Loading...
R25-222 RESOLUTION NO. R25-222 1 2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, APPROVING A PIGGYBACK AGREEMENT WITH 4 TRANE U.S. INC. FOR THE REPLACEMENT OF TWO (2) DX PACKAGED 5 AIR CONDITIONING UNITS LOCATED IN THE ADJACENT MECHANICAL 6 HOUSING BUILDING AT THE WEST WATER TREATMENT PLANT AND 7 A 20-TON SPLIT SYSTEM AT THE UTILITIES ADMINISTRATION 8 BUILDING, FOR AN ESTIMATED EXPENDITURE OF $391,126.72 WITH 9 A 10% CONTINGENCY, FOR A TOTAL EXPENDITURE OF $430,239.39; 10 AND FOR ALL OTHER PURPOSES. 11 12 WHEREAS, both the Utilities Administration Building and the West Water Treatment Plant 13 have air conditioning ("AC") units from pre-2010 that still use R-410A Freon, which was banned in 14 2020 under the American Innovation and Manufacturing Act ("AIM") due to its global warming 1S potential; and 16 WHEREAS, the current AC units are also not energy efficient, having a SEER2 rating of 17 13.4, where the minimum SEER2 rating to meet ENERGY STAR standards is 14.5; and 18 WHEREAS, the proposed new AC units will be ENERGY STAR certified using the Integrated 19 Energy Efficiency Ratio ("IEER") rating system, where IEER is a performance metric used to measure 20 the cooling efficiency of commercial Heating, Ventilation, and Air Conditioning ("HVAC") systems 21 under varying load conditions; and 22 WHEREAS, the proposed AC units will have an IEER rating of at least 16,will be significantly 23 more energy efficient, will reduce electricity consumption, will lower greenhouse gas emissions 24 from power generation, will eliminate the non-environmentally friendly refrigerants like R-410A, 25 and will reduce the cost of energy bills for the City of Boynton Beach ("City"); and 26 WHEREAS, the replacement project was approved by the Florida Department of 27 Environmental Protection ("FDEP") as a Pollution Prevention project that the City is required to 28 complete as a condition of Consent Order OGC No. 23-1330; and 29 WHEREAS, on June 15, 2022, Racine County, Wisconsin issued an Invitation for Bid, acting 30 through OMNIA Partners to establish a cooperative purchasing agreement for HVAC products, 31 installation, labor based solutions, and related product and services; and 32 WHEREAS, Racine County, Wisconsin and OMNIA Partners found Trane U.S., Inc. 33 ("Vendor") to be a responsive, responsible bidder, and awarded it a five (5) year contract RESOLUTION NO. R25-222 34 commencing September 1, 2022, and terminating August 31, 2027, with an option to extend the 35 contract for one (1) additional five (5) year terms, Contract No. 3341, IFB No. RC2022-1011; and 36 WHEREAS, the City is a member of OMNIA Partners Member ID (4002822); and 37 WHEREAS, the requested Piggyback Agreement with the Vendor is necessary to replace 38 the AC units in both the Utilities Administration Building and the West Water Treatment Plant; 39 and 40 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 41 best interests of the City's citizens and residents to approve the Piggyback Agreement with the 42 Vendor for the replacement of the two AC Units located at the Utilities Administration Building 43 and at the West Water Treatment Plant, for a total estimated expenditure of$430,239.39. 44 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 45 BEACH, FLORIDA, THAT: 46 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 47 being true and correct and are hereby made a specific part of this Resolution upon adoption. 48 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby 49 approve the Piggyback Agreement between Vendor and the City for the replacement of the two 50 AC Units located at the Utilities Administration Building and at the West Water Treatment Plant, 51 for a total estimated expenditure of $430,239.39 in form and substance similar to that attached 52 as Exhibit A. 53 SECTION 3. The City Commission of the City of Boynton Beach, Florida, hereby 54 authorizes the Mayor to execute the Piggyback Agreement. The Mayor is further authorized to 55 execute any ancillary documents required under the Agreement or necessary to accomplish the 56 purposes of the Agreement, including any term extensions as provided in the Agreement, 57 provided such documents do not modify the financial terms or material terms. 58 SECTION 4. The City Clerk shall retain the fully executed Piggyback Agreement as a 59 public record of the City. A copy of the fully executed Piggyback Agreement shall be provided to 60 Howard Kerr to forward to the Vendor. 61 SECTION 5. This Resolution shall take effect in accordance with the law. 62 RESOLUTION NO. R25-222 63 PASSED AND ADOPTED this 1°1 day of Q,t.4.C�g� 2025. 64 v 65 CITY OF BOYNTON BEACH, FLORIDA 66 YES NO 67 Mayor- Rebecca Shelton ✓ 68 69 Vice Mayor-Woodrow L. Hay ✓ 70 71 Commissioner-Angela Cruz .1/ 72 73 Commissioner-Aimee Kelley t, 74 75 Commissioner-Thomas Turkin ✓ 76 77 VOTE :5 0 78 ATTEST: 79 / '' __ nn 80 •ii /LL/, 41P-41.1.11.G/» 8 icovMaylee De a esus, M• A, MC Rebecca Shelton 82 City Clerk Mayor 83 84 ;-,F BOYryT‘‘ "-:, k....Codi .�O,y%1 APPROVED AS TO FORM: 85 (Corporate Seal) f(.1 `�9r%;�,t. 86 i • . • N AL i 87 i� 9CR47.to/;=i hiim 88 .'\ 20 .: Shawna G. Lamb �1 , '••.....•- 89 ‘`.uRIDA City Attorney ..'%. PIGGYBACK AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND TRANE U.S. INC. This Piggyback Agreement is made as of this in day of , 2025, by and between Trane U.S. Inc.,a North Carolina corporation,with a principal ress of 800 Beaty Street, Davidson, NC 28036-6924 hereinafter referred to as "Vendor," and the City of Boynton Beach, a municipal corporation organized and existing under the laws of Florida, with a business address of 100 East Ocean Avenue, Boynton Beach, Florida 33435, hereinafter referred to as "City." RECITALS WHEREAS, on June 15, 2022, Racine County, Wisconsin (Lead State) issued an "Invitation for Bid" (IFB), acting by and through OMNIA Partners to establish a cooperative purchasing agreement for HVAC Products, Installation, Labor Based Solutions, and Related Product and Services; and WHEREAS,Racine County and OMNIA Partners found Trane U.S., Inc. ("Vendor")to be a responsive, responsible bidder, and awarded it a five (5)year contract commencing September 1, 2022, and terminating August 31, 2027, with an option to extend the contract for one(1)additional five(5)year terms, Contract No. 3341, IFB No. RC2022-1001 ("Master Agreement"); and WHEREAS, the City of Boynton Beach is a member of OMNIA Partners Member ID (4002822); and WHEREAS, OMNIA Partners instituted a cooperative purchasing program under which member Participating Agencies may reciprocally utilize competitively solicited Master Agreements awarded by the Principal Procurement Agency, a copy of the Master Agreement is attached hereto as Exhibit"A"; and WHEREAS,the City's Purchasing Policy Section X—Alternatives to Formal Sealed Bids, provides authority for the City to acquire or contract for services without utilizing a sealed competitive method or the written quotations methods where the desired services are the subject of an agreement that utilizes another government entity's contract, provided that the contract was awarded based strictly on competitive bidding; and WHEREAS, in order to comply with the FDEP Consent Order through the completion of the AC Replacement Project for the Utilities Administrative Building and the West Water Treatment Plant, the City's Utilities Department is requesting the City enter into a Piggyback Agreement with the Vendor for the procurement and installation of the necessary HVAC systems; and Piggyback Contract—Trane U.S.Inc. I WHEREAS, the City and Vendor have agreed to allow the City to piggyback the Master Agreement, a copy of which is attached as Exhibit "A." NOW, THEREFORE, in consideration of the mutual covenants contained herein, and for other valuable consideration received, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: Piggyback Contract—Trane U.S.Inc. 2 AGREEMENT 1. The foregoing recitals are true and correct and are hereby incorporated in this Agreement. 2. TERM: The term of this Agreement commences on full execution by the parties and will remain in effect until August 31, 2027. The Agreement may be renewed for one (1) additional three-year term. The Mayor is authorized to execute any renewal amendments. The initial term and any subsequent renewals of this Agreement are subject to the renewal or extension of the Master Agreement. If the Master Agreement expires or is terminated during the Term, this Agreement shall terminate no later than six months after such expiration or termination of the Master Agreement. 3. CONTRACT TERMS: The Vendor shall complete the Services on the same terms and in the same manner as set forth in the Master Agreement, except as otherwise provided herein. All recitals, representations, and warranties of Vendor made by Vendor in the Master Agreement are restated as if set forth fully herein, made for the benefit of the City, and incorporated herein,except that all references to the"Racine County,Wisconsin"are hereby replaced with the"City of Boynton Beach."The City shall compensate the Vendor pursuant to the rates set forth in the Master Agreement for the Services in an amount not to exceed Three Hundred Ninety-One Thousand One Hundred Twenty-Six Dollars and Seventy- Two Cents ($391,126.72), plus ten percent (10%) or $ 39,112.67 contingency to account for any unforeseen conditions only approved by the City Manager. A copy of the Vendor's estimates for the services is attached hereto as Exhibit "B" and incorporated herein by this reference. 4. NOTICES: All Notices to the City shall be in writing by certified mail return receipt requested, or customarily used overnight transmission with proof of delivery, sent to: City: Daniel Dugger, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, Florida 33425 Telephone: (561) 742-6010/Facsimile: (561) 742-6090 Copy: Shawna G. Lamb, City Attorney City of Boynton Beach P.O. Box 310 Boynton Beach, Florida 33425 Telephone: (561) 742-6010/Facsimile: (561) 742-6090 5. INVOICES AND PAYMENT: Invoices must identify the PO number and should be mailed to: Boynton Beach Finance Department Attn: Accounts Payable P.O. Box 310 Boynton Beach, FL 33425. Piggyback Contract—Trane U.S.Inc. 3 Invoices shall show the nature of the service and dates(s) of service. Invoices based on hourly rates shall show the actual hours worked, person performing services, nature of the service, hourly rate, and dates(s)of service. Invoices may be submitted no more frequently than monthly. However, all services rendered prior to September 30th of any given year are required to be invoiced by September 30th of that year. Vendor shall provide W-9 with first invoice. The fee shall be paid based on receipt of a proper invoice in accordance with the invoice schedule indicated above. Payment will be made within 45 days of receipt of a proper invoice in accordance with the Local Government Prompt Payment Act, Section 218.70, et al., Florida Statutes. No payment made under this Agreement shall be conclusive evidence of the performance of this Agreement by Vendor, either wholly or in part, and no payment shall be construed to be an acceptance of or to relieve Vendor of liability for the defective,faulty,or incomplete rendition of the Services. 6. TAX EXEMPT: Prices applicable to City do not include applicable state and local sales, use, and related taxes. The City is exempt from state and local sales and use taxes and shall not be invoiced for the same. Upon request, City will provide Vendor with proof of tax- exempt status. 7. SOVEREIGN IMMUNITY: Nothing contained in this Agreement nor contained herein shall be considered nor construed to waive City's rights and immunities under the common law or section 768.28, Florida Statutes, as may be amended. 8. ATTORNEY'S FEES: In the event that either Party brings suit for enforcement of the Agreement, each Party shall bear its own attorney's fees and court costs. 9. PUBLIC RECORDS: Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty(30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is a public agency subject to Chapter 119, Florida Statutes. The Vendor shall comply with Florida's Public Records Law. Specifically, the Vendor shall: A. Keep and maintain public records required by the City to perform the service; B. Upon request from the City's custodian of public records,provide the City 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 chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract,Vendor shall destroy all copies of such confidential and exempt records remaining in its possession once the Vendor transfers the records in its possession to the City; and Piggyback Contract—Trane U.S.Inc. 4 D. Upon completion of the contract, Vendor shall transfer to the City, at no cost to the City, all public records in Vendor's possession All records stored electronically by Vendor must be provided to the City,upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. E. IF THE VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE VENDOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CITY CLERK OFFICE 100 E. OCEAN AVENUE BOYNTON BEACH, FLORIDA, 33435 561-742-6060 CitvClerk(a bbfl.us 10. SCRUTINIZED COMPANIES-287.135 AND 215.473:By execution of this Agreement, Vendor certifies that Vendor is not participating in a boycott of Israel. The Vendor further certifies that Vendor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List,and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Vendor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company I referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing,to the Vendor of the City's determination concerning the false certification. The Vendor shall have five(5)days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, the Vendor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Vendor does not demonstrate that the City's determination of false certification was made in error, then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135,Florida Statutes,as amended from time to time. 11. E-VERIFY: VENDOR shall comply with Section 448.095, Fla. Stat., "Employment Eligibility," including the registration and use of the E-Verify system to verify the work authorization status of employees. Failure to comply with Section 448.095, Fla. Stat. shall result in termination of this Agreement. Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. If this Agreement is terminated for a violation of the statute by Vendor, Vendor may not be awarded a public contract for a period of one (1)year after the date of termination. 12. DISPUTES: Any disputes that arise between the parties with respect to the performance of this Agreement,which cannot be resolved through negotiations,shall be submitted to a court of competent jurisdiction in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. Piggyback Contract—Trane U.S.Inc. 5 13. EXECUTION OF THE AGREEMENT: This Agreement will take effect once signed by both parties. This Agreement may be signed by the parties in counterparts, which together shall constitute one and the same agreement among the parties. A facsimile signature shall constitute an original signature for all purposes. Each person signing this Agreement on behalf of either Party individually warrants that he or she has full legal power to execute the Addendum on behalf of the Party for whom he or she is signing and to bind and obligate such Party with respect to all provisions contained in this Agreement 14. TERMINATION FOR CONVENIENCE:This Agreement may be terminated by the City for convenience upon fourteen(14)calendar days of written notice by the terminating party to the other party for such termination in which event the Vendor shall be paid its compensation for services performed to the termination date, including services reasonably related to termination. In the event that the Vendor abandons the Agreement or causes it to be terminated, the Vendor shall indemnify the City against loss pertaining to this termination. 15. TERMINATION FOR CAUSE: In addition to all other remedies available to City, this Agreement shall be subject to cancellation by City for cause, should Vendor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) calendar days' after receipt by Vendor of written notice of such neglect or failure. 16. INDEMNIFICATION: Vendor shall indemnify and hold harmless the City,its elected and appointed officers, agents, assigns and employees, consultants, separate Vendors, any of their subcontractors, or sub-subcontractors, from and against claims, demands, or causes of action whatsoever, and the resulting losses, damages,costs, and expenses, including but not limited to attorneys' fees, including paralegal expenses, liabilities, damages, orders, judgments, or decrees, sustained by the City arising out of or resulting from (A) Vendor's performance or breach of Agreement, (B) acts or omissions, negligence, recklessness, or intentional wrongful conduct by Vendor's, its agents, employees, subcontractors, participants, and volunteers, and(C) Vendor's failure to take out and maintain insurance as required under this Agreement. Vendor's shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorneys' fees which may issue thereon. The obligations of this section shall survive indefinitely regardless of termination of the Agreement. 17. INSURANCE: At the time of execution of this Agreement, Vendor shall provide the City with a copy of its Certificate of Insurance reflecting the insurance coverage required by the Master Agreement. The Certificate of Insurance shall name the City of Boynton Beach, and its officers, employees and agents as an additional insured. 18. LIMITATION OF LIABILITY: Notwithstanding any provision of the Agreement to which it is applicable, City shall not be liable or responsible to Vendor beyond the amount remaining due to Vendor under the Agreement,regardless of whether said liability be based in tort, contract, indemnity or otherwise; and in no event shall City be liable to Vendor for punitive or exemplary damages or for lost profits or consequential damages. 19. NO SPECIAL DAMAGES. In no event shall either Party be liable to the other for any Piggyback Contract—Trane U.S.Inc. 6 special damages, speculative damages, indirect, special, incidental, consequential, loss of profits, or other damages or losses of any kind whatsoever, no matter what the cause. 20. INDEPENDENT CONTRACTOR: The Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that Vendor is an independent contractor pursuant to the Agreement and shall not be considered the City's employee for any purpose. 21. COMPLIANCE WITH LAWS: Vendor hereby warrants and agrees that at all times material to the Agreement, Vendor shall perform its obligations in compliance with all applicable federal, state, and local laws, rules, and regulations, including section 501.171, Florida Statutes. Non-compliance may constitute a material breach of the Agreement. 22. ASSIGNMENT: In the event this Agreement and any interests granted herein shall be assigned, transferred, or otherwise encumbered, under any circumstances by Vendor, Vendor must gain prior written consent from City thirty (30) business days before such transfer. For purposes of this Agreement, any change of ownership of Company shall constitute an assignment that requires City's approval. Notwithstanding the foregoing, Vendor may, without City's consent, assign this Agreement in whole or in part as part of a corporate reorganization, consolidation, merger, or sale of substantially all of its assets related to this Agreement. Vendor shall provide City written notice of any such corporate reorganization, consolidation, merger, or sale of substantially all of its assets related to this Agreement within thirty (30) calendar days of such event. 23. AGREEMENT SUBJECT TO FUNDING: The Agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Boynton Beach in the annual budget for each fiscal year of this Agreement,and is subject to termination based on lack of funding. Early termination by City due to loss of funding shall not obligate Vendor to refund any prepaid fees. 24. ENTIRE AGREEMENT. The Agreement, including the Master Agreement, sets forth the entire Agreement between the City and the Vendor with respect to the subject matter of this Agreement. This Agreement supersedes all prior and contemporaneous negotiations, understandings, and agreements, written or oral, between the parties. This Agreement may not be modified except by the parties' mutual agreement set forth in writing and signed by the parties. 25. SEVERABILITY. If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable, shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 26. ANTI-HUMAN TRAFFICKING. On or before the Effective Date of this Agreement, Vendor shall provide City with an affidavit attesting that the Vendor does not use coercion for labor or services, in accordance with Section 787.06(13), Florida Statutes. Signature Page to follow Piggyback Contract—Trane U.S Inc. 7 IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CITY OF BOYNTON BEACH, FLORIDA TRANE U.S. INC. t--------- .e cr -- - '- Rebecca Shelton, Mayor (Signature), Trane U.S., Inc. Sedia Trera Print Name of Authorized Official South Florida Service Leader Title Approved as to . A1j6 Shawna G. Lamb, City Attorney (Corporate Seal) Attest/Authenticated: Attested/Authenticated: (Signature), Witness CMZ Zt�lJ Savanna Olson Maylee DeJarsus, Ciityle Print Name s'01 NTO,v'`1, ► �00k •!: ORArF••c'9 ►►' . 5EA .. $ i/ UINCORPORATEO1 I'j .•.. . 1 •92O .' i ►‘ `‘• FLOR�OP_ Piggyback Contract—Trane U.S.Inc. 8 EXHIBIT "A" AGREEMENT BETWEEN RACINE COUNTY,WISCONSIN AND TRANE U.S. INC. Piggyback Contract—Trane U.S.Inc. 9 Racine County, Wisconsin Contract # 3341 for HVAC Products, Installation, Labor Based Solutions and Related Product and Services with Trane US Inc. Effective: September 1 , 2022 The following documents comprise the executed contract between the Racine County, Wisconsin and Trane U.S. Inc., effective September 1 , 2022: I. Vendor Contract and Signature Form II. Supplier's Response to the IFB, incorporated by reference Duane McKinney • Purchasing Coordinator Racine County 262-636-3700 \ W IS C 0 N S IN\' fax 262-636-3763 duane mckinney@racinecounty coin August 4, 2022 Mr. Greg Spencer Trane U.S. Inc. 800 Beaty Street Davidson, NC 28036-6924 Dear Mr. Spencer: On behalf of Racine County, I would like to formally congratulate Trane U.S. Inc. on being selected to provide HVAC Products, Installation, Labor Based Solutions and Related Product and Services for Racine County and other municipal governments and local public agencies. Racine County is in the process of preparing a contract to be signed by the required representatives of Racine County and Trane U.S. Inc. Shortly, a draft contract will be forwarded for your review. Upon completion, the final contract will be forwarded for your signature. Again, congratulations on the award. If you have any questions, please feel free to contact me at (262) 636-3700. Sincerely, O Duane McKinney Purchasing Manager DocuSign Envelope ID:5AB039C2-2DAF-4A1 E-9286-D4840C496111 Purchasing Department 730 Wisconsin Avenue ‘‘ • Racine,WI 53403 Racine County1S CO N fax: venue -3763 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS AND RELATED PRODUCT AND SERVICES CONTRACT 2022 This Contract made and entered into this 16th day of August 2022, by and between Racine County, Wisconsin, 730 Wisconsin Avenue, Racine, Wisconsin 53403 (hereinafter referred to as "COUNTY") and Trane U.S. Inc., 800 Beaty Street, Davidson, North Carolina 28036-6924 (hereinafter referred to as "CONTRACTOR"). WITNESSETH: For good and valuable consideration, the parties agree as follows: 1 . WORK: CONTRACTOR shall provide HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS AND RELATED PRODUCT AND SERVICES: The undersigned parties understand and agree to comply with and be bound by the entire contents of Sealed Bid # RC2022-1001: HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS AND RELATED PRODUCT AND SERVICES (aka, the Contractor's Bid Proposal submitted July 21, 2022) which is incorporated herein by reference. CONTRACTOR understands and agrees that the bonds and insurance required by the Project Manual are to be kept current at all times through the length of each term and for 90 Days following completion of each term. Bonds and insurance must be renewed and presented to the COUNTY at the time of each renewal term if COUNTY chooses to renew. Bonds and insurance shall be written by a firm acceptable to the COUNTY as specified in the Project Manual. 2. TERM: September 1, 2022, to August 31, 2027, with full renewal of one (1) additional five (5) year term per the Project Manual. COUNTY shall exercise renewal options by issuance and delivery to CONTRACTOR of a written notice to renew this Agreement. 3. PROJECT: HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS AND RELATED PRODUCT AND SERVICES in accordance with the Project Manual. 4. PRICE: Price as stated for all schedules included in the Project Manual. DocuSign Envelope ID*5AB039C2-2DAF-4A1E-9286-D4840C496111 5. CANCELLATION: This contract may be cancelled without penalty or obligation of any kind, by COUNTY by, for or on behalf of itself or its agencies, departments, officers, agents or employees immediately upon written notice to all parties that sufficient funds have not been budgeted by the County Board of Supervisors to pay the obligations under this agreement. Either party may terminate the contract on the anniversary date in any subsequent year of the contract by providing the other party with written notice ninety (90) days prior to the anniversary date. If the CONTRACTOR fails to maintain and keep in force required insurance, COUNTY shall have the right to cancel and terminate the contract without notice. Notwithstanding any of the terms and conditions contained herein, the COUNTY and CONTRACTOR reserve the right to terminate the contract at any time for any reason by providing written notice of termination to the other party no less than ninety (90) days in advance of termination. In the event of said termination, CONTRACTOR shall not reduce its activities hereunder unless agreed in advance by COUNTY. The CONTRACTOR will pay according to the contract for services tendered through the date of termination. RACINE COUNTY Dot4A46A,DocuSigned by: DocuSigned by:: ,BY: Ot,(a�vat, 8/17/2022 BY: CMd( ',,IJ. �'""",, 1 8/17/2022 ieso touweol wuo.. soratsLresAuau I 10Juati DocuSigned bbyy NDocuSigned by: BY: CiviSiL t&SuA' 8/17/2022 BY: yaw, 8/16/2022 rt..-ivaas96a6S118u iaassszssaooaoa Trane UDa'SIlps6y. BY: CarlSr-Kar8/16/2022 Ubcum,m0tllr1.. ,-f'Alr., -4tNN ,, 10 , 4 I '11 lilk ,.--.10movab,..44 iti 9.: mo•OS • ) 4Ik'' la . 1.4. , .. •.1..Ni)._ ,.. ,'fir": ;r.:- : _ .. . w A f I It 1 .1? i i i I* lit 41i oI(\ , - X ,iow "/1111 .\ . 14111411k .. \ft A ` A `� _ 7 i 1k v 4 All Racine County Wisconsin HVAC Products, Installation, Labor Based Solutions, and Related Products / Services IFB #RC2022-1001 0 Submitted July 21 , 2022, by Trane U.S. Inc. I A. Certification of Vendor CERTIFICATION OF VENDOR HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES The undersigned, submitting this B.d, hereby agrees with all the terms, condMbans and spoof loris required by the County in this IFB and declares that the atta=hrd 6►d IE In conformity therewith The undersigned attests to the folovanp: • I have reviewed In detail the IFB and all related attachments and ir►tOrm81►on prov►4ed by Racine County before submitllny this Bid • I have full authority to Make such statementAand to submit this Bid as the duty rea gnlaed repressentet►ve of the Bidder SIGNATURE GreqS:Dencer PRINT NAME Strategic Cooperative Program LeaOw TItLE COMPANY: 'boneU.B. Inc ADDRESS: e000eidy►ss1eW CITY, STATE,LIP Onv►dson, NC 28036-6924 TELEPHONE: 469-4424065 FM. E-MAIL gsspenoarairane.com DATE June 22 2022 tINITATIOti Oft aiD•Fa 0 t OX2•1[01 Noe not Ito NAC nrin►Ih^TS We TA/UATm I LABAt+g AI rD srxu .ANO MATED PRODUCT&ANIS brorocCs RACINE COUNTY WISCONSIN 0 2022 Trane.All rights reserved. IFB#RC2022-1001 Paget Other Exhibits & Documents The following documents are provided as Appendices: • Appendix 1: Acknowledgement of Addenda • Appendix 2: Exhibit A- Response for National Cooperative Contract • Appendix 3: Exhibit B -Administration Agreement, Example • Appendix 4: Exhibit F - Federal Funds Certifications • Appendix 5: Exhibit G - New Jersey Business Compliance 4 RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved e Pa ii IFB#RC2022-1001 9 B. Table of Contents 11c111"4,42 A. Certification of Vendor Other Exhibits& Documents ii B.Table of Contents iii C. Executive Summary 4 D. Responsible Bidder 6 Minimum Criteria 6 1. Detailed Response to Attachment D, Exhibit A 6 2. Positive Balance Sheet 6 3. Business License 12 4. Proof of Insurance 14 5. Bonding Capacity 16 6.W-9 16 7. Background Information 17 8. References 39 9. Proof of Performance 43 E. Bid Form Criteria 112 SECTION A, Product Pricing 113 SECTION B, Labor Rates 135 SECTION C, Additional Costs 217 SECTION D, Additional Costs 218 SECTION E, Additional Costs 219 RACINE COUNTY WISCONSIN 0 2022 Trane All nghts reserved. IFB#RC2022-1001 Page iii C. Executive Summary Limit to one or two pages. Briefly state the Bidder's understanding of the service to be provided and a positive commitment to perform the services as defined in the IFB. Trane has presented 122 high-level products/equipment options and 48 labor classifications and services for your consideration, and are ready to provide HVAC Equipment and Products, Installation, and Services, and other Related Products/Solutions in response to this IFB. Trane's experience with cooperative contracting began in 1998 with the Region 4 ESC (Formerly TCPN) contract. In 2015, we were selected to provide products/services under the Harford County Public Schools and U.S. Communities Contract (15-.1LP-023) and have executed work under this contract through the seven-year term plus an additional six months.In 2017,Trane secured the Port of Portland and U.S. Communities Contract Trane® has been a qualified DOE ESCO since 1999 and has completed complex Energy Savings Performance Contracts (ESPC) for the Federal Government. An ESPC is a proven, cash flow neutral financing mechanism that pays for facility improvements that can be paid back over time based on future utility bill saving.Trane's Core Products—HVAC Equipment and Controls—drive one-third of total ESPC savings. Trane's incident (OSHA) rates are consistently 67-86% below the industry average and our current Experience Modification Rate (EMR) is 0.61. Trane has leveraged this experience to deliver dozens of ESPC projects under the Port of Portland contract. Trane has the capacity to provide a wide range of services and products to support agencies across the country. Our 100-year history as a trusted provider of superior products and services has resulted in a robust national infrastructure. Our project offices are staffed with factory-trained service technicians that provide operational oversight, O&M, service-repair, and installation support.Trane stocks service- repair parts (over 20,000 SKUs per location), equipment, and supplies right in our customer's communities.We also have established relationships with local designers, suppliers, and subcontractors—including small/disadvantaged businesses.Trane has booked $1.4B+under our Harford and Portof Portland OMNIA contracts since 2018 and has delivered services and products in 43 states. Alabama $22,282,635.39 Kentucky $1,349,239.50 Oklahoma $9,834,236.76 Arizona $26,639,032.49 Louisiana $1,149,096.30 Oregon $9,151,530.40 Arkansas $2,901,717.35 Maine $745,095.24 Pennsylvania $77,036,481.90 California $29,571,264.24 Maryland $14,804,678.33 South Carolina $10,944,092.54 Colorado $35,176,520.47 Massachusetts $17,961.87 South Dakota $883,364.75 Connecticut $7,352,071.05 Michigan $16,591,434.19 Tennessee $93,940,188.53 Delaware $2,575,026.00 Minnesota $30,725,610.77 Texas $164,920,070.45 Florida $182,726,065.31 Missouri $20,131,774.73 Virginia $165,765,449.25 Georgia $24,161,110.01 Nevada $259,244.50 Washington $20,555,568.09 Hawaii $1,736,184.19 New Jersey $72,477,397.96 Washington, DC $8,031,046.25 Idaho $1,571,373.00 New Mexico $6,192,604.28 West Virginia $6,786.54 Illinois $87,170,264.87 New York $87,653,962.56 Wisconsin $9,387,240.15 Indiana $19,875,621.11 North Carolina $23,380,670.18 Wyoming $49,148.52 Iowa $7,858,608.39 North Dakota $1,086,231.13 Kansas $12,782,043.21 Ohio $47,018,541.70 RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved IFB#RC2022-1001 Page 4 Trane's robust national infrastructure includes: 124 project offices, 205 parts/supply facilities, 6 express warehouses, and 11 manufacturing plant sites. Trane has 2,138 Salespersons and Project Managers available to support the Racine Contract. r L._ f' tt NH B EN a, t:. 4 Frilitit*ra u'Ill SI ., -, w RI Ell • I Will -----1 Ilh./ 5-1 ..__ i e: 0 --- 1 •5. DC 1. R„ R • Trane Offices aka • Trane Supply Stores ,�• u, t • Trane Manufacturing Plants • Trane Warehouses # • . N OMNIA Projects HI � ` k Trane will work with OMNIA Partners so all •1.- ViY 4 i►.na,n participating agencies are aware of our contract award I 1‘ momill 1 via a 90 day plan that includes emailing over 80,000 direct customer contacts, a co-branded press release, and publicity campaigns via our dedicated OMNIA website, direct mail, social media, and trade show 11 il - promotion. a Our experienced Cooperative Contracting group is '�"�„' '� TI well-positioned to help Racine County—and the agencies that will piggyback off this contract—secure HVAC Systems and Energy Services the goods and services they need to support their " sown.ors: coafen'""A"`""'9 communities. With over 100 years of collective braePalisis d Brria.w*ask Iran.ammo ita..w«4 i.mame ..111.1.1111.......4.."...6 dIllennw"aaawarm* 'r"'^i'a"" experience, Trane's Cooperative Contract Team brings ""'"""" to Racine County extensive knowledge and diverse wbaa.pa wooer aaaarrabaaressmi♦Ire.11iaaa+w -•-l-al.dove ftesilima Amid inswimmomin mar know-how in navigating public procurement Yemu aaaaa►a mr•1waa.a^ra drama►a W.lomaw a~""'�~ow. "`�"tea�*a"'aa".+ contracting. We look forward to bringing this &I Wort experience to Racine County and its public QMMA ,r his - Or— procurement partners. We sincerely appreciate your consideration. RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 5 D. Responsible Bidder Minimum Criteria The following minimum criteria shall be met to be eligible for this contract: • Bidders shall demonstrate that they are financially stable; • Bidder shall have been in business providing similar service for at least the last three (3)years; • Bidders should have the capability of providing a combination of products,services,consulting,or other labor-based solutions to accommodate the range of products and services utilized by Participating Public Agencies;and • Bidders shall be properly licensed and incorporated to do business in the State of Wisconsin. Trane U.S. Inc. meets all the minimum criteria to be eligible for this contract: • Trane is a $14B corporation that has been in business for over 100 years. Our most recent balance sheet is shown below. • Trane has held a cooperative contract since 1998 and has held the Harford County Public Schools and U.S. Communities Contract since 2015. • Trane is properly licensed and incorporated to do business in the State of Wisconsin. 1. Detailed Response to Attachment D, Exhibit A 1. Include a detailed response to Attachment D, Exhibit A,OMNIA Partners Response for National Cooperative contract,to show proof of organizational capacity,equipment, and technical competency. Please see Appendix 2 for Trane's detailed response to Exhibit A under Attachment D. a. Racine County makes no representation or warranty concerning the use of the Master Agreement by any other Participating Public Agency. Trane acknowledges that Racine County makes no representation or warranty concerning the use of the Master Agreement by any other Participating Public Agency. b. The lowest responsible Bidder(s)will be required to sign Attachment D, Exhibit B, OMNIA Partners Administration Agreement. Trane acknowledges that The lowest responsible Bidder(s) will be required to sign Attachment D, Exhibit B, OMNIA Partners Administration Agreement. c. If applicable, provide a sample of additional agreements that Participating Public Agencies may be asked to sign. Trane will not require additional agreements from Participating Public Agencies. 2. Positive Balance Sheet 2. Provide proof of a positive balance sheet and profitable business operations for two(2)of the last three(3) years. RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved IFB#RC2022-1001 Page 6 Balance Sheet from 2021 Annual Report Trane Technologies plc Consolidated Balance Sheets ran SOW) ASSETS mown Mar s cash and rash onwarl0ns S 7 159 7 S 3,2599 A xaunts ono nous•v d1,.abk nut 2 429 4 2,2=1 Irerreenee 113.18 1,leg 2 other mews mato 391 5 $4 4 Tval;urrorr•,aawts 6 470.9 6,905.6 A`.,� Pr parrp plant nn7 nquptrioe* nat .. .. 1 2196 d 1349 8 tSOadwEI 5.504 6 5.3426 InWrlgth,sawn hot 3 3959 3,286-4 Mee nhr*aaeaes t 319 7 1.272 4 1tntat eau" $ /6 v...5 tl S t e 1',S6 i Lints Jt1ES 4Np Unary Currant Yabilwer Acc.auras priable S 1797 3 S 1.5202 Acarlrad ppnpallailfcr and Dmaapas 544 5 4E1 1 AOenand isepansol end abhor au nallt kNHOee 2 9'471 it 1,893 Ll 6Mrt tatrm borrowings end arm*matlta'Rtoa of kmg Now debt 390 4 770,1 Trail monad lienilnan 4 7521 4 33ts11 t Lng-nam+It tbi 4 491 7 4 4966 P0sseirna)ayrrart and Drew benign I,at,rnee 313 9 1.674 6 Uefr,rwu arta torrp trent me-40.4 r9noe 381 5 5,766 rihnr hanaa.wera IraLw4ws 1 1%12 129' Weal robing* 11 785 7 II T Squill"! Nino nik-linuarge0(alt SnwerioniSni equity OnSrary shwas MOO pat vtnt,N(25,9491.19I and*13t)Q ZLe sham,entail o 4t u•ctimu,3' 21:t21 and 2(QU.respictn4t/1 .SS 7 443: C,.Arstrr sr.anaa Hattan 116044ry a ix*(24 Y,t3 tr,]E log N 51rt)!VW taut..*as C,uarrtttwr 3+ 2O?I aid?CO2ne6pacoa* I1 719 4) (1 71E.41 Peened suer.+ipe n 4.5:i 2 S,11/05 ,Lxrtrn.Unai1 onl:r.ornprelwrownis I m4(IOW (GT 0) 4611 SI rani Trans Toihnuloges Dc IINreA.Cktai .7uzT 6.2.,A 9 4,407 i NonLorwawrg wtrraet 17? 19 1tItJ 9 tY 6.273 t 6.447.1 lttrly,IW tris a►nt Mi,,,pt 3 18 030 8 s 18 1!E 7 sa•►uI 7;01A4 laralaoisa09110.10:411401010604,41, G000s, 'VII Awn./ N ie.I , • RACINE COUNTY WISCONSIN 0 2022 Trane.All rights reserved. IFB#RC2022-1001 Page 7 Income Statement from 2021 Annual Report Trane Technologies plc Consolidated Statements of Comprehensive Income tog TM UM,MOM ntduwtt 71, r321 roY. 2:+1, Hra trat►cvs,‘ 5 14:s5 n $ y.Q i, DRIOI oom' n *naao or-on'u.ital Curtrot11 thitimiaton I:2 _ cah tb w naag•e Crone a211d Mgore sum dwell pN1td r ? ' • NO(4lW s6)M>1Mt vbC18Nl e d Mos Mr>7tnp, fb 4) 1 S' Tia loaponse)bonen 1 1 1peM ptR now tordgta.not a ttas Nil PttM 1400 MAI QM>r4tuldfYofe Alto srn1ca4 res hr We Franco 133_ 1114) h1a41ChaarAI grins tt»tNd for IrA p►rgo Ili (earl t ,4i Aenonnraucn erelassA•ad weo•or(Mtegs - 38 8 t3 a cE NM astaarwe'e errs rot106Wiiiit triPO lotrom trasustvws b mow r U 11 31 Cullom"eluslwgn aid rims. (141 Ttto[aapwoalhearre o (43; 10 tI it ) Rote pms•001•4.1 01,EOati atfirits;n ryn,:t.t 1148 r2 rJl 1141 Wirt c nnprorionM r ccnv e.hai: out /to (6 6) 2247 b (4 t trsnprohanstis) izell U ! ?c►Int b I tM 0 3 I.,11Z 6 > 1 319109 I psa i,.r.lfrunb�m.. rrnrr t:u,A.tntsir to r.3na3ror404114 41401MI& 112 7) 11761 (19 nx, Cane ikenssys Indene artnbletahte to trans lrehnaloglea pk b 141'3 1 int 0 i ` ltt,t RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved IFB#RC2022-1001 Page 8 Balance Sheet from 2020 Annual Report Trane Technologies plc Consolidated Balance Sheets acre l8ce to 4020 2010 ASSETS G11/ryR 111414t3: 1111/0h W a Wsli 604.00100111$ I Ira 9 'VS 6 Aoco+rrtr wig notes ressurrbAc net.. 2..2 I 2 IBI tt inruYalra�. 1,1892 1.1711 ("or current sews 224 4 344 8 Amelia►rob to r_o{o — 1;'0 i Iota nnront meet. 0,6.6 f Ii 21+3 Mnrartl pUY erk7 equlitrio+'th•• 1.349 S 1 35:(1 (ioodw+rr 6 342 G 5 r tiS T ,.stumpier manta ncl 3:se 4 F (rarer i+oncrnent assets I:721 kiwi aswua I tEl 156 7 s 79 4dl LIAIILT IES AND EOU/ry Conant Hrtaltt Cu'*(ALcs perf4be '�-- i 1 X202 3 138 r --_ -- 4Cti*uv4 avmwrtlriwr+S Lirimits 461 1 442 4 Accrua0 asDUr,sce and uthef Otsru,rl 0020000u f 0?2.0 1.904 2 >t ivn.r lkxrveiti s eyed eurrvr¢m.ltzan/t (Deg-110n1,data 775 E 660 3 t*braw.AM202 ams — 1,2021 4 Nati evr«4 IrbMwra 4,138 9 5 238 loop from doN 4 498E 4. a 4 PuorwoWk yert and�Ilwr ttlrslcAa ba [la 1,924 6 7,04 m1( 3 ts1Mnnct and t+orrrsnnr income tarry 678 6 1T2 0 On newcomer*encase* 1,,',y1 w 1,3YM I "tatatccatayuee 1r.;29.E 13 +799 Tie..► /sJnw+O?ry P+sesiehotdorrr Moto/ Ordinary shares It i))poi vow.1263.9$1.280 and P02.,1)4026 rharna tsetdad al r baannbet JI 2020 and 2019.neepecU.u4y1 263 3 262 6 Ordinary Own tiff rn t+onsary M cool 124_500.64C2 rind 2lMIS P Mmes at (,►xytnrber�(t 2071.1 4+4;Via nr{a Jwly) (1 i 191 i (t 719 4't Astsurou aam,+y► d 495 3 II ISD II A ar-toseAsd dhar u,'rrwnnnw.ro Ucw41 2671 5) (1.006 01 IOW Rei.•litetwoe902 pie rr,arrreral]ors'Aquino 8 40 t t;t;.7 0 rsaruxrRn}Ang rrlvrno? 19 4 44 I Torr equity &.427 I 1.312_4 /t*at ktibil24204121121411,61111 I 18 154 7 1 20 492 7 [020 Anra,M 4e.01 t r RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 9 Income Statement from 2020 Annual Report Trane Technologies plc Consolidated Statements of Comprehensive Income mama spars Mai OrC rmCa 31, r1> 43111 X611 1'«u1 revutuea 1 12 454 7 8 12075 9 >< 123438 Coot u1 gods.at! Ito t 3) (9,086 6) (8,682E. $ mg ord adma ortimnt wGcrta&- (2;27011) 12..320 3) (224921 Opecattarcg sccatul 13521 IVO+ 1L12 1 Inirerrr.t O.tPYcsc (2431) MU 8) (221 0) 111ts.atvt)mvsv■punoil),rtsi 4 t L28 Al 133 yl Cxrnuto Wt(w mosv taws 1238? I.se 9 t 25T Qt:rtr.6t I WOv'srstl toe rn xxrr.sum (%{!6 8) (738.e) (nil); 9; EarryA Irons°animus%operations 001 A 1,130,3 1022 P Daoortgtoad npersc,ons,rtct d taa 071 4) 758 2 334 6 lrna aly'n alp 810 A I 47115 1 357 Law keg esnurms from wrens.'O winos-arts sttrtwtabtu tv r t4:'I t,r!.2i (t6 1) re voramr+ohrt9,^4drestt lose:NW tar ttr a 1,cr Stntxt r tu.tit uo-watNr 4tlrtru:ubk to It0•0 Q 4) C4 3) .°A..tirnuAr9 r1'., W$ trat•'I1,..7•111.tri?.,.rw,1>>tp(scccrtvj..r>r- 1 h57 9 f t4ta9 f 1:1.17 6 Amounts sttrbutslils w Urn Tsda11/OipM plc osdlre ary slwdtddsrs- Continwnl aKtc7711I0174 I d?;_ s I141 1 I ,p07 n Qt=�tiw•s1 aputsbcrn f e MM ter-1111.95 t t!;d 9 5 14 0 9 3 t 331 fi [swells pout par stun ani*ntlabla to Trans lselnelogln pie ordinary sha•alroldarc Rum. iloneinutneoirt abort f 307 S 414 3 4 [Ammo/wed opations pa 1 t 1.10 t ss wat r wnngt I 343 $ 5W i `,;' ru,mut ()winnow oparations # 111 S 4 91 1' 3 quo nausnd open ort. (0 r_ti t t1 hat+to nittog r 2 3 51 t 77 S f RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved. IFB#RC2022-1001 Page 10 Trane Technologies plc Consolidated Statements of Comprehensive Income (continued) ►01r 1) 'IWO MONO betamsta it loco tiOM WO NotGoings I 9T00 to t428L I 13k7t toome 0orn,totoftlinsovn tricorns;(loss,' CsorloyIlanSiOnor. Mt, (31 1) (7306) Csakt tow IigQgvt Unnimizot3 rmi gate flosses)ottani;O.sry poncd 13 l:.II t 2 Ntas(,isms 1101110c1 nxlassdrod orto oanwtpa t 9 0 T 0 9 1a.IoxW taltd bevntee - OA (01) 11dt61 cosh llon/edam.moot AMr. ;: t t to 2 0 itar.►crt mod-OPE-OP9 a4lueab1s ltn — tanw 11011A0p tow,ser trio potr0d __ _ R19) (5:1) (100) tact amens'gams Vainest to Mc po'oa MO Nl i1 1?A 4ntoltz1100,1 rerlIWtad into osnv.tgu 43 4 £1 0O7 Sookor.foovcWta.frttreiterAisohodtooircoope (ta' . _ 22 2 u t>.sraney ttar4Mtnon and aeftar 004) (i II) till lot(mttyonsc)banMt tb7) 01) (1731 low hymn*WOWS twit tttwn.,Ii toff a I (23 0) (3 45 40 O hos avtnotoowtisrre Iraomo Nee.nut.,/tsti 242 d (41 8) (I 013 35 1.)np.nhs+nctim k•"ar70.rtct ot tra S 1 1t3.d I 1,388 9 I I 169 2 I our C iprnho-vrwm.xarlmo nono.motir 10 nonoonaoAng tnaroos (1711) r t B.) 064! Comprollos rho Iacono 1narlb stable to 112M ilchtluispia plr 3 '1,09030 S 1.369. I I I i2 1 b .il7twp RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 11 3. Business License 3. Business license and applicable information that Bidder can do business in the State of Wisconsin. List the states where other business or contractor licenses are held. Trane is licensed to do business in Wisconsin and all other states in the United States. Wisconsin HVAC Contractor Registration 2 TRANS US INC -- Certification. ,or ReOtration Nrt....L__ Expires HVAC Contractor r egistration19126 i 0 1 P. 1 _,n Department roto " fttti Services kis ,rgaature; RACINE COUNTY WISCONSIN 0 2022 Trane.All rights reserved. IFB#RC2022-1001 Page 12 Wisconsin Contractor Re-Certification STATE OF WISCONSIN DEPARTMENT OF ADMINISTRATION ooraluunrta ADMINISTRATION Tony[veto,Governer Kathy Blumenfeld,Secretarydesignee Naomi De Marl.,Dttrltion Adminittrator March al,21)72 bane U,S..Inc, Acte:Tyler Schmitt/ 5302 Voiles 1W Madison,WI 53718 Dere Tyler. Thank you for applying for Division of iaristies Development,(DWI contractor re-certification. DFD reviewed you►updated application and has issued a re-certiNeation decision. Trane U 5.,int 1t<re-certified to tsvf in the followsewg division's of work up to the following thteshokis: Dation Qt 1Mwil $'if Threshold(Per Praietl General S20,000,000 Mechnntcol S?0.000,000 Other Equipment Supplier ry4000,000 Please note that you are else re-certified to bid tin projects In the Small Project Program(total project budget of 5300,0O0 or lets). When suuttrnittmg your bids.please use your company name'Trani U.S.,inc.jam certified, Mace do nut%ulitmo'bids outside of your fortified deosioos of work and/(r deer your terttfked bid amount thrtrsholos(per project j as these bids caul be rejtrtled. Your new certification It valid unti March 28.1.014. At that pant you will need to apply again for ret cnttficitinn We Wok forward to your continued testiness. Please email us at dtdctrtiticatnrt fe wismnsen act,II you harm any questions Sincerely, [Wrtlan of faalltles Development Wlsconevi Department of Admintiitratlo► Fa.11lrrn Pnwkjanenr,J'O nitre 73 i i Mad,cai:Wt U7W7 Tifrrfi Phone ((Oaf 266.2731 I POA.1.41604' RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 13 4. Proof of Insurance 4. Proof of insurance. AC ' CERTIFICATE OF LIABILITY INSURANCE 122:2021 .,- THIS CERTIFICATE IS c6BUED AS A MATTER OF INFORMATION OIi,Y AND CONFERS NO RIGHTS UPON THE CERTIFICATE MOLDER.THIS CIRTIIICAT71 DOES NOT A1tIRMATIVLL'I OR MIGATMVMLY AMINO. 1111IND OR ALTER THt COVVRAGL AO1ORDLD BY 714 POLICUS BELOW 1)118 CEN11t!CAIt Of MISIktANCt DOtS NOT CONS Molt A CONIKAC1 8t1WEIN THE ISSUING NSUITERf,BI,AI/THORMLE° REPRESENTATIVE OR PROOUCER,AND THE CERTIFICATE$ODER. ='VAPOR TART' P tho cotffic,M hoWsr N m A D.i'.polky(iesl moil Ni.,ADDITIONAL NUR=provisions or IAA sndotssd P SUBROGATION IS WAIVE(,au tape to r..'Ilaa SD/tiladIbont of the poly,c rtain pot+doo may require am onlvuonrsrt! A itMwe.M en Viii offence.'does not con►fi VA'so IM LN lloolo INEINCIA IMu of mach sndor w.mnI i) f•,1411):7 1.1 AT M!hseil Gross*I ARIA M. 1-t h 1ACIEN 414 C M ANIfSI+''Mtd, 21/-343-0B4 Cut 1I4.A.e..an of tit Amerrne A NM M aAA '1' 10038 A.f TN 717-$444O0- ,yit S yin • I:DI70MVA Ip'Ia1flNeaeAIIaVMA'oan alliaaUMl.rsl IaNN - ramie CCYPMIra Tintainiinlytscilfi.is 28111 I WWI LI S kit CIS hrne COMPANY C.Twins Awl,CasiaArCaelPaw WA One Comor►sW Arms rr.or ..y Nem kiwi OIMST Unroti SAMA COVERAGES CERTIFICATE NUI SONO RIRINIDN NURSER: TM a To CCRTRY T►WT 1HC PORES or INIRMANOC 1*lto BLOW NON num MEMO 70 INC NIWINI"MAIM ADaYT run M poticr OCRY.ID IMAM 110VMMIIITNINNO NW REAuseimEr Y,TIM OR CONDITION Of ANT CONTRACT OR OTtER DOCUMENT NTTN NCI►SC T To nrta+1H li CBIT1FICATE WAY SE OWED OR MAY PERTAIN.TM NSIItANCE',FORCED BY TI-€MUCK*0130011E0 HERM N IMSMCT TO Au loo! TI+1s.< iRDAINCBIS ODOr tNfiOiet Ot SUCIi POLi0IS 6IKTs 5iIDW14 MAY TWIII WA 0 DIJOIUTA'MORA**_ Nei f iiitt MON mitt/wrNlanrt >.IO srm POLIeT*01110 Lnrrs eix'o usaary Q 6447014 4117i7 1 14t17ffl RItmacc Miisome 67.500 0X{A7 �nAAYaI�sfMNA��tt X ocoa __ em�tl•aw1o1 _ 11.000,00O CO 0 % r..rwd31a18► jIIIP PIR TIPTP•r' $IC,00000 X '*" 1„ ,EAK–the&- 67.500000.0) �aiaaitaallsAw 47.600.000 00 IanAr.t..t.tt _ 3f KW, n _�IOC 'RIMMICTI•C01N0PAIIo EFAO°,Octl Co • A soitlnsaaaillnily CA**0217(A03) MIA2021 4rI70022 ; illA i `- 166,000A00 DI •A X renNlle CA 703010 NN 4117r�1 91712022 •IIIOI*slnAtr/baosro! — A C�w.kt� Ip CA MI079(MA) MI2/2021 nnfn002 1/00BY11uRr RNeselw`'T ._ AL•riid~[►at Appy OW4'D =rims nW:1 lM.fiat��i tN�SC4.� A..TOO 0r0.Y ' to........-4,..-I APD 8M Insuredi t _. Wilier L Al Lama 000111 O MICICO IWIRT corm LAO r • M{ (zua�ee A.' -'Nr< .,t;.: q% r •th:tAII ' �����' {{yy��� ��{{ i 11 !ROAM al/161e'ATIOn eaire]teM-11.8.41AOS`,, eiWM NITOT I t X 1 LAN.... .an-. Tl it • Aro tMRViMIP&M4&ir AMA.etMi'4.4111041 .T1 w� C •...rnotorrot asst 4[#vYointa M LO4M71iM14 41 W 1eA OAYY; intent Armen -SLTM1i1.t0�R C -4, N N/A tnol.+.Orce.1MJ+pn•i WOWS e'Ice.Ti mat W+44.7 O.reh ILL♦ams-lR c couceOt_IIMPOISWar /il1•Ir�LtCrtarR p111)Ea/ txwrrnww aorMOMTK Siuow na,ar..nWOW WWSAara.frSmola- - mopes rrwraaie t�rer•.•»--n - Mosso ow peg.2 tot WOW* l In k*r+nacn Ri — CERTIFICATE HCA-DER CANCELL&TIO! I E•.le,ca N Aske♦,ce YI W L'D A1rr Of TM!ADOVC DC SCRaI(D rOLKOS Si CANC4LeD autos 1.0 1Iinks.f tOo OAT1 11st rt'tOf. Nonce irk it OPLIYEREe If. LiiiR•$irlat ACCCrt'.IANCT%WITH THE POI it'I t C Oft MA'NO'Rl f,oi rat Iwo WW1 Iril IR M Ow.IrOMIf 4aY rinhAilikroJar.0.04111.10"00. iTf6164111 ACORD CORPORATION. All IRgMII resented. AOORO 31 mum) The ACORD non*and logo an regisll..d medal et ACORD IZagaeeYd Br,Tone Tecfwologws Cor otela 14s* ta.....r.rrr.w RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved IFB#RC2022-1001 Page 14 I ACIORI ADDITIONAL REMARKS SCHEDULE A..O, TT1U I.N.Aa Tnr. Gn,:nwirvr Arr.. r7rllwm.Paw lwr 41MM Vrr*orb rs.crWII PAM ADDITI IAL RIIMAANS T1Mi AOOITIOMAL MAUNA PORN III A RC1lOULt TO AOORO PORI, PORN Nl It POINS MU; Joe O..rnplon:For Klemm of NFP Iteawoon Md Q.rrfd Evd***of Ino roma For a e+for m rrd%Pd amnesia d Yrurrm.aoNaac Two Todmony..Capmw Risk Mrrp.rreni EmY ns.+d. awn Phor1.73,24444n* AMD/ l pRYMfq r SW ACORD CORPORATION. AI NON r...rwd Th.MOND Ram and Imps a wilsInM NM.Mf ACORD RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved IFB#RC2022-1001 Page 15 5. Bonding Capacity 5. Bonding capacity and capability of securing high dollar Performance Bonds. Trane can consider single projects up to $100 million within an aggregate limit of $300 million. 6. W-9 6. Completed and signed W-9 Request for Taxpayer Identification Number and Certification form. Fera, W-9 Request for Taxpayer Give Form to the (Rev October 2016) Identification Number and Certification requester.Do not kiurrlReve.of eService ►Go to www.M¢.Qov/FormW9 for Instructions ons and the latest Information. sendeasuy to the IRS. 1 Name le show.,on your intone tax new).Flame M rename en Mia it,.;do not Moe stir frac lar u.. TRANE U.S.INC. I Business nendd aegeedad entity name.it deferent from above re a G+ase app c dsI.boo i«ledenl Mx dselfrcaaon of the person whose name b an&ehed on Ins 1.Ctheca arty one or are 4 Exemptia,a fame appy only to Ce Ialowitg seven boxes. certain entities.not individuals;see nstrucaons on page Sr E ❑khddduaVede proprietor or CI c corpasuoor O s coghontion O Panren 1p O Taelhaaa single member LLC Exempt payee code Mery 5 ' ❑united loftily con+pary Erta It c lex clasvfmwloir(C.0 cogxenbcn,sus coepaslur,P.P.►+eshpi► ti Not.Check the appropriate box n the fro above for is tax dassifx:ahor of the single-member owner.Do not deck Exemption born FATCA reporting t 2 LLC if the LLC is duxsino an a engin n+nba LLC that ix dvngsrdM Iran the owner unbar IM owner or Me LLCM epee of s ) another LLC that M not dee9amed from Me cave for US.federal Ira purposes.Otawise.a snore-member LLC MI ry Ig M disregarded koe,the eerie ahold deck to appropriate box for to tax classdution olio Pere. vjj Mot IseeankwUMnslCr Nnwrm•nwxr.rhrwoe.e.r.us., a 6 Actress(number.rroN.and ape cesella no.)See Fesuctions. Requester's name and adder es Optional) A 800.E 6EATY STREET e Gly stale aro ZIPcdde __-- DAVIOSON NC 29036 7 list accow.rt nunbat l free Ioplemel Part I Taxpayer Identification Number(TIN) Enter yam TIN n the approor ate oox The TIN prov dad rust match the name g van on I no 1 to avo d 1 SedMt aso+nly number 1 backup wthhod ng.Fa nil v duos.th s s genera y your soca seclr ty mer toer(SSN)However.for a I II 1 I res dent a en.so's prdpreta.a d regarded era ty.sea the nstntct ons for Part I.ater For other - 1 J ant t es.I s you emo'oyer tient cat on flume/(EIN).11 you do not have a mrmoe see How to get a .__ L TIN, ater Or Note:If the account a n more than one name.see the natruct one fa ane 1 A so see What Name and tataeyat Idenffireeen number I Mumbo To Glee the Requester to gu de'nes on whose nuoer to enter :- -- --- -- - ?-1 4 121a1 -(0191010,416 5 Part II Certification Under prenares of wary,I Caddy that 1 The rumoer shown on the toren a my correct taxpayer dent 1 cat on armee(or I am wa t ng for a numaer to oe-slued to rte) and 2.I rem not sus act to backup W.thho'd r1g because(a)I art exam pt from as«ua w thhod ng or(a)I hove not been not.f ed by the Intern?. Revenue Serv.ce(RS)that I am auo,ed to backup w.thho d ng as a remit o1 a fa ure to renal a merest a d v Bends.a(cl the IRS has not f ed rte that I am no'.orger subject to backup wthhddtg:and 3.I an a U.S.ctaen a other U.S.person(dittoed below):and 4 The FATCA code(s)entered ah th a form(1 any)•nd:cat rig that I art exempt from FATCA report ng s correct Certification instructions.You must toss out herr 2 above A yo.have bear roliad by M IRS that you sre Currandy aub1eet to back+.p wrtW ddng betausa you have failed to report ail ultras'and dvdards or you tax rehar For real aside Y.Medlidna,item 2 doer 1101 apply. For mortgage hrtreesl plod, acquisition or abandonment d seared properly.carcehalbr'of debt.C rtnbulCree b an individual relreneN asangerrert(RA(.and generally.payments other than merest and dv derds,you as not regwed to ago the cerWieetgM1 but you must provide yore eared T1\.See the iflaWdbOne Ira Pat II.Tater Sign Signature or - 1/4)2022 Here U.S.paras I. Carola► General Instructions •Form 1099-DIV Idvdends.ncud ng those(Ice,stocks or nutria funds) Sect on references are to the Interna Revenue Code an els otherw ser .Form 1099-MISC hear ars types of name.or zee.awards.a gross noted aoceeds) Future developments For the West Monmat on a00ud dove contents •Form 1099-B(stoek or rutua fund so es and eerie n other re ated to Form W-9 and rts nstruct one.such as erg eaten enacted banned ms by Oro'xers) after they were Cub shed.go to wLwi.irs.gov/FormW9. •Form 1099•S(proceeds from res estate transact ms) Purpose of Form •Form 1099-K(merchant card and th rd party network transact one) An nd v dufa a&rely(Fart W-9 requester)who s requ red to f e an •Form 1098(home mortgage nterest) 1098-E(student oar nterest). nfomlatm rotten wet the IRS rust Orta n your correct taxpayer 1098-T(to ton) dent)cat at rumps(tiN)whu:h may be you aoca',secure ty rttrtber •Form 1099-C(cane-ed dent) (SSNI. rd v duo taxpayer dentfcat an number(fila).adorn on •Form 1099-A(accost on or abanormenl of mare°property) taxoayer dent f caton number(ATIN).or empeyer.dent f cat on number (EIN).to react on an nfamat m return the amount oa d to you.or other Use Form W-9 on y 1 you are a U S Person(me ud ng a res dent amount reoatatb.e on an:Morrwten return.Exam es of nforrnat on a en).to orovde you correct TIN returns nude.but are not,m ted to.the fo ow rig If you do not return Form W-9 to the requester with a TIN,you might •Form 1099-INT(Merest earned a pa d) be subject to backup mthhokling.See What a oacsup w:thhod ng. later Cat No 1023tX Fern W-9 Ow 10.20181 RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved. IFB#RC2022-1001 Page 16 7. Background Information 7. Furnish background of Bidder, including such information as size of the firm, legal status (corporation or partnership, etc.) lines of business, management and technical expertise,financial position, and years in business.Include any unique approaches or techniques developed and used by the firm. Trane U.S. Inc. (Trane) is a wholly owned subsidiary of Trane Technologies (NYSE: TT) and was incorporated in 1929. Trane AccrednedNAF-SCO*ma aoo4 Onn is a global climate innovator with over $14 billion in annual I I„'` ofonhr13,04ESCOAccrediedEnemy revenue. We offer a wide range of products and services known for high-performance efficiency and sustainability. These prominent brands include Trane, Thermo King, and a Omitted Deportment c4Energy ESCO host of other category-leading brands. -�.I) ' tyro*moourW DOE 1010ESPC contract holder Trane first received NAESCO Accreditation in 2004 and is one of only 13 NAESCO Accredited Energy Service Providers. The _ [;c.nmit1od 1a rod .rio one woof' ESP designation is defined as: "The technical and managerial ?:' . aaM rboinirarorxrhVn.ow competence to provide energy supply through the i :i "'`°"'°” tOOtprir1l''' °'M1O wigwam OH Cynlnrpr el Mum* development and implementation of build/own/operate + cdnmitrwmt distributed generation, cogeneration or combined heat and power (CHP) projects or the firm contracting energy supply." tnc'tud•.ionWork!sMasi Ad'nned Companies he In Fortuna Mapairw- In addition, Trane has been a qualified DOE ESCO since 1999 � tolhtonr.rcau►aiYr'•r. and has managed energy services performance contracting programs for the Defense Logistics Agency, Department of • rl,,-- State, Navy, Army, Air Force, US Forest Service, US Geological , f i A•monizedire Tap SuppItterDrrerrt, Survey, and the General Services Administration. Trane has : tMoanrmttrua V•r•etu,.11.q.tnw been hired for six follow-on ESPC projects at three DOD '-" locations and our Federal ESPC projects have achieved a 30% Named Americo'a Most Trusted* average energy reduction from baseline. Trane has received HVAC brood DyUhetcryRoam c •- multiple awards, including the Federal Energy Management 71ncon escutiysrow Program Award of the Year and the Presidential Award for Leadership in Federal Energy Management. Additional awards/recognitions include: • 2022, Fortune magazine World's Most Admired Companies — 10th consecutive year • 2022, Lifestory Research "America's Most Trusted® HVAC Brand"-8th consecutive year • 2021, Forbes America's Best Employers for Diversity in America • 2021, Top Supplier Diversity Programs, U.S. Veterans Magazine's (USVM) annual Best of the Best list • 2020, Top Veteran-friendly Company, U.S. Veterans Magazine's (USVM) 0 annual Best of the Best list-3rd consecutive year Dow Jones • 2020, Dow Jones Sustainability North America Index (DJSI)-10th Sustainability consecutive year Indexes RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 17 • 2020, Consulting Engineer Product of the Year, BAS, Controls, Energy Management- Building Connect+ Trane's Strengths • 2020, 3BL Media, 100 Best Corporate Citizens-7th 30 years of experience on a national consecutive year cooperative • 2020 SECNAV Energy Award for the Small Shore Base 100+ years in business category, Naval Undersea Warfare Center Keyport ESPC Hold#1 or#2 market positions in all our business lines globally as a • 2020 Federal Energy and Water Management Award corporation for its Off-Grid Energy Savings Performance Contract Experienced sales force, 12 Regions/ (ESPC) ENABLE Project, U.S. Forest Service ENABLE 124 offices across the U.S. able to do ESPC business in all 50 states • 2019, Business Intelligence Group (BIG), Green 700+ LEED APs, 182 Professional Company of the Year, Manufacturing and Technology Engineers,and 240 Certified Energy category Managers • 2019, Urban Green Council (UBC), Partner of the Year Active in ASHRAE, BOMA, USGBC. • 2019, World Environment Center Gold Medal Award Trane engineer is current president for International Corporate Achievement in Sustainable of ASHRAE. Development Nationally Accredited Energy Service • 2019, named to the FTSE4 Good Index Series that Provider(ESP)with NAESCO for 18 years measures the performance of companies demonstrating strong environmental, social and Leader in industry training - proven governance (ESG) practices-5th consecutive year. through NC3 Sponsorship(National Coalition of Certification Centers) • 2019, FEMP Annual FEDS Spotlight recipient, Lara Product Innovation: chiller design, Buluc, Co-Project Manager, USDA First Off-Grid ESPC applications company,IAQ company, ENABLE project, U.S. Forest Service ENABLE ESPC thermal energy- comprehensive • 2019, Dow Jones Sustainability World and North Trane Vision:A World of Sustainable America Indices (DJSI)-9th consecutive year progress and enduring results • 2019, Corporate Responsibility Magazine, Ranked 60th, Trane Purpose:We advance the 100 Best Corporate Citizens List-6th consecutive year quality of life by creating comfortable, • 2019, Corporate Knights Global 100 Most Sustainable sustainable, and efficient environments Corporations Index Customer for Life Mentality • 2019,Alliance to Save Energy, STAR Award for Dedicated Commitment to Safety- Doubling Down on Efficiency Experience Modification Rate of 0.61 • 2019 Regional Forester's Honor Awards "ENABLE Off- Commitment to Sustainability- Grid Mobile Solar PV & LED Lighting Project U.S. Center for Energy Efficiency& Sustainability(GEES) Forest Service ENABLE ESPC Energy Services&Controls concentrated offerings RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved IFB#RC2022-1001 Page 18 Size of Firm Trane has over 34,000 employees worldwide. In the United States, Trane employs over 11,000 salaried employees and 13,500 hourly employees. Legal Status Trane is a corporation. Lines of Business Trane has a 100+ year history as a trusted provider of superior HVAC equipment and Building Automation Systems (BAS)/Energy Management Control Systems (EMCS) products and services. We have a global network of offices and service/parts locations to support energy conservation projects. Our local service organization will provide 24/7 technical support and access to a robust national supply chain. This community-based approach will help keep your operations running smoothly and provide rapid response in case of emergency. Our lines of business are provided under Lines of Business: Trane Services and Lines of Business: Trane Building Systems and Technologies. Management and Technical Expertise LOCAL PROJECT MANAGEMENT APPROACH Trane's projects are managed locally. Each Trane office has the qualifications and hands-on relevant experience to deliver across all project phases. Trane offers vast in-house capabilities for design, equipment, contracting, controls, service, and project financing. A qualified and dedicated Project Manager (PM) is assigned to manage the day-to-day installation and construction activities ECMs at the project site in accordance with the design, costs, schedule, safety protocols, and QC processes. The PM leads and manages the installation team, including subcontractors, and is responsible for the Project Schedule. The following corporate management/technical resource pool is available to support the local delivery team: Trane Key Resources Trane Subject Outside Trane • prow Developers(4e) Matter Experts Resources Credentials • Energy Er►Qrs(44) • utility Supply Side • Engineering • 100 Certified Six • MU'Engnee rs(10) • EKB St�^polists(581 S>ecrahsts • Design Sigma Professionals • Technicians(1600+) • Reeewebfe Eby 6 Cvnsupants • 182 Professional • Comnussioning Agents(30) Power Systems Tears • 5„bc o ractors Engineers(PE) • Quality C:oMrol Speaalisls(30) ' Controfs Engineering. • Vervoces • 240 Certified Energy Design 8• Construotran Managers(133) IrNelYpertt Managers ICEh1) • Trainers(60) Son/ices • 660 LEED • HVAC • Markebn�Tetthnic l Writers Applications Accredited Professionals Approximate resources arra e to • 700 Degreed wort Anita%%across each phase, Ergrtieers RACINE COUNTY WISCONSIN 0 2022 Trane.All rights reserved. IFB#RC2022-1001 Page 19 After the project is constructed, Trane's local service and maintenance team ensures optimum operations.Through the innovative use of data trending and analytics, Trane can provide opportunities for continuous system improvement optimization. Most companies do not directly employ HVAC or Controls Service Personnel.When a customer needs service, a locally based service company will respond on their behalf.Trane's truck-based service personnel promptly respond to any request.These service experts will show up in a Trane van, wearing a Trane uniform.They are direct employees of Trane.Their experience level ranges from journeymen to experienced senior technicians and supervisors —some of whom possess more than 30 years of HVAC industry experience. Our service technicians are skilled in maintaining and repairing not only Trane equipment, but nearly every manufacturer in the industry. Trane's local project delivery model offers the following advantages: • A local service organization to provide 24/7 technical support and a robust national supply chain. Our service technicians are skilled in maintaining and repairing not only Trane equipment, but nearly every manufacturer in the industry. • Intelligent Services/BAS technicians to analyze building data and provide scheduled and on- call local service support. This will contribute to uptime for ongoing operations and provide rapid response in case of emergency. • Established relationships with local designers, suppliers, and subcontractors—including small/disadvantaged businesses. Our network includes a pool of pre-qualified sub-contractors to perform work such as electrical, piping, rigging, etc. • Expertise to perform system upgrades and replacements, including major mechanical equipment such as chillers, cooling towers, air handlers, pumps, and coils.Trane's local offices have dedicated professionals in each of the following areas: o Contracting Solutions: Total comprehensive solutions, including guaranteed energy savings performance contracting and large turnkey installation projects. o Trane Equipment: Energy-efficient, environmentally friendly HVAC equipment for both comfort and process applications. o Controls: State-of-the-art building automation systems. Our local offices are complete with dedicated Controls Demonstration Centers for client education and training. o Service: Our service technicians are skilled in maintaining and repairing not only Trane equipment, but HVAC systems from nearly every manufacturer in the industry. o Supply: Full line of Trane parts, non-Trane parts, maintenance supplies, safety equipment, refrigeration, and maintenance/service tools warehoused locally. o Training: Fully equipped training facilities for seminars and training on industry issues Awards SAFETY APPROACH Safety Planning is woven into Trane's Construction/Installation Approach. See Section: "Trane's Safety Policy" for additional information. RACINE COUNTY WISCONSIN ©2022 Trane All nghts reserved. IFB#RC20221001 Page 20 MITIGATING DISRUPTIONS TO DAILY OPERATIONS Virtually all our projects feature construction activities across multiple buildings and work in occupied spaces. Our local teams are experienced in scheduling work activities and implementing projects in a way that minimizes disruption to daily operations. We work with our customers to develop an effective project schedule and coordinate all implementation activities with project site representatives. For work performed in occupied areas —such as lighting and water conservation upgrades—we will attempt to schedule installation during low-occupancy times, as well as publish work schedules and estimated completion times well in advance. Trane will schedule installations in occupied areas—such as lighting and water conservation upgrades — during low-occupancy times and create/publish work schedules with estimated completion times in advance. We will also develop a detailed facility phasing plan for customer review prior to the start of construction. This phasing plan will include allowable work hours, days of the week that will be completed, and acceptable shutdown times for each occupied space. Trane will coordinate with facility leadership and create signage that notifies occupants of upcoming work and shutdowns. Trane will actively manage all aspects of construction and will provide site supervision to manage crews and immediately respond to any occupant issues or questions.Trane will hold meetings with the facility occupants to keep the Trane team informed of the access and scheduling requirements for the proposed efficiency measures which impact implementation cost estimates and phasing plans. Based on input from each building manager, we will develop a detailed phasing plan for each facility for your team's review prior to the start of construction. This phasing plan will include allowable work hours, days of the week that work is to be completed, and acceptable shutdown times for each occupied space. To keep your project on track and to minimize disruption to day-to-day activities, our team will: Pre-fabricate Schedule major Employ night 0 materials in `1 construction and weekend illk preparation for 1111111111111 activities during schedules to high periods of • $ holidays and maintain progress construction activity unoccupied times throughout the year Perform lighting ' ' Concurrently schedule Publish schedules Perform and water 1 major construction in advance, daily! retrofits = activities that and coordinate ill early in the IIIIII generate any shutdowns RI nightly project to ::: noise for an or entry into clean-up .` accelerate ::: extended occupied spaces and savings period of time , , w/building occupants inspections RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved. IFB#RC2022-1001 Page 21 Financial Position Trane Technologies is a $14B public corporation with a strong investment grade rating as indicated by Moody's and S&P (Baa2/BBB). Thus, our financial strength allows us to meet our energy performance guarantees. Trane has and can use escrow accounts where needed with scheduled construction draws as appropriate. In addition, we have a dedicated team of energy engineers that track project performance on a detailed ECM basis and take corrective actions if needed or appropriate. The Income Statement and Balance Sheet from our most recent annual report is included in Section D.2. of this response. Trane's entire annual report can be viewed at the following web address along with all other financial documents: https://investors.tranetechnologies.com/financial-information/financial- summary/default.aspx. A letter from J.P. Morgan summarizing their experience with Trane is provided below. 9:111 talk Mow *tw.Ye Y eirPomo w s*w Meilen,zo, SWl�slt.rt*�a J.P.Morgan .•>rrrrtf Z 1 lrt72 I sacs and Ciemletnini Al the reovest of Tran technologic,ON Cemaenvi.the Print wntDeltV 01 TraM'IJ . Inc. we ate h.rwarding a resume al our banking a perlente wham dealrne AIM tee Comvwrvr li'Morlatt((taw 64r11.N A and Out related affiliates.have had a flnlrltint t.•anksrrg relationship with the Ct.-T pa'er dating tuts several decades. Cu*rimy we actommod.ta the Cnrrylarry with clean helloes relict)oxhide a Imre an tlgrot uni, neral Ipvolving crMit la[aty Trdare 1)5.Inc has atso mallrtnlner! rherk rgi account with the i G MMrj an Chase gene,N.A. in New York for over 10 years Oue delights '(ver the wets wish tete fornpany have aYwaays been hand id In a eery satisfargoy manner I:IAirran Chau sank,N considers the Compllriv rn baa yakked(Gent and the oreat iaatiCn rot MgNN rasi(drd by tai We sire hanlstar i ktter and the lnlorrna Iun c lamed harem to you at an a<tonurtodatern la Irht Company end- on tilt condition that lass Sonar and the bdorrnatton rentairtert herein s IMg1ld b confidential,that II is not rnterriwd In be,and does rot tortstit*Ae retlrrsentalares regent-iv regent-ivthe pole's( cundlt+on of tt a Compooy,its management or It.Mune ahlhty to meet rat.oltatattuns,that neither we ens ant,of.aur rstIkers,a isplaveet end agents shad hove any liability or rrspons hility Ir,cnnnmlrsn herewith frets regards t,rrtrrr+e°a erdar Mir,1=4": rk MriattlfrV lrtMt trr/ tWaaaa►fe4rrle • '>•1t cc. ,a s Irur rile MI erills111111 1MIT Tett aE Mr�y��trr =As k7!!llYM t4M�IMI4rr►�j01 1� * � Zit Rtes -w m n.�na�.lib Mt nap lir ttadrl M /rW ki wrenllt ■WNW so mew amour moot kat woodoo)lrt a10\�TNr M erlrr',R �p1�11►i • YIr f 'MOM iC YI�Mr b lit Mali aett7raeNr R.rr1!111•1141:1111V,r7 *(slat M r0 K Ca . µ7rtal hW dtOlhel'Ota►r6n Mak ter l4R t7 torr aawnda•re7a to 5iM144 rN�>Sq T1er��a* In •m1 rrwn M Si'4:374°',naonttMPwar!liras Ya A*,w Msttnoraa rrwvwrxw era area oe insna rs err waw eerec.rcr era v Yrb+n v t r at••tr• wnrini PRIMO MSV RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved. I FB#RC2022-1001 Page 22 Years in Business Trane has been manufacturing world-class HVAC equipment for over 100 years. Unique Approaches or Techniques Developed and Used by Firm Trane began in 1885 as a family plumbing business in La Crosse, Wisconsin. Joined by his son Reuben, a mechanical engineer, James Trane developed an innovative low-pressure steam heating system. By 1913, the family had incorporated as The Trane Company. Over the next hundred years, Trane established its position as a pioneer in climate control by patenting its first air conditioner in 1931 then launching the Turbovac, a new type of water chiller that fundamentally altered the industry's approach to large-building air conditioning systems. These early innovations paved the way for Trane's industry- leading commercial air conditioner, CenTraVacTM—the highest efficiency, lowest emissions, most reliable chiller on the market. Today Trane is an HVAC OEM operating worldwide, providing products and services unmatched in the industry.Just a few of Trane's unique approaches include: • Building automation systems providing continuous commissioning • Design, and energy simulation software used by many of the world's top design firms • Intelligent systems that can help provide predictive failure analysis • P3 partnerships providing educational opportunities, • Thermal storage systems allowing load shedding and off-peak utility optimization • Innovative partnerships with VRF technology Lines of Business: Trane Services Trane Services help optimize building performance by connecting building and machine data to deliver the knowledge and power needed to manage buildings. Our offerings include: ENERGY & SUSTAINABILITY • Energy Conservation Measures Trane has been an accredited Energy Services Company (ESCO) since 1999 and has executed almost $3.5 billion in guaranteed Energy Savings Performance Contracting (ESPC) work. We solve energy problems holistically with top digital and analytical tools, engineering expertise, and a full portfolio of products and services. ESPC projects allow building owners to pay for significant building upgrades that improve energy efficiency via future energy savings that are guaranteed by Trane, eliminating the need for a significant capital expense. In addition to our work in the Commercial/State & Local/K- 12/Higher Education vertical markets, Trane has been a Trane® has been a qualified DOE ESCO since 1999 and has implemented Federal ESPCs for the Defense Logistics Agency, Department of State, Navy, Army, Air Force, US Forest Service, US Geological Survey, and the General Services Administration. • Energy Monitoring & Analysis Trane uses intelligent tools to monitor, track, predict, and optimize building operations. We offer a complete energy management solution that delivers improved building performance and reduced operating costs. Trane's software-driven energy RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 23 load management and predictive analytics tools forecast, plan, and manage energy consumption to avoid higher electricity prices.Trane Intelligent Services has four major components: PPP"- lelt 1.11 mina 11114 act:. Building Energy Active Energy Performance Performance Monitoring Assessment Trane building Trane professionals Trane Energy Trane's cloud-based professionals maintain 24/7 watch Optics® and Trane building energy analyze data and over your critical Energy Analyzer— management equipment behavior building systems, illustrate your system (BEMS) in the context of the proactively building's energy service uncovers overall system, detecting issues and use. Because if we energy waste in discovering hidden analyzing alarms, can see a problem, every corner of your information and and initiating we can change it. building. opportunities for responses according improvement. to your specific rules of engagement. • Active Energy Management Trane develops and implements integrated Active Energy Management programs that can lower energy costs, build sustainability, and reduce dependence on the electrical grid. o Renewable Energy& Distributed Energy Resources Trane can develop distributed energy resources (DER)to improve sustainability and resilience. Our services include onsite installations and renewable energy purchasing strategies, including virtual power purchasing agreements (VPPA).Trane's dedicated Renewable and Resilient Energy and Power Systems Team can implement solar PV, solar hot water heating, rainwater harvesting, biomass heating plants, geothermal heat pumps, cogeneration biogas, water/wastewater, and smart grid technology. • Financing & Energy Services Contracting Trane's Financing Group provides expertise in grants, utility rebates, performance contracts, energy services agreements, and public-private partnerships that fund sustainability programs. Trane experts help customers select the best tool for their goals. Trane experts also help customers increase their buying power as part of a purchasing cooperative or group. Trane is a member of the nation's leading cooperative and group purchasing organizations supporting public, non-profit, and health care organizations. RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved IFB#RC2022-1001 Page 24 OPERATE, MAINTAIN & REPAIR • Connectivity and Cloud Services Trane provides secure and . + scalable solutions via Trane's building optimization tools that It reduce operating costs and improve comfort and efficiency. — Trane Connect is a cloud-based customer portal that offers 1 secure, firewall-protected access to building systems for remote .J T . e monitoring and routine maintenance. Trane's Tracer Ensemble r. Building Management System is a premier web-based building ` • management system that eliminates the complexity of managing multiple building systems across multiple sites. Tracer manages sites from a PC,tablet, or smart phone. Trane works closely with IT teams to help ensure our connected building management systems provide secure access for authorized users, and only authorized users.Trane provides seamless integration of any open standard protocol building system so that sub-systems work together and share vital information. • HVAC System Management Trane develops warranty and maintenance programs that improve budget planning, save energy, and minimize downtime.Offerings include start-up services to ensure a new system is performing to spec., service agreements to extend system life, extended warranties that provide longer duration/comprehensive coverage, and predictive services to detect issues early. • HVAC System Repair Trane provides locally based, factory-trained technicians to service Trane systems as well as any other brand of HVAC equipment. • Rental Solutions Trane Rental Services provides 24/7/365 local service, engineering expertise and an expansive fleet of rental chillers, air conditioners, cooling towers, air handlers, portable heaters, power generators, and ancillary products for planned or unplanned, simple, or complex, and short- or long-term needs. • Parts and Supplies Trane Supply provides HVAC service professionals with parts, supplies, and replacement equipment to help them serve their customers via a network of more than 360 locations throughout the United States and Canada. DESIGN, UPGRADE & MODERNIZE 114• Upgrading Existing Equipment Trane upgrades help HVAC = o" systems operate more efficiently and environmentally friendly. Typical upgrades include controls, variable frequency drives, and . e refrigerant conversions. • Building Systems Design and Upgrades Trane maintains high performing buildings by keeping building automation, HVAC, lighting, and central plants up to date with the latest BAS innovations. • Trane has expertise in Central Plant Design. Examples include: o Clemson University Central Energy Plant, Clemson, SC — Feasibility Study, Design, Construction RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved IFB#RC2022-1001 Page 25 o Georgia World Congress Center, Atlanta, GA— 30 MBTU of new condensing boilers and a new Central Energy Plant that includes new energy efficient chillers, boilers, and pumping systems. o Hillsborough County Central Energy Plant, Tampa, FL— Design, Construction, Operation and Maintenance of a 3,900-ton central energy plant with 84 thermal ice storage tanks and extensive underground piping system connecting seven county buildings. o Pinellas County Central Energy Plant, Clearwater, FL—Feasibility Study, Design, Construction, and Operations and Maintenance o Pueblo County Courthouse, Pueblo, CO — EarthWise® Ice-Enhanced, Air-Cooled Chiller Plant o Tampa Housing Authority and Bank of America Development, Tampa, FL— Encore Central Energy Plant • Trane has experience working with municipal owners and their design consultants on Wastewater Treatment Plant Equipment and Maintenance projects. Examples include: o City of Bremerton, WA, Wastewater Treatment Plant o City of Lakota, WA, Wastewater Treatment Plant o City of Lynwood,WA,Wastewater Treatment Plant o City of Monroe,WA, Wastewater Treatment Plant o City of Santa Rosa, CA,Wastewater Treatment Plant o LOTT Cleanwater Alliance, Budd Inlet,Tacoma, WA, 335kW digester methane gas driven cogeneration systems and Treatment Plant • HVAC System Retrofits Trane evaluates whether a retrofit or replacement will provide the better return on investment. Trane provides the service and support from conception to completion to select the ideal equipment and controls for buildings and can implement the OptawralndoatAir Quality installation as mechanical contractor. 