIRED)EXCEPT AK a HI UGC/DAY/PERSON 6 h/aaEIUM CHARGE OF 2 HOURS FOR ALL OVERTIE WORK II.RATES WILL BE ADJUSTED ANNUALLY AT RENEWAL DATE BASED ON THE FOLLOW IPG FORMULA Percent fold tabor oluttment factor change hum the prtNwa year(e0%) Percent rnatenel p^ca HOW change from the emotes year(30%) Percent ofaoe and cperatn0 ecpasse changes Morn t e pra.Acue)ear(10%) 7 FINAL APPROVAL UPON US COMMUNITIES ANDTRANES OSCRETION.