1.104 systems pew aprominent foie"air d°'""¢ addition la our brsI4n-c iss equipment.flans L1.Q • Indoor Air Quality (IAQ) Trane's IAQ AsioateementsprwwfeitoomprehersNefemowand Assessments include a fact-based, comprehensive `eWitOf building medicare and O010'dM0widgeon nraed an you►menet system performance Our IAD review of building results and a straightforward edubor.tincite*w rnema•Mdctwork, report of condition.We can make "°'"'c"'01d1""''end1°`•Dii' f°q°" P eetmela(DMS)which works 24/7 so trent certain recommendations on how to improve building air wenn.,, *mold,odors,and, Our ammo") quality to meet the latest industry guidelines and Meets the lour key areas of air qu.w'yimia°"rr ent. implement the changes. Trane also provides ongoing IAQ monitoring. Trane's system • • • improvements meet industry guidelines and reduce energy costs. Our solutions include: DIS Utmost Main Chan ow•alter &Amino r %avo . tie.WIC o Ultraviolent Lamps in Ductwork to prevent e"°""'" ""r' MOM-. "'°'"� microbial buildup on air filters, cooling OWillentiewite porra arid grimes • 'Warns tr,Wires.e. 4602a coils, drain pans, and duct surfaces. •mow �**w►.•r RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved IFB#RC2022-1001 Page 26 o Dynamic Air Cleaners to ensure that your HVAC system not only heats and cools—but cleans the air. o Synexis® Dry Hydrogen Peroxide (DHPTM)to fight viruses, bacteria, mold, odors, and insects. Trane's recent K-12 IAQ experience includes: • City of Des Peres, MO • San Felipe Del Rio Consolidated Independent School District, TX • Mason Public Schools, MI The following K-12 IAQ initiatives were completed under Trane's OMNIA agreement: • Normandy School District, MO • Muhlenberg County Schools, KY • Danville Independent Schools, KY • Webster County Schools, KY Lines of Business: Trane Building Systems and Technologies VARIABLE REFRIGERANT FLOW (VRF) AND DUCTLESS SYSTEMS Variable Refrigerant Flow(VRF)technology is taking the HVAC industry by storm. VRF technology is a popular choice for a variety of building sizes and uses by offering higher energy efficiency, smaller footprints, and greater flexibility.Additionally, VRF heat pumps and heat-recovery systems are popular strategic electrification solutions as part of the greater drive towards the decarbonization of HVAC systems. 0ST[M Tref Trane has paired applications knowledge and expertise with its extensive equipment and controls offerings to provide variable refrigerant flow (VRF) systems solutions. This fully integrated, high- performing HVAC system solution is designed to deliver customized ".04 comfort throughout any commercial space. Regardless of the VIE SYSTEMS capacity, energy efficiency, functionality, or performance-monitoring rs �d requirements, our VRF Systems Solutions, featuring Trane® / Mitsubishi Electric VRF Technology, are designed to exceed the fl;,, comfort and sustainability goals established for commercial building Sof* .10 !WM sv- projects. • N-Generation CITY MULTI®VRF Trane® / Mitsubishi Electric VRF products include a variety of outdoor units, indoor units, ventilation solutions, controls, and more to design a complete VRF system for any building. • Trane®/ Mitsubishi Electric P Series Ductless, boundless, and full of Potential, the P Series systems are highly efficient and the right solution for your light commercial applications. Outdoor cooling units.Indoor units. Ductless controls. RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 27 • Nv Series Zoned Cooling and Heating Solutions Ductless with a difference, the Nv series affords user-friendly, zoned cooling and heating solutions for single- or multi-room applications. • Nv Series Zoned Cooling and Heating Solutions Ductless with a difference, the Nv series affords user-friendly, zoned cooling and heating solutions for single- or multi-room applications. CHILLERS— LEGENDARY RELIABILITY, QUIET SOUND, AMAZING ENERGY EFFICIENCY. • Comprehensive Chilled Water Systems Trane's comprehensive chilled-water systems employ best practices in chiller plant design that align with current industry guidance for achieving high performance cooling, heating, and ventilation, all while reducing first cost. • Comprehensive Chiller-Heater Systems Trane Comprehensive Chiller-Heater systems— featuring electric heat pumps— provide cost-effective, energy-efficient, reliable cooling and heating, while reducing carbon emissions.Ideal for larger buildings, especially those with a central plant,these pre-engineered system solutions make electrified HVAC systems easier to specify and implement. • Intelligent Variable Air Systems Our Intelligent Variable Air systems simplify the design and implementation of systems that HVAC designers typically consider complicated and time- consuming. With new technologies and optimized controls, these systems are 20%to 30% more efficient than traditional multiple-zone VAV systems. • Water-Cooled Chillers We have optimized our fleet of water-cooled chillers to help customers maximize efficiency, benefit the environment, and reduce operating expenses. With HVAC costs making up 40% of commercial building energy consumption, the right chiller represents an incredible opportunity to reduce the energy intensity. • Air Cooled Chillers High efficiency and low noise are the hallmarks of all Trane's air-cooled chillers. Our robust portfolio features a wide operating map, so you can find the just-right solution for your building. We offer an array of tonnage sizes, efficiencies, and performance features to meet your requirements.Whether you need a classic chiller with dependable performance or an environmentally conscious chiller with next generation refrigerant, there's a Trane model for every customer. • Modular Chillers MiniModT"', SuperModT"', PolyThermTM and Manhattan Gen II chillers represent the line-up of Trane's modular chillers. Trane is committed to manufacturing products that are highly efficient, reliable, serviceable and cost effective. Our proven performance is backed by careful engineering. • Cold Generator Scroll Chillers The Cold Generator Scroll Chillers are a family of traditional capacity and compact expandable capacity Scroll chillers suitable for a range of comfort and process cooling applications.Concise footprints and doorway friendly design make them an ideal solution for new construction, retrofit and replacement applications RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 28 TRANE® PACKAGED UNITS AND SPLIT SYSTEMS Whether for a large data center, a complex commercial concern or a small business, Trane offers sustainable options to deliver customized comfort and efficiency. • CoolSense®Integrated Outdoor Air Systems The CoolSense® pre-packaged HVAC design system combines a dedicated outdoor-air system (DOAS) with chilled-water sensible-cooling terminal units to deliver a flexible, energy-efficient solution that enhances comfortable spaces and simplifies maintenance. • Intelligent Variable Air Systems Trane Intelligent Variable Air systems simplify the design and implementation of systems that HVAC designers typically consider complicated and time- consuming.With new technologies and optimized controls, these systems are 20%to 30% more efficient than traditional multiple-zone VAV systems. • Zoned Rooftop Systems Ideal for small buildings, Trane® Zoned Rooftop Systems provide cost-effective options to increase comfort and energy efficiency, while simplifying operation and maintenance. These packaged systems make advanced functionality affordable and easy for non-technical users to operate. • Rooftop Units Small to Large Commercial Rooftop Units: 2 - 162 Tons. Our broad portfolio of solutions can meet any building's footprint requirements and are easy to install and maintain. • Split Systems Trane offers the broadest selection of split system components. Design the system you need for a corner retail shop, light commercial application, office building, hotel, school and more. Choose from gas furnace and indoor coil options for smaller buildings to a full line of air handler units and compressors with capacities from 6 - 120 tons. • Self-Contained Systems For new construction or retrofit, Trane self-contained HVAC systems are a great fit. Some projects can make installation of HVAC systems tricky.With a complete line of self-contained HVAC systems from 20 - 110 tons of capacity, Trane can satisfy any new construction or retrofit application with reliable, energy efficiency comfort. • Water Source Heat Pumps Fully compatible with geothermal technology, AxiomTM' water source heat pumps from Trane offer higher efficiencies —up to 40 EER on select configurations—than other conventional heat-pump technologies, along with precise space heating and cooling capabilities for superior comfort.Available eFlex variable-speed control minimizes on/off system cycling, temperature swings, noise, and energy use. AxiomTM durability, performance and efficiency means exceptionally low life-cycle costs to boot. Building owners can also take advantage of a 10% federal tax credit on qualifying installation costs if geothermal system placed in service before Jan. 1, 2022. • Dedicated Outdoor Air Solutions Trane® dedicated outdoor air systems condition 100 percent outdoor air — improving indoor air quality, controlling relative humidity, and reducing the load on other HVAC equipment in a building. RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 29 AIR HANDLERS, TERMINAL DEVICES, VAV AND FAN COILS • CoolSense®Integrated Outdoor Air Systems The CoolSense® pre-packaged HVAC design system combines a dedicated outdoor-air system (DOAS) with chilled-water sensible-cooling terminal units to deliver a flexible, energy-efficient solution that enhances comfortable spaces and simplifies maintenance. • Terminal Devices The Trane® portfolio of fan coil, unit ventilator and blower coil solutions are designed to make installations faster and easier, and to maximize HVAC system performance. Using advanced technology,these systems reliably and efficiently deliver the comfort your building occupants need. We are the only manufacturer that offers factory-commissioned, single-zone VAV systems integrated with Tracer® UC400 controllers, delivering up to 66 percent higher efficiency,temperature stability, quiet operation, and dehumidification advantages for varying-occupancy spaces. Trane fan coil, unit ventilator and blower coil solutions deliver efficiency and comfort to a wide variety of buildings, applications, and people—quietly and dependably— day after day, year after year. • Sensible-Cooling (DOAS) Terminal Units These terminal units reduce energy use and operating costs with Electronically Commutated Motor (ECM) and modulating airflow control algorithms.Trane sensible-cooling terminal units are constructed with a 10.5 inches casing height and are an excellent choice when plenum spaces are tight. • Variable-Air-Volume Units VariTrane variable-air-volume units (VAV) are among the industry leaders in quality and reliability and are designed to meet the specific needs of today's applications. This generation of VariTrane units builds upon Trane's history of quality and reliability and expands the products into one of the most complete variable-air-volume units offering in the industry. Our units feature rugged variable-air-volume units construction, are available in several different profiles to suit the space available, and all utilize digital controls for energy-efficiency and to facilitate interface with building management systems. • Performance Climate Changer®Air Handlers Trane® Performance Climate Changer® air handlers can help HVAC systems achieve higher energy efficiency and indoor air quality while reducing maintenance requirements–adding life to buildings and improving the lives of people within them. From the most straightforward needs to wide-ranging demands for air cleaning, dehumidification and energy savings, there's a Trane Performance Climate Changer® air handling unit to deliver everything your project requires. • Air Handler Technologies Trane continually invests in air handler research and development of new products to adapt the changing needs of today's HVAC market. Our focus on whole systems has led to the design of many custom options that can be incorporated into standard cataloged air handler, providing a more cost-effective solution than a completely custom-built unit. These custom-engineered air handler solutions are offered as offered as factory-packaged specials that deliver Trane quality, enable simplified on-site installation, and provide proven, tested performance. The air handler solutions address such issues as humidity control, energy recovery, special acoustical needs, air filtration and the use of optional fuel sources. RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 30 I • Unit Heaters The Trane electric architectural forced-air wall unit heaters combine quiet, reliable heating with an attractive cabinet design. Their ease of installation, rugged construction and architectural styling particularly suits them for space heating applications in commercial, industrial, and institutional applications. These unit heaters range from smaller room-sized electric heaters to large indoor and outdoor duct furnaces. VARIABLE FREQUENCY DRIVES (VFD) Trane TR200 Series drives play an important role in a system to reduce energy usage, extend motor life, optimize AC motor speed control, maximize occupant comfort, and reduce costs. • TR200 Series Variable Frequency Drives Trane TR200 Series drives' support of open standard protocols make them compatible with virtually all HVAC equipment and building automation systems. They can also be ordered specifically for a project and easily installed on-site for new and retrofit applications. With a complete range available from 11/2 to 1350 HP,the features and flexibility of TR200 Series drives make them ideal for stand-alone control of cooling towers, exhaust fans, pumps, and a variety of air handlers. ENERGY STORAGE • Thermal Battery Systems Trane Thermal Battery'' systems are premier HVAC plants that provide a distributed resource for our changing grid. Their ability to store thermal energy enables your building to reliably modify HVAC operations to optimize for carbon reduction or energy cost savings. • Thermal Energy Storage Solutions Leveraging Trane energy storage technologies can help improve how power supply is managed, creating a more resilient energy system by increasing your building's energy agility for greater sustainability and profitability, while reducing grid dependency. Trane offers a number of energy storage solutions to help our customers meet their objectives. Solutions include thermal energy storage (ice or chilled water storage), batteries, and industrial process and flow management solutions. PRECISION COOLING Precision cooling is essential for mission critical applications such as data centers and indoor agriculture. With industry-leading expertise and a wide array of solutions and services, Trane—a holistic provider—can help customers ensure mission critical facilities are highly reliable, efficient, and sustainable. Trane's application engineering expertise and systems approach allows for efficient, flexible, and scalable integrated designs, meeting specific customer needs that ensure uptime and performance. • Precision Temperature and Humidity Control Trane delivers a broad range of cooling capacities for mission critical applications, from a small technology room to the largest data centers–all supported by the local services organization with global footprint wherever and whenever you need it. RACINE COUNTY WISCONSIN ©2022 Trane All nghts reserved IFB#RC2022-1001 Page 31 • Trane Building Management and Automation At the base of every system, we provide an integrated and secure solution that meets the needs of your project or building, with the ability to optimize your HVAC equipment, lighting and more.Take back control of your building and achieve the operational excellence you and your customers are seeking. • Solutions for Large Buildings and Campuses Design and manage smarter buildings. Our Tracer® Ensemble® technology provides the ultimate user experience by combining custom reporting and dashboards to view and optimize assets. Easily access alarms, setpoints, and schedules from virtually anywhere through a secure remote access.Additionally, with Ensemble you have access to Tenant ServicesTM' and Work Order Management to maximize your occupants' comfort while minimizing stressful procedures. Tracer® SC+ with its easy-to-use Synchrony® Interface is a powerful building automation system for your facility that will integrate systems to simplify command and give you better control over comfort and energy efficiency. Lighting Solutions: control over half of your building's energy use by integrating your lighting system with one simple-to-use interface.With Air-Fi® Wireless, you can create the reliable, flexible system you want without the wires. It also allows for easy Building Automation System infrastructure updates by allowing a phased approach based on your timeline. • Small Building Solutions Our Pivot® Smart Thermostat System allows you to maintain an ideal environment that works for you with an easy-to-use interface. Smart thermostat features enable you to easily manage comfort as a natural part of your day. Does your business have multiple buildings or locations? Pivot provides the ability to control multiple buildings, so your occupants can thrive in every location. Pivot® Smart Thermostat system now integrates with Tracer® Ensemble® Cloud! This new integration brings the capabilities of an enterprise management system to include buildings that are only thermostat-controlled equipment. • Air-Fi® Wireless Communications A communicating and sensing technology that allows the different parts of a building system, from your HVAC and building controllers,to communicate wirelessly. Cut the wires—and get comfortable with Trane® Air-Fig wireless. • Lighting Solutions Trane has a dedicated lighting group that provides a holistic approach to procure, design, and implement lighting solutions that maximize energy _ 1.J . conservation and save money. HVAC and lighting are two of the biggest energy users in commercial and industrial Trane uses strictly Tier 1 quality buildings. Together they consume approximately 52%of a lighting products.Only seven of typical building's energy use. HVAC and lighting also have the hundreds of thousands of many similarities in their relationship to building occupancy lighting manufacturers in the and use, so it makes sense to manage them holistically to world are considered Tier 1. maximize energy conservation. Trane's team has overseen Most of these products are made the installation of more than $150 million annually in in the US,Canada, and Mexico. lighting solutions for a wide range of clients.This massive volume of lighting projects affords Trane the ability to purchase Tier 1 lighting products cost RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved. IFB#RC2022-1001 Page 32 effectively. We can integrate lighting to HVAC systems via your Building Automation System (BAS). • Controls Solutions for Light Commercial Contractors Bringing innovative technology and solutions to your customers is more important than ever. Achieve new levels of productivity, energy efficiency, reliability, and preparedness by partnering with Trane. Trane Design and Analysis Software Tools • Design Tools TRACE® 3D Plus Load Design, Trane® Design AssistTM', VariTrane Duct Designer, Pipe Designer are among some of the applications in this portfolio. • Analysis Tools Among 3 applications in this category, TRACE® 3D Plus is our next generation building design and analysis software program that delivers faster, more accurate results through a seamless workflow that closely aligns with today's building process. The latest HVAC systems and controls can be modeled quickly, precisely and with the intricacies of today's many building applications. TRACE 3D Plus is built on the U.S. Department of Energy's EnergyPlus engine and enhanced with Trane's industry leading expertise to help designers validate and interpret projects with confidence and clarity.All of these new features plus a more robust support experience to get you up and running quickly. • Selection Tools Trane's product selection program formerly known as TOPSSTM', is now Trane® Select Assist'". Users can now access this flexible and powerful tool on their PC,tablet, or smartphone. Our selection program guides users through the process of configuring Trane equipment to meet or exceed the project specifications. • Complimentary Calculators and Charts Trane software range features a variety of free tools that make your design and analysis tasks easier. These calculators include software to calculate your potential LEED compliance. Additional Information Advantageous to Racine County CREATIVE FUNDING Power Purchasing Agreements A Power Purchasing Agreement (PPA) is typically used for renewable technologies or energy-generating infrastructure.This structure is generally considered off-balance sheet and is not debt for the end user. In this structure, Trane would install the renewable, micro-grid, or energy-generating assets and create a long-term contract with the public agency to purchase the power generated by the infrastructure installed. The capital to fund this project is provided by Trane directly or through a third-party financier or owner. The asset would then be offered to the public agency at the end of the contract term in form of a purchase option (fair market value). This structure is advantageous because it allows the third-party owner of the asset to take advantage of depreciation and tax credits (in the case of renewables). This can significantly lower the total operating cost of the infrastructure, which makes your operating contract less costly.This financing structure is beneficial for public agencies looking to lock in a low and consistent utility rate in exchange for hosting RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 33 energy generating assets, supports the public agencies sustainability initiatives, and is owned by a third party. Energy Services Agreement An energy services agreement (ESA) is an alternative that has the opportunity to be considered as credit-neutral structure from an accounting point of view. Under an ESA, a customer agrees to make contingent payments based on the energy savings or other contractual allowances realized, rather than a fixed debt-service payment.In this way,the customer is assured that the payment it makes is always less than or equal to the corresponding reduction in operating cost.As a result, there is a neutral or positive impact on your cash flow. Using an ESA assures that there is a direct relationship between the payment and the verified energy savings realized: • This model leverages third-party ownership of an asset to be eligible for federal and state tax benefits that would not be traditionally available to the public sector • Structured as a service contract to relieve capital budget burden • Zero capital outlay • Zero balance sheet impact • Payable from operating funds • Preserves capital and borrowing Energy-as-a-Service (EaaS) Similar to an ESA structure, under Energy as a Service (EaaS) model, the project assets are owned by a third party.Trane takes on the performance risk, and the customer pays for the services provided by the project. EaaS is a fee for service model designed for customers to pay per unit of energy they consume subject to the availability of the installed equipment. Much like electricity generated from a solar PPA, efficiency savings from installed equipment such as chillers, boilers, lighting, etc. can be structured much like a Power Purchase Agreement ("PPA"). The structure is outcome based with the customer receiving agreed upon key performance indicators (KPIs) and savings as applicable, and/or any combination thereof. The customer payments will be reflective of the project performance.Working with the Trane, the SPE sets a certain level of performance. If the performance isn't realized,the Trane will make up any shortfall. At the expiration of the contract, the customer will have the option of extending the contract term, paying the fair market value for the project assets, or returning the project assets to the SPE owner. The abandon in place option is at the discretion of the SPE owner.All these options will be negotiated between the parties. Public-Private Partnerships (P3) Under a public-private partnership (P3) model,the customer can assign to Trane or a third-party certain risks that are normally borne by the public owner under a traditional arrangement like a design-build contract. These risks include the design, construction, and maintenance of the project. RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 34 This financing arrangement allows the customer to assign construction, performance, and maintenance risks components to a third party, while minimizing financial impacts. This can provide you with an expected and secured annual operating cost over the term of the contract.It will also spell out the end- of-term customer options. In this public-private partnership,the delivery model requires an agreement between a public owner and a private sector partner for the design, construction, funding, and operations and maintenance of the assets by the private sector partner over an agreed upon amount of time.A P3 normally uses a performance-based methodology for the technical requirements and specifications. This allows the customer an opportunity to leverage Trane's experience and expertise to guarantee a defined level of performance of an asset throughout the life of the agreement. Financing can be a combination of equity and debt. Under this P3 arrangement, the operations, maintenance, removal, and performance risks are wholly shifted to Trane in order to supply the credit support required by private sector equity providers.Trane can assume complete O&M responsibility with a corresponding assignment of risk, or we can offer operations management supervision—with O&M provided by your workforce with less risk transfer. ANTICIPATION DISCOUNT PROGRAM The Trane Anticipation Discount Program can give you the opportunity to add value to your HVAC Supplies by reducing the cost of purchase by making payment prior to shipment. With this program you can reduce your costs while financing the project at an attractive rate, gain immediate order approval and enhance your credit standing. The Trane Anticipation Discount Program can be customized for each project you are planning, using any Trane HVAC supplies, allowing for variable payment amounts in addition to variable payment dates. The amount of your final discount is based on a formula that incorporates several factors including payment amount, time of payment, current discount rate and sipping dates. OPPORTUNITIES FOR K-12 ENERGY EDUCATION As a leading global provider of indoor comfort systems and services, Trane feels a responsibility to educate students on the importance and benefits of energy efficiency. Trane has several educational opportunities for school administrators: The BTU Crew' Trane's BTU Crew is an educational program that teaches --- kids easy ways to save energy. The program promotes1 nu TheSTEM careers by showing students how much fun science \S11uc, ' D°"' and energy can be. When you invest in your school's infrastructure, you invest in your students'futures as well. We can help you create a better learning environment where # the school becomes a living, hands-on learning lab and " provides relevant program curriculum to round out your student education with practical skills for when they graduate. 0000Imo, .-- RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 35 Trane provides this feature for one building at no cost.Trane's educational emphasis: • Teaches students of all levels the basics of energy • Creates passion for a future career in science, technology, engineering, and math (STEM) • Engages students in decisions impacting their school's energy use • Builds real-life skills in technical education with industry-recognized certifications Promotes an Early Interest in Energy and STEM Studies show that kids can develop life-long preferences at an early age. By the fourth grade, one-third of boys and girls have lost an interest in science. By eighth grade, almost half have lost interest or deemed it irrelevant to their education or future plans. That's why Trane's educational offerings begin early in a student's life. The BTU CrewTM' encourages interest in STEM, and helps students learn how to increase energy efficiency.The BTU CrewTM' is: • Interactive and engaging 9�in 9 9 • Customizable and adaptable • Available in Grade 4+ and Grade 8+ versions Provides Hands-On Learning Through Digital Solutions Easy-to-use interactive digital tools give students an engaging,visual way to learn the concepts of energy efficiency and sustainability by understanding the energy use in their own school.Students can design the dashboard metrics and track results toward energy and carbon footprint goals,giving them a deep understanding of the dynamics of energy-while advancing their analytical and problem-solving skills. Students Gain Knowledge on Energy and Learn How to Make a Difference Over the course of six lessons, your students will learn about energy, energy efficiency, careers, and ways to act. • Energy 101: Students learn about energy, energy transformations and energy usage. • I Spy—Energy Efficiency: Students learn what energy efficiency means and how to be energy- efficient through hands-on experiments. • Careers: Students learn what different types of engineers do, specifically concerning energy usage. • Energy Audit Students conduct a preliminary energy audit of their school using Trane's web- based tool to view real results. • What's Our Energy Score: Students analyze the results of the energy audit. • Expand the BTU CrewTM: Students act by presenting findings or writing a letter to a local legislator. RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved. IFB#RC2022-1001 Page 36 NC3- The National Coalition of Certification Centers Trane is a proud sponsor of NC3, a national network of educational institutions working with industry, trade, and professional organizations to develop and implement rrit?‘ industry driven, portable certifications. Trane's NC3 initiatives focus on technical education and workforce development in the HVAC and energy efficiency sectors. NC3 provides curriculum and associated certifications that high school students can earn. These certifications are designed for integration into an existing technical program to enhance what is already being taught. NC3 certifications can be applied across several different industries,therefore creating flexible, stackable, and relevant credentials to students and a wide variety of employers. Integrating industry certifications into an academic course combines the best of both worlds by enhancing teacher skills, delivering the professional development that technical educators look for, and providing students with more opportunities and relevant job-ready skills. NC3 National Signing Day NC3, working with companies like Trane, also delivers innovation —an example being NC3 National Signing Day. This is where students, many of whom are in their last year of high school, are recognized at their chosen Technical College like how athletes sign letters of intent for Division I colleges. In this case, students are recognized for choosing to pursue a technical education. Trane has many capabilities that make us different than our competition. We work with our education partners to strategically use everything that Trane has in our portfolio of services. Detailed on the following pages are just a few of the offerings that Trane feels would interest to school districts. We Will Help You Spread the Good News Trane regularly collaborates with our customers to promote projects, milestones, and results —with customer consent, collaboration, and approval every step of the way. We work with our customers to determine what, when and how to promote milestones that mutually benefit both parties and showcase a shared commitment to innovation, energy efficiency and sustainability. Sample promotional opportunities include: • Social media posts • News releases on key project milestones • Joint events and speaking engagements • Written or video case studies • Website or annual report feature • Customer awards and recognition We also regularly honor customers that demonstrate the highest levels of commitment to energy efficiency and sustainability through our customer awards program, which includes our Energy Efficiency Leader Award and Climate Stewardship Award. Promotional elements for recognition vary based on customer preferences, but often include some combination of an employee or public event/ award presentation;written and video case studies; news release; building tour; media outreach; and social media posts and internal employee communications. RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved. IFB#RC2022-1001 Page 37 Here are a few examples of publicity that have resulted from similar projects. River Trails Elementary School, Mount Prospect, IL 0 D Herald MOO*tluglseruwrrltwo River Trails District 26 honored for sustainability efforts alt!'tr,enld,,,p;,* -^ 1a 1 m.,1215 AM !Wet It ahs Eleuw'utar►•School btstnet 26 ill Mount Prospect feveutllr mewed a Reducing the Literp hiteusity of the World Award for its sustainability conuueitiuents,including a sig ifi nt reduction in enemy consumption at lb facilities,officials aimo need this week The award from Trane Teclusologies rnincid,ed with the dutstening of the newly renovated Prairie Trails School.Mount Prospect's first net-zero energy consumption facility het-zero energy consumption t isiklhrgp Use A total awouiit of Nnrr •mutually that is equal to at less trop the atiratnd of trurS able rump'created o -site. Prune Trails Scawl is on Ind to save more than S3a.000 a year in IPS and clectririh(vests while offering optimized indoor air quality and reliable energy(-grim,performance officials say.Solar panels, combined with other energy saving design elements.are offsetting the building's annual electricity consumption -11w renovation d Prairie Valli School vats a significant wined for our district'mid Leel$clitiatrt. assistant superintendent for business services Not vide did ear require an upgrade to our facilities in order to best score aur studenta we also warned to remain rc+anmittcd to a disttirtaide suttainabittty initiative' Williamson County Schools, TN 4,.. `* Williamson County Schools teuia►tsuviur7•e1.AT1kPrIAL1P5.III!NM t'.`-'4•S, "Because of TRANt,we are paying les%today for utilities than we were 5 years ago-and we've added five new stnoots.11111 ` I[m-.,1•Pt-Vehle.4110iVvrtpC4ftrys1++ ,1 !SuLobe,Cr+r.1 Wltw L ' f't Wimisavi uN COUNtr C.! Rwn►ssw 9/' . galla Presentation for Association of County Mayors in , Tennessee, Infrastructure Improvement and Energy Conservation Program funded with Guaranteed Savings-In Tennessee,Aug. 30, 2021,features quote about Williamson County project that Trane completed* RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 38 "Because of TRANE, we are paying less today for utilities than we were five years ago—and we've added five new schools" Tommy Little, Williamson County Commissioner, Education Committee Chair, Williamson County, Tennessee City of Vestavia Hills, AL 0t J fl t3Stk,I! 'coat btlmas ,tv tnic*TION AH'xn Ut h tel 1 ( .. 41 - A; It' 1 " cl . °P ill fill th 1 i Trane's exterior lighting upgrade for the City of Vestavia Hills, AL resulted in this web site article. Trane presented the City with an Energy Efficiency Leader Award since the project cut energy consumption in NC3 —The National Coalition of Certification Centers 8. References 8. Minimum of three(3) comparable references of current work being performed.Information shall include name, phone number,fax number and email address of a person that may be contacted.Ideally, at least two (2) references will be with a government facility of similar size.Also include a brief description of the projects. Reference 1: Roanoke City Schools Company: Roanoke City Schools Comprehensive Solutions and OMNIA Projects Address: 3601 Ferncliff Avenue NW, Roanoke, VA 24017 Contact Person: Jeff Shawver—Chief of Physical Plants Phone: 540-853-6306 Email address: jshawver@rcps.info Description of project: HVAC Equipment and Products: • Installation of VRF system at Noel C. Taylor Academy and Fishwick Middle School RACINE COUNTY WISCONSIN 0 2022 Trane.All rights reserved. IFB#RC2022-1001 Page 39 • Rooftop unit replacement at Forest Park Academy • Boiler replacement at Roanoke Academy for Math and Science and Lucy B. Addison M.S. • Chiller replacement at Roanoke Academy for Math and Science • Chiller and cooling tower replacement at Lucy B. Addison Middle School • VFDs on condenser water pumps at high schools • Gym cooling at Lucy B. Addison M.S., Madison M.S, Garden City E.S., and Westside E.S. Installation and Services • Lighting upgrades including energy efficient internal and external LED lighting • Building envelope upgrades • Water conservation upgrades Related Products, Solutions, and Other Services: • Controls upgrades including Trane Intelligent Services • Financial services • Training • Educational services RACINE COUNTY WISCONSIN ©2022 Trane All nghts reserved. IFB#RC2022-1001 Page 40 Reference 2, City of Mesa Parks Company: City of Mesa Parks. Recreation and Community Facilities OMNIA Projects Address: P.O. Box1466 14444 I Mesa, Arizona, 85211 Contact Person: Barry Lougheed Phone: 480-644-3732 (T), 602-350-6322 (C) Email address: barry.lougheedPmesaaz.gov Description of project: HVAC Equipment and Products. • New Chillers in several different buildings • New HVAC equipment Installation and Services • Turnkey building mechanical retrofits • Street lighting retrofits • Closed Circuit TV (CCTV) services Related Products, Solutions, and Other Services: • New Trane control systems in 40+ buildings • Hosted Ensemble • 3rd party system integrations • Control system services • Lighting control systems • Training RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved. IFB#RC2022-1001 Page 41 Reference 3: Gateway Technical College Company: Gateway Technical College Indoor Environmental Quality Project through OMNIA Address: 1001 S. Main Street, Racine, WI 53403 Contact Person: John Thielen, Director of Capital Projects Phone: 262-564-2597 Email address: thielenj@gtc.edu Description of project: HVAC Equipment and Products: • Installed Synexis® in-room devices for Indoor Air Quality improvement The leaders at Gateway Technical College in Southeastern Wisconsin needed to create the best possible learning environment to help their 20,000 students comfortably return to in-person learning for the fall 2021 semester. Administrators wanted to optimize indoor environmental quality (IEQ) at the college's 18 buildings spread across nine campuses. For more information click here. 1.0744c .,,,,, ork ipiN anir_. . , ' I 0 ., -w . a. I ill ' ��er 1 ._ r .. . , . I /..4. _ . ,:t RACINE COUNTY WISCONSIN U 2022 Trane All rights reserved. IFB#RC2022-1001 Page 42 9. Proof of Performance a. Services Bidder Can Perform 9. To further demonstrate similar experience and provide proof of performance: a. Include a detailed description of the Services Bidder can perform, including training,start-up and commissioning services, installation, maintenance, turn-key services, project approach to Indoor Environmental Quality(IEQ), repair services, rentals, leases, equipment upgrades, and any other services provided by the Bidder. Trane provided service information in the Lines of Business: Trane Services (pages 23-33). Additional information is provided on the following pages. Below is a list of categories provided under this contract and, by no means, is restricted to just these items. Detailed descriptions of training, start-up and commissioning services, installation, maintenance, turn-key services, IEQ, repair services, rentals, leases, and equipment upgrades are provided on the following pages. HVAC Equipment and Products: • All Trane commercial equipment including all applied, unitary, terminal units and heating products procured domestically • Cooling Towers • Frequency Drives • Ductless split systems &VRF products • Pumps • Boilers, hot water heaters and water specialties • Modular chillers • Dust collection systems & servicing • TAS packaged central plants • Evaporcool evaporative process cooling • Dynamic air filtration • Genesis conversion (photo catalytic oxidation) technology • Heat recovery air handlers • Unit ventilators • Trane parts in conjunction with Trane contracted repair and retrofit of existing Trane equipment as well as over the counter purchases • Outsourcing of chilled and hot water by providing plants owned by Trane and leased to the governmental entity • Adsil coatings as required on all HVAC equipment • Indoor Air Quality services such as appraisals, filtration analysis and remediation Installation and Services • Lighting and retrofits • Equipment startups and warranty support RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 43 • HVAC, refrigeration, and plumbing installation including complete turnkey replacements, new construction, renovation, and new construction projects • Included are any ancillary labor tasks, related to HVAC, refrigeration, or plumbing installations. • Predictive maintenance such as oil, refrigerant, and vibration analysis • Many types of repair services with coverage (full, partial, and preventive) on existing Trane HVAC equipment types as well other OEM brand names and plumbing fixtures and systems • Remanufacturing services including Trane's exclusive R'Newal programs • All turnkey contracting including engineering, architectural and general contract work as it relates to the HVAC, refrigeration, plumbing requirements, and other mechanical systems • Municipal services including wastewater treatment plant work, pump stations, and heat transfer systems Related Products, Solutions, and Other Services: • Trane building automation equipment to the extent that it is coupled with installation of both new and/or retrofit of BAS systems • Training-both local and factory providing skill building, educational programs, and certifications • System commissioning and reporting analytics • Many types of monitoring such as man-in-attendance, BAS remote monitoring and Intelligent Services • Maintenance services including full and preventive maintenance contracts including time & material contracts • Equipment modifications as it relates to either a new construction or retrofit project including custom fabrication • Filter change outs, contract maintenance and over the counter sales • Warranty services and extended parts and labor warranties • Air and water balancing • Building Automation analytics and Energy Optics programs • Financial services such as leasing (all types), prompt pay discounting, anticipation discounting, guaranteed savings programs and long-term financing solutions. • Site surveys of existing facilities • Rental HVAC equipment from Trane Rental Services • System analysis of existing facilities including modeling and payback analysis • Project management services such as contract managing and analysis of bids and budget prioritization • Long range school planning and facility audits • Data management services of existing facilities via ComfortSite • Estimating resources for budgeting of projects • Engineering and architectural services such as MEP, structural and civil • Contracting for packaged enhanced solutions • Facilities Management program • Airport HVAC systems including localized jet-bridge air conditioners RACINE COUNTY WISCONSIN ©2022 Trane.All nghts reserved IFB#RC2022-1001 Page 44 TRAINING Trane offers a variety of training programs to choose from. These can be conducted at your location, at a nearby Trane office, at our national training centers, or through training manuals.We can include any combination of these resources, depending on your preference. Select the Training Method That Works for You 000 01141 • . .. . . 1. 0011. 60. On-Site Training Office Training Trane University Air Conditioning (your facilities) (Trane local office) (factory training) Clinics(manuals) Our course instructors have strong controls and HVAC service backgrounds. They draw on the expertise of Trane applications engineers, product engineers, technical support engineers and product development teams to provide the best training possible. On-Site/Virtual Training This training is designed around applications specific to your facilities. Examples include: • System training to understand chillers, dehumidification, and rooftop variable air volume units. • Controls training to obtain the best performance from your building automation system. • Boiler plant efficiency and maintenance, lighting, and water conservation measures. • Shadowing Trane technicians while we provide contracted maintenance services. Office Training Trane can customize training for your employees at our offices. This includes the material covered in our Trane University courses listed below. Trane University Trane University offers Building Systems and Controls training in St. Paul, MN and Technical Service training in La Crosse, WI.These courses also can be conducted at Trane offices throughout North America. In either case, our instruction will further advance your staff's understanding of systems and the interaction between various components.Well-trained facility managers and technicians will minimize service costs by efficiently identifying and correcting problems. • Building System and Controls training offers a comprehensive portfolio of technical courses to help you effectively monitor and coordinate your HVAC equipment and systems using your Trane building automation system. This will be provided by the Controls Vendor, CSO as referenced below. • Technical Service training offers factory training for commercial systems service, maintenance, and operation. These courses are designed to increase technician competence and confidence when servicing HVAC and controls systems. RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved. IFB#RC2022-1001 Page 45 Trane A/C Clinics Trane has developed several training manuals to support our in-person training efforts, including an A/C Clinic. This comprehensive course covers the fundamentals of heating, ventilating, and air conditioning. Each clinic includes a student workbook, with corresponding quiz questions/problems. START-UP AND COMMISSIONING SERVICES Trane has a strong local presence, and we service what we install with our own service technicians. Trane follows a process called Contracting to Service Transition, where the local Trane technicians' part of the start-up and commissioning so that they are prepared to support the facility once implemented. Our strong local presence and this process using our own service technicians allows us to have the fastest possible response times when a need for service should arise. In addition to providing on-site service from our local team, Trane local remote monitoring capabilities and can leverage the data that we gather with the knowledge of the Trane technicians and account team that are responsible for your facility.This approach adds to Trane's ability to provide fast and proactive service, at times identifying and starting to resolve issues prior to the customer knowing about it. Trane's maintenance services include: • Elite Start Services—Give your new system the assurance of optimal performance and a long- life cycle • Repair Services—Trane technicians can service all brands and types of HVAC units • Scheduled Agreement— Periodic maintenance of systems to ensure peak operating performance • Select Agreement—Added protection against unexpected equipment failures • Remote Diagnostics—Ability to monitor your critical building systems remotely and quickly troubleshoot as necessary INSTALLATION A qualified and dedicated Project Manager (PM) is assigned to manage the day-to-day installation and construction activities at the project site in accordance with the design, costs, schedule, safety protocols, and QC process. The PM leads and manages the installation team, including subcontractors, and is responsible for Project Schedule.Trane has a nationwide resource pool of 133 construction managers available to provide support to the assigned PM. MAINTENANCE To help optimize the performance of your building systems, our service technicians and other professionals will assist at whatever level you desire. Whether you're installing new equipment, maintaining an existing system, or completely upgrading your infrastructure, we can provide the expertise to match your specific needs. Choose from among the following services • Scheduled Agreement— Periodic maintenance of systems to ensure peak operating performance RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved. IFB#RC2022-1001 Page 46 • Select Agreement–Added protection against unexpected equipment failures • Remote Diagnostics–Ability to monitor your critical building systems remotely and quickly troubleshoot as necessary Scheduled Agreement Under our Scheduled Agreement offering, factory authorized service technicians perform the periodic maintenance required to keep your systems operating at their peak, so you no longer must plan, schedule, or manage routine maintenance. We are fully trained to perform maintenance on Trane HVAC equipment and other brands within your facilities. Under a Scheduled Agreement,your building systems are maintained by our knowledgeable service technicians using Six Sigma maintenance procedures to deliver the highest level of quality. Clients often experience lower maintenance costs under a Scheduled Agreement because impending equipment failures can be identified and resolved before they become major problems. Select Agreement With a Select Agreement, you receive all the benefits of a Scheduled Agreement, plus parts and labor coverage for maintainable equipment selected by your team–and approved by Trane. We will work with you to select the major components and systems in your facility that you want Trane to maintain. We cover the cost of repairing your systems or replacing the pre-selected components, should they fail.We will help you consider acceptable performance ranges, reliability, and risk tolerance to determine the level of coverage you require for your HVAC maintenance needs. Remote Diagnostics Quickly detect failures in your building with round-the-clock monitoring from the Trane Intelligent Services center,where our building professionals provide support 24 hours a day, 365 days a year. Beyond alarm detection, Trane building professionals with deep industry expertise analyze each incoming alarm and initiate action to resolve the issue,thereby maintaining efficiency and peak performance. The ability to address some problems remotely can reduce the need for service calls–and the amount of time your staff spends on facility-related problems. TURNKEY SERVICES Trane creates comprehensive solutions based on a thorough understanding of your business goals as well as your infrastructure needs.With our full knowledge of the interrelated workings of your building or buildings, we can recommend adjustments in equipment and services for maximum efficiency and cost-savings. We call this corner-to-corner approach Turnkey Contracting Services. Even before you sign a contract, Trane ranks your building's performance to see how it compares to your competitions'. Because we are the largest OEM of HVAC equipment, we have a global database of information regarding thousands of installed systems—including buildings belonging to other organizations in your industry. We can measure how your building stacks up with a roughly apples-to- apples comparison. RACINE COUNTY WISCONSIN ©2022 Trane.AU nghts reserved IFB#RC2022-1001 Page 47 Once you've contracted for Trane Turnkey Services, we customize project solutions to fit your unique operational and performance needs.An environmentally sensitive industry such as biomedical engineering, for example, may demand carefully managed temperature, humidity, air particulates or air filtration. Our solutions may also include: • Mechanical, electrical, lighting systems specifications, retrofit and optimization • Building lifecycle planning • Total cost of ownership reduction through energy-saving system specifications and operating cost optimization • Addressing environmental and operating cost concerns through enterprise energy management systems including: • On-site generation • Water conservation • Energy purchasing options • Renewable technologies • Code and regulations compliance • Ongoing maintenance and repair With Trane Turnkey Contracting Services,you reduce energy and operating costs while maintaining efficient operation. PROJECT APPROACH TO INDOOR ENVIRONMENTAL QUALITY (IEQ) WellsphereTM' from Trane is a holistic approach to building wellness.It addresses the four elements of indoor environmental quality(IEQ): Air Quality Improving indoor air quality (IAQ) is one of the most effective ways to address airborne health risks in your building. Indoor pollutants can be invisible to our senses, yet harmful to our health and productivity. Trane can perform an IAQ assessment of your facilities and fully vet the three solutions that Trane currently supports: • Ultraviolet lamps in ductwork • Synexis (dry hydrogen peroxide gas) • Dynamic air cleaners. Thermal Comfort Create an indoor atmosphere that's comfortable and stimulating while balancing your energy efficiency and sustainability needs.When the right HVAC equipment and control strategies are in place, occupants can feel more comfortable and be more productive. Lighting The lighting design of indoor spaces can affect peoples' mood, productivity and even the rhythms of their bodies. Today's more intelligent lighting systems have significant potential to improve safety, 1 RACINE COUNTY WISCONSIN IFB#RC2022 1001 ©2022 Trane.All rights reserved. Page 48 comfort, and productivity. By integrating controls over lighting and HVAC, Trane can make it easier to manage more of what is happening inside your building—from one easy-to-use user interface. Acoustics Good acoustic design can enhance concentration and focus by eliminating noise, improving sound privacy and much more. Trane is an industry leader in providing accurate, comprehensive acoustical data for our products and system designs within the building context. Quiet products are only the beginning of Trane's scientific approach to building acoustics. REPAIR SERVICES Chances are your facilities have HVAC and controls systems from several different manufacturers. Trane technicians are proficient in servicing all brands and types of HVAC and controls systems.These are among the comfort systems that our local technicians maintain, repair, or replace: • Air filtration and air handlers • Chillers (air-cooled and water-cooled) • Chilled water and condenser water pumps • Controls (digital and pneumatic) • Cooling towers and evaporative coolers • Condensing units • Fans and humidification • Motors and motor starters • Rooftop and unitary HVAC units (electric and gas-fired) • Variable frequency drives Knowledgeable Trane technicians will troubleshoot your equipment using data compiled from experiences with clients around the world. They are trained to look beyond the immediate problem by also identifying weaknesses or potential areas of unreliability. Rentals If you need temporary cooling or other equipment during a retrofit, we have the resources in place to quickly deliver a solution.Trane Rental Services has been providing temporary equipment solutions for more than 25 years. Our fleet includes Water- and Air-Cooled Chillers, Package Air Conditioning Units, Air Handling Units, Diesel Power Generators, Oil-Free Compressed Air, Heaters, and ancillary equipment to support our customers. You will have access to 24/7/365 customer service, equipment monitoring and technical support. With 25 locations in the United States and Canada, we can deliver temporary equipment solutions to every major metropolitan market within hours.In addition to providing solutions for emergency needs, we can also help customers with their seasonal supplemental needs, planned shutdowns and special events. RACINE COUNTY WISCONSIN ©2022 Trane.AU rights reserved. IFB#RC2022-1001 Page 49 LEASES Trane's Financial Services includes leasing (all types), prompt pay discounting, anticipation discounting, guaranteed savings programs and long-term financing solutions. EQUIPMENT UPGRADES • All Trane commercial equipment including all applied, unitary,terminal units and heating products procured domestically • Trane building automation equipment to the extent that it is coupled with installation of both new and/or retrofit of BAS systems. • Lighting & retrofits • Cooling Towers • Frequency Drives • Ductless split systems &VRF products • Pumps • Boilers, hot water heaters and water specialties • Modular chillers • Dust collection systems &servicing • TAS packaged central plants • Evaporcool evaporative process cooling • Dynamic air filtration • Genesis conversion (photo catalytic oxidation) technology • Heat recovery air handlers • Unit ventilators • Trane parts in conjunction with Trane contracted repair and retrofit of existing Trane equipment as well as over the counter purchases. OTHER SERVICES • Energy Services - Energy Tracking, Energy Analysis, Evaluation of Potential Upgrades, demand response, rebates and other • System analysis of existing facilities including modeling and payback analysis • Design Build Contracting for upgrading and improving efficiency within municipal infrastructure including but not limited to city buildings, wastewater treatment plants, conveyance systems, water treatment facilities, metering system, and lighting, etc. PRODUCTS AND BRANDS SUPPORTED BY TRANE I • Identify the manufacturer products/brands the Bidder can service and support. While Trane is the industry expert on Trane equipment, we service all brands and most models of HVAC equipment.Trane technicians are sent to other competitive OEM schools across the industries (Carrier, RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved. I FB#RC2022-1001 Page 50 York, etc.) for certification. Trane is a vendor-neutral company with experience installing, maintaining, and repairing a variety of products and brands including: Products—water-cooled chillers, air-cooled chillers, air handlers, boilers, pumps, piping, cooling towers, VAV systems, variable frequency drives, constant volume systems, building energy management systems, roof top unit air handlers, make up air unit air handlers,VRF and ductless systems, building automation systems, all heating and cooling valves, air balancing, back flow/cooling/heating valves, heat exchangers, and refrigeration. Brands—AAON, American Standard,Amana, AO Smith, Artichill,Aurora, BAC, Bard, Bell and Gossett, Bosch, Bryant, Carrier, Coleman, Daiken, Desert-Aire, Distech, Edpac, Energy Logic, Evapco, Honeywell, Hydrother, Ingersoll-Rand,Johnson Controls/York, Lennox, Liebert, Lochnivar, Marley/Evapco, Marvair, McQuay, Mitsubishi, Multistack, Paco, Patterson-Kelly, Pool Pac, Raypack, RBI, Trane, and Vertiv. MINIMUM WORK CREW • Stipulate the minimum work crew that will be made available at all times,ensuring timely and effective project completion.A project foreman, fluent in English, must be onsite during all construction activities and have ° authority to act on behalf of the Bidder. Each site work crew must have at least one journeyman assigned. The minimum work crew is addressed based on project type.All contracting jobs will have a project foreman (typically lead mechanic) fluent in English that has the authority to act on behalf of Trane. Each site will have at least one journeyman assigned. SUBCONTRACTOR SELECTION • Describe how Bidder selects sub-contractors for service and/or installation and how Bidder ensures customer satisfaction related to the sub-contractors. Trane utilizes our Subcontractor Qualification Process to formalize screening. The standard request for proposal (RFP) process includes a two-step process of pre-qualification that is managed via Appruv (https://appruv.com). Prequalification criteria includes financial stability, licenses, small business certification, resource capacity, skillset, work quality, safety rating, and legal standing. Evaluation criteria defined in the solicitation will be used to support best value selection. All potential subcontractors complete Trane's Contractor Qualification Statement. Our Project Manager (PM), Quality Control (QC), and Environmental Health and Safety (EH&S) Specialists complete a Contractor Evaluation Form for the screening and final selection process. Upon completion of the subcontractor qualifications, Trane follows the steps listed below to ensure best value: • Bid Packages: Bid packages are prepared by the PM with support from Development Team engineers. The bid packages describe the scope of work to be performed, drawings and sketches, the nature of the bid (i.e., design build, no change order), and the bid response format (e.g., required detail, taxes, bonds). • Separate Walkthroughs: Subcontractor site visits are a prerequisite. Whenever practical, we conduct separate walkthroughs with each contractor, rather than in large groups to increase engagement and questions. RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 51 • Multiple Bidders: Trane solicits pricing from a minimum of three subcontractors for most scopes of work.We carefully review the list of subcontractors available, acknowledging those with proven history with Trane and our client.We then compare them to the requirements to assure they are the best subcontractors for the project. Trane keeps tight cost controls through close oversight of subcontractors and monitors performance and quality control through onsite supervision, quality inspections, and cost and schedule progress reporting. Subcontractors participate in weekly and monthly project review meetings, and daily work progress reports showing hours worked and activities completed are required.Trane has Equipment Engineers on staff in our sales office who work with the local design engineering community daily, and these same engineers will be working with the designers for the optimal selections on Trane equipment, as well as non-Trane equipment needed for the project. TESTING, ADJUSTING, AND BALANCING I • Describe Bidder's company's process for submitting a test and balance report for each piece of equipment installed, including items that will be covered in the test and balance report. The purpose of testing, adjusting, and balancing (TAB) is to assure that an HVAC system is providing maximum occupant comfort at the lowest energy cost possible. Pre-planning for TAB work includes making certain that all the necessary parties and individuals to conduct the work are onboard. The type of building and systems to be tested and a realistic evaluation 4 of what skills the TAB technician possesses are key planning elements. • Often, a controls specialist will be needed to operate the system for the TAB technician. • The representatives from the original equipment suppliers may be needed as a resource, at a minimum, but for complex equipment and systems or in a new building startup a manufacturer's representative may be required at the site to operate the mechanical equipment. • If the building has a facilities manager that individual is typically the most important participant with which the on-site TAB technicians will work. Facility managers have a substantial vested interest in ongoing customer satisfaction—the people who work or live in the building are actual end- use customers—and their satisfaction will ultimately be the key measure of success. Occasionally, a system cannot be balanced or made to perform in accordance with the contract's design specifications regardless of the number of balancing dampers or valves that can be installed. Competent TAB technicians should be prepared for this possibility and work with the appropriate individuals to formulate recommendations as part of the final TAB report. It should be made clear that the TAB work is not "commissioning." Most commissioning services are completed by firms having technicians experienced with each of the individual building systems— HVAC, lighting, plumbing, electrical, and security systems. Commissioning services for any new building construction or renovation are intended to verify all the above systems—operate properly and meet performance criteria. Commissioning also includes the testing of all building controls for each mode of operation to verify all systems are being sequenced correctly with each other and that all interlocks are functioning. The commissioning agent must document the results of each equipment test performed as it is completed. RACINE COUNTY WISCONSIN ©2022 Trane All nghts reserved IFB#RC2022-1001 Page 52 These firms will usually subcontract the services of an independent TAB contractor to verify HVAC system balancing as part of their more inclusive commissioning contract. New Buildings Testing, adjusting, and balancing of all HVAC systems in a new building is needed to complete the installation and to make the system perform as the designer intended.Assuming that the system design and installation meets the comfort needs of the building occupants,testing, adjusting, and balancing of the HVAC system fine tunes occupant comfort levels while keeping energy use to the lowest level possible.This is extremely important in this era of rising energy costs. It is important to make sure that all factory equipment startup service has been completed before beginning any TAB work. Most specifications on new building construction usually require a factory representative to be present during the initial startup and adjustment of the mechanical equipment— central boilers, chillers, large variable-speed motor drives, and cooling towers.This initial equipment checkout is also usually required to activate the factory warranties and is not part of the TAB contractor's responsibility.After this initial startup service has been completed, the TAB contractor should be informed that the systems are operating properly,that all safety interlocks and protective devices are functioning, and the systems are ready to be balanced. The TAB phase of any building construction or renovation is intended to verify that all HVAC water- and airflows and pressures meet the design intent and equipment manufacturer's operating requirements. It is rare to find an HVAC system of any size that will perform completely satisfactorily without the benefit of final adjustments. Therefore it is considered a "best practice" for the designer to specify that TAB work be part of the overall HVAC system installation. Existing Buildings There are few buildings in existence that have not experienced changes in internal loads and space layout changes since they were designed and built. These buildings should periodically have their HVAC systems rebalanced to achieve maximum operating performance, efficiency, and comfort. The TAB Technician TAB technician designates the person in charge of the TAB work being done on the HVAC system. TAB procedures on a complicated HVAC system require that the TAB technician must be a well-trained, highly skilled, and knowledgeable individual. This person must know the fundamentals of airflow, hydronic flow, refrigeration, and electricity and be familiar with all types of HVAC temperature controls and refrigeration systems.They must also know how to take pressure, temperature, and flow measurements and be able to perform effective troubleshooting. The TAB Team There are TAB jobs that can be done by one person. However, many HVAC systems need a TAB team to complete the TAB work efficiently and in a reasonable time period. It is equally important that the other members of the TAB team be trained and knowledgeable in the basic fundamentals and procedures of TAB work. RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved IFB#RC2022-1001 Page 53 Energy Costs and Occupant Comfort TAB work conducted on existing buildings will often hold opportunities for the attentive TAB technician to identify additional equipment or work for the system being balanced that will increase occupant comfort and decrease building operating costs.An obvious example would be the replacement of single-speed electric fan motors with newer computer-controlled equipment that can more closely follow the required airflow needs over the changing seasons and load variations. Variable-speed electric motors are a relatively new product and the older the building the greater the likelihood and potential for energy-saving and comfort-enhancing opportunity. In some instances, variable-speed motors may consume just 15%of the electricity on an annual basis as an older single-speed motor. Another example would be when the TAB technician is asked to provide a rebalance of an individual zone due to shifts in internal use. Often,this is a good opportunity to examine the benefits of a complete review of the building's mechanical system and possibly provide complete-building TAB services. Also, changes in one building zone will often result in changes throughout or at least in other parts of the building. TAB Instruments Airflow Measuring Instruments • Manometers—Used to measure pressure drops which can be translated into flow rates. Available in tube types, both U-Tube and inclined-vertical use a fluid in a tube to represent the difference in pressure between two points. • Digital manometers—Can provide very accurate readings at very low-pressure differentials, such as across air filters and expansion cooling coils.Can automatically adjust for barometric pressure, store readings with recall in average or total numbers, and some can provide additional functions such as temperature measurements. • Anemometers—Available in several configurations—rotating vane, deflecting vane, thermal— and used primarily to measure air velocities at registers, grilles, hoods, coils, etc. • Flow measuring hoods—Directly measures CFM of air distribution devices. Temperature Measuring Instruments • Glass tube and dial thermometers—Measurement of air and fluid temperatures • Thermocouples—Measures surface temperatures • Psychrometers and electronic thermo-hygrometers—Determines relative humidity. TAB Reporting Forms The proper use of a consistent set of reporting forms assures that TAB work is being done in a systematic manner that produces documented test results that can be easily understood. The following list is an example of forms with a brief description of each to illustrate the steps in the TAB process. Each project may require fewer or more forms and steps depending upon the TAB project goals and the system complexity. Forms include: RACINE COUNTY WISCONSIN ©2022 Trane All nghts reserved. IFB#RC2022-1001 Page 54 • System Diagram—A schematic that depicts the system to be tested, its major components, distribution system sizes, the quantities of flow,the location of regulating devices and terminal units and other relevant data. • Apparatus Test Report—Provides details of actual measured flow rates, motor loads and other information that will be useful to compare design to actual system component performance. • Coil Test Report—Used to record performance of chilled or hot water, steam, DX, or other types of energy exchange coils. • Gas/Oil-Fired Apparatus Test Report—Tracks performance of unit heaters, furnaces, and boilers for use in comparison and as a supplement to factory-provided data. • Duct Heater Test Report—Provides documentation of airflow rates across electric furnaces and heater coils and verifies min./max. airflow rates as per required by manufacturers. • Duct Transverse Reports—Used as a worksheet for recording velocity pressures in a prescribed manner to determine actual airflow for duct— round and rectangular. • Air Outlet Test Report—Provides documentation of preliminary and final air distribution devices and possible reasons for deviations from design. • Terminal Unit Test Report—Used to check and document the performance of terminal units. • Major Equipment Test Reports—Each major mechanical HVAC device that is present and part of the TAB project—Chiller/Packaged HVAC/Compressor/Condenser/Cooling Tower/Pump/Boiler—is tested and the results recorded according to industry-recognized procedures. Specific test requirements may be requested for any major component to verify operating performance or efficiency. • Instrument Calibration Report—Documents the tested accuracy of the instruments used to conduct the TAB project. RELEVANT CODES AND STANDARDS • Energy Systems Analysis&Management—Presents an updated level of technical information necessary for energy conservation and retrofits of today's commercial facilities. This new manual provides building owners, facility managers, contractors, and system designers with the tools needed to evaluate an existing facility for energy savings potential. Items of special interest include performance contracting, CFC refrigeration regulation, and new automation system open protocols. Other topics covered include HVAC heat recovery, energy auditing, operation and maintenance, and indoor air quality. • HVAC Systems - Commissioning Manual—A practical how-to guide for contractors, owners, and engineers interested in learning about commissioning for new buildings and re- commissioning for existing buildings. Separate chapters are devoted to the different levels of commissioning, including b g basic, comprehensive, and critical system commissioning. A thorough explanation of re-commissioning leads one through the preliminary investigation, survey and documentation phase,the design and installation of system modifications, and the actual re- commissioning test. RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved. IFB#RC2022-1001 Page 55 I • • HVAC Systems - Testing, Adjusting, & Balancing—Presents the basic fundamentals, methods, and procedures, including the necessary tables and charts,to adequately balance a complete HVAC system. A tutorial on air and hydronic systems as well as equipment performance and operation, this comprehensive text covers motor operation, fan curves, pump curves, and fluid flow losses in ducts, fittings, pipes, and air terminals. In addition, variable frequency drives, direct digital control systems, lab hood exhaust balancing and the latest balancing equipment and procedures are presented. • TAB Procedural Guide—The TAB Procedural Guide is intended for trained TAB technicians to assure that the appropriate procedures are employed in an effective manner. This new publication includes general as well as specific guidance for both air-and water-side HVAC system adjusting and balancing. Variable air volume, multi-zone, dual duct, and exhaust air systems are examples of the systems specifically covered and time-saving forms are included for precise record keeping during the conduct of a TAB project. The guide assists TAB technicians with preplanning and establishing teams so that energy use is minimized whether the work is done in new or existing buildings. COMMISSIONING PLAN I • Describe Bidder's company's process for delivering a comprehensive commission plan at least two (2)weeks prior to start-up, including details of what will be covered in the plan. This Commissioning Plan establishes the framework for how commissioning will be handled and managed on a given project and custom to that project's Scope of Work. The commissioning process is applicable anytime Trane performs work, either in a primary contracting capacity or as a sub-contractor within the projects' delivery model. The commissioning planning process begins with a kick-off meeting to determine the project's scope, breadth of work, participating trades,timelines, etc. At this meeting, the Trane Project Manager (PM) in conjunction with the Customer Agency will discuss the commissioning process, schedule,team and team member responsibilities, communication structures, and develop a general description of the systems to be commissioned.The Commissioning Plan is custom to the project's unique Scope of Work.A Commissioning Plan typically includes the following and takes place well before equipment is ordered or work begun, which could be weeks or months prior to the project's completion: Introduction Purpose and general summary of the Plan. General Project Overview of the project, emphasizing key project information and delivery Information method characteristics. Commissioning The commissioning scope including which building assemblies, systems, Scope subsystems, and equipment will be commissioned on this project. Team Contacts Project specific Commissioning Team members and contact information. 4 Communication Documentation of the communication channels to be used throughout the Plan& Protocols project. RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved. I FB#RC20221001 Page 56 Commissioning Detailed description of the project specific tasks to be accomplished during Process the Planning, Design, Construction, and Tenant Occupancy Stages with associated roles & responsibilities. Commissioning List of commissioning documents required to identify expectations, track Documentation conditions and decisions and validate/certify performance. Commissioning Specific sequences of events and relative timeframes, dates, and durations. Schedule TRANE'S APPROACH TO PREVENTATIVE MAINTENANCE • Describe Bidder's company's scope of work for preventative maintenance work. Trane's service team members use specific software and standard processes in place to schedule service calls, complete preventative maintenance, invoice jobs, and track inventory.With a comprehensive range of service capabilities and in-house expertise—delivered by an extensive service network always on call—Trane delivers the most reliable and cost-effective performance from day one. Once a Service Agreement is in place, Trane technicians will complete field reports that include all recommendations for maintaining a high-performance facility. Trane's Preventative Maintenance program typically consists of four quarterly site visits: with one annual inspection and three routine inspections. The number of site visits can vary according to the system needs. By planning ahead and addressing maintenance needs on a systematic, scheduled basis, customers can virtually eliminate unplanned downtime and save a lot on repair costs.As maintenance tasks are performed,technicians record and detail each asset's condition to determine the appropriate timeframe for an inspection, cleaning, lubrication, any calibration, or adjustment, including possible part replacement. The work performed is recorded electronically via technician's mobile device.The data is stored and backed up on a secure data network.At completion of the work, customers receive an electronic report of the tasks executed. In addition (for service agreement customers only) work reports can be accessed on a Trane customer portal (https://mybuilding.trane.com). We're fully trained, using proprietary Six Sigma maintenance procedures, to service both Trane HVAC equipment as well as that of other brands. Trane's industry exclusive service flow process includes detailed, documented procedures that identify steps for: safety, sequence of execution, quality control, work validation, parts, materials, tools, and environmental compliance. Where applicable, Trane's exclusive service process meets or exceeds ASHRAE 180-2008 Standard Practice for Inspection and Maintenance of Commercial Building HVAC Systems. To prolong an asset's useful life and lessening the likelihood of failure, Trane offers a preventative approach that can leverage predictive technology as well as regular monitoring of your HVAC operations. Our standard Preventative Maintenance package involves planning ahead and addressing maintenance needs on a systematic, scheduled basis. However, we can add value with optional state-of RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 57 the-art add-on services—such as Predictive Service, Active Monitoring, Critical Systems Audit, or Rental Reserve. Trane's overall approach to Preventative Maintenance revolves around 7 Service pillars: Knowledge Transfer Work performed on your equipment will be documented by our technician and reviewed with you at the completion of each service visit. Trane Technicians will review operating sequences and practices for the equipment covered by the agreement and advise you of operational improvement opportunities. Concurrent with annual start-up,the dedicated Trane Technician will instruct your Facility staff on how to operate the equipment covered by the agreement. Quality Guarantee Trane provides a guarantee of performance based on testing conditions —as specified in both AHRI (Air Conditioning, Heating and Refrigeration Institute) and ASHRAE (American Society of Heating, Refrigerating and Air-Conditioning Engineers). Trane then backs up this performance with the industry's premier warranty and service support to ultimately provide the best value for each customer.Within the controls and automation teams, for example, Trane has adopted the mantra of"no bad jobs". This business mindset is prevalent throughout Trane—from the factory to the field sales office. Trane products have utilized several such initiatives to provide cost saving areas for customers. For example: • ICS (Integrated Control Systems). The controls that come with Trane products all offer an open computer control technology protocol.This allows a client to feel comfortable that with every Trane product that is purchased,their existing Building Automation System will be able to communicate or if there is not a Building Automation System (BAS) in place, Trane can provide our BAS system at a packaged program price. • D.F.T. (Demand Flow Technology).A mathematically based business strategy that encompasses the entire Trane organization: marketing, sales, order entry, engineering manufacturing, suppliers, and finance. Demand Flow Technology manages every aspect of the product cycle from the time the product is ordered, until it is shipped.Its sophisticated procedures ensure that customers receive fast availability of a wide selection of Trane standard products as well as custom and modified ones. Technology Scheduling, Service History —ComfortSite ComfortSite—our web-based asset management system—is used for scheduling of Service calls and provides customers with free access to their Service history, technical reports, parts identification tools, product literature and other relevant information.In addition to these options, ComfortSite also enables owners to manage local parts inventory and equipment replacement plans. ComfortSite offers these advantages: • Asset and maintenance management software • 24/7 internet-based access • Trane enters HVAC equipment data RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 58 • No software integration or process changes required • Ability to enter non-HVAC equipment into the database • Multi-level username and password access • Multiple output file formats available for upload Chiller Plant Optimization ir Chiller Plant Optimization validates that the chiller • C plant is operating appropriately. It helps manage the `., 1 ? multiple system inputs and confirms set-up accuracy. '111210 . Advantages: ` • Maintain comfort, reliability, and uptime `�`+ • Prevent premature failure of the system or components • Identify anomalies that waste energy Implementation: • Review chiller plant control parameters and search for inefficiencies in cycling and stating • Check loop tuning and provide a quote, if necessary • Reset routines to design specifications Predictive Service Trane will analyze the condition of your HVAC equipment to detect physical conditions that can lead to system inefficiencies and catastrophic failures. Early detection by Trane Field Service Technicians enables you to arrange maintenance procedures and overhauls during planned downtime instead of experiencing unplanned system outages and emergency repair delays and costs. • Infrared Thermography • Combustion Testing • Vibration Testing • Eddy Current Tube Testing • Ultrasonic Testing other than tubes, bearing, etc. • Air Quality Monitoring • Air Balance • Water Balance Energy Performance Energy Performance provides real-time energy monitoring, displayed through a set of online dashboards and tools, to reveal where and when a building consumes energy.It provides the ongoing, real-time insight that's needed to drive measurable results. This advanced cloud-based building energy management system (BEMS) service provides visual tools and analytics that uncover hidden causes of RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved IFB#RC2022-1001 Page 59 energy waste. Energy Performance pairs advanced technology with the extensive expertise of Trane building professionals who recommend energy conservation measures (ECMS) based on building data. Advantages: • Leverage spectral analysis to visualize energy usage or demand over a select period • Monitor building performance and view progress on sustainability goals using intuitive dashboards • Access analytics to identify times of excessive energy consumption • Report and track the ongoing improvements gained by proactively managing your building • parr 11.11111•••• 51.2 I 110 I I ' • „bow ; II , Implementation: • Cloud-based building energy management system provided through Software as a Service (SaaS) • Access to online dashboards, reports, alerts, and trending tools • Interpretation by technical specialists • Real-time energy data monitoring and aggregation from multiple sources: utility meters, sub- meters, sensors and building automation system all linked to your local energy costs to track your energy spend more accurately • Software support, online help, and documentation • Site set-up and data The Environment and Sustainability Trane procedures for handling refrigerants are compliant with Federal and State laws and regulations — in respect to the proper handling, storage, and repair of leaks of ozone-depleting refrigerants as well as their substitutes, according to Environmental Protection Agency regulation 40 CFR Part 82. Trane service technicians are Universal-certified and use only certified recovery equipment. Trane maintains and uses our Refrigerant Management Software (RMS)to capture, manage and report Refrigerant Activity. The Refrigerant Activity Report Form is used by the technician to record all RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 60 refrigerant activity that has occurred on each piece of equipment. The form data is entered into RMS after it is submitted to and checked by central office personnel. Annually, Trane prints a report from RMS of all Refrigerant activity that has occurred at each site. The report details all refrigerant activity performed by Trane Building Services Technicians for each piece of equipment and can be used to satisfy reporting requirements. In terms of Oil disposal, we remove used oil from your refrigeration units and dispose of it in accordance with applicable environmental regulations. Trane has a national contract with a leading provider of used oil services to recycle used oil, where allowed, and properly dispose of used oil which does not meet recycling requirements (in states where used oil is a hazardous waste, Trane will remove used oil from refrigeration units for the customer to arrange disposal). Documented Processes to Safeguard Uniform Service Delivery All Trane personnel follow documented processes to enable and safeguard uniform service delivery. PI t,« -41{ ,. I arc...•+.... tet.... jtw. Mrw..tr..ar. . ..� 1 *�i'~e.. .." Wool —► t..w...... •—r .i0 c..aa r —a...............� Mme. /MHOOk.ww ..,...�.�rr• I -- -y--r(0101 Inge.or0 M r>,...— ..I rIh ,........„....4...........1 aro ...-'... .� O WNamn. f—...wgew.. { M.1� Irrlrr.o.ge ..ge.. t +Y[ra. I , OM WO 11: I •I .,..»r.. l 1...�w i41....... .._. .. .1..m c . 1.t,....r.� , .. IAtionosO nor. II cix ......-Inge. t+... I II rodiellik ..«.+ doe/s& .M I US 4!,afaem movie*ko r r.wnr 4..IL,Atge.......w.. -'.- gi,,......w....0...I.MS # I.. a.tr ltwoorr Ike cowling'On OW 1.1 i.tl../.1..ryge M mtl'nr.b..r 411..r'.rs.s.AfN.'4+.w.+. 0.,1.rr.lw.v a -..•al. 6....0~A..W**Hct 1.'SWIM w►K Mu r o rrowi owl 014.—char w...row V.gre.d aa.+►.rrr..n.rowed..I.Ca,C,r..r .qt..1.d .0 ` 1we.0005.10000 Mpr .r q l.tla.00.p0.w...iprM.'7011Q.c.i.'r N.ss..' -Two, Ci Crm.MY1'.A*raw—.h.i'M �4 r L tall Arlo Ml•.rr.w Crederriell • TRANI' 4,1,.............Orwlll ger.li.Ylowic. Specific Work Steps The following illustrates Trane's procedure for each call for service: Emergency Response within 4 hours — 24/7, 365 days a year Priority Emergency Response is available on a 24-hour-per-day basis. Trane is able to perform emergency services outside of normal business hours when requested. Each Trane office has its own Emergency hotline for seven (7) days a week, twenty-four (24) hours a day, three hundred sixty-five RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. I FB#RC2022-1001 Page 61 (365) days per year. Our goal is to answer each call within 30 seconds of receipt, 90% of the time.And our goal is to respond to all emergency calls within 4 hours or less. Trane's team of Service technicians has a rotational, on-call schedule, and someone is always available to handle an after-hours or an emergency call. Emergency Parts Service Trane's Parts order system provides an ability for both emergency and rush orders.This system is unique in that it allows the flexibility of integrating rush orders into the standard order system without disruptions or excessive costs. The State-of-the-Art Rental Reserve Add-on Service Whether it's extra cooling needed during extreme weather conditions or a short-term replacement following an emergency, buildings sometimes require equipment to cool an indoor environment on a temporary basis.Trane Rental Services can provide fast, safe, and cost-effective solutions using modern and reliable equipment.A temporary cooling system will keep your business operational whilst you repair, replace, or upgrade your existing system. Rely on temporary solutions from the name you trust. Our team of account managers, engineers, service technicians and logistics professionals can rapidly transform the equipment you need into a smoothly functioning system that will exceed your expectations. Every rental delivers state-of-the-art Trane equipment and expertise.We'll be your one-stop solutions provider when you are: • Short on time—A temporary system allows you the ability to continue your business operations while you take the time to find the best permanent solution. • Short on funds—Capital improvement budgets are shrinking these days. A rental from Trane can allow you to optimize the use of your funds. • Risk averse— Knowing when and where temporary solutions are available can speed deployment time in an emergency and limit associated financial losses. • Experiencing temporary spikes—A rental is a cost-effective solution for a short-term situation, such as a spike in production or peak design conditions that lasts two months or less. Other Maintenance and Repair (OMR) If the Technician finds an issue that needs to be fixed, they will communicate that to the customer and record their findings in a report, requesting a quote from Trane—to be approved by the customer ahead of the repair, replacement, or any other maintenance work. Customers often opt for Trane's exclusive HVAC Rental Reserve program.The Rental Reserve Program is intended to protect against unplanned needs caused by customer's HVAC equipment outages.It is designed to minimize the impact of downtime by providing cooling system redundancy. The program provides year-round availability of rental chiller equipment within a 24-/48-hour notice to Trane—to proceed with delivery and connection of the rental equipment. Included in the price of the add-on option is a customized and executable HVAC rental emergency plan maintained by Trane as well as suitable equipment for speedy connection at the site. RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved IFB#RC2022-1001 Page 62 The rental emergency plan provided by Trane would contain a typical chilled water system plan, for example, where we will identify: • Location, type, and tonnage of the rental chiller; • Applicable electrical, chilled water, tower water connections as necessary for chiller connection; • Necessary system upgrades to accommodate the Trane Rental chiller package Warranties --- Workmanship, Equipment The workmanship warranty (labor portion of the Maintenance Services and Additional Work) is 90 days from the date of completion. Trane's obligation under the Warranty is limited to correcting any labor improperly performed by Trane. Defects must be reported to Trane within the 90-day period. The parts and equipment warranty (the material manufactured by Trane and provided to the customer in performance of the Services) is 12 months from the earlier date of equipment start-up or replacement. Trane's obligation under the Warranty is limited to repairing or replacing the defective part at its option. Defects must be reported to Trane within the 12-month period. Should it be necessary to replace or repair any non-Trane equipment provided by Trane as part of a service to the state, Trane will extend to the Customer the benefits of any warranty Trane receives from the manufacturer. ADDITIONAL CHARGES FOR MAINTENANCE • Describe and define all scenarios in which additional charges would apply outside of routine preventive maintenance. The primary goal of maintenance is to avoid or mitigate the consequences of failure of equipment. This may be by preventing the failure before it occurs which Planned Maintenance and Condition Based Maintenance helps to achieve. It is designed to preserve and restore equipment reliability by replacing worn components before they fail. Preventive maintenance activities include partial or complete overhauls at specified periods, oil changes, lubrication, minor adjustments, and so on. In addition, workers can record equipment deterioration, so they know to replace, or repair worn parts before they cause system failure. The ideal preventive maintenance program would prevent all equipment failure before it occurs, however additional charges would apply if these parts were not included up front. REPAIR AND UPGRADE RECOMMENDATIONS • Describe Bidder's methodologies for assisting Participating Public Agencies with recommendations on repairs and upgrades from defining the repair/upgrade through the completion of work. With a comprehensive range of service capabilities and in-house expertise, delivered by an extensive service network always on call, Trane service solutions ensure the most reliable and cost-effective performance from HVAC systems from day one —and on through their complete lifecycle. Once a Service Agreement is in place, Trane Technicians will complete field reports that include all recommendations for maintaining a high-performance facility. Below are descriptions of our service capabilities, from start up through advanced remote monitoring and contingency cooling. RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 63 Start Up Trane Elite Start'' - Commissioning service Trane Service Engineers validate HVAC installation, following a tried and tested checklist for optimal start-up conditions, verifying, and recording design operational parameters. Trane Extended Start -Assure the highest level of performance for the HVAC system's crucial first year. HVAC systems are typically sold with a standard factory warranty terms and conditions. Trane Extended Start goes above and beyond the standard warranty to provide eight value-added services which will create a system performance baseline. Operate and Maintain Genuine Parts and Repair Services - The right parts and the OEM expertise quickly available. From precision-crafted original Trane items to generic parts, Trane offers a comprehensive parts inventory with 6,500 references to answer quickly to customers' needs.Trane efficient logistics and factory authorized technicians also ensure expert replacements and fixes. Trane Chiller Health Check Program - OEM chiller performance analysis The reliability and efficiency of a water chiller are directly related to how it is maintained and operated.Appropriate maintenance can help avoid severe malfunctions and costly breakdown. Trane Chiller Health Check Program provides the real time status and performance of equipment and recommends proactive measures to restore a safe, reliable, and efficient operation of chillers. Trane Service Agreements - Reduce operating costs and optimize equipment life with planned maintenance from Trane. By planning and addressing maintenance needs on a systematic, scheduled basis, your client can save significantly and virtually eliminate unplanned downtime. Trane will help define the service agreements best suited to your client's applications and business needs. Improve Cost of Ownership Trane Select" Contracts - Head off problems before they affect operation Four customizable HVAC service contracts designed to provide operating efficiency, maximize the system life, and help cut costs. From preventive maintenance plans to fully comprehensive solutions, Trane Select Contracts offer fixed costs making them more valuable the longer the contract period.All contracts come with free compressor coverage. Trane Controls Services - Keeps HVAC settings fine-tuned for optimal performance. Buildings are a complex, inter-related set of systems. Over time, adjustments can change HVAC configurations that were fine-tuned on installation. Trane Controls Services offer four levels of servicing to regularly review the building control system, ensure it maintains its designed comfort level and is always up to date with your clients' current needs—operating as efficiently as possible. Upgrade and Improve Trane Care' Services - Restore the performance of HVAC equipment and maximize its lifecycle. No matter where your clients' equipment is in its life cycle, Trane CareTM' will turn HVAC systems into business advantages in terms of reliability, energy, and environment to help their buildings perform at its best and sustain it day in and day out.A Trane Car&' upgrade of HVAC installations will enhance RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 64 equipment reliability, reduce operating costs, optimize equipment life, and ensure compliance with environmental regulations. Advanced Remote Analytics Trane Intelligent Services -Close remote building system monitoring and analysis of system trends. Trane Intelligent Services provide always-on, automated monitoring powered by a suite of leading technologies backed by Trane's team of technical experts.They give building operators high-end capability to help minimize the occurrence and severity of system failures through early detection of alarms and performance issues.Whether your clients require continuous monitoring and automated notification, monitoring plus an action plan for remediation services,Trane can provide a cost-effective solution to establish critical points, appropriate parameters, actions, and procedures. Contingency Cooling Trane Rental Services - Cooling solutions for all temporary needs Temporary cooling needs covered to keep your clients' businesses operational during repair, replacement, or upgrade of the existing systems: from breakdowns to extra seasonal capacity requirements, planned service work, facility renovation, specialty events and more. Trane provides fast, safe, and cost-effective solutions using modern and reliable equipment for all building purposes. NOTIFICATION OR PERSONNEL IN FACILITY • Describe Bidder's firm's process for notifying a Participating Public Agency when personnel are going to be in a facility, arrival and departure time and the work performed. How does Bidder handle requirements for sign- off of work prior to leaving a facility? The Trane service coordinator notifies customer when Technician is scheduled to arrive. Upon arrival Technician checks in with designated site contact. Upon departure Trane technician reviews work and secures signature from site contact. RACINE COUNTY WISCONSIN ©2022 Trane All nghts reserved. IFB#RC2022-1001 Page 65 b. Ability to Provide Temporary Cooling b. Describe Bidder's ability to provide temporary cooling/chiller units. Whether it is extra cooling needed during extreme weather conditions or a short-term replacement following an emergency, businesses sometimes require equipment to cool an indoor environment on a temporary basis. Trane Rental Services can provide fast, safe, and cost-effective solutions using modern and reliable equipment. A temporary cooling system will keep your business operational whilst you repair, replace, or upgrade your existing system. Rely on temporary solutions from the name you trust. Our team of account managers, engineers, service technicians and logistics professionals can rapidly transform the equipment you need into a smoothly functioning system that will exceed your expectations. A rental is a cost-effective solution for a short-term situation, such as a spike in production or peak design conditions that lasts two months or less. • Fast - Because speed of unit installation can be extremely important to your business, all Trane rental equipment has been fitted with enhancements that save installation time. • Safe and reliable - Whilst getting your system up and running is of utmost importance to your operation, safety and reliability of the equipment provided are equally important. You can depend on Trane modern equipment. • Cost-effective - Whatever the application, Trane can provide a cost-effective temporary cooling solution for your organization until you are able to repair or replace your existing equipment. Every rental delivers state-of-the-art Trane equipment and expertise. We will be your one-stop solutions provider when you are: Short on time: A temporary system allows you the ability to continue your business operations while you take the time to find the best permanent solution. Short on funds: Capital improvement budgets are shrinking these days. A rental from Trane can allow you to optimize the use of your funds. Risk averse: Knowing when and where temporary solutions are available can speed deployment time in an emergency and limit associated financial losses. Rental applications R'newals,retrofits or repliteewrtts Emergencies [imolai"tfir wee trrew i a ocraurr Kith ..i!. ._. ,•QAC sytArrrr tali sip Oa 1Iy grha's]your pn-aurp HVAC spier.bar'yr r meat a nttural tr rtr a unntyedrd /� e A/etrt$system cI atrAdr upitonooca rqurlm:4 t ragwe -y ir^ daring r titaaament cramp-arts a ' trifledrttartt»enance Spttldty cooling!Arm tt'rw.l•s cowatrq for a Spr:ral rk�N� upplemental cooling Tdrrel t. at)tM r,anti un Mr anon:. ;. of thtnt trmr ace mail*iw e*Mrbi orn.rte skatmq aril >an late tattrsy s coding lows torero a cxhet s c+r . s. Ail -, ! your cune+rt syseri s capita,' IIIP It , RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 66 c. Products and Services Provided by Trane c. Describe in detail the depth of product and services Bidder provides and any related products or services being offered.Include: Trane's products and services are provided on the "Product Information Matrix" on pages 75-92. DESCRIPTION OF THE PRODUCTS • A description of the Products, including all related components and parts to be provided by the major product category. 1. HVAC Equipment and Products Chillers • Air-cooled chillers • Water-cooled chillers • Compressor chillers • Ancillary chiller water plant equipment • Absorption liquid chillers • HVAC Refrigeration Type- Rotary, Centrifugal, Scroll, Reciprocating, Absorption Unitary systems that combine heating, cooling, and fan sections • Rooftop systems • Split systems • Self-contained systems • Water source heat pumps • Unitary Type-rooftops, split systems, VRFs, Heat Pumps, PTACs, water- source, mini-splits Air handling systems • Performance air handlers • Blowercoil air handlers • Make-up air gas heating system • Air handler options and air cleaning options, Type- central station-manufactured or custom makeup air, fan, filter, coil sections Terminal devices • Unit heaters • Unit ventilators • Fan coil units • Ventilation fans and variable air volume • Air Terminal Devices and Heating Products Type-VAV, Fin Tube Radiation/Convectors Ductless variable refrigerant volume units RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved IFB#RC2022-1001 Page 67 Dedicated outdoor air systems Replacement coils Automation equipment Parts and aftermarket product • Cooling Towers Type- open, closed, evaporative, other • Pumps Type- single stage, split case, end suction, inline, circulator, turbines • Invertors • Boilers & Water Heaters Type- modulating, condensing, cast iron, water tube, packaged and other • HVAC Specialty Products Type - modular, outside/inside, S&T Heat Recovery, Humidity Control, Heat Wheel, Heat Pipe, Heat Exchangers Other HVAC products • Indoor Air Quality Products and Devices Type- Active polarization, non- ionizing, electronic air cleaning systems intended to replace passive filtration, any other. 2. Installation and Services Installation of new equipment • Startup &Commissioning Services Type - equipment startups, system checkouts, control verification, retro commissioning, M & V verifications, rebate auditing, other Maintenance of existing systems • Service & Maintenance Type- preventative and full maintenance contracts, man-at attendance, remote monitoring, annuals, emergency services, regulatory compliance, cleaning (e.g., duct, coils, and filters), scheduled maintenance (e.g., oil, chemical and vibration analysis) and other Upgrading of existing infrastructure Turnkey services • Installation and Turnkey Contracting Type- retrofit, new construction, energy retrofit, controls new- and upgrade and other Other installation and services offered by Bidder • Warranty Services Type- Extended parts & labor (define maximum number of years available), delayed start-up and other • Professional Services Type- Engineering, Design, Drafting, Architectural, Project Management and other • Site Surveys Type- Equipment, system analysis, operational, architectural, and other 3. Related Products, Solutions, and Other Services New, and/or retrofitting older products and solution HVAC equipment controls RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved IFB#RC2022-1001 Page 68 • Type-core components, end devices, lighting, panels Ancillary Services Thermostats Sensors Energy programs Design and analysis tools Commissioning Building management and/or certifications Enterprise management Rental and lease services • Type-chillers, pumps, transformers, terminal units, generators, cooling towers, packaged unitary and other Financial services • Type- leasing, prompt, and pre-payment discounts, guaranteed savings and other Training and/or educational services Municipal services Other related products and services CATALOG OR BROCHURE TYPE INFORMATION • A catalog or brochure type information as applicable. Trane has detailed catalog information for all equipment. A National Line Card is provided on the following pages. RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 69 National Line Card • miler PRODUCTS & SYSTEMS SOLUTIONS ,rw _iireo. - IOC; ..°-:_ _ r" , ♦ - !"""ig. a,. f 'y ow, tl y va Bilk . . 111111WIlk ' alit APPROACH VW taare a ctaasiwe app■aaph 10 every powct WaMmg each pti$IA UnioUtlyao IMP eta oobb r*to understand objectives and pork Trane dWroes oueo dale% se mint Mata Oro Wakening and Palo*tfta process through.Plus.the MAIO IMlp indoor gr iwriment rook and energy enkinnOeia top of mind 1 SERVICE &SOLUTIONS Our capis4urne include common*,systana enemy aesriest4tpttsaorn. uputraCung,centrDas/building auu0matl0o,MOW arid iiMas Trane WellspPare Is a holistic approaM/0 buNdittp*Wes'that rouhiwles healthier indoor ipaoes.i brings togedaw unmatched OsatNience and expense M mkt a hokum approach to optimiring bu/ding's udoor 11,1140/1010/tai dusky i;4Euk HVAC$YSIDAS NMdWII>i 100' in% Susta ucie ono scalao.e solutions A1111 1 MrasrrM116r0 sn.ntarynu Iowa.aia parileinres X inn prONV R 001101140 rstaneerutrOr iwd eo4olr by I>M11RM 0pO1frMMiMf hoary UMW 110.4011105 Algoma GdMtsrtd Monwpoac Atr Handing,Was and We H_'NIp_MS W PackagetvpF,wAV lamb t pati at 0WW2%ytuf+ow&sum* Na Paos>rprd*dam wadi Controls V and dimwit,in.ed$ R npdnfq parfee and atrrruWAIVIC13 irripitive aushdrublial Promptly Psw+dersto iry. swtiaatI MVAC am pow ammo MNOM*Io IFTSti Ma Antro standard iDplpaaesn ett1b10r!Q0101e emlaoi ISPS to commamr adutions saobia Ind down* 1?ANE ►IM••••N•►► RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved. IFB#RC2022-1001 Page 70 Towne Sulking Tone' I M+tarYMM anTrawo MOO tamll kale ielisPegrlPrna VW i UtwlMrs 0 ►Auo-taw 040Cavirmi.:• . iii %ow'SC• , M41rrwienCI1V NAN `LK+, Ze0ufnwr,At2rd0tarwer0/rw. as - Seaton otdmoeurneemoi inuntrarl0afi40emnlr•WM own 4,4104,11/440041101 crnTt.wo'bone S' .y.«..wow, M Mobil vIM Asea num Mimeos AMtiti�fl 4004-Ftar JI141rrr.5-0•001 r 1-V111t+,awrrwPdePM PPINIM OO11011Wi41a 170•1441100 : NwStmt r 6/!A acNs*bowl Thermo 1M Women swam 1w a1Mr41YW x.00/4 M0-MOO COW 1NFI0,EfNNwMO1an.Iril1.i! lik 41nWin'athwart Nell oaki VIII Mb1111004,0011kb0001MIlor IWMcarwnr.n11M41rfrw0rwa 1W41I Wlr+1141,11-411111,411 rpM so000 044404/14114410 se100-WV*0441Wter, Reim I 114111 00100*li e^4 A w nnn faA14T 0 Mesa 1 fik swee 3 L00404 «YM Maid COMu.1Ca►aM.r% ►r.w.wN -. CMD.as MVP Llttiala m/%440, Pawl* Oil M,nrsno.,Nei C .lptnaa E4e•mf0 00,]!M moms* EO*•nmeoll dr4:llro '400 enamor loom Of WOW„corart 1100 WOO Inn G 1 raw who►..,eelwen aaeoi•on. ion yw1n I mivemw&mows aAe«.enone t 1 oralde+w41wwMrw Cooed Chi.1wft /4048 14401/0464111cowwneoenr tee•orwwt�a+4 aid SawrM4r'Moen Ct:Mt► k Pry mmHg .,s,gpr er* Seel et/women Tow ilidiAwo limbo t efts MD n Taw'R•410,4 A w,r9y N rano.Witty MrnryrwnaMSylgilllr w www,ur w event Hoed aowny0.,wwww r ratitomer lrM411wila ova awe, fe-A.Qin'rK-I41aorPLl.r wen/J vt$11rahw" :woos Nrw wnasnor! Orluan'MnirtRIM► anhaat llwweinrard tmreawd 4r.1••.nit Ito anoret II*nplr3rMrl Hilt* Yrlirtarae lah 1.1101!1► Roil o'14.1 r'Ir r4rw�161.i i m000wwwll rOlimu. • net Dew v.oenuaw Twnw Ten'R ttU41 ry R 3/111 for ter! NNW okh low"Cana__ $Mrrlte�Eirarrc Cm Q40ur41411 not a414rar r MtL11*Ikon:a to Um. 0 *OM A MsdN lIIUO b,Oryemt not o use' lYw/YtlW[ItrpM pr Nwiw►RAW MDM/MW►Y1 ~lion►' Nieto vast fwnolrsMiirildeer.nm,:-, U Tlaear Aldal.Mppa pntau'mowni0.YSOTuntl4t7ii4 C Auto!,Tnn.o s, �a►tn'�pd a�rd141►er/n.1. Gnrrr7rl t.krlr tit:�)c�•c4err NOW* M'CO M SIR r,,i5w tyr.4t*41rrr *wet lrl w"1wlsidClsNl Trn! *wet Co�elaiiipp ter^ Iy11�rpAtrdraauali.rlrla 110.•mowlltu i'''-'.'Wrt01tR415A 01.01mo IviMei e on41114 1010 -unwed II-It took tsdwn Woo COY `� to w•1a nal Ye eillf twl41r cvaww�#a.►rr Irk sows rwnwww� rob trip p41r lrela4wwtlt *01-.0.40 ea, 13011:m P41044_ ',wM•ys*ems waive,wl .4.064-04 edilli f hilt! Am.Mail Ott . Aaornd Mod'I ACO NI Durk cardw EK maw siv i Scrod cww; wacr. LON Mama tom n .iid I 1 NMI* 1-/W Slabs 141011 MallWtae.alrlrrrlooddligi ainef of CanIrdavilM0iMY1r gio Hwlself WM dl riu.rgM�TbnMfplwti Medal TAM Halcal 000 tow 1Ow wham*doted !)lane r0.1400low TM Tom dMk___ a.1 ummet 00110 lip 111,11.41., MINIMWM avanaidiordacltd M4141r4111 caredruddllImlilla, ApAg Med WV* Vino!_SPre^14**,-010 Thee , Ce1MIPNM r NOAV O+w M�r•arfillit th 4!40 ton a Ns i6htL Ft 11/►>k t g •0 A Threw ;�' wtwlrlY4:w nMtlnr1/r11� bt..tac rr,;wYplMwr;WNW R ISMe�+.npr.AhlY+ Li94Awyxiar41tWltAlddwl aewflll?.toRI/IA ipp Ascend 101410 OCR 4w40i01V r•..cerl�v bK'lou .rMl rtrdM.t►iw4ry,llrla>'y I�ISMddia dB .Edo* 1 � tommeiem wall es0Td. 4apoodas vat iwr luold4001 WO cwnrlly.+110-.00 Toni• a 17411 mon WW1.wl4el1 W M-t/4A WrMIAC.A owletAnes` sum Yew 4� C1w1Tr41hA4e'11AItdd L9Wir is C10 Few Cwwnlpa/Pei Y4 R40111171 I STWP1:1 woo& rn :s.." rr s Cnmaraa-8te+ba ;Int'y'P I Itr 7A a R 41 rraw6an a•11.61:1wa.wr 194 tonitawn,Ix-z o°law A trtA -us.trip raimnwa,Annesrt.•arn.n MO RACINE COUNTY WISCONSIN 0 2022 Trane.All rights reserved IFB#RC2022-1001 Page 71 IlaadlWII Mt 1 AlUperil.#raareyCens•y• 1110 Meer COPS*0rlibeettc,AMWAY Wa 4iCIlkoa1 Nog orposooloaltrasaatt lift Soorw=d 1N)Taw Awtbliwet AWdltatitem.oiot., iatA4rM tMrkwilo 00A oltioa*OW/AwdGnlr r, ed*pbrk011.ttsyaaanr. 410.WOMB r,♦.t r 11.. IIII14WmCrrlliQUF,u411M111t! irUllPir4i Mom Ventral Steer N-,iberns*Mk M0-ISS be Webs 6weNrohkAMMO, Gil MMM 410711 U Ji•.r.l llrnc A/000011461k4 tifrnr+* MKpM opttows 4 ctrt.�n,l tilaaaMor'Medal CCD1tasallosier^.tllata aatl_iultlet in PSC et EOM 1 raloko.tOryrAr. mararaltg1a4i1iIusIpy106016 WrIsrucrOw4row4rwwi 7Aa✓ftC•sa4000Mr+Tw,i IMrgr,etdarrSlabltra-tltr.► *MIS lin Me Ile tAtriso1 104,-~rode IIS 1S bar p� (1440144.1 Carious 10011111411-33Mrldrrl M.a•.nsr•flour• sp m rr maim 010 t i0 o Soo tent Arcooed enurtree otwrko wi MoeVa+iibMiid01t11trsrtr IUatflrt•o rMrtripv.wl.rt Ar1Y.0#•AIoO Fred Cr•01.p tM se Two at Yom IS 6118 Aegorou 1111. iwr+lw.ralboeilo tm g Sapottlotr 11N Gtririaillrt1111O aM/iatIoni.Makitstti 44iNisooliateto — Gom e•*JVrti aaCosl14 Wrlillk- alar am 11-To Iwo dam► m fr).do Tom treb Tan Maw 4,0.4.0. ....:60t.,.. .....„,a4.0.10%Sitro- Air 1rendltntt UnMY 710/71.10111r eigabill ifk'i.ai11Worroodad tail iV4Yl'C.alrti; Perko manor(rooms ilissrag 2 �C�*�`�� if y0 Se Ter raiirne+r AS CW14 ph.tgw .cabbie Ma 7mAmtari Tabs rilaWidow etCrideettam 11000 Wire 11a1rIOyk'aiM*tlnaaatrtr Ile 111411.i V .2t 1MMtfi rob 14,FIR WS 111F.Rba• NstrwdCo►ar�lr iiiiSISs1Mr.Otlf�war4rlta.M10116IIP 1ilil.�rf"•illi" +s.it.bd {tarrcrtto.to.G.a1U SShistRr&WWIE1l.lrly er,Ast aWai'?ia QlplrrMr, •g aw11M Utak Isrn It 107/4-2•t%sr Tl..►Y1t,4r�8MM•:o./,«Tirol ,a >aew tMailo(> formIIIMW iip 1►11.111rrartcoentw.�,1 .41111 t ftana�r4Mtidt.lato, �r+wsorMrrranPaLlama x'.ol000rAlldti',�IOFanrnM.atiq. Combs °A M 1/24114"911111.111.4.1"41111111"*". 1wx-Cr 11r�y.1.1>r,4,anri VY1N r++r.li R.1I!r Caller."75 /1 .l7Tsli•26Ti li A7jMR Itra.t.trsowroar.rwt`.1 T•rl 76 T25�ar 14.2ETata. oa+dt.rtler.l•Odin ortelrlrr.ry t,*,, +*i iMteadr 14irAd111C 17 Faa. *rang Prot Wed RMbrt.m•Rip W WS M TcstR alp Goaby i Gi)EiKtrr, 2011EFrR b•Itr 1tv. `t 4 t..k1x t •9(k 20=0 crat lba/?i LRA-•row ••Fvie.170kt*opsy *bopbaa.0aa Most Al M.►e1 D4 r, - zE er loom rllrsf.M tto limmod+tt a Aado•nrrlranlnl Wow oosp alp PismdlaR vas Mar r61yollIAlailh T*►r►»t&Units Giolko 4lslAoririo,MonkPimpIII hadda el10iI•litiviw4f aDoormat MMI1M1►erioLrtgl lOrWil C1aapalt*mi.: ,Baaw..ca. 11ea664aIrlOtrl4r•r.t6 M,Ar• 160.1111 Loma Iitad,lilliM> iMt r1Y.YNyu•►a++rf 0 6-E 1$tt NCOcatt.r.raGlbaUlna ntdp.imow L.,vr.,V:'4.0 1, It TheoSweiwistop• woofaickwv1Mrher titItora`en.w.°S tJb++ttl.de•raoM *Tope a twlreortttMlh.A.r •+arrWrtrwur.t Etweltottailt 47/6164 IS Mott rettlytd1.114/1w*PC74 NMI sr illp fligimirClinft"giC/41"Cv I. hit& Marv*Leta NAM mamma.OJ'11Sin* room,dab-amV6.4. t les 160Mll4Rpsd hits wasuo Alen AO _h.4Mm /0111101011Rim*tsittwit s�M pas r7slbl.q 000IIDOcvaIlRnMli Coda lair_MarWM6 1004 4lwlrr166. 41ya rldlC>SM 1Mrarwr».- so.�ttmsF DOW loom rarnbtIwAtdwidtt a �w II *row rtlob t1 1WIp ,6*Se SOS ofttwortr-Iiii i urns,7litperal -sw ' f EMI iliqwwwwwit pou+v sltvh1* with Ari.w .lr.r 8110116 VOW 1.60 _ ambit I ihrlill At rwan(P 20Tromps*o..apla Or iMi,YM dir Yerliranue Mods/Snit*i.OVwei.A•Wu.. Mow a VY1r0irl�s1111661r1M1riAe i..1r�+�00dN aTadilan,�tend Owl Sao tistararie10•11VDOF OWCOVarit 1iPMlbl.ili�a ti1ww 1-ITir1 _ Yt« mod fluealwlrtMt►H ... 01t6104w 0116hitillite tau 117 Behr.SO-IMO OM Int i-01ono RACINE COUNTY WISCONSIN ©2022 Trane All nghts reserved. IFB#RC2022-1001 Page 72 b1rATtrtra'Medd V RAID EnNIVi.triou 1 e r somas ugs- VII t F A•Va►.ne Ak COtfard R:wrdnael!UM Ws pates rw•N MIN R Paan;;b0-7ooG CFM Pooh* A girtlta Wilt*IOW till► el•drtratrd Wimp.,mote a•bromtot•Syrr►bn 6ur.at)rafn teSTbs ttaitWere*end attawrtrbJM ityllito Lbw H nd'MQdI L P S Ci-O0 we Lbw Heal FW.4�.wu A.r Dn* d Cw.t• .. wet toes egg.fiaclareioea ' 11)0 lift Mkt Paellie a. allillilik*/*SS~ma seem 91.45 Cb.it{}YtrNtr Drtl4alfrl OcrYlrtl►Aik eimilieplailellfftelem MUSKS SikaffeeSINt►wr (1_174 .Medal Men lewsacei AOO i elle 4ornn krab'tieau.d Pow Oh Pas ddan IiWoFtt Ambit M 1bR me gip ON.fed Vt vo r Oceladl WilmMiMN &mu es«IImpRJJi law uDere P oontarfaYAr ildry*OR ua Tem Wrap thin taw `� 1d1ger1dl iandawdwb•doa►a _ WtlreRa Mad PG7 ItA iff hwpndrl reYrrfea(finCod te ftepstEMt Mo/+a s�17140i++ ah Cal nw lUoetmAtrSrn+drsat Wad Mr tilt tprltwtlatttlelrtdo�le 001.tee. • •Y.•tnwwaa ton►ora'ae r►MttAstirltrlevrour►ty W OeefaltteA►aa TAO•WO OM , bgf x/oemPirtrY MA WO tea"b et ea Whin:Modell POI lior •/tisMdpedlimplos =WO b1 Vol RyrIriAr 1Mne+ia •rrd Oka Fill Col tMlt C .slld.ata ce el Mtvl Dome Cosine dine imulool lra M ix*oaca leg td Nedfuel► w_usciaclliara•lsrtallllellso wadies/brim tat Tram ildliies Srn4srr raMito"Wail FTP HAI..drt*.a+noirV tees on.a ••wttw e!a Vance'C464.110 Maes Of Am flea +reW IM V.61 yap W►�nw.M r—w ►wM.C.me.altrritM flnsmo�l MitMN1/WKS • • ( . we,rirmha M loeisi vm.lana ogelne ll001,1 14100121/ >Aird!)OfAl1 Nye Maori WMeow or.stwde tbrAk CanwNMnS tA►re..IL►vrtllrte111e11a M___ lrr►tdreArow 1g420/40TeiO1g420/40i Barrer/.KO.110.t11Yk Enrar+t Pots) INC Meth*01101AlisleOmrwn►r+MC aroma acavesee ant*Avert‘31 every ....•••••••" 'gunmetalN OW WAhter Via Oiddoor crrFafos Mow*My agar.a bold.!*Wit 1110-MO)CCM Hydra,100 13tl%biP i owe becrle Mw MtrW Allf 11 �>+[�—q�/J� affil mals aStYe^rM 0 P 9I U IMHy Flnawrslltrib•4et c.c ..n tunrt�R3MartiCtlOAtacbv �+awM �nt►.�rr+: Mdw II tp. dbodona,WSfnt. •odrzec 4 form aroligisodi MOI.I UMW UIMAJ UHRAI Wo I4` wok!teOf Ci touch 1111 E.cur.9.. Pump,, M1a 1r+p1 Wtwa,011100 TrimRrtflp�llMfMOt tr 1 T 1f Naas wow�.rRMdl71r4 0104140110in enr�•rr liar Waling',Amu 0 c;tre ...Te hitter.aodldr.oa0.111 Unt rwrtea .[Awl f'snx.. 7 n�reaerttro Spasm. 70,0•••. • APC 111+,1►Ar r+•••n NrIaNaNCtion Illa Sp1M Sri commie eel E0uO., AM + •C«+wb•eannr t?NerdNlnr• 'km,*CreiNtee 100111101111 •C4rttamp oaktt EIaJ erks' /411S SPH Ne Pt Oa _ 1 #far As°u"`i door elielf ixacnn. t t•s lore •'Meow Ibrtwtt•Comma (1..0) ir=i6p011aillfatrottono ebellpeoga Amebic Atoll-11,1 irs nip r,....l tat.a.dnn•..wn:n• '•150AraRamal fir. t Illy Int 1 I tEftt t S't. ,CesteptimerbeegraR#rl ChAllout Mien Fol mote information visit t ra ne,com/commorcial • mow Trans-ley Titbit* N•M T• %)p*a NYSE TT) •(01:111111 anima SmO.Vtoe-Main comfortable •nedy,1'C1nt Iniliotv ib.n.Ot•r•r r►V ekpn a tr OI3 INS et tinny vtrae►1f4 aria SW oenoer.ryt areatm►and uenvw ammo* poll ext supply F o•ne,,.nnormwcer ok+r...A frit*!PSI a na..t•rhnobyrar seer 4 awesome ss►..awu h Pr.0s-er or..sr sear..0.to M r.alyA+. ..... o fa'n...le try..N...r.e :.VT-&r,)Q t.11 RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved IFB#RC2022-1001 Page 73 PRODUCT INFORMATION MATRIX • A matrix breaking out product information on all products,options,accessories such as product type,capacity range,standard warranty information,extended warranty information,estimated lead ' time/delivery time,etc. 1.HVAC Equipment and Products Capacity Standard Warranty Est Lead Time/ Product Type Trane Model Link to Trane Website Extended Warranty Information Range Information Delivery Time,etc. CHILLERS Air-cooled chillers Air-Cooled Scroll Chillers CGAM Scroll Chiller Model CGAM 20 to 130 tons 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane (trane.coml 18 mo from shipment Refrigerant,Delayed Start-Up Office Air-cooled chillers Series R Helical Rotary Chillers RTAC Series Re Helical Rotary Chiller 140 to 500 torts 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane Model RTAC Itrane.com) 18 mo from shipment Refrigerant,Delayed Start-Up Office Air-cooled chillers Sintesis Air-Cooled Chillers RTAF SintesisR Air-Cooled Chillers 115 to 520 tons 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane ftrane.com) 18 mo from shipment Refrigerant Delayed Start-Up Office Air-cooled chillers Ascend Air-Cooled Chillers ACS Ascend"'Air-Cooled Chillers 140 to 230 tons 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane Model ACS(trane.com) 18 mo from shipment Refrigerant Delayed Start-Up Office Air-cooled chillers Ascend Air-Cooled Chillers with ACR Ascends ACR Chillers 150 to 550 tons 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane Integrated Free Cooling ftrane.com) 18 mo from shipment Refrigerant Delayed Start-Up Office Air-cooled chillers Air-Cooled Oil-Free Magnetic TACA Air-Cooled Oil-Free Magnetic 60 to 440 tons 12 mo from startup,or 2-5 Year Parts and Labor,2-5 Year Contact Trane Bearing Chillers Bearing Chillers(trane.cortt) 18 mo from shipment Refrigerant Delayed Start-Up Office Air-cooled chillers Ascend Air-to-Water Heat ACX Ascends:ACX Chillers 140 to 230 tons 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane Pump ftrane.coml cooling,1500 to 18 mo from shipment Refrigerant Delayed Start-Up Office 2500 MBh heating Air-cooled chillers SuperMod PACV SuoerMod chiller ltrane,com) 10-60 to 960 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane tons 18 mo from shipment Refrigerant Delayed Start-Up Office Air-cooled chillers Manhattan Gen II TPAC Manhattan'"Gen II Modular 15 to 80 tons 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane Chillers(tranecom) 18 mo from shipment Refrigerant Delayed Start-Up Office Water-cooled Water-Cooled Oil-Free ARTC Water-Cooled Oil-Free 60 to 1500 tons 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane chillers Magnetic Bearing Chillers by Magnetic Bearing Chillers by 18 mo from shipment Refrigerant Delayed Start-Up Office Arctic Arctic(trane.com) RACINE COUNTY WISCONSIN 92022 Trane All ngits reserved ICE eRC20721C01 Page 76 Product Type Trane Model Link to Trane Website Capadty Standard Warranty Extended Warranty Information Est Lead Time/ Range Information Delivery Time,etc. Water-cooled Water-Cooled Helical Rotary RTUD,RTWD,RTHD Water-Cooled Helical Rotary 80 to 450 tons 12 mo from start up,or 2-5 Year Parts and Labor,2-S Year Contact Trane chillers Chiller Chiller ftrane.coml 18 mo from shipment Refrigerant Delayed Start-Up Office Water-cooled CenTraVac Water-Cooled CVHE,CVHF,CVHH, CenTraVac Water-Cooled 120 to 4000+ 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane chillers Chiller CVHM,CDHG,CDHH, Chiller(trane.coml tons 18 mo from shipment Refrigerant Delayed Start-Up Office CDHF Water-cooled Agility Centrifugal Water HDWA AoilitvRr Centrifugal Water- 175 to 425 tons 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane chillers Cooled Chiller Cooled Chillers ftrane.com) 18 mo from shipment Refrigerant Delayed Start-Up Office Water-cooled Thermafit'MiniMod"' ACW Trane Modular Chiller Model 60 to 1000 tons 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Irene chillers TACH 18 mo from shipment Refrigerant Delayed Start-Up Office Water-cooled SuperMod PWCV SuperMod chiller(irane.com) 10-60 to 960 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane chillers tons 18 mo from shipment Refrigerant Delayed Start-Up Office Water-cooled PolyTherm V30-V60 polvTherm'modular chiller 30 to 480 tons 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane chillers (trane.coml cooling;450 to 18 mo from shipment Refrigerant Delayed Start-Up Office 7,200 Mbh heating Water-cooled Manhattan Gen 0 TPWC Manhattan'"Gen II Modular 15 to 80 tons 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane chillers Chillers(trane.com) 18 mo from shipment Refrigerant Delayed Start-Up Office Compressor Cold Generator Scroll Chillers CICD,CGWR,CCAR Cold Generator Scroll Chillers COD 20 to 85 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane chillers ftrane.com) tons, 18 mo from shipment Refrigerant Delayed Start-Up Office CGWR/CCAR 20 to 75 tons UNITARY SYSTEMS THAT COMBINE HEATING,COOLING,AND FAN SECTIONS 1 Rooftop systems Impack-14 SEER,15 SEER 16 4'CC4,4'CY4,4" Impack(trane.com) 2 to 5 tons 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane SEER CYS;4'CZ6 18 mo from shipment Refrigerant,2-10 Year Heat Exchanger Office Delayed Stan-Up Rooftop systems Foundation® EBC,GBG Foundation®(trane.com 3 to 5 tons;7.5 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane to 12.5 tons,15 18 mo from shipment Refrigerant,2-10 Year Heat Exchanger Office to 25 tons Delayed Start-Up Rooftop systems VoyagenA 2&3 T'D.T'H,Y'D,Y'H; Voyager®Roohoo Units 12 5 to 25 torts, 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane TC,TE,VC (trane.com) 27.5 to 50 tons 18 mo from shipment Refrigerant,2-10 Year Heat Exchanger Office Delayed Start-Up RACINE COUNTY WISCONSIN 02022 Trane All r f's reserved IFB MRC2022.1001 Page 75 Product T-,� Capacity Standard Warranty Est.Lead Time/ Type Trane Model Link to Trane Website Extended Warranty Information Range Information Delivery Time,etc. Rooftop systems Precedent® TS•,YS•,TSJ,YSJ,WS*, Precedent®Rooftop Units 3 to 25 tons 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane 05';TH',YH', Itrane.com) 18 mo from shipment Refrigerant,2-10 Year Heat Exchanger Office WH',DH';TZ',Yr Delayed Start-Up Rooftop systems IntelliPak® S'H4 S'HK IntelliPak ltrane.com) 20 to 162 torts 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane 18 mo from shipment Refrigerant,2-10 Year Heat Exchanger Office Delayed Start-Up Split systems Smaller Split Systems 4TTA3,4TTA4,4TTA7, Solit System Air Conditioners L5 to 5 tons 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane 47716,4TTR3,4TTR4, and Heat Pumps(trane.com) 18 mo from shipment Refrigerant, Delayed Start-Up Office 4TTR6,4TTR7; 4YWA4,4TWA7, 4TWL6,4TWR5, 4TWR6,4TWR4, 4TWR7;GAF2,GAMS, TAM6,EM4,TEM6 Split systems Gas Furnaces and coils 58X1,58X2,S9V2 PS, Gas Furnaces and Indoor Coils 1.5 to 5 tons 12 mo from startup,or 2-5 Year Parts and Labor,2-5 Year Contact Trane S9V2-VS,S9X1,S9X2, ftrane,com) 18 mo from shipment Refrigerant Delayed Start-Up Office TDD2-9B,TUD2-9B, 4PXA-U,4PXC-U/D, 4TXC-DS,4TXF Split systems Odyssey"' TTA,TWA,TWE Odyssey"Split Systems with 6 to 25 tons 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane symblo Controls(trane.com) 18 mo from shipment Refrigerant, Delayed Start-Up Office Split systems Large Split Systems RAUJ,CAW large Commercial Condensers 20 to 120 tons 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane fRAUI CAUJ)Itrane corn) 18 mo from shipment Refrigerant, Delayed Start-Up Office Self-contained Intellipak®Modular Serres SCW/R;SIW/R )ntellioak®Modular Series 20 to 35 tons 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane systems ftrane.com) 18 mo from shipment Refrigerant,2-10 Year Heat Exchanger Office Delayed Start-Up Self-contained Modular Self Contained' SCWM Modular 40 to 80 Tons 40 to 80 tons 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane systems Itrane.com) 18 mo from shipment Refrigerant,2-10 Year Heat Exchanger Office Delayed Start-Up Self-contained IntelliPak"Signature Series SC/I-W/R signature 20 to 110 Tons 20 to 110 tons 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane systems ftrane.com) WC,25 to 60 18 mo from shipment Refrigerant,2-10 Year Heat Exchanger Office tons AC Delayed Start-Up RACINE COUNTY P.iSCONSIN IFBORC2022-1007 02022 Trane Al fights reserved Page 76 Capacity Standard Warranty Est.Lead Time/ Product Type Trane Model Link to Trane Website Range Information Extended Warranty Information Delivery Time,etc. Water source heat Axiom"'High-Efficiency GEC Console WSHP Itrane.coml .5 to 1.5 tons 12 mo from start up.or 2-5 Year Parts and Labor,2-5 Year Contact Trane pumps Console WSHP 18 mo from shipment Refrigerant, Delayed Start-Up Office Water source heat Axiom"'Horizontal and Vertical EXHV/DXHV;VSHV; Axiom"'Horizontal and Verttcd .5 to 25 tons 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane pumps WSHP GEHV Water Source Heat Pumps 18 mo from shipment Refrigerant, Delayed Start-Up Office (trane.com) Water source heat Trane®Axiom"'Rooftop GWS Rooftop WSHP Itrane.com) 3 to 20 tons 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane pumps WSHP 18 mo from shipment Refrigerant Delayed Start-Up Office Water source heat Axiom'Vertical Stack WSHP GET Axiom'Vertical Stack Water .75 to 3 tons 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane pumps Source Heat Pump ftrane-coml 18 mo from shipment Refrigerant Delayed Start-Up Office Water source heat Tranel3 Axiom"'Water to EXW Axiom Water-to-Water WSHP 5,10&20 tons 12 mo from start up,or 2-5 Year Parts and Labor,2-5 Year Contact Trane pumps Water WSHP ftrane.com) 18 mo from shipment Refrigerant, Delayed Start-Up Office AIR HANDLING SYSTEMS Performance Al, Catalog Air Handlers UCCA Catalog Air Handlers I Industrial 3 thru 30 12 mo from start up,or 2-5 Year Parts and Labor Delayed Contact Trane Handlers HVAC Heating and Cooling 18 mo from shipment Start-up Office ftrane.comj Performance Air Semi-Custom Air Handlers CSAA Semi-Custom Air Handlers I 3 thru 120 12 mo from start up,or 2-5 Year Parts and Labor Delayed Contact Trane Handlers HVAC Air Conditioning Units 18 mo from shipment Start up Office and Systems Itrane.coml Performance Air Custom Air Handlers CSAA,PSCA,TCFS, Custom Air Handlers I 10,000 to 12 mo from start up,or 2-5 Year Parts and Labor Delayed Contact Trane Handlers TCPA Industrical HVAC Cooling aid 200,000+CFM 18 mo from shipment Start-up Office Heating Systems(trane.com) Blower coil air Blower Coil Air Handlers BCHD,BCVD,BCCD plower Coil Air Handlers I 400 to 3000 12 mo from start up,or 2-5 Year Parts and Labor Delayed Contact Trane handlers Terminal Devices,Blower Coils CFM 18 mo from shipment Start-up Office Unit Heaters Itrane.comj Make-up air gas Indirect Fired Make-Up Air GGAA/GZAA Indirect FiredMake Up Air Gas 100 to 1,200 12 mo from start up,or 2-5 Yew Parts and Labor, 2-10 Year Contact Trane heating systems Heating System ftrane.comj Mbh 18 mo from shipment Heat Exchanger Delayed Start-up Office Air handler Motorized Impeller Fan Array MI Motorized Impeller Fan Array Up to 15 Fans 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane options ftrane.coml 18 mo from shipment Startup Office Air handler Sensible Assisted Membrane SAM Sensible Assisted Membrane Customized 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane options Itrane.coml Airflow 18 mo from shipment Startup Office Air cleaning Trane Catalytic Air Cleaning TCATS Trane Catalytic Air Cleaning 3 thru 120 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane options(IAOJ System System 18 mo from shipment Startup Office RACINE COUNTY WISCONSIN 0 2022 Trane At ogles reserved IFBIIRC2022.1001 Page 77 Type Trane hlodol Link to Trane Website Capacity Standard Warranty Est.Lead Time/ Product T YP Range Information Extended Warranty Information Delivery Time,etc. Air cleaning CDQ®Desiccant CDQ COO R.Desiccant 3 thru 120 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane options(IAOJ Dehumidification Dehumidification(trane.com) 18 mo from shipment Startup Office TERMINAL DEVICES Unit heaters High Efficiency Gas Heaters HI-050 to 400 High Efficiency Gas Heated 50 to 400 Mbh 12 mo from start up,or 2-5 Year Parts and Labor,2 10 Year Contact Trane ftrane.coml 18 mo from shipment Heat Exchanger, Delayed Startup Office Unit heaters S&P Unit Heaters UHSB,UHPB S&P Unit Heaters(trane.comj 8 to 705.6 Mbh 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane 18 mo from shipment Startup Office Unit heaters Electric Unit Heaters UHEC,UHXA,UHRA, electric Unit Heaters 2 TO 100 Kw 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane { UHWA,UHAA Itranecoml 18 mo from shipment Startup Office Unit heaters Gas Unit Heaters GRAA,GFAA,GSAA Gas Unit Heaters ltrane.comf 100 to 400 MBh 12 mo from start up,or 2-5 Year Parts and Labor,2-10 Year Contact Trane 18 mo from shipment Heat Exchanger, Delayed Startup Office Unit heaters Gas Unit Heaters GT,GH,GA,GB,GK Gas Unit Heaters Itrane.coml 30 to 400 MBh 12 mo from start up,or 2-5 Year Parts and Labor,2-10 Year Contact Trane 18 mo from shipment Heat Exchanger, Delayed Startup Office Unit heaters Gas Unit Heaters GLNE,GMNE,GNNE, Gas Unit Heaters(trane.com) 30 to 400 MBh 12 mo from start up,or 2-5 Year Parts and Labor,2-10 Year Contact Trane GTNE,GUNE.GVNE 18 mo from shipment Heat Exchanger, Delayed Startup Office Unit heaters Gas Unit Heaters GGAA Gas Unit Heaters(trane.com, 100 to 800 MBh 12 mo from start up,or 2-5 Year Parts and Labor,2-10 Year Contact Trane 18 mo from shipment Heat Exchanger, Delayed Startup Office Unit heaters Gas Unit Heaters AHANAHBA Gas Unit Heaters(trane.com) 1500 to 14,000 12 mo from start up,or 2-5 Year Parts and Labor,2-10 Year Contact Trane CFM 18 mo from shipment Heat Exchanger, Delayed Startup Office Unit ventilators Classroom Unit Ventilators HUVC,VUVC Classroom Unit Ventilators 750 to 2000 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane jtrane.comi CFM-Hoa. 18 mo from shipment Startup Office 750 to 1500 CFM Vert. Fan coil units UniTrane a Fan Coil FLAB,FCBB,FCCB, FCDB,FCEB,FCHB, UniTrane40 Fan Coif 200 to 1200 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane CFM 18 mo from shipment Startup Office FCDB,FCPB Fan coil units Vertical High Rise Fan Coil FNA Vertical High Rise Fan Coil 300 to 1200 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane ftrane.cory CFM 18 mo from shipment Startup Office Fan coil units Sensible Cooling Terminal Units LDCF,LDEF,LOWF Sensible-Coolino Terminal 4"to 8'Primary 12 mo from startup,or 2.5 Year Parts and Labor,Delayed Contact Trane Devices jTerminal Device 18 mo from shipment Startup Office Solutions Itrane.comi RACINE COUNTY WISCONSIN IFC eRC2022.t00t O 2022 Trane.All rills reserved. Page 78 Capacity Standard Warranty Est.Lead Time/ Product Type Trane Model Link to Trane Website Extended Warranty Information Range Information Delivery Time,etc. Variable air VariTrane®Round In Rourtl VRRF Van rang,E, unci In Round 0 to 4000 CFM 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane volume 9.4I Out 18 mo from Shipment Startup Office Variable air VariTrane®Single Duct VCC,VCW,VCE,VDD VariTranei Single Duct 0 to 8000 CFM 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane volume Terminal Units Terminal Unit 4 18 mo from shipment Startup Office Variable air VariTrane®Dual Duct Terminal VCC,VCW,VCE,VDD VariTrane®Dual Duct Terminal 0 to 4000 CFM 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane volume Units nits 18 mo from shipment Startup Office Variable air VariTrane®Fan Powered VPCF,VPWF,VPEF, VariTrane®Fan Powered 0 to 3000 CFM 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane volume Terminal Units VSCF,VSWF,VSEF Terminal Units 18 mo from shipment Startup Office Variable air VariTrane®Low-Height Fan- LPCF,LPWF,LPEF, VariTrane®Low-Height Fan- 0 to 1950 CFM 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane volume Powered Terminal Units LSCF,LSWF,LSEF Powered Terminal Units 18 mo from shipment Startup Office DUCTLESS VARIABLE REFRIGERANT VOLUME UNITS Variable N-Generation CITY MULTI® Refrigerant Flow VRF Variable R2 Series R2 N-Generation CITY MULTI® 72 to 336MBh 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane Refrigerant Flow VRF(trane.cons 18 mo from shipment Startup Office Variable Y Series Y N-Generation CITY MULTI® 72 to 432 MBh 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane Refrigerant Flow VRF(trane.com) 18 mo from shipment Startup Office Variable S Series S N-Generation CITY MULTI® 36 to 48 MBh 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane Refrigerant Flow VRF(trane.coml 18 mo from shipment Startup Office Variable Indoor Units TPLFYP,TPMFYP, N-Generation CITY MULTI® 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane Refrigerant Flow TPCFYP,TPKFYP, VRF Itrane.coml 18 mo from shipment Startup Office TPWFYP,TPEFYP, TPVFYP,TPFFYP Variable Horizon DOAS OAB,OAD,OAG, N-Generation CITY MULTI® 3 to 80 tons 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane Refrigerant Flow OAK,OAN VRF(trane.com) 18 mo from shipment Startup Office Variable P Senes PUY,PUZ p Series(trane.com) 12 to 42 MBh 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane Refrigerant Flow 18 mo from shipment Startup Office Variable Nv Series NIPS,NTYM,NTXS, Nv Series(trane.coml 6 to 60 MBh 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane Refrigerant Flow NTSM 18 mo from shipment Startup Office RACINE COUNTY IM$CONSIN 02022 Trane.At rights reserved IFB NR(.2022.1001 Page 79 Type Trane Model Link to Trane Website Capacity Standard Warranty Est Lead Time/ Product T yPRange Information Extended Warranty Information Delivery Time,etc. DEDICATED OUTDOOR AIR SYSTEMS .«:.:. _. Dedicated Trane®HorizonTM Outdoor OAB,OAD,OAG, Horizon®Air and Water 3 to 54 tons 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane outdoor air Air Units OAK,OAN Source Heat Pumps(trane.com) 18 mo from shipment Startup Office solutions Dedicated Horizon'Dedicated Outdoor OABD,OABE,OADD, Horizon®Dedicated Outdoor 3 to 30 tons 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane outdoor air Air Systems OADE,OAGD,OAGE, Air Systems ftrane.com) 18 mo from shipment Startup Office solutions OAKD,OAKE,OAND, OANE Dedicated Mixed Air Unit HAEA Mixed Air Unit(trane.com) 10 to 15 tons 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane outdoor air 18 mo from shipment Startup Office solutions REPLACEMENT COILS Chilled and Hot Air Heating and Cooling Coils 3W,3U,W,WL,WP, Air Heating and Cooling Coils 2 to 12 Rows 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane Water Coils, UW,UP,SW,WD,LL, (trane.coml 18 mo from shipment Startup Office Steam,DX UU,SD,Dl,D2,K,P2, P4,P8,UA,TT,T,ST, NS,N,3F,UF,H4,FD, H3,F3 AUTOMATION EQUIPMENT Controls& Tracer®Ensemble Tracer Ensemble Enterorj 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane Building Building Management Systems 18 mo from shipment Startup Office Automation f trane.com) Systems(BAS) Controls and MS Tracer®SC+ Tracer®SC+(trane.com) 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane 18 mo from shipment Startup Office Controls and BAS Lighting Control Solutions Lighting Solutions(tranecom) 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane 18 mo from shipment Startup Office Controls and BAS Air-Fi®Wireless Air-Fie Wireless 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane Communications Communications ftrane.com) 18 mo from shipment Startup Office Controls and BAS Pivot®Smart Thermostat pivot®Smart Thermostat 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane System System(trane.corn) 18 mo from shipment Startup Office RACINE COUNTY WISCONSIN 02022 Trans.Al ripils reserved. IF803C2022.1001 Page 80 Product Type Trane Model Link to Trane Website Capadty Standard Warranty Extended Warranty Information Est.Lead Time/ Range Information Delivery Time,etc. Controls and BAS Sensors-CO,Temperature, Sensors(trane.coml 12 mo from start up,or 2-S Year Parts and Labor,Delayed Contact Trane and Combination Temperature 18 mo from shipment Startup Office and Humidity Controls and BAS Power and Energy Meters Power and Energy Meters 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane Itrane.com) 18 mo from shipment Startup Office PARTS AND AFTERMARKET PRODUCT Trane®OEM Parts Trane®OEM Parts(Trane Contact Trane Supply Office Chemtcalsfor HVAC Chemicals I HVAC Parts& Contact Trane Professionals Supplies I Trane Supply Office Airflow and Motors Motors.Air Flow and Drives I Contact Trane HVAC Parts&Sugphes I Trane Office Supply Equipment HVAC Equipment I HVAC Parts Contact Trane &Supplies I Trane Supply Office Indoor Air Quality and Fitters indoor Air Ouality_I HVAC Parts Contact Trane &Supplies I Trans Supply Office Controls and Electncalfor HVAC Controls and Electrical I HVAC Contact Trane Professionals Parts&Supplies I Trane Suppty Office Compressors&Valvesfor Compressors&Valves I HVAC Contact Trane HVAC Professionals Parts&Supplies I Trane Supply Office Installation Supplies,Tools and Installation&Testing Tools I Contact Trane Test Instrumentsfor HVAC HVAC Parts&Supplies 1 Trane Office Professionals Supply Refrigerant Handlingfor HVAC Refngerant Handling I HVAC Contact Trane Professionals Parts&Supplies I Trans Supply Office General Productsfor HVAC General HVAC Parts I HVAC Contact Trane Professionals Parts&Supplies I Trane Supply Office RAPE COUNTY WISCONSIN 02022 Trane.Al lights reserved IFBIRC2022-1001 Page SI Capacity Standard Warranty Est.Lead Time/ Product Type Trane Model Link to Trane Website Extended Warranty Information Range Information Delivery Time.etc. OTHER HVAC PRODUCTS - - - _.. - Energy Storage Calmac Thermal Storage Model C&A Thermal Energy Storage C-41 to 486 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane Systems Solutions(trane.com) Ton-Hours,A- 18 mo from shipment Start-Up Office 41 to 162 Ton- Hours Precision Cooling Computer Room Air CRAH,CRAC Computer Room Air 6 thru 30 tons 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane Conditioners(CRAC)Direct Conditioners(CRAC)Direct 18 mo from shipment Start Up Office Expansion(DX) Expansion(DX)(trane.com) Frequency Drives TR200 Series TR TR200 Series(trane.com) 1.5 to 1350 HP 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane 18 mo from shipment Start-Up Office Pumps TACO Pumping Solutions TACO Taco Comfort Solutions( Custom Sizes (Example) leader in Hydronics and Pump Solutions Pumps PACO Pumping Solutions PACO TACO Pumps I FUSION PUMP Custom Saes (Example) Cooling Towers Baltimore Air Coil(Example) BAC Global I Baltimore Aircoil Custom Sizes Cooling Towers SPX(Example) SPX Cooling Towers-SPX Cooling Custom Sizes Towers Cooling Towers Other manufactures available Heat Exchangers Alfa Laval(Example) AL Gasketed plate-and-frame heat Custom Sizes exchangers I Ma Laval Heat Exchangers Other manufacturers available EH Shell-and-tube heat exchanaers I Alfa Laval Packaged Chiller TAS Packaged Chilling Products TAS Modular Products&Solutions I Custom Sizes 12 mo from startup,or Contact Trane Office Contact Trane Plants (tas.com) 18 mo from shipment Office Multistack Modular Air Cooled ASF,ASP,ARP Modular Solutions Air-Cooled- Custom Sizes 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane Module Chiller Multistack 18 mo from shipment Start-Up Office Systems Multistack Modular Water Cooled MSD,MSH,MSR.MSS Modular Solutions Water- Custom Sizes 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane Module Chiller Cooled-Multistack 18 mo from shipment Start-Up Office Systems RACINE COUNTY WISCONSIN IFS eRC2022-10tH Page6®2022 Trane All n fits reserved Page 82 I Capacity Standard Warranty Est.Lead Time/ Product Type Trane Model Link to Trane Website Extended Warranty Information Range Information Delivery Time,etc. Multistatic Packaged Solutions ASC,ASM,HSS,ACF Packaged Solutions- Custom Sizes 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane Module Chiller Multistack 18 mo from shipment Start-Up Office Systems Multistatic Maglev Solutions ACF,MSF,MSH Manley Solutions-Multistack Custom Sizes 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane Module Chiller 18 mo from shipment Start-Up Office Systems Multistadc Heating Solutions ARA,VME Heating Solutions-Multistack Custom Sizes 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane Module Chiller 18 mo from shipment Start-Up Office Systems Multistadc Multipro MP MultiPRO-Multistack Custom Saes 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane Module Chiller 18 mo from shipment Start-Up Office Systems Multistatic Auragreen AG AuraGreen Multistack Custom Sizes 12 mo from start up,or 2-5 Year Parts and Labor,Delayed Contact Trane Module Chiller 18 mo from shipment Start-Up Office Systems Heat Recovery Energy Recovery Systems AE Energy Recovery Wheels I Custom Sizes Systems (Example) HVAC Systems I Aincchanae Energy Recovery RenewAire Energy Recovery SL-75 RenewAire Energy Recovery Custom Sizes Ventilator Systems(Example) Ventilation-ERVs Boilers&Hot Lochinvar Boiler Systems CREST CREST with Helkat'" Custom Sizes Water Heaters (Example) Combustion Technology I Lochinvar Process Coolers Filtrine(Example) PCP,POC,PC Chiller Systems I Industrial Custom Sizes Chiller Manufacturer I Filtrine Tempspec Unit Classroom Air Conditioners VUD,VUF,VDT Standard Unit Ventilators- 800-2000 CFM 12 mo from start up,or Contact Trane Office Ventilators Temspec 18 mo from shipment Tempspec Unit Vertical Stacked Fan Coil Units TL,TF,TR Vertical Stacked Fan Coil Units 300-1200 CFM 12 mo from start up,or Contact Trane Office Ventilators -Temsoec 18 mo from shipment Tempspec Unit Filtration Air Medic Filtration Temsoec Custom 12 mo from start up,or Contact Trane Office Ventilators 18 mo from shipment Solar Collector Solar Photovoltaics(Example) PV Nome Solar olus Storage Custom Systems Solutions I SunPower RACNE COUNTY WISCONSIN 02022 Trane.AN dgits reserved. IFBIIRC2022.1001 Nein Capacity Standard Warranty Est.Lead Time/ Product Type Trane Model Link to Trane Website Extended Warranty Information Range Information Delivery Time,etc. Solar Collector Solar Thermal(Example) ST Solar Thermal Heating Systems Custom Systems (Commercwl&Residentiall Solar Water Heater Installers in CT(sun-windsolutions.coml Water Treatment Pump replacement,reservoir )_akota-Wastewater-Treatment upgrades/repairs,UV system Plant(trane.com) repair/upgrade/replacement, chemical use evaluation/ upgrade,conveyance system upgrades/replacements,pump station upgrades/replacements including pumps,SCADA,etc. water meter replacement and infrastructure improvements KCC Products MSP Technology MSP HOME I KCCComoanies Custom Sizes 12 mo from start up,or Contact Trane Office 18 mo from shipment KCC Products Heat Exchangers DU/DV HOME l KCCCompanies Custom Sizes 12 mo from start up,or Contact Trane Office 18 mo from shipment KCC Products Dehumidifiers DU/DV HOME I KCCComoanies Custom Sizes 12 mo from start up,or Contact Trane Office 18 mo from shipment RACINE COUNTY WISCONSIN 02022 Trane.All nits reserved. IFO#RC2022.1 CO1 Pegs 84 2.Installation and Services Product Type Trane Model Link to Trane Website Capacity Standard Warranty Extended Warranty Information Est.Lead Time/ Range Information Delivery Time,etc. INSTALLATION AND SERVICES - Installation of Startup and commissioning services new equipment Maintenance of Service and maintenance existing systems Upgrading of Wastewater Treatment Plant design existing build services infrastructure Pump replacements,blower lakota-Wastewater-Treatment- replacements,SCADA upgrades, Plant(trane corn) clarifier overhaul and/or replacement, digester improvements or replacements,thickening system improvements or replacements/dewatering systems, process improvements/changes, aeration system improvements or replacements,piping,alternative energy including turbines, cogeneration,solar,heat recovery, membrane replacement/new installation,pump stations refurbish or build new,force main or gravity main replacement/installation,UC system installation/replacement, chemical use evaluation and amendments,VFD installation/replacement,all design build contracting services. Turnkey services Solar photovoltaic RACINE COUNTY YASCONSIN C 2022 Trane.All ngris reserved IFBARC2022.1001 Pagef5 Product Type Trane Model Link to Trane Website Gapadty Standard Warranty Extended Warranty Information Est.Lead lime/ Range Information Delivery Time,etc. Turnkey services Wind turbines Turnkey services Thermal heating systems Turnkey services Alternative energy HVAC ----_------ ------------ Turnkey services Geothermal heat pumps - --------- -------- Turnkey services Lighting technology Turnkey services Pumping systems Turnkey services Microgrid Turnkey services Energy storage Turnkey services Solar daylighting Turnkey services Biomass plants Turnkey services Solar thermal domestic water heating Turnkey services Solar transpired wells Installation and Retrofit,new construction,energy Energy Conservation Measures retrofit,controls new-and upgrade (trane,com) services and other Warranty Services-Extended parts& Installation and labor(define maximum number of services years available),delayed start-up and other Installation and Professional Services-Engineering, services Design,Drafting,Architectural,Project Management and other RACINE COUNTY WISCONSIN 02022 Tone All rights reserved IFB ARC2022-1001 Page 86 3.Related Products,Solutions,and Other Services Capacity Standard Warranty Est.Lead Time/ Product Type Trane Model Link to Trane Website Range Information Extended Warranty Information Delivery Time,etc. HVAC EQUIPMENT CONTROLS Equipment Symbio Equipment Controllers Symbio(trane.coml N/A controllers ANCEUARY SERVICES Welisphere'addresses the Wellsohere' (trane.com) N/A Wellsphere four elements of indoor environmental quality Wellsphere Air Quality element of Air(trane.coml N/A Wellsphere Thermal Comfort Element of Thermal(trane.com) N/A Wellsphere Lighting Element of Liahtina(trane.com) N/A WeilIsphere Acoustics element of Acoustics WA (trane.coml Wellsphere Assessment Assess(trane.com) N/A ENERGY PROGRAMS Energy& Energy Analysis&Monitoring Energy Analysis&Monitoring Sustainability ltrane.coml Energy& Active Energy Management Active Energy Management Sustalnabiity (trane.co ml Energy& Renewable Energy&DERs Renewable Energy 8( Distributed Energy Resources Sustainability ftrane.com) Energy& Energy Conservation Measures Energy Conservation Measures Sustainability ltrane.comi Energy& Financing&Energy Services financing&Energy Services Sustainability Contracting Contracting(trane.com) Energy& Digital Services Digital Services(trane.com) Sustainability RACINE COUNTY WISCONSIN 02022 Trane Macias reserved. iF8 NRC2022.1001 Page 87 Type Trane Model Link to Trane Website Capacity Standard Warranty Est.Lead Time/ Product T yP Range Information Extended Warranty Information Delivery Time,etc. Operate,Maintain Connectivity&Cloud Services Connectivity&Cloud Services &Repair (trane.com) Operate,Maintain HVAC System Management }NAC System Management &Repair ftrane.com) Operate,Maintain HVAC System Repair HVAC System Repair &Repair ftrane.com) DESIGN AND ANALYSIS TOOLS Design Tools and Design and Analysis Tools Design Tools(trane.com) N/A Software Design Tools and TRACE®3D Plus Load Design TRACE®3D Plus Load Design N/A Software jtrane.com) Design Tools and Tranet Design Assist' TraneT.Design Assist"' N/A Software Design Tools and myPLV® mvPLV Design Tool(trane.corn) N/A Software Design Tools and VariTrane Duct Designer Varitrane Duct Desianer N/A Software Design Tools and Trane Pipe Designer Trane Pipe Designer N/A Software Design Tools and Trane Acoustics Program Trane Acoustics Program N/A Software Design Tools and Trane Engineer's Toolbox Trane Engineer's Toolbox N/A Software Design Tools and TRACE 700 TRACE 700(trane.com) N/A Software Design Tools and Calculators&Charts Calculators&Charts N/A Software (traneoml RACINE COUNTY WISCONSIN IFB#RC2022.1001 02022 Trans.All n fis reserved Page 88 Product Type Trane Model Link to Trane Website Capacity Standard Warranty Extended Warranty Information Est Lead Time/ Range Information Delivery Time,etc. RENTAL AND LEASE SERVICES - Rental and lease Trane HVAC Rentals HVAC Eauioment Rentals services furan corn) FINANCIAL SERVICES , Financing&Energy Services Finarxina&Energy Services Contracting Contracting(trane.com) OMNIA Partners OMNIA Partners(trane.com) Anticipation Discount Program Anticipation Discount Proar(dp ftrane.com) Energy Savings Contracting Enemy Savings Contracting Itrane.com) TRAINING AND/OR EDUCATIONAL SERVICES Trane HVAC Education& education&Training Training ftrane.com) Trane University Trane University Trane Education Center TRANE Education Center- Browse Catalog ftranetechnolocs es.com) Engineers Newsletters& Engineers Newsletters Engineers Newsletters Live! (trane.com) MUNICIPAL SERVICES Building Systems Upgrades Building Systems(trane.com) HVAC System Retrofits HVAC System Retrofits (trane.com) Existing HVAC Equipment HVAC Eauioment Upgrades Upgrades ftrane.com) RACINE COUNTY WISCONSIN e 2022 Trane.AI rigds reserved IFB I RC2022-1001 Page 89 Capacity Standard Warranty Est Lead Time Product Type Trane Model Link to Trane Website Extended Warranty Information / Range Information Delivery Time,etc. New building construction/ replacement including civil/earthwork,tankage, landscape along with energy conservation/LEED services Indoor Air Quality,Acoustics, Wellsohere'(trane.com) Lighting Window replacement Building Envelope Solar Renewable Energy& Distributed Energy Resources (trane.com) Roof repair/replacement Streetlights Parking Lot Lights Pump Station/Lift station design build services Generator replacement/upgrade Vehicle retrofit for sustainable fuel/biofuel,electric,etc Charging station installation Smart Cities-traffic signals, Local Government(trane.corn) photo radar,photo streetlights,50 Energy Conservation energy Conservation (Mechanical,Electrical,Utility, Measures(trane.com) Civil,Structural and Architectural) Engineer& Supporting Engineers who are Consult=Engineer Contractor designing the future ftrane.com) Support RACINE COUNTY WISCONSIN C 2022 Trane All nights reserved IFB eeRC2022-1001 Page 90 Capaaty Standard Warranty Est Lead Time/ Product Type Trane Model Link to Trane Website Extended Warranty Information Range Information Delivery Time,etc. Engineer& Trane Contractor Solutions Contractor(trane.com) Contractor Support Engineer& Customer Direct Service CDS Su000rt Home Contractor Icusthelo.com) Support Engineer& BIM and Selection Tools BIM and Selection Tools Contractor ftrane.coml Support Engineer& Civil Engineering Contractor Support Engineer& Structural Engineering - --- Contractor Support RACI E COUNTY WISCONSIN 02022 Trane.At ngnts reserved. IFB NRC2022.1001 Page 91 TECHNICAL INFORMATION • All necessary technical information relating to operation of equipment and systems,along with list of spare parts recommended by manufacturers with part numbers needed to maintain and efficiently run the systems and equipment. All necessary technical information relating to the operation of equipment and systems, along with a list of spare parts recommended by manufacturers with part numbers to maintain and efficiently run the systems and equipment are furnished by product type per job. We do not furnish parts lists anymore as it is now maintained electronically. In order to save valuable time and paper resources, we have chosen to provide a sample of how we provide this information to our customers.Additional information is provided via link in the Product Information Matrix. d. Record Keeping and Processing System d. Describe Bidder's record keeping and processing system for work performed. ONLINE ACCESS TO RECORDS I • Bidder's ability to provide online access to records. Trane's ComfortSite requires a login and password (provided to a customer by a local Trane Parts location) and provides free access to technical tools and information, literature, parts identification tools, online ordering and online warranty and credit request entry. Our parts identification tool has search options for model, serial, part, vendor part, description and more. Information returned includes parts lists, graphics, where used information, supersede information, literature, warranty information and sales order information. Literature and graphics can easily be printed or emailed, and parts lists exported to Excel. Customer pricing and availability is also in the tool, and items can be added to the cart with one click. Orders submitted online flow to the local Parts location for fulfillment.In addition to these options, ComfortSite also allows Owners the ability to manage local parts inventory, equipment replacement plans and schedule services. EXPEDITING DELIVERY OF PRODUCT • State any options for expediting delivery of product. Trane's product order entry system, TOPPS, provides the ability of both emergency and rush orders. This system is unique in that it allows the flexibility of integrating the ERO (rush) orders into the standard order system without disruptions or excessive costs. Operational Excellence (OpEx) is part of our Path to Premier Performance. It is a philosophy and collection of tools to drive out waste from our processes. While many aspects of Lean Manufacturing are involved in OpEx, the skillset also includes Six Sigma and other tools needed to solve both simple and complex problems that keep us from delivering premier performance to our customers, our shareholders, and our employees. Quick Ship Option Trane Quick Ship option provides shorter delivery leads for time critical jobs such as replacement or"fast-track"jobs with tight construction cycles. Ever had the need to have cooling equipment available in a quick time frame, either for a specific fast- track project, replacement, retrofit job or emergency breakdown? Trane has an extensive stock of air- RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved IFB#RC2022-1001 Page 92 cooled Packed Stock Product and water- cooled chillers, rooftops, ducted split systems to suit your needs for immediate delivery. Each factory carries stocked product that is available to ship within 24 hours. Stock is limited to common options, sizes, and configurations. BACKORDER POLICY • State backorder policy. Does Bidder fill or kill order and require Participating Public Agency to reorder if item is backordered? Trane strives to provide on-time delivery for all orders placed. Occasionally the Company is unable to immediately fill an order. In these instances, the back- ordered items or materials are automatically scheduled and delivered once the fill- rate is complete. In most instances, the Participating Public Agency would not be required to re-order items and would automatically receive the items when available. RESTOCKING PROCEDURES FOR RETURNS • State restocking procedures for returning products, if applicable. Returns must have prior written approval by Company and are subject to restocking charge where applicable. SPECIAL PROGRAMS • Describe any special programs offered that will improve customers' ability to access Products and Services, on-time delivery, or other innovative strategies. Com fortsite ComfortSite requires a login and password (provided to a customer by a local Trane Parts location) and provides free access to technical tools and information, literature, parts identification tools, online ordering and online warranty and credit request entry. Our parts identification tool has search options for model, serial, part, vendor part, description and more. Information returned includes parts lists, graphics, where used information, supersede information, literature, warranty information and sales order information. Literature and graphics can easily be printed or emailed, and parts lists exported to Excel. Customer pricing and availability is also in the tool, and items can be added to the cart with one click. Orders submitted online flow to the local Parts location for fulfillment. In addition to these options, Comfortsite also allows Owners the ability to manage local parts inventory, equipment replacement plans and schedule services. TOPPS Trane's product order entry system, TOPPS, provides the ability of both emergency and rush orders. This system is unique in that it allows the flexibility of integrating the ERO (rush) orders into the standard order system without disruptions or excessive costs. Operational Excellence (OpEx) is part of our Path to Premier Performance. It is a philosophy and collection of tools to drive out waste from our processes. While many aspects of Lean Manufacturing are involved in OpEx, the skillset also includes Six Sigma and other tools needed to solve both simple and complex problems that keep us from delivering premier performance to our customers, our shareholders, and our employees. RACINE COUNTY WISCONSIN ©2022 Trane.At rights reserved. IFB#RC2022-1001 Page 93 Quick Ship Option Trane Quick Ship option provides shorter delivery leads for time critical jobs such as replacement or"fast-track"jobs with tight construction cycles. Packed Stock Product Ever had the need to have cooling equipment available in a quick time frame, either for a specific fast-track project, replacement, retrofit job or emergency breakdown? Trane has an extensive stock of air-cooled and water- cooled chillers, rooftops, ducted split systems to suit your needs for immediate delivery. Each factory carries stocked product that is available to ship within 24 hours. Stock is limited to common options, sizes, and configurations. TRANE'S CAPACITY TO BROADEN CONTRACT SCOPE • Describe the capacity of Bidder to broaden the scope of the contract and keep the product and service offerings current and ensure the latest products,standards and technology for HVAC Products,Installation, Labor Based Solutions,and Related Products and Services. Whenever a new product offering or service becomes available to the field, Trane will provide documentation for inclusion onto the HVAC Equipment and Services contract. This submission would include such information as suggested price discounting, market analysis, expected market penetration, related marketing materials for various vertical areas and technologies included. Once added the contract, Trane would market the additions thru internal eNewsletters, webinars, local seminars, and direct contact. TRANE'S SAFETY POLICY • Describe your Bidder's safety policy and/or program, including how the policy is communicated to employees, whether the employees are evaluated on safety,and if any employees are dedicated to safety. Safety Program and OSHA Practices Trane's incident (OSHA) rates are consistently 67-86% below the industry average and our current Experience Modification Rate (EMR) is 0.61. Safety Planning is woven into Trane's Construction/Installation Approach.An A Environmental, Health and Safety (EH&S) Specialist is assigned to every project. This position is organizationally-independent and has the authority to stop work —or material in process —that does not meet quality installation and safety FACT standards.The EH&S Specialist is responsible for standards (procedures, programs, and guidance) and compliance throughout all phases of project delivery. Trane's parent company.Trane The EH&S Specialist is involved in recurring review meetings to ensure unbiased Technologies,enjoys xcellent Safety assessments of the health of the project. The EH&S Specialist works with onsite an Experience personnel to monitor EH&S programs and ensure compliance with Trane's Safety Mod'fication Rate program and Federal, state, and local regulatory requirements. He/she oversees IEMRI of 0.61 compared to the that the site safety inspections, audits, site safety action register, reporting, and Industry average of 1 D0 personnel safety training are accurate and up to date. -which means we have a much better sa!ety A wide range of safety training and resources are available to Trane technicians, track record than our peers including: •as9rwimpy • Safety training —20 hours per year • Electrical safety— NFPA 70E compliant, electrical PPE • Fall protection RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 94 • Ergonomics • Smith System Safe Driving Program • USDOT compliance • Refrigerant management training Subcontractors are thoroughly pre-screened and qualified to fully vet their safety records and ratings, citation history for the last five years, OSHA (Occupational Safety and Health Administration) logs for the past three years, history of payment to vendors, financial viability, bonding capacity, - ' 1 proof of insurance, review of their company safety policy including employee commitment and involvement, worksite analysis, hazard control and training. Trane requires all subcontractors to hold weekly safety meetings to address any anticipated safety concerns or any outstanding safety issues that need to be addressed.Trane's safety department requires strict compliance with the company's safety policies and all OSHA requirements QUALITY CONTROL • Describe Bidder's quality control processes. Trane leverages industry-leading systems including ISO, Lean-Six Sigma, UL, CE, and other internal/external quality standards to ensure top quality products are provided to customers. Quality policy and programs are coordinated by our corporate functions and completed on a by product line and site of manufactured basis. Specific policy can be reviewed by specific area when required. Incremental to these key programs that are reviewed monthly by leadership team members, Trane products also have utilized four (4) initiatives to provide cost saving areas for our customer: ICS: Integrated Control Systems. The controls that come with Trane products all offer an open computer control technology protocol. This allows a client to feel comfortable that with every Trane product that is purchased, their existing Building Automation System will be able to communicate or if there is not a Building Automation System in place, Trane can provide our BAS system at a packaged program price.; D.F.T.: Demand Flow Technology, a mathematically based business strategy that encompasses the entire Trane organization: marketing, sales, order entry, engineering manufacturing, suppliers, and finance. Demand Flow Technology manages every aspect of the product cycle from the time the product is ordered, until it is shipped.Its sophisticated procedures ensure that customers receive fast availability of a wide selection of Trane standard products as well as custom and modified ones. Six Sigma Trane has adopted Six-Sigma initiatives at all levels of the company to improve the processes managed by our business units. All employees in each manufacturing process are trained to QC manufacturing steps. Statistical samples of finished goods are routinely inspected to monitor product quality. Corporate keeps open dialogue with employees and distributors to monitor our quality of service and response. Quality Guarantee Trane provides a guarantee of performance based on testing conditions as specified in both ARI as well as ASHRAE. Trane then follows this performance with the industry's premier warranty and service RACINE COUNTY WISCONSIN 0 2022 Trane.All rights reserved. IFB#RC2022-1001 Page 95 support to ultimately provide the best value to the end users. Within the controls and automation teams, for example, Trane has adopted the mantra of "no bad jobs". This business mindset is prevalent throughout Trane, from the factory to the field sales offices. Our engineers are committed to continuous improvement across all our product lines. They work tirelessly to increase energy efficiency and performance for all our systems, from light commercial to large, applied solutions. It's our depth of experience that makes Trane commercial systems the best in the business. Our approach to each customer is unique in that we are interested in creating a customer for life rather than selling widgets. That ensures we set expectations with the customer and work to meet or exceed those expectations. Product warranties are in place to make sure the quality is met. PROBLEM ESCALATION • Describe Bidder's problem escalation process. Trane has a strong reputation for customer satisfaction and strives to be a leader in this category, reinforced by eliciting customer feedback through customer satisfaction surveys, identifying root cause of problems, and working to solve problems with finality. Operational Excellence (OpEx) is part of our Path to Premier Performance. It is a philosophy and collection of tools to drive out waste from our processes. While many aspects of Lean Manufacturing are involved in OpEx, the skillset also includes Six Sigma and other tools needed to solve both simple and complex problems that keep us from delivering premier performance to our customers, our shareholders, and our employees. The process used to expedite a service call to a service repair quotation starts with the initial service request. The Call Center time and date stamps each service call entry as well as informing the project manager, assigned to the account, of the service request. Once the technician is on the job and has identified the problem, he contacts the project manager and explains the problem and the recommended solution. Our project manager will then contact the customer's representative with the verbal repair quotation, estimated time for repair and request for approval. If the repair can be made at the time the technician is at the jobsite, he will be informed to perform the repair; if not, the project manager will inform the customer's representative with the scheduled repair date.All the project managers carry cell phones and are easily reached any time of the day or night. As an added means of assuring customer satisfaction, the communication center will call each customer location after each scheduled maintenance and quoted repair service. The results of this satisfaction survey are electronically returned to the Trane Project Manager and if further actions are required, they will be immediately addressed. The results are compiled and submitted for the customer's review on a predetermined time frame. After Hours The after-hours call center has an escalation process should the primary on-call technician not acknowledge the first call within 15 minutes. If the secondary technician fails to respond in 15 minutes, the area service manager is that contacted. During normal business hours, the service dispatcher will initially assess the call priority. The customer has the option to engage with the service manager if they have issues, concerns or questions with the call response or repairs(s) performed. RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 96 CUSTOMER COMPLAINTS • Describe how customer complaints are measured and categorized.What processes are in place to know that a problem has been resolved? Customer Satisfaction Survey Trane has a strong reputation for customer satisfaction and strives to be a leader in this category, reinforced by eliciting customer feedback through customer satisfaction surveys, identifying root cause of problems, and working to solve problems with finality. Key Drivers for Fulfillment / Project Management: • Functionality of the equipment/systems installed on the job • Follow-up and follow through on commitments • Labor resources assigned to the job • Communication of schedule status • Resolving issues as they come up Key Drivers for Sales/Account Management: • Level in expertise in developing solutions • Responsiveness of account managers to questions and inquiries • Time it took to provide a quote that met project requirements A four-day Customer Satisfaction Training is delivered over 12 months to all offices. Below you will see the full training schedule: Day 1 • Management Engagement • Module 1: Understanding Expectations • Module 2: Speak the Language of Excellence in Service Day 2 • Module 3: Become a Master Communicator • Module 4: Listening for Service Opportunities • Module 5: The Power of a Good Question Day 3 • Module 6: Dealing with Problems, Complaints and Concerns • Module 7: Dealing with that Difficult Person • Module 8: Restore and Rebuild Broken Relationships Day 4 • Module 9: Communicating Under Pressure — How to be Calm and Effective • Module 10: How to be a Customer Service Superstar • Module 11: Achieve Customer Loyalty and Advocacy RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 97 These surveys are analyzed, scored, and reviewed monthly. Low scores are immediately handled by Contracting Leaders. Area Service Managers are provided a score and trend quarterly. Low scores are immediately handled by the Service Manager. All employees have metrics in place to measure their role in customer satisfaction as well. District scores are published within the company, breeding a friendly- competition and best practice sharing for continuous improvement. POST-INSTALLATION SUPPORT I • Describe Bidder's post-installation support and warranty specifics.Include both product and installation warranty information. Optimizing HVAC System To help you ensure that the customer's new system is properly installed and operating at maximum efficiency during the critical first years of operations, Trane Building Services provides startup services with comprehensive HVAC Startup Services and HVAC warranty service agreements. HVAC Warranty Service Agreements Trane provides a variety of extended warranties to allow customers another opportunity to manage their ongoing costs of operations. The nature of Trane HVAC equipment, and truly any mechanical equipment, means that it requires service as it operates. While they receive a standard parts warranty as the original purchaser, our extended warranties help them project their costs and protect their business against increases in material and/or labor costs. Operating and Maintaining Building Trane offers HVAC unit repair services that assure continued efficient operation of equipment. Trane can also provide proactive HVAC service plans with scheduled service, select service, and extended warranties to help reduce unplanned repair expenses and to reduce the risk of catastrophic system failure. Upgrade and Improve Existing System Compressor and control renewal options offered by Trane Building Services can help bring older chiller systems up to current standards. You can also upgrade chillers with the latest Trane HVAC upgrades. Add value to buildings by addressing energy management, environmental impact, compliance issues, and building lifetime planning through commercial HVAC contracting services and solutions. For temporary or special occasion cooling needs, Trane Building Services provides temporary chillers and rental options. We can also set up cooling contingency plans as part of an overall emergency preparedness plans for scheduled or emergency outages in buildings. Building Services Commitment The service professionals of Trane Building Services are committed to ensuring the equipment functions at its highest level of efficiency. With over a century of experience in the industry, Trane Building Services has a clear understanding of how facility management needs change as business and as technology changes. You can always trust Trane Building Services to deliver on promises and provide the highest level of industry knowledge and service for the government entities' equipment. RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 98 First year parts and labor warranty support is offered by the Trane service group on Centrifugal chillers and water-cooled Rotary Chillers.All other equipment has a one-year parts warranty(unless extended warranties are purchased) and a labor warranty by Trane as part of the standard contract terms with U.S. Communities. Optional extended parts and labor warranties are offered and must be purchased prior to the units being started. A customer will receive a standard 12/18 warranty on new equipment (basically a parts only warranty). Government entities can buy two different types of warranties thru Trane after the equipment has been shipped: Option 1: Extended Service Warranty • Warranty: All parts and labor warranty from Trane factory. • Requirements:Trane Affiliated Service Company must do a minimum of four inspections. • Eligible equipment:Trane equipment that is still at least2 months within standard 12/18 warranty with no major failures. Warranty must be purchased within 6 months of startup but not later than 16 months from shipment • Labor(and refrigerant)warranties must be purchased prior to initial unit startup Option 2: Extended Service Warranty- Expanded • Warranty: Parts warranty from Trane factory and Labor warranty from Trane Affiliated • Service Company(good for the 2nd-5th year or 6th-10th year extended warranties). • Requirements:Trane Affiliated Service Company must do a minimum of six inspections. • Eligible equipment:Trane equipment that is either just out of the standard 12/18-month warranty OR will soon be out of an extended warranty (for example 2nd-5th year extended parts warranty). Warranty must be purchased within 6 months of startup but not later than 16 months from shipment • Labor (and refrigerant) warranties must be purchased prior to initial unit startup • After we complete the upgrades and construction for a Turnkey Contracting Services project, Trane will deliver the documentation needed to keep the investment working properly.We will provide one preliminary copy of as-built drawings—floor plans showing the actual building layouts—and an advance copy of the Operations & Maintenance (O&M) manual. Once these deliverables are reviewed and approved, Trane will submit two copies of final O&M documents, including: o As-built system or installation drawings (or both) o Equipment submittals o Service and maintenance procedure manuals o User and technical manuals O&M Summary Trane eliminates confusion and complexity about who is responsible for maintenance, repair which rest with the customer. As a large global company, we have the leverage to keep costs down for replacement parts—our own and those of other manufacturers. Our integrated approach means that RACINE COUNTY WISCONSIN 0 2022 Trane All rights reserved. IFB#RC2022-1001 Page 99 Trane engineers and technicians are trained to work with many brands of equipment, and our extensive network ensures that we have resources close to your building. At the same time, we have local expertise throughout the country- people who understand the climate, economy, utilities and issues your organization faces. They are your most valuable advisors. Long-Term Operations and Maintenance Support Upgraded building systems are meant to save money on energy and cost less to maintain for many, many years. Trane stands by customers to help keep systems working at top efficiency, reduce the chances of equipment failure, and give facilities management the expertise to reach new levels of efficiency. Trane offers a variety of ongoing support opportunities, including training in the optimal operation of HVAC systems. Trane can also provide remote systems monitoring and performance reporting. DEFECTIVE PRODCTS I • Describe the process for replacement or repair of defective products and warranty related issues. Process Steps For Replacement/Repair Of Defective Products& Warranty Related Issues 1. Determine if the problem is a unit or system problem. 2. If a unit problem, determine level of urgency—nonfunctioning, intermittent, etc., 3. Parts or parts with labor? 4. Work with local office to schedule repair. We will ship all U.S. Communities projects with 1st year parts and labor warranties. Parts and Labor Warranty. Parts Warranty-12/18 • Trane new equipment warranty terms call for the replacement of defective parts discovered within 12 months of initial start-up or 18 months from date of shipment (12/18 terms), whichever is less. • Extended parts warranties are also available Trane Standard Warranty-12/18 • Standard warranty states that our products will be free from defects in material and workmanship and have the capacities and ratings set forth in the submitted literature, provided that no warranty is made against corrosion, erosion, or deterioration. • Same 12/18 terms as above Quick Ship Option Trane Quick Ship option provides shorter delivery leads for time critical jobs such as replacement or "fast-track"jobs with tight construction cycles. RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 100 I UNIT REPAIR VS. UNIT REPLACEMENT I • Describe how Bidder evaluates and determines unit repair versus unit replacement. Unit repair versus unit replacement is primarily based in pre-established warranties mutually agreed upon within the contract. One year from date of purchase is standard, additional extended warranties are available for purchase. The following HVAC extended warranties are available for purchase before the ship date of the applicable equipment to give you added peace of mind: Types of Extended Warranties An extended Trane warranty is available for purchase before the ship date of the equipment. • Delayed Start-Up: When start-up of new equipment will be delayed beyond six months after shipment, the delayed start-up warranty will postpone the commencement date of the first-year part warranty. • Whole Unit Parts Warranty: The extended whole unit parts warranty begins at the expiration of the standard warranty. And like the standard warranty, the whole unit parts warranty will replace any covered part that is found to be defective in material or manufacture. • Compressor Warranty: In the event a part in the compressor assembly of a Trane unit or a part in the motor/compressor assembly of a Trane centrifugal chiller covered by this warranty is . found to be defective, this warranty will provide for a replacement compressor or part (at the discretion of Trane). • Labor Warranty: When a part covered under warranty is found to be defective, the labor warranty will provide for labor to install the replacement part. Note that 'compressor only' labor warranty covers labor to replace applicable parts on that assembly only. Only a Trane commercial warranty agent may perform warranted repairs under the labor warranty. • Refrigerant Warranty: The refrigerant warranty will provide for replacement refrigerant to restore a unit to the proper refrigerant charge if a warranted part on the Trane unit is found to be defective. • Low Voltage Controls Parts Warranty: The low voltage controls parts warranty is offered on CSAA air handlers ordered with a Pre-Packaged Solution (PPS). The parts warranty begins at the expiration of the standard warranty and covers the low voltage controls components included in the PPS which are found to be defective in material or manufacture. • Low Voltage Controls Labor Warranty: The low voltage controls labor warranty is offered on CSAA air handlers ordered with a Pre-Packaged Solution (PPS). This warranty covers labor to repair/replace low voltage controls components included in the PPS option only. When a part covered under warranty fails, this warranty will provide labor to repair/replace the covered component. Only a Trane commercial warranty agent may perform warranted repairs under the labor warranty. RACINE COUNTY WISCONSIN ©2022 Trane All nghts reserved. IFB#RC2022-1001 Page 101 INVOLVEMENT OF OTHER COMPANIES I • Identify all other companies that may be involved in processing, handling,shipping, products and/or services. Trane utilizes multiple carriers/modes across North America (and beyond) in the process of moving product from our plants and warehouses/distribution centers to our customers.We partner with carriers who meet our requirements and/or industry standards for quality and service performance. Carrier specifics vary by mode, origin/destination points and customer requirements. DISTRIBUTION FACILITIES I • Provide the number,size and location of Bidder's distribution facilities,warehouses, and retail network as applicable. Trane has 6 express warehouses, 2 Global parts warehouses, 11 plant sites, 25 retail parts centers, and 205 parts/supply facilities. ORDER INFORMATION I • Provide order information to include available ordering methods and available payment terms. Trane offices utilize a myriad of systems with which to conduct and manage the businesses. For commercial equipment, services, installations, energy services, etc.,the offices utilize Sales Force for initial data entry and tracking. The information is then transferred into other online systems, depending on the project type. Equipment projects begin with online selection tools that define unit capacity based on jobsite conditions.These tools also define the electrical requirements, weights, unit sizes and such.Once each unit is selected, the system then transfers these selections to online pricing tools and ultimately, to the manufacturing plants themselves for fabrication.Trane has many manufacturing plants located throughout North America. The type of equipment determines which plant will be used for fabrication as well as the necessary materials required, manufacturing timelines, labor resources, etc. Once the fabrication is complete, all items for a particular project are consolidated for shipment and ultimate delivery to the jobsite. Service projects begin with an online estimating tool that helps define the necessary labor resources required to fulfil a specific task. Each task is the compiled into a complete job portfolio which then defines the ultimate size and scope of the service project. Service projects can vary in both size and complexity, involving a single or multiple technical resources as well as outside expertise. Installation projects begin with an online estimating tool that will help define the overall project scope, necessary jobsite resources, materials necessary to fulfill a given scope of work, identified project risks, non-company labor trades required, etc.This tool will also help develop the overall project timeline, Gantt charting, material ordering points, etc. Service repair parts are managed through an online system that determines product availability, stocking locations, unit pricing, stock replenishment points, etc. Service parts are available from local Trane commercial sales offices as well as several national parts stocking points. These retail outlets work with both the internal and external customers, such as agencies working through a Racine cooperative contract. Most projects are extended net-30-day status for credit terms. Open terms are established based on the agency's credit worthiness and payment history.Agencies are encouraged to work with their assigned RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved. IFB#RC2022-1001 Page 102 Trane account manager if other needs are required. Trane also offers pre-payment discount options should agencies wish to explore those project investment opportunities. SUPPORT CENTERS • Provide the number and location of support centers (if applicable). Trane has 124 Project/Sales offices and 205 parts/supply facilities. Please note: some parts/supply facilities are located at the same address as project sales offices. Project/Sales Offices State Function Address City Alabama Birmingham,AL Sales Office 1030 London Drive, Suite 100, Birmingham Alabama Huntsville,AL Sales Office 301 James Record Huntsville Road,Building 200,Suite 100 Alabama Mobile,AL Sales Office 124 E I-65 Service Road North Mobile Alabama Montgomery,AL Sales Office 915 Lagoon Business Loop Montgomery Alaska Anchorage,AK Sales Office 12101 Industry Way, Suite Cl Anchorage Arizona Phoenix,AZ Sales Office 850 W.Southern Avenue Tempe Arizona Tucson,AZ Sales Office 4520 South Coach Drive Tucson Arkansas Little Rock,AR Sales Office 10303 Colonel Glenn Rd. Little Rock Arkansas Springdale,AR Sales Office 401 Skyler Street Springdale California Fresno, CA Sales Office 3026 North Business Park Fresno Avenue,Suite 104 California Los Angeles,CA Sales Office 3253 E.Imperial Highway Brea California Petaluma,CA Sales Office 1343 Redwood Way Petaluma California Sacramento,CA Sales Office 4145 Delmar Avenue Rocklin California San Diego,CA Sales Office 3565 Corporate Ct San Diego California/Pacific Oakland,CA Sales Office 383 4th St. #202 Oakland Coast Trane California/Pacific San Francisco,CA Sales Office 310 Soquel Way Sunnyvale Coast Trane Colorado Colorado Springs,CO Sales 4840 List Drive Colorado Springs Office Colorado Denver,CO Sales Office 445 Bryant Street Unit 5 Denver Colorado Fort Collins,CO Sales Office 2416 Donella Court, Unit D Fort Collins Colorado Grand Junction,CO 2387 River Rd,Unit 110 Grand Junction Connecticut Hartford, CT Sales Office 716 Brook Street, Suite 130 Rocky Hill Delaware/Seiberlich Wilmington, DE Sales Office 66 Southgate Blvd.,Southgate New Castle Trane Industrial Park Florida Fort Myers, FL Sales Office 6461 Topaz Court Fort Myers Florida Jacksonville,FL Sales Office 8929 Western Way Jacksonville Florida Miami,FL Sales Office 2884 Corporate Way Miramar Florida Orlando,FL Sales Office 2301 Lucien Way, Suite 430 Maitland Florida Pensacola,FL Sales Office 580 E Burgess Rd Suite A-2 Pensacola Florida Tallahassee, FL Sales Office 109 Hamilton Park Drive,Suite 1 Tallahassee Florida Tampa,FL Sales Office 902 Himes Avenue Tampa Florida West Palm Beach,FL Sales Office 6965 Vista Parkway N, Ste.11 West Palm Beach RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 103 Project/Sales Offices State Function Address City Georgia Atlanta, GA Sales Office 4000 Dekalb Technology Atlanta Parkway, Building 100 Georgia Augusta,GA Sales Office 804 Trane Road Augusta Georgia Macon, GA 125 Macon West Drive Macon Georgia Savannah,GA Sales Office 3609 Ogeechee Road,Suite A Savannah Hawaii Honolulu, HI Sales Office 2969 Mapunapuna PI.,Ste.101 Honolulu Idaho Boise,ID Sales Office 351 North Mitchell St.,Ste.110 Boise Illinois Trane Chicago Sales Office 7100 S.Madison Willowbrook Indiana Fort Wayne,IN Sales Office 6602 Innovation Blvd. Fort Wayne Indiana Indianapolis,IN Sales Office 8100 E 106th Street Fishers Indiana South Bend,IN Sales Office 3725 Cleveland Road,Suite 300 South Bend Indiana Evansville,IN Sales Office 1024 East Sycamore Street Evansville Iowa Davenport,IA Sales Office 4801 Grand Ave Davenport Iowa Des Moines,IA Sales Office 2220 NW 108th Street Clive Kansas Kansas City Sales Office 11211 Lakeview Avenue Lenexa Kansas Wichita, KS Sales Office 120 S.Ida Street Wichita Kentucky Lexington, KY Sales Office 2350 Fortune Drive Lexington Kentucky Louisville, KY Sales Office 12700 Plantside Drive Louisville Louisiana Baton Rouge,LA Sales Office 11534 Cloverland Ave Baton Rouge Louisiana New Orleans Sales Office 4013 N.I-10 Service Rd.West Metairie Louisiana Shreveport,LA Sales Office 9225 Premier Ct Shreveport Maine Portland, ME Sales Office 860 Spring Street, Unit#1 Westbrook Maryland Hunt Valley,MD Sales Office 10947 Golden West Dr.,Ste.100 Hunt Valley Maryland/Boland Washington,D.C.Sales Office 30 West Watkins Mill Road Gaithersburg Trane Massachusetts Boston, MA Sales Office 181 Ballardvale Street, Suite 201 Wilmington Massachusetts Springfield, MA Sales Office 90 Carando Drive Springfield Michigan Detroit,MI Sales Office 37001 Industrial Road Livonia Michigan Flint,MI Sales Office 5335 Hill 23 Drive Flint Michigan Lansing,MI Sales Office 3350 Pine Tree Road Lansing Michigan West Michigan Sales Office 5005 Corporate Exchange Grand Rapids Boulevard S.E. Minnesota Twin Cities Sales Office 775 Vandalia Street St. Paul Mississippi Jackson,MS Sales Office 851 Wilson Drive,Suite A Ridgeland- Missouri Springfield,MO Sales Office 540 N.Cedarbrook Springfield Missouri St. Louis,MO Sales Office 101 Matrix Commons Drive Fenton Montana/Armacost Billings,MT Sales Office 3311 4th Ave. North, Suite 4 Billings Trane Montana/Armacost Great Falls, MT 422 9th Street S.(59405), P.O. Great Falls Trane Box 2642 (59403) Nebraska Omaha, NE Sales Office 11937 Portal Road La Vista Nevada Reno, NV Sales Office 5595 Equity Avenue,Suite 100 Reno New Hampshire Manchester, NH Sales Office 15 Constitution Drive,Suite 2K Bedford RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 104 Project/Sales Offices State Function Address City New Jersey Trane New Jersey Sales Office 19 Chapin Rd., Bldg. B,Suite 200 Pine Brook New Mexico Albuquerque 5501 San Diego Avenue NE Albuquerque New York Albany, NY Sales Office 301 Old Niskayuna Road,Ste.1 Latham New York Buffalo, NY Sales Office 45 Earhart Drive, Suite 103 Buffalo New York Long Island, NY Sales Office 245 Newtown Road,Suite 500 Plainview New York New York, NY Sales Office 10-27 46th Avenue Long Island City New York Rochester,NY Sales Office 75 Town Centre Drive, Suite 300 Rochester New York Syracuse, NY Sales Office 15 Technology Place East Syracuse North Carolina Asheville,NC Sales Office 168 Sweeten Creek Road Asheville North Carolina Charlotte,NC Sales Office 4501 S.Tryon Street Charlotte North Carolina Greensboro,NC Sales Office 2025 16th Street Greensboro North Carolina Raleigh, NC Sales Office 401 Kitty Hawk Drive Morrisville North Carolina/ Wilmington, NC Sales Office 6736-A Netherlands Drive Wilmington Brady Trane North Dakota Fargo, ND Sales Office 3417 7th Ave N,Suite D Fargo Ohio Cincinnati,OH Sales Office 10300 Springfield Pike Cincinnati Ohio Cleveland,OH Sales Office 9555 Rockside Road Valley View Ohio Columbus,OH Sales Office 2300 CityGate Drive,Suite 100 Columbus Ohio Toledo,OH Sales Office 1001 Hamilton Drive Holland Ohio/Waibel Trane Dayton, OH Trane Sales Office 7446 Webster Street Dayton Oklahoma Oklahoma City Sales office 305 Hudiburg Circle Oklahoma City Oklahoma Tulsa Sales Office 2201 N Willow Ave Broken Arrow Oregon Portland,OR Sales Office 7257 SW Kable Lane Portland Pennsylvania Allentown,PA Sales Office 5925 Tilghman St#300 Allentown Pennsylvania Harrisburg,PA 3909 TecPort Drive Harrisburg Pennsylvania Pittsburgh,PA Sales Office 400 Business Center Drive Pittsburgh Pennsylvania Tozour Energy Systems 3606 Horizon Drive King of Prussia 1 Pennsylvania Wilkes-Barre,PA Office 1185 North Washington Street Wilkes-Barre Rhode Island Providence, RI Sales Office 10 Hemingway Drive East Providence South Carolina Charleston,SC Sales Office 4951 Rivers Avenue North Charleston South Carolina Columbia, SC Sales Office 111 Lott Court West Columbia South Carolina Greenville, SC Sales Office 412 Fairforest Way Greenville South Dakota Sioux Falls,SD 6225 South Pinnacle PI.,Ste.101 Sioux Falls Tennessee Chattanooga,TN Sales Office 6138 Preservation Dr.,Ste.500 Chattanooga Tennessee Knoxville,TN Sales Office 5220 S.Middlebrook Pike Knoxville Tennessee Memphis,TN 1775 Pyramid Place,Suite 100 Memphis Tennessee Nashville,TN Sales Office 601 Grassmere Park Dr.,Ste.10 Nashville Tennessee Kingsport,TN Sales Office 10384 Wallace Alley Street Kingsport Texas El Paso,TX Sales Office 1405 Vanderbilt Drive El Paso Texas Austin,TX Sales Office 9801 Metric Blvd, Suite 400 Austin Texas Corpus Christi,TX Sales Office 2828 Wow Road,Unit B Corpus Christi Texas Dallas,TX 1617 Hutton Drive Carrollton Texas Fort Worth,TX Sales Office 4200 Sylvania Ave. Fort Worth RACINE COUNTY WISCONSIN C.2022 Trane.All rights reserved. IFB#RC2022-1001 Page 105 Project/Sales Offices State Function Address City Texas Lubbock,TX Sales Office 8308 Upland Avenue Lubbock Texas San Antonio,TX 9535 Ball Street,Suite 1100 San Antonio Texas Weslaco,TX Sales Office 1240 N.Votech Drive Weslaco Texas/Hunton Trane Houston,TX Sales Office 10555 Westpark Drive Houston Utah Salt Lake City, UT 2817 South 1030 West Salt Lake City Vermont Burlington,VT Sales Office 177 Leroy Road Burlington Virginia Richmond,VA Sales Office 10408 Lakeridge Pkwy., Ste. 100 Ashland Virginia Roanoke,VA Sales Office 2303 Trane Drive Roanoke Virginia Norfolk,VA Sales Office 1100 Cavalier Blvd. Chesapeake Washington Seattle,WA Sales Office 2333 158th Court NE Bellevue Washington Spokane,WA Sales Office 11002 E Montgomery Drive, Spokane Valley Suite#500 Wisconsin Appleton,WI Sales Office 2500 N Lynndale Dr,Suite H Appleton Wisconsin Madison,WI Sales Office 5302 Voges Road Madison Wisconsin Milwaukee,WI Sales Office 234 W.Florida St,6th Floor Milwaukee Parts/Supply Locations State Function Address City Alabama Trane Supply 1030 London Drive Birmingham Alabama Trane Supply 301 James Record Road Huntsville Alabama Trane Supply 124 E I-65 Service Road North Mobile Alabama Trane Supply 915 Lagoon Business Loop Montgomery Alaska Trane Supply 12101 Industry Way Anchorage Arizona Trane Supply 220 E Germann Rd Gilbert Arizona Trane Supply 720 East Auto Center Dr Mesa Arizona Trane Supply 21415 N 15th Lane Phoenix Arizona Trane Supply 437 W.Fairmont Dr Tempe Arizona Trane Supply 10115 W Van Buren Tolleson Arizona Trane Supply 2165 N Forbes Blvd.Suite 107 Tucson Arkansas Trane Supply 19 Colonel Glenn Plaza Rd. Little Rock Arkansas Trane Supply 401 Skyler Street Springdale California Trane Supply 21720 Wilmington Ave Carson California Trane Supply 20450 East Walnut Dr North Diamond Bar California Trane Supply 3026 North Business Park Ave. Fresno California Trane Supply 3631 San Fernando Rd Glendale California Trane Supply 4380 Warehouse Court North Highlands California Trane Supply 2222 Kansas Ave Riverside California Trane Supply 4145 Delmar Avenue Rocklin California Trane Supply 3565 Corporate Ct San Diego California Trane Supply 15551 Redhill Ave Tustin California Pacific Coast Trane 890 Service St.Unit A San Jose Colorado Trane Supply 4840 List Drive Colorado Springs RACINE COUNTY WISCONSIN ®2022 Trane All rights reserved. I FB#RC2022-1001 Page 106 Parts/Supply Locations State Function Address City Colorado Trane Supply 445 Bryant Street Denver Colorado Trane Supply 67 Inverness Dr East Englewood Colorado Trane Supply 2416 Donella Court Fort Collins Colorado Trane Supply 2387 River Rd Grand Junction Connecticut Trane Supply 485 Ledyard St. Hartford Connecticut Trane Supply 178 Wallace St. New Haven Connecticut Trane Supply 47 Harbor View Ave. Stamford Delaware Seiberlich Trane HVAC Parts & 66 Southgate Blvd. New Castle Supplies Florida Trane Supply 12385 Automobile Blvd. Clearwater Florida Trane Supply 970 N.Clyde Morris Blvd. Daytona Beach Florida Trane Supply 2660 NW 89 Court Doral Florida Trane Supply 6461 Topaz Court Fort Myers Florida Trane Supply 16520 Scheer Blvd. Hudson Florida Trane Supply 8929 Western Way Jacksonville Florida Trane Supply 10592 Balmoral Circle E Jacksonville Florida Trane Supply 12750 SW 125th Ave. Miami Florida Trane Supply 11600 Miramar Parkway Miramar Florida Trane Supply 544 Commercial Boulevard Naples Florida Trane Supply 3401 Wd Judge Dr.Ste 110 Orlando Florida Trane Supply 9424 Southridge Park Court Orlando Florida Trane Supply 580 E Burgess Rd. Pensacola Florida Trane Supply 2103 SW 3 St. Pompano Beach Florida Trane Supply 400 NW Enterprise Dr. Port St.Lucie Florida Trane Supply 2224 72nd Terrace East Sarasota Florida Trane Supply 109 Hamilton Park Drive Tallahassee Florida Trane Supply 4720 East Adamo Drive Tampa Florida Trane Supply 6965 Vista Parkway North West Palm Beach Georgia Trane Supply 5980 Peachtree Rd. Atlanta Georgia Trane Supply 804 Trane Road Augusta Georgia Trane Supply 3547 Gentian Blvd Columbus Georgia Trane Supply 2625 Pinemeadow Court Duluth Georgia Trane Supply 5021 Old Dixie Hwy Forest Park Georgia Trane Supply 2140 Barrett Park Drive Kennesaw Georgia Trane Supply 125 Macon West Drive Macon Georgia Trane Supply 3061 Kingston Ct.SE Marietta Georgia Trane Supply 1175 Northmeadow Parkway Roswell Georgia Trane Supply 3609 Ogeechee Road Savannah Hawaii Trane Supply 2969 Mapunapuna Place Honolulu Idaho Trane Supply 351 North Mitchell Street Boise Illinois Trane Supply 2601 Beverly Dr. Aurora Illinois Trane Supply 1322 Barclay Blvd. Buffalo Grove Illinois Trane Supply 301 E Mercury Drive Champaign Illinois Trane Supply 920 W.Pershing Rd. Chicago RACINE COUNTY WISCONSIN ©2022 Trane.All nghts reserved. IFB#RC2022-1001 Page 107 Parts/Supply Locations State Function Address City Illinois Trane Supply 1605 Eastport Plaza Dr Collinsville Illinois Trane Supply 2410 Vantage Dr. Elgin Illinois Trane Supply- 7950 West 185th St. Tinley Park Illinois Trane Supply 7100 S.Madison St. Willowbrook Indiana Trane Supply 1458 S.Liberty Dr. Bloomington Indiana Trane Supply 14289 W Commerce Road Daleville Indiana Trane Supply 6602 Innovation Blvd Fort Wayne Indiana Trane Supply 5355 N Post Rd. Indianapolis Indiana Trane Supply 2363 Perry Rd. Plainfield Indiana Trane Supply 3725 Cleveland Rd South Bend Indiana Trane Supply 1024 East Sycamore Street Evansville Iowa Trane Supply 2165 NW 108th Street Clive Iowa Trane Supply 4801 Grand Ave Davenport Kansas Trane Supply 9972 Lakeview Ave Lenexa Kansas Trane Supply 130 S.Ida Street Wichita Kansas Trane Supply 2700 Bi State Dr. Kansas City Kansas Trane Supply 2724 NE Independence Ave Lee's Summit Kentucky Trane Supply 141 Center Street Bowling Green Kentucky Trane Supply 1360 Donaldson Hwy Erlanger Kentucky Trane Supply 2350 Fortune Drive Lexington Kentucky Trane Supply 12850 Plantside Drive Louisville Kentucky Trane Supply 1000 E.Market Street Louisville Louisiana Trane Supply 6316 Fieldstone Drive Baton Rouge Louisiana Trane Supply 530 Elmwood Park Blvd. Harahan Louisiana Trane Supply 5400 Pepsi St.Suite H Harahan Louisiana Trane Supply 9225 Premier Ct Shreveport Maine Trane Supply 860 Spring Street Westbrook Maryland Trane Supply 899 Airport Park Rd. Glen Burnie Maryland Trane Supply 2208 Greenspring Dr. Timonium Maryland Boland HVAC Parts&Supplies 30 W.Watkins Mill Road Gaithersburg Massachusetts Trane Supply 100 Messina Dr. Braintree Massachusetts Trane Supply SA Polito Dr. Shrewsbury Massachusetts Trane Supply 90 Carando Drive Springfield Massachusetts Trane Supply 96 Commerce Way Woburn Massachusetts Trane Supply 1050 Holt Ave. Manchester Michigan Trane Supply 1947 S Industrial Highway Ann Arbor Michigan Trane Supply 2410 Austins Parkway Flint Michigan Trane Supply 1200 Monroe Ave NW Grand Rapids Michigan Trane Supply 3350 Pinetree Road Lansing Michigan Trane Supply 33725 Schoolcraft Rd. Livonia Michigan Trane Supply 251 Executive Dr. Troy Minnesota Trane Supply 7860 12th Ave South Bloomington Minnesota Trane Supply 800 Berkshire Lane Plymouth Minnesota Trane Supply 720 Vandalia Street St. Paul RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved. IFB#RC2022-1001 Page 108 I Parts/Supply Locations State Function Address City Mississippi Trane Supply 851 Wilson Drive Ridgeland Missouri Trane Supply 3663 Corporate Trail Dr. Earth City Missouri Trane Supply 101 Matrix Commons Drive Fenton Missouri - Trane Supply 2101 West Sunset St. Springfield Montana Armacost Trane Supply 3311 4th Ave. North Billings Montana Armacost Trane Supply 422 9th Street South Great Falls Nebraska Trane Supply 4408 S 108th St Omaha Nevada Trane Supply 4375 South Valley View Las Vegas Boulevard,Suite D New Hampshire Trane Supply 1050 Holt Ave. Unit 11 Manchester New Jersey Trane Supply 26 Chapin Road Pine Brook New Jersey Trane Supply 3005 Hadley Rd. South Plainfield New Jersey Trane Supply 800 Huyler St. Teterboro New Mexico Trane Supply 5501 San Diego Avenue NE Albuquerque New York Trane Supply 51 Railroad Ave. Albany New York Trane Supply 115 49th St Brooklyn New York Trane Supply 2916 Walden Ave, Suite 250 Depew New York Trane Supply 6211 E.Molloy Rd. East Syracuse New York Trane Supply 12 Skyline Dr. Hawthorne New York Trane Supply 40-01 Crescent St. Long Island City New York Trane Supply 245 Newtown Road Plainview New York Trane Supply 1046 University Ave. Rochester North Carolina Trane Supply 168 Sweeten Creek Road Asheville North Carolina Trane Supply 4501 S.Tryon Street Charlotte North Carolina Trane Supply 8810-B Airpark West Dr. Charlotte North Carolina Trane Supply 1265 19th St Ln NW Hickory North Carolina Trane Supply 12857 Independence Blvd. Matthews North Carolina Brady Parts Center 6736-A Netherlands Drive Wilmington North Carolina Brady Parts Center 8408 Triad Drive Greensboro North Carolina Brady Parts Center 4306 Bennett Memorial Rd. Durham North Carolina Brady Parts Center 4437 Beryl Road Raleigh North Dakota Trane Supply 3417 7th Ave N Fargo Ohio Trane Supply 10300 Springfield Pike Cincinnati Ohio Trane Supply 2300 City Gate Drive Columbus Ohio Trane Supply 2188 North Wilson Rd Columbus Ohio Trane Supply 7446 Webster St. Dayton Ohio Trane Supply 1001 Hamilton Drive Holland Ohio Trane Supply 6050 Towpath Dr Valley View Oklahoma Trane Supply 2205-A N Willow Ave Broken Arrow Oklahoma Trane Supply 3450 S.MacArthur Blvd. Oklahoma City Oregon Trane Supply 7244 SW Durham Road,Ste.100 Portland Pennsylvania Tozour Trane Parts Center 2 Executive Dr. Moorestown Pennsylvania Trane Supply 5925 Tilghman St. Allentown RACINE COUNTY WISCONSIN ©2022 Trane.All rights reserved. IFB#RC2022-1001 Page 109 Parts/Supply Locations State Function Address City Pennsylvania Trane Supply 102 Four Coins Dr. Ext. Canonsburg Pennsylvania Trane Supply 122 Equity Dr. Greensburg Pennsylvania Trane Supply 491 Blue Eagle Ave. Harrisburg Pennsylvania Tozour Trane HVAC Parts& 480 Drew Court King of Prussia Supply Pennsylvania Trane Supply 3042 New Beaver Ave. Pittsburgh Pennsylvania Trane Supply 1185 North Washington Street Wilkes-Barre Rhode Island Trane Supply 333 Niantic Ave Unit B Providence South Carolina Trane Supply 412 Fairforest Way Greenville South Carolina Trane Supply 4951 Rivers Avenue North Charleston South Carolina Trane Supply 130 Monroe Dr. Simpsonville South Carolina Trane Supply 2180 Chesnee Highway Spartanburg South Carolina Trane Supply 1510 Key Road West Columbia South Dakota Trane Supply 609 North Kiwanis Ave. Sioux Falls Tennessee Trane Supply 4157 South Creek Rd. Chattanooga Tennessee Trane Supply 1609 Amherst Rd. Knoxville Tennessee Trane Supply 355 Mason Road La Vergne Tennessee Trane Supply 6972 Appling Farms Memphis Tennessee Trane Supply 4140 Getwell Rd. Memphis Tennessee Trane Supply 601 Grassmere Park Drive Nashville Tennessee Trane Supply 10390 Wallace Alley Street Kingsport Texas Trane Supply 26 Walter Jones Blvd.,Suite E El Paso Texas Trane Supply 4905 New York Ave. Arlington Texas Trane Supply 9801 Metric Blvd. Austin Texas Trane Supply 2209A Rutland Dr. Austin Texas Trane Supply 4401 Freidrich Lane Austin Texas Trane Supply 1617 Hutton Drive Dallas Texas Trane Supply 503 W.Owassa Rd. Edinburg Texas Trane Supply 4200 N.Sylvania Ave. Fort Worth Texas Trane Supply 10665 Sanden Dr.Suite 180 Garland Texas Trane Supply 8308 Upland Avenue Lubbock Texas Trane Supply 115 Industrial Blvd. McKinney Texas Trane Supply 5590 South Buckner Blvd.#100 Mesquite Texas Trane Supply 2469 Freedom Dr. San Antonio Texas Trane Supply 4940 Eisenhauer Rd. San Antonio Texas Hunton Distribution 16335 Central Green Blvd. Houston Texas Hunton Distribution 10560 Bissonnet Street Suite 100 Houston Utah Trane Supply 2817 South 1030 West Salt Lake City Virginia Trane Supply 10404 Lakeridge Parkway Ashland Virginia Trane Supply 1215 E.Market St. Charlottesville Virginia Trane Supply 11205 New Albany Dr. Fredericksburg Virginia Trane Supply 115 Bradley Dr. Lynchburg Virginia Trane Supply 14000 Justice Rd. Midlothian Virginia Trane Supply 2301 Trane Drive Roanoke RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved IFB#RC2022-1001 Page 110 Parts/Supply Locations State Function Address City Virginia Trane Supply 1104 Cavalier Blvd. Chesapeake Virginia Trane Supply 230 Clearfield Ave Ste 126 Virginia Beach Virginia Trane Supply 507 Muller Ln. Newport News Washington Trane Supply 19201 120th Ave NE Bothell Washington Trane Supply 7302 26th St. E Fife Washington Trane Supply 601 S.Alaska St. Seattle Wisconsin Trane Supply 2500 N Lynndale Dr. Appleton Wisconsin Trane Supply 4801 Voges Rd. Madison Wisconsin Trane Supply 4512 W. Burnham Milwaukee CUSTOMER SERVICE i • Describe Bidder's customer service department staffing levels, hours of operation and other relevant details. Each office has its own 24/7/365 Emergency call number. Our goal is to answer each call within 30 seconds of receipt, 90% of the time. Our goal is to respond to all emergency calls within 4 hours or less. ORDERING PROCESS • Describe the process for ordering when supply of a unit and installation is involved, specifically addressing whether one purchase order is required for the entire project, or if separate purchase orders are required for ordering the product and securing installation services. We prefer a single purchase order but will accept multiple purchase orders. The process for receiving a PO is based upon a request (equipment, contracting, service) by a customer, an account manager will research the desired outcome from a systems perspective, suggest a solution and possible alternatives, and include a pricing scenario within a Trane proposal. Should the customer accept and sign the proposal, the order is entered and submitted to Financial Services for credit approval. Alternatively, if the customer submits its contract/PO, utilizing pricing information provided by an account manager, an order is entered, any attached terms and conditions are reviewed by the Contract Management Department, and submitted to Financial Services for credit approval. ORDER MANAGEMENT • Describe Bidder's internal management system for processing orders from point of customer contact through delivery and billing. Please state if Bidder uses single system or platform for all phases of ordering, processing, delivery, and billing. Trane uses an Oracle-based platform for all phases of ordering, processing, delivery, and billing. REPORTING • Describe the capacity of Bidder to provide management reports, i.e., commodity histories, procurement card histories, green spend, etc. for each Participating Public Agency. Trane can provide account procurement history including project type, dollars spent, purchase frequency and payment type. Trane does not have the ability of providing a "green spend" report format unless the project is identified as LEED during the purchase or construction phase. RACINE COUNTY WISCONSIN ©2022 Trane.All nghts reserved. IFB#RC2022-1001 Page 111 E. Bid Form Criteria All pricing submitted using the Bid Form (Attachment C) or a document using the same requested information in the same format. Trane response includes a product list price discount schedule identified by unit product code. Each product either manufactured or represented by Trane is identified by a unique product code and associated list price discount.Trane does not publish a "list price book" for Commercial HVAC products since product list price is project specific and is determined by unit type, size, electrical requirements, options, and warranty options. Trane's response also includes hourly labor rates, by trade type and geographic location. In addition: • Trane will be responsible for compliance with any federal, state, or local prevailing wage laws. • Trane's discount schedule will remain fixed for the duration of the contract, except for product obsoletion or new product introduction.Trane will request the addition of new products and services to the lead agency through a formal request, as opportunities present themselves. 4 RACINE COUNTY WISCONSIN ©2022 Trane All rights reserved. IFB#RC2022-1001 Page 112 • TRANE 1 AN = Appendix 1 eCI- QLocies Addendum 1, Addendum Acknowledgement Purchasing Department Duane McKinney A* . Racine County fucmc.Vi SCJ 2d:b7e.\7(v ADDENDUM I INVITATION FOR BID INB NRC2022-I00I HVAC PRODUCTS, INSTALLATION, LABOR BASEL) SOLUTIONS, AND RELATED PROI)UCTS AND SERVICES This Addendum has been prepared by Racine County Duane McKinney Date. Wednesday July 6.2022 To the Bidden of Record this Addendum is issued as stated in the original Invitation for Bid on page 2 in section B to address questions received from Bidders in writing requesting clanfication from Racine County on the specifications provided for the above subtest bad and to correct an item in the solicitation Acknowledge receipt of this addendum 1w entenng the Addendum numiser and issue date on the space provided below CklitCan 1 I There is a modification included m this Addendum to correct a sentence located under Section B Term Sec below for details Oui suons and Answerii I ()oration Attachment I)- National Cooperative Contract states"The following documents are used in reviewing and administering national 000pmau%n wuuesas 4uU art include!fin Stipp ILO's review and bid.' Page 12 states "The Successful Bidder(s) will be imputed ted to sign Auachnient D- National Cooperative Contrscs to be Administered by OMNIA Partners, Exhibit B Administration Agieement. Contractors should have any reviews required to sign the document prier to submitting a response" Please confirm that the following documents are for Successful H+ddertsl and do not need be executed/signed and included with this proposal response • Exhibit 13 Adnimistratcrxi Aittecnmcnt_ Example • Exhibit C - Master Intergovernmental Cr perative Purchasing Agreement, Example • Extubit D- Pnnctpal Proctuenient Agency Cerrufcate, Example • Exhibit E-Contract Sales Reporting Template • Exhibit F-Federal Funds Certifications Addendum I Page I of Racine County WB kRC2022.1001 HVAC Products. Installation. Labor Based Solutions, and Related Products and Services • Exhibit G- New Jersey Business Compliance Exhibit H - Advertising Compliance Requirement Answer: 71w following documents are.nformational only: • Exhibit C Master Intergovernmental('uo terutt►ie f urc hu3rng Agreement, Example • l:xhihuL-Principal Procurement Agency('errrfc•ate, l eamp/r • Exhibit E-Contract Sales Reporting Template mplate • Exhibit K Ath rnstng Compliance Requirement Me documents helot. are to he completed by the Successful I dlder/s). While the documents cents below do not need to he submitted as part of the Bidder's initial response, tt may quicken the award process if they are included. • Exhibit B Administration Agreement, l:'anan:pie • 1•.xhthtt l' /ederal Funds ('ern/k :ons • Exhibit G New Jersey Business Compliance 2 Question Please confirm that there is no specific Value Add requirement and no sconng associated with Value Add. Answer: There is no specific Value Add requirement and no scoring associated u nth Value Add products and or sere ice.► Question Please confirm if "G AI)I)IT1ON Al. DATA WITH HID. Bidders May include any additional information deemed advantageous to Racine County" should be submitted within the main body of the Complete Bid Package or if this information needs to be submitted under separate cover in the Value Add arca on Demand Star Answer: Yes, Bidders may include any additional information deemed ad►uniageous to Racine t'aunty with their hid This cion he.submitted either within the main badly i f the Complete Rid Package or as a separate cover area un Demand Star. 4 Qucction Please provide clarification on the Supplemental DocumentsiAdded Value upload arae and if thine i,any scaring associated with a separate Added Value Answer:See Answers to Questions 2 and 3 above. There is no separate sconng associated with Added Value products and'or services. Modtficanon 1 Page 13 - Renove the fust sentence of Section 13 I erm and replace with the following Addendum I Page 2 of 3 Roane Count.. IFB a:Itr2O22-IOki I I IVAC Products, Installation, later Based Snluuous, and Related Products and Services 71te tem of the Afaster Agreement will be fi r li ve(5)vears follow sng the eon/met award rime wail the amain Ra renew for one (Il additional five 15)year period 1 he rest of tlus section shall remant I his Addendum is three(3) pages in its entirety with no additional attachments Please sign. date and attach a copy of this Addendum to your hid. Finn Trane U.S. Inc. Signature Date. July &20 Addesdom I Pttils3 Of 3 MANEe 1 ?AN = Appendix Exhibit A, Response for National Cooperative Contract Exhibit A Response for National Cooperative Contract 1.0 Scope of National Cooperative Contract Capitalized terms not otherwise defined herein shall have the meanings given to them in the Master Agreement or in the Administration Agreement between Vendor (sometimes referred to as 'Supplier') and OMNIA Partners. 1.1 Requirement Racine County, Wisconsin (hereinafter defined and referred to as "Principal Procurement Agency"), on behalf of itself and the National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector ("OMNIA Partners"), is requesting bids for HVAC Products, Installation, Labor Based Solutions, and Related Products and Services. The intent of this Invitation for Bid is any contract between Principal Procurement Agency and Vendor resulting from this Invitation for Bid ("Master Agreement") be made available to other public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit ("Public Agencies"), through OMNIA Partners' cooperative purchasing program. The Principal Procurement Agency has executed a Principal Procurement Agency Certificate with OMNIA Partners, an example of which is included as Exhibit D, and has agreed to pursue the Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with OMNIA Partners as a Participating Public Agency in OMNIA Partners' cooperative purchasing program. Registration with OMNIA Partners as a Participating Public Agency is accomplished by Public Agencies entering into a Master Intergovernmental Cooperative Purchasing Agreement, an example of which is attached as Exhibit C, and by using the Master Agreement, any such Participating Public Agency agrees that it is registered with OMNIA Partners, whether pursuant to the terms of the Master Intergovernmental Purchasing Cooperative Agreement or as otherwise agreed to. The terms and pricing established in the resulting Master Agreement between the Vendor and the Principal Procurement Agency will be the same as that available to Participating Public Agencies through OMNIA Partners. All transactions, purchase orders, invoices, payments etc., will occur directly between the Vendor and each Participating Public Agency individually, and neither OMNIA Partners, any Principal Procurement Agency nor any Participating Public Agency, including their respective agents, directors, employees or representatives, shall be liable to Vendor for any acts, liabilities, damages, etc., incurred by any other Participating Public Agency. Vendor is responsible for knowing the tax laws in each state. This Exhibit A defines the expectations for qualifying Vendors based on OMNIA Partners' requirements to market the resulting Master Agreement nationally to Public Agencies. Each section in this Exhibit A refers to the capabilities, requirements, obligations, and prohibitions of competing Vendors on a national level in order to serve Participating Public Agencies through OMNIA Partners. These requirements are incorporated into and are considered an integral part of this IFB. OMNIA Partners reserves the right to determine whether to make the Master Agreement awarded by the Principal Procurement Agency available to Participating Public Agencies, in its sole and absolute discretion, and any party submitting a response to this IFB acknowledges that any award by the Principal Procurement Agency does not obligate OMNIA Partners to make the Master Agreement available to Participating Procurement Agencies. 1.2 Marketing, Sales and Administrative Support During the term of the Master Agreement OMNIA Partners intends to provide marketing, sales, partnership development and administrative support for Vendor pursuant to this section that directly promotes the Vendor's products and services to Participating Public Agencies through multiple channels, each designed to promote specific products and services to Public Agencies on a national basis. OMNIA Partners will assign the Vendor a Director of Partner Development who will serve as the main point of contact for the Vendor and will be responsible for managing the overall relationship between the Vendor and OMNIA Partners. The Director of Partner Development will work with the Vendor to develop a comprehensive strategy to promote the Master Agreement and will connect the Vendor with appropriate stakeholders within OMNIA Partners including, Sales, Marketing, Contracting, Training, and Operations & Support. The OMNIA Partners marketing team will work in conjunction with Vendor to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through channels that may include: A. Marketing collateral (print, electronic, email, presentations) B. Website C. Trade shows/conferences/meetings D. Advertising E. Social Media The OMNIA Partners sales teams will work in conjunction with Vendor to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through initiatives that may include: A. Individual sales calls B. Joint sales calls C. Communications/customer service D. Training sessions for Public Agency teams E. Training sessions for Vendor teams The OMNIA Partners contracting teams will work in conjunction with Vendor to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through: A. Serving as the subject matter expert for questions regarding joint powers authority and state statutes and regulations for cooperative purchasing B. Training sessions for Public Agency teams C. Training sessions for Vendor teams D. Regular business reviews to monitor program success E. General contract administration Vendors are required to pay an Administrative Fcc of 3% of the greater of the Trane has demonstrated its ability to deliver significant growth with a 2% administration fee and feels an increase will result in loss of business to other, lowered fee cooperative contracts. 1.3 Estimated Volume The dollar volume purchased under the Master Agreement is estimated to be approximately $500M annually. While no minimum volume is guaranteed to Vendor, the estimated annual volume is projected based on the current annual volumes among the Principal Procurement Agency, other Participating Public Agencies that are anticipated to utilize the resulting Master Agreement to be made available to them through OMNIA Partners, and volume growth into other Public Agencies through a coordinated marketing approach between Vendor and OMNIA Partners. 1.4 Award Basis The basis of any contract award resulting from this IFB made by Principal Procurement Agency will, at OMNIA Partners' option, be the basis of award on a national level through OM NIA Partners. If multiple Vendors are awarded by Principal Procurement Agency under the Master Agreement, those same Vendors will be required to extend the Master Agreement to Participating Public Agencies through OMNIA Partners. Utilization of the Master Agreement by Participating Public Agencies will be at the discretion of the individual Participating Public Agency. Certain terms of the Master Agreement specifically applicable to the Principal Procurement Agency (e.g., governing law) are subject to modification for each Participating Public Agency as Vendor and such Participating Public Agency may agree without being in conflict with the Master Agreement as a condition of the Participating Agency's purchase and not a modification of the Master Agreement applicable to all Participating Agencies. Participating Agencies may request to enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in the Master Agreement (e.g., governing law, invoice requirements, order requirements, specialized delivery, diversity requirements such as minority and woman owned businesses, historically underutilized business, etc.) ("Supplemental Agreement"). It shall be the responsibility of the Vendor to comply, when applicable, with the prevailing wage legislation in effect in the jurisdiction of the Participating Agency. It shall further be the responsibility of the Vendor to monitor the prevailing wage rates as established by the appropriate department of labor for any increase in rates during the term of the Master Agreement and adjust wage rates accordingly. In instances where supplemental terms and conditions create additional risk and cost for Vendor, Vendor and Participating Public Agency may negotiate additional pricing above and beyond the stated contract not-to-exceed pricing so long as the added price is commensurate with the additional cost incurred by the Vendor. Any supplemental agreement developed as a result of the Master Agreement is exclusively between the Participating Agency and the Vendor (Contract Sales are reported to OMNIA Partners). All signed Supplemental Agreements and purchase orders issued and accepted by the Vendor may survive expiration or termination of the Master Agreement. Participating Agencies' purchase orders may exceed the term of the Master Agreement if the purchase order is issued prior to the expiration of the Master Agreement. Vendor is responsible for reporting all sales and paying the applicable Administrative Fee for sales that use the Master Agreement as the basis for the purchase order, even though Master Agreement may have expired. 1.5 Objectives of Cooperative Program This IFB is intended to achieve the following objectives regarding availability through OMNIA Partners' cooperative program: A. Provide a comprehensive competitively solicited and awarded national agreement offering the Products covered by this solicitation to Participating Public Agencies; B. Establish the Master Agreement as the Vendor's primary go to market strategy to Public Agencies nationwide; C. Achieve cost savings for Vendor and Public Agencies through a single solicitation process that will reduce the Vendor's need to respond to multiple solicitations and Public Agencies need to conduct their own solicitation process; D. Combine the aggregate purchasing volumes of Participating Public Agencies to achieve cost effective pricing. 2.0 REPRESENTATIONS AND COVENANTS As a condition to Vendor entering into the Master Agreement, which would be available to all Public Agencies, Vendor must make certain representations, warranties and covenants to both the Principal Procurement Agency and OMNIA Partners designed to ensure the success of the Master Agreement for all Participating Public Agencies as well as the Vendor. 2.1 Corporate Commitment Vendor commits that (1) the Master Agreement has received all necessary corporate authorizations and support of the Vendor's executive management, (2) the Master Agreement is Vendor's primary "go to market" strategy for Public Agencies, (3) the Master Agreement will be promoted to all Public Agencies, including any existing customers, and Vendor will transition existing customers, upon their request, to the Master Agreement, and (4) that the Vendor has read and agrees to the terms and conditions of the Administration Agreement with OMNIA Partners and will execute such agreement concurrent with and as a condition of its execution of the Master Agreement with the Principal Procurement Agency. Vendor will identify an executive corporate sponsor and a separate national account manager within the IFB response that will be responsible for the overall management of the Master Agreement. 2.2 Pricing Commitment Vendor commits the not-to-exceed pricing provided under the Master Agreement pricing is its lowest available (net to buyer) to Public Agencies nationwide and further commits that if a Participating Public Agency is eligible for lower pricing through a national, state, regional or local or cooperative contract, the Vendor will match such lower pricing to that Participating Public Agency under the Master Agreement. 2.3 Sales Commitment Vendor commits to aggressively market the Master Agreement as its go to market strategy in this defined sector and that its sales force will be trained, engaged and committed to offering the Master Agreement to Public Agencies through OMNIA Partners nationwide. Vendor commits that all Master Agreement sales will be accurately and timely reported to OMNIA Partners in accordance with the OMNIA Partners Administration Agreement. Vendor also commits its sales force will be compensated, including sales incentives, for sales to Public Agencies under the Master Agreement in a consistent or better manner compared to sales to Public Agencies if the Vendor were not awarded the Master Agreement. 3.0 VENDOR BID Vendor must supply the following information for the Principal Procurement Agency to determine if Vendor is qualified and responsible to extend the resulting Master Agreement to Participating Public Agencies through OMNIA Partners. 3.1 Company A. Brief history and description of Vendor to include experience providing similar products and services. Trane U.S. Inc. (Trane), a wholly owned subsidiary of Trane Technologies (NYSE: TT), provides systems and services that enhance and leverage the infrastructure of our clients to provide quality, comfort, strong financial impacts, and sustainable outcomes of buildings around the world. Trane's 100-year history as a trusted provider of superior products and services has resulted in a global network of project offices and service/parts locations. Trane began in 1885 as a family plumbing business in La Crosse, Wisconsin and became the Trane Company in 1913. Over the next hundred years, Trane established its position as a pioneer in climate control. In 1931, the company patented its first air conditioner. Seven years later, Trane launched Turbovac, a new type of water chiller that fundamentally altered the industry's approach to large-building air conditioning systems. These early innovations paved the way for Trane's industry-leading commercial air conditioner, CenTraVacTM— the highest efficiency, lowest emissions, most reliable chiller on the market. Throughout the second half of the Twentieth century, Trane expanded its offerings to customers. With the acquisition of Sentinel Electronics in the late 1970s, and General Electric's Central Air Conditioning Division in 1982, Trane expanded both its residential and energy management offerings and entered the building automation system market. In 1984, American Standard Companies, Inc., acquired the Trane Company, and four years later, launched the American Standard Heating & Air Conditioning Brand. Throughout the 1990s and early 2000s, the U.S. Green Building Council's Leadership in Energy and Environmental Design (LEED®) building rating program grew—which influenced building, system, and product design. In addition, control system integration and capabilities increased due to ASH RAE Standard requirements as well as the desire to reduce system energy use. Trane became a qualified U.S. Department of Energy ESCO in 1999. Since that time, Trane has managed energy services performance contracting (ESPC) programs for federal government agencies, including the Department of Energy, Department of State, Navy, Army, Air Force, and the General Services Administration. Trane's Federal ESPC portfolio includes $641 million in DOE ESPC projects. In 2004, Trane became a NAESCO Accredited Energy Service Provider. By 2007, annual air conditioning sales and services topped $7.4 billion. Trane, Inc., became a public entity after American Standard Companies divested other portions of its business. In December 2007, it was announced that Trane would merge with Ingersoll Rand. The merger became final in June of 2008. System and product investment and introduction continued during this time as the company again responded to customer and standard requirements, as well as the impact of the sustainability movement. Trane's Renewable and Resilient Energy and Power Systems Team focused on developing Smart Grid, Solar Power, Wind Power, and Generator capabilities. In 2013, Trane launched a series of commercial products that reduce carbon emissions by 99.9%. After completing a successful Reverse Morris Trust Transaction with former parent company Ingersoll Rand in March 2020, Trane Technologies and is now listed on the New York Stock Exchange. Trane's History with Cooperative Contracting Trane has been participating in regional and national public sector cooperative purchasing contracts since 1998. Originally managed through the Hunton Trane office, the first contract was awarded from TCPN (Texas Cooperative Purchasing Network) and ESC Region 4 and lasted until 2002. At that time, Trane U.S. was awarded a second contract from TCPN and ESC Region 4. These contracts were awarded based on best value and included all the products and services available from the Company at that time. Beginning in 2005, Trane was awarded our third contract from TCPN (Contract R4668) and was in effect thru 2010. Beginning in 2010, Trane was awarded our fourth contract from TCPN (R5045) which ran a total of 7 years in duration. Finally, in 2015, Trane was given another contract under TCPN (R150502) which lasted until 2019. For over 20 years, Trane was a vendor in good standing with TCPN and provided exceptional value and services to agencies piggybacking onto the contracts. In 2015, Trane also began a relations with Harford County Public Schools and U.S. Communities with the award of 15-JLP-023. This contract ran in parallel with the TCPN award but was deemed the primary contract for use in North America. This contract was applicable in all 50 states and pertained to both the Company owned and independent commercial franchise offices. This contract was fully executed thru it's 7-year potential plus an additional 6 months. In this time, Trane has seen exceptional year over year growth, delivering value to agencies utilizing the contract. Trane was also awarded and Energy Services Contract from the Port of Portland and U.S. Communities. This contract, #1153, was initially awarded in 2017 and will run through 2023. At that time, the Port of Portland has the option to extend this contract for an additional five-years. Under this contract, agencies have the ability to secure Energy Services or Performance Contracting from Trane, improving their facility operational costs and savings. Trane has demonstrated our ability to perform in the public sector markets using public procurement contracts similar to this RFP.We are anxious to help agencies achieve the same results utilizing the contract under Racine County. B. Total number and location of salespersons and/or project managers employed by Vendor to help support Participating Public Agencies. See table below. C. Number and location of support centers (if applicable) and location of corporate office. Trane's Corporate Office is located at 800-E Beaty Street, Davidson, NC 28036. See table below for support center numbers/locations. Number of Support Centers Salesperson Project Trane Region/Franchise s Managers Project/Sales Trane Supply Offices Stores Florida Region 106 38 8 19 Great Lakes Region 119 43 11 18 Greater Northeast Region 185 51 14 22 Kentucky/Indiana Region 29 23 3 6 Mid-America Region 117 51 11 14 Mid-Atlantic Region 92 30 6 10 Pacific NW/Rocky Mtn Region 86 31 10 12 Pacific SW/AZ/HI 116 43 11 18 Southeast Region 179 55 15 24 Southern Atlantic Region 113 53 10 17 Texas/N LA Region 120 40 8 14 Upper Midwest Region 91 27 7 16 Armacost Trane Franchise,MT 4 1 2 2 Boland Trane Franchise, MD 50 13 2 211 Brady Trane Franchise, NC 41 12 3 6 Damuth Trane Franchise, VA 24 15 1 3 Hunton Trane Franchise, Houston, TX 87 4 1 Pacific Coast Trane Franchise, 28 4 2 CA 1 Seiberlich Trane Franchise, DE 11 10 3 1 D. Annual sales for the three previous fiscal years. 2019: $4.414B 2020: $4.408B 2021: $4.722B a. Submit FEIN and Dunn & Bradstreet report. Trane U.S. Inc. FEIN number is 25-0900465. A Dunn & Bradstreet report is provided as Attachment A. E. Describe any green or environmental initiatives or policies. Trane's Gigaton challenge, LEED buildings, etc. The Gigaton Challenge is Trane's commitment to eliminate one billion metric tons of CO2e from our customers' footprint by 2030. We lead by example and are committed to carbon-neutral operations and zero waste to landfills by 2030 and pledging to give back more water than used in water-stressed areas. Trane achieved our first set of science-based targets in 2018—two years early—and set bold new commitments for 2030. Our emissions reduction commitments align with the Paris Climate Accord net-zero targets consistent with limiting global temperature rise to no more than 1.5°C. Energy Star Certification Trane's team includes a wide range of support services that help our customers project energy savings and sustainability successes. Our customers have access to Trane's internal resources for marketing, website development, living learning labs, energy accreditation programs, and grant or report preparation. • Marketing & Promotion of Energy Programs: Trane has dedicated Public Relations resources to support our customer projects with press releases, media outreach, awards, and speaking engagements. • Application for an ENERGY STAR Label & LEED Certification: Trane is actively involved with the Energy Star initiative and has helped customers achieve Energy Star status for their facilities. Trane also supports LEED initiatives and employs over 1,100 LEED Accredited Professionals companywide. • Calculation & Reporting of Emissions Reductions: TRACE'(k) 700 software provides energy modeling of facilities, including an Environmental Impact Analysis designating CO2, SO2, and NOX impact on the environment. Active monitoring through TIS offerings will allow Trane to identify potential operational adjustments or new energy savings opportunities. Trane's LEED Certified Facilities Trane has been involved in hundreds of projects to help clients with LEED certification. Our corporate sustainability commitment has led us to LEED certification standards at several of our sites around the world. • Trane San Antonio District Office, San Antonio, TX - LEED CI 2.0 (Silver) • Trane Taicang Facility Building, Taicang, China - LEED NC 2.2 (Certified) • Trane Taicang Office Building, Taicang, China - LEED NC 2.2 (Gold) • Tozour Trane, King of Prussia, PA - LEED CI v2009 (Certified) • Trane Arkansas Sales Suite, Little Rock, AR - LEED CI 2.0 (Certified) • Trane 45 Earhart Drive, Buffalo, NY - LEED EB O&M (Certified) • Trane St. Paul, St. Paul, MN - LEED EB O&M (Gold) F. Describe any diversity programs or partners Vendor does business with and how Participating Agencies may use diverse partners through the Master Agreement. Indicate how, if at all, pricing changes when using the diversity program. If there are any diversity programs, provide a list of diversity alliances and a copy of their certifications. Diversity is a business imperative at Trane and ingrained in our core values. Trane's corporate-level Supplier Diversity Program includes qualified diverse- owned businesses includes both large and small minority, woman, veteran, disabled, gay, lesbian, bisexual, and transgender owned businesses. At the local level, Trane has implemented a New England United (NEU) Diversity and Inclusion (D&I) network for Trane employees to participate in and help drive change in and outside of the company. All team members proposed for this project participate in these programs. Trane's M/WBE outreach efforts include: • Contacting M/WBE small business trade associations/business development organizations and using the Small Business Administration's (SBA) website to identify potential partners • Attending local, regional, and national small and minority business trade shows, Industry Days, and procurement conferences. • Requesting sources from the System for Award Management (www.sam.gov) Dynamic Small Business Search. • Documenting flow-down requirements to all subcontractors for small businesses utilization to maximize participation when practical • Pledged commitment to inclusive sourcing through WEConnect International G. Indicate if Vendor holds any of the below certifications in any classified areas and include proof of such certification in the response: a. Minority Women Business Enterprise ❑ Yes Cl No If yes, list certifying agency: b. Small Business Enterprise (SBE) or Disadvantaged Business Enterprise (DBE) Yes r<1 No If yes, list certifying agency: c. Historically Underutilized Business (HUB) Yes N No If yes, list certifying agency: d. Historically Underutilized Business Zone Enterprise (HUBZone) Yes O No If yes, list certifying agency: e. Other recognized diversity certificate holder Yes M No If yes, list certifying agency: H. List any relationships with subcontractors or affiliates intended to be used when providing services and identify if subcontractors meet minority-owned standards. If any, list which certifications subcontractors hold and certifying agency. Trane will work directly with public agencies, as required, to determine the diversity spend required for each purchase. Once established, Trane will partner with agency approved local sub-contractors and ensure diversity requirements are met. Trane will report diversity spend as required. At the project level, Trane does the following to promote Small Business Participation: • Trane will break out contract work requirements into economically feasible units, as appropriate, to facilitate small business participation. • Trane will conduct market research to identify subcontractors and suppliers through all reasonable means, such as performing online searches on the certified lists and holding pre-bid conferences. • Trane will provide interested businesses with adequate and timely information about the plans, specifications, and requirements for performance of the prime contract to assist them in submitting a timely offer for the subcontract. • Trane will direct businesses that need additional assistance to various state and county programs which assists in obtaining bonding, lines of credit, required insurance, necessary equipment, supplies, materials, or services. • Trane will solicit small business concerns as early in the acquisition process as practicable to allow them sufficient time to submit a timely offer for the subcontract. • Trane will utilize the available services of small business associations; local, state, and federal small business assistance offices, and other organizations to encourage small business entities to certify and register with the state and local governments. • Trane will participate in the formal mentor-protégé program with one or more small business protégés that results in developmental assistance to the protege(s). • Trane will advertise subcontracting opportunities in local newspapers. • Trane will advertise subcontracting opportunities by sending emails to small business concerns local to that particular jobsite. • Trane will keep the playing field level, allowing all bidders reasonable time to respond and providing the same information to all prospective subcontractors. I. Describe how Vendor differentiates itself from its competitors. Trane's experience with cooperative contracting began in 1998 with the Region 4 ESC (Formerly TCPN) contract. In 2015, we were selected to provide products/services under the Harford County Public Schools and U.S. Communities Contract (15-JLP-023) and have executed work under this contract through the seven-year term plus an additional six months. In 2017, Trane secured the Port of Portland and U.S. Communities Contract. Trane® has been a qualified DOE ESCO since 1999 and has completed complex Energy Savings Performance Contracts (ESPC) for the Federal Government. An ESPC is a proven, cash flow neutral financing mechanism that pays for facility improvements that can be paid back over time based on future utility bill saving. Trane's Core Products — HVAC Equipment and Controls — drive one- third of total ESPC savings. Trane's incident (OSHA) rates are consistently 67- 86% below the industry average and our current Experience Modification Rate (EMR) is 0.61. Trane has leveraged this experience to deliver dozens of ESPC projects under the Port of Portland contract. Trane has the capacity to provide a wide range of services and products to support agencies across the country. Our 100-year history as a trusted provider of superior products and services and has resulted in a robust national infrastructure. Our project offices are staffed with factory-trained service technicians that provide operational oversight, O&M, service-repair, and installation support. Trane stocks service-repair parts (over 20,000 SKUs per location), equipment, and supplies right in our customer's communities. We also have established relationships with local designers, suppliers, and subcontractors—including small/disadvantaged businesses. Trane has booked $1.4B+under our Harford and Port of Portland OMNIA contracts since 2018 and has delivered services and products in 43 states. Trane has a global network of offices and service/parts locations to deliver services. This offers the following advantages: • Robust supply chain to sustain operations and rapidly restore service during emergencies • 2,750 community-based, factory-trained service technicians provide local operational oversight, O&M, service-repair, and installation support • Established relationships with local designers, suppliers, and subcontractors—including small/disadvantaged businesses • Reduced travel and lodging costs to save agencies and taxpayers money As one of the world's largest manufacturers/integrators of energy efficient HVAC equipment and Building Automation Systems (BAS)/Energy Management Control Systems (EMCS), Trane has the technical expertise to optimize energy efficiency, peak demand, and renewable power generation in public facilities. We build, test, certify, implement, and service best-in-class equipment with optimized full and part-load efficiency. Trane is also a vendor neutral company, and we manage, install, commission, and service other manufacturer's systems. Trane provides BAS/EMCS system integration through both open (i.e. BACnet, LON, Modbus) and proprietary control protocols. We leverage our controls expertise to connect the resilient systems that modern sites rely on. Trane® has been a qualified DOE ESCO since 1999 and has completed complex Energy Savings Performance Contracts for the Federal Government. Through these efforts, we have developed repeatable, best practice processes. In addition, Trane's Core Products — HVAC Equipment and Controls — drive one- third of total ESPC savings' J. Describe any present or past litigation, bankruptcy or reorganization involving Vendor. Trane U.S. Inc. is a multi-billion-dollar company and enters hundreds of transactions on an annual basis and, as such, become involved in claims and disputes that arise in the ordinary course of its businesses. As a large company, claims and suits are numerous as many claimants are hoping to tap the deep pockets of a large company. Many of these are unwarranted claims which often result in dismissal. Company-wide compiled data of this scope is not readily Data extrapolated from: Slattery, T. (2017). Reported Energy and Cost Savings from the Federal DOE ESPC Program: FY 2015 (ORNL/TM -2017/18). available, and this information cannot be accurately ascertained without extensive and burdensome research. It is the policy of our company to settle claims and disputes amicably and to the satisfaction of our customers. Due to the large volume and because information related to settlements are confidential, we are unable to disclose detailed information on all litigation and claim matters. However, no such dispute or litigation is likely or expected to adversely affect Trane U.S. Inc.'s ability to perform hereunder. Trane has not been involved in a bankruptcy. Trane U.S. Inc. was recently re-formed due to reorganization under Trane Technologies, a $14B company. Although originally established in 1929, our new date of incorporation is May 1, 2020, in Delaware. K. Felony Conviction Notice: Indicate if the Vendor a. is a publicly held corporation and this reporting requirement is not b. is not owned or operated by anyone who has been convicted of a felony; or • L. Describe any debarment or suspension actions taken against Vendor Not applicable 3.2 Distribution, Logistics A. Each offeror awarded under this IFB may offer their complete product and service offering/a balance of line. Describe the full line of products and services offered by Vendor. See the "Product Information Matrix" for the full line of products and services offered by Trane. B. Describe how Participating Agencies are ensured they will receive the Master Agreement pricing; include all distribution channels such as direct ordering, retail or in-store locations, through distributors, etc. Describe how Participating Agencies verify and audit pricing to ensure its compliance with the Master Agreement. Trane's regional sales representatives are located in our 124 Project/Sales offices across the country. Trane has pricing forms that are used for OMNIA projects and support the Master Agreement. We will provide pricing validation forms to verify pricing upon request. C. Identify all other companies that will be involved in processing, handling or shipping the products/service to the end user. Trane utilizes multiple carriers/modes across North America (and beyond) in the process of moving product from our plants and warehouses/distribution centers to our customers. We partner with carriers who meet our requirements and/or industry standards for quality and service performance. Carrier specifics vary by mode, origin/destination points, and customer requirements. D. Provide the number, size and location of Vendor's distribution or other operations facilities, warehouses, and/or retail network as applicable. Trane services products from our 124 sales/project offices and distributes through our 205 parts/supply locations, 6 express warehouses, and 11 manufacturing plant sites. 3.3 Marketing and Sales A. Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to immediately implement the Master Agreement as Vendor's primary go to market strategy for Public Agencies to Vendor's teams nationwide, to include, but not limited to: i. Executive leadership endorsement and sponsorship of the award as the public sector go-to-market strategy within first 10 days ii. Training and education of Vendor's national sales force with participation from the Vendor's executive leadership, along with the OMNIA Partners team within first 90 days The Trane offices have been associated with a national cooperative since it's inception and are intimately involved with a contract that encompasses HVAC equipment and services. Trane has a Cooperative Contracting Team dedicated to Sales and Marketing. This team drives marketing and sales messaging throughout North America and Canada and educates our sales teams with cooperative purchasing positioning. Our detailed plan for the first 90 days includes: • Announcement in our quarterly Omnia newsletter, which is distributed to over 750 Trane employees and affiliates. • Announcement on the Trane Commercial internal portal • We will add information to the Trane Technologies Omnia Hub page where we place important documentation such as due diligence items, pricing, Power Points, contract award letters, newsletters and any pertinent information relevant to the topic. • Our Omnia program managers will meet with individual sales offices, helping them to understand cooperative markets, targeted sales strategies and presenting the Trane story to the marketplace. • Conduct regional workshops designed to promote the cooperative contracts, legal statutes, product and services pricing methodology, marketing tools and other topics designed to promote the contract(s). All training will be recorded and posted on our intranet site. The training will focus on educating our sales force on what types of customers can use the contract, the benefits of the contract to Trane and the customer, pricing, and will ensure our sales teams are educated on how to drive sales in compliance with OMNIA Partners rules. • One-on-one office visits B. Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to market the Master Agreement to current Participating Public Agencies, existing Public Agency customers of Vendor, as well as to prospective Public Agencies nationwide immediately upon award, to include, but not limited to: i. Creation and distribution of a co-branded press release to trade publications ii. Announcement, Master Agreement details and contact information published on the Vendor's website within first 90 days iii. Design, publication and distribution of co-branded marketing materials within first 90 days iv. Commitment to attendance and participation with OMNIA Partners at national (i.e. NIGP Annual Forum, NPI Conference, etc.), regional (i.e. Regional NIGP Chapter Meetings, Regional Cooperative Summits, etc.) and supplier-specific trade shows, conferences and meetings throughout the term of the Master Agreement v. Commitment to attend, exhibit and participate at the NIGP Annual Forum in an area reserved by OMNIA Partners for partner Vendors. Booth space will be purchased and staffed by Vendor. In addition, Vendor commits to provide reasonable assistance to the overall promotion and marketing efforts for the NIGP Annual Forum, as directed by OMNIA Partners. vi. Design and publication of national and regional advertising in trade publications throughout the term of the Master Agreement vii. Ongoing marketing and promotion of the Master Agreement throughout its term (case studies, collateral pieces, presentations, promotions, etc.) viii. Dedicated OMNIA Partners Internet web-based homepage on Vendor's website with: • OMNIA Partners standard logo; • Copy of original Invitation to Bid; • Copy of Master Agreement and amendments between Principal Procurement Agency and Vendor; • Summary of Products and pricing; • Marketing Materials • Electronic link to OMNIA Partners' website including the online registration page; • A dedicated toll-free number and email address for OMNIA Partners Trane will partner with OMNIA Partners to ensure Participating Agencies and our customers are aware of the awarded contract through multiple marketing and communication campaigns. Trane's 90 plan to market the Master Agreement to participating public agencies will include: • An email to over 80,000 direct customer contacts that receive Trane E- mail communications • A co-branded press release within first 30 days-this would be both internal to Trane and sent to national publications and targeted industry publications • Announcement of award through all applicable social media sites; these include Trane's Facebook presence, Trane Twitter presence and Trane's Linkedln presence • Direct mail campaigns • Co-branded collateral pieces • Advertisement of contract in regional or national publications • Participation in trade shows • Dedicated Omnia internet web-based homepage with: o Omnia Logo o Link to Omnia website o Summary of contract and services offered o Due Diligence Documents including a copy of solicitation, copy of contract and any amendments, marketing materials Co-developing a case study and pursue article placements with key publications C. Describe how Vendor will transition any existing Public Agency customers' accounts to the Master Agreement available nationally through OMNIA Partners. Include a list of current cooperative contracts (regional and national) Vendor holds and describe how the Master Agreement will be positioned among the other cooperative agreements. Trane uses the software application Salesforce to manage sales pursuit. For every customer that is eligible for OMNIA Partners pricing, we will notate the eligibility in Salesforce. Upon renewal of existing services, the account owner is then able to offer OMNIA Partners pricing to the customer, except in cases where the customer decides to put the job up for bid. Trane intends to position OMNIA Partners as a top tier cooperative partner. D. Acknowledge Vendor agrees to provide its logo(s) to OMNIA Partners and agrees to provide permission for reproduction of such logo in marketing communications and promotions. Acknowledge that use of OMNIA Partners logo will require permission for reproduction, as well. Trane will provide its logo to OMNIA Partners and agrees to permit reproduction of the logo in marketing communications and promotions. We understand that use of the OMNIA Partners logo requires permission for reproduction. E. Confirm Vendor will be proactive in direct sales of Vendor's goods and services to Public Agencies nationwide and the timely follow up to leads established by OMNIA Partners. All sales materials are to use the OMNIA Partners logo. At a minimum, the Vendor's sales initiatives should communicate: i. Master Agreement was competitively solicited and publicly awarded by a Principal Procurement Agency ii. Best government pricing iii. No cost to participate iv. Non-exclusive As stated in our marketing plan, Trane can confirm these requirements will be met. F. Confirm Vendor will train its national sales force on the Master Agreement. At a minimum, sales training should include: i. Key features of Master Agreement ii. Working knowledge of the solicitation process iii. Awareness of the range of Public Agencies that can utilize the Master Agreement through OMNIA Partners iv. Knowledge of benefits of the use of cooperative contracts As stated in our marketing plan, Trane can confirm these requirements will be met. G. Provide the name, title, email and phone number for the person(s), who will be responsible for: i. Executive Support: Greg Spencer, gsspencer@trane.com, 469-442-6055 ii. Marketing: Greg Spencer, gsspencer@trane.com, 469-442-6055 iii. Sales: Greg Spencer, gsspencer@trane.com, 469-442-6055 iv. Sales Support: Chris Teller, cteller@trane.com, 917-440-2808 Jeremy Lee, Jeremy.lee@trane.com, 913-599-4664 Tina Bossen, tina.bossen@trane.com, 480-490-4502 v. Financial Reporting: Amanda Dawson, Amanda.dawson@trane.com, 832-551-7999 vi. Accounts Payable: Amanda Dawson, Amanda.dawson@trane.com, 832-551-7999 vii. Contracts: Greg Spencer, gsspencer@trane.com, 469-442-6055 H. Describe in detail how Vendor's national sales force personnel and/or project managers are structured, including contact information for the highest-level executive in charge of the sales and/or project management team. Trane has a dedicated Strategic Programs team that drives the use of cooperatives for sales. Leading the group is Aaron Tanck, Director of Strategic Programs. Aaron oversees Greg Spencer, our Cooperative Program Manager. Aaron reports to Amber Mulligan, Vice President, Strategic Sales, who is the highest-level executive in charge of sales for Cooperative contracts. Amber.Mulligan@tranetechnologies, 910-233 -3594. I. Explain in detail how the sales or project management teams will work with the OMNIA Partners team to implement, grow and service the national program. Trane's Cooperatives team is dedicated to drives sales through our cooperative agreements. This team anticipates working with OMNIA Partners to promote the contract vehicle and provide efficient public service to our customers across the U.S. While we expect to do the majority of the marketing work through our marketing and sales departments, we hope OMNIA Partners can assist with launching our internal training program and occasionally fielding questions from our field teams as they are trained and mobilized. We also hope OMNIA Partners will be able to support us with new opportunities, such as new member sign-up and answering compliance questions. I. Explain in detail how Vendor will manage the overall national program throughout the term of the Master Agreement, including ongoing coordination of marketing and sales efforts, timely new Participating Public Agency account set-up, timely contract administration, etc.contract administration, etc. Our OMNIA Partners marketing plan includes a coordinated effort between Trane and OMNIA Partners. We will continue to market the OMNIA Partners program both internally and externally via training, corporate SharePoint site, customer meetings, marketing materials, and tradeshows. All marketing materials will be available in hard copy and electronic format. Our Strategic Program Leader, Greg Spencer, will continue to oversee the program, driving growth throughout the term of the Master Agreement. J. State the amount of Vendor's Public Agency sales for the previous fiscal year. Provide a list of Vendor's top 3 Public Agency customers, the total purchases for each for the previous fiscal year along with a key contact for each. Trane's Public Agency sales under the OMNIA agreement for 2021 was $368.4M. Our top three Public Agency customers/total bookings for 2021 are as follows: Customer Name Total Bookings Key Contact for 2021 Roanoke City Public Schools $20,601,056.80 Jeff Shawver — Chief of Physical Plants Phone: 540-853-6306 Berwick Area School District $20,300,560.00 Brent Crispell — Director of Building and Grounds Hall County Board of $9,696,634.20 Phone: 570-759-6400 Commissioners Suffolk Public Schools $7,052,958.50 Brett Jockell — Superintendent and Director K. Describe Vendor's information systems capabilities and limitations regarding order management through receipt of payment, including description of multiple platforms that may be used for any of these functions. Trane account managers use Trane Select Assist (previously known as TOPSS) to quote and provide technical information for equipment sales. Additionally, our greater sales organization uses multiple Oracle based internal programs to facilitate contracting, equipment (both OEM Trane and buysell), service, controls, and parts orders. Trane maintains a customer focused approach with Salesforce. L. Provide the Contract Sales (as defined in Section 12 of the OMNIA Partners Administration Agreement)that Vendor projects each year under the Master Agreement for the initial three years of the Master Agreement ("Guaranteed Contract Sales"). Trane projects, but does not guarantee, OMNIA contract sales during the first three years to be: $50M in year one (2022) $200M in year two (2023) $300M in year three (2024) To the extent Vendor guarantees minimum Contract Sales, the Administrative Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. Current supply chain environments will have an impact on these projections in addition to inflationary pressures, funding mechanisms, etc. M. Even though it is anticipated many Public Agencies will be able to utilize the Master Agreement without further formal solicitation, there may be circumstances where Public Agencies will issue their own solicitations. The following options are available when responding to a solicitation for Products covered under the Master Agreement. i. Respond with Master Agreement pricing (Contract Sales reported to OMNIA Partners). ii. If competitive conditions require pricing lower than the standard Master Agreement not-to-exceed pricing, Vendor may respond with lower pricing through the Master Agreement. If Vendor is awarded the contract, the sales are reported as Contract Sales to OMNIA Partners under the Master Agreement. iii. Respond with pricing higher than Master Agreement only in the unlikely event that the Public Agency refuses to utilize Master Agreement (Contract Sales are not reported to OMNIA Partners). iv. If alternative or multiple bid and/or proposals are permitted, respond with pricing higher than Master Agreement, and include Master Agreement as the alternate or additional bid/proposal. Detail Vendor's strategies under these options when responding to a solicitation. Trane, Inc. U.S. continues to offer competitive pricing to the public sector per the cooperative contract guidelines. Currently, these pertain to the Harford County Public Schools Contract 15-JLP-023 and the Port of Portland contract # 1153. Trane has established a strict process to assure agencies receive the correct pricing for the specific contract. This begins with assigning a specific cooperative quote number that identifies the agency as well as project being addressed. The process then dictates that the pricing follow strict contract guidelines including list price discounts for equipment, set hourly rates by trade for labor solutions and fixed mark-up guidelines for non-Trane materials being furnished to meet the project's scope. A combination of these assure that the agency is being provided the correct price for the specified scope of work. 0 MANE l /� N = 'ELh NO LOiCS Dun and Bradstreet Report D&B Finance Analytics Printed By:Kevin Celestine Date Printed:06/29/2022 LIVE REPORT TRANE U.S. INC. Tretlestyle(t):i SUBSIDIARY OF TRANE INC.,PISCATAYJAY. NJ)1 D-U-N-S 00-134-4621 Address: 800-e Beaty St, Davidson, NC, 28036, United Number: States Of America Phone: +1 704 655 4000 Web: www.trane.com Endorsementgevin.Celestine@tranetechnologies.com Exclude from Portfolio Insight: Summary KEY DATA ELEMENTS (Formerly.SCORE BAR) KDE Name Current Status Details PAYDEX 71 14 days beyond terms Delinquency Score 60 Moderate Risk of severe payment delinquency. Failure Score 2 Moderate to High Risk of severe financial stress. D&B Viability Rating B,- View More Details Bankruptcy Found N D&B Rating -- Unavailable. COMPANY PROFILE 0 D-U-N-S Mailing Address Employees 00134.4621 PO Box 6820 6,500 Piscataway.NJ,08855.UNITED STATES Legal Form Age(Year Started) Corporation(US) Telephone 93Years(1929) +1 704 655 4000 History Record Named Principal Clear Website Dave Regnery,CEO ivww.Ira ne.com Date Incorporated Line of Business 03/26/1929 Present Control Succeeded Mfg refrigeration/heating equipment 1419 State of incorporation SIC DELAWARE 35850101 Ownership NAICS Not publicly traded 333415 k`— Street Address: 800-e Beaty St, Davidson,NC,28036. United States Of America QM r> y School of Davi on so,.,..r..» ..0.1 no, Davidson College JA OVERALL BUSINESS RISK 0 Dun& Bradstreet thinks... HIGH MODERATE-HIGH MODERATE LOW-MODERATE LOW Overall assessment of this organization over the next 12 months: Some-Financial-Stress-Concerns Based on the predicted risk of business discontinuation: Moderately-Higher-Than-Average-Risk-Of-Financial- St re ss Based on the predicted risk of severely delinquent payments: Moderate Potential For Severely Delinquent Payments D&B MAX CREDIT RECOMMENDATION(2) MAXIMUM CREDIT RECOMMENDATION US$ 2,000,000 The recommended limit is based on a moderately high probability of severe delinquency or business failure FAILURE SCORE 'tJ(Formerly Financial Stress Score) Company's Risk Level Probability of failure over the next 12 months MODERATE HIGH 2.29% High Risk(1) Low Risk(100) Past 12 Months Low Risk High Risk DELINQUENCY SCORE tfl(Formerly Commerdal Credit Scare) Company's Risk Level Probability of delinquency over the next 12 months MODERATE 4.75% 60 High Risk(1) Low Risk(100) Past 12 Months Low Risk High Risk VIABILITY RATING SUMMARY('D Viability Score High Risk(e) I -b it Low Risk(1) Data Depth indicator Ili AIM Descriptive(G) Predictive(A) Portfolio Comparison 5 High Risk(91 Low Risk(1l Financial Data Unavailable 1 ade Payments Company Size Years in Business - D&B PAYDEXO m High Risk(1) Low Rink(100) 14 days beyond terms Past 24 Months Low Risk High Risk D&B PAYDEX-3 MONTHS m High Risk(1) Low Risk(100) 19 days beyond terms PAYDEXA TREND CHART m v4 AThb Company Industry Benchmark SBRI ORIGINATION SBRI Origination Card Score Moderate Risk of serious delinquency over the next 12 months High Risk Low Risk SBRI Origination Lease Score High Risk of serious delinquency over the next 12 months High Risk Low Risk SBRI Origination Loan Score High Risk of serious delinquency over the nest 12 months High Risk Low Risk D&B SBFE SCORE 0 No D&B SBFE Score data is currently available D&B RATING m Special Rating Current Raring as of 11/05/2009 --•undetermined FRAUD RISK SCORE INFORMATION No Fraud Risk Score is Available LEGAL EVENTS Events Occurrences Last Filed Bankruptcies 0 - Judgements 1 10/27/2017 Liens 10 10/24/2020 Sults 7 03/16/2020 UCC 421 02/07/2022 DETAILED TRADE RISK INSIGHT" Days Beyond Terms 3 Months 7 Days From Apr-22 to Jun-22 High Risk(120+) Low Ris k(0) Days Beyond Terms Past 3 months : 7 Low Risk:O; High Risk:120+ Dollar-weighted average of 353 payment experiences reported from 117 companies DETAILED TRADE RISK INSIGHT"13 MONTH TREND Total Amount Current and Past Due- FINANCIAL OVERVIEW•BALANCE SHEET 0 No Data Available TRADE PAYMENTS Highest Past Due: 700,000 Highest Now Total Trade Largest High Owing Experiences Credit 4,000,000 715 8,000,000 FINANCIAL OVERVIEW-PROFIT AND LOSS 0 No Data Available OWNERSHIP Subsidiaries Branches Total Members 11 276 888 This company Is a Headquarters,Parent,Subsidiary. Domestic Ultimate Global Ultimate Name INGERSOLL-RAND US TRANE HOLDINGS CORPORATI TRANE TECHNOLOGIES PUBLIC LIMITED COMM ON NY Country UNITED STATES IRELAND 0-U-N-S 96-330-6712 98-503-3590 Others - - FINANCIAL OVERVIEW-KEY BUSINESS RATIOS 0 No Data Available ALERTS 0 There are no alerts for this D-U-N-S Number WEB&SOCIAL rowan)srnssm* 0 No Data Available NOTES Add Note 0 No notes is available for this D-U-N-S Number COUNTRY/REGIONAL INSIGHT United States Of America Risk Category Consestubborn hikes in h the Fed Funds low Rate through end-2022 un to figh stubborn inflation threaten to slow growth and increase unemployment. High Risk Low Risk Available Reports Country Insight Snapshot Country Insight Report (CIS) (CIR) High-level view of a single country's cross-border risk exposure,with particular focus In-depth analysis of the current risks and opportunities within a single country on the current politlul,commercial,and mecrosconomk environments. and Its regional and global context. STOCK PERFORMANCE History Performance Daily High P/E: 52-Week High EPS: Div/Yield The scores and ratings Included in this report are designed as a tool to assist the user in making their own credit related decisions,and should be used as part of a balanced and complete assessment relying on the knowledge and expertise of the reader,and where appropriate on other information sources.The score and rating models are developed using statistical analysis In order to generate a prediction of future events. Dun&Bradstreet monitors the performance of thousands of businesses in order to identify characteristics common to specific business events.These characteristics are weighted by significance to form rules within its models that identify other businesses with similar characteristics In order to provide a score or rating. Dun&Bradstreet's scores and ratings are not a statement of what will happen,but an indication of what is more likely to happen based on previous experience.Though Dun&Bradstreet uses extensive procedures to maintain the quality of its information,Dun&Bradstreet cannot guarantee that it is accurate,complete or timely,and this may affect the included scores and ratings.Your use of this report is subject to applicable law,and to the terms of your agreement with Dun&Bradstreet. Small Business Risk Insight SBRI ORIGINATION LEASE SCORE SBRI Origination Lease Score : 793 SBRI ORIGINATION CARD SCORE SBRI Origination Lease Score : 860 SBRI ORIGINATION LOAN SCORE SBRI Origination Loan Score : 816 KEY SBRI ATTRIBUTES Total Balance Total Open SBRI Accounts Number Of Total Accounts Ever Cycle 393,163.00 249 80 Credit Card Total 20,526.00 Total Exposure 615,294 00 Time since most 1 Months Balance 507.00 Maximum Age of recent Cycle 2 on Months Lease Agreement232,608.00 All Open Accounts all accounts Total Balance 215,656.00 Total Available Worst Delinquent Loan Total Balance 140,029.00 Credit- Credit All Accounts Card Past 1-3 Months Cycle 4 Total Available 16,500.00 Past 1-12 Months Cycle 5 Credit- Lines of Credit ACCOUNT SUMMARIES Total Current Balance 562,268 Total Past Due 183,966 Total Past Due Cycle 1 38,930 Total Past Due Cycle 2 28,233 Total Past Due Cycle 3 14,209 Total Past Due Cycle 4 4,748 Total Past Due Cycle 5 97,844 Total Charge Off Amount 49,732 .... lat.! Original...lent/Currant (arm. Total Current Tow 0.1 Peat 0. P•ot D. Peat 0. Peat D. Peat 0. Chet9004 1..,1<.. 02111/2.2 07/11,7920 79.909 .9.909 1.0.0. 0 0 e o 0 Torre Leon 00/11nooe Imo,loos 5.091 140.029 7.5. 1erne Lean 05/11/2022 0422/2020 52,00 51,00 .0.026 0 0 0 tarn Leen 0031/2612 0979/201 9 15.74/ 1,99 1.9.029 0 0 0 0 0 0 10 0 ovasnols 62/20/2014 15.1. 2.4. 140.029 0 o Term Lean 07/11/2011 0.10/.00 07/2112013 2211,25 0 140.029 0 0 —n.1 .9/1./191• 99/01/2010 22.770 2.4e+ 12.129 2.409 0 2..0 0 0 0 Zen:m.8 oorsor/ol 3 09/25/2009 61..0 2.425 .505.771 1.212 3.212 0 •a^•_.a1 oonono61 0037 200+ 2+,77 1.011 265.77+ .+ 92 0 0 0 0 =moot 09/1/1 0012 09,22/1009 29.99 1.070 22.77+ .9 9. 0 o e o Z-1 0•/503 2 012 00/10/200+ 10.5 21 112.1. • 0 0 v 29• 0 0 09/10/1011 0.192009 10.22 21 .9.09 2. 0 0 21 0 0 0. •2.111 lononol2 .2211 9 0 /1 /1/107 1/112 2 .2 .1 2.261 u+ u+ 619 e e o .„M1 9 .�, 0.12019 11/30/2.2 61/1./1./1 u . v .077 0 0 0 0 0 10 1100'00 0 0 0 0 .1'00 04[SOC .119 1110.1 0101//460 [001/4 U. 01040400 •�� O 0 0 0 0 0 11445.0 0 0 SI 00040410 1100.40 ' a.. • 0 O 0 0 0 1141.51 0 .0. 0101/11.1 COO4,V. 1001/1090 1$0.0.A. 90.1 O 0 0 0 551 001 6[('500 400 0 01 000010.90 100404/11 0.111/11 ' ...6e e o 0 e 0 0 ..... 0 .O.K MUM. .01/0001 CCOUC0•0 ' ,2/9I O 0 0 0 0 Ola . 0 111.01 •C rt01H1/40 01W.I. 0.2/11/01 ' 0 0 0 0 0 0 Oil SS{ 0 •5 et 110041011 /00002/11 01041411 ' o 0 0 0 0 0 1111,111C 0 0 0 5/0010110 0000000100 0101/.411 """"0` .991 O 0 0 00 •[[of 0 0 01 01041010 110000. 0101/.1110 1.9999...•0 0 0 0 0 0 644 100 0 400 SI 0001/11,00 .000010 0101/10111 loo......, •000 O 0 0 0 0 0 6115. 0 0 0 100401/10 0104/10/ ' e e o 0 0 5[[5.1 0 1151 SOT [x045410 110041490 110010901 ' O 0 0 . . u(•nc .9 5509 . 01041401 SIo,e0w0 ' 99.1 e 0 0 0 0 0 110.1 0 0 01 SO.M. /1045411 '"""^;°� O 011 011 011 0. 0. 11(1s e. 0 .T •1041410 110401/10 111000410 1...•..... 0 0 0 0 0 0 e1 CT. 0 o n 01001400 900004. 1100110 O 0 0 0 0 614'000 0 CC•C60 •C CIOICU01 0.01/4401 010410/01 .000ye♦ O 0 0 0 0 0 1144.. 0 0 01 01001.10 000101,90 11001410 '""'.i01 O 0 0 0 0 $44 5•0 0 0 01 110000/00 01045410 1 �. O 0 0 o e o 64.0011 o e . ...Al /100/010 4.9....;°' •• 0 0 0 0 1/.11I0 0 C6 •1 STOV11/190 1101/01/[0 •1OLI1h0 [ O 0 0 0 0 O ..CS. ITC O 11 6002/0411 ....P. 110040050 I ,a.,1 O 0 0 0 0 0 44055 010 CIS ex SL0u110I 1100040 •1OU.•10 ' , , • O 0 0 0 0 544 500 0 0 11 40011490 500001 60 01.IS.. • • 0 0 0 41 S. 0 0 4 1/040400 •../0410 [ ,4,1 O 111 [ti [41 ill S. 44'5.1 0111 910 . 110404. •100010 I 000Sr • 0 o S0 . al 11.1.1 109 O . •1041 VCO 110401. .00[010 ' 99.91 o o 0.4 001 MIT 1011 •[[101 0500 0 SI 1101/001. ,[0001/. 40401/10 1.9.9.409 „„1 0 0 0 0 0 o .11. 0 0 4 10401,10 •104.010 .......0' O 0 0 0 0 041,100 0 0 4 .001000 110001,10 510001/00 19�. O O 0 0 0 4430C 5 0 .1 5[01/[1/. 110401,41 0[001100 1,........ „..I 0 0 0 0 0 64[105 0 1115, 11 .00160 11040011 110401/10 .4001 O 0 4 5[ 4 LTC 4[10C I. 111 .1 11000Va0 CM/9V. ' O 0 0 o O 614<OT It o .I •1041010 1102/0411 0100/1/00 o e 0 0 0 11[16.1 .. 0 01 1101/04. 91041010 ' 99.1 0 0 0 0 0 044114 15 0 •I 0101 11,. 11000190 0100.1140 ' O 0 0 0 0 0 •44•555 0 1511 et 11.01/00/01 010000110 """,,,ti O 0 0 0 0 644511 a o . 9101,01,10 010401.00 SI..0140 ' �. 0 0 0 0 0 44505 151 40 SI 010001101 1110010010 100 9.•W 99.1 O 0 0 0 0 541 S.1 111 011 51 0100/0(1. 51005410 I.... O 0 0 000 011 051 014500 509 OIC 00 010C 0140 50040000 'WWF. .991 O 0 0 0 0 1114,110 0 •il .1 4 0SS010 99. 110011/CO CIOUOU. 1101/90011 .07:,..,-; 0I 0 •:01W4 .:01....: _74,, ^OI+O i 6z 14 , J;we 11+�0 �uw.y..,..0 O.O0,.0 04y 1'0P...1, •,.O O •o +wl ed, Ong .14 00954 149445e<244.t tornot /HI C.n.O IONr w .4 t rO. r0. aroot0.0.. rt 0.7 o•. C.20010 .0 Try. 12.441 0 .0. O3.011• 07.44 0.. 072,..0• 0. . 447 1.544Sarre• r. Mr.40 D•. 1.401 0707 2 CycloCy.3 00454 C75 04444 004.10 07004002 eta wine so 0 0 206770 0 0 0 0 0 0 Hnoront y^•f 0442/2002 0547/200• 01014010 2.70 0 925,01 0 0 0 0 0 0 Lore 07440015 054/2 0007 12 0 0 14!.77+ 0 0 0 0 0 0 y,....t 40010010 10//012090 00020020 22 27,970 550 155.7» 0 0 0 0 0 0 omen*. saneness 1• 2.201 14 225.770 0 0 0 0 0 M...r•1 09,...07) 00014044 02 0140/2007 25202 »11 19 2» 225.70 0 0 0 0 o yr.rt 0.020022 02414003 05140011 2.621 0 322.7» 0 0 0 0 0 0 Leer 04/14001• 11424015 IS »2 0 25,770 0 0 0 0 0 Le...r,l 049.001• omen, 104040// 10 0 »7 »27» 12 +2 0 O o O 2r 00000020 01/304009 09070212 90.979 0 125.770 0 0 0 0 e 0 2.1....01 Ort ./144016 100000» 14 762 22 22.7» 0 0 0 0 0 L2rss..lt 07 e021102 /4400 000244052011 2 9 0 252,772 0 0 0 0 0 0 y,...l 044000.0 04400002 0201/1011 20.994 24a. 195.770 31752 0 0 0 0 31.722 40.1444.802/420044 Leer 10 004015 19 2,744 421 225.774 0 0 0 0 0 lam. 0104/102 09400004 12000010 45 0 0 251.770 0 0 0 0 0 0 091....1 14.2 00420010 05174402 07/214010 2x00 5492 25.770 1,071 0 0 0 0 1.071 20.....1 �.....7 04/2/201• 01400016 19 101 102 2.5.770 0 0 0 0 o Ir. 024110010 04404005 240048005 15 0 179 255.779 0 0 0 0 0 0 091....,1 ,094....1 04/24016 04/10/2011 01010011 12 0 71 025.773 0 0 0 0 0 .1042140//000 10400011 40 90.12 9 26779 0 0 0 0 0 ::,....t 01.07.2 MU.. 1040/2002 2 0 240 20.779 0 0 o 0 0 0 14.4 05044014 12404010 240/2012 II 0 144 145,770 41 41 0 0 0 0 0,44.4.14 09,07..) 04/140012 07/2e0025 22 w 44 102.770 0 0 0 0 0 14.• 002002 02400000 0/05/1011 14 1J00 0 .5.770 0 0 0 0 0 0 41410/44.4 y...,,..t 0510.2 04/164010 21 7.457 0 421272 0 0 0 0 0 144.401/11441• 00400025 2 1.000 0 401.770 0 0 0 0 0 ,1.44.4...07 010200 . 2052. 11 0142004 11/ 011 12 0 0 5770 0 0 0 0 0 0 2 5.7 Her 014400074 1• 04010 0 0 19 » 0 0 9 0 0 ,1007)2..7 0404000 eono/sots 19 w• 0 00.779 0 0 0 0 0 y1�t 554]4414 00/30/)44) 01414200 15 22!07 0 067» 0 0 0 0 0 y�7 04142014 00/001»11 19 344 aH 142.>» Il• 22 o 0 0 0 N1.•r. 11400019 •1414410 44070010 0 IAw 0 $55,1» 0 0 0 0 N....rl 1511.10 11400.00 09444000 H 0 1 102.770 0 0 0 0 0 0 .ne.w..l 0010402 02010010 11 9,444 0 242.770 0 0 0 0 0 3.....7 11/15.20 254+.)0 100520. • 1250 a 305.070e o e o 0 Woo 0442.16 0500.) 07414011 119 e o 314.771e o e e o I see. e,...,1 a1n 14.• 0700.20 0)0107 u e e 27,7» o e o 0 l••••�7 osllsno16 .004416 H »9 0 267» o o e e o o 012..,7 6200102 1100.. 02414007 14 0 0 262.77+ 0 0 0 o e Hera 0410/2016 24011009 2 0 0 2.01 0 0 0 0 0 211.4448 lor• 7 10..16 02110002 H 4.2H o 3147» e o e o 0 .4..t 07/11002 name. . 625 0 29,770 0 0 0 0 0 0 •,.1 Leer...7 052.2 ./20/1010 4401/210 . e 9. 262073 744 148 m o 0 0 Leer ..l.�t 04100015 11044014 II 044 222 253.772 14• H H 0 0 0 teem 07410012 21110.00 2 710 0 142.710 0 0 0 0 0 0 40/444.89 2944441010/110011 1601/20009 s1005/01142 041 0 325,772 0 0 0 0 0 Loft*f„t 0414.14 11100014 2 516 1+1 303.770 O 0 0 0 0 Irmo 22..401 0741002 151440. 14 644 0 454,770 0 0 0 0 0 0 0722..2 .486.2 1212112009 052.2 5 2090 0 1811 770 0 0 0 0 0 Lel�ll 0404/2010 3040 4014 10 1.320 507 495,770 0 0 0 0 0 e �7 0741.2 152.07 2 0 0 »3.01 0 0 0 0 0 0 11...71 0740/»1• 27130.10 II 0 0 250.775 0 0 0 0 0 Oa. lote. Current Tole.Currant letal Peet tett Dee Stet On• Peat 04. 11.111... Cltage041 .,.. 1..). 1,00,1,4 Open 0.t. Cates O.. Ott 0s*t.Coesit 11. ~� •+tae Wei.. Ono Centel <n.2 <09.3 Cycle. Cycles .,.6...1 Lows 04.1.201 07/102014 •0,0092.,] 024410 07/10/1004 10/11/200. 1 1. 0 3.3.7x1 o e o e o 0 y.«...a 0.1,2014 10102010 0925.1015 1 0 1136 397.702 1.016 454 24 424 24 0 y,re1en1 0.441 0)/170014 IS au •1 24.72 e o o e o �,;e,iiil 0).'/10010 03/102004 1 110003 1 2x 0 060.3» 0 0 0 0 0 0 bnteene.tleato 01/04/2011 0/7302010 10 0 16 21.72 110 1• 0 0 0 0 S OM..,t Of)0/1004 04.102002. ),1f 0 150.019 0 0 0 0 0 y�•..,t 02725,4010 09/100004 11/11/100• II 172 0 )116.771 0 0 0 0 0 O yr,.e.t 0,10022 01/20.7011 , 2.970 2.370 260.770 0 0 0 0 0 0 b,..r,t *4/1]/10.3 01/10000. 06/010005 IS 0 2 7.3.15 0 0 o e 0 0 ,Cb�,ee11.1 1x03/201 07/10/1005 26 0 0 107,175 0 e 0 0 0 • 431..... 06/700001 01 2,12111 0924 x001 10.42. 0 269 13 0 0 0 0 y�..tt 03101/001 0472.021 1 719 791 1.1,775 e 0 0 0 • 0 y.«w•t 01.4 2014 ox 10.)009 16 1 0 0 310. 3 0 0 0 0 0 • 0 �t 11100/2010 0)76/2000 01/122009 0 10,600 0 1.5,71 0 0 0 0 m...� 0022221 0x.20.2021 1 711 7 19.779 O o 0 0 0 0 b�TM1 12/31/2010 ton 00004 02/11/200. I. 0 2 )•1,771 0 0 0 0 • 2�mm,t 0x,0.7001 06,2.201 2.444 0 9.9 779 0 0 0 0 O 0 0,ne,a.t 01/31/2022 02/10/202 1 2,041 2,042 14322 e o 0 0 0 0 yle�enel 0972x,4010 03/62001 10 2.000 1•).770 21,050 re* 01/01/201 1007.202 4 31 11 )97.70* 0 0 0 0 0 0 .r...«t 01/02001 07/00.1000 07/11/201 1 0 10 285,770 0 0 0 o 0 0 a704 201 eo..tent 04201 0.021 . .0t.,...t 05/11/2022 011/20/2020 • 1,92 1.11 1.027. e o 0 e o a ;�,�m�„ 04//2010 01„02010 21/01/301 Ie 41 570 111* 10 405 41 0 0 0 H��t 0.1.41 04/2.01 IS 1.054 0 351.71 0 0 0 0 • L.*.�... 192141 852.070 4220. o 1111,774. 0 0 0 o e • est 02/132012 07.1,2004 02/092010 1 0 0 385,11 e o o e •teats e 2 m...� 0.12010 04.101 1 1 15 113.x015 IC x 0 9, 0 0 02 O 0 0 L.A. 0.11001 03/1042 • 1.41 1.41 085,770 0 0 0 0 0 e 7374...«,l 01.021 1220.2000 1 0 1 3.0.71 0 0 0 0 0 erteeett 01/0020111 04/30/2014 1 9.3 2 1.5.19 • 0 0 0 0 y,e...e,t 01.12011 0..2.,220 03260021 I 27.040 0 203.075 0 0 0 0 0 0 N,Yent 01/04/2014 007300006 I• 0 2 2114.779 0 0 o e 0 0 77.7-- 0721201 .24.21 60 14.100 0 )40.7)1 0 0 e o s 4.1 0 1,110 02 ,1 021 09 . 020 22 0 112.779 I 0 0 0 0 •.eeee.t 0.117201) 07202004 020732010 1. 0 SO ).5,775 0 0 0 0 O 0 1211.21 09202020 52.200 0 200.770 0 t 04/12016 01/10/2009 Oan.n00. ,• 0 00 1.3.775 N So )0 0 0 • 01.0•2014 0,101014 2484 0 200.770 0 ....tent 1.1/201 854/20)0 2.1 21 2 0 1. 9 0 0 0 0 0 e,«.a.t 010.011 07/10406 1011/2011 1• 0 0 11.70 0 0 0 0 0 0 4�wt 04/1.01• 03/30,201 1 1 1,104 O 1.1. 0 0 0 0 0 e ;ro,Y„t 04214/1 1220)011 0 14 64 III 770 0 0 0 0 0 0 b,MMt 10/04011 10/10201 07/410011 1• 0 0 397,15 0 0 • • .4.0.«...t 0210210 0120,2014 IS 11 0 36177* 0 0 0 0 r laese 40re.+et 050410011 107312010 57 *2.790 1.799 )11,779 0 0 0 0 0 .e.e.,3 04.14201 01002010 ,101415 )• 0 0 111313 0 0 0 0 • (wrroot 10141 0.4roz4.1 1.40 1714 1.4.44.. /1.6.1. 0644%0.t. 7,494.1 D. 9.73,.0. one 7.211 tin. .M, 94.23• •+r.. 02. 1 077 is 1 C,.2 05.14) C904,4 0.14 s 23.0.01 y�•arar1 04441256 01/001201. Ie 1.030 00. 395.779 0 0 0 0 0 14.4 02/12/.12 07/100001 01/11/0010 1. o e .117. 0 0 0 0 0 0 91 09011012 o90ono., 1. 7. o /91.77+ 0 0 0 0 0 0 yti.,w1 000112012 10/300011 9 944 x4 1)0.779 0 0 0 0 0 0 loom .0 1 0./0400. I0/0000003 ie 39 I. 5113.770 0 0 0 O 0 Agrownert y�w1 02/21/2010 054011902 020104004 10 0 290 390.770 0 0 0 0 0 0 0132.6 01,100011 12.32015 12 65 0 161.77. 0 0 0 0 0 y...wrt • t 09000010 1000/203 0 0 5.0.770 0 0 0 0 0 0 1 09/11/2014 .00003 I. 210 0 305./79 0 0 0 0 0 0 o9.30no19 1001.103 149. 1.69. 1.3.779 1.30 0 0 123 0 47 y�.,w1 13/010014 05/00/00. 004172004 19 20 0 )90.779 0 0 0 0 0 0 le . 07.10003 0110103 3.91010 x 5.644 70 105.779 0 0 0 0 0 .�..1 Nom. 06414022 00504014 12 120 120 193.770 75 0 75 0 0 0 0 nit 011.54 10131.. ova... 51 70041 0 195.1,+ 0 0 0 0 0 9 .Mt 0144/301. 00723 009 I. 0 0 35.77/ 0 0 0 o e a 0 Tar. i tee. 9 00.00.000. 1240..12 o 0 In n+)0)7710 0 0 0 0 0 1 0.000 01/2.004. 0/00.7 a 11.319 o so>9 0 0 0 o e o 01,1 3011 012 P1007 0.111011 11. 11.117 LO.*134/01 0000/1019 01004019 1. 3. 5..712 lee 0 0 0 3. 0 tom 1105.0. 0.154 0 0 1.n1rn3 ,01;1,1..1 1111/0... 3 071. x07 314.1.,.779 e 1 . e e 49042.202/..1 ..ee C.•111 9/14/30. 01/070012 0 5.91103 04.01rn5 5.3./03 115 31.30 1.2. 35.3+ 0 0 0 0 0 01/01720. 1.0.14 1 5• u 55.779 0 0 o e o 0 ,� 1 0.91011 0..29/0004 02 330012 . ..4* 0 3537+ 0 0 0 0 0 <..In Co. 07/510001 012009•41 .000.7 a 2.5. a 91100 0 0 0 0 0 0 01/01.14 .n0/0oo9 50/014 54 71446 o 1.1.771 0 0 0 0 0 e.w.art lea. .ar7 09/0100030 1200/203 3 1.122 1.31 0.779 900 0 0 900 0 0 14464 Mt 11.74 2010 07.01,03 27.900 0 15.779 0 0 0 0 0 c...no-e. 050/003 .4909111 .0. 006 0 0 e 14160 o e o 0 0 0 I....t 010//0020 02/10/2019 9 260 2 300.779 0 0 0 0 0 0 174.1 M, 07.11.2010 0.0/7000 1 01.002 503.774 13 111 0 0 0 <w11 Caw. 09000013 03.11/0009 1100/0009 12 1.300 x460 3.713 1.44.4 02.3./0014 12 29200. 0233 303 .. 1).032 o 1113.77. 0 0 0 0 0 4.19ww.t y.�wart 09400010 /2004015 1 .4 9 !*3,770 0 0 0 0 0 0 cwn C..4. 02/3.0010 12/1312009 5/200010 x 1.0. a 36.440 o e o o e o 14. 0.140016 ..20103 a 1..12 65 35.719 0 0 9 0 0 ....nt y...w.n7 5n 0/0000 024500. 4.600 0 900.779 0 0 0 0 0 0 u4w1.Cara. 300/0012 .1070010 0 2.12. 609 x340 0 o e e o e 144441 104211/005 0510403 3 2410 0 35.179 0 o e o 0 I ler. •••••6111/11 10/310003 0..000 0713 room 1.12. o x1,779 0 0 0 0 • 0./0, 0.000011 0124 1006 a1 3.194 0 1.1.77+ 0 0 0 0 0 10./2015 013 0 2011 C.411 Car. 1201 12/01/005 0.31/2001o 5..o. o x440 0 o e o 0 o 2407 2311 N,�..1 owl moos 0941.001 0541/2005 1 32.15 301.772 0 0 0 0 0.401 Cara. 12n mon 10.114001 .00/0000 o Lo. 0 511.4.0 o o e o 0 0 .v9d 9714 1.444. ,1.. 003.0*. CO...04. .1� 2 x. 0 0.410.191341II. 1�M.. ' 0.4 -' 17441.41.1 <r..a9441 0x1.3 <7.33< ;.,.3 � • *Il 1.4 5. 1, 0010 01010 47,197 1. 77* 0 0 0 0 Cron(.4.• 05412022 04,004004 117. 000 0 0 0 ..440 0 0 0 O 0 0 •07....11 0141201/1 01/20x.5 le 419 a 5531/15 e o 0 0 C*it<«0• .114002 0•/21/1099 11/.20. 0 O 0 34.40 0 0 0 0 0 0 y�r4 114040. 10/014044 20 0.010 0 505.219 0 0 0 0 0 7�•9•31 10x1/2146 Or/014014 7134 a 5091)9 e o 0 0 0 .a.�m.,1 0440205 !140/2094 0,014016 . o m 5, 91» 0 0 0 0 0 y,�,�� 04704,2077 441/2014 7,527 0 113.771 0 0 0 0 0 00,0000104202011 0141/2015 1}92 0 .x.110 0 0 0 0 0 ro+l 010...•1 o.n.o. 0.04010 09/2x101x . 01. 1. 0 0 .9.770 0 0 0 0 0 a2. 1740., 044140. 12,10 2012 . .2 240 104770 /1•.497./2 10(29440 0210140. 10.945 15,179 0 0 o e o 0...9•4.1 .214011 .414010 1 2.101 15,779 0 0 0 o O Lew. 11/211.40030007 114003 11414.1 15 4.45 0 3119.773119.773119.77110 0 0 0 0 0 loose 02.4015 la11.10 4391 lex 15.179 14 945 0 0 0 0 9 ,•,1 lora 110/31 ROW 014.001 59.071 a 31147. e 0 0 e a .212011 04.01/2010 112 11-65 .3719 0 0 Lome 1OM2010 0KN.4 1 516 .5720 0 o e 0 1.09•47747+1 0 O�.«.4 07414010 10/01144 1 9.10. 905,119 0 0 0 0 0 76.76 a..-.�1 001/2011 1. .111.1.11 0.199/ 042.140 19x.719 0 3, 0 0 0 1,69 ro3• 7 04404010 10414002 14.101 195.119 2034 05 199 193 1,192 �•� � .20/2011 0945.2004 24,134 1.64 10!.179 522 722 0 0 0 0 .iyr..in14•.1 07414.0 10/014007 I 0.70. .1,171 0 0 0 0 0 744. .204010 02/24.2005 0219.10 60 14.515 1.0. 1315.1. 0 0 0 a1 . �•..+�•1 0x41/1011 1011440. 09/044011 " 2..1 35,7. O o 0 0 tome 774.4 3. 1 114040. 11414.4 31.2. 0 3. 17• 0 0 0 0 0 )9 .•-1 12101(2011 .2120. .474011 43.0 115,1. 0 0 0 .r 0 01140 2016 094120. 41.225 1..0 505.770 1.470 1.5. 0 9 m�1 09/104005 04412004 e7/02/2005 1 4.402 515,7. O 0 0 0 12..-2011 002620. 12411011 11/ 20.174 22 102.113 0 0 0 0 a•...ry 1014x.10 1041406 1 1.,054 301.771 0 0 0 o 74:m4M 0141444 OP... 412. .4 .3719 0 0 0 o e 0 1474•4..311lows 0/04.4005 159203 345.1 311.0 97 0 1133). 0 0 0 0 0 9 •9493 ..102011 0x/1•]009 10.295 .4 59..9 254 0 0 4• 2. 0 0 a..w+7�11 Lame 1210/4011 0171140. 09/15/2011 4.720 211,). 0 0 0 0 9.4. tl 0100 07//14014 01022010 20.1. 914 .5.779 0 0 0 0 • 0 '470•»-491 07/154003 ./01/1x4 lass o x303 o o e o e 0�m�3 0/21.2.1 0125.2000 9 v..1/ a 6s rag o e o o e e •v .�) 06.02011 Hnxnoov 41.40 1,51 anon 5 6 091 0 O 0 v �1.444 01,11 2007 021/4000 04/04 2001 143. 0 1 37. 0 0 0 0 0 0 77...7.«1 .non., 09/29/.09 213. 1101 103.1. m .7 e o o e 4.09/474-.44/701112001 0241/.4 14 . x• 0741 2 4.400 0 . 719 O 0 0 0 3474 201 .170(4011 06.120. 24.1. 5. .5.771 504 124 0 0 0 0 ro14.04.1 03..2011 06.14.00 10.24 )54 15.770 474 0 0 154 0 0 4.74.44/.4., 4/21x010 .5x112..! 1020x.9 19,110 145.019 0 o 0 0 7774•..4, .212011 01/25.0. 4.31241 45.000 0 .5170 0 0 0 0 0 0 a7..737�7 01414.7 02/01/2000 6/0.0071 20.700 0 71!.179 0 0 0 0 0 0 /17.4•..1 470.011 441. . 77 01 4212.1 14.9. o 5. 9 0 4 0 0 o •e 0 Pee a.9m.M.,,7.0.7...1 1 .4 Y1Cycle2 «,21.1 7.1Cyc . C,. 5 C7....Arren,e" 05/310005 03/110002 22.301 0 335.733 0 0 0 0 0 aoroaaaat o o 02 2.2015 11/1 20. 45.011 065 345.779 000 1565 agreement CM001402000011 Con. 030003 O20000 02/13/2001 0 0 0 14.430 0 0 0 0 0 0 1 1 12/31/2012 "nano." 12.5. 531 303.333 0 0 0 0 0 0 Leone 07'11 2.6 05091001 05./19000. 04.042 120 779 0 tore 0.10013 22/110010 53.440 1211 333.773 1.213 0 1.1. 0 0 O 06021.0 01.0.097 03 111001 0 0 36.460 0 23/310003 024112000 0/040001 20.300 0 33.770 e o 0 0 0 0 01302014 0001/1010 41.225 4430 333.71 1.90 .70 0 0 0 0 lora 1/2001 00/1604 24 21.513 0 005,771 0 0 yr.•m..1 12/11/2014 01/2010 41.430 1.340 345.321 1.033 0 1.93 41...00..4 0 0 0 12 Cr41 Con. 04/020005 10410/1334 /071002 0 0 0 33400 0 0 0 0 0 a 00 0 17.:-.. 01010010 02E010000 12.045 3110.174 ▪ 0 ♦9..4.n1 Of/110014 .0410 11.334 415 30 O 0 3.331 0 0 0 r. 00O te 40«7.44.1 12/110002 017100333 030.002 13.100 0 135.330 o O 0 0 0 0 yrrwl 003310010 100011000 03/32/3013 23.600 0 395.773 0 0 0 0 0 0 1202/2015 04 0.005 1.12014 4 .00 0 30.460 • 0 0 Le... 0313100 1010 03 02000 03/0411. 03 1 25.440 0 3 .331 0 0 0 0 0 0 Loewe 124 00110014 0301.1010 10.304 354 105.239 0 0 0 0 0 0 yr�m.41 030 moos oln712000 0104/2005 33,232 345.235 0 0 0 0 agnemont Cril Coe 0.10011 01/120391 03120004 1 0 34.400 0 0 0 0 Croce. . leo./ 07 110007 010.0. 04.0.001 21.046 0 30114 0 0 0 Pg/wenn. lone 0 1 013000. 0/030003 31.445 1.931 .5,220 159 131 0 0 0 0 0400/3003 10.1571.44 10/1500. 13.330 345.70 0 0 0 0 led 9 1 01300013 0.010009 12.333 .92 .5.771 1,212 1.1. 0 0 0 0 0 Ca -1 07/3 0002 024110000 0441.0.1 2$,5. 0 333.2. e o 0 0 0 0 0130009 0103.2009 21,225 1.013 395..9 504 los o 0 0 0 9 123 1100/2.1 03106/.94 O3/060001 3,452 0 75,73 0 0 0 0 • .7300013 04/1112009 10,95 204 305.120 214 014 Panyonot Creel/cora. omen°. 0112v004 14.034 3440 0 0 0 0 0 1 01200013 0.100. 24.003 1.143 .5,773 92 977 e o 0 0 Agemonee loose 06 30 2003 07... 1.640 0 1111.770 0 Cram e.cor0/000019 03/03/3130 1.105 3.430 o a o 0 0 0 Igreeneet 0211 2007 0201.00 04040.1 10.241 0 345.7. 0 0 *373.01.77 03/100013 01042000 10.295 354 295.231 23 0 0 154 0 0 o 01102004 04 500006 0205/2007 2 11.5. 1.421 30.4. 1111 y...0t o313Ina" 0141)/3000 04/040.1 20.341 0 333.33 0 0 0 0 0 0 o o 0111/2022 .212000 01'21 2.4 4.750 0 10460 0 0 avow4 0001014 100010 35A. 1.2. 3115.774 0 0 0 0 ./10 o a o 0.10007 07,10,1002 0110.05 305.779 0 ogreonoen 324.00..3 03/110014 034120010 ..213 116 333.333 0 0 0 O 0 0 1 03010013 1.10010 .010013 13.0. 0 345.221 0 0 0 0 0 0 LAgreamon. 041310004 120 . 12000 120503 2.11. 0 133.121 0 0 0 0 Leone 00,11/.14 07012010 19.000 60 1..779 0 0 0 0 .30.44.0./34 02,010007 02/01/2000 0424000/ 20.31 0 105.331 O 0 0 0 0 0 yrrmm,t *gnomes1an311000 041242003 11..4 0 355.221 0 0 0 0 01300013 09 15,2009 MC. 1.041 3110.779 1. 520 0 0 C.I.Conte 11310.11 ocoanoo3 110072006 414 16.440 43 . 0 20 43 Wr �4 0.14003 °01.2000 04/0.041 20.333 0 .5.339 0 0 0 0 O O 3073.77e4 03/31/214 07220010 10.040 754 503.90 0 0 0 0 0 0 049.41 Anne.. C.freeot 0..400 1.. leo.. 04944.. 09..0.. e.. 1414.....,. C..• ...6.. e.. _. Cn 2 C.3 5 .,46..1 O.ne,]0or 0,/01/2001 07.062004 1.44N0 Irw1 002 .0703] 06/14.0 10.10. ]34 315.7. 6 0 0 114 0 C.411 C44414 0311.021 06.7.01 00.21.2011 0 3600 0 o l 0741/6.7 o2.... ../0.7603 20,70 0 02,79 0 o e e e o ;�,�*r 6520..3 07/2.2000 022mo. . .. .5.77. 0 0 0 0 11..011 12'29 2008 0..2011 30.507 0 .5.779 o.e..<.e. 03n m.] 05/17.006 06/25/20011 0 0 39,.0 0 0 0 o e 0„•„.,I 06.02013 090/20. 211,703 1,]]4 395,779 e. 02 0 0 0 0 0141.0. 05914001 10/20.0. 4 9.152 309.9 0 11.2.4.64, 03/31/0. to0370200 11,]10 0 .3 71 a 0 0 0 0 e yew. 0701.007 0]/00000 04704.001 10.15 0 405.7. 0 0 0 0 0 0 9 �.lora 09/30.005 .771700] 01/2112005 . 1.1. 385,7. o o e o 12. 2 1.014 l]n 3030 4071 >061 1057. 1210 0 6617 0 0 • coed.we. 0solno12 05/14/2002 01/032010 ISA. a 11.00 o e o e 0 .444 0370035 3171.10 55,006 3,299 113,7 ,] 0 309 0 36911 0 0 0 0 I 0341.014 .7752010 34666 1609 395.779 0 0 0 0 0 4 CP...<4..0. 65.7.022 0695.x02 01 7.000 3.000 0 14,460 0 0 0 0 0 y�..,..,. 07.967 0]01.000 0494/2001 19.510 0 111.»1 0 0 0 0 0 0 `,0%�,,. 01.0.20. 1211 2010 50.591 1.095 095 705 1.099 1.095 0 0 0 0 yrww. .5400000 1]27/.06 ]]/10/2001 4 0.0. 0 353,776 0 0 0 e 5:4:54.. M... 0719.0. 55..6 1609 105.7.9 0 0 0 0 0 0 <r.11 c.v. 05/31.022 moeno03 02/01.003 0 0 30.400 O 0 0 0 0 Agron.., 0./11207 02.01.000 02 0.1.001 18,915 0 3.770 0 0 0 0 0 • 1.4944 ro�^t 0431.014 07/19/2010 55.996 1.209 301770 0 0 0 0 0 0 544. 1 01/154002 0/053999 7 0.61. 0 .5.771 0 0 0 0 0 4..20 44....C. 03.1.022 02.1/2001 0/2120. ]0.000 0 34,00 0 0 0 0 • e»-.I 0741 x07 ono... 0042001 10.15 0 565.7• 0 0 0 0 • e 40/44 0147. 00.1.024 07/19.010 55.06 1.209 1.5,7711 0 0 0 • 0 • 0531.107 07.]19» .011013 19.150 0 34.440 0 o e e e s,�,.,.1 •07/310.7 ova oneoe 0404.001 10.5. a .179 0 o a e • e 0 .1 C.. 0531.0]6 .191/.05 077 0 30400 0 7007 0 , 0 0 .. 0 0 • 7...le. 02.2.2009 0.1 1/2004 7,74 1.135 140,020 113 321 0 0 • 7...1..11 10.0.4008 1004200 .40/2001 7 12.001 0 140.029 0 0 0 o e o . ee oo0 0C t . ./10719 /05.. 1,0. LC'....." 00/01.01 0307.02 f,oeo 0 0 0 0 0 0 o e =1 •1194/20]1 t 50. 0 0 0 0 0 0 0 0 <M11 0101.022 11.1 414]0. 7.000 0 0 0 0 0 0 0 O t':...17' 12.1.0]0 05/042039 2 6,3.0 0 0 0 0 0 0 0 0 • Crs01.Care. 00.1.0. 16/01.014 4 1000 0 34,460 0 0 0 0 e e 3 osnsnool 02/15.9. 14,15 0 3.,71 0 0 0 . o 1.44 .�..aa. 1]442001 00/01/2000 10 5,121 0 21•,79 O O 0 0 0 44.n.n. 0.7070709/25.000 39.01 len 105.7. 939 599 0 0 0 0 �,�;,,,•,I 107057003 3001..56 1 ]3670 0 395.,7 o 0 0 0 0 c�..�l c... memo. 12/01.11. 0]70)/2006 30,000 0 14.4110 0 0 0 0 0 p 0 0 0 O 62 210( 0066 1062/ < [1906160 lNUtc to 6666, 0 0 0 0 090'92 0 0006 11002/12/10 1661/101/0 [2001(60 1-9112., 0 0 . e 6.146 0 6662 1 21006066 14011601 210.10 ,---.;e. o 0 0 0 O o 0(1001 00 6 010.002.120 120012/[0 �� 0 0 0 0 0 666601 0 0460 0000 1001 91000/1/0 e.g.. 0 0 0 O 0 096. 0 0001 214.010 [[02/1060 •Pe.9112.) 0 0 0 0 0 0 626104 00 .. 01429420 0[02/[1/60 ,.....•..e0 0 0 0 0 0 0 010'001 lH 602 0 /002/01/00 1002/10.0 1..... 00 0 0 660160 00[9 [0010[/60 00020000 600000/.0 ,.........,o, 00 0 0 0 091.96 0 00211 900002/20 0461/10/[0 2202/12/60 •f1.,eV., 0 0 16 10 06 06[ 661 Ot 001 0 00 01020011 90020190 2002/0110 1......• 6••.., 0 0 0 0 O O 4166. 00 < 9102/01/0/ 0240060 1....�., 0 0 0 0 0 0 611100 0 11000 01400110 2690/61100 6.0/12/60 1+...,, 110'611 0 1001 60 100061/90 1/001101(10 1 . 0 11[1•1111 CIC 111 610002 90 21.6020 1....66 66.1 0 0 0 0 0 1166'1190 0 «t t [ ..2/51/60 [045260[ ‘00.••••••,, 0 0 0 0 0 0 09091 o WWI 0 0001.1L1110 16611010 26.1.0 *99,ev.9 0 0 0 0 0 0 091691 0 0001 0 .[02/22/110 0002/60/20 91416/. 6.1.0112.9 e o 0 0 0 0 09996 1422 140/1/4. 4140040 •0..9119.•9 0 0 0 0 0 0 9009. 0 0 0 900(100 4661/60/00 22412/60 60.9112.9 00 0 0 0 0 90691 0 090 0 6002/02/10 90000001 2202/10. •6.9 112.0 0 0 0 0 o e 09992 Oil 002/1 92 400261/00 2200110 •0.•3 6,3 00 0 0 O o 09901 0 00011 21 6102/460 0102/6.0 11.412/ 0 21 •..112.3 211 Ol 6. 2 O 0.1 09090 0022 60024.0 661/10111 9002.1210 •0.•9119.9 00 0 0 0 •11.1•1 0 901[[ 51446060 2112/[261[ 20411([0 1..00111, 0 0 0 0 0 00090 o 00491 9004«/[0 66612611 22.060 •1.9119.9 o 004 0 tii [[WOIIfO 00402/10 1 •^, 0 0 0 0 0 0.691 0 09011 0102/20/20 .41/1010 2241060 2..•J 99.9 0 0 0 0 0 0 9026.6 1410 NYt . 11400« 1201/11/20 1 •�, o 0 0 0.101 0 .1121 1.616. 11461.12/01 L002/1.0 0 0 0 0 0 00646 0 0011 1002/0020 0000/10100 0001([000 •0 J ll0 0 0 0 0 0 0 41.66111 o 119112 0002.0/60 2002/1610 r •w•, 0 0 0 0 0 0 610 410 0 O 4 2102/01/20 00000.0 ......... 0 0 0 0 0 o 616 140 0 066« [001)00100 006[420[ 6000/1[.60 1..•.•6.�H 0 00 0 0 09914 0 0012 24111/10.0 110012/00 W.'0112.0 0 0 0 0 0 0 46[14( 6<[ ttl1 11000021 12001.0 1 •., 0 0 0 0 0 0 616610 0 00660 1000,.0/00 01466000 6002/1110 1 •.w•N 0 O 0 0 0 011091 0 .691 .61/10/90 2201/1460 •1 J112.J 0 0 0 0 0 0 0 Elf i.• 006 v0[ . 6(0002/10 0202/12/110 1+•.•..h 0 0 0 0 0 0•146 0 000'1 900012/10 6661/[0100 22001410 61.60110..9 O 0 0 0 lf[ 261 422191 2[1f{ t 910002/01 90401(90 1 •..9 0 0 0 0 0 001e0.10 00 12 df0 •00410( 146[110110 02001000 99.9 112.9 O 0 0 0 0 O 6[l Oi 0 H I 9[404[0 6141410 1 •...J 00 0 0 0 0 0/66611 0 69102 0002/00140 00410/20 6002[[It0 ... 0 0 0 0 0 0119• 0 0002 11000[2/[0 1461/1010 1241460 •11.9112.9 0 0 O o 0 616606 Nt[ .11 •l 1[901/0/0[ 22001 060 .....06 ..., 6.0 1.6 61.01.6.9 •2.o O 11 1..041 a 60.0.. .601.6 01 4 .016.6 01 4 1.6 rot*. 1 92.13 11. J 1�.•91 .6.02..1..o von .60 letet Peet D. Pool 0. Post Cit. Pail Dis• Peel Owit C.... 7Ye. Lena. e.eertea glee 0.s. Clew De. .Ye..u• O Cw11 lino Kernel Wen. Wo.ee t 0. t Cetl31 Y 2 Cycle 3 Cycle Cyetio f Yowl leo. 10/110]1 10/00/0017 12 0 0 35.1,9 0 0 o p 0 0 AgreoCredit Cr053100.01/1.2 22 012120. i.0 0 ..60 0 o e 0 0 Ca. ;9.,;•••,.I 0,.1.2.. 05 11 u7/„ o .1,79 0 0 0 0 0 00/30/20. 012020. 78 711 2111.770 0 eau ..11•CeOS/33.. .. 990 120n 1. 04/01/2.) sa36 w o .60 e o 0 p 0 0 02222.0 01/3020. nota 2)056 .5 770 0 0 0 0 o • 9 t • 00/00/1021 12/00. 12 0 0 3..779 0 0 0 0 0 Credit Cr. 0..2012 03/05.1104 1.0.003 20.250 0 MI. 0 0 0 0 0 Le 5.oLnen t 01.0.016 ./00..09 1110 2 )/0.776 o 0 0 0 0 vent 071022 09/1020. . 5. 520 305.7 0 0 0 0 0 e 47... 01242014 0.0.011 14 1. 10 340770 0 0 Crean . C7/. 02/1112015 052620. 07/132003 24 1,000 0 311.6.0 o e 0 0 0 0 1/104 1N 0,3./20). 7.04.20. ,. 1,) 11 ,95.,,, 0 0 0 0 0 0 reeeneni y,�`rt 0.62021 06442010 11 306 306 385.779 0 0 0 0 0 e 111 Cre4B u..e 022.011 I]I5.. 09717/2.2 1 0 31.60 0 0 0 o e l„Mr 01..23. ..70]009 111 624 o 1115.779 e 0 0 o e 4�wt 0.02010 1020/20. 2 1,1. 1,.. 3..779 0 0 0 0 0 • CraVIC0.11. 0.01022 12/21/1101 15,000 0 16..60 0 0 0 0 0 • a.eere.rt 3.1030 10202005 03/212009 . e. 0 335,79 0 0 0 0 0 • Coe..Car. 02/20.03 0.2.20. 0 30460 0 0 0 0 0 Crean Cords 1.1.1> 06/26.. 10.2007 0 0 0 56460 0 0 0 0 e • o«O C.d. 01.2022 092100. ]. 20.000 0 1.•60 0 0 0 o e o Credit C 1.0/2.5 11.3290 16.)/2.6 0254 3.433 16..60 0 ... 0 0 0 Credit ...it C .04274 07/25.1.4 1.450 0 311.400 0 0 0 0 <r.dn 120.6. 077004 15/092003 1 10.000 0 36..60 0 0 0 0 0 Credit C.3.. 05.70• 00/062001 0 0 36.400 0 o e o 0 Get CAN2 ...O. 112.2003 0 0 36.•04 0 o e o n .. .. .. 0 Creat C.111. 0f. .2 0729.2001 ..06.]0,0 0 5.0. 0 36... 0 0 0 0 0 0 yrr�nl 0..022 61/1020. 1 121 121 .5.779 0 0 0 e o 0 47e.oment 12/03.. 01/302005 1.2)2 3115 770 1.272 11.10 .6 0 0 lee 627202: ./0520/0 . n n .5,179 0 o e o e o Creast Cors. 0:720 . 7 /09 07/ 2001 0 51.460 0 0 0 0 0 Ore...•. 07/162013 03/202.3 . 465 0 365.7 e 0 0 0 0 177.-, 02202020 05.023111 1.111 1.131 1113.7711 0 0 0 0 Credit Cm.. 02/232011 10/14191 111/1471.4 7,200 0 511,160 0 0 e 0 0 =went 02202020 0120.20. 032.000 1111.755 0 15.)10 0 0 0 0 0 0 t 05.20. 03/20/2016 6 .0 •l0 3115.770 0 a 0 0 vr�.. • e Cr.mt Cr. 0.20.11 WM.. 11.102101 , 0 36..60 0 0 0 0 0 00 re.rn�t 10/11/2010 0)/09004 13 7.344 0 .s,7 0 0 o s e t 05.112.2 01.10.20. 11 ]166 21. .7 773 0 0 0 0 v+�. • 0 • Credit Car. 0223.05 077122.5 0 36.4.0 0 0 0 0 17.. 01.31.10 .102007 04.1231. . 2.070 1.054 3807. 414 0. Nre.+rt 00.0/2021 03/102010 21 1.910 1.910 105279 f. 259 0 O In 0 Credit Cir. 0.22.011 01 10.1.0 0.011 1.4 5.000 0 30460 0 0 v.e.re.rl 38/030. ./10/2005 . 0 0 3115.))9 0 0 O e 0 0 411 Car. .0 162 .011 2/11. 01/13 . /22 1 .5 0 56.460 O 0 0 0 0 -e..t 07/./2015 0.420. 01.120. a 2. 0 105... 0 0 0 0 N.e.r..rl 55.2/0.1 05/0520. 2l 51..25 12,775 35,7)5 o 0 o e o 0 ..1 010/1 00 . 01. .207 0)/21/21 . 0 51 205,7. 0 3� e 0 • • y....n /0/02021 72.5077 120.777 24262 365.7 ]7/..1 10.014 1•A. 6203] • 10.4,.. e.11,<.rr., Vete 4,9.00 2/94 1.42,0•• ..9.�.d Open Da. <,.. m. 000__2. . r 014 <, .1 2001 ,. I .. C,.., 0. C./46110.b 1020400109 9,02]220, m ,..419 m 0 m m e tree .,0.0011 01,190109 24 1.629 0 ,.2.172 m m m 0 I.y.9w..r.7 1,/3102]1 1.9/201, 212.69 0 92.779 0 0 0 0 0 lee. 11/3002011 11020041 len 10013 .0 3.730 0 399.773 0 0 0 0 0 Aline(relit Card.. 0200001 .0.003 0 10..30 0 0 0 0 0 CMU Car.. 000011 0090001 1212.004 0 O 0 1...60 0 0 0 0 0 0 C.« rd �t C . 0.9.022 1101 1990 10.0,0009 o wO o 16.460 0 0 0 0 0 0 Credit Cat. 0501/2022 03/2/19911 06090007 0 0 0 ,6..90 0 0 0 o e o </14311 .tt Cu 05/310022 09/0,/199. 06129/2009 0 500 0 96.460 0 0 0 0 0 0 0 17 0.90114.• 03/31001, 01/004.7 10/10001 0 1.500 0 20.490 0 0 0 0 0 0 CtiU Cr. 001003 03...0021 ] 9.000 0 10..60 0 0 0 0 0 0 Credit car. 12010019 11050219e 12.000 0 56.4.0 0 0 0 0 0 0 ...d...7 12,1/01 12/39/»07 37.711 1.519 3•9.771 1.510 1.590 0 0 0 L 4444 Aproontent 0029 0519 27•9 3.90 79 2.762 2.742 0 0 0 yre.r..7 901 909031, 11. CrorPt Corse 0206 2011 01 0.10.92 0705.. 0 26.460 0 0 L.. 110011 1. 00 04/190000 04/110005 4.994 0 5.79 0 0 0 O .reoneet 01,150021 09.092010 9120020 . 19.959 3.30 399.733 0 0 0 0 0 Cretin ..n Cr0000 . 01] 0 ./1911 05/30/19» I 0 16.460 0 O 0 0 0 Y rpt 11200009 01 150000 1100 3000 1 90.000 0 ,.5.,,1 O o 0 0 0 0 yn..n.n7 1300011 l2Hnol] 11.495 0 3..779o 0 0 a 0 y...r...7 05/010012 02100009 09,310011 6 34.322 0 005.779 0 0 0 0 0 0 cMlt Cattle •9,310011 07/221999 len.", 12.000 0 30.490 0 0 o e o tome 029000. 07210005 0615000 2 31.100 1.904 115.79 0 0 0 0 9 7 len Imes 12350022 636.31. o .5.7711 e o e o 0 020110011 02/070996 •901091. 9.500 0 16.00 0 0 0 0 0 V .1 0,00011 0101000. 24 11.05. 0 95.,9 0 0..20 Ger. 02010011 11/0909 12 04 0. 111 .2 001 1 0 9990 0 0 0 0 0 9...�7o{00no12 oln moo, 06/19/2012 60 0.61, 0 3.07. 0 0 0 0 0 ysnw7 03090ov 10/170017 .416 L727 595.77. 0 0 0 0 0 0 Credit C..d. 0511.0011 03/1.994 0]09000. ILO. 0 96.40 e o 0 0 0 lease 0 7 0000009 0,/06/199. 02.0000 3.111 0 3.07. 0 0 0 0 0.1 .9 10010017 20 62.,20 50.600 ,.2.779 0 0 0 0 0 0 Chn.it Co07/31/2010 0203/20, 10070049 0 604 0 36.460 0 0 0 a L.....vt 01.020011 02.010007 02010012 9.917 92 770 0 0 0 0 tome 0 0.01. o0 one l6 Is 7.027 1.291 ,.5.739 439 499 0 0 0 0 60e...r.60e... 4�M7 06000003 ern.len 0312,0000 0 16.965 0 395.09 0 0 0 0 Cr.1.1 Cr.. 05010022 11/26/20111 . 12.000 a 20.40 0 o e o 0 0 Credit Cr.. 0201/2022 00.0..1. . 9.000 0 96..60 0 0 0 0 0 0 CMU Cr., 09125.22 12300111 1 0 26.460 0 0 0 0 0 Coedit Cy. .010022 12,100014 23 2.2. 729 16,100 0 <. 7 cd. °mono" .00/20. 9.600 0 29.460 a o .ucense0 0 0 0 Cti„ .d Ct . 10.210001 119.1919 1202/200. o 750 0 96.460 0 0 0 0 0 0 Ctin04/04Cd. 1001/2004 1.60000 11/1411202 s o 0 94.00 0 0 0 0 0 0 CM1,<4.. 9.10012 02000002 1207006 0 0 0 9..60 0 0 0 0 0 0 290 L..�..�7 11/30012 04000004 04000209 0 29.727 0 ,.5.779 0 0 0 0 CMU Cr. 10210004 100..1 2 10.000 0 304. 0 0 0 0 0 0 N...7 11/30009 07/100 04 0 02 0900, 0 1.379 0 999.779 0 0 0 0 611.ee..n7 1100001/ 121,0009 0200009 O 2.197 0 339.779 0 0 0 0 734 SrNr Report. /0 .ere C10.a7rDote a . .*. ,. Crean lRanoont.tino ..,. ..r,.. ..1.... 0..lots -� Coo.1 Ca.142 C..1Post Clee4 CyclPaet o Pette.. 10314004 04.1.002 93634.1 00310033004 .30/10011 07313001 5,7. 0 .5,770 o 0 0 0 H, „nI 0043003003 06/20/1997 07/203001 22.31 0 380.779 0 0 0 0 W 00303003 07/04/1004 2033/2701 0.527 0 33..77• 0 0 0 0 • Cowan Cr. 0104.6 0404 1005 110..4 0 0 WA. 0 • 0630.009 10/00/2 3 30. 103. 002 21.060 0 7477 5. 3 0 0 0 0 Credo Coo. off,13022 11./02.005. ...O. o 0 0 10660 0 0 0 0 0 0 M.M�4 74303.1 ./06/10511 0.130. 4,946 7 3..77• 0 0 0 0 o o,te„nr,1tome 0430.001 04/007/1999 03173002 11.746 o 745.7. 0 0 0 0 4.14„ .Con 0331.0. 04 243 . .0 0•/24/2012 o 1 .o 0 16.460 0 0 0 0 o e roe,,,r,1 003300.0w 00373370 97373002 0 3.700 0 34.770 0 0 0 0 C..euc..e. 05.1.022 01/063005 1031.007 0 0 o au. 0 0 0 0 0 c..7..c.o. os.l Zoo• wow's, 0003.2004 0 0.000 0 14.460 0 0 0 0 0 C..Car. ...nom.. 10/01/1•91 002/0..0 0 0 0 140 0 0 0 0 0 0 c.a.tree 04/10300 11/01390) 1,0.2.4 0 0 14.460 0 0 0 0 Credit Car. 01130/2000 00013913 07.43000 0 0 e 3000 0 0 0 0 0 0 •,...,AI 04305004 004300/1997 aim/zeal 1.011 0 10,770 0 0 0 0 y.��1 11333037 0130/7007 00/21/0010 0 15.232 12.217 .5.779 0 0 0 0 �`.�e.wl 004300300/ omen". 0363.1 138022 0 330.770 0 0 0 0 Cry.Cr. 05.113022 1137011 0....4 10.0. 0 3000 0 0 0 0 0 N.M..1 0040/2003 0230/1997 075.002 0 02.920 0 930.705 0 0 0 0 Cop.Carat 0155.00 04.101012 09.0.00 16 10..0 101 16.00 0 r,1 21/10.011 0.03005 04331010 0 2397 0 1..779 0 0 0 0 05313022 011.0.011 07361021 24 5.7. 4.00 16.440 0 0 0 o e e ro�^1 02323.00 01303007 22 9.340 2,.0 385.770 0 0 0 0 0 0 o.... 11303010 11/203003 0136(3009 0 2.091 0 30.770 e o 0 0 12 0131.014 0139.010 11.000 0 34.460 0 0 Weten1 06/3.003 10/20/1197 06/075.1 12.026 0 005.779 0 0 0 0 ;y,�Ml 11nonoe7 01/203077 01/1.010 0 16.31 7, 11.232 3073 0 0 0 0 Mree...n4 04303007 121093.9 .505002 2.943 0 300.770 0 0 0 0 Credit Cr. 0511.12002 116•011309 0430/.10 0 0.2. 0 16.460 0 C.e6n Cr.. o4nonoo4 0.1/100 12/0.009 0 O 34.60 0 0 0 0 0 Cr..Corr. 0430304 01/01/1004 0.9..0 0 0 16.00 0 0 0 0 0 c.e.n W. 04305.4 01/0131.7 1.030. 0 0 3.60 0 0 0 0 0 Credit Car. 1011.09 11/013991 115snow o 6300 o 14.4. 0 0 0 0 0 0 C3411 C.N. pommy. 02/01/10. .303.3 0 0 0 3.440 0 0 0 0 0 0 o cnen Cre. oanl.022 09/0111.0 *ammo. 0 3.00 0 16,460 0 0 0 0 0 0 C.an Cr. IL313011 mom.. 0.1/19. 24 0 011.4. 2,175 Crown cope. 66313000 93 5 .109/1 0934 .4 0 0 0 111.4. 0 G 0 0 0 0 0 o C.e711 C.N. 0]413 .022 ./0•/1• 1.4.000 o 0 0 14460 0 0 0 a o 0 cart cru. osaln022 06/09/1093 .62.0. 0 0 0 16.00 0 0 0 0 0 0 Credit r C.e 0073150022 06/09/3. 001313006 0 0 0 34.00 0 0 0 0 0 0 o tt 0 0 C...1/cr.. 0.1.022 04/0r/100• ./04/2010 0 6.250 0 36.460 0 0 0 0 Corrent WO ,51/01•4414r 440.01.0 004.40... (W.Ow. •22.04.• 0 <.w�.1�.• .M. 4+•..• 6•�a..a 1 I.♦ l (Tel.t C5.•l Cwl•l C0410/4 Cy.5 *441 Cm.C6441 esnonoor 0401/140 06101.24 0 0 0 56.440 0 e o 0 o a tr.m.(wa4 05]0/00. e5,011110 04/011.11 0 0 0 14400 0 0 0 0 0 0 Gm.C.. esnmol0 04/01/1041 04,1610011 0 500 0 56.460 0 0 0 0 0 0 0511/2010 01,01,105 0]/010]0 0 5..00 0 54.440 0 0 0 0 0 0 C.111 11 Cara. 06/0/2004 04011142 n,040000 0 o e 24.660 0 0 0 0 0 0 0211.021 0210,2001 11.4014 2.1. 0 36.0 0 C.11 tar.. 0541/2022 0411]/100] 04,20100] 2.000 0 14.460 0 0 0 0 0 1011/.11 11441.00 0110.00 0 10,000 0 06.4.60 0 0.11 Ca. 11004016 040120. 04,001014 0 5.000 0 54.460 0 0 0 0 0 0 cr.aa(r0. 10/14010 10/15,155 00,06.1004 0 0 0 1. . 0 0 0 0 0 0 Cr./1 Cara• 050140. 06/00/40 1 06/24004 0 0 0 26.460 0 0 0 0 0 0 Caen<a.e. 05/1/021 06,016. elnsn0oo 0 0 0 1.440 0 0 0 0 0 0 4.ON for. 054112022 040snsM .4..6 0 0 0 240460 0 0 0 0 0 0 CnOtt Cara. 0511/2022 06,00 ,0 /11154 0461010 0 0 0 16.460 0 0 0 0 0 0 Ca4011(we. 02111,2022 04,04/11199 04141000 0 0 ”.460 .44101(... 05414022 06/011/1•1111 06/4/20011 0 0 0 56.460 0 0 0 0 0 0 C.4411 Card. 04•50/20111 05451441 01/14/2005 0 e o 44.460 0 0 a 0 0 0 C.•ait..r. 1140401 12.40" 0141/005 0 0 0 56,460 0 0 0 0 0 0 o. Cara +6. 114040. 11/14/5001114005 0 0 0 56.460 0 0 0 .4• 0 0 0 C0•/i.CM. 061.1005 111111111114 0424/0. 0 0 1.060 0 0 0 0 0 0 cr.,C d. 04401005 10//1000 0.414004 0 0 06,460 0 0 0 0 0 0 Risk Assessment II D&B RISK ASSESSMENT OVERALL BUSINESS RISK MAXIMUM CREDIT RECOMMENDATION HIGH MODERATE- MODERATE LOW LOW US$ 2,000,000 HIGH MODERATE Dun&Bradstreet thinks... The recommended limit is based on a moderately • Overall assessment Of this organization over the next 12 months SOME-FINANCIAL-STRESS- high probability of severe delinquency or business failure CONCERNS • Based on the predicted risk of business discontinuation MODERATELY-HIGHER-THAN-AVERAGE- RISK-OF-FINANCIAL-STRESS ODERATELY-HIGHER-THAN-AVERAGE- RISK-OF-FINANCIAL-STRESS • Based on the predicted risk of severely delinquent payments:MODERATE POTENTIAL FOR SEVERELY DELINQUENT PAYMENTS D&B VIABILITY RATING SUMMARY The D&B Viability Rating uses D&B's proprietary analytics to compare the most predictive business risk indicators and deliver a highly reliable assessment of the probability that a company will go out of business,become dormant/inactive, or file for bankruptcy/insolvency within the next 12 months.The D&B Viability Rating is made up of 4 components. I Viability Score Portfolio Comparison Compared to All US Businesses within the D&B Compared to All US Businesses within the same Database: MODEL SEGMENT: • Level of Risk:Low Risk • Model Segment:Established Trade Payments • Businesses ranked 4 have a probability of becoming • Level of Risk:Moderate Risk no longer viable:5% • Businesses ranked 5 within this model segment have • Percentage of businesses ranked 4: 14% a probability of becoming no longer viable:5% • Across all US businesses,the average probability of • Percentage of businesses ranked 5 with this model becoming no longer viable:14% segment: 11% • Within this model segment,the average probability of becoming no longer viable•5% Data Depth Indicator Company Profile: Data Depth Indicator: Company Profile Details: Rich Firmographics • Financial Data:False Extensive Commercial Trading Activity • Trade Payments: ▪Basic Financial Attributes • Company Size- • Years in Business: Greater data depth can increase the precision of the D&B Viability Rating assessment. To help improve the current data depth of this company, you can ask D&B to make a personalized request to this Subsidiary company on your behalf to obtain its latest financial information.To make the request,click the link below. Note,the company must be saved to a folder before the request can be made. Request Financial Statements Reference the FINANCIALS tab for this company to monitor the status of your request. FAILURE SCORE FORMERLY FINANOAL STRESS SCORE • Low proportion of satisfactory payment experiences to total payment experiences High Risk 11) Low Risk(100) • High proportion of slow payment experiences to total number of payment experiences • UCC Filings reported • High number of enquiries to D&B over last 12 months • Evidence of open liens and Judgments • High proportion of past due balances to total amount owing Level of Risk Raw Score Probability of Failure Average Probability of Failure Class Moderate-High 1343 2.29% for Businesses in DAB Database 4 0.48 Business and industry Trends FAILURE SCORE Industry Madlen Quartile BUSINESS AND INDUSTRY COMPARISON Selected Segments of Business Attributes Norms National% This Business 2 Region:(SOUTH ATLANTIC) 33 IndustryMANUFACTURING 56 Employee range(500-2300000) 53 Years in Business:(26+) 81 DELINQUENCY SCORE FORMERLY COMMERCIAL CREDIT SCORE 60 ', . Proportion of past due balances to total amount owing • Proportion of slow payments in recent months Nigh Risk 111 Low Risk(100) • Evidence of open suits,liens,and judgments • Higher risk industry based on delinquency rates for this industry Level of Risk Raw Score Compared of Delintquency Compared to Businesses in D&B Class Moderate 513 4.75% Database 3 10.2 Vo Business and Industry Wends A DELINQUENCY SCORE Industry Median Quartile BUSINESS AND INDUSTRY COMPARISON Selected Segments of Business Attributes Norms National% This Business 60 Reglon'(SOUTH 34 ATLANTIC) Industry MANUFACTURING 37 Employee range:(500.2768886) 76 Years In Business(26+) 69 D&B PAYDEX D&B 3 MONTH PAYDEX Nigh Risk(1) Low Risk(100) Nigh Risk(1) Low Risk(100) When weighted by amount.Payments to suppliers average 14 days Based on payments collected 3 months ago beyond terms When weighted by amount.Payments to suppliers average 19 days beyond terms High risk of late payment(Average 30 to 120 days beyond arms) Medium risk of late payment(Average 30 days or less beyond High risk of late payment(Average 30 to 120 days beyond terms) terms) Medium risk of late payment(Average 30 days or less beyond t` Low risk of late payment(Average prompt to 30+days sooner) terms) Low risk of late payment(Average prompt to 30+days sooner) Industry Median 72 Equals 12 Days Beyond Terms Industry Median 72 Equals 12 Days Beyond Terms Business and Industry Wends 3585.Mfg refrigeration/heating equipment A PAYDEX :Industry LowerQuartile Industry Median Quartile Industry Upper Quartile Equals D&B RATING Current Rating as of 11/05/2009 Special Rating --.Undetermined Trade Payments TRADE PAYMENTS SUMMARY(Based on 24 months of data) Overall Payment Behaviour %of Trade Within Terms Highest Past Due 14 56% US$ 700,000 Days Beyond Terms Highest Now Owing: Total'Wade Experiences: Total Unfavorable Comments: USS 4,000,000 715 1 Largest High Credit Largest High Credit USS 8,000,000 USS 2,500 Average High Credit USS 109.746 Total Placed In Collections: 5 ULarge SS0st High Credit: D&B PAYDEX D&B 3 MONTH PAYDEX High Risk(1) Low (100) High Risk(1) Low Risk 1100) When weighted by amount.Payments to suppliers average 14 days Based on payments collected 3 months ago. beyond terms When weighted by amount.Payments to suppliers average 19 days beyond terms High risk of late payment(Average 30 to 120 days beyond terms) Medium risk of late payment(Average 30 days or less beyond High risk of late payment(Average 30 to 120 days beyond terms) terms) Medium risk of late payment(Average 30 days or less beyond (• Low risk of late payment(Average prompt to 30+days sooner) terms) (: Low risk of late payment(Average prompt to 30+days sooner) Industry Median 72 Equals 12 Days Beyond Terms industry Median 72 Equals 12 Days Beyond Terms BUSINESS AND INDUSTRY TRENDS a...d en 24 monde el d.. 3585•Mfg refrigeration/heating equipment [j PAYDEX -Industry Lower Quartile ..Industry Median Quartile L Industry Upper Quartile Current 7/20 0/20 0/20 10/20 11/20 12/20 1/21 2/21 3/21 4/21 5/21 6/21 7/21 6/21 9/21 10/21 11121 12/21 1/22 2/22 3/22 4/22 5/22 2022 This Business 73 73 73 72 72 72 72 72 72 72 72 72 72 74 74 71 73 73 74 72 73 73 71 71 Industry Quartile Upper 76 • 76 - 76 • • 77 77 76 - 77 Median • 72 • • 72 72 • • 72 72 • 72 72 Lower • 67 67 67 67 67 • • 67 67 • TRADE PAYMENTS BY CREDIT EXTENDED(Based on 12 months of data) Number of Payment Range of Credit Extended(US$) Experiences Total Value %Within Terms 100,000&over 88 US$57,750,000 76 50,000-99,999 41 US$2,950,000 50 15,000-49,999 90 US$2,460,000 60 5,000-14,999 109 US$772,500 52 1,000-4,999 123 US$229,500 59 Less than 1,000 134 US$40,600 57 TRADE PAYMENTS BY INDUSTRY(BASED ON 24 MONTHS OF DATA) Collapse All(Expand All Industry Category. Number of Payment Largest High Credit %Within Terms 1-30 31-60 61-90 91+ Experiences (US$) (Expand to View) Days Days Days Days Late(%) Late(%) Late(%) Late(%) -15-Building 1 2,500 50 0 0 0 50 Construction- General Contractors and Operative Builders 1531-Operative 1 2,500 50 0 0 0 50 builders -17-Construction- 6 400,000 95 1 4 0 0 Special Trade Contractors 1731-Electrical 3 400,000 90 2 a 0 0 contractor 1711-Mechanical 3 100,000 100 0 0 0 0 contractor -26-Paper and 5 500,000 33 33 0 0 0 Allied Products 2653-Mfg 2 500,000 50 SO 0 0 0 corrugated boxes 2631- 2 400,000 49 50 0 0 1 Paperboard mill 2679-Mfg 1 0 0 0 0 O 0 converted paper -27-Printing, 12 1,000,000 54 9 29 0 9 Publishing and Allied Industries 2759-Misc coml 5 1,000,000 50 0 17 0 33 printing 2761-Mfg 5 100,000 64 34 0 0 2 manifold forms 2711- 1 5,000 0 0 100 0 0 Newspaper- print/pubs 2741-Misc 1 100 100 0 0 0 0 publishing -28-Chemicals and 4 750,000 84 16 0 0 0 Allied Products 2851-Mfg 2 250,000 51 49 0 0 0 paint/allied prdt 2821-Mfg 1 750,000 100 0 0 0 0 plastics/resins 2891-Mfg 1 200,000 100 0 0 0 0 • adhesives/sealant -29-Petroleum 1 1,000 0 0 0 0 100 Refining and Related Industries 2999-Mfg misc 1 1,000 0 0 0 0 100 petro prdts -30-Rubber and 2 40,000 25 25 0 0 50 Miscellaneous 11 Plastics Products 3089-Mfg mIsc 1 40,000 50 50 0 0 0 plastic prdt 3053-Mfg 1 500 0 0 0 0 100 sealing devices -31-Leather and 1 75,000 50 50 0 0 0 Leather Products 4 3143-Mfg men's 1 75,000 50 50 0 0 0 footwear -33-Primary Metal 1 200,000 50 50 0 0 0 industries 3351-Copper 1 200,000 50 50 0 0 0 roll/drawing 34-Fabricated 11 100,000 28 45 3 3 21 Metal Products except Machinery and Transportation Equipment 3491-Mfg 5 100,000 16 20 19 19 26 industrial valves 3494-Mfg 2 25,000 50 50 0 0 0 valve/pipe ftttng 3433-Mfg non- 1 100,000 50 50 0 0 0 elect heaters 3443-Mfg plate 1 10,000 50 50 0 0 0 work 3444-Mfg sheet 1 2,500 0 0 0 0 100 metalwork 3452-Mfg 1 1,000 0 100 0 0 0 bolt/screw/rivets 35-Industrial and 64 4,000,000 51 13 9 9 16 Commercial Machinery and Computer Equipment 3585-Mfg 30 4,000,000 96 2 1 0 1 refrig/heat equip 3564-Mfg 6 200,000 98 1 0 O 1 blowers/fans 3593-Mfg 5 500,000 48 49 O 0 3 cylinder/actuator 3531-Mfg 5 200,000 54 46 0 0 0 construction mach 3572-Mfg 5 30,000 47 40 8 0 5 computer storage 3579-Mfg misc 5 750 80 15 0 0 5 office eqpt 3569-Mfg 2 1,000,000 50 0 38 12 0 general machinery 3563-Mfg air/gas 2 2,500 36 0 64 0 0 compress 3534-Mfg 1 55,000 0 0 0 O 100 elevator/escaitrs 3548-Mfg 1 10,000 0 O 0 0 100 welding apparatus 3599-Mfg 1 5,000 100 0 0 0 0 industrial mach 3553-Mfg 1 2,500 0 0 0 100 0 woodworking mach. 36-Electronic and 31 8,000,000 49 24 3 20 4 other electrical equipment and components except computer equipment 3625-Mfg 8 8,000,000 51 48 1 0 0 relays/controls 3621-Mfg 8 250,000 50 0 260 24 motors/generators 3672-Mfg print 5 1,000,000 50 0 0 47 3 circuit brd 3678-Mfg elect. 4 20,000 36 43 70 14 connectors 3694•Mfg elect 1 20,000 50 50 0 0 0 engine eqpt 3639-Mfg home 1 20,000 100 0 0 0 0 appliances 3643-Mfg 1 7,500 100 0 0 0 0 electric wire dev 3613-Mfg 1 5,000 0 0 0 100 0 switchgear- boards 3645-Mfg home 1 2,500 50 0 0 50 0 light fiat 3648-Mfg misc 1 750 0 100 0 0 0 light equip 37-Transportation 3 600,000 50 27 0 0 24 Equipment 3724-Mfg plane 2 35,000 0 53 0 0 47 engine/part 3714-Mfg car 1 600,000 100 0 0 0 0 parts 38-Measuring 26 400,000 31 11 37 6 15 Analyzing and Controlling Instruments; Photographic Medical and Optical Goods;Watches and Clocks 3823-Mfg 10 250,000 60 6 0 34 0 process controls 3861-Mfg 5 400,000 0 0 86 0 14 photograph equip 3842-Mfg 4 80,000 520 45 3 0 surgical supplies 3824-Mfg fluid 3 80,000 0 62 38 0 0 meters 3851-Mfg 3 10,000 22 0 0 0 78 ophthalmic goods 3825-Mfg 1 1,000 500 50 0 0 electric test prd 42-Motor Freight 19 200,000 53 32 0 0 15 Transportation and Warehousing 4213-Trucking 19 200,000 53 32 0 0 15 non-local 45-Transportation 1 1,000 1000 0 0 0 by Air 4513-Air courier 1 1,000 100 0 0 0 0 service 47-Transportation 10 250,000 30 35 1 33 1 Services 4731-Arrange 10 250,000 30 35 1 33 1 cargo transpt 48- 20 45,000 64 0 0 36 0 Communications 4813-Telephone 15 45,000 92 0 0 7 1 communictns 4812- 4 7,500 100 0 0 0 0 Radiotelephone commun 4833-Television 1 7,500 0 0 0 100 0 station 49-Electric,Gas 18 200,000 88 13 0 0 0 and Sanitary Services 4911-Electric 17 200,000 75 25 0 0 0 services 4924-Natural 1 1,000 100 0 0 0 0 gas distrib 50-Wholesale 174 900,000 59 14 14 3 11 Trade-Durable Goods 5063-Whol 42 900,000 54 39 1 1 5 electrical equip 5074-Whol 39 75,000 18 42 24 16 0 plumb/hydronics 5084-Whol 25 250,000 64 4 16 0 16 Industrial equip 5085-Whol 24 750,000 92 4 2 0 2 industrial suppl 5065-Whol 13 400,000 60 36 0 4 0 electronic parts 5075-Whol 11 20,000 41 9 28 3 19 heating/ac equip 5051-Whol 7 95,000 28 34 38 0 0 metal 5072-Whol 2 25,000 50 22 0 28 0 hardware 5031-Whol 2 10,000 97 3 0 0 0 lumber/millwork 5023-Whol 1 750,000 50 50 0 0 0 hornefurnishings 5082-Whol 1 50,000 50 0 50 0 0 const/mine equip 5083-Whol 1 35,000 50 0 0 0 50 farm/garden mach 5064-Whol 1 20,000 100 0 0 0 0 appliances 5044-Whol 1 10,000 100 0 0 0 0 office equipment 5078-Whol 1 2,500 100 0 0 0 0 refrig equip 5045-Whol 1 2,500 100 0 0 0 0 computers/softwr 5013-Whol auto 1 1,000 0 0 0 0 100 parts 5046-Whol misc 1 750 0 0 100 0 0 comi equip -51-Wholesale 22 80,000 67 13 13 5 2 Trade-Nondurable Goods 5169-Whol 10 80,000 50 24 3 20 3 chemicals 5172-Whol 5 35,000 78 0 11 4 7 petroleum prdts 5113-Whol 5 20,000 57 41 0 0 2 service paper 5199-Whol 1 25,000 100 0 0 0 0 nondurable goods 5149-Whol 1 2,500 50 0 50 0 0 groceries -55-Automotive 3 40,000 100 0 0 0 0 Dealers and Gasoline Service Stations 5541-Gas 2 5,000 100 0 0 0 0 service station 5511-Ret 1 40,000 100 0 0 0 0 new/used autos -57-Home 2 6,000,000 100 0 0 0 0 Furniture Furnishings and Equipment Stores 5734-Ret 1 6,000,000 100 0 0 0 0 computer/software 5712-Ret 1 2,500 100 0 0 0 0 furniture -59-Miscellaneous 11 15,000 40 0 0 0 60 Retail 5999-Ret misc 7 15,000 20 0 0 0 80 merchandise 5943-Ret 3 7,500 100 0 0 0 0 stationery 5983-Ret fuel 1 5,000 0 0 0 0 100 oil dealer -60•Depository 6 10,000 61 0 39 0 0 Institutions 6021-Natni 6 10,000 61 0 39 0 0 commercial bank -61-Nondepository 8 300,000 33 44 0 0 24 Credit Institutions 6153-Short-trm 6 300,000 60 40 0 0 0 busn credit 6159-Misc 2 1,000 5 47 0 0 48 business credit -73-Business 41 5,000,000 54 31 12 2 2 Services 7359-Misc 11 200,000 45 17 36 1 1 equipment rental 7361• 7 5,000,000 91 9 0 0 0 Employment agency 7389•Misc 6 1,000 44 0 24 16 16 business service 7381• 5 400,000 46 27 27 0 0 Detective/guard svo 7363-Help 5 200,000 99 1 0 0 0 supply service 7372• 3 100,000 27 68 5 0 0 Prepackaged software 7353-Hvy const 3 5,000 26 74 0 0 0 eqpt rental 7373-Computer 1 600,000 50 50 0 0 0 system desgn -75-Automotive 1 50 0 0 100 0 0 Repair,Services and Parking 7513-Truck 1 50 0 0 100 0 0 rental/leasing -76-Miscellaneous 1 2,500 100 0 0 0 0 Repair Services 7694-Armature 1 2,500 100 0 0 0 0 rewinding -83•Social Services 2 2,500 100 0 0 0 0 8322-Family 2 2,500 100 0 0 0 0 social service -87-Engineering 22 300,000 42 31 2 20 5 Accounting Research Management and Related Services 8744-Facilities 5 300,000 50 29 16 5 0 support 8734-Testing 5 80,000 50 3 0 47 0 laboratory 8742- 4 1,000 69 0 0 0 31 Management consulting 8748-Business 3 55,000 20 40 0 37 3 consulting 8711- 2 100,000 100 0 0 0 0 Engineering services 8741- 2 20,000 6 44 0 50 0 Management services 8721- 1 500 0 100 0 0 0 Accounting services -91-Executive 1 2,500 100 0 0 0 0 Legislative and General Government except Finance 9111-Executive 1 2,500 100 0 0 0 0 office -93-Public Finance 24 100,000 100 0 0 0 0 Taxation and Monetary Policy 9311-Public 24 100,000 100 0 0 0 0 finance -94-Administration 2 10,000 100 0 0 0 0 of Human Resource Programs 9431-Admin 2 10,000 100 0 0 0 0 public health -96-Administration 1 100 100 0 0 0 0 of Economic Programs 9611-Admin 1 100 100 0 0 0 0 economic prgm -99-Nonclassifiable 35 750,000 89 4 4 2 1 Establishments 9999- 35 750,000 89 4 4 2 1 Nonclassified TRADE LINES Date of Selling High Credit Now Owes Past Due Months Since Last Experience Payment Status Terms (US$) (US$) (US$) Sale 06/22 Pays Promptly N30 5,000 0 0 1 06/22 Pays Promptly N30 2,500 0 0 1 06/22 Pays Promptly N30 1,000 500 0 1 06/22 Pays Promptly N30 750 750 0 1 06/22 Pays Promptly 250 250 0 1 06/22 Pays Slow 60+ N30 5,000 5,000 5,000 Between 2 and 3 Months 06/22 Pays Slow 30-90+ - 55,000 0 0 Between 2 and 3 Months Between 6 and 12 06/22 Pays Slow 90+ - 7,500 0 0 Months 05/22 Pays Promptly N90 5,000,000 3,000,000 0 1 05/22 Pays Promptly - 750,000 600,000 0 1 05/22 Pays Promptly - 250,000 100,000 0 1 05/22 Pays Promptly - 100,000 100,000 0 1 05/22 Pays Promptly - 80,000 55,000 0 1 05/22 Pays Promptly • 40,000 25,000 1,000 1 05/22 Pays Promptly - 30,000 0 0 Between 2 and 3 Months 05/22 Pays Promptly - 20,000 15,000 0 1 05/22 Pays Promptly - 10,000 5,000 0 1 05/22 Pays Promptly - 10,000 10,000 0 1 05/22 Pays Promptly - 7.500 2.500 0 1 05/22 Pays Promptly - 5,000 5,000 0 1 Between 6 05/22 Pays Promptly - 5.000 0 0 Months 05/22 Pays Promptly • 2,500 2,500 750 1 05/22 Pays Promptly - 2,500 2,500 0 1 05/22 Pays Promptly - 2,500 2,500 0 1 05/22 Pays Promptly - 2.500 0 0 1 05/22 Pays Promptly • 2,500 1,000 0 1 05/22 Pays Promptly - 2.500 2,500 0 1 05/22 Pays Promptly - 2,500 750 0 1 1 05/22 Pays Promptly - 1,000 0 0 Between 6 and 12 Months 05/22 Pays Promptly - 1,000 500 0 1 05/22 Pays Promptly - 1,000 0 0 Between 2 and 3 Months 4 Date of Selling High Credit Now Owes Past Due Months Since Last Experience- Payment Status Terms (US$) (USS) (USS) Sale i 05/22 Pays Promptly N30 1,000 0 0 Between 4 and 5 Months 05/22 Pays Promptly - 750 250 0 1 05/22 Pays Promptly - 500 0 0 1 05/22 Pays Promptly - 250 0 0 1 05/22 Pays Promptly - 250 0 0 Between 6 and 12 Months 05/22 Pays Promptly - 250 250 0 1 05/22 Pays Promptly - 100 0 0 1 05/22 Pays Promptly - 100 50 0 1 05/22 Pays Promptly - 50 0 0 1 05/22 Pays Promptly - 50 0 0 Between 6 and 12 Months 05/22 Pays Promptly - 50 50 0 1 05/22 Pays Promptly - 50 0 0 Between 6 and 12 Months 05/22 Pays Prompt to Slow 5,000 5,000 2,500 1 15+ 05/22 Pays Prompt to Slow 500,000 500,000 60,000 1 30+ 05/22 Pays Prompt to Slow 200,000 200,000 55,000 1 30+ 05/22 Pays Prompt to Slow 200.000 200.000 55.000 1 30+ 05/22 Pays Prompt to Slow - 100,000 80,000 30,000 1 30+ 05/22 Pays Prompt to Slow 25,000 25,000 1 30+ 05/22 Pays Prompt to Slow 55,000 2,500 500 1 30+ 05/22 Pays Prompt to Slow 20,000 7.500 1,000 1 30+ 05/22 Pays Prompt to Slow 20,000 0 0 Between 6 and 12 30+ Months 05/22 Pays Prompt to Slow 2,500 750 250 1 30+ 11 05/22 PaPrompt to Slow N30 10,000 0 0 Between 6 and 12 Months 05/22 Pays Prompt to Slow 2,500 2,500 50 1 60+ 05/22 Pays Prompt to Slow 1.000 1,000 1,000 Between 6 and 12 60+ Months 05/22 Pays Prompt to Slow • 2,500 250 250 Between 2 and 3 Months 60+ 05/22 Pays Prompt to Slow 750 0 0 Between 6 and 12 90+ Months 05/22 Pays Prompt to Slow 70,000 40,000 10,000 1 90+ 05/22 Rays Prompt to Slow 5,000 2,500 1,000 1 120+ 05/22 Pays Prompt to Slow N30 40,000 20,000 15,000 1 150+ Pa05/22 Prompt to Slow N30 250,000 0 0 Between 2 and 3 Months 180+ 05/22 Pays Slow 30+ - 30.000 0 0 Between 2 and 3 Months 05/22 Pays Slow 30+ - 10,000 0 0 Between 4 and 5 Months 05/22 Pays Slow 30+ - 2.500 500 50 1 05/22 Pays Slow 30+ - 50 0 0 Between 2 and 3 Months 05/22 Pays Slow 60+ - 75,000 50.000 10.000 05/22 Pays Slow 60+ - 1,000 0 0 Between 4 and 5 Months 05/22 Pays Slow 60+ - 250 0 0 Between 6 and 12 Months Date of Selling High Credit Now Owes Past Due Months Since Last Experience- Payment Status Terms (USS) (US$) (USS) Sale 05/22 Pays Slow 60+ - 100 100 100 - 05/22 Pays Slow 3060+ - 20,000 2,500 2,500 - 05/22 Pays Slow 90+ - 7,500 7,500 7,500 1 05/22 Pays Slow 90+ - 2.500 2.500 2,500 - 05/22 Pays Slow 90+ - 2,500 2,500 1,000 1 05/22 Pays Slow 90+ - 2,500 2,500 2,500 - 05/22 Pays Slow 30120+ N30 10,000 2,500 1,000 1 05/22 Pays Slow 120+ - 50 50 50 • 05/22 Pays Slow 60-180+ - 1,000 1,000 1,000 - 05/22 Placed for collection - 0 2,500 2,500 - 05/22 - Sales COD 0 0 0 1 OTHER PAYMENT CATEGORIES Other Payment Categories Experience Total Amount Cash experiences 103 USS 222,300 Payment record unknown 14 US$419,350 Unfavorable comments 1 USS 2,500 Placed for collections 5 USS 0 Total In D&B's file 715 US$64,846,750 Accounts are sometimes placed for collection even though the existence or amount of the debt is disputed.Payment experiences reflect how bills are met in relation to the terms granted.In some instances payment beyond terms can be the result of disputes over merchandise,skipped invoices etc.Each experience shown represents a separate account reported by a supplier.Updated trade experiences replace those previously reported. Corporate Linkage Increase your understanding of the links and risks between your customers and suppliers with D&B's Interactive Global Family Tree GLOBAL ULTIMATE Company City,Country or Region D-U-N-S® NUMBER TRANE TECHNOLOGIES PUBLIC SWORDS , IRELAND 98-503-3590 LIMITED COMPANY DOMESTIC ULTIMATE Company City, State D-U-N-S® NUMBER INGERSOLL-RAND US TRANE PISCATAWAY, New Jersey 96-330-6712 HOLDINGS CORPORATION PARENT Company City,State D-U-N-S® NUMBER TRANE INC. PISCATAWAY , New Jersey 19-144-4587 SUBSIDIARIES (DOMESTIC) Company City , State D-U-N-S® NUMBER AMERICAN STANDARD LEASING NASHVILLE ,Tennessee 03-059-3599 INC THE TRANE COMPANY LA CROSSE, Wisconsin 07-027-2299 A-S ENERGY, INC NEW YORK, New York 10-328-6373 TRANE PUERTO RICO INC. SAN JUAN , Puerto Rico 78-434-8349 AMERICAN STANDARD PISCATAWAY, New Jersey 79-434-2063 INTERNATIONAL INC. TRANE INDIA LTD. DAVIDSON , North Carolina 84-836-8002 TWENTYTHREEC, LLC DAVIDSON , North Carolina 11-751-8021 TRANE CO COLUMBIA, South Carolina 04-484-4910 SUBSIDIARIES (INTERNATIONAL) Company City, Country or Region D-U-N-S® NUMBER Arctic Cool Chillers Limited BRAMPTON , CANADA 20-295-1331 TRANE DISTRIBUTION PTE. LTD. SINGAPORE , SINGAPORE 59-533-2230 SERVICE FIRST(UNITARY) (PTY) RANDBURG , SOUTH AFRICA 53-917-1709 LTD BRANCHES (DOMESTIC) Company City, State D-U-N-S® NUMBER TRANE U.S. INC. CHATTANOOGA , Tennessee 00-103-5257 TRANE U.S. INC. SAINT PAUL, Minnesota 00-521-1326 TRANE U.S. INC. SHELTON , Connecticut 00-771-5048 TRANE U.S. INC. CUPERTINO , California 01-092-8398 TRANE U.S. INC. BRIDGETON , Missouri 01-594-2030 TRANE U.S. INC. WESTBROOK, Maine 01-702-4402 TRANE U.S. INC. FISHERS , Indiana 01-797-6890 TRANE U.S. INC. ROANOKE , Virginia 01-811-2347 TRANE U.S. INC. OMAHA , Nebraska 01-840-0783 TRANE U.S. INC. PEORIA , Illinois 01-840-1013 TRANE U.S. INC. ASHLAND , Virginia 01-840-2201 TRANE U.S. INC. SUNNYVALE , California 01-840-2789 TRANE U.S. INC. OAKLAND , California 01-840-3365 TRANE U.S. INC. SANTA ROSA , California 01-840-3738 TRANE U.S. INC. ANCHORAGE ,Alaska 01-840-4264 TRANE U.S. INC. SOUTH BEND , Indiana 01-840-4280 TRANE U.S. INC. FORT WAYNE , Indiana 01-840-4603 TRANE U.S. INC. SIOUX FALLS , South Dakota 01-840-4801 TRANE U.S. INC. SPOKANE VALLEY , Washington 01-840-5337 TRANE U.S. INC. PERRYSBURG , Ohio 01-840-6020 TRANE U.S. INC. NEW CASTLE , Delaware 01-840-7234 TRANE U.S. INC. SANTA CRUZ , California 01-834-8420 TRANE U.S. INC. LEXINGTON , Kentucky 01-865-1237 TRANE U.S. INC. FLINT, Michigan 01-817-0006 TRANE U.S. INC. GREAT FALLS , Montana 01-817-0451 This list is limited to the first 25 branches. AFFILIATES (DOMESTIC) Company City , State D-U-N-S® NUMBER FELLON-MCCORD & ASSOCIATES, LOUISVILLE , Kentucky 79-602-2796 LLC HOUSTON TRANE, INC. LUBBOCK,Texas 78-304-5094 STANDARD TRANE INSURANCE BURLINGTON ,Vermont 61-959-8308 COMPANY AMERICAN SOCIETY OF HEATING GREENVILLE , South Carolina 07-254-3171 AFFILIATES (INTERNATIONAL) Company City, Country or Region D-U-N-S® NUMBER R&O Immobilien GmbH OBERHAUSEN , GERMANY 31-250-4949 Trane S.A. Romont FR , SWITZERLAND 48-785-9605 Trane Logistica, S.A. de C. V. NAUCALPAN , MEXICO 81-251-3562 Industria Ceramica del Centro, NAUCALPAN , MEXICO 81-251-3604 S.A. de C.V. This information may not be reproduced in whole or in part by any means of reproduction. Legal Events The following Public Filing data is for information purposes only and is not the official record.Certified copies can only be obtained from the official source. Bankruptcies judgements Liens Suits UCC, No 1 10 7 421 Latest Sling 10/27/2017 Latest Fling 10/24/2020 latest Rung 03/16/2020 Latest Filing 02/07/2022 EVENTS Judgement•Court Judgement Filing Date 10/27/2017 Filing Number SC 000879 17 Status Unsatisfied Date Status Attained 10/27/2017 Received Date 10/30/2017 Award USS 336 Debtors TRANE US INC,TYLER,TX Creditors GLOBAL CURRENCY SERVLLC,MORRISVILLE,PA Court SPECIAL CIVIL/SMALL CLAIMS COURT OF MERCER COUNTY,TRENTON,NJ Lien•Tax Lien Filing Date 10/24/2020 Filing Number 30011846 Status Open Date Status Attained 10/24/2020 Received Date 12/02/2020 Amount USE 15,097 Debtors TRANE US INCORPORATED AND OTHERS Creditors STATE OF INDIANA Court MARION COUNTY CIRCUIT COURT,INDIANAPOLIS,IN Lien-Tax Lien Filing Date 08/25/2020 Filing Number 12330328 Status Open Date Status Attained 08/25/2020 Received Date 09/30/2020 Amount USE 12,716 Debtors TRANE US INCORPORATED AND OTHERS Creditors STATE OF INDIANA Court MARION COUNTY CIRCUIT COURT,INDIANAPOLIS,IN Lien-Tax Lien Filing Date 07/14/2020 Filing Number 1842539 Status Open Date Status Attained 07/14/2020 Received Date 10/26/2020 Amount USS 25 Debtors TRANE US INC AND OTHERS Creditors BALDWIN COUNTY SALES&USE TAX DEPARTMENT Court BALDWIN COUNTY RECORDER OF DEEDS,BAY MINETTE,AL Lien Tax Lien Filing Date07/08/2020 Filing Number 12288701 Status Open Date Status Attained 07/08/2020 Received Date 08/01/2020 AmountUSS 6,051 Debtors TRANE US INCORPORATED AND OTHERS CreditorsSTATE OF INDIANA CourtMARION COUNTY CIRCUIT COURT,INDIANAPOLIS,IN Lien-Tax Lien Filing Date 07/08/2020 Filing Number 12291891 Status Release Date Status Attained 09/25/2020 Received Date12/02/2020 AmountUSS 9,965 Debtors TRANE US INCORPORATED AND OTHERS Creditors STATE OF INDIANA Court MARION COUNTY CIRCUIT COURT,INDIANAPOLIS,IN Lien•Tax Lien Filing Date 07/08/2020 Filing Number 12304243 Status Release Date Status Attained 09/25/2020 Received Date 12/02/2020 Amount USS 9,991 Debtors TRANE US INCORPORATED AND OTHERS Creditors STATE OF INDIANA Court MARION COUNTY CIRCUIT COURT,INDIANAPOLIS,IN Lien•Tax Lien Filing Date 07/08/2020 Filing Number 12320496 Status Release Date Status Attained 10/16/2020 Received Date 12/02/2020 Amount US$270,728 Debtors TRANE COMPANY THE,RUSHVILLE,IN Creditors STATE OF INDIANA Court MARION COUNTY CIRCUIT COURT,INDIANAPOLIS,IN Lien-Tax Lien Filing Date 07/08/2020 Filing Number 12321979 Status Release Date Status Attained 09/25/2020 Received Date 12/02/2020 Amount US$6,674 Debtors TRANE US INCORPORATED AND OTHERS Creditors STATE OF INDIANA Court MARION COUNTY CIRCUIT COURT,INDIANAPOLIS,IN Lien-Tax Lien Filing Date 02/20/2020 Filing Number 2470/3411 Status Open Date Status Attained 02/20/2020 Received Date 03/19/2020 Amount US$3,410 Debtors TRANE US INC,NASHVILLE,TN Creditors SOUTH CAROLINA DEPARTMENT OF EMPLOYMENT AND WORKFORCE Court RICHLAND COUNTY REGISTER OF DEEDS,COLUMBIA,SC Lien-Tax Lien Filing Date 03/13/2017 Filing Number 2193/2103 Status Open Date Status Attained 03/13/2017 Received Date 04/12/2017 Amount US$76,060 Debtors TRANE U S INC Creditors SOUTH CAROLINA DEPARTMENT OF REVENUE Court RICHLAND COUNTY REGISTER OF DEEDS,COLUMBIA.SC Suit Filing Date 03/16/2020 Filing Number 202000301995 Status Pending Date Status Attained 03/16/2020 Received Date 03/20/2020 Cause Breach Of Contract Plaintiffs AA DUCKETT,INC,GLASSBORO.NJ Defendant TRANE,PUEBLO,CO Defendant TRANE U S INC.,KING OF PRUSSIA,PA Defendant AND OTHERS Court PHILADELPHIA COUNTY COMMON PLEAS COURT,PHILADELPHIA,PA Suit Filing Date 03/16/2020 Filing Number 202000301995 Status Pending Date Status Attained 03/16/2020 Received Date 03/20/2020 Cause Breach Of Contract Plaintiffs AA DUCKETT,INC,GLASSBORO,NJ Defendant TRANE,PUEBLO,CO Defendant TRANE U.S.INC.,KING OF PRUSSIA,PA Defendant AND OTHERS Court PHILADELPHIA COUNTY COMMON PLEAS COURT,PHILADELPHIA,PA Suit FNYp Mee 05/28/2019 Filing Number 2019-016336-CA-01 Status Pending Date Status Attained 05/28/2019 Received Date 06/01/2019 Plaintiffs DEAUVILLE HOTEL PROPERTY LLC Defendant TRANE USA,INC.,MIARAMAR,FL Defendant AND OTHERS Court DADE COUNTY CIRCUIT COURT,MIAMI,FL Suit Filing Date 01/02/2019 Filing Number 201801203530 Status Pending Date Status Attained 01/02/2019 Received Data 01/04/2019 Cause Breach Of Contract Plaintiffs HUNTER ROBERTS CONSTRUCTION GROUP,LLC,PHILADELPHIA,PA Defendant TRANE U.S.,INC,KING OF PRUSSIA,PA Defendant AND OTHERS Court PHILADELPHIA COUNTY COMMON PLEAS COURT,PHILADELPHIA,PA Suit Filing Date 07/29/2015 Filing Number 201500013014 Status Pending Date Status Attained 07/29/2015 Received Date 07/08/2016 Plaintiffs JEWISH COMMUNITY CENTER OF GREATER PITTSBURGH,PITTSBURGH,PA Defendant TRANE,PITTSBURGH,PA Court ALLEGHENY COUNTY PROTHONOTARY,PITTSBURGH,PA Suit Filing Date 10/02/2014 Filing Number 201400904451 Status Pending Date Status Attained 10/02/2014 Received Date 07/08/2016 Plaintiffs SULLIVAN JR,GERALD G,CHICAGO,IL Defendant TRANE U.S INC Defendant AND OTHERS Court PHILADELPHIA COUNTY COMMON PLEAS COURT,PHILADELPHIA,PA Suit Filing Date 03/19/2014 Filing Number 2014CV000423 Status Pending Date Status Attained 03/19/2014 Received Date 07/08/2016 Plaintiffs VILLAGE OF PLEASANT PRAIRIE,PLEASANT PRAIRIE,WI Defendant TRANE US INC,LA CROSSE,WI Defendant AND OTHERS Court KENOSHA COUNTY CIRCUIT COURT,KENOSHA,WI UCC Filing-Continuation Filing Date 08/17/2018 Filing Number 1876644645 Received Date 08/20/2018 Original Filing Date 02/10/2014 Original Filing Number 147398867164 Secured Party WACHOVIA MORTGAGE,FSB FKA WORLD SAVINGS BANK.FSB FKA WORLD SAVINGS AND LOAN ASSOCIATION AND FANNIE MAE,CHARLOTTE,NC Secured Party WELLS FARGO BANK,NA.,CHARLOTTE,NC Debtors TODD).ELMGREN AND BROOKE STROH ELMGREN,CO-TRUSTEES OF THE ELMGREN FAMILY TRUST DATED OCTOBER 16.2000,OAKLAND,CA Filing Office SECRETARY OF STATE/UCC DIVISION,SACRAMENTO,CA UCC Filing-Original Filing Date 05/31/2018 Filing Number 2018 3692833 Received Date 07/10/2018 Collateral Account(s)including proceeds and products-Assets including proceeds and products-Machinery including proceeds and products-Computer equipment Including proceeds and products-and OTHERS Secured Party PUBUC SERVICE ELECTRIC AND GAS COMPANY,NEWARK,NJ Debtors TRANE U S INC,HAMILTON,NJ Filing Office SECRETARY OF STATE/UCC DIVISION,DOVER,DE UCC Filing-Original Filing Date 05/31/2018 Filing Number 52812503 Received Date 07/03/2018 Collateral Assets including proceeds and products•General intangibles(s)including proceeds and products-Fixtures including proceeds and products- Equipment including proceeds and products Secured Party PUBLIC SERVICE ELECTRIC AND GAS COMPANY,NEWARK,NJ Debtors TRANE U.S INC.,HAMILTON,NJ Filing Office SECRETARY OF STATE/UCC DIVISION,TRENTON,NJ UCC Filing-Original Filing Date 10/30/2017 Filing Number 2017 7164371 Received Date 12/01/2017 Collateral Account(s)and proceeds-Leased Equipment and proceeds Secured Party MARLIN BUSINESS BANK,SALT LAKE CITY,UT Debtors TRANE U.S.INC.,GREENVILLE,SC Filing Office SECRETARY OF STATE/UCC DIVISION,DOVER,DE UCC Filing-Original Filing Date 09/28/2017 Filing Number 2017 6463753 Received Date 11/03/2017 Collateral Account(s)and proceeds-General Intangibles(s)and proceeds-Chattel paper and proceeds-Leased Equipment and proceeds Secured Party BANC OF AMERICA LEASING&CAPITAL,LLC,HUNT VALLEY,MD Debtors TRANE U.S INC Debtors and OTHERS Filing Office SECRETARY OF STATE/UCC DIVISION,DOVER,DE UCC Filing-Original Filing Date 09/05/2017 Filing Number 2017 5876401 Received Date 10/03/2017 Collateral Account(s)and proceeds-General intangibles(s)and proceeds-Chattel paper and proceeds-Leased Equipment and proceeds Secured Party BANC OF AMERICA LEASING&CAPITAL,LLC,HUNT VALLEY,MD Debtors TRANE U.S INC Debtors and OTHERS Filing Office SECRETARY OF STATE/UCC DIVISION,DOVER,DE UCC Filing Original Filing Date 09/05/2017 Filing Number 52394102 Received Date 09/26/2017 Collateral Account(s)and proceeds-General intangibles(s)and proceeds-Chattel paper and proceeds-Leased Equipment and proceeds Secured Party BANC OF AMERICA LEASING&.CAPITAL,LLC,HUNT VALLEY,MD Debtors TRANE U.S INC Debtors and OTHERS Filing Office SECRETARY OF STATE/UCC DIVISION.TRENTON,NJ UCC Filing-Original Filing Date 07/05/2017 Filing Number 170023207385 Received Date 07/18/2017 Collateral Negotiable Instruments and proceeds-Inventory and proceeds-Account(s) and proceeds-Contract rights and proceeds•and OTHERS Secured Party COMMERCE NATIONAL BANK,A BRANCH OF LUBBOCK NATIONAL BANK. LUBBOCK,TX Debtors PEARL HOUSTON MEDICAL CENTER LLC,HOUSTON,TX Filing Office SECRETARY OF STATE/UCC DIVISION,AUSTIN,TX UCC Filing-Original Filing Date 06/07/2017 Filing Number 2017 3744858 Received Date 07/25/2017 Collateral Account(s)and proceeds-General Intangibles(s)and proceeds-Chattel paper and proceeds•Leased Computer equipment and proceeds-Leased Equipment and proceeds Secured Party BANC OF AMERICA LEASING&CAPITAL,LLC,HUNT VALLEY,MD Debtors TRANE U.S INC Debtors and OTHERS Filing Office SECRETARY OF STATE/UCC DIVISION.DOVER,DE UCC Filing-Original Filing Date 06/07/2017 Filing Number 2017 3744684 Received Date 07/25/2017 Collateral Account(s)and proceeds-General Intangibles(s)and proceeds-Chattel paper and proceeds-Leased Computer equipment and proceeds.Leased Equipment and proceeds Secured Party BANC OF AMERICA LEASING&CAPITAL,LLC,HUNT VALLEY,MD Debtors TRANE U S.INC. Debtors and OTHERS Filing Office SECRETARY OF STATE/UCC DIVISION,DOVER,DE UCC Filing•Amendment i Filing Date 04/08/2014 Filing Number 1474064778 Received Date 04/25/2014 Original Filing Date 02/10/2014 Original Filing Number 147398867164 Secured Party WACHOVIA MORTGAGE,FSB FKA WORLD SAVINGS BANK,FSB FKA WORLD SAVINGS AND LOAN ASSOCIATION AND FANNIE MAE,CHARLOTTE,NC . Secured Party WELLS FARGO BANK,NA.,CHARLOTTE,NC Debtors TODD;ELMGREN AND BROOKE STROH ELMGREN,CO-TRUSTEES OF THE ELMGREN FAMILY TRUST DATED OCTOBER 16,2000,OAKLAND,CA Filing Office SECRETARY OF STATE/UCC DIVISION,SACRAMENTO,CA UCC Filing-Original Filing Date 02/10/2014 Filing Number 147398867164 Received Date 02/28/2014 Collateral Negotiable Instruments and proceeds-Inventory and proceeds•Accounts receivable and proceeds-Account(s)and proceeds•and OTHERS Secured Party WACHOVIA MORTGAGE,FSB FKA WORLD SAVINGS BANK,FSB FKA WORLD SAVINGS AND LOAN ASSOCIATION AND FANNIE MAE,CHARLOTTE,NC Debtors TODD J.ELMGREN AND BROOKE STROH ELMGREN,CO-TRUSTEES OF THE ELMGREN FAMILY TRUST DATED OCTOBER 16,2000,OAKLAND,CA Filing Office SECRETARY OF STATE/UCC DIVISION.SACRAMENTO,CA The public record items contained In this report may have been paid,terminated,vacated or released prior to the date this report was printed This information may not be reproduced in whole or In part by any means of reproduction. IThere may be additional UCC Flings in D&Bs file on this company available by contacting 1-800-234-3867. There may be additional suits,liens,or judgments in D&B's file on this company available in the U S Public Records Database,also covered under your contract.If you would like more information on this database,please contact the Customer Resource Center at 1.800-234-3867 If it is indicated that there are defendants other than the report subject,the lawsuit may be an action to clear title to property and does not necessarily imply a claim for money against the subject A lien holder can file the same lien In more than one filing location The appearance of multiple liens filed by the same lien holder against a debtor may be indicative of such an occurrence Special Events SPECIAL EVENTS Date Event Description 02/24/2022 The Chief Executive Officer is now Dave Regnery,CEO. 02/17/2022 Business address has changed from 3600 Pammel Creek Rd,La Crosse,WI,54601 to 800•e Beaty St,Davidson,NC,28036. Financials-D&B A detailed financial statement is not available from this company for publication A detailed financial statement is not available from this company for publication D&B currently has no financial information on file for this company D&B currently has no financial information on file for this company. D&B currently has no financial Information on file for this company D&B currently has no financial information on file for this company Company Profile COMPANY OVERVIEW D-U-N-S Melling Address Employees 00-134-4621 PO Box 6820 6.500 PISCATAWAY,NJ,08855.UNITED STATES Legal Form Age(Year Started) Corporation(US) Telephone 93 Years(1929) +1 704 655 4000 History Record Named Principal Clear Website Dave Regnery,CEO yrww.trane.conl Date Incorporated Line of Business 03/26/1929 Present Control Succeeded Mfg refrigeration/heating equipment 1929 Business Commenced On 1929 SIC 35850101 State of Incorporation DELAWARE NAICS 333415 Ownership Not publicly traded L Street Address: 800-e Beaty St, lit,,. !i Davidson,NC.28036, is r A i F (11381 - United States Of America "Com y School .t- < ;of Davi on Vi. atli) • � ' Davidson ,wvwn...ner.wr,»ti ` 1 College BUSINESS REGISTRATION Corporate and business registrations reported by the secretary of state or other official source as of 2019-08.02 This data is for informational purposes only,certification can only be obtained through the Office of the Secretary of State Registered Name TRANE U S INC Corporation Type Corporation(US) State of Incorporation DELAWARE Date Incorporated 03/26/1929 Registration ID 255803 Registration Status GOOD STANDING Date Status Attained 03/02/2017 Filing Date 03/26/1929 Where Flied SECRETARY OF STATE/CORPORATIONS DIVISION Registered Agent Name CORPORATION SERVICE COMPANY Address 251 LITTLE FALLS DRIVE,WILMINGTON,DE,198080000 PRINCIPALS Officers DAVE REGNERY,CEO Directors DIRECTOR(S)THE OFFICER(S) COMPANY EVENTS The following information was reported on:02/24/2022 The Delaware Secretary of State's business registrations file showed that Trane U.S Inc was registered as a Corporation on March 26,1929.under the file registration number 255803 The name was changed from American Standard Inc to Trane U.S Inc by charter amendment on November 8.2007. Business started 1929.100%of capital stock is owned by the parent company. All of its outstanding common stock Is owned by Trane Inc(Formerly•American Standard Companies Inc,name changed in Nov 1994 from ASI Holding Corporation)that was formed in 1988 by Kelso&Company LP to effect the acquisition of American Standard Inc On June 5,2008 Trane was acquired by Ingersoll-Rand for$10 1 billion RECENT EVENTS On July 5,2012,Mary Beth Martin,Productivity Manager for Americas Accounting,stated that Trane Comfort Solutions,Inc.Piscataway,NJ,has merged with and into Trane U S.,Inc,Piscataway,NJ,last July 1,2012 With the merger,Trane Comfort Solutions,Inc has ceased to exist as a legal entity,and all its branches would now operate as Trane U.S.Inc locations No further details are available DAVE REGNERY July 2021-present active here. According to a published report dated May 29,2009,the Massachusetts Attorney General Martha Coakley's Office has reached an agreement with Trane U.S Inc, of Piscataway,NewJersey.and its treasurer,David S Kuhl,for violating the Massachusetts Wage and Hour Laws. As part of the settlement agreement.Trane and Kuhl will pay$38,000 in restitution to 15 employees who worked on numerous public projects in Massachusetts between Aug 2005 and May 2009.The company and Kuhl also agreed to pay a 510.000 fine to the Commonwealth for failing to pay the prevailing wage and failing to submit certified payroll records in violation of the law Business address has changed from 3600 Pammel Creek Rd,La Crosse,WI,54601 to 800e Beaty St.Davidson,NC,28036 BUSINESS ACTIVITIES AND EMPLOYEES The following information was reported on:02/24/2022 Business information Wade Names (SUBSIDIARY OF TRANE INC.PISCATAWAY.NJ).TRANE Business Information Description Subsidiary of TRANE INC,PISCATAWAY,NJ started 1988 which operates as a holding company.Parent company owns 100%of capital stock Parent company has seven other subsidiary(les).Intercompany relations service transactions on a ongoing and continuing basis. As noted this company is a subsidiary of Trane Inc.,Piscataway.NJ DUNS 19-144-4587 and reference is made to that report for background Information on the parent company and its management. Manufactures air conditioning,refrigeration or heating equipment,specializing in air conditioning units, complete air conditioning equipment,air conditioning condensers or condensing units and heating equipment.Manufactures fans,blowers and air purification equipment,specializing in commercial or industrial ventilating fans Manufactures environmental controls,specializing In air conditioning or refrigeration controls Manufactures electric housewares and fans,specializing in room dehumidifiers Terms are Net 30 and 60 days.Brands include Trane and American-Standard Sells to building and construction industries Territory•International Employees 6,500 which includes officer(s)Undetermined employed here. Financing Status Secured Facilities Leases premises in a multi story steel building Location Central business section on main street Related Concerns SICfNAICS Information Industry Code Description Percentage of Business 3585 Mfg - refrigeration/heating equipment 35850101 Air conditioning - units,complete: domestic or industrial 35850100 Air conditioning - equipment, complete 35850401 Air conditioning - condensers and condensing units 35850300 Heating equipment. - complete 35640205 Ventilating fans - industrial or commercial 38220100 Air conditioning and - refrigeration controls 36340303 Dehumidifiers. electric room NAICS Codes NAICS Description 333415 Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing 333415 Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing 333415 Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing 333415 Air•Conditioning and Warm Air Heating Equipment and Commercial and industrial Refrigeration Equipment Manufacturing NAICS Codes NAICS Description 333413 Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing 334512 Automatic Environmental Control Manufacturing for Residential,Commercial,and Appliance Use 335210 Small Electrical Appliance Manufacturing GOVERNMENT ACTIVITY Activity Summary Borrower(Dir/Guar) No Administrative Debt No Contractor No Grantee No Party excluded from federal program(s) No Associations All Credit Files Created from this D&B Live Report AU Credit Files with Same D-U-N-S® Number as this D&B Live Report ALL CREDIT FILES CREATED FROM THIS D&B LIVE REPORT Company Name Type Status Date Created No data found ALL CREDIT FILES WITH SAME D-U-N-S® NUMBER AS THIS D&B LIVE REPORT Date Company Name Type Status Created TRANE U.S.INC. Application-#FCLQQNBEK Booked 10/09/2014 BRADY PARTS INC 9312227 ACCOUNT-#36032-0089 No Action 04/02/2015 Recommended TRANE PARTS CENTER OF ARKANSAS ACCOUNT-#34065-0456 No Action 04/02/2015 Recommended DES MOINES TRANE ACCOUNT-#72610-0456 No Action 04/02/2015 Recommended TRANE HVAC PARTS&SUPPLIES ACCOUNT-#111753-0456 No Action 04/02/2015 Recommended BRADY PARTS INC 9312227 ACCOUNT-#36032-0457 No Action 04/02/2015 Recommended BRADY PARTS INC 9312227 ACCOUNT-#36032-0456 No Action 04/02/2015 Recommended TRANE COLUMBUS Application-#FCH9AEC68 Declined 04/27/2015 Trane US Inc Application-#FCPDFF88K Declined 09/21/2015 TRANE COMPANY-WACO PLANT ACCOUNT-#124380-0456 No Action 06/27/2016 Recommended Trane us inc Application-#FCNDD8HCGY Declined 12/13/2016 TRANE COMPANY-DIVISION OF INGERSOLL RAND Application-#FCN8ALKD4Y Declined 10/19/2017 Date Company Name Type Status Created TRANE U.S.INC. Snapshot D-U-N-S Number 00- Saved 10/25/2017 134-4621 MID MICHIGAN TRANE SERVICE CO ACCOUNT-#106747-0456 No Action 08/18/2018 Recommended TAMPA BAY TRANE Application-#FCN6H3XAEX Declined 12/31/2018 TRANE-INGERSOLL RAND Application-#FCNYWEL4PB Approved 03/08/2019 trane technologies Application-#FCCXAYDWTH Approved 06/01/2021 TRANE U.S.INC. Application-#FCC5QYV8NE Approved 08/16/2021 Trane US Inc Application-#FCCTPQVYPN Approved 03/18/2022 Your Information Record additional information about this company to supplement the D&B information. Note:Information entered in this section will not be added to D&B's central repository and will be kept private under your user ID Only you will be able to view the information In Folders: View Account Number Endorsement/Billing Reference* Sales Representatives Kevin.Celestine@tranetechnologies.c om Credit Limit Total Outstanding 0 0 Last Login.05/02/2022 10:24.21 MI &Don&Bradstreet.Inc.2005.2022 NI rights reserved Privacy Policy I xrms o/use I LIS Government Emoi yee Disclaimer TRAIN° 1 ?ANE T ECF(0 LOGI(5 Appendix 3 Exhibit B - Administration Agreement, Example Exhibit K Administration Agreement, Example ADMINISTRATION AGREEMENT THIS ADMINISTRA'TIO'N AGREEMENT (this "ttreement' ) is made this day of July 20 22 between National Intergovernmental Purchasing Alliance Company. a Delaware corporation d/bia OMNIA Partners. Public Sector ("OMNIA Partners"), and TraseU.S. Inc ("Supplier-) RE:C71'I'AIS Wit E:KE:AS. the (dam "principal Procurement .Airenc'") has entered into a Master Agreement effective , Agreement No by and between the Principal Procuretinent Agency and Supplier. (as may be amended from time to time in accordance with thc terms thereof. thc"Master Agreement"), as attached hereto as Exhibit A and • incorporated herein by reference as though full) set forth herein. for the purchase of (the"Pr ct").. WHEREAS, said Master Agreement provides that any or all public agencies, including state and local governmental entities. public and private primary,secondary and higher education entities, non-profit entities,and agencies for the public benefit(collectively,"Public Atencies,"). that register (either via registration on the OMNIA farmers website or execution of a Master Intergovernmental Cooperative Purchasing Agreement, attached hereto as Exhibit B)(each. hereinafter referred to as a "Participating Public AQencv") may purchase Product at prices stated in the Maslen Agreement. WNE:RE:AS. Participating Public Agencte5 may ac cess the Master Agreement which is offered through OMNIA Partners to Public Agencies-, WHEREAS,OMNIA Partners serves as the cooperative contract administrator of the Master Agreement on behalf of Principal Procurement Agency, WHEREAS, Principal Procurement Agency desires OMNIA Partners to proceed with administration of the Master Agreement and WHEREAS. OMNIA Partners and Supplier desire to enter into this Agreement to make available the Master Agreement to Participating Public Agencies and to set forth certain terms and conditions governing the relationship between OMNIA Partners and Supplier NOW.THEREFORE.in consideration of the payments to be made hereunder and the mutual covenants contained in this Agreement, OMNIA Partners and Supplier hereby agree as follows DEFINITIONS ] C'apntalrzrd terms used in this Agreement and not otherwise defined herein shall parvo the meanings gts en to them in thc Master Agreement Venal rrri TERMS AND CONDITIONS 2 The Master Agreement and the terms and conditions contained therein shall apply to this Agreement except as expressly changed or modified by this Agreement Supplier acknowledges and agrees that the covenants and agreements of Supplier set forth in the solicitation and Supplier's response thereto resulting in the Master Agreement are incorporated herein and arc an integral pan hereof 3 OMNIA Partners shall be afforded all of the rights. pnvile.-t es and indemnifications afforded to Principal Procurement Agency by or from Supplier under the Master Agreement.and such rights, privileges ges and indemnifications shall accrue and apply with equal effect to OMNIA Partners, its agents. employees. directors, and representatives under this Agreement including. but not limited to, Supplier's obligation to obtain appropriate insurance 4 OMNIA Partners shall perform all of its duties, responsibilities and obligations as the cooperative contract administrator of the Master Agreement on behalf of Principal Procurement Agency as set forth herein, and Supplier hereby acknowlexlge.s and agrees that all duties to sponsibilities and obligations will be undertaken by OMNIA Partners solely in its capacity as the cooperative contract administrator under the Master Agreement S With respect to any purchases by Principal Procurement Agency or any Participating Public Agency pursuant to the Master Agreement, OMNIA Partners shall not be (i) construed as a dealer,re-marketer, representative,partner or agent of any type of the Supplier, Principal I'iocureniernt Agency or any Participating Public Agency; (ii) obligated, liable or responsible for any order for Product made by Principal Procurement Agency or any Participating Public Agency or any employee thereof under the Master Agreement or for any payment required to be made with respect to such order for Product, and (mi)obligatexi, liable or responsible for any failure by Principal Procurement Agency or any Participating Public Agency to comply with procedures or requirements of applicable law or the Master Agreement or to obtain the due authonration and approval necessary to purchase under the Master Agteemerit OMNIA Partners makes no representation or guaranty with respect to any minimum purchases by Pnncipal Procurement Agency or any Participating Public Agency or any employee thereof tinder this Agreement or the Master Agreement ti OMNIA Partners shall not be responsible for Supplier's performance under the Master Agreement, and Supplier shall hold OMNIA Partners harmless from any liability that may arise from the acts or omissions of Supplier in connection with the Master Agreement 7 Supplier acknowledges that, in connection with its access to OMNiA Partners confidential information and/or supply of data to OMNIA Partners. it has complied with and shall continue to comply with all laws, regulations and standards that may apply to Supplier. including. without limitation (a) United Stag federal and state information security and privacy statutes, regulations and/or best practices, including, without limitation. the Gramm-Leach-lililey Act. the Massachusetts Data Security Regulations(201 C.M.R_ 1700 et sect 1. the Nevada encryption statute (N.KS. § 603A), the California data security law(Cal Civil ('ode 1798 80 et soy )and California Consumer Privacy Act (Cal Civil Code t3 1798 100 et sect 1: and (b) applicable industry and regulatory standards and best practices(collectively, "Data Retrnlatinn,e") With regard to Personal Information that Supplier collects, receives. or otherwise processes under the Agreement or otherwise in connection with performance of the Agreement. Supplier agree f, that it will not. (i) sell. rent. release, disclose. disseminate, male available. transfer, or otherwise VMrwn Aix/Tl Ai& communicate wall), in writing, or (» electronic or other means.such Personal lam motion to anodic; business or third petty for monetary sir other valuable consideration. to (til retain u•c, m dt`sclox succi Personal Information outside of the direst husinms telitiorulup between Supplier and OMNIA Parini ss to foi any purpose other than for the specific purposes of performance of the Agit-emelt:. including retammg. usmg, tit disclosing Sudo Peiscuual Information for a commercial pwposc odtrt thAti for performance of the Agreement lie ... meting into the Agreemtnit, Supplier cc:t►fie that it understands the specific restriction, contained in the; Section 7 :end will coop') with them for purposes hereof. -Peraonnl Information" ',kW's information that tdcntafum,ielates in. describes. is reasonably capable of being associated with. or could nfAstmNbh be linked,dtnctly en indtrecth. with a paniculat consumer or hosuseluiW, and includes the specific elements of"personal mfotntation"as defined undo Data Regulations, as defined heroin Supplier will reasonably ,sstst OMNIA Pinatas in timely responding to any third ram "request to know' e►r "rmucst to delete' (as defined pwsuant to Data Regulations) and will promptly provide OMNIA Putulcrs with information reasonably, ner*.s-ttr% for OMNIA Partners to respond to such request. Wheie Supplier collects Personal Inform ruin directly from Public Ageneses, or others no OMMA Parlour behalf, Suppliet will maintain records and the mean~ necessary to enahle()MMA Parities so respond to such requests 10 know seod requests to delete 8 WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, OMNIA PARTNERS EXPRESSLY DISCLAIMS ALL EXPRESS OR IMPLIED REPRESENTATIONS AND WARRANTIES REGARDING OMNIA PARTNERS' PERFORMANCE AS A CONTRACT. ADMINISTRATOR OF THE MASTER AGREEMENT OMNIA PARTNERS SHALL NOT BE LIABLE IN ANY WAY FOR ANY SPECIAL.. INCIDENTAL. INDIREC1, CONSL'QIIENTIAt., EXEMPLARY. PUNITIVE. OR RELIANCE DAMAGES. EVEN IF OMNIA I'ARThERS IS ADVISED Of- THE POSSIBILITY OF SUCH DAMAGES 1'!'RM OF AGREEMENT:mom this Agieeruenl shall be in effect so long as the Master Agreement remains ni effect Provided. however. that die piovtsiorrs of Seasons 3 it and I I - 22, hereof and the indcmnafac atauus afforded by the Supplier to OMNI A Panner, in the Mates Agieetncnt. to the eactent such provisions survive arts aspiration oI termination of the Muter .Agreementu ,hall survtse: the CMprrtitaati car trermtnaucott nV this Agrecmcnt ti AT IONAL PROMOTION t0 OMNIA Partners and Supplier shall publican: and promote the a%atlabalth of the. Master Agreement s products and services to Public Agencasi and such agwnum. employees Supplier blah Iatutreeach Public Agency toregistta its piuticipatiuss in the OMNIA Pwtncn program try cutter registering on the OMNIA Partners wctnne onuus:nprrnarat opettntthharsactor f or executing * Master Intcrgos anrnental Cooperative Purchasing Agreement prior to prro>t0itinp the Participating Public 'lonnry'c Fina sales order I Ipon request. Supplier shall nuke available to interested Public Agencies a copy of the Master Agreernem and such price laces or quotes as may h< rwussarti for such Public Agencies to evaluate potential purchases f 1 Supplier shall provide such marketing and admtmatratnc support as sect forth In the sohettation resulting in the Master Agi ntwtn ntcluding assisting In des dome's' of near►truly; nuuemalti as reasonably requested br Prir,tipal Procurement Agency and OMNIA Partners Supplier ,hall he responsible for nhtaintnE permtcsam nt license of use and p meet of any license foes for ail content and 'mages Supplier provides to OMNIA Partners or on,t< on the OMNIA Partners website VOW NO tl 2012 Suppha shall indemnify, defend and hold harmless OMNIA Partners for use of all such content and images including copyright infringement claims Supplier and OMNIA Partners each hereby grant to the other party a limited,resocable, non-transferable, non-sublicensable neht to use such party's logo (each, the "J o?o') solely for use in marketing the Master Agreement Each party shall provide the other party with the standard terms of use of such party's I ago. and such party shall comply with such terms in all material respects Both parties shall obtain approval from the other party prior to use of such party's Logo Notwithstanding the foregoing,the parties understand and agree that except as provided herein neither party shall have any right, title or interest in the other party's Logo Upon termination of this Agreement, each party shall immediately cease use of the other party's logo ADMINISTRATIVE FEE, REPORTING & PAYMENT 12 An "Administrative Fee" shall be defined and due to OMNIA Partners from Supplier in the amount of 2 percent ( 2%) ("Administrative Fee Pcrccntatze") multiplied by the total purchase amount paid to Supplier. less refunds, credits on returns. remotes and discounts, for the sale of products andior services to Principal Procurement Agency and Participating Public Agencies pursuant to the Master Agreement(as amended from time to time and including any renewal thereof) ("('ontract Sales") From time to time the parties may mutually agree in wntrng to a lower Administrative Fee Percentage for a specifically identified Participating Public Agency's Contract Sales I i Supplier shall provide OMNIA Partners with an electronic accounting report monthly. in the format prescribed by OMNIA Partners, summations all Contract Sales for each calendar month The Contract Sales reporting format is pros'dal as LahLtitS ("Contract Sales Report"). attached hereto and incorporated herein by reference Contract Sales Reports for each calendar month shall be provided by Supplier to OMNIA Partners by the 10th day of the following month Failure to provide a Contract Sales Report within the time and manner specified herein shall constitute a material breach of this Agreement and if not cured within thirty (30) days of written notice to Supplier shall be deemed a cause for termination of the Master Agreement. at Principal Procurement Agency's sole discretion. and.lor this Agreement. at OMN1A Partners' sok discretion 14 Administrative Fee pay mcnts are to be paid by Supplier to OMNIA Partners at the frequency and on the due date stated in Section 13, above, for Supplier's submission of corresponding Contract Saks Reports Administrative Fee payments are to be made via Automated Clearing (louse (ACH) to the OMNIA Partners designated financial institution identified in jrshlbo I) Failure to pros ide a payment of the Administrative Fee within the time and manner specified herein shall constitute a material breach of this Agreement and if not cured within thirty(30)days of written notice to Supplier shall be deemed a cause for termination of the Master Agreement, at Principal Prucurcnicnt Agency's sok discretion. andlor this Agreement. at OMNIA Partners' sole discretion All Administrative Fees not paid when due shall bear interest at a rate equal to the leer of one and enc-half percent (I 1/2%)pa month or the maximum rate permitted by law until paid in full I S Supplier shall maintain an aceounhinp of all purchases made by Participating Public Agencies under the Master Agreement OMNIA Partners, or its designee in OMNIA Partners sole discretion, reserves the right to compare Participating Public Agency records with Contract Sales Reports submitted by Supplier for a period of four (4) years from the date OMNIA P;irtnets iecei%cs such report In addition. OMNIA Partners may engage a third party to conduct an independent audit of Supplier's monthly reports In the event of such an audit, Supplier' shall provide all materials rcasonahls requested relating to such audit by OMNIA Partners at the location designated by OMNIA Partners In the event an underreporting of rooteact Sales and a resultiny undetp aymert of verso.ADN 2077 Administrative Foes is revealed. OMNIA Partners will notify the Supplier in wnting Supplier will has thirty (30) days from the date of such notice to resolve the discrepancy to OMNIA Partners reasonable satisfaction, including payment of arty Administrative Fees due and owing, together with rrrterest thereon ui accordance with Section 13. and reimbursement of OMNIA Partners' costs and expenses related to such audit GENERAL PROVISIONS 16 thus Agreement, the Master Agreement and the exhibits referenced herein supersede any and all other agreements. either oral or in writing, between the parties hereto with respect to the subject matter hereto and no other agreement, statement, or promise relating to the subject matter of this Agreement which is not contained or incorporated herein shall be valid or binding In the cent of any conflict between the provisions of this Agreement and the Master Agreement, as between OMNIA Partners and Supplier, the provisions of this Agreement shall presail 17 If any action at law of in equity is brought to enforce or interpret the provisions of this Agreement or to recover any Admtnistrative Fee and accrued interest. the prevailing party shall be entitled to reasonable attorney's fees and costs in addition to anv other relief to which it mas be entitled IH This Agreement and OMNIA Partners' rights and obligations hereunder may be assigned at OMNIA Partners' sok discretion to an affiliate of OMNIA Partners,any purchaser of any or all or substantially all of the assets of OMNIA Partners, or the successor entity as a result of a merger, reoiganriation, consolidation, conversion or change of control, %khether by operation of law or otherwise Supplier may not assign its obligations hereunder without the prior written consent of OMNIA Partners 19 All written communications given hereunder shall be delivered by first-class mail, postage prepaid, or usenught delivery on receipt to the addresses as set forth below A OMNIA Partners OMNIA Partners Attn President 840('rescent Centre Drive Suite 600 Franklin, TN 37067 B Supplier Trane U.S. Inc. 800 Beath• Street Davidson, NC 28036-6924 20 if any provision of this Agreement shall be deemed to be, or shall in fact be. illegal, inoperative or unenforceable, the same shall not affect any other pros isrenr or provisions herein cur►tamexl or render the same invalid, rnoperatise or unenforceable to any extol' whatever, and this Agteedttenl will he construed by limiting or invalidating such provision to the minimum extent incemary ni make suds provision valid. teal arid enforceable Mmaarttrl2 7111 .21 flits Agreement may not be amended, changed. modified. or altered without the prior written consent of the parties hereto, and no provision of this Agreement may be discharged or waived, except by a writing signed by the parties A waiver of any particular provision will not be deemed a waiver of anv 01 her pros num, nor sill a waiver given on one ucx'asitm be deemed to apply to any other occasion 22 This Arree lent shall intim li► the benefit of and ..Mill he binding upon OMNIA Partners. die Supplier and any respecute successes and as tgii thereto. subject hosscser. to the limitations contained herein 23 ibis Agieenont will bc construed under and governed In the laws of the State of Delaware, excluding its conflicts of law provisions and any action arising out of or related to this Agiesanent shall be ucmtmeneed solely and exclusively in the state or federal courts in Williamsmt C'uunty Tetuitc 24 This Agreement may be executed in counterparts. each of winch is an original but all of which, together shall constitute but one and the same instrument The escliange of copies of this Agreement and of signature pages b. facsimile, or be pdf or similar electronic transmission, will constitute efective execution and delivery of this Agrecnietit as to the parties and mai bc used in licu of the oneinal Agreement for all purposes Sigrintun.s of the parties tiamnuttcd by Ciicsimile or by pill or similar elecirome transmission, will be deemed to be their anginal signuttues for am purpose%si atsocscc TRANS U.S_ INC. NATIONAL INTERCOVERNMENT Al. PURCHASING ALLIANCE COMPANY, A DF:L.AW'ARF CORPORATION DMA OMNIA PARTNERS.MIR).IC SECTOR S ignagt Signature G • S Sarah Vavm ,. Namc Name Strattgic Cooperative Program leader Sr Contacfrac Pry-eniesti, Public. Saotu ting title Title Jul) 5,2022 Care Date irwc,,A4n I: ,w, TRAIN' l ?/�N TEOf NO LOGI E=S Appendix 4 Exhibit F - Federal Funds Certifications Exhibit F Federal Funds Certifications FEDERAL CERTIFICATIONS ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT TO WHOM IT MAY CONCERN' Participating Agencies may elect to use federal funds to purchase under the Master Agreement.Thls form should be completed and returned. DEFINITIONS Contract means a legal instrument by which a non-Federal entity purchases property orservioes needed to carry out the project or program under a Federal award.The term as used in this part does not include a legal instrument,even if the non-Federal entity considers it a contract,when the substance of the transaction meets the definition of a Federal award or subaward Contractor means an entity that receives a contract as defined in Contract Cooperative agreement means a legal instrument of financial assistance between a Federal awarding agency or pass-through entity and a non-Federal entity that,consistent with 31 U.S.C. 6302-6305: (a)Is used to enter into a relationship the principal purpose of whirl is to transfer anything of value from the Federal awarding agency or pass-through entity to the non-Federal entity to carry out a public purpose authorized by a law of the United States(see 31 U.S.0 6101(3)); and not to acquire property or services for the Federal government or pass-through entity's direct benefit or use; (b)Is distinguished from a grant in that it provides for substantial involvement between the Federal awarding agency or pass-through entity and the non-Federal entity in carrying out the activity contemplated by the Federal award (c)The term does not include- (1)A cooperative research and development agreement as defined in 15 U.S.C. 3710a,or (2)An agreement that provides only: (i)Direct United States Government cash assistance to an individual; (ii)A subsidy, (iii)A loan; (iv)A loan guarantee;or (v)Insurance Federal awarding agency means the Federal agency that provides a Federal award directly to a non-Federal entity Federal award has the meaning,depending on the context,in either paragraph(a)or(b)of this section (a)(1)The Federal financial assistance that a non-Federal entity receives directly from a Federal awarding agency or indirectly from a pass-through entity,as described in§200.101 Applicability;or (2)The cost-reimbursement contract under the I ederal Acquisition Regulations that a non-Federal entity receives directly from a Federal awarding agency or indirectly from a pass-through entity,as described in§ 200.101 Applicability. (b) The instrument setting forth the terms and conditions The instrument iS the grant agreement, cooperative agreement,other agreement for assistance covered in paragraph (b)of§200.40 Federal financial assisMnce,or the cost-reimbursement contract awarded under the Federal Acquisition Regulations (c) Federal award does not include other contracts that a Federal agency uses to buy goods or services from a contractor or a contract to operate Federal government owned,contractor operated facilities(GOCOs) (d)See also definitions of Federal financial assistance,grant agreement,and cooperative agreement Non-Federal entity means a state,local government,Indian tribe,institution of higher education(IHE).or nonprofit organization that carries out a Federal award as a recipient or subrecipient. Version Apnl 11,1071 Nou.prorhi utgaaltalbn neen11110,0111pWitten emit,alsocsaan.occroiative p eihr pgeralbort r41 KicaVing 04E3 „ht jai is cgiellentipalltallarliblilk,educeiari.Service U-dnittnle or tornado purpose,in the put*.meant. 1W►Iv net awake.v ►Oar** in,t (c)Uses suet prucleeds to nuwninin vrpriw* or amens dho!otornrrt' a1 Ins wg►rtneat OOhpNhms omens. when used on crxu7Acaon with a non-Ftskor in o IM xi or tuna unor ti FatWr awes: car. pbalyd ke prows/rid trnvoO aster*Mid subesrarda made OW senior Voridei$oiw dt,irhQ s/Moi pu►Nd Susi requr• .111A11Ins try Ira rron-;"ederel moth doss(lie awe or 3 Suture pcfic Piss-through atatny~yr a non-Federal enmity moat provost a sweetest!to a s,,1b►ttuirrtcht kr terry MS port chi a f laurel Recipe tt means a non-Feaeiw shitty flat rorauvet a(Weal setuld dnxly!Soni a I eth &entrortrrel adeno In terry ail an aetrvsty under a Federal pragrern Thu term reopen.!doc7 nr.1 rnCuut stere q.arhi*, Silitpli.d acquisition threshold mount two dolls aetrcaml balrow *not a rem-F miens, entity nosy o+utrinw lame" Di sank= hating mei punt.** nretttc,ds (ton-fecerei Mn'on noc 61MW pu.ctir. prrxxst.orus in ,alit (V Owediet NM pewee dSim e4dry Ills!nun Se orrt%lig./aepuaeon acrhreh_d 7 he surolriw0 ecqus+ton Oveahoid rs set by The`edr.al Acquisition Ru iiillon at oe CFR!roped 2 1 (Drdrr moria)and in ocoadance coin 41 U s C 1009 As of Uro pub cation d Mho Pail ere enditiod.vopi oa Iheeseedd is 160 OM bul ass Inrehhhold w penoecoltr adios ed br rnitabon (Also t.ia daentrien 101§xq 67 tillooeurshese) Sutiavwrd meant an aced provhcSeo by a Gees-IhouQh eiul4y to a thn,rectilent bi Ine sievecpwnt to carry au part of a Fwart "gad mooned fy the pais iitruoll oat!, It duos out rhchxlu pay monis to a ctrhtraclor or payments ID a'r.rKlrrStlel Mhe'r t :.ttwsrutiry c'a Fcd'rd program A adfessard nay be piovided dtiau4h errs 11.'rrrr of agreement,.ld.d.i an apreern•_nt 7�;1I iron p ~:..!imugh entity° maidam s contact Sutxeclpurrn mama a 1100-Fekv l,l ih Pail lucerne a ett,awatd from a nasrmro,rpr•phut, w carry cul per of t-i ci.wo pr>ogren, brit does Thor iscluda et.drvduat nal Oa beneficiary ul rush pit/tear A sub:rCper)I may ai c t a a sapient of e'' Edit*valid,dewily 1.on a rederd er.ivt,krgeigerry TKridalibor+ rnbeni; I's ending ren a ROOM lid, 11 *thole u n pert al ail, bone oras t7 u•o petunoot and of pow(' 01 pertrrm:%hoe The k beaha pro :soft may hr.reputed tilidtlppld when Perbcjit+hn9 AQur ,u,.ePI'lig rric fhx any pun:hest neItMerq front this procumnieltt prcn l' t'c. FAR 5?.204,24 rub!FAR s??OA 25 r65L`.jpr,l r;vie er*"cls h.situs, hll+7Wt'Ii) snoisaidne 52 204.24 Raptesaatalloo Rageldtng Certain Telecontinunlcatiorls►not%staler•S.treeelance Services or Equipoise*(Oct 2020) r ha Otietor shall not complete the ratx(,Jmt bt►o a!par1aweiei(lih 1 tat Imre prmtlamn R tie OtlarDr hes rivreattmea tat 11'does nc4 prandc oovcred'thle ,vnalreosbahe dpuprhfrrt or sarh,.ase as a pari of at.Oland products or!emcee In ate Gonsnxllere res 11101 performance a shy::rout, abs iV&J a caw/ o0111leArd Roam/%'Mr re'ag( ti 0^101 it the pro S 1 ni :.41 Costed 1rlacrrnnturycebons Eatnprned at Seraces—iiiresealebon on in paracripi OY,1X')a1 the Mason at 3: ;!7 OPeror Reo•eeonlatiwmo end Cedobe lhor s t;orraiiaais l green The I testa cont nes rm►pbia et,repreientaeon n poaQ art, (d$2)of vers prosenon h*fie aloof rens repreeeMrd It•at• 'does shy u cur.nrr!Amigo Inn.mrn..»r»ns oqupreete n seisvoei Q anis ogtatpms$ WO,m. er NOUS NW IAM aovarse lekvomrr itricabor* etrusysant a use ixs' it paragraph (Gi) al the bghlAOA Or h pstegteph(14(2)(s)d Inc rv,rsax,ur . (o)Dcan nc.,r Aa used to pia progaorr- flecltha0$ covered Isicommunadong e7mfpmcrtr at servers alai Otdlrelogy. mi*Inconriledion arramgetrte,4r. :mass eoln rwwy rorwarig aid stitabseal tr essential oompon 1i1* ale memo Plavalad In me Muse�: .' / .'• l.rrl.n,nrn a.Ccnnfhctlr !Dr Colon Talncatrntatra4Nlns ono Wdia Sulve.11101 SWVICee or Equperarrrt ()Prof*"ice (1)Section WI$(w)(I)(A)of he Jaen S McCain Nato*Defense Auihor¢aton Ad It Fiscal Year 2019(Nub l 115 737) probbibs the hoed b1 an erec eve agency on or eases Avail 13 2019 from proofing or Waning,at e•tredreg a re.senatg Doable'b Orman or eblnn Any eghspment.system a trdyhoa test Was covered letecommunicelions e4uor snl or somas as a 1001m1111 a issoanflal oanponen1 of any syatam,a as Mk*technology as part of any system Naam9 in he prohlsOon be atlneaund b (i)Prohibit the heed of an tractile*Merry from pracu ng with an ratty k)ph**a ervloe We connects to he Main oh a orrdpsrth,auth as backfired.memo a Inleraameceon nranpenenas,or s)Covet itsot>trklMeroeMolte'moment We cannot MI*or redirect user dim Ingle er Derma'permit viubilty nu any user date or packets that arch squpment tarsier'.%a otherwise hendYe (2)Section 01)9(e)(1)(8)of We John S U. vein Nolo*Defense Authorization Act ter Faecal Year 2019(Pub t I IS- 232)p+ohbar We hoed of an moutvo agemay on or atter August 19,2070 horn erelerieg alio r°crated re eaisndng or reneeig a cor*sQ ash are erectly IAaI ewes airy equirment eysaem,or oreveoe Neer rases covered takdasrrmrsratlon s eo.,pmoM or eerworb an a*bowie a writhel oontrrnent oh any system,or as swedel technology as pert d any syetssm T .prohibition applies to the use of covered motions equavire v or aenlrksea,nva4b/s of eteihar that tae ie R1 perlormaot Of or Moder f. •;ederr contract Nothing to me pronDwon shell be conafued to— (i)Prdlbit We heed of en maaouhro agency from procumg with an eaMy to amide a service Iw+sax' r.le tie Wien of a MWd{eerty arch as bedthaul,reorient a w terconnecton arrangements a (w))Cover leiscoivenuneetuis squeimen1 her cannot rout a rotted war dila traffic or Orval puts.,vrstrO y into any a seer dela or whale flit such wtquprnent ransmsls or athenesr handles (ciPrecedents The OAercr MIMI rsvbw the Mat of exdudod peptise n We System for Awed Monegamar (GAM) felts 1V11 A own CO)for entries ersdluded from,receiving federal swards Mr'covered ls1eeommence yes saspmen$of%ere!.xe fel)Repacenisfon The ORaor wooer that— (I)a MI, _elII not provide cyanid lethoonsnunitaisorie equpment or services to M Guvarnrrrd is the prion leAft of terry oomract sibcontracl or other contracts,ince meal remain°Porn Was seacsbeon The Mara Mrd stands to additions,! disclosure indorPrsuan required at paragraph(e)(1)of fir section d the Offeror responds VI'W paragraph idNII of We aeotort_ iced (2)Maw conducting a roesonwde inquiry,tor paillasse at tae representation tie ONeror repreeerde Wel.— rl does,*does not use covered latetemmunscabore etevrneni or servba re we nay eguprnent.syswn of s e voce eat uses awered leleoommda*abcna equ men!ce aervdeeb The Mercy del provide Me eddtttorrl dna foaute wdarnabon restored et war*(e)(?)of Iasis sectio N Mo Oftorol monde Vow'sal paragraph(d)(2)of Urs section (e)Doabscurss (1)Disobodro for he nec►ronontebon In paragraph(6)(1)er fele pro eon Nino Otlsror lan netpaed.0'or in she rapttsxretatein peraprmwh Ail of fres p'overoo,the Offeror Mel provide the blavreg a lerreafim es peen or the ON (I)Fa covered squ emsrst— (A)The en1Ry Wet produced Me umpired reba3tnnsurscatdre equipment (Weide amity rams. unique MWy Idstelet,CAGE code,and whether the entry was the atptner equipment rnmuisdsser(OEM)ore distbubr it known). 18)A descroton el all mowed leteoor►nsurweaterts eeupmenl often*(Mule brand. moos nsettbon, such ss OCIA rumba?.saeredeol rer pert nun!ie,°r whdemeire nuntor end stem deecrpeon.s1a 10010:1164) end (t)Exptfrnetton of the Famed use Of Mend lateItilatalliTeUreCaleMe egrrpren1 and NW lectors relevant to dalernining II such use would be psrmaraban uredo Mu putibition in pareytapb(NO)of Ills proreiion 01)For covered irerrbas— (/1)It he sanies Ifl related OJ Ilam mrwr'lonrrra A ttaavtpeetra.of.a Uwv.M sees Mhnuncawsie ierrbao oheroo (rtduie on the darn bong msnlinod flre,nd, nid&number, ouch es OEM number, nemulscljres pen nimble cit wtaMesdet number anti aim desaPMaa,as appraabee).or (MP sat MOWN*11%meireenanoa aro Product Sorvtoa l.;ode (NSC) d the Nowa being ptoveke end avTsianalww of the prepoaed Itaa d covered MilsooriftilwOMAInt 40%104 and any factors reamers ru rinlain.rery 0 arch dam.dila so permeable under Mie prohibition in parepteph IbN 1)hIf Ph proeresuore (2)Oiasbuere tar ear reprsannIelon In paragraph(d)(?)of alp:promirpn it Na.Mora has nep[veded*does'in the repae9en eon W parigreph(d)(2)d the provmon to Olib or 0%411 prrevide the lolo*ereg t ?ohm bon as pad at ha offer (I)Fs covered egtrpaernt•-- (A)The unely Met pnodurbd tit covered tsleoommnncniloren ognptrotl (prelude weer nerves twtitS/e ani io5flsier, ifAJE crit,land remora'the entity wilt ale OEM ea a darnbuto II Wain) eon...We rl AJ: (B)A draapk n of eft oaetee tobcornmuriartere equipment oAend Include brand, model number, sink at OEM number.avenufrobaar part minter a wholesaler number end dem desc rphon,as applicable).and (C)Eaplanabon of the proposed use of covered lelecanmuricabons eoupmerr and err tsdct *invert k determining it such use would be permissible under the prolrb en in paragraph(b)(2)of tens prom edi (ii)For cornered*WON— (A)If be serine is related to neem mentenanoe A descnpbon of ell covered lefaconrnurnabns services 04rtd (include on the darn bong mentened (And, model number, suxin as OF M number manufacturer peit number or*Weider malt end 1m detcrptan es appicebfe) Or (B)N not associated with meinlenence, the PSC of the senor beng provided and eip(eneion of tie proposed INdemosedt lluncahc*r3 t✓svnxty and ltry tecta:reliever!b determining s such use wa/d be pe'rnrscbie unit-the /I —hpnrtl11rtoh(bX2)c'nenpromoson 57 704.75 Prold111.0de Contracting for Certain Telecommunications end Video Surveillance Services or Equipment (Aug 2020) (a)cr . Me ibrsdnate seals lldmemee OMr-Mr-MisbahttM the core network orWiens nares NS antailabrwtworks at owe eke- d the admit(nP, firnM pberaslareeb SeeleeldipkosEII! Bedded cen be widen(e g mrcroweve)or wired(e g.Iter optic.mild lMnena. Covered beta country mentolirPlicke's RIptll-dpint Corared unr artwns glum*or smites mew (1)Talettliewrrcalons nett produced by Humid TndalotDdu C ntparty cx ZTE Caicrreoo'(a arty subs-dory or aisle of sone elded') (2)f-or the purpose of public safety. scanty d Government tacfNies, physical eeuuhty euveittnoo of cnbcal infrastructure and other tumoral security purposes,video surveillance and Wscanmu a ebon$'overlent produced by Hynes Cateminicatons Corporation, Hangzhou Ifikvismn Neal Technology Company, or Danis 1echnobgy Company for any atbeidtry a slaters or such smites) (3)Tdtoernattrieebrn or video a<rvadenbe services fern ided by such enbbes aWing such equprrer;,a (4)Teboommurrcabona or video suveimoe equpment or services produced or prodded by an en*Vial tie Secnbry 01 Dame. h conaiiletion stet be Director of National Intelligence or the Director of its Wend emu el IrnresQriton, rtlttmtiii►Nimes to be an entity owed et cottrdled by,or olherwrie eons wed b,lis geornmeet ol•wenwdfowl country Cabal N-Mnology mans- (1)Defense entrees or deNnss emacs:nduded on the United Sots Wass*Lust set forth in the 4ee n.onei T reek n Arms Regulator*under subchapter M of dopier I of bele 22 Code of FedNr Rip cru. (7)beats mooed on the Commerce Coned list at earth n Supplement No 1 to pat 7/4 of M boort Admrnlreeon Reg.ketone Harder intehepter C of deep*VN of Ms 15.Code of Federal Regulators.and controlled- 0)Pursuant to nM11Wfa1 spendt including for reasons relating to national sedrty. chernicel rid dolma" weapons po1lMMon.nudger rtorprditrtNon or mask loctnok gy,cr (l)Fa roseate relating to rupiwwl alebilty w t,urrepbbu IS Waning (3)Sped*designed and prepared nuclear equprnent, pert end components wets* soharare. one tett notogv covered by part 810 of Vide 10,Code of I ederal Regulations(relating to assistance to foreign mom energy actntles). (4)Nuobar ftiatltes,eoupirnent,rind material covered by pert 110 Of Vide 10, Code of federal Regulating(►elMrp b artport era import et nuclear equipment end rateraf; (5)Select agent/end brae moron by pert 331 of bile!,Code of Federal Rogutaborw,part 121 d boa S of such Code, or pert 73 of tree 42 of such Code,a (b)Emerging end Ioultwbbrtel technologies canloled pursuant to mom 1/5.8 ul the Espuil Control Ftelorm Ad of 2018(SOUS C 4817) MNrvonnectc;arrangements means arnsotrarnh gowrrnng tie priysccel connection of taro or more networks to am tlw dam's:of another%network to hand off Indic aims A a uMrnalsif dsirsrsd(e g,connection of a cusbmer of telephone Provide' A to a amtnrms el telephone=wear*ny A)or shoring dale and rte►IrdenMbon reeouroes Reesonat k inquiry mans on noury desyned b unoovc eny alarmism in tie r.+nety'z paesesson about the 4e of the producer or provider of covered leacornm.tttic*tions equpmerI or services used by he entry fiat excludes tie need to ti de an interna:or hid party Budd Vasicn Oar 12 NZ % em°matins cellars commune abora armee(a:g.voice.video,dela)received Mona a waded retort linnet inane to connect b Its kt I U'ss of rte home nekton:eget became aapnnl,roverepe Ie too wrest or Dwane tette to loo htgt, Suedarttiaf a mambo!Component means any component raises dry fol tM paper fundron a pebmtance of t pied of egrprtmel,systerre.Or serves (b)/�►+fbmon (1)Seaton eeb(eX1XA)of Vie John S tdoCan Niboner Detente A iwionyation AC for Fists Yee' 7'019 (rub L 11S-;321 profetrls the heed den exectre ve agency on or after Notre 13,2019.ton proantnp or cleaning.or arltrknp a retiosing e contract as proms or mein any eq►,eneet mare,at iesVOCs hal lases covered Ieteeontmun,aebone allgsfleflf a aaryhobe ie a sIb®bntrgl or ta/letttial ooagonent of wry nate,Or ars areal bGtnalogy as pan of any Bream The Contractor a!mobbed Prom onrise>nob the Goverment errs erlttpment,system or wtnoo IMI rasa cowered eiecornmunce11008 eayerpntenl ur as ricer, m s albsten4al or eseadel component d ally system.Is as utast asrSwiotort as part of any system,unless an aro clad at perrprlph(c)of the dame applies or Ise coveted rdreoonttnattcelen equipment or anon art armed by a waiver described In FAR a 2Jc4 (2)Seaton 1189(a)(1)(e)of the John S. titGan'trifocal Defense Mmroncrabon Act for HMI Yea 2019 Pub L. IIS 232)ptolubds has head of en ter tAse agency on or after Auput 13.MO.from enamel/into a ocedn r t a srnenerlg or rsnetrrnp e contact.weh stn en*Nal uses any aeputprnerd system or tendon Vial taws mitered teisocremutiCttions ecluprneal or senates as a a at©nasi or eeeenMd aomparie d d er, oytMsrn, Or as aitiottl Isdmotogr es peon or ens arson sorn tmfe'e an esaepar, e1 peragrspnt(c)of lee della>tpplas el lie covered lelecanmuneollonIl 2vrnart w serv►oa ars aowsaed by a aae,eeur deetseoa n FAR Alm Tate ow:Maw eop,as to the tie of owered teleoanmurttvebons squptnoni a amylase, re9lwilhee 01 ofweier that use de in oortonmracau at twwrk under a federsl contract (a!ErrapOorts the clause does not prehb q oembariadn from proMdug-- (1)A sentry,mat canned to tie 1nclInes of a tIW party.sat es baolfisul marteng,a e teroexxtecson errorgenwras us 17)Tcteaxur unastions equipment Cahn crawl addle of resisted user dab traffic or permit web*info any ober dines cn waft 001 suet a'4fflmf end gamin*a otherwise hsps fail keoonttrsg reglrernets (1)in the weal am Cartraet s dentate covered IsMoonviiuvwcetkcrla egoimpmf or woe owl as n ta,taterfsl a e s el cofapatonl of any system.or es olroet tedtnorogy as pan of piny system,d ifogoottiraot ppfbfll.f oo,or the Contractor is notified of such by a atboovdmxror et any bu a t,y any tufa oouroo,die ConsaatorinN Capon rlpa Intaraisn m paragraph 1(1)(2)of this demi to the Conbsding Miter,mess elsewhere'an Ilea cataract are asrldlobed procedures for'war°are siarndon In the odea of eta DsperhrerN of Dekinse this 1'.001111Cbr Mal report b he NIdUt Cob lydhna OM IN Far mdoinille dimly ccearsele,the Cggreatt eheh report b the Conitaltling Oman for the indelloilodobsoy mood and Ire Conhaclnp Offear(a)for any effac'1ed ardor a.m Ilio ave of dye Woodville*of Defame dentify bdllh t 'Weis delay conned and any leaded olden in the report paraded rd rthw..smsbostdoile t2l The Contracts snit report no ghat prbmslrm moment Is paragraph(d)(1)01 no doom (i)Winn tate business day bel h die of such adanta bon ar nottnarin are Weird nunder the cruel nassbw(s) A sopkc cls.supperr name, ampler urti4ue 111144 101141Aien(0 Moen) spots Commercial end Gammen,Entity WAGE)code(r7 known).brand,model number posinel lopP00001 manufacture number,rreVallaAsunu part numbs+ or*Mossier r, MAW),palm desatption,and wry middy idoloOloO about midgabn adios tf dartekari 0r recommended (s)Vbtmn 1D bus cess days 01 eibmatlttg fie Mormoloi n pme0reph(d)(7)(1)of shut dalna My Amit r rawer* misrntebn about negation arbors undertaken or re00nunurelud h addition,the Collector stmt ds,sorbae the enact tl untie,kruh lo prevent use or villa lesson of coHerag lesecomn las adeno ottulpment o► sbrweaee, and arty 110/51ewtal ear its he wit be noorpuratod b provost idose use or sttmocron of covered Ileo yanur cede ns equpmsrw is sussed (e)S<ubaawras m Trio Contacts shoo oust du, atabwtos(Ohio done, kiduriog1*pa+efe Nl end estiodlig fames oh(b)(2). to al auboor erscto ani'Ow nmarte dad ractrunerde,ickidirg aohnifkolo Balli!AoglllliMOn d alfmnmoef Irons Thrt kaotern°certtCaforas arm iontru tons may be requited end WO/waters Rsrtapeeng Agency urrperda federal rune~for ens ourcrene rsaIltinp from INS procurement process Puritan(as I C F R 20(1 125, s1 contrnris. incheap entad purchases earmdod by no Part Agency Agy sed the Ponrdpt,tvh9 ARremy'n r elwonbaericne ental oonta r fie croprernenl omnivore ul vnisi 1 err I r sem' i Amt-14.N to Pert 200 b rtpplrceble APPENDIX N TO 2(SR PART?00 (A)Contracts for more than the simplified acquisition threshold cunently sal el t25a,IlN,which is the Idielon adjusted ae►oad deeeresi..d by Ma Cerise* Agency Acquisition Camel and the Daf.tte. quKN n Rams Coarrafl (Councllal es authorized by 41 U S.C. 1906. must address administrative,embodied,or itq&remeres M ►nstancoi •tiere contractors violate or breach coMrad lambs,and provide for such unctions and pan&ees as appropriate i=,ustBd b Feit+u hula (A)throve **ion a Pamir Mutt.g Agent mamas k3erni Amts, the Paraapaseg AOsnry mervw eP nelhis and pr }ea untie ho mediae*Vivo aid rogeit.to.r.wrt!i r uspoct to this doeuremerM in Sea sweat dittoed'ci contract Dy raw vett) Uoea oner,A a pcw'i p F.; Ty _Irrtedi of Auwinitred ftnprotMMittive of :AV;Al (8)Termination to avis and for convenience by the psalm or subgiantee inducting the meatier by which it vAN be effected and the basis Id settlement.(AN contracts in excess or I10,0001 Punish b Fedeni Rule(B)above.when e Pwounyaslrng Agency c►prod. Wend funds the PoraeaDetng Amy reserves ter ogle b eanelaalrfy Winnow*eft./ ngreemnrt Iri eX00 ie d 510,030 rWen tom tris pruwromanl prineu.a D. a et4 ul o Misch or*AKA of Ifo agmumuni by deladad err to terms of the Crowd Dal“dllara a1pee7 YES — IMeis of A►Ahorized Beit bednfi4.t rr (C)Equal Employment Oppoetunrty Eicept as otherwise provided under 41 CFR Part Se,ale embeds that meet the deliollioa of"federally assisted oonstrucboe contract'in /1 CFR Part 60-1 3 must lnetuda the mod opportunity clears provided radar 41 CFR 60.1.400), in accordance with Executive Order 11246. 'Igen Employment Opportunity' (3h CFR 1239,12935,3 CFR Pest 1964-1965 Comp,p.339),as eaaaaded by Esacvinve Order 11315,'Amending Etaiwelva Order 11246 Rusting to t auai Employment OpporOrlt e:aid Impissisisting regulations at 41 CfR psi 60, 'Otic,ci Federal Contract Compliance Programs,Equal E.rpkiprsanl OpNorhtdly,Department of Labor' Purswrwl b Federal Rule(C)above when s Perlrrpni n]A'Terry.gibs toner&had on env todnnMN eaarowd orve,tnrrri n oorlreo.TM equate opportunity abuse r rrartpnrstod lrr role 141.11111[roes oNeror rgre a ro a .de by Vie al+r v ; y►_:. _ lidurea el A.mwrc'ea rtepresenreevea Mara IU) D.vn-Bacon Ash as emended (40 U S.C. 3141.31414 When required by Federal program hplelRbn, all pries cornitnidioa contracts In excess of $2,140 wwdad by nonfederal aritI*5 meat hrdeda. prorisba for compliance with IM Davis-Oscan Ad(4e U S C 3141-3144,erns 31463141y es aupplerneated by Depsrfinest of labor regulations (2t. CFR Part 5, -Labor Standards Pruvkions AppiUbl. to Contracts Covering federally Fraanc.d and Aeaieled Construction') In accordance with the statute contractors must be required to pay wages to laborers and mechanics at a rate tot less than the prevailing wages specified in a wags determination made by the Secretary of Lahoa. In addlllo.,contractors must be required to pay ragas ani Mss this once a week Tb.non-Federal qty must piece a copy of the cunrM prevailing wag.determination issued by the Department of Labor M each soficladon The decision b Muird a embed or subcontract bust be conditioned upon the acceptance of the wage dabnniaalion The non -Federal*My most report an suspected or reported violations to the Federal awarding agency 11*contracts mos, Ake Wilde a provision la compliance mild the Copeland 'Antl-Kidcbbck'Act(40 U.S.C. 3145).as supplemented by Deportment of labor regulations(29 CFR Parl 3.'Contractors and Subcantracto•s on Public Bubrting or Public Work t MMieed M Whole or inn Pail by Loans or Grants from the droned States') The Act provides that each contractor a subreatpleal must be prohibited from Inducing.by any mains,any person a+nployed in lb.construe:11w coerplatlon,a ropier of perb1c wort,to gM up any part at the compensation to wf.kdr hew she is otherwise anttlted The non-Fedora entity most report all suspected I.reported violations lo the Fadersi awarding agency Put—swell b Fede'ei Ri/i (Di nr+ abaft w , a P rmit:1 ng Agency erTon& kdarai lards oemg nate tom d an sward Is, ail aon �-!►.and s bgrruwrc for grits* pwar,os,offeror tM be In 00Poionce wolf.all cep 3hcotAn Deno-Roar Act orovrsicrc Noes esters;rgrad!YEfw inhale no huthomeri Rebrimsnietws d sitars. 0.1•Jss.la•17 407 ft)Contract Work hours and Safety Standards Act(40 U 5,C, 3701,170e).Where applicable,.11 contracts awarded by the non.fids►a1*MAY ie aetaas al $100,1N Md Wok*,Mns er nploymerd of medaaic s or Moran must brocade a provision for compf6.nea inlet,N U.S.C.3712 cad 3704„es supplemented by D•penmraal of labor mgotdiorts(2!CFR Pad 51 Under 40 U.S.C.3702 of the Act,hada contractor utast be rewired to comlpsrls site wages of wary nr.diask and laborer on the bosh of a standard wart wick of 40 hours Woe* In auris of tete standard wort seek h Permissible pnreided that the works( Is compensd.d at a rats of not lass than nae and a hal Saes the basic rate of pay for l0 hours worked in harass of 40 hours is the worn week. The requirements of 40 U.S.0 3714 alaiapptllcabie to construction work and provide that nn laborer or mechanic must be rewired to wort In serroinoNuga or Nada wrontevi conditiona Odds an unsanitary, hautdosn or dangerous Tbeee requirements do not apply to the purchases of supplies or math** of articleng ardlnajly evsllebb on be open medial. or connects for transportation or h.n.misslwv of tatellgeace Plratent to Federal Rule(E)above,Men a Pertapaino Agraicy egxnrxte ieoerel tune oiler:"aerobes the obera wW to to ctimplisrioe with 0 applicable provolone ru Oontaot Work tbtxt►and i;Mety Cesalanie/w tuna Me lertn d a" swirl tin ell contracts by Parbdpotrtg NomOren me proeutementp tic tt shed others wee? YES __„� ____ _ I astrals 0r mut ottitd 12atuae•niartn:ai atoms (9 Rights to Inventions Made Under a Contract or Agreement 11 stn redent ices rd meats the dallat von of"funding a rsamenr antler 37 UR $401.2(a) and the raclpieert or subreaeipbM washes to anew Into• contract With a swan busbies' firm or nonprofit oroanQifioa regarding tine subatttutbn of peroses, atsignmmnt or performance d Reprised*, developmental, or research two under that "funding agreement' die redpient or sub►eoplaet must comply oath No rsgrtratesets of 31 CFR Pan 161 'tetghts to inventions Made by tempura Oaganira ions and Small Business Pisan Under Government Grants,Coolrscb and Cooperative Agreements,'end any Nsplemsantteg regulations issued by the awiedfsg agency 1 Pinkert.to Federal Rife(F)01iave,when(edam funds are'upended for PernaPatirg Agency.the offeror aerobes It s(1 dump the!ern+ ce on i.E tar ell contmcb by Porus ede g Agency rusufong font ark probreprent arCIJBi"i, the olieltx agrees to OO p-date all applicable an referenced In Federal Ree IF i above Does ofw+ror ewe/ VES Initials d Aircetted Retw000 rtaWe Of olfarnr (0) Clean Air Mt (42 DEC. . 7411-7G71q.) and the Federal Water PolWtloe Control Act (33 U S C. 1251.13214 es amended--Contracts end aubgnab of amoemb M acme of 1150$0 must contain a provision that requires Om non- federal award to agree to comply wept id applicable standards,orders rr regutalloni issued pursuant to lbs Clean Ait Ad(42 U S.0 7401.71710 end the Federal Wever Poff Uon Control Act se amended(33 U.S,C. 1231- 1317).VIcfaeions most be reported to the Federal swindling agency and the Regional 0Ake of the En* natentd Prraectlan Agency IEPA) Pisswn to Federal Ruta(G)above.,when Moral finds am apended by Parlopetrag fir.die tAlear mikes rlet d,lmo the term d an Ment for al contacts Paillopalrg Agency motet resub'tg/two the proaverrteni Plans. the alienor upset_a comply tn*t M applicable as rate'ereood in Fedenst Roo(C)ik ear Does offeror ogee y front.of Autrratibel Re001~1laere ed diem (H)Debarment aid Ivens sten(Ezewttve Olden 12349 and 12611)—A contract arterd meet CFR 160.220)nest not be made to pante,Maud on Mea gosumment wide esdusbas to the System tot Award Menagemaat(SAM),In sauord.mw with Ute btecutive Office of the President Olfka of Managam lot and Bodged (OW) guidelines it 2 CFR lie drat Implement Executive Orders 12149 (3 CFR part 1118 Camp, p 119) end 12619(3 CFR part 1719 Comp, p. 733), -Debarment end tiuspensioe." SAM Exclusions contains the names of perdue &boned, srspeeded, or otherwise excluded by spacial se well es parties declared ineligible under statutory or regulatory authority other then Escrlardve Order 12549. Pt/tuned in Fedrral Rue.(I I)above.omen mental funds ono oxtnwtttotl by iltrbctgthq Aryenvr,tete of►.rot 01101161 0111 d.lnryt the Mon el in award t 'eon conked:a by Parkcgtwtp A9en y mu**from he proanemerw promos,rte otleror wit*,sun media II not Ne pfeendie le proem*dobaned,Mropordwl,prapow0 kW deonrtnsnr deaaroo wietig tray,or vtAvueey eut.,tir,t born perioipmton by any*dual arnartmenr or agency II at any Imo&torp the lean of an award ars+otWcr or tet prino uvs ve rr/Vol It Mil i becalms debarred aumpereled, punfor derma i*iI declared swat* or volurearty e.e hiltisa$Mom peracroatiorr Oy Mt Werra eapareuent or agency/70 of well nobly Ito Pw cesseiq Joan., Ikota nature t pr & YF . — _ Irt1r $of AuiholltOtl ReN1110110,e d 016 o t71 Byrd Anti.obtytaq Amendmeni (31 11 BC 1337)- Ceinttacton that apply or WO kw iseerne excweding s1o0,000 must file the required certification Each bar certifies to the Met above the, It SO est ad Ma not used f edema appropriated funds to pay say person or organization for bnllnencleg or attsmpting to*Nemo an officer of amtiovee d soy agency,a member d Congress,officer or amptoyee of Congress.or en eraptoyss of a member of Congress In coaMdioa Werth obtaining any f Metal contract,grant or any other award covered by 31 U S C 1352 Each Use nwsl Neo Oleclose any lobbying with nonfederal funds that MIK place In connection wet+ otatainiog any Federal nand Euch disclosures an forwarded from bar to ber up to the non F.deryl awre F',.-warn b Federal Rik ill above, alien federal lino:are ecpe►ded Dy Parte:yell%Agency,tis tubage mess INA duns he tam end abet the awarded term of an avant lou MI contracts by Ptueopeorrp Agency mufti Mom Pd pent eftemes, Ira opera needles that It e m corrplience *nth all opofotble pewee=d the Byrd M e4sebyiag Patty ldlaanN(31 'J.S C 13571 The dwJericned hrtfler certifies triad (t) leo lederal epproprabd funds have boon fwd ur will he pert kw on Imheii d the rutdenigned to any pawn at Influencing or eaarreskv k,nlluonni on OAioir or ernvbyoc ar any regency, a Member of Congress.an deter as employ a ef aomgnse► or an employee or a Manta of Gangrene rn oonr►orbon whin rum awwnrtlrng cit s 1nderel contact MMM mom of a feded grid, use remaking or a Finanor on tin entering dela a aiopwa►da ap<'aanha111,and Mee a ib,inston.oxranhaeen renewal,atMendmonl Or mobiftaabon of a federal c v lei I,Onset can,at cogserabeapasrewrd i21 M ern human ate( r,an Fedora ppn:ar WWI Axils have bean pad or WI be herd b any prion b mfiwhany e atoning to intacooe en o"J..,r at employed of arty agency a Merebm d Umpires,es, an diose at emObeyes of eahglese, at en employes of a Mamba(al c mgrter ri gone*on with Mia Federal grant a cacptive re pteantertl the undersand AM cony**and tabne Standard F arm 411,The tai re Form to Report Laboytnp,ret aea-sde ce welt as rcathaeena (31 The lnderipled ehel ruga n nat,pa Imputes d Pis certification be nduded r cm award documents for NI coated a&i attest amoosorrg 3100900 n r a1 farad at all appropneie ben odd that ell ett,rrgtonts Arse impair end dincioee accord ngly Owe°Pane agree, ' Eta ,A- '` -- —lrntlotsd Matmrszedile'__.... aueaf nn sing RECORD XETI:NTION REQUIREMENTS FOR CONTRACTS INVOLVING FEDERAL FUNDS When indeed Ands are eiparlded by ParletpabnG Ajen y bah onnbed ..mulling horn Ihs ptamtI 111 Wow %save:dor radio that it via compel illi the roomed meow rngWromants deleted in 2 CFA 4 200333 The Ada lair mew:tial offeror nil totem ells monk as tenured by 7 CFR 4 200 33? Ici a tinned of twee yaw eller grantees or eubgrarllanu salmi final mipendRure repOrte or oa.etert ItrI nue Ar><onfael report; as pole bre and et Oise penal%mows see&see Doss arbour sane, b'E: - mesa of Autaa11100 Repreaenattne 01 O hm+ CERTIFICATI COMPLIANCE WITH THE ENERGY POUCY AND CONSERVATION ACT _ Wallet PUelopStp Aputq Impends Mewl Am at piA►oolltad testlhng ham Ss p'osaeenient process.Om"cetefts(stat A we own*wev ate tlrItitorp irri polders miew(D erwrw ellherm+oy wf.th Mr contend in tie stews anima uasaerreeorepien wood I ov,Fndtrrgy ptairy gad Conedrswbm Act(471 I F.C &171 e1 nap t9 ;:R Peri l A i noes li men& VES Inlets of Authorized fie0reseni3trge at Mewl CERTIFICATION OF COUPUANCE wWH WY AMERICA PAOMMONS To if,.in tau purttyrres.r.-yowl..wwtr r,.1.. ✓16gnesny AtIniretrafm,r .isrer Rained Adrainiseillarn,or F edonl 1 now Aiknnasrataw tondo...rtisnir cxrMbrd that tat pioduci,massif win at apphesbla wov1111,ta d rho tlluy Andante Act arta epees b provide such oraiabun a epptdable Primo aiMr reaooc!!r wilcolat rods*1111 PIIII19111110 itoenty men rtspresil Radiuses nftdn in onarxMrcrl PAth Dm No Anwrrca Apt mist:*eotbw theINIOIN 10p001atrimmt rugs Ceara Or free and oiled oowlpeklen Yoh.-..Ayer 12 Id 7.7" Does oho agree? YES maw M krthoned Representative d AID. CERTFICATION OF ACCESS TO RECORDS-2 C.F.R.f 206.336 Offerer agrees Meet the Inspector Ormond of the Agency of any of Ow Outy aultor¢ed recresenistyes shot have ewers to any documents,papers,or other tome*of offeror Net we partnere to onus dm:tawa of s aeons under the Capt od len the pupa*d nadir.;nates,emir eicerph.and fmtec pecm The VI also num v# v and ranYlG sor1e access to olleinr's personnel for the pane* sew and NOCUON0A relating to such documents wee,Dues offeror ee� 'SES ''-� _Inmate of Akanoreed kepreeentet ved offeror rTION OF APPUCABLJTY TO SUBCONTRACTORS Olteror agrees that al cont'acb t e intnrt to the Contract Shell Ps knew by to brepng terms erri concur.", Does cream spree? Y>:S- - indirs at Aitn r zed Repieroohlive nl altar, ONsroragnas to comply et&all federal,stats,and local laws,tales,regulations and ordinances,es applicable.It es Whir ackeotteadged that offeror certifies cornpisece with e0 provisions.Ism.acts.regetstioes,etc as specilicary noted about Oneroes gems Trane U.S.Inc Merest. t ty ;fain ane Zip Coto 800 Booty Street,Davidson, NC,250364924 Rhone Number 4694424086 reg N.nnaer Prinitd Nano fad Tdat of Aufhontnd Repata oto 01011.11001, 6� ons cam — /".I Ju 20neaurn of Auunrvthd RepreerrrlaMra —'L pale �►622 Si �- /' .isestm hril tZ vii FEMA SPECIAL CONDITIONS Awarded Supplier(s) may need to respond to events and losses where products and services are needed for the immediate and initial response to emergency srtuatons such as. but not United to, water damage fire damage, vandalism cleanup.bluftacard cleanup. sewage decontamination deodorization and/or wind damage during a disaster or emergency situation By submitting a bid,the Supplier is accepted these FEMA Special Conditions required by the Federal Emergency Management Agency(FEMA) 'Contract-in the below pages under FEMA SPECIAL CONDITIONS is also referred to and defined as the -Master Agreement' Contactor' in the below pages under FEMA SPECIAL CONDITIONS is also referred to and defined as 'Supplier'or 'Awarded Supplier' Conflicts of Interest No employee, officer or agent may participate n the selection, award ur adniwestrabon of a contract supported by a FEMA award it he or she has a real or apparent conflict of interest Such a conflict would arose when the employee, officer. or agent any member of his or her Immediate farn.ty. his or her partner or an organization which employs or is about to employ any of these parties.has a financial or other interest in or a tangible personal benefit from a firm considered for award 2 C.F R § 200 316(c)(1), See also Standard Form 424D, 9 7, Standard Form 424B, S 3 i FEMA considers a `financial interest' to be the potential for gain or loss to the employee,officer, or agent, any member of his or her immediate family,his or her partner, or an regen►zmien which employs or is about to employ any of these partes as a result of the particular procurement The prohibited financial interest may arse from ownership of certain financial instruments or Investments such as stock, bonds, or teal estate, or horn a salary, indebtedness,sob offer, or similar interest that might be attected by the particular procurement ii FEMA considers an 'apparent' conflict of interest to exist where an actual conflict does not exist, but where a reasonable person with knowledge of the relevant facts would question the impartiality of the employee, officer. or agent participating in the procurement. c Gifts The officers employees. and agents of the Parbcipabng Public Agency nor the Participating Public Agency ('NFE') must nerther solicit not accept graturbes favors of anything of monetary value from contractors or parties to subcontracts,However. NFE's may set standards for situations in which the financial interest is de minimus,not substantial, or the gift is an unsolicited item of nominal value 2 C F R § 200.318(c)(1) d Violation The NFE'c written standards of conduct must provide for disciplinary actions to be applied for violations of such standards by officers, employees. or agents of the NFE 2 C F R § 200 318(cX1) For example, the penalty for a NFE's employee may be dismissal. and the penalty for a contractor might be the termination of the rnntrar.t Contractor Integrity A contractor must have a satisfactory record of integrity and business ethics Contractors that are debarred or suspended. as described in and subiect to the debarment and suspension regulations implementing Executive Order 12549, Debarment ern Suspension(1986) and Execubve Order 12689, DeDarmenr and Suspension(t 989)at 2 C F R Part 180 and the Department of Homeland Security's regulations at 2 C F.R Part 3000 (Non procurement Debarment and Suspension) must be refected and cannot receive contract awards at any lever Public Poticty A contractor must comply with the public policies of the Federal Government and state, local government or tribal government This includes. among other things,past and current compliance vete the a Equal opportunity and nnndsscrimination laws h F rye affirmative stops described at 2 C F R.§200 321(b)for all twbcontracbng undies curibacts supported by FEMA financial assistance, and FEMA Procurement Guidance June 21,2016 Page IV 7 c Applicable prevailing wage laws. regulations.and executive orders Affirmative Steps sone/4.0 L Ala For any subcontracting opportunities,Contractor must take the foltowing Affirmative steps: 1 Placing qualified small and minority businesses and women's business enterprises on sole:eaten bs:ts, 2 Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources, 3 Dividing total requirements. when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises. 4 Establishing delivery schedules, where the requirement permits. which entourage participation by small and minority businesses. and women's business enterprises end 5 Using the services and assistance, as appropriate. of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce Prevailing Wage Requirements When applicable,the awarded Contractor(s)end any and all subcontractors)agree to comply with al laws regarding prevailing wage rates including the Davis-Bacon Ad. applicable to this soricitabon and/or Participating Public Agencies The Participating Public Agency shall notify the Contractor of the applicable pricinsiprevailing wage rates and must apply any local wage rates requested, The Contractor and any subcontractor(s)shall comply with the prevailing wage rates set by the Participating Public Agency. Federal ReQuirement;A If products and services are issued in response to an emergency or disaster recovery ha items below. located in this FEMA Special Conditions section of the Federal Funds Certifications. are activated and required when federal funding may be utilized. Z C.F,S.12010.324 and 2 C.F,R. Part 200.Appendix II.Required Contract Clause% 1. REMEDIES a Standard. Contracts for more than the simp'iVied acquisition threshold currently set at $250,000,must address administrative,contractual,or legal remedies in instances where conb actors violate or breach contract terms,and provide for such sanctions and penalties as appropriate. See 2 C F R Part 200,Appendix Il(A) b. Applicability This requirement applies to as FEMA gent and coopecntrve agreement programs 2. TERMINATION FOR CAUSE AND CONVENIENCE a Standard All contracts in excess of$10,000 must address termination for cause and for convenience by the non-Federal entity,including the manner by which it will be effected and Mie basis lur settlement e.2 C F R Part 700. Appendix 11(B) b. Applica dry This requirement applies to all FEMA grant and cooperabve agreement programs 3. EQUAL EMPLOYMENT OPPORTUNITY When applicable a Standard Except as otherwise provided under 41 C F H Part 60.all contracts that meet the definition of'federally assisted construction contract'in 41 C F R Vaexr kri 12 A21 b 60-1 3 must include the equal opportunity clause provided under 41 C F R.§60- 1 4(b), n accordance with Executive Order 11246,Equal Employment Opportunity(30 Fed Reg 12319. 12935. 3 C.F.R. Part. 1964 1965 Comp . p 339). as amended by Executive Order 11375, Amending Executive Order 11246 Relating to Equal Employment Opportunrty.and implementing reguletmns al 41 C P R Pert 60 (Office of Federal Contract Compliance Programs. Equal Employment Opportunity, Department of Labor) ,dee 2 C F R Part 200. Appendix I1(C) b. Key Definitions Federal y Assisted Construction Contract The regulation at 41 C F R §60- 1 3 defines a 'federally assisted construction contract' as any ageemem or modification thereof between any applicant and a person for construction work wtuc' is paid for in whole or in part with funds obtained from the Government or borrowed on the credit of the Government pursuant to any Federal program involving a grant. conttacl, luau, insurance. ur guarantee, at undertaken pursuant to any Federal program involving such grant contact loan, insurance, or guarantee, or any application or mod/beacon thereof approved by the Government for a grant contract loan, insurance, or guarantee under whi h the applicant itself participates in the construction work ii Construction Work The regulation at 41 C.F R §60-1 3 defines 'construction work' as the construction, rehabilitation. alteration, conversion. extension, demolition or repair of buildings. highways,or other changes or improvements to real properly including facilities providing utility services The term also includes the supervision inspection. and other onsite functions incidental to the actual construction c AooliFidlmJrtr This requirement applies to as FEMA grant and cooperative agreement programs. d. Required language. The regulation at 41 C ER Part 60-1.4(b)requires the insertion of the following contract clause During the Jforrnance of this contract,the contractor ogees as follows (1)The contractor will not discrirrtinnte against any employee or appbuaril los employment because of race, color. religion,sex,sexual orientation, gender identity, or national origin The contractor will take afhrmabve action to ensure that applicants are employed, and that employees are treated during employment without regard to their race. color, religion, sex, sexual orientation gender identity or national origin Such action shall include. but not be limited to the following. Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising layoff or termination, rates of pay or other forms of compensation: and selection for training. including apprenticeship The contractor agrees to poet in conspicuous places available to employers and applicants for employment, notices to be provided setting forth the provisions of this norrdiscnmrtation clause (2) The contractor will in all solicitations or advertisements for employees placed by or on behalf of the contractor. state that all qualified applicants wet receive consideration tot employment without rcyurd to roue, t:vlur, rckgiun, sex. rsexunl unentatron, gender identity, or national origin. vas=Apx 1/AL' (3) The contractor wil not discharge or in any other manner drscmminate against any cmvlovice or applicant for employment because such employee or applicant has inquired about,discussed.or disclosed the compensation of the employee or applicant or another employee or applicant This provision shall not apply to instances in wtich an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential lob funcbons discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disdosure is In response to a formal complaint or charge, in furtherance of an investigation,proceeding,hearing,or action,including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish infor mabon (4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understandng, a notice to be provided advising the said labor union or workers'representatives of the contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment (5) The contractor will comply with al provisions of Executive Order 11246 of September 24, 1965. and ()Me rules,regulations.. and relevant orders of the Secretary of Labor (6) The contractor will furnish al information and reports required by Executive Order 11246 of September 24, 1965, and by rules,regulations. end orders of the Secretary of Labor,or pursuant thereto,and will permit access to his books,records,end accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules.regulations, and orders (7) In the event of the contractor*noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders,this contract may be canceled, terminated, or suspended in whole or in pari and the contractor may be dedared ineligible for further Government contracts or federaly assisted construction contracts n accordance with procedures authorized in Executive Order 11246 of September 24. 1965,and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965 or by rule, regulation, or order of the Secretary of Labor or as otherwise prov'ded by law (8) The contractor will include the porton of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8)in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965. so that such provisions will be binding upon each subcontractor or vendor The contractor will take such action with respect to any subcontract er purchase order as the adminrstenng agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in,or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency. the contractor may request the United States to enter into such Itigation to protect the interests of the United Stater The applicant further agrees that it will be bound by the above equal opportunity clause win respect to its own employment practices when rt participates in federally assisted construction work Prowled That if the applicant so participating rs a State or kx;al government, the above equal opportunity clause rs not applicable to any agency instrumcntalrty or subdivision of such government which does not participate in work on or under the contract ��►,a�.lhyrr 12 2022 The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors w101 the equal opportunity clause and the rules regulations, and relevant orders of the Secretary of Labor. that rt vet furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance,and that rt will utlrtrw*.v assist the administering agency in the discharge of the agency's primary responsibility for secunng compliance The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Exccuhve Order 11246 of September 24, 1965 with a contractor debarred from or who has not demonstrated eligibility kn. Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry nut such sanctions and penalties for violation of the equal opportunity cause as may be unposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order In addition,the applicant agrees that If it fails or refuses to comply with these undertakings. the administering agency may take any or all of the following actions Cancel terminate. or suspend in whole or in part this grant(contract. loan,insurance,guarantee), refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant: and refer the case to the Department of Justice for appropriate legal proceedings 4. DAVIS-BACON ACT a Standard All prime construction contracts in excess of $2,000 awarded by non- Federe' entities must include a provision for compliance with the Davis-Bacon Act(40 U S C §§3141 3144 and 3146-3148)as supplemented by Department of Labor regulations at 29 C.F.R Pert 5 (Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction). 2 C.F R.Part 200,Appendix 1I(D) In accordance with the statute contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor In addition contractors must be required to pay wages riot less than once a week b kputrcabitity The Davis-Bacon Act applies to the Emergency Management Preparedness Grant Program Homeland Security Grant Program,Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port 3ecurrty Grant Program, end Transit Security Grant Pi vara reg C Reou'rernents If applicable,the non-federal entity must do the fallowing r The non-Federal entity must place a copy of the currant prevailing wage deter minabon issued by the Department of labor in each solicitation The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage deternunabon The non Federal entity must report all suspected or reported violations to the Federal awarding agency ri Addtionally. pursuant 2 C F R Part 200, Appendix 11(0). contracts suteect to the Davis-Bacon Act, must also include a provision for compliance with the Copeland 'Anti-Klckbacfc'Act(40 U S C §3145),as supplemented by Department of Labor regulations at 29 C.F R Pint 3 (Contractors and Subcontractors on Public Building cx Pubix Work Financed in Whole or in Part by I oana of Grants from the United Stales). The Copeland Anti- Kickback Act provides that each contractor or subrecipient must be prohibited from inducing by any means any person Yale Apn 12 Am, employed in the construction, complebon,or repair of public work,to give up any part of the compensation to which he or she is otherwise entitled The non- Federal entity must report all suspected or reported viotahoris to FEMA fid Include a provision for compliance with the Davis-Bacon Act (40 U.S.C, 3141- 3144, and 3146-3148) as supplemented by Department of Labor regulations(29 CFR Part 5. 'Labor Standards Provisions Applicable to Contracts Covering Federally Financed and AssistedConsbucbon-) Suocested Lanouaoe The following provides a sample contract clause Compliance with the Davis Bacon Act a All transactions regarding this contract shall be done in compliance wRh the Davis-Bacon Act(40 U.S.0 3141-3144.and 3146-3148) and the requirements of 29C.F,R. pt. 5 as may be applicable. The contractor shall comply with 40 U.S C. 3141- 3144, and 3146-3148 and the requirements o129 C F R pt 5 as applicable to Contractors are required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor G Addrtionaly.contractors are required to pay wagesnot less than once a week 5. COPELAND ANTI-KICKBACK ACT a. Standard Recipient and subreciplent contracts must include a provision for i:omphance with the Copeland'Anti-Kickback'Act(40 U.S.0 3145),85 supplemented by Department of Labor regulations (29 CFR Part 3, 'Contiectois arid Subcontractors on Public Building or Public Work rrnanced in Whole or in Part by Loans or Grants from the United States') b. Avdreabriity. This requirement applies to all contracts for construction or repair work above $2.000 in srtuabnns where the Davis Bacon Act also applies.It DOES NOT apply to the FEMA Public Assistance Program G Requirements If applicable, the non-federal entity must include a provision for compliance with the Copeland"Anti-Kickback'Act(40 U S C § 3145), as supplemented by Department of Labor regulations at 29 C F R. Part 3(Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants horn the United States).Each rnnhaetnr nr sribreiiplent must be prohibited from inducing, by any means. any person employed in the construction, completion, or repair of public work. to gyve up any part of the compensation to which he or she is otherwise entitled The non.Federal entity must report al'. suspected or reported violabons to FEMA Additionally. in accordance with the regulation, each contractor and subcontractor must tinnier each week a statement with respect to the wages paid each of its employees engaged in work covered by the Copeland Anti-Kickback Act and the Davis Bacon Act during the preceding weekly payroN period The report shall be delivered by the contractor or subcontractor. within seven days after tho regular payment date of the payroll period, to a representative or a Federal or State agency in charge at the site of the budding or work Sample Language The following provides a sample contract clause Verson Apr t?2072 Qornotiance with the Coveland 'Anti-Kickback'Act. a Contractor The contractor Mar comply with 18 U S C §874 40 U S C § 3145. and the requirements of 29 C F.R pt 3 es may be applicable which are incorporated by reference into this contract b Subcontracts. The contractor or subcontractor shall Insert in any subcontracts the clause above and such otter clauses as FEMA may by appropriate instructions rewire, end also a clause requiring the subcontractors to include these clauses in any lower tier subcontract The prime contractor shall be responsible for the comptlance by any subcontractor or lower bar subcontractor with al of these contract clauses C. Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment es a contractor ant subcontractor as provided an 29 C F R §5 12 ' 6. CONTRACT WORK HOURS AND SAFETY STANDARDSACT a Standard Where applicable(;ee 40 U S C §§ 3701.3708).al contracts awarded by the nun Federal entity in excess of$100. 000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U S C §§ 3702 and 3704. as supplemented by Department of Labor regulations nt 29 C F R Part 5. C F R. Part 200, Appendix II(E) Under 40 U.S C. § 3702, each contractor must be required to compute the wages of every mechanic and laborer on the bases of a standard work week of 40 hours Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a halt times the basic rate of pay for all hours worked in excess of 40 hours in the work week Further, no laborer or mechanic must be requited to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous b. Apolicabi rty This regwrement applies to all FEMA contacts awarded by the non leder* entity in excess of$100,000 under grant and cooperative agreement programs that involve the employment of mechanics or laborers It is applicable to construction work Thur requxements do not apply to the purchase of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transrnission of intelligenc e Suaoested Landuaoe. The regulation at 29 C F R. § 5.5(b) provides contract clause language concerning compliance with the Contract Work Hours and Safety Standards Act, FEMA suggests including the following contract clause Compliance with the Contract Work Hours and Safety Standards Act it; Overtime requirements No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or peat any such laborer or mechanic in any workweek in which he or she ii employed on such work to work in excess of forty hours in such workweek unless suit laborer or mechanic receives compensation at a rate not less than ma and nna-halt times the basic rate otpoy for au houtr,worked on cxCeut:of forty hours in such workweek. (21 V.olobo.- liebslrty kir unpold woods hpurdatrra drtmapas In the event of any violation Vernet OM 1? inti of the disuse set lodh rn paragraph (bx1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages In addition,such contractor and subcontractor shall be liable to the United States (in the case of worts done under contract for the District of Columbia or a territory,to such Drstnct or to such territory), for liquidated damages Such liquidated damages shall be computed with respect to each individual laborer or mechanic, inclining watchmen and guards employed in violation of the clause set forth in paragraph(b)(1)of this section,in the sum of S27 for each calendar day on which such indrv►dual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph(b)(1)of this section (3; Withholding for unpaid wages and liquidated damages The Federal agency or loan/grant recipient shall upon its awn action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor,or any other federally-assisted contract subject to the Contract Work Hours end Safety Standards Act. which is held by the same prime contractor. such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph(b)(2)of this section i4; Subcontracts The contractor or subcontractor shall insert in any subcontracts the clauses set forth M paragraph(b)(1)through(4)of tits seebon and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1)through(4)of thissecbon 7. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT ORAGREEMENT a, StanderQ I1 the FEMA award meets the definition of'funding agreement'under 37C F R §401 2(s)and the non-Federal entity wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that 'funding agreement,'the non- Federal entity must comply with the requirements of 37 C F.R.Part 401 (Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements), and airy implementing regulations issued by FEMA See 2 C F R Part 200 Appendix 11(F) Applicability. This requirement applies to 'funding agreements,'but it DOES NOT apply to the Public Assistance,Hazard Mitigation Grant Program,Fire Management Assistance Grant Program,Crisis Counseling Assistance and Training Grant Program.Disaster Case Management Grant Program, and Federal Assistance to Individuals and Households - Other Needs Assistance Grant Program, as FEMA awards under these programs do not meet the definition of'funding agreement° c. Funding Agreentenks Ovhrntwn The regulation at 37 C F.R. §401 2(a)defines 'funding agreement" as any contract. grant, or cooperative agreement entered into between any Federal agency, other than the Tennessee Valley Authority, and any contractor for the performance of experimental, developmental.of research work funded in whole or to part by the Federal government. This term also includes any assignment, substitution of partner, Of i:ubcontioct of any type entered Into for the performance of experimental, developmental, or research work under a funding agreement as defined in the first xentrrnc a n1 this peraffarrh Vt icix Apt 12 A% 8 CLEAN AIR ACT AND THE FEDERAL WATER POLLUTION CONTROLACT a. Standard If applicable.contracts must contain a provision that requires the contractor to agree to comply with all applicable standards. orders or regulations issued pursuant to the Clean Atr Act(42 U S C §§ 7401-7671q.)arid the Federal Water Pollution Control Act as amended (33 U.S C. §§ 1251.1387) Violations must be reported to FEMA and the Regeonal Office of the Envkonmental Protection Agency Se_c_2 C,F R. Part 200, Appendix II(G) b AVphc.�ltrl.ty This requirement applies to contract awarded by a non lede«l entity of amounts in excess of SI50,000 under a federal grant c Sunoeslr-rt L anmer:le The following provides a sample contract clause Clean Air Act 1 The contractor agrees to comply with all applicable standards. orders or regulaboris issued pursuant to the Clean Air Act,as amended, 42 U S C § 7401 et ocq 2. The contractor agrees to rcpuit each violation to the Participating Public Agency end understands and agrees that the Partcrpabng Public Agency wr!i, in turn, report each violation as required to assure notification to the rederal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office 3 The contractor agrees to include these requirements in each subcontract exceeding$150.000 financed in whole or in part with Federal assistance provided by FEMA Fedetat Water Pout i Control_Acj 1. The contractor agrees to comply with all appliceblestandards orders, or regulations issued pursuant to the Federal Water Pollution Control Act.as amended 33 Li S C 1251 et seg 2. The contractor agrees to report each violation to the Participating Public Agency and understands and agrees that the Participating Public Agency wilt, in turn, report each violation as required to assure nobficatinn to the Federal Emergency Management Agency and the opprepnat# Environmental Protection Agency Reg onal Office 3. The contractor agrees to include the requirements in each subcontract exceeding$150,000 financed in whole or in part with Federal esseclance provided by FEMA 9. DEBARMENT AND SUSPENSION a Standard Non Federal entities arid contractors are subject to the debarment and suspension regulations implementing Executive Order 12549, Lhbarment and varmanka ti 71111 Suspension(1986)and Executive Order 12689,Debarment and Suspension(1989)at 2 C.F.R Part 180 and the Department of Homeland Security's regulations at 2 C F R Part 3000(Non-procurement Debarment and Suspension). b. Applicability This requirement applies to all FEMA grant and cooperative agreement programs c. Requirements. These regulations restrict awards. subawards. and contracts with certain parties that arc debarred. suspended, or otherwise excluded from or ineligible for participation in Federal assistance programs and activities See 2 C F R Pail 200, Appendix 11(H), and 2 C.F.R. § 200.213 A contract award must not be made-to parties ksted in the SAM Exclusions SAM Exclusions is the fist maintained by the General Services Administration that contains the names of parties debarred, suspended. or ottrerwise excluded by agencies, as well as parties declared melgible under statutory or regulatory authority other than Executive Order 12549 SAM exclusions can be accessed at wnimr.aari(my Ser 2 C F R g 180 530 i. In general,an'excluded'party cannot receive a Federal grant award or a contract mein the meaning of a 'covered transaction,' to include subawards and subcontracts. This includes parties that receive Federal funding indirectly. such as contractors to recipients and subrecipients The key to the exclusion is whether there is a 'covered transaction,' wfnsti is any non procurement transaction (unless excepted) at either a 'primary' or "secondary' tier Although 'covered transactions' do not include cwnbacts awarded by the Federal Government for purposes of the non-procurement common rule and DHS's implementing regulations, it does include some contracts awarded by recipients and subrecipients Specifically. a covered transaction includes the following contracts for goods or services: 1. The contract is awarded by a recipient or sutnecipnent in the amount of at least$25.000. 2. The contract requires the approval of FEMA.rcgardlessof amount 3 The contract is for federally-requeed auditaervices 4. A subcontract is also a covered transaction rl rt is awarded by the contractor of a recipient or aubrecipient and requires either the approval of FEMA or is in excess of$25 000 d. Suggested Language. The following provides a debarment and suspension clause ft incorporates an optional method of verifying that contractors aro not excluded or disqualified Suspencion and Debarment 11) This contract is a covered transaction for purposes or 2 C F R pt 180 and 2C F R pt. 3000. Ac cuch.the contractor is required to verify that none of the contractors principals (defined at 2 C.F R. § 160.895) or Ili afbbates (defined at 2 C r R § 180 905)are excluded(dented at?CFR §180 940)or dtsqualfkd(defined et 2 vsr:ron Apr 12.7t7?2 CFR §180 935) i2, The contractor must comply with 2 C.F.R.pt. 180,subpart C and2 C.F.R.pt.3000 subpart C. and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into (3) This certification is a material representation of tact relied upon by the Parbcipeting Public Agency if it is later determined that the contractor did not comply with 2 C F.R.pt. 180.subpart C and 2 C F R pt 3000,subpart C in eddrtion to remedies available to the Participating Public Agency,the Federal Government may pursue available remedies,Including but not limited to suspension and'ur (Jebel merit ay The bidder or proposer agrees to comply with the requirements of 2 C F R pt 180, subpart C and 2 C F R pt 3000, subpart C while this offer et valid and throughout the period of any contract that may arise from thus offer The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions ]U BYRD ANTI-LOBBYING AMENDMENT a Standard Each tier certifies to the ber above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempbng to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U S C § 1352 FEMA's regulation at 44 C F.R Part 18 implernenb the requirements of 31 U.S.C.§ 1352 and provides. in Appendix A to Part 18 a copy nt the certrtication that is required to be completed by each entity as described in 31 U.S C. § 1352 Each tier must also disclose any lobbying with non•Federal funds that lakes place in connection with obtaining any Federal award Such disclosures are forwarded from tier to tier up to the Federal awarding agency Applicability This requirement applies to all FEMA grant and cooperative agreement programs Contractors that appy or bid for a contract of$100,000 or more under a federal grant must Ole the required certificabon. See 2 C.F.R Part 200,Appendix 11(1). 31 U S.0 § 1352;and 44 C F.R Part 18 G SsS1l, �9►�a�e Byrd Anb lobbying Amendment,31 S C 6 1352(as ameridedl Contrerinrs who apply or bid for an awird of$100,000 or more shall tile the required certificabor Each tier certifies to the tier above that ii will riot and has not used Federal approprioted funds; to pay any porcon or organization for tnf!uenctng to Attempting in influence en officer or employee of any agency a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant. or any other award covered by 31 U S C § 1352 Each ber shall also disclose any lobbying with non Fedcrol funds that takes place in connection with obtaining any Federal awrud Suri disclosures are forwarded from ber to ben up to the recipient who in turn wi forward the certification(%) to the award.% agency v,rao'Alen 12 Zill LL Rec alred Certification If appliraebIa, contractors must sign and submit to the non-federal enbfy the lollowtng certification fkPPENDIX A. 44 CFA pggl t!t—CERTIFICA,TIQN REGARDING LOBBYING Ceniticatian for Contracts, Grants.Loans.and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief that I No Federal epproprratod funds have been paid or will be paid,by or on behalf el the undersigned,to any person for ndluencing or attempting to iniuence an officer of employee of an agency,a Member of Congress,an officer or employee of Gong+ess or an employee of a Member of Congress m connection wflh the awarding of env Federal contract the making of any Federal grant.the making of any Federal loan, the entering into el any cooperative agreement. and Mc extension, continuation, renewal, amendment, rs modification of any Federal contract. grant. loon, of 000poretinve agreement 2. II any funds other than Federal appropriated funds have been paid or viol be paid Ir. any person for in&tendng or ailomphng to tnNuenee an officer or employee id any agency,a Member of Congress,an officer or employee of Congress,or an ornianyee of a Member of Congress in connection with ihie Federal contract grant, loan. or cooperative agreement,the undersigned shell complete and submit Standard Form- LLL"Dtsriorure Form to Report Lobbyng,•in accordance WM he instructions 3. The undersigned shall require Ilial the language of this oerifcation be Included in the award documents for all subewards at all tiers (including subcontract, mubgrants,and contracts under grants,loans,and cooperative agreements)and that ell subrec plents shall certify and disclose accordingly This certification is a matensl representation of fact upon which reliance was pinrxrd where Oils transaction was made M entered Into Submission of this certification is a prerequisite for making or entering Into this transaction imposed try traction 1352. tine 31, U S Code Any person who{sea to rte the reputed certlfltatwn shall be subject to e civil penalty of not lass than 110,000 and enol more than $100,000 for eadi such failure The Conceder Trine U.S,Mc. . certifiers or affirms the truthfulness and accuracy of each statement of Its certification and disclosure, if any. In addition, the Contractor understand. and agrees that the provisions of 31 U S C Chap 38. Admrnrstrattve R• i}oes for False Claims and Statcmersti,apply to Nib certification aria disclosure,if a >4=-_ - re of Contrsctgr's Ijitonead Oficial r rag 8paposer Name and Title of Coiifratanr's Authorized Official July 5,2022 Date ...moil 'l ht 7tR1 MOW 11 PROCUREMENT OF RECOVERED MATERIALS a 6/Indlid A non Federal entry Mal Is a state agency or agency of a purdrear subdrvrs.on of a state and its:contractors roust comply with Section 6002 or the Solid Waste Dtrposrt Act, as amended by the Resource Conservation and Recrve.y Ad ire 2 C F R Nut 200.Appendix 11(J) and 2 C.F R §200 322 b A rtifi ability This rrquiren►ent applies to all contracts awarded by a nun leder nl entity under FEMA giant and coopernbvr Ogg temerity'ngr.rrri c Eggykommi The retaikemenls of Section 6002 atslutk p►u4 s.nv Lolly ue.rr des,gnatsd In guidelines of the EPA et 40 C t R Part 247 SIM contain the h►pher.i percentage el recovered materials afachcable consistent with maintaining a satisfactory level of coq on,whe.e the p tc:nare price of the Item exceeds 510.000 in the value of the quantity dr:meo ! by the pretednh ttscal year exceeded S 10.000,procuring solid waste management ravnvt in a n►yrmts that maximizes energy and resource recovery, and establishing an afrrmatrve proctsement program for procurement of recovered materiels identified in the EPA guidelines d Sunciest►r4L•ir►sruage In Ulu puntwmancr of this contract the Contractor shad make maximum use or pende:rte cnntarnln0 r.envar.d materials that are EPA-aesignsled items unless ore prci. Jct ti(Kle1 be lltgalfCd-- I Competitively within a tlrnehsmc piovIdk►g Iter compliance will Ir►e contract perfnnnance schetiutc Meeting c.►ntract performance reraixements:or Ai A rertcnnatrte MICA ►. In lantaMon aboul Dos iequlremenl, along with the list of EPA-designated tteflm is available at EPA's Comprehensive Procurement Gurdehnc web ale. litters!!trdtetiPI.Q9jfti 4QTPl9fle'414W-12iS�j:rnegI Qurdrlrr14-cQ12F01oQcam ► The CO ntrodcr lrhiu eyretit Iv comply writ; ell wirer appir:ohle reyuuemerits of Seceorr 6002 of the Solid Waste ClraposalAC 12. ACCESS TO RECORDS a. Stet Wary AU recipients, subrecipler►ts successors transferees. end assignees muni ackntrwledgc Grid agree to r:omply with applicable provisions governing DI-IS access to records. accounts. oocumernts. information. facrbbes, and stall RraFients must give OMSIFEMA access to, and the tight to examine and copy, records, accounts, and vthet documents end sources of Information related to the Ndatal li•runaal assistance award endpoints accei:c to tacillrres,personnel.and other Individuals and inks matso n as may tom rsecessery eta rtq iced by OHS rerwribUons shy other app4,nble Irons or in ow guidance r _DH3 Standard Terms and Conditions Version fl 1 (2018) Addbone ilv Section 1228 of the Disaster Recovery Reform Ad of?0111 prohlb41 FEMA from orcwidrng ralmbexsamenl to any state,local, tribal or tensorial government or private nnn-Qrnk! for activities made pursuant to a contact that purports to proht,il flutists um .stomal reviews by the FEMA administrator or Cnmm:rolMrGenehral ctisa Sq Recwi i The hila ntig axe to records rr.cn.rremcnts apply to this contract i.The Contractor agrees to provide Participating Public Agency, the FEMA Administrator. the Comptroller General of the United States, or any of their authonzed representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations excerpts, and transcriptions. ii.The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed hi The Contractor agrees to provide the FEMA Adonsoisthatur or ti6 authurircd representatives access to construction or other work sites pertaining to the work being completed under the contract iv.1n coinpt>ience with the Disaster Recovery Act of 2018. the Participating Public Agency and the Contractor acknowledge and agree that no language in this contrail is intended to prohibit audits or internal reviews by the FEMA Admmrstrator or the Comptroller General of the UnitedStates 13. CHANGES a. Siesksi. To be eligible for FEMA assistance under the non-Federal entity's FEMA grant or cooperative agreement. the cost of the change, modification, change order, or constructive change must be allowable. allocable, within the scope of its grant or cooperative agreement,and reasonable for the completion of project scope b Aooeicability FEMA recommends, therefore, that a non-Federal entity include a changes clause rn Its contract that describes how, if at all,changes can be made by either party to atter the method, price, or schedule of the work without breaching the contract. The language of the clause may differ depending onthe nature of the contract and the end-item procured. 14. OHS SEAL, LOGO,ANO FLAGS a Standard Recipients must obtain permission prior to using the OHS seal(s).logos.crests or reproductions of flags or likenesses of OHS agency officials See DHS Standard Terms and Conditions Version 8 1(2018) b fbdicability. FEMA recommends that all non-Federal entdics place in thee contracts a provision that a contractor shall not use the DHS seal(s), logos,crests, or reproductions o' flags or likenesses of DHS agency officials without specific FEMA pre-approval 'The contredui shalt nut use the OHS seel(s), logos, crests. or reproductions of flaps or likenesses of OHS agency officals without specific FEMA pre-approval. verso AM 12 eW/ 15. COMPUANCE WITH FEDERAL LAW,REGULATIONS,AND EXECUTIVE ORDERS a MOW The recipient and Its contractors Are required to comply with all Federal laws, regulidons, and executive orders b FEMA recommends that all non-Federal entities place into thee contracts an a ment that FEMA financial assistance wilt be used to fund the contract along with the requirement that the contractor wit comply with all applicable Federal law. regulations executive orders, and FEMA polc.r•_s procedures,and directives c 'This is an acknowledgement that FEMA financial assistance will be used to fund al or a portion of the contract. The contractor will comply mth all appEcable Federal law, regulations executive orders, FEMA polbcios,procedures, and directives ' lb. NO OBLIGATION BY FEDERAL GOVERNMENT a §JrirJ r.d FEMA is not a party to any transaction between the recipient and its contractor FEMA is not subject to any obligations or liable to any party for any matter relating to the contract b Apolicabrlitx. FEMA recommends that the non-Federal entity include a provision in its contract that states that the Federal Government Is not a party to the contract and es not subject to any obligations or liabilities to the non-Federal entity. contractor, or any other party pertaining to any matter resulting from the contract c The Federal Government is not a party to this contract and is not subject to any obligations or l'abilrboe to the non Federal entity, contractor or any other party pertaining to any matter restating from the contract ' 17. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS a Standard Recipients must comply with the requirements of The False Clams Act(31 U.S C §§ 3729-3733)which prohibits the submission of false or fraudulent claims for payment to the federal government Ser DHS Standard Terms and Conditions: Version 8.1 (2018), and 31 U S C §§ 3801-3812. which details the administrative remedies for false c►auns and statements made The non-Federal entity must include a provision in its contract that the contractor acknowledges that 31 U.S.0 Chap. 38 (Administrative Remedies for False Claims and Statements)applies to its actions pertaining to the contract b Applicability FEMA recommends that the non-Federal entity include a provision in its contract that the contractor acknowledges that 31 U S C Chap 38(Admniatratrve Remedies for False Claims and Statements)applies to its actions pertaining to the contract C. 'The Contractor acknowledges Mat 31 U.S C. Chap 38 (Administrative Remedies tot False Claims end Statements)applies to the Contractor's actions pertaining to the contract Offeror agrees to comply with ell terms and conditions outlined in the FEMA Special Conditions section of this solicitation. Trane U.S. Inc. Offeror's Name: Address,City, State,and Zip Code: 000 Beaty Stmt,Davidson,NC,28038-6924 40842.0068 Phone Number. Fax Number; Punted Name and Title of Authorized Representative: Meg Spencer Email Address 01111Pliallarisszcarn _ Signature of Authorized Representative, Dote: July 8,2022 M"WI APS t7 AJC." 1 AN = SEC- OIOGI9 Appendix 5 Exhibit G, New Jersey Business Compliance Exhibit G New Jersey Business Compliance NEW JERSEY BUSINESS COMPLIANCE Suppliers intending to do business in the State of New Jersey must comply with policies and procedures required under New Jersey statues. All offerors submitting proposals must complete the following forms specific to the State of New Jersey. Completed forms should be submitted with the offeror's response to the IFB. Failure to complete the New Jersey packet will impact OMNIA Partners' ability to promote the Master Agreement in the State of New Jersey. DOC #1 Ownership Disclosure Form DOC #2 Non-Collusion Affidavit DOC #3 Affirmative Action Affidavit DOC #4 Political Contribution Disclosure Form DOC#5 Stockholder Disclosure Certification DOC #6 Certification of Non-Involvement in Prohibited Activities in Iran DOC #7 New Jersey Business Registration Certificate DOC #8 EEOAA Evidence DOC #9 MacBride Principals Form New Jersey suppliers are required to comply with the following New Jersey statutes when applicable: • all anti-discrimination laws, including those contained in N.J.S.A. 10:2-1 through N.J.S.A. 10:2-14,N.J.S.A. 10:5-1,and N.J.S.A. 10:5-31 through 10:5-38; • Prevailing Wage Act.N.J.S.A. 34:11-56.26, for all contracts within the contemplation of the Act; • Public Works Contractor Registration Act,N.J.S.A. 34:11-56.26: and • Bid and Performance Security,as required by the applicable municipal or state statutes. Version April 12,2022 I)O(' 41 STATEMENT OF OWNERSHII' DISCLOSURE N.J.S.A. 52:25-24.2 (P.L. 1977, c.33, as amended by P.L. 2016, c.43) This statement shall he completed, certified to,and included with all bid and proposal submissions. Failure to submit the required information is cause for automatic rejection of the hid or proposal. Name of Organization: Trane U S. Inc New Jersey Branch Organization Address: 19 Chapin Road Building B Suite 200. Pine Brook NJ 07058 Part I Check the box that represents the type of business organization: ❑Sole Proprietorship (skip Parts II and III, execute certification in Part IV) ❑Non-Profit Corporation (skip Parts II and III. execute certification in Part IV) © For-Profit Corporation (any type) ['Limited Liability Company (LLC) ❑Partnership ❑Limited Partnership ❑Limited Liability Partnership (LLP) ❑Other (be specific): Part II O The list below contains the names and addresses of all stockholders in the corporation who own 10 percent or more of its stock, of any class. or of all individual partners in the partnership who own a 10 percent or greater interest therein, or of all members in the limited liability company who own a 10 percent or greater interest therein, as the case may be. (COMPLETE THE LIST BELOW IN THIS SECTION) OR © No one stockholder in the corporation owns 10 percent or more of its stock. of any class, or no individual partner in the partnership owns a 10 percent or greater interest therein, or no member in the limited liability company owns a 10 percent or greater interest therein, as the case may be. (SKIP TO PART IV) (Please attach additional sheets if more space is needed): Name of Individual or Business Entity Home Address(for Individuals)or Business Address Version April 12,2022 Part III DISCLOSURE OF 10% OR GREATER OWNERSHIP IN THE STOCKHOLDERS, PARTNERS OR LLC MEMBERS LISTED IN PART II If a bidder has a direct or indirect parent entity which is publicly traded, and any person holds a 10 percent or greater beneficial interest in the publicly traded parent entity as of the last annual federal Security and Exchange Commission (SEC) or foreign equivalent filing, ownership disclosure can be met by providing links to the website(s) containing the last annual filing(s) with the federal Securities and Exchange Commission (or foreign equivalent) that contain the name and address of each person holding a 10% or greater beneficial interest in the publicly traded parent entity. along with the relevant page numbers of the filing(s) that contain the information on each such person. Attach additional sheets if more space is needed. Website(URL)containing the last annual SEC(or foreign equivalent)filing Page#'s Please list the names and addresses of each stockholder. partner or member owning a 10 percent or greater interest in any corresponding corporation, partnership and/or limited liability company (LLC) listed in Part II other than for any publicly traded parent entities referenced above. The disclosure shall be continued until names and addresses of every noncorporate stockholder, and individual partner, and member exceeding the 10 percent ownership criteria established pursuant to N.J.S.A. 52:25-24.2 has been listed. Attach additional sheets if more space is needed. Stockholder/Partner/Member and Corresponding Home Address(for Individuals)or Business Address Entity Listed in Part II Part IV Certification I, being duly sworn upon my oath, hereby represent that the foregoing information and any attachments thereto to the best of my knowledge are true and complete I acknowledge that I am authorized to execute this certification on behalf of the bidder/proposer; that the <name of contracting unit> is relying on the information contained herein and that I am under a continuing obligation from the date of this certification through the completion of any contracts with <type of contracting unit>to notify the <type of contracting unit> in writing of any changes to the information contained herein; that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification. and if I do so, I am subject to criminal prosecution under the law and that it will constitute a material breach of my agreement(s)with the, permitting the <type of contracting unit>to declare any contract(s) resulting from this certification void and unenforceable Full Name(Print): Christopher Baker Title: Area General Manager Trane New Jersey Signature: Date: 7/18/22 Version April 12,2022 DOC#2 NON-COLLUSION AFFIDAVIT STANDARD BID DOCUMENT REFERENCE Reference: VII-H Name of Form: NON-COLLUSION AFFIDAVIT Statutory Reference: No specific statutory reference State Statutory Reference N.J.S.A. 52:34-15 Instructions Reference: Statutory and Other Requirements VII-H The Owner's use of this form is optional.It is used to ensure that Description: the bidder has not participated in any collusion with any other bidder or Owner representative or otherwise taken any action in restraint of free and competitive bidding. Version Apra 12,2922 NON-COLLUSION AFFIDAVIT State of New Jersey County of Moms ss: I, Christopher Baker residing in Pine Brook (name of affiant) (name of municipality) in the County of Morris and State of New Jersey of full age,being duly sworn according to law on my oath depose and say that: I am Area General Manager New Jersey of the firm of Trane U.S. Inc. New Jersey Branch (title or position) (name of firm) the bidder making this Proposal for the bid entitled Racine County,RFB-Rc2022•lo01•0-2o22/DM and that I executed the said proposal with (title of bid proposal) full authority to do so that said bidder has not,directly or indirectly entered into any agreement, participated in any collusion,or otherwise taken any action in restraint of free,competitive bidding in connection with the above named project;and that all statements contained in said proposal and in this affidavit are true and correct,and made with full knowledge that Racine County relies upon the truth of the statements contained in said Proposal (name or contracting unit) and in the statements contained in this affidavit in awarding the contract for the said project. I further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission,percentage,brokerage,or contingent fee,except bona fide employees or bona fide established commercial or selling agencies maintained by Trane U.S. Inc. Subscribed and sworn to �o- before me this day Signature July 18th ,2_022 Christopher Baker (Type or print name of affiant under signature) Morris County, NJ Notary public of My Commission expires 1/6/25 (Seal) .0t,tN to ey rrr��i .v aOTq,9 ��t tr 14.'°LB L\G ��j•'•:Sa009�y�•. Version April 12,2022 DOC#3 AFFIRMATIVE ACTION AFFIDAVIT (P.L. 1975,C.127) Company Name: Trane U.S. Inc. New Jersey Branch Street: 19 Chapin Road, Building B Suite 200 City,State,Zip Code: Pine Brook, New Jersey 07058 Proposal Certification: Indicate below company's compliance with New Jersey Affirmative Action regulations. Company's proposal will be accepted even if company is not in compliance at this time. No contract and/or purchase order may be issued, however, until all Affirmative Action requirements are met. Required Affirmative Action Evidence: Procurement, Professional& Service Contracts(Exhibit A) Vendors must submit with proposal: 1. A photocopy of a valid letter that the contractor is operating under an existing Federally approved or sanctioned affirmative action program(good for one year from the date of the letter); OR 2. A photocopy of a Certificate of Employee Information Report approval, issued in accordance with N.J.A.C. 17:27-4; Provided on the follow ink page. OR 3. A photocopy of an Employee Information Report(Form AA302)provided by the Division of Contract Compliance and Equal Employment Opportunity in Public Contracts and distributed to the public agency to be completed by the contractor in accordance with N.J.A.C. 17:27-4. Public Work-Over$50,000 Total Proiect Cost: A. No approved Federal or New Jersey Affirmative Action Plan. We will complete Report Form AA201.A project contract ID number will be assigned to your firm upon receipt of the completed Initial Project Workforce Report(AA201)for this contract. B. Approved Federal or New Jersey Plan-certificate enclosed I further certffr that the statements and information contained herein, are complete and correct to the best of my knowledge and belief —+•rte 7/18/22 Christopher Baker,Area General Manager Trane New Jersey Date Authorized Signature and Title Version April 12,2022 Celb11ca1►on ass CERTIFICATE. EMPLOYEE INFORMAIK N REPOR-t BENI%Al this is to certify that the contractor listed below has submitted an Impbype Inhocrnatlun Ruyan pursuant to NJAC.17:27.I.%et.sex; and the State Invasion Naas approved caid report This approval will remain in effect for the period of 15.4hn•2022 lb 16Jna202S r' WANE I INC. 14 C"II.IPIN ROAM,RLN..R SIT.200 rm.PROOk NJ 07050 (s, Ar.Ais,.a. EL oweTFI MAHER Steer T.geur i DOC#3,continued P.L. 1995,c. 127(N.J.A.C. 17:27) MANDATORY AFFIRMATIVE ACTION LANGUAGE PROCUREMENT,PROFESSIONAL AND SERVICE CONTRACTS During the performance of this contract,the contractor agrees as follows: The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractor will take affirmative action to ensure that such applicants are recruited and employed,and that employees are treated during employment,without regard to their age,race,creed,color,national origin,ancestry, marital status, sex, affectional or sexual orientation. Such action shall include, but not be limited to the following: employment,upgrading,demotion,or transfer;recruitment or recruitment advertising;layoff or termination;rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places,available to employees and applicants for employment,notices to be provided by the Public Agency Compliance Officer setting forth provisions of this non-discrimination clause. The contractor or subcontractor,where applicable will,in all solicitations or advertisement for employees placed by or on behalf of the contractor,state that all qualified applicants will receive consideration for employment without regard to age,race,creed,color,national origin,ancestry,marital status,sex,affectional or sexual orientation. The contractor or subcontractor,where applicable,will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer advising the labor union or workers'representative of the contractor's commitments under this act and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The contractor or subcontractor,where applicable,agrees to comply with any regulations promulgated by the Treasurer pursuant to P.L. 1975,c. 127,as amended and supplemented from time to time and the Americans with Disabilities Act. The contractor or subcontractor agrees to attempt in good faith to employ minority and female workers trade consistent with the applicable county employment goal prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975,C.127,as amended and supplemented from time to time or in accordance with a binding determination of the applicable county employment goals determined by the Affirmative Action Office pursuant to N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975,C.127,as amended and supplemented from time to time. The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the area, including employment agencies,placement bureaus,colleges,universities,labor unions,that it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to revise any of it testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job-related testing,as established by the statutes and court decisions of the state of New Jersey and as established by applicable Federal law and applicable Federal court decisions. The contractor or subcontractor agrees to review all procedures relating to transfer,upgrading,downgrading and lay-off to ensure that all such actions are taken without regard to age,creed,color,national origin,ancestry,marital status,sex, affectional or sexual orientation,and conform with the applicable employment goals,consistent with the statutes and court decisions of the State of New Jersey,and applicable Federal law and applicable Federal court decisions. The contractor and its subcontractors shall furnish such reports or other documents to the Affirmative Action Office as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Affirmative Action Office for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code(NJAC 17:27). Signature of Procurement Agent Version April 12,2022 DOC #4 C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Public Agency Instructions This page provides guidance to public agencies entering into contracts with business entities that are required to file Political Contribution Disclosure forms with the agency. It is not intended to be provided to contractors.What follows are instructions on the use of form local units can provide to contractors that are required to disclose political contributions pursuant to N.J.S.A. 19:44A-20.26(P.L. 2005,c. 271, s.2). Additional information on the process is available in Local Finance Notice 2006-1 (http://www.nj.gov/dca/divisions/dlgs/resources/Ifns 2006.html). Please refer back to these instructions for the appropriate links,as the Local Finance Notices include links that are no longer operational. I. The disclosure is required for all contracts in excess of$17.500 that are not awarded pursuant to a"fair and open" process(N.J.S.A. 19:44A-20.7). 2. Due to the potential length of some contractor submissions, the public agency should consider allowing data to be submitted in electronic form(i.e.,spreadsheet,pdf file,etc.). Submissions must be kept with the contract documents or in an appropriate computer file and be available for public access. The form is worded to accept this alternate submission. The text should be amended if electronic submission will not be allowed. 3. The submission must be received from the contractor and on file at least 10 days prior to award of the contract. Resolutions of award should reflect that the disclosure has been received and is on file. 4. The contractor must disclose contributions made to candidate and party committees covering a wide range of public agencies,including all public agencies that have elected officials in the county of the public agency,state legislative positions, and various state entities. The Division of Local Government Services recommends that contractors be provided a list of the affected agencies. This will assist contractors in determining the campaign and political committees of the officials and candidates affected by the disclosure. a. The Division has prepared model disclosure forms for each county. They can be downloaded from the"County PCD Forms" link on the Pay-to-Play web site at http://www.nj.gov/dca/divisions/digs/programs/Incl.htnll#12. They will be updated from time-to-time as necessary. b. A public agency using these forms should edit them to properly reflect the correct legislative district(s). As the forms are county-based, they list all legislative districts in each county. Districts that do not represent the public agency should be removed from the lists. c. Some contractors may find it easier to provide a single list that covers all contributions,regardless of the county. These submissions are appropriate and should be accepted. d. The form may be used"as-is",subject to edits as described herein. e. The "Contractor Instructions" sheet is intended to be provided with the form. It is recommended that the Instructions and the form be printed on the same piece of paper. The form notes that the Instructions are printed on the back of the form;where that is not the case,the text should be edited accordingly. f. The form is a Word document and can be edited to meet local needs,and posted for download on web sites,used as an e-mail attachment,or provided as a printed document. 5. It is recommended that the contractor also complete a"Stockholder Disclosure Certification." This will assist the local unit in its obligation to ensure that contractor did not make any prohibited contributions to the committees listed on the Business Entity Disclosure Certification in the 12 months prior to the contract (See Local Finance Notice 2006-7 for additional information on this obligation at http://www.nj.gov/dca/divisions/dlgs/resources/Ifns 2006.html). A sample Certification form is part of this package and the instruction to complete it is included in the Contractor Instructions. NOTE: This section is not applicable to Boards of Education. Version April 12,2022 DOC#4,continued C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Contractor Instructions Business entities(contractors)receiving contracts from a public agency that are NOT awarded pursuant to a"fair and open"process(defined at N.J.S.A. 19:44A-20.7)are subject to the provisions of P.L.2005,c.271,s.2(N.J.S.A. 19:44A- 20.26). This law provides that 10 days prior to the award of such a contract,the contractor shall disclose contributions to: • any State,county,or municipal committee of a political party • any legislative leadership committee' • any continuing political committee(a.k.a.,political action committee) • any candidate committee of a candidate for,or holder of,an elective office: o of the public entity awarding the contract o of that county in which that public entity is located o of another public entity within that county o or of a legislative district in which that public entity is located or,when the public entity is a county,of any legislative district which includes all or part of the county The disclosure must list reportable contributions to any of the committees that exceed$300 per election cycle that were made during the 12 months prior to award of the contract. See N.J.S.A. 19:44A-8 and 19:44A-16 for more details on reportable contributions. N.J.S.A. 19:44A-20.26 itemizes the parties from whom contributions must be disclosed when a business entity is not a natural person. This includes the following: • individuals with an"interest"ownership or control of more than 10%of the profits or assets of a business entity or 10%of the stock in the case of a business entity that is a corporation for profit • all principals,partners,officers,or directors of the business entity or their spouses • any subsidiaries directly or indirectly controlled by the business entity • IRS Code Section 527 New Jersey based organizations,directly or indirectly controlled by the business entity and filing as continuing political committees,(PACs). When the business entity is a natural person,"a contribution by that person's spouse or child,residing therewith,shall be deemed to be a contribution by the business entity." [N.J.S.A. 19:44A-20.26(b)] The contributor must be listed on the disclosure. Any business entity that fails to comply with the disclosure provisions shall be subject to a fine imposed by ELEC in an amount to be determined by the Commission which may be based upon the amount that the business entity failed to report. The enclosed list of agencies is provided to assist the contractor in identifying those public agencies whose elected official and/or candidate campaign committees are affected by the disclosure requirement. It is the contractor's responsibility to identify the specific committees to which contributions may have been made and need to be disclosed. The disclosed information may exceed the minimum requirement. The enclosed form,a content-consistent facsimile,or an electronic data file containing the required details(along with a signed cover sheet)may be used as the contractor's submission and is disclosable to the public under the Open Public Records Act. The contractor must also complete the attached Stockholder Disclosure Certification. This will assist the agency in meeting its obligations under the law.NOTE: This section does not apply to Board of Education contracts. N.J.S.A. 19:44A-3(s): "The term "legislative leadership committee"means a committee established,authorized to be established,or designated by the President of the Senate,the Minority Leader of the Senate,the Speaker of the General Assembly or the Minority Leader of the General Assembly pursuant to section 16 of P.L.1993,c.65(C.19:44A-10.1)for the purpose of receiving contributions and making expenditures." Version April 12,2022 DOC #4, continued C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Required Pursuant to N.J.S.A. 19:44A-20.26 This form or its permitted facsimile must be submitted to the local unit no later than 10 days prior to the award of the contract. Part I —Vendor Information Vendor Name: Trane U.S. Inc New Jersey Branch Address: 19 Chapin Road, Building B Suite 200 City: Pine Brook State: NJ Zip: 07058 The undersigned being authorized to certify, hereby certifies that the submission provided herein represents compliance with the provisions of N.J.S.A. 19:44A-20.26 and as represented by the Instructions accompanying this form. Christopher Baker Area General Manager Trane New Jersey Signature Printed Name Title Part II — Contribution Disclosure Disclosure requirement: Pursuant to N.J.S.A. 19:44A-20.26 this disclosure must include all reportable political contributions(more than $300 per election cycle)over the 12 months prior to submission to the committees of the government entities listed on the form provided by the local unit. ❑ Check here if disclosure is provided in electronic form Contributor Name Recipient Name Date Dollar Amount ❑ Check here if the information is continued on subsequent page(s) Version April 12,2022 DOC #4. continued List of Agencies with Elected Officials Required for Political Contribution Disclosure N.J.S.A. 19:44A-20.26 County Name: State: Governor,and Legislative Leadership Committees Legislative District#s: State Senator and two members of the General Assembly per district. County: Freeholders County Clerk Sheriff {County Executive} Surrogate Municipalities(Mayor and members of governing body,regardless of title): USERS SHOULD CREATE THEIR OWN FORM, OR DOWNLOAD FROM THE PAY TO PLAY SECTION OF THE DLGS WEBSITE A COUNTY—BASED, CUSTOMIZABLE FORM. 'It is the policy of Trane U.S. Inc. to comply with all laws of the U.S. and certain other countries that set strict limits on contributions by corporations to political parties and candidates.Trane U.S. Inc. chooses to focus corporate charitable contributions on non-political areas of interest.Trane U.S. Inc. and its subsidiaries do not support contributions to, nor does it sponsor employee involvement with, political organizations, candidates, public office holders,fraternal or labor organizations, or any cause that is inconsistent with the letter and spirit of the company's Code of Conduct and values. Employees may not make any direct or indirect political contribution or expenditure on behalf of Ingersoll Rand or any of its related companies, unless authorized in writing by Ingersoll Rand's Government and Public Affairs Office or the Ethics and Compliance Group. Version April 12,2022 DOC #5 STOCKHOLDER DISCLOSURE CERTIFICATION Name of Business: D I certify that the list below contains the names and home addresses of all stockholders holding 10%or more of the issued and outstanding stock of the undersigned. OR O I certify that no one stockholder owns 10%or more of the issued and outstanding stock of the undersigned. Check the box that represents the type of business organization: O Partnership ©Corporation 0 Sole Proprietorship ❑Limited Partnership OLimited Liability Corporation 0 Limited Liability Partnership O Subchapter S Corporation Sign and notarize the form below,and, if necessary, complete the stockholder list below. Stockholders: Name: Name: Home Address: Home Address: Name: Name: Home Address: Home Address: Name: Name: Home Address: Home Address: Subscribed and sworn before me this 18 day of July 4M 2022 At=,,,,,, + (Affiant) 4<tp' Kristin Hauser, ContractingProject Administrator (Notary Public) My Commission expires: +4%;,E ' (Print name&title of affiant) (Corporate Seal) Version April 12,2022 DOC #6 Certification of Non-In%oh'ement in Prohibited Activities in Iran Pursuant to N.J.S.A. 52:32-58, Offerors must certify that neither the Offeror, nor any of its parents, subsidiaries,and/or affiliates(as defined in N.J.S.A. 52:32—56(e)(3)), is listed on the Department of the Treasury's List of Persons or Entities Engaging in Prohibited Investment Activities in Iran and that neither is involved in any of the investment activities set forth in N.J.S.A. 52:32—56(f). Offerors wishing to do business in New Jersey through this contract must fill out the Certification of Non-Involvement in Prohibited Activities in Iran here: http://www.state.nj.us/humanservices/dfd/info/standard/fdc/disclosure investmentact.pdf. Offerors should submit the above form completed with their proposal. Version Apri 12,2022 DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN FORM jit ipl STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY•DIVISION OF PURCHASE AND PROPERTY 33 WEST STATE STREET.P O.BOX 230 TRENTON.NEW JERSEY 08625.0230 BID SOLICITATION#AND TITLE: Racine County, RFB-RC2022-1001-0-2022/DM VENDOR NAME: 'Trane U.S. Inc. New Jersey Branch Pursuant to N.J.S.A.52:3257,et seq.(P.L.2012,c.25 and P.L.2021,c.4)any person or entity that submits a bid or proposal or otherwise proposes to enter into or renew a contract must certify that neither the person nor entity,nor any of its parents,subsidiaries,or affiliates,is identified on the New Jersey Department of the Treasury's Chapter 25 List as a person or entity engaged in investment activities in Iran. The Chapter 25 list is found on the Division's website at httris.11www.state.ry.usltreasury/ourchase/adf/Chapter25List.t)df. Vendors/Bidders must review this list prior to completing the below certification. If the Director of the Division of Purchase and Property finds a person or entity to be in violation of the law,s/he shall take action as may be appropriate and provided by law,rule or contract, including but not limited to,imposing sanctions,seeking compliance,recovering damages,declaring the party in default and seeking debarment or suspension of the party. CHECK THE APPROPRIATE BOX IDI certify,pursuant to N.J.S.A.52:32-51,et seq.(P.L.2012,c.25 and P.L.2021,c.4),that neither the VendorBidda listed above nor any of its parents,subsidiaries, or affiliates is listed on the New Jersey Department of the Treasury's Chapter 25 List of entities determined to be engaged in prohibited activities in Iran. OR 0 I am unable to certify as above because the Venda/Bidder andla one or more of its parents,subsidiaries,or affiliates is listed on the New Jersey Department of the Treasury's Chapter 25 List.I will provide a detailed,accurate and precise description of the activities of the Vendor/Bidder,or one of its parents, subsidiaries or affiliates,has engaged in regarding investment activities in Iran by completing the information requested below. Entity Engaged in Investment Activities Relationship to Vendor/Bidder Description of Activities Duration of Engagement Anticipated Cessation Date 'Attach Additional Sheets If Necessary CERTIFICATION I,the undersigned,certify that I am authorized to execute this certification on behalf of the Vendor,that the to (J(Xng information and any attachmenLs hereto,to the best of my knowledge are true and complete.I acknowledge that the State of New Jersey is relying on the information contained herein,and that the Vendor is under a condi*ing obligation from the date of this certification through the completion of any contract(s)with the State to notify the State in writing of any changes to the information contained herein;that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification.If I do so,I may be subject to criminal prosecution under the law,and it will constitute a material breach of my contract(s)with the State,permitting the State to declare any contract(s)resulting from this certification void and unenforceable. 07/19/2022 Signature Date Christopher Baker Print Name and Title DPP Rev 12.13.2021 DOC #7 NEW JERSEY BUSINESS REGISTRATION CERTIFICATE (N.J.S.A.52:32-44) Offerors wishing to do business in New Jersey must submit their State Division of Revenue issued Business Registration Certificate with their proposal here. Failure to do so will disqualify the Offeror from offering products or services in New Jersey through any resulting contract. https://www.niportal.com/DORBusinessRegistration/ Provided on following page Version April 12,2022 ')f3 y� 1 STATE OF NEW JERSEY BUSINESS REGISTRATION CERTIFICATE Taxpayer Name: TRANE U.S. INC. Trade Name: Address: 1 CENTENNIAL PLAZA PO BOX 6820 PISCATAWAY, NJ 08855-6820 Certificate Number: 0091327 Effective Date: January 09. 1939 Date of Issuance: July 14. 2015 For Office Use Only: 20150714091648948 DOC #8 EEOAA EVIDENCE Equal Employment Opportunity/Affirmative Action Goods, Professional Services & General Service Projects EEO/AA Evidence Vendors are required to submit evidence of compliance with N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27 in order to be considered a responsible vendor. One of the following must be included with submission: • Copy of Letter of Federal Approval • Certificate of Employee Information Report Provided on following page • Fully Executed Form AA302 • Fully Executed EEO-1 Report See the guidelines at: https://www.state.nj.us/treasury/contract compliance/documents/pdf/guidelines/pa.pdf for further information. I certify that my bid package includes the required evidence per the above list and State website. Name: Christopher Baker Title: Area General Manager Trane New Jersey G r' Signature: Date: 7/18/22 centncatan ens CERTIFICATE.OF EMPLOYEE INFORMATION RFP()R-I k>z wm. thk k to certify ttut the contractor listed below hat raktnIttird an Employee Information Report pursuant W NJAC.1727.1 LI et Beit and the State Trris+rn hu approved raid report- This approval KiII remain In effect for the period of 1S•Jan.2027 to tbJen4112S rier "VANE l'C.INC. 19 C"IIAPIN ROM),BION:.B STE 20U ME BROOk NJ 011151 ELIZABETH MAHER MUOIO Skim Tr tryr DOC #9 MACBRIDE-PRINCIPLES STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY VIE�4� 40) . DIVISION OF PURCHASE AND PROPERTY i i 33 WEST STATE STREET,P.O.BOX 230 TRENTON,NEW JERSEY 08625-0230 MACBRIDE PRINCIPALS FORM BID SOLICITATION#: RFB-RC2O22-1001-0-2022mM VENDOR/BIDDER: Tram U.S.loc. VENDOR'S/BIDDER'S REQUIREMENT TO PROVIDE A CERTIFICATION IN COMPLIANCE WITH THE MACBRIDE PRINCIPALS AND NORTHERN IRELAND ACT OF 1989 Pursuant to Public Law 1995, c. 134, a responsible Vendor/Bidder selected, after public bidding, by the Director of the Division of Purchase and Property,pursuant to N.J.S.A. 52:34-12, must complete the certification below by checking one of the two options listed below and signing where indicated. If a Vendor/Bidder that would otherwise be awarded a purchase,contract or agreement does not complete the certification,then the Director may determine, in accordance with applicable law and rules,that it is in the best interest of the State to award the purchase,contract or agreement to another Vendor/Bidder that has completed the certification and has submitted a bid within five(5) percent of the most advantageous bid. If the Director finds contractors to be in violation of the principals that are the subject of this law, he/she shall take such action as may be appropriate and provided by law, rule or contract, including but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the party in default and seeking debarment or suspension of theparty. I. the undersigned,on behalf the Vendor/Bidder,certify pursuant to N.J.S.A. 52:34-12.2 that: CHECK THE APPROPRIATE BON The Vendor/Bidder has no business operations in Northern Ireland;or OR The Vendor/Bidder will take lawful steps in good faith to conduct any business operations it has in Northern Ireland in accordance with the MacBride principals of nondiscrimination in employment as set forth in section 2 of P.L. 1987, c. 177(N.J.S.A.52:I 8A-89.5)and in conformance with the United Kingdom's Fair Employment(Northern Ireland) Act of 1989,and permit independent monitoring of its compliance with those principals. CERTIFICATION 1,the undersigned,certify that I am authorized to execute this certification on behalf of the Vendor/Bidder,that the foregoing information and any attachments hereto,to the best of my knowledge are true and complete. I acknowledge that the State of New Jersey is relying on the information contained herein,and that the Vendor/Bidder is under a continuing obligation from the date of this certification through the completion of any contract(s)with the State to notify the State in writing of any changes to the information contained herein;that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification.If I do so,I will be subject to criminal prosecution under the law,and it will constitute a material breach of my agreement(s) with the State, permitting the State to declare any contract(s) resulting from this certification to be void and unenforceable. 7/18/22 Signature Date Christopher Baker, Area General Manager Trane New Jersey Print Name and Title Version April 12,2022 slrrh '9 Request for Taxpayer Goan Folin to Ihe later 0a44w:Ith Identification Number and Certification requester.Do not DepennerNNWtitin mSTina� ► stowwwrarsyor/fornr/1Ntor.,instructions m n arta the latest trndbMr1Rs. 1 Nem iik*am-mrow haar0 Mr rad... 1.•t-.w rtarein or/rt M. 1,'r N bare-.w le•to•. I 1 ttr•••••rwtNrwrwasesift mem ldelesotOw diem Ido!apnoeabotrWed besMli+emritepaw.man,rsrtNwade*enS.IQea.,ysetdFn s', 4� ea,r IMbar.envy beam adder dnrtwda rtM see trttrreesies aomelt $ 0 irolos awe er pisiorm D C Oodoseder ®$Comonsa n ❑ non.n.14, Li TaasAdaa tire*inerbir L.0 WOW 11i•4ttapwtllttslltaq_ 6 0 WesMaycenmre tttIlrh •'liteliertu lanR. o111•01 1K0i. .o.rtea. ^Ira.r`lell►_ _ . 1lsset O*U.dspep it town ate R•tbc.w 1st 10 tdn dntlabn el it 1111!w,1•••:.rtr.w De rd d0ca Oar nem r iii LLCfhWClsdsael�$o•r*-ttnb &Cht$0NonMuownerwiseNwastdhl.ACa► 1ra/V•v rprnru othsIll Mwtela lnw deriesirsol km R.mom amaw kr U 1 UMW lel poem Odorivise a aloglo nwitr WCt1• arr la it• •pp.*Mi to ler Ile W desslielliar seta ewe ONIpso.r.tucta.U► now wwwsww••ww0se.ti! IIMeesetomer.deettNWetreVdtorse.•.surht• 0010N411!1••WIt1O a . 1 IIIA 11 Cly.OMR r/VP COO '. 1.rl'-'. . 'C t+til waste uterprlytw Mara ' -awpayer identification Number(TIN) Ertl war TIN n to a0aaya ate out Tartu TIN Arm bad rade match ata marlo Goo on Ire Ito bead 11•111•••••012/9496•IP 1 bacuup rettttodng For and r as s.Ills-I genera y your dot a tarty rine ISSt4 Slagesst Oat• - -] _ r s 0.11 sash too Oraotda a d r.{iardsd aril Pt,los es reined ons kr tat I.ala Far Ctnr - ili are t as t e ysu egeoyar d n 1<a1 cru mare Melt It ytxado nal mew*number see Hem 10 91•• T7N ate or Not:$11• c scc nt e n norm th.V1 ow mew see the reametore tore 1 Aso am/:rade hoer.,ane; Cinder,dedasr•b r ear rar — Member To GA*it AMtsitutMr ton fail c1•riot on game reed*to ardor .=I:1 'lei t�0,o14I/ 6 P.0 1 II ctrtrnlcatio ' Under Don't es or oar vcw oy t t iy tet _.�s- ---v.v 1 Th.r ,r'1o.0101011 cr dl i Ian t r CO MO tits aayr idenWtcit-0n MMrlba for I art tat Ing to a earn.',10 As salted to ret and 2 I art not sun act to cele u4 w ItUtdrg•!Scads W I an*lomat Ron Oeosc w trrw.,d rep M 104 1 At.it not tart nelfea o,it Mena Redone Soy c.(F6 that I art s*b,sct to Meat erred rp as a'mut ce a Salts to radon a Melva or d.deeds,or 4c$the PS has not•ed me that lam no anger Mdscl to 04K•410 ethhddnQ rad 3 lam a US rt Jan a deer U S person Mingo oo own wad 4 The FNMA coats,entered on ahs tom it aril nd(AIN that I ail mortld Ron PATCA.,AOA nit s comet C rilleMat loalro kote. Yo,rrr.M orad 4:41 airy 2 Item•tn..hate tales retied by to IRS!**ya.ate cu.eret a.Elees t0 ttedwo rWelar.(slaws yo.Pres taped to capon all rlartat ad dndardt cr your tar rear For Ni nMM Marrstsofs aim 2 0050 rot appy For rrorlgsglt rural bid: scqusaer or abrdormiel d sacv.d moinlr crcdie cr of debt calitulr ss bar ndeedtul aMrrrrl arangrrera II/lllt ra nr-s.11var owed ale deldoda:pe,are rot no mid to 4 Qv ce ifeSI sh,tett you MUM paid*id*y0Y Mewl TN tee to e»h•rt.or$t Pat t 110, Sign t Sysiorr••• tv_ liars us Mraw► sibs UWP General Instructions •torr110(IN-OIVIdvclods r*udngMoto*OM Mete atnsjtoa Itnda, Sect an rrttrenced aro to IN Marne Anima a Cow tress CMww rt •icor 100g-5ha�SC:(we at he:Hi*of fIC.Orik or his •alma or pons naiad aaeadal FUlur.developments For Vie Mot-tdomyd on boat&vsosewis •iowl Igep.e itoi Of MASA tacit sates aro ram n arae 1•sf.d to f orr.w-0 and Is mane ore Krol as'.p eat to~tort kyr ens by,brow* after tarry wens ars shod go So wee re govrFamW9 •Fenn 1001143 Ii-acseds Rost Ie. anral.t kanaacd arta• Purpose of Form •form 100114 Instant card are tad party rld.ror•►ansa•!ore I M nay oat ce.1e if.a arm IN-9 rep,ratn wtv s',gu 11.0 sot.an •Fart 1008 acme movie.reads• 1098-E f t.dtnt OW rewash Mame on nem of U.tr 10.S ewe oota n yr.at comet Weave SOW/tut am dart boa an number('tN1 oath may o•your soc a setts I)Ittrl it I95N1 na v dud tar pay,dere/cat on nu-oar(MN, adopt ar •Rom 101111•C Itance.d dada! taxpayer do1c lonrer%oatATINl.a.reDor dwtttadonntr�rssr •FOI1ttd)p•A+xow.Ion o stanotsYnOntdsaar apuprAY. MINI to report an an rforrti an mom Ina rtrac.s t na a 10 you of cow Use Pam W-9 any I you at.a U S person frruOnp a res cum arloart rexrtan•on an Norms on return Eaux os of rfp►rwon alae.to.tor d•your cornet Tr. Wane or udw as are not need to the to okv r.O 0)01111)not tdRn'n lore,IV-9 Ic IM rsr},easMv won a I.N.herr n iarft •Fora 1020 441 1 r•sate owned or to a IM pacts.tsWtoN.np G•%Attu a aac:.ua w e tvod ng coisly M.• /.Pith ;In,W-9 ti.-. to C--,1t. DocuSign Envelope ID.F348908E-7A95-44F8-BE12-68B5ABA30B2B Racine County Contract & Contract Amendment Form Attach one copy of the contract to be filed.Attach more copies if required by vendor. Munis Contract# 3341 Amendment: I Yes l ; No Signed by vendor. U Yes ❑ No ❑ DocuSign Contract Type Cl Non Encumber Expense ❑ Encumber Expense ❑HSD PO Expense lI Revenue Vendor/Customer#. 3931-2 Vendor Name: TRANS US INC Full Address: 800 E BEATY ST DAVIDSON NC 28036 Department: FIN Sub Department: Brief Description of Services. AMENDMENT BID#RC2022-1001 HVAC PRODUCTS, INSTALLATION Contact/administrator. Duane McKinney Contact Munis ID. 6750dmckinne Contract Start09/01/2022 Contract End. 08/31/2027 If this is a multi year contract-Committee and County Board authorization is needed before the contract can be processed. By completing this form,Procurement Policy has been followed. Accounts Information Account Name: Account Number Amended Amount New Contract Amount Year 13500000.311045 22-27 If additional account lines are necessary,attach a schedule. Total: $ 0.00 - Have you read the agreement: I Yes ❑ No Do you understand&agree with the Terms. U Yes ❑ No Are there things that you think should be changed in this Contract. ❑ Yes PI No If yes,please attach a memo stating the changes you think should be made. Was a resolution passed to authorize the original contract: ❑ Yes U No If yes. indicate the resolution number: 2021-96 (attach a copy of the resolution) Is there a required signature date: ❑ Yes ❑ No If yes.what date. Corp Counsel Stamp County Clerk Stamp: Upon complete execution of this contract.an original copy must be placed on file with the County Clerk along with this cover sheet. This form is to be printed on Pastel Yellow paper Updated 111320 BE DocuSign Envelope ID:F348908E-7A95-44F8-BE12-68B5ABA30B2B HVAC Products, Installation, Labor Based Solutions and Related Product and Services Contract 2022 AMENDMENT NO. ONE (1) This Amendment No. One (1) is effective January 1, 2023 and is to modify the HVAC Products, Installation, Labor Based Solutions and Related Product and Services Contract 2022 agreed upon by Racine County, Wisconsin, 730 Wisconsin Avenue, Racine,Wisconsin 53403("County")and Trane U.S. Inc.,800 Beaty Street, Davidson, North Carolina 28036-6924 ("Contractor") (hereinafter each a "Party"and collectively referred to as "Parties") on August 16, 2022 ("Contract"). The Parties hereby agree to amend the Contract as follows: 1. WORK: To modify pricing as necessary to account for market changes, and labor and material increases.. Details are provided in Attachment A of this Amendment No. 1. 2. PRICE: The County agrees to the revised prices. Details are located in Attachment A. ALL OTHER PROVISIONS OF THE CONTRACT SHALL REMAIN IN THEIR ENTIRETY. RACINE COVIX. BY: jotAAAA, Vaw aut' L—awooa,ss awm.. Jonathan Delagrave Racine County Executive pDocuSigned by: 1/6/2023 DATE: Atithatt I rf DocuSigned by:/ `-36F9231 CFBA8401 BY: �u j.L1 autiSft,ti$t.bt 1/5/2023 dy3fristensen Racine County Clerk DATE: 1/6/2023 &JOY\ cuSigned by: DocuSlgned by. ? % TRANE U.S. INC. BY: , JC P 'r A5552654004D4 DATE: 12/21/2022 lib?-1- L.L.ALbsut541-1 12/21/2022 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS AND RELATED Page 1 of 14 PRODUCT AND SERVICES CONTRACT 2022 DocuSign Envelope ID:3E9C9C12-6637-4656-BDE7-602D3C7EE6F8 Racine County Contract & Contract Amendment Form Attach one copy of the contract to be filed.Attach more copies if required by vendor. Munis Contract#. 3341 Amendment' I Yes ❑ No Signed by vendor: U Yes ❑ No O DocuSign Contract Type ❑Non Encumber Expense ❑ Encumber Expense ❑HSD PO Expense I Revenue Vendor/Customer#: 3931-2 Vendor Name: TRANE US INC Full Address: 800 E BEATY ST DAVIDSON NC 28036 Department. FIN Sub Department Brief Description of Services AMENDMENT 2 BID#RC2022-1001 HVAC PRODUCTS, INSTALLATION Contact/administrator: Duane McKinney Contact Munis ID: 6750dmckinne Contract Start: 09/01/2022 Contract End 08/31/2027 If this is a multi year contract-Committee and County Board authorization is needed before the contract can be processed. By completing this form,Procurement Policy has been followed. Accounts Information Account Name. Account Number Amended Amount New Contract Amount Year 13500000.311045 22-27 If additional account lines are necessary,attach a schedule. Total. $ 0.00 - Have you read the agreement I Yes ❑ No Do you understand&agree with the Terms: U Yes F-1 No Are there things that you think should be changed in this Contract. ❑ Yes U No If yes,please attach a memo stating the changes you think should be made. Was a resolution passed to authorize the original contract ❑ Yes PI No If yes, indicate the resolution number: 2021-96 (attach a copy of the resolution) Is there a required signature date. ❑Yes ❑ No If yes.what date. Corp Counsel Stamp: County Clerk Stamp. Upon complete execution of this contract,an original copy must be placed on file with the County Clerk along with this cover sheet. This form is to be printed on Pastel Yellow paper. Updated t 1 t32C BE DocuSign Envelope ID:3E9C9C12-6637-4B56-BDE7-602D3C7EE6F8 HVAC Products, Installation, Labor Based Solutions and Related Product and Services Contract AMENDMENT NO. TWO (2) This Amendment No. Two (2) is effective September 26. 2023, and is to modify the HVAC Products. Installation. Labor Based Solutions and Related Product and Services Contract #3341 agreed upon by Racine County, Wisconsin, 730 Wisconsin Avenue. Racine, Wisconsin 53403 ("County") and Trane U.S. Inc.. 800 Beaty Street. Davidson, North Carolina 28036-6924 ("Contractor") (hereinafter each a "Party" and collectively referred to as "Parties") on August 16, 2022 ("Contract"). The Parties hereby agree to amend the Contract as follows: 1. WORK: To add new products, new product codes and provide an updated product pricing discount schedule, necessary to introduce newer manufactured products. Product Pricing Discount Schedule provided in Attachment A of this Amendment No. 2. 2. PRODUCT PRICING: The County agrees to the revised Product Pricing. Details are located in Attachment A. ALL OTHER PROVISIONS OF THE CONTRACT SHALL REMAIN IN THEIR ENTIRETY. RACINE COUNTY DocuS,gned by: BY: join a �uun, Vtlypu 4. 7B676D90951940c Jonathan Delagrave —DocuSlgned by: Racine County Executive At.i(�at,l, LAu&4orf 11/8/2023 36F9231CFBA8401 DATE: 11/8/2023 DocuS ggned by: BY: %AA%A. aViStt,In,Sun, `—FC1B333 B96549D Wendy M. Christensen Racine County Clerk Docu3ignedby: APtm'f DATE: 11/8/2023 ` 14���u0D4 11/8/2023 TRANE U.S. INC. 1'—DocuSigned by- BY: _ "'D Srt tn.Gtr DATE: / 70B964F, DocuSign Envelope ID:F3EA5101-3B1F-45D3-8388-556BA3E7E40B HVAC Products, Installation, Labor Based Solutions and Related Product and Services Contract AMENDMENT NO.THREE (3) This Amendment No.Three (3) is effective December 15, 2023, and is to modify the HVAC Products, Installation, Labor Based Solutions and Related Product and Services Contract #3341 agreed upon by Racine County, Wisconsin, 730 Wisconsin Avenue, Racine, Wisconsin 53403 ("County") and Trane U.S. Inc., 800 Beaty Street, Davidson, North Carolina 28036-6924 ("Contractor") (hereinafter each a "Party" and collectively referred to as "Parties")on August 16, 2022 ("Contract"). The Parties hereby agree to amend the Contract as follows: 1. WORK: To modify pricing as necessary to account for market changes, and labor and material increases. Details are provided in Attachment A of this Amendment No. 3. 2. PRODUCT PRICING: The County agrees to the revised Pricing. Details are located in Attachment A. ALL OTHER PROVISIONS OF THE CONTRACT SHALL REMAIN IN THEIR ENTIRETY. RACINE COUNTY DocuSigned by: BY: jelnag.aua. Pt-Lair/wt. 7B876D90951B406.. Jonathan Delagrave Racine County Executive DocuSigned by: DATE: 12/18/2023 kictukti, Q(,brf 36F9231CFBA8401.. Docusigned by: 12/18/2023 BY: COktutj at,Y1SIuAsu , FC1B3339B9654BD. Wendy M. Christensen Racine County Clerk DATE: 12/18/2023 DocuSigned by: ChPeM 14A5552854004D4. TRANE U.S. IIS 12/18/2023 BY: C �I$Kined by: Srt,ln.[.t,V' 95FF4CCACB964F1. DATE: 12/18/2023 Page 1 of 4 Docusign Envelope ID:F717C338-232F-4726-AADF-23D4F99E039D HVAC Products, Installation, Labor Based Solutions and Related Product and Services Contract AMENDMENT NO. FOUR (4) This Amendment No. Four (4) is effective December 13, 2024, and is to modify the HVAC Products, Installation, Labor Based Solutions and Related Product and Services Contract #3341 agreed upon by Racine County, Wisconsin, 730 Wisconsin Avenue, Racine, Wisconsin 53403 ("County") and Trane U.S. Inc., 800 Beaty Street, Davidson, North Carolina 28036-6924 ("Contractor") (hereinafter each a "Party" and collectively referred to as "Parties") on August 16, 2022 ("Contract") The Parties hereby agree to amend the Contract as follows 1. WORK: To modify pricing as necessary to account for market changes, and labor and material increases, and to provide an updated product pricing discount schedule. Details are provided in Attachment A— Billing Wage Rates, and Attachment B— Product Pricing Discount Schedule of this Amendment No 4. 2. PRODUCT PRICING: The County agrees to the revised Pricing. Details are in Attachment A and Attachment B. ALL OTHER PROVISIONS OF THE CONTRACT SHALL REMAIN IN THEIR ENTIRETY. RACINE COUNTY DocuSigned by: BY: Po..nka7se `-711DD7FEEEB34B3 Thomas Roanhouse Interim Racine County Executive DocuSigned by: DATE: 12/16/2024 [j&d&. tL (AlitIV f 36F9231CFBA8401 12/13/2024 /—DocuSigned by: BY: wt,lnli OtriSft.l.StAA, '-FC1B33398.9654B0 Wendy M. Christensen DoeuSIpnedby: Racine County Clerk C roti DATE: 12/16/2024 14A555265400404 12/13/2024 TRANE U.S. IF CJsigned by: BY: / _g41,1 S UAVY DATE: 12/iFj/'5cUZ464F1 Page 1 of 1 OMNIA® / � �PARTNERS t �-ril0NALI PA :COMMUNITIES HVAC Products, Installation, Labor Based Solutions,and Related Products and Services Executive Summary Lead Agency: Racine County,Wisconsin Solicitation: RC2022-1001 Solicitation Issued:June 15, 2022 Pre-Bid Date:June 29, 2022 Response Due Date:July 21, 2022 Awarded to:Trane U.S. Inc. Racine County,Wisconsin issued IFB#RC2022-1001 on June 15,2022,to establish a national cooperative contract for HVAC Products, Installation, Labor Based Solutions, and Related Products and Services. The solicitation included cooperative purchasing language in Section II. INSTRUCTION TO BIDDERS, K. National Contract: Subject to its fiduciary and statutory obligations, Racine County, as the Principal Procurement Agency, defined in Attachment D—National Cooperative Contract to be Administered by OMNIA Partners, has partnered with OMNIA Partners,Public Sector("OMNIA Partners")to make the resultant contract(also known as the"Master Agreement" in materials distributed by OMNIA Partners)from this solicitation available to other public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit ("Public Agencies"), through OMNIA Partners' cooperative purchasing program. Racine County is acting as the contracting agency for any other Public Agency that elects to utilize the resulting Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with OMNIA Partners (a "Participating Public Agency") and by using the Master Agreement, any such Participating Public Agency agrees that it is registered with OMNIA Partners, whether pursuant to the terms of a Master Intergovernmental Cooperative Purchasing Agreement, a form of which is attached hereto on Attachment D— National Cooperative Contract, or as otherwise agreed to. Attachment D— National Cooperative Contract contains additional information about OMNIA Partners and the cooperative purchasing agreement. Notice of the solicitation was sent to potential offerors,as well as advertised in the following: • Racine County website • OMNIA Partners website • USA Today, nationwide • Arizona Business Gazette,AZ • San Bernardino County Sun,CA • Honolulu Star-Advertiser, HI • The Herald-News—Will County(IL) Version July 14,2022 • The Advocate—New Orleans, LA • The New Jersey Herald, NJ • Albany Times Union, NY • Daily Journal of Commerce,OR • The State,SC • Deseret News, UT • Richmond Times-Dispatch,VA • Seattle Daily Journal of Commerce, WA • Houston Community Newspapers,TX • Helena Independent Record, MT • Las Vegas Sun • Kennebec Journal, ME Socio-economic Outreach:To encourage participation of small businesses,minority owned businesses and women owned businesses, Historically Underutilized Businesses were notified of the Invitation to Bid. On Thursday July 21, 2022, bids were received from the following offerors: • Trane U.S. Inc. Trane U.S. Inc. was the lowest responsive, responsible, and qualified bidder based on the requirements issued in the IFB. The County Executive, who was granted authority on January 11, 2022 by the Racine County Commissioners, approved the contract award. The contract was executed on August 17, 2022 with an effective date of September 1, 2022. Contract includes HVAC Products, Installation, Labor Based Solutions, and Related Products and Services. Trane U.S. Inc.can provide products and services covering the following areas: • Operate, Maintain & Repair o Connectivity and Cloud Services o HVAC System Management o HVAC System Repair o Rental Solutions o Parts and Supplies • Energy&Sustainability o Energy conservation Measures o Energy Monitoring&Analysis o Active Energy Management o Financing& Energy Services Contracting • Design, Upgrade& Modernize o Upgrading Existing Equipment o Building Systems Design and Upgrades o HVAC System Retrofits o Indoor Air Quality(IAQ) • Building Systems and Technologies o Variable Refrigerant Flow(VRF)and Ductless Systems o Chillers o Packages Units and Split Systems Version July 14,2022 o Air Handlers,Terminal Devices,Vav and Fan Coils o Variable Frequency Drives(VFD) o Energy Storage o Precision Cooling • Building Management and Automation o Solutions for Large Buildings and Campuses o Small Building Solutions o Air-Fi® Wireless Communications o Lighting Solutions o Controls Solutions for Light Commercial Contractors • Design and Analysis Software Tools Term: • September 1,2022 to August 31,2027 with the option to renew for one(1)additional five(5)year period. The anticipated full term of the contract is ten (10) years. Trane U.S. Inc. has the right to enter local "service" agreements with Participating Public Agencies accessing the contract through OMNIA Partners, so long as the effective date of such agreement is prior to the expiration of the Contract. All local agreements may have a full potential term(any combination of initial and renewal periods)subject to the discretion of the Participating Public Agency. Any job orders, project agreements, or maintenance agreements executed against the Master Agreement during the effective term may survive beyond the expiration of the Master Agreement as established and agreed to by both parties. Pricing/Discount: • Bid Form Available Upon Request. Version July 14,2022 Purchasing 730 Wisconsin Avenue 1� Racine WI 53403 Racine County S C O N Duane.McKinney@racinecounty.com June 15, 2022 Dear Prospective Bidder: You are invited to submit a bid to provide HVAC Products, Installation, Labor Based Solutions, and Related Products and Services for Racine County and other municipal governments and local public agencies. A copy of this solicitation is available for download at: https://www.racinecounty.com/departments/finance/purchasing-rfps-and-bids. Submitted bids are due on or before 1:00 p.m. CST on Thursday July 21, 2022, you must submit electronically online using the DemandStar application at www.DemandStar.com. Late bids will not be accepted. Bids must be submitted electronically online using the DemandStar application at www.DemandStar.com. The terms 'Firms', 'Suppliers', 'Contractors', 'Offeror', 'Vendor', 'Respondent', and/or'Bidder' may be used interchangeably. General questions regarding this solicitation should be directed to Duane McKinney at (262) 636-3700 or via email at Duane.McKinney@racinecounty.com. Technical questions should be submitted via email to Duane McKinney, Purchasing Manager, at Duane.McKinney@racinecounty.com. No other Racine County employee or representative is authorized to provide information or interpret any portion of this solicitation. No contact from a vendor to any Racine County employee or elected official should be made during this process unless authorized by Racine County Finance Department.-Purchasing Division. If your firm chooses not to submit a response for this procurement, please complete Attachment E- No Bid Form. RACINE COUNTY RESERVES THE RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS; TO WAIVE ANY TECHNICALITY OR ERROR IN ANY BID OR PART THEREIN, AND TO ACCEPT THE SAME OR COMBINATIONS, IN WHOLE OR IN PART, WHICHEVER IS DEEMED TO BE IN THE BEST INTEREST OF RACINE COUNTY IN ITS SOLE AND EXCLUSIVE DISCRETION. Sincerely, Duane McKinney Racine County Purchasing Manager Encl: Bid Package INVITATION FOR BID IFB # RC2022-1001 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES I. PROJECT OVERVIEW Racine County is accepting bids for HVAC Products, Installation, Labor Based Solutions, and Related Products and Services. The Master Agreement will allow government agencies to purchase the products and services defined herein, in indefinite quantities on an as- needed basis. Participating Public Agencies may have different requirements and they may choose to sign supplemental agreements with the Awarded Bidder(s) to conform to their purchasing and contracting requirements. A. STEP-ONE For the first step of the bidding process, Bidders will submit their sealed bid with all requested information, to include Certification of Vendor, and Attachment C - Bid Form by the due date and time outlined in this IFB. After the due date and time, all Bids will be reviewed to determine if they are responsive, responsible, and meet the minimum requirements. Each Bidder determined to be responsive, responsible, and qualified shall be deemed to be a "Responsible Bidder". B. STEP-TWO For the second step of the bidding process, Racine County will distribute to each Responsible Bidder the Sample Project Forms, which have already been prepared and are actual (hypothetical) projects. When completing the Sample Project Form, Responsible Bidders are required to USE THE SAME LINE ITEM PRICING from Attachment C - Bid Form and apply them to the Sample Projects Forms to be supplied upon identification of a Responsible Bidder(s) in the first step; a reduction in price for the sample projects outlined in a Responsible Bidder's Sample Project Form will not be allowable. The final basis for award to the lowest responsible Bidder(s) will result from the lowest total dollar amount of the combined sample projects. II. INSTRUCTION TO BIDDERS A. SCHEDULE Issuance of Bid: Wednesday June 15, 2022 Virtual Only Non-Mandatory Pre-Bid Meeting: Wednesday June 29 at 10am (CST), 2022 Deadline for Bidder Questions: Wednesday June 29, 2022 by 5pm (CST) Addendum/Questions Answered for Solicitation: Wednesday July 6, 2022 Bid Due Date: Thursday July 21, 2022 by 1pm (CST) INVITATION FOR BID-IFB#RC2002-1001 Page 1 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- B. BIDDER'S QUESTIONS Bidders are reminded to carefully examine the bid packet and specifications upon receipt. If the Bidder does not fully understand the Invitation for Bid (IFB) or is in doubt as to the County's ideas or intentions concerning any portion of the IFB, any/all questions shall be submitted in writing to Duane McKinney, Purchasing Manager by 5:00 p.m. on Wednesday June 29, 2022, either by fax or e-mail for interpretation or correction of any printed material: Fax: 262-636-3763 E-mail: Duane.McKinney@racinecounty.com No verbal explanation or instructions will be given in regard to the meaning of the specifications during the response period. If necessary, in Racine County's sole discretion, answers to questions will be provided to all specification holders in the form of an addendum. Any addendum will include a list of each question received and Racine County's response as of the date of the addendum. C. ADDENDA Any changes made to the Invitation to Bid after posting will be issued via addenda to all prospective bidders and if necessary, an extension will be made to the Bid Due Date. The original Invitation to Bid and any addenda will be posted to the Racine County Website httos://www.racinecounty.com/departments/finance/purchasing-rfps-and-bids. Bidders are responsible for checking this website for any future addenda prior to the opening date. All addenda must be signed and returned with your submitted bid as specified in the addenda. Bidders who do not return the addenda may have their bids rejected. If a vendor receives a bid packet from any source or entity other than the Racine County Purchasing Department, the Bidder is responsible for contacting the Racine County Purchasing Department and requesting the firm's name be put on the response list for the project. Failure to do so in no way obligates the County to send out addendum or other information concerning this request to the firm. D. VIRTUAL ONLY NON-MANDATORY PRE-BID MEETING A non-mandatory (virtual only) pre-bid meeting will be held on Wednesday June 29, 2022 at 10am local time held by phone. Due to COVID, Bidders should register for the meeting by Tuesday June 28, 2022 with Duane via above email or (262) 636-3700, to obtain the dial in information. While non-mandatory, it is strongly encouraged for Bidders to attend the pre-bid meeting. Oral statements or discussions during the pre-bid meeting will not be binding. Any questions should be submitted in writing per item B. of this Section. Changes, if any, will only be made in writing via Addenda as described in item C. Addenda. The purpose of this meeting will be to clarify the contents of this IFB in order to prevent any misunderstandings of the IFB. Any doubt as to the requirements of this IFB or any apparent omission or discrepancy should be presented to Racine County at this INVITATION FOR BID-IFB#RC2002.1001 Page 2 of 119 HVAC PRODUCTS,INSTALLATION,LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- conference. Racine County will then determine the appropriate action necessary, if any, and may issue a written addendum to the IFB. Oral statements or instructions will not constitute an addendum to this IFB. No other Racine County employee or representative is authorized to provide information or interpret any portion of this solicitation. Contact to any Racine County employee or elected official regarding this IFB during this process is prohibited unless authorized by the Racine County Purchasing Manager. E. METHOD OF BID Bidders must submit their bids using the Bid Form documents attached to this IFB and incorporated herein as Attachment C and shall submit all other information and materials required by this IFB. Bids written in pencil or in a format other than the attached forms will be rejected. Erasures or corrections of mistakes on forms submitted shall be initialed or signed by Bidder. Failure to meet any requirements listed in this solicitation document may be cause for disqualification of the bid. Any information considered to be proprietary by a Bidder must be plainly marked as such and may not include pricing. Racine County makes no warranty or representation as to the application of the Wisconsin Public Records Law (Wis. Stat. § 19.31, et seq.)(the "WPRL") to any documents and information submitted in response to this IFB. Each copy of the response shall include the Certification of Vendor page and acknowledgement of addendum(s) if any. A legally authorized representative of the Bidder will sign the Certification of Vendor page. F. INCURRING COSTS Racine County shall not be liable for any costs incurred in replying to this IFB. G. ADDITIONAL DATA WITH BID Bidders may include any additional information deemed advantageous to Racine County. Consideration of additional data and information is to be held optional to Racine County however if an award is made, it will be awarded as outlined in Section D Award under Part V. Award Information. H. DUE DATE You must submit electronically online using the DemandStar application at www.DemandStar.com of your bid is to be received by 1:00 p.m. (CST) Thursday July 21, 2022, in the offices of the Racine County Purchasing Division. Bids received after 1:00 p.m. central time as dictated by www.time.gov shall be considered late and will not be accepted. Late bids will not be accepted. Faxes will not be accepted. Any Bid received by the County after this date and time will not be accepted. Bidders are responsible for ensuring that the above office receives its Bid before the deadline. All Bids will be reviewed and evaluated as described in Part V. Award Information INVITATION FOR BID-IFB#RC2002-1001 Page 3 of 119 HVAC PRODUCTS,INSTALLATION,LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- I. WITHDRAWAL OF BIDS Bids may be withdrawn on written or electronic request received from Bidder prior to time and date fixed for bid opening if the bid contains a mistake, omission, or error. Subject to Wis. Stat. § 66.0901(5), negligence on the part of the Bidder in preparing their bid confers no right for withdrawal of the bid after it has been opened. Bids that are withdrawn prior to the time and date set for bid opening with be returned unopened and the Bidder may not re-submit a bid to this solicitation unless no contract is awarded under this IFB and the IFB is re-advertised. J. AMENDMENTS TO BIDS Subject and pursuant to Wis. Stat. § 66.0901(5), each Bidder will be allowed a period of forty-eight (48) hours after the time and date set for receipt of responses to notify the County in writing of a material mistake in the bid. However, no changes to the line item prices in Bid Form, included as part of this bid, are permitted after sealed bids are accepted by the due date and time outlined in this IFB. Failure of Bidder to notify the County in the manner and within the time limit specified above will constitute a waiver by the Bidder of all rights and remedies relative to a material mistake. Formal bid amendments thereto or requests for withdrawal of bid received by Racine County after time specified for opening will not be considered. K. BIDS BINDING 90 DAYS Unless otherwise specified, all formal responses submitted shall be binding for ninety (90) calendar days following the bid opening date. II. TERMS AND CONDITIONS A. GENERAL TERMS AND CONDITIONS The successful Bidder(s) (the "Contractor") agrees to all of Racine County's General Terms and Conditions located at https://racinecounty.com/home/showdocument?id=11726 and incorporated by reference herein. B. INSURANCE 1. Requirement Contractor shall procure and maintain in full force and effect for the duration of this Agreement, insurance protecting against claims for injuries to persons or damages to property which may arise from or in connection with performance of the work hereunder by the Contractor, his agents, representatives, employees, or subcontractors. 2. Minimum Limits of Insurance Each vendor shall obtain insurance at the following minimum limits: • General Liability INVITATION FOR BID-IFB#RC2002-1001 Page 4of119 HVAC PRODUCTS,INSTALLATION,LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- o $1,000,000 each occurrence o $1,000,000 personal and advertising injury o $2,000,000 general aggregate o $2,000,000 products and completed operations aggregate • Umbrella Liability Insurance on a following form basis o $4,000,000 each occurrence o $4,000,000 aggregate o Any combination of underlying coverage and umbrella equaling $5,000,000 shall be acceptable. • Workers Compensation Statutory Limits plus: o $100,000 E.L. Each Accident o $100,000 E.L. Disease Each Employee o $500,000 E.L. Disease Policy Limit The following applies to all policies: • The county is named as an additional insured on the general liability, automobile, and umbrella policies. • All insurance must be placed with an insurance company with a minimum AM Best Rating of A- VII • The insurers shall agree under each required policy of insurance to waive all rights of subrogation against the insured parties for losses arising from work performed by the Contractor for Racine County. The making of progress payments to the Contractor shall not be construed as relieving the Contractor or its subcontractors or insurance carriers providing the coverage described herein for responsibility for loss or direct physical loss, damage or destruction occurring prior to final acceptance of the Work. 3. Deductibles and Self-Insured Retention Any deductibles or self-insurance retentions must be declared to and approved by Racine County so that the County may ensure the financial solvency of the Contractor. At the option of the County, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the County, its officers, officials, and employees; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Contractor shall pay all deductibles and be liable for all claims, losses and damages for which it self-insures. 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability, Automobile Liability, and Umbrella/Excess Insurance a. Additional Insured Requirement. Racine County, its elected and appointed officials, officers, boards, commissions, officers, employees, representatives, servants, volunteers and agents (hereinafter referred to as"Insured Party" or "Insured Parties") are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor, premises owned, leased, or used by the INVITATION FOR BID-IFB#RC2002-1001 Page 5 of 119 HVAC PRODUCTS,INSTALLATION,LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- Contractor; and automobiles owned, leased, hired, or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the Insured Parties. Nothing contained in this section shall be construed to require the Contractor to provide liability insurance coverage to the any Insured Party for claims asserted against such Insured Party for its sole negligence. b. Primary Insurance Requirement. The Contractor's insurance coverage shall be primary and noncontributing insurance as respects to any other insurance or self- insurance available to the Insured Parties. Any insurance or self-insurance maintained by the Insured Parties shall be in excess of the Contractor's insurance and shall not contribute with it. c. Reporting Requirement. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the Insured Parties. d. Separate Coverage. Coverage shall state that the Contractor's insurance shall apply separately to each Insured Party against whom claim is made or suit is brought. e. Defense Costs/Cross Liability. Coverage shall be provided on a "pay on behalf" basis, with defense costs payable in addition to policy limits. There shall be no cross liability exclusion. 5. Workers' Compensation and Employers Liability Coverage The Contractor shall have and maintain in full force and effect for the duration of this Agreement, insurance protecting against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the Work by the Contractor, its agents, representatives, employees or subcontractors. The insurer shall agree to waive all rights of subrogation against Racine County, and its officers, officials, employees and volunteers for losses arising from the work performed by the Contractor for Racine County. 6. Waiver of Subrogation The insurers shall agree under each policy of insurance required by this Contract to waive all rights of subrogation against the Insured Parties for losses arising from work performed by the Contractor for Racine County. 7. All Coverages 1. Notice Requirement. Each insurance policy required by this Contract shall be endorsed to state that coverage shall not be suspended, voided, canceled, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to Racine County Courthouse, Purchasing Department, 730 Wisconsin Avenue, Racine WI 53403. The County reserves the right to accept alternate notice terms and provisions provided they meet the minimum requirements under Wisconsin law. INVITATION FOR BID-IFB#RC2002-1001 Page 6 of 119 HVAC PRODUCTS,INSTALLATION, LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- 2. Acceptability. The insurance to be maintained by Contractor must be issued by a company licensed or approved to transact business in the State of Wisconsin. Such insurance shall be placed with insurers with a Best's Policyholder's Rating of"A" or better and with a financial rating of Class VII or greater, or be otherwise acceptable to Racine County. All policies shall be subject to approval by the Racine County Corporation Counsel as to form and content. 3. Failure of Insurers. The Contractor shall be responsible for any delay resulting from the failure of any insurer to furnish proof of coverage in the prescribed form. 8. Verification of Coverage Prior to execution of the contract, Contractor shall furnish Racine County with certificates of insurance and endorsements to the policies evidencing all coverages required by this Contract. Additionally, the declarations page for each insurance policy listed on the certificate of insurance shall be submitted to the County. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates shall reference the contract and provide for thirty (30) days advance notice of cancellation or non-renewal during the term of the contract. Racine County reserves the right to require complete, certified copies of all required insurance policies at any time. The contractor shall provide proof that any expiring coverage has been renewed or replaced prior to the expiration of the coverage. 9. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated in this Agreement, including, but not limited to, naming the Insured Parties as additional insureds. The Contractor shall not allow any subcontractor to commence work until the aforementioned requirements are met. C. USE OF PREMISES The Successful Bidder(s), also referred to as Contractor, shall confine their equipment, the storage of materials and the operations of their work persons to the limits of the work area or in accordance with the directions of the County, laws, ordinances and permits, and shall not unreasonably encumber the premises with their materials. All construction materials, shelter, vehicle parking and storage shall be confined to site. Locations of such storage shall be approved in advance by the County. The Contractor is responsible for any damage done to the building structure, existing hallways, doors etc., that is not part of the scope of work and was damaged during the construction period by the Contractor. INVITATION FOR BID-IFB N RC2002-1001 Page 7 of 119 HVAC PRODUCTS, INSTALLATION,LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- The County shall have the right to use or occupy the premises and use the whole or any part of the work area as is possible without interference with the work prior to its final acceptance. Such use is not to be taken as an acceptance by the County of the whole or any part of the work performed under this contract. The Contractor is responsible for obtaining any necessary licenses and permits, and for complying with any applicable Federal, State, and municipal laws, codes, and regulations in connection with the prosecution of the work without additional expense. The Contractor is similarly responsible for all damages to persons or property that occurs because of their fault or negligence. The Contractor shall take proper safety and health precautions to protect the work, the workers, the public, and the property of others. The Contractor is also responsible for all materials delivered and work performed until completion and acceptance of the entire construction work, except for any completed unit of construction previously accepted. D. LIEN WAIVERS If Contractor requires multiple payments, all requests will be only for work completed at date of application. Lien Waivers will be provided. All necessary lien waivers are required with each request for payment. Lien waivers for first pay request total may be submitted at time of second pay request only if approved by Owner. Accurate sequencing henceforth will be followed. Final lien waivers will be processed and ready for distribution to Owner prior to final payment being processed. All Lien waivers will contain the following language, clearly typed: "Except for retainage, if applicable, there are no outstanding Claims made against the Owner and/or its lenders and guarantors, or the Project, in connection with the work performed in the construction of the Project through the Period Date, except as set forth in Exhibit A attached hereto, if any, and no such claims set forth on Exhibit A have been included in the Application for Payment dated as of the Application Date." E. BONDS 1. PERFORMANCE & PAYMENT BONDS When required by the Participating Public Agency, the Contractor shall furnish a Performance Bond and Labor and Materials Payment Bond covering the faithful performance of the contract and the payment of all obligations arising there under and complying with the requirements of Wisconsin's law or the applicable state of the Participating Public Agency. Both bonds shall be in the amount of one hundred percent (100%) of the contract amount and shall name the Participating Public Agency as an oblige. Companies issuing bonds must be licensed to write bonds in the state of the Participating Public Agency. The Contractor shall pay premiums for required bonds. Obtaining of bonds by the Contractor shall be a condition precedent to effectuation of the Master Agreement between the Participating Public Agency and Contractor. If additional work is authorized, the amount of the bonds shall be increased to cover the value of the increased contract sum. INVITATION FOR BID-IFB#RC2002-1001 Page 8 of 119 HVAC PRODUCTS,INSTALLATION, LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- F. PERMITS, CODES AND ORDINANCES Contractor shall, at his own expense, obtain all necessary permits and licenses and comply with municipal and State laws, ordinances, and regulations. Should any change in the plan and scope of work be required to conform to law and/or ordinances, Contractor shall notify the County before submitting his quote. After entering a contract, the Contractor shall be held to complete all work necessary to meet the above local requirements without extra expense to the County. G. STANDARDS AND JOB SITE SAFETY Contractor shall perform all work in accordance with the best present-day practices and conform and test in accordance with the applicable sections of the latest revisions of the codes and standards listed in the scope of work. In the event of a conflict between the referenced codes, standards, scope of work and plans, the one establishing the most stringent requirement will be followed. Contractor shall be totally responsible for initiating, instituting, enforcing, maintaining, and supervising all safety precautions and job site safety programs in connection with the work. The Contractor shall take all reasonable precautions for the safety of all its employees and all other persons who may be on the job site. In that regard, Contractor shall comply with all applicable Federal, State, and local laws, ordinances, rules and regulations and order of any public authority having jurisdiction for the safety of persons or property or to protect them from damage, injury, or loss. Contractor shall erect and maintain as required by existing conditions and the progress of the work, all reasonable safeguards for safety and protection, including posting of danger signs and other warnings against hazard, promulgating safety regulations and notifying owners and users of adjacent utilities. County does require that Contractor comply, at a minimum, with the safety regulations of County as set out in the scope of work for this contract, to protect County's employees who may be on the job site. Enactment of safety precautions and regulations; placement and provision of safety material, barricades, etc.; and use or provision of all required safety equipment shall be the sole responsibility of the Contractor whose employees or subcontractors are exposed to the applicable hazard or whose work endangers surrounding persons, property, equipment, contractors, etc. H. INSPECTION/CLOSE OUT PROCEDURES All materials used and all work completed by the Contractor shall be always subject to the examination, observation, and approval of the County. At their discretion, the County shall have the authority to suspend work that does not comply with plans and scope of work and reject non-complying work and materials provided, however, that the failure of such inspector to reject non-complying work and material shall not constitute a waiver by the County of any rights of the County. For final acceptance, the County shall inspect the work included in the contract as soon as practical after notification by the Contractor that such work has, in their opinion, been completed and final cleanup has been performed. Should the inspection disclose any INVITATION FOR BID-IFB#RC2002-1001 Page 9 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- work, in whole or in part, as being unsatisfactory, the County will give the Contractor the necessary instructions for correction of the same, and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection provided the work has been satisfactorily completed. I. BIDDER SUPPLIED DOCUMENTATION AND MATERIALS; CONFIDENTIALITY All Bidder-supplied materials, including the Bidder's Bid, become the property of Racine County. Bidder acknowledges that Racine County is an "authority"for the purposes of the WPRL. Any information obtained by Racine County is considered public records and will be subject to disclosure under the WPRL, except for information falling within one of the exemptions therefrom. Racine County is required to and shall comply with the WPRL in relation to any records, documents and information related to its dealings and relationship with the Bidder. Nothing in the Master Agreement shall be deemed or construed as a limitation on Racine County's discretion relating to compliance with the WPRL or other applicable law. Notwithstanding the foregoing, if any of the material a Bidder provides is confidential or is a proprietary trade secret, Bidder may mark that material with a "Confidential" stamp. While Racine County will attempt to keep such information confidential, as an authority, it cannot guaranty that it will remain confidential. Racine County will endeavor to inform Bidders of a public records request to view or obtain such information. Any Bidder may contest such a request at its sole expense. Racine County assumes no responsibility for any liability whatsoever in relation to its compliance with the WPRL. J. AFFIRMATIVE ACTION; NON-DISCRIMINATION Racine County is committed to fulfilling its role as an Affirmative Action/Equal Opportunity Employer. We request your vigorous support of our Affirmative Action efforts. Our relationship with your agency is based upon your willingness to accept and comply with Executive Order 11246, as amended, and other federal laws requiring equal employment opportunity without regard to race, religion, color, national origin, sex, disability or veteran status. By signing the Certification of Vendor, you indicate your acceptance and compliance. In connection with the performance of work awarded under this IFB, the Contractor agrees not to discriminate against any employee or applicant for employment because of age, race, religion, color, handicap, sex, physical condition, developmental disability as defined in Wis. Stat. § 51.01(5)(a), sexual orientation as provided in Wis. Stat. § 111.36, national origin, or military service as provided in Wis. Stat. § 111.355(1). This provision shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor further agrees to take affirmative action to ensure equal employment opportunities. The Contractor agrees to post in conspicuous places, available for employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause (Wis. Stat. § 16.765 (2)). INVITATION FOR BID-IFB#RC2002-1001 Page 10 of 119 HVAC PRODUCTS, INSTALLATION,LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- K. NATIONAL CONTRACT Subject to its fiduciary and statutory obligations, Racine County, as the Principal Procurement Agency, defined in Attachment D - National Cooperative Contract to be Administered by OMNIA Partners, has partnered with OMNIA Partners, Public Sector ("OMNIA Partners") to make the resultant contract (also known as the"Master Agreement" in materials distributed by OMNIA Partners) from this solicitation available to other public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit ("Public Agencies"), through OMNIA Partners' cooperative purchasing program. Racine County is acting as the contracting agency for any other Public Agency that elects to utilize the resulting Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with OMNIA Partners (a "Participating Public Agency") and by using the Master Agreement, any such Participating Pubic Agency agrees that it is registered with OMNIA Partners, whether pursuant to the terms of a Master Intergovernmental Cooperative Purchasing Agreement, a form of which is attached hereto on Attachment D- National Cooperative Contract, or as otherwise agreed to. Attachment D - National Cooperative Contract contains additional information about OMNIA Partners and the cooperative purchasing agreement. OMNIA Partners is the largest and most experienced purchasing organization for public and private sector procurement. Through the economies of scale created by OMNIA Partners public sector subsidiaries and affiliates, National IPA and U.S. Communities, our participants now have access to more competitively solicited and publicly awarded cooperative agreements. The lead agency contracting process continues to be the foundation on which we are founded. OMNIA Partners is proud to offer more value and resources to state and local government, higher education, K-12 education and non- profits. OMNIA Partners provides shared services and supply chain optimization to government, education, and the private sector. With corporate, pricing and sales commitments from the Vendor, OMNIA Partners provides marketing and administrative support for the Contractor that directly promotes the Contractor's products and services to Participating Public Agencies though multiple channels, each designed to promote specific products and services to Public Agencies on a national basis. Participating Public Agencies benefit from pricing based on aggregate spend and the convenience of a contract that has already been advertised and publicly competed. The Contractor benefits from a contract that generally allows Participating Public Agencies to directly purchase goods and services without the Contractor's need to respond to additional competitive solicitations. As such, the Contractor must be able to accommodate a nationwide demand for services and to fulfill obligations as a nationwide Contractor and respond to the OMNIA Partners documents (Attachment D). While no minimum volume is guaranteed to the awarded Contractor(s), the estimated annual volume of HVAC Products, Installation, Labor Based Solutions, and Related Products and Services purchased under the Master Agreement through OMNIA Partners is approximately $500M. This projection is based on the current annual volumes among the Racine County and other Participating Public Agencies anticipated to utilize the resulting Master Agreement to be made available to them through OMNIA Partners, and INVITATION FOR BID-IFB#RC2002-1001 Page 11 of 119 HVAC PRODUCTS,INSTALLATION, LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- volume growth into other Public Agencies through a coordinated marketing approach between the awarded Bidder(s) and OMNIA Partners. The successful Bidder(s) will be required to sign Attachment D - National Cooperative Contract to be Administered by OMNIA Partners, Exhibit B - Administration Agreement. Contractors should have any reviews required to sign the document prior to submitting a response. Notwithstanding the foregoing, Racine County makes no representation or warranty concerning the use of the Master Agreement by any other Participating Public Agency. III. HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES The requirements identified in this section represent the products and services currently being used and are the basis for the resulting contract. The following specifications are minimum acceptable requirements. Bid specifications may not be revised without an official written addendum issued by the Purchasing Coordinator. A. DESCRIPTION OF WORK The expected outcome of this IFB is to enter into a contractual relationship with a business partner(s) who will provide a comprehensive selection of HVAC products and solutions, including complete turn-key services. Vendors are to provide a broad selection of HVAC EQUIPMENT, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES. The intent of this IFB is to provide Participating Public Agencies with products, services and turn-key solutions to meet their various needs. Therefore, the Vendors should have demonstrated experience in providing similar Products and Services as defined in this solicitation, including but not limited to: 1. HVAC Equipment and Products: This includes, but is not limited to, all commercial equipment such as chillers: air-cooled chillers, water-cooled chillers, compressor chillers, ancillary chiller water plant equipment and absorption liquid chillers; unitary systems that combine heating, cooling and fan sections: rooftop systems, split systems, self-contained systems and water source heat pumps; air handling systems: performance air handlers, blower coil air handlers, make-up air gas heating systems, air handler options and air cleaning options; terminal devices: unit heaters, unit ventilators, fan coil units, ventilation fans and variable air volume; ductless variable refrigerant volume units; dedicated outdoor air systems; replacement coils; automation equipment; parts and aftermarket products and any other HVAC products offered by Bidder. 2. Installation and Services: This includes, but is not limited to, any installation of new equipment, maintenance of existing systems, upgrading of existing infrastructure, turn-key services and any other installation and services offered by Bidder. 3. Related Products, Solutions, and Other Services: This includes, but is not limited to, new, and/or retrofitting older products and solutions, HVAC equipment controls, ancillary services, thermostats, sensors, energy programs, design and analysis tools, commissioning, building management and/or certifications, enterprise management, rental and lease services, financial services, training and/or educational services, municipal services, and any other INVITATION FOR BID-IFB#RC2002-1001 Page 12 of 119 HVAC PRODUCTS, INSTALLATION,LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- related products and services offered by Bidder. B. TERM The term of the Master Agreement will be for five (5) years following the contract award date with the option to review for one (1) additional five (5) year period. The anticipated full term of the contract is ten (10) years. The awarded Bidder(s) shall have the right to enter local "service" agreements with Participating Public Agencies accessing the contract through OMNIA Partners, so long as the effective date of such agreement is prior to the expiration of the Contract. All local agreements may have a full potential term (any combination of initial and renewal periods) subject to the discretion of the Participating Public Agency. Any job orders, project agreements, or maintenance agreements executed against the Master Agreement during the effective term may survive beyond the expiration of the Master Agreement as established and agreed to by both parties. Racine County may terminate the Master Agreement without penalty due to the non- appropriation of funds, or for cause or convenience in accordance with the procedures set forth in the Master Agreement. Participating Agencies commonly require a modification to a term of the Contract (e.g., governing law). The awarded Bidder and Participating Agencies may agree to modify terms on any specific purchase by a Participating Agency without being in conflict with the Contract. C. PRICING Labor rates should be based on regional and national rates. The Awarded Bidder may submit requests for labor rate increases on an annual basis, sixty (60) days prior to the anniversary contract date. Price increase requests are not automatic and must be approved by Racine County. The request for a change in the rate outside of the anniversary contract date shall include: (1) the cause for the adjustment and (2) the amount of the change requested with documentation to support the requested adjustment (i.e.: appropriate Bureau of Labor Statistics index). The pricing structure, or percent discount for product pricing should remain fixed for the term of the contract. The Awarded Bidder agrees to offer all future product and service introductions at similar pricing as that offered through this solicitation and contract. D. ALTERNATIVE COSTING METHOD If a project requires products and services that are not covered on the Bid Form or if a product or service is required that is more appropriate to be custom designed and manufactured to meet an individual project site's conditions and/or provided for a unique application or project, the Contractor may use the alternative costing method as follows: INVITATION FOR BID-IFB$RC2002-1001 Page 13 of 119 HVAC PRODUCTS,INSTALLATION, LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- The Contractor will be required to: Obtain three (3) written cost proposals from local providers: • Use the most advantageous cost proposals; • Apply the discount as submitted on the Response Form; and • All products and services falling under this category must be submitted in advance and approved by the Participating Public Agency prior to being included in any quote or proposal from the Contractor. E. PRICE LIST FOR ADDITIONAL PRODUCTS The intent is to enter into a Master Agreement for a complete line of HVAC products, installation, labor based solutions, and related products and services. Therefore, in addition to specific line items listed on the pricing schedules, Bidders are encouraged to provide Manufacturer's Price Lists for additional related products including green products as well as current catalogs and price lists. Bidders shall attach to the Bid Form one (1) copy of one (1) price list or retail price sheet, clearly marking the column to which the discount is applied for each item listed. Manufacturer's Price Lists shall be the currently published National Standard Manufacturer's Price Lists. The Bidder's Retail Price Sheets shall be the current Price Sheet at the time of bid submission. Bidders shall quote the percentage of discount from the Manufacturer's Price List or Retail Price Sheet cited above and shall furnish a copy of same with the bid submission. Discounts must be stated as a single percentage. FAILURE TO PROVIDE THE MANUFACTURER'S PRICE LIST OR RETAIL PRICE SHEET MAY BE CAUSE FOR REJECTION OF THE BID. When award is made, current catalogs and price lists provided by the Bidder shall become a part of the contract. The Bidder's name and address shall appear on all catalogs and price lists. Where the price list shows more than one (1) column of prices, Bidder shall clearly mark the column which represents its bid. If a fee or charge is to be made, it should be indicated on the Bid Form. F. SPECIAL OFFERS AND PROMOTIONS In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, Contractor may conduct sales promotions involving price reductions for a specified lesser period. Contractor may offer Participating Agencies competitive pricing which is lower than the not-to-exceed price set forth herein at any time during the Contract term and such lower pricing shall not be applied as a global price reduction under the Contract. IV. BID SUBMITTAL INSTRUCTIONS To adequately review bids uniformly and objectively, all bids should be submitted according to the format detailed below. The bid should be prepared simply and economically, providing straightforward and concise information as requested. Use of existing materials, brochures and other standard preprinted materials containing information responsive to the requests in the solicitation, if available, are encouraged as a method to reduce your response time. However, unnecessary elaborate brochures or other presentations beyond that required to present a complete and effective bid are not desired. Racine County reserves the right to reject any bid not properly formatted. INVITATION FOR BID-IFB#RC2002-1001 Page 14 01119 HVAC PRODUCTS,INSTALLATION, LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- A. CERTIFICATION OF VENDOR PAGE Place this page on top of the original and each copy of your complete bid. See page 23. B. TABLE OF CONTENTS Include clear identification of the material to be used. C. EXECUTIVE SUMMARY Limit to one or two pages. Briefly state the Bidder's understanding of the service to be provided and a positive commitment to perform the services as defined in the IFB. D. RESPONSIBLE BIDDER Failure of Bidder to provide the required information, may result in a determination that Bidder is a non-responsive bidder. If Bidder does not adequately demonstrate the minimum qualifications, as outlined throughout this section, Bidder may be deemed not qualified and responsible. Bidders must demonstrate that they have the resources and capability to provide the materials and services described herein. The following minimum criteria shall be met to be eligible for this contract: • Bidders shall demonstrate that they are financially stable; • Bidder shall have been in business providing similar service for at least the last three (3) years; • Bidders should have the capability of providing a combination of products, services, consulting, or other labor-based solutions to accommodate the range of products and services utilized by Participating Public Agencies; and • Bidders shall be properly licensed and incorporated to do business in the State of Wisconsin. Racine County reserves the right to make such additional investigations as it deems necessary to verify a Bidder submitting a bid is qualified and responsible to include investigating Bidder's past work with Racine County and Racine County employees. In addition to the pricing and certification information indicated under item D. Award under V. Award Information, Bidders will submit the following items with their bid: 1. Include a detailed response to Attachment D, Exhibit A, OMNIA Partners Response for National Cooperative contract, to show proof of organizational capacity, equipment, and technical competency. a. Racine County makes no representation or warranty concerning the use of the Master Agreement by any other Participating Public Agency. b. The lowest responsible Bidder(s) will be required to sign Attachment D, Exhibit B, OMNIA Partners Administration Agreement. c. If applicable, provide a sample of additional agreements that Participating Public Agencies may be asked to sign. 2. Provide proof of a positive balance sheet and profitable business operations for two (2) of the last three (3) years. 3. Provide business license and applicable information that Bidder can do business in the State of Wisconsin. List the states where other business or contractor licenses are held. 4. Proof of insurance. INVITATION FOR BID-IFB N RC2002-1001 Page 15 of 119 HVAC PRODUCTS, INSTALLATION,LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- 5. Describe Bidder's bonding capacity and capability of securing high dollar Performance Bonds. 6. A completed and signed W-9 Request for Taxpayer Identification Number and Certification form. 7. Furnish background of Bidder, including such information as size of the firm, legal status (corporation or partnership, etc.) lines of business, management and technical expertise, financial position, and years in business. Include any unique approaches or techniques developed and used by the firm. 8. Provide a minimum of three (3) comparable references of current work being performed. Information shall include name, phone number, fax number and email address of a person that may be contacted. Ideally, at least two (2) references will be with a government facility of similar size. Also include a brief description of the projects. Bidder's may use the Reference sheets enclosed in this IFB. 9. To further demonstrate similar experience and provide proof of performance: a. Include a detailed description of the Services Bidder can perform, including training, start-up and commissioning services, installation, maintenance, turn-key services, project approach to Indoor Environmental Quality (IEQ), repair services, rentals, leases, equipment upgrades, and any other services provided by the Bidder. • Identify the manufacturer products/brands the Bidder can service and support. • Stipulate the minimum work crew that will be made available at all times, ensuring timely and effective project completion. A project foreman, fluent in English, must be onsite during all construction activities and have authority to act on behalf of the Bidder. Each site work crew must have at least one journeyman assigned. • Describe how Bidder selects sub-contractors for service and/or installation and how Bidder ensures customer satisfaction related to the sub-contractors. • Describe Bidder's company's process for submitting a test and balance report for each piece of equipment installed, including items that will be covered in the test and balance report. • Describe Bidder's company's process for delivering a comprehensive commission plan at least two (2) weeks prior to start-up, including details of what will be covered in the plan. • Describe Bidder's company's scope of work for preventative maintenance work. • Describe and define all scenarios in which additional charges would apply outside of routine preventive maintenance. • Describe Bidder's methodologies for assisting Participating Public Agencies with recommendations on repairs and upgrades from defining the repair/upgrade through the completion of work. • Describe Bidder's firm's process for notifying a Participating Public Agency when personnel are going to be in a facility, arrival and departure time and the work performed. How does Bidder handle requirements for sign-off of work prior to leaving a facility? b. Describe Bidder's ability to provide temporary cooling/chiller units. c. Describe in detail the depth of product and services Bidder provides and any related products or services being offered. Include: INVITATION FOR BID-IFB#RC2002.1001 Page 16 of 119 HVAC PRODUCTS, INSTALLATION,LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- • A description of the Products, including all related components and parts to be provided by the major product category. • A catalog or brochure type information as applicable. • A matrix breaking out product information on all products, options, accessories such as product type, capacity range, standard warranty information, extended warranty information, estimated lead time/delivery time, etc. • All necessary technical information relating to operation of equipment and systems, along with list of spare parts recommended by manufacturers with part numbers needed to maintain and efficiently run the systems and equipment. d. Describe Bidder's record keeping and processing system for work performed. Include: • Bidder's ability to provide online access to records. • State any options for expediting delivery of product. • State backorder policy. Does Bidder fill or kill order and require Participating Public Agency to reorder if item is backordered? • State restocking procedures for returning products, if applicable. • Describe any special programs offered that will improve customers' ability to access Products and Services, on-time delivery, or other innovative strategies. • Describe the capacity of Bidder to broaden the scope of the contract and keep the product and service offerings current and ensure the latest products, standards and technology for HVAC Products, Installation, Labor Based Solutions, and Related Products and Services. • Describe your Bidder's safety policy and/or program, including how the policy is communicated to employees, whether the employees are evaluated on safety, and if any employees are dedicated to safety. • Describe Bidder's quality control processes. • Describe Bidder's problem escalation process. • Describe how customer complaints are measured and categorized. What processes are in place to know that a problem has been resolved? • Describe Bidder's post-installation support and warranty specifics. Include both product and installation warranty information. • Describe the process for replacement or repair of defective products and warranty related issues. • Describe how Bidder evaluates and determines unit repair versus unit replacement. • Identify all other companies that may be involved in processing, handling, shipping, products and/or services. • Provide the number, size and location of Bidder's distribution facilities, warehouses, and retail network as applicable. • Provide order information to include available ordering methods and available payment terms. • Provide the number and location of support centers (if applicable). INVITATION FOR BID-IFB k RC2002-1001 Page 17 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- • Describe Bidder's customer service department staffing levels, hours of operation and other relevant details. • Describe the process for ordering when supply of a unit and installation is involved, specifically addressing whether one purchase order is required for the entire project, or if separate purchase orders are required for ordering the product and securing installation services. • Describe Bidder's internal management system for processing orders from point of customer contact through delivery and billing. Please state if Bidder uses single system or platform for all phases of ordering, processing, delivery, and billing. • Describe the capacity of Bidder to provide management reports, i.e., commodity histories, procurement card histories, green spend, etc. for each Participating Public Agency. E. BID FORM CRITERIA All pricing submitted using the Bid Form (Attachment C) or a document using the same requested information in the same format. The Bid form shall be inclusive of all fees and service/shipping charges. All prices are FOB destination. Additional pages and pricing information may be included. Bidder shall also be responsible for compliance with any federal, state, or local prevailing wage laws. Price/Discounts should remain firm and will include all charges that may be incurred in fulfilling requirements. Invoices may be audited on a random basis along with the necessary supporting documentation. Billing errors will be promptly adjusted. As part of the bid, Bidders shall provide the following: • Details of any proposed additional discounts for volume orders, special offers, minimum order quantity, free goods program, total annual spend. • Comprehensive Product Offering Bidder(s) awarded under this IFB may offer their complete product and service offering/balance of line. Pricing for complete product offering/balance of line items will be determined by a percentage discount from a price list or catalog, or fixed price, or a combination of both with indefinite quantities. Prices listed will be used to establish the extent of a Bidder's product lines, services, warranties, etc. that are available from Bidder and the pricing per item. Multiple percentage discounts are acceptable if, where different percentage discounts apply, the different percentages are specified. Additional pricing and/or discounts may be included. Products and services proposed are to be priced separately with all ineligible items identified. Bidders may elect to limit their bids to any category or categories. Where the price list shows more than one column of prices, Bidder shall clearly mark the column which represents the discounted pricing to Participating Public Agencies. • Federal Funding Pricing Due to products and services potentially being used in bid to an emergency or disaster recovery situation in which federal funding may used, if not already INVITATION FOR BID-IFB#RC2002-1001 Page 18 of 119 HVAC PRODUCTS,INSTALLATION,LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES. incorporated as part of the bid, provide alternative pricing that does not include cost plus a percentage of cost or pricing based on time and materials; if time and materials is necessary, a ceiling price that the contract exceeds at its own risk will be needed. Products and services provided in a situation where an agency is eligible for federal funding, Bidder is subject to and must comply with all federal requirements applicable to the funding including, but not limited to the FEMA Special Conditions section located in the Federal Funds Certifications Exhibit. V. AWARD INFORMATION A. COMPLIANCE WITH IFB Bids submitted must be in strict compliance with the terms of the solicitation. Failure to comply with all provisions of the IFB may result in disqualification. B. CONDITIONS OF AWARD All Bidders, by submission of their respective bids, agree to abide by the rules, regulations, procedures, and decisions of Racine County. C. QUALIFYING BIDDERS Failure of Bidder to provide the required information, may result in a determination that Bidder is a non-responsive Bidder. If Bidder does not adequately demonstrate the necessary qualifications, as outlined throughout Section IV. Bid Submittal Instructions, and submit the information indicated under item D. Responsible Bidder, Bidder may be deemed not qualified and/or responsible. Racine County reserves the right to make such additional investigations as it deems necessary to verify a Bidder may be deemed not qualified and/or responsible. Racine County reserves the right to make such additional investigations as it deems necessary to verify a Bidder submitting a bid is qualified and responsible to include investigating Bidder's past work with Racine County and Racine County employees. D. AWARD Utilizing the two-step process set forth herein, it is the intent of the County to award the Contract to the lowest responsive responsible Bidder provided the bid has been submitted in accordance with the requirements of the Contract Documents, the Bidder is adequately qualified, and the bid does not exceed the funds available. Racine County reserves the right to make an award as deemed in its best interest, which may include awarding to a single bidder or multiple bidders; or to award the whole bid, only part of the bid, or none of the bid to single or multiple bidders, based on its sole discretion of its best interest, together with compliance with applicable law. Intent to award will not be made and a contract will not be executed until Racine County, at its sole discretion, accepts a bid. RACINE COUNTY RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE ANY TECHNICALITY OR ERROR IN ANY BID OR PART THEREIN, AND TO ACCEPT THE SAME OR COMBINATIONS, IN WHOLE OR IN PART, WHICHEVER IS DEEMED TO BE IN THE BEST INTEREST OF RACINE COUNTY IN ITS SOLE AND EXCLUSIVE DISCRETION. While not all inclusive, the following items may be used when determining if a Bidder is considered responsive and responsible: work schedule, INVITATION FOR BID-IFB#RC2002-1001 Page 19 of 119 HVAC PRODUCTS,INSTALLATION, LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- technical competency, ability to render satisfactory service, past performance, reputation for providing a quality product, timely delivery of products and/or services, financial ability, bonding, experience in performance of similar work, references, equipment, and capacity. For the first step of the bidding process, Bidders will submit their sealed bids with all requested information, to include Certification of Vendor and Attachment C — Bid Form, by the due date and time outlined in this IFB. After the due date and time, all Bidders will be evaluated to determine if they are responsive, responsible, and qualified. Each Bidder determined to be responsive, responsible, and qualified shall be determined to be a "Responsible Bidder." As part of the first step of the bidding process, Racine County may seek additional information or clarification from one or more of the Bidders. If Bidder does not adequately demonstrate the necessary minimum qualifications, Bidder may be deemed not qualified and/or responsible. Racine County reserves the right to make such additional investigations as it deems necessary to verify a Bidder submitting a bid is qualified and responsible to include investigating Bidder's past work with Racine County and Racine County employees. Award may be made without discussion with Bidder, therefore, Bidders are cautioned that Bidders should be submitted initially on the most favorable terms. For the second step of the bidding process, Racine County will distribute to each Responsible Bidder a Sample Project Form to determine which Responsible Bidder(s) constitute the lowest responsible bidder(s) when the bid responses are applied to actual (hypothetical) projects. As indicated in Section I. Project Overview, when responding to the Sample Project Form, Responsible Bidders are required to USE THE SAME LINE ITEM PRICING from Attachment C — Bid Form and apply them to the Sample Projects Form (to be supplied to Responsible Bidders as part of Step-One); a reduction in price for the sample projects outlined in a Responsible Bidder's Sample Project Form will not be allowable. The final basis for award and lowest responsible Bidder(s) will result from the lowest total dollar amount of the combined sample projects. E. TIE BIDS If two (2) or more Bidders submit identical bids, the decision of the County to make award to one or more of such Bidders shall be final. F. NOTICE OF ACCEPTANCE Racine County will notify the lowest responsible and responsive Bidder(s) as soon as practical of the selection. Written notice of award to Bidder(s) in the form of a letter, contract or otherwise, mailed or delivered to the address shown on the Certification of Vendor page will be considered sufficient notice of acceptance of bid. INVITATION FOR BID-IFB#RC2002-1001 Page 20 of 119 HVAC PRODUCTS, INSTALLATION,LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- REFERENCES HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES List three (3) references for construction services to that requested in this IFB. 1. Company: Address: Contact Person: Phone: Email address: Description of project: 2. Company: Address: Contact Person: Phone: Email address: Description of project: 3. Company: Address: Contact Person: Phone: Email address: Description of project: INVITATION FOR BID-IFB#RC2002-1001 Page 21 of 119 HVAC PRODUCTS,INSTALLATION,LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- CERTIFICATION OF VENDOR HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES The undersigned, submitting this Bid, hereby agrees with all the terms, conditions, and specifications required by the County in this IFB and declares that the attached Bid is in conformity therewith. The undersigned attests to the following: • I have reviewed in detail the IFB and all related attachments and information provided by Racine County before submitting this Bid. • I have full authority to make such statements and to submit this Bid as the duly recognized representative of the Bidder. SIGNATURE: PRINT NAME: TITLE: COMPANY: ADDRESS: CITY, STATE, ZIP: TELEPHONE: FAX: E-MAIL: DATE: INVITATION FOR BID-IFB#RC2002-1001 Page 22 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- Attachment A Community Development Block Grant Addendum Purchases made under this contract may be partially or fully funded with federal grant funds. Funding for this work may include Federal Funding sources, including Community Development Block Grant (CDBG) funds from the U.S. Department of Housing and Urban Development. When such funding is provided, Contractor shall comply with all terms, conditions and requirements enumerated by the grant funding source, as well as requirements of the State statutes for which the contract is utilized, whichever is the more restrictive requirement. When using Federal Funding, Contractor shall comply with all wage and latest reporting provisions of the Federal Davis-Bacon Act. HUD-4010 Labor Provisions also applies to this contract. INVITATION FOR BID-IFB N RC2002-1001 Page 23 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES. Attachment B Federal Grant Funding Addendum For more information on Federal Grant Funding for ESSER and GEER, please click on the following link: httos://www.hcos.org/departments/docs/BusinessServices/Purchasing/FAQs ESSER GEER.pdf for Frequently Asked Questions on Elementary and Secondary School Emergency Relief(ESSER) Programs Governor's Emergency Education Relief(GEER) Programs (U.S. Department of Education Washington, D.C. 20202, May 2021). For more information on Federal Grant Funding for HEERF, please click on the following link: httos://www2.ed.gov/about/offices/list/ope/arpfaq.pdf for Higher Education Emergency Relief(HEERF) Fund Ill Frequently Asked Questions (American Rescue Plan Act of 2021 Published May 11, 2021, updated May 24, 2021). INVITATION FOR BID-IFB#RC2002-1001 Page 24 of 119 HVAC PRODUCTS,INSTALLATION, LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- Attachment C Bid Form (To be submitted in a sealed envelope or box as indicated) Bid Form documents are provided. A discount percentage or structure must be clearly delineated. The Bid form shall be inclusive of all fees and service/shipping charges. All prices are FOB destination. Additional pages and pricing information may be included. 1. Definitions Labor Wage Classification Definitions -definitions as used herein for establishing labor rates. Participating Public Agencies may choose to establish alternative definitions. LABOR WAGE CLASSIFICATION DEFINITIONS Architect Professional licensed designer providing Architectural drawings. Asbestos Worker Worker who removes and disposes of asbestos materials. Worker who assembles boilers, tanks, vats and pressure vessels. The Boilermaker duties of the boilermaker include welding, acetylene burning, riveting, caulking, rigging, fitting up, grounding, reaming and impact machine operating. Worker who builds wood structures or structures of any material which Carpenter has replaced wood. Includes rough and finish carpentry, hardware and trim. Carpet/Floor Installer Worker who installs carpet and/or floor coverings and vinyl tile. Commissioning Agent Agent who ensures proper installation and operation of technical building systems. Concrete Finisher Worker who floats, trowels, and finishes concrete. Data Communications/ Worker who installs data/telephone and television cable and associated Telecommunications Installer equipment and accessories. Delivery Personnel Worker who can deliver materials to other HVAC personnel as well as work as a second man on jobs if necessary. Drafting Worker who provides detail engineering drawings utilizing CADD type documents. Drywall/Ceiling Installer Worker who installs metal framed walls and ceilings, drywall coverings, ceiling grids and ceilings. Worker who cleans air conveyance systems using compressed air tools Duct Cleaner and mechanical agitation devices to dislodge dirt and other contaminants from the ductwork and other HVAC components. 1111 Electrician Skilled craftsperson who installs or repairs electrical wiring and devices. Includes fire alarm systems and HVAC electrical controls. LABOR WAGE CLASSIFICATION DEFINITIONS (continued) INVITATION FOR BID-IFB M RC2002-1001 Page 25 of 119 HVAC PRODUCTS,INSTALLATION,LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- Elevator Mechanic Craftsperson skilled in the installation and maintenance of elevators. Professional licensed engineer. An Engineering Designer is not a requirement of this solicitation but may be beneficial for Participating Engineering Designer Public Agencies to utilize should they choose. In such case, an Engineering Design may lay out HVAC, plumbing, electrical, structural, or civil systems. Fire Proofing Installer • Worker who sprays or applies fire proofing materials. Geothermal Well Field Labor Worker who lays coiled pipe and tests and connects to HVAC equipment in earthen trench. Glazier Worker who installs glass, glazing and glass framing. Equipment operator that operates the following, including but not limited Heavy Equipment Operator to, all Cat tractors, all derrick-powered, all power operated cranes, back- hoe, back filler, power operated shovel, winch truck, all trenching machines. HVAC Building Automation Worker who can work on low temperature refrigeration equipment as well Technician as small commercial equipment under 60 tons. HVAC Commercial NC Worker who can work on large commercial up to 3000 tons. Technician HVAC Light Commercial Worker who can work on small commercial up to 25 tons. HVAC Duct Installer Worker who installs ductwork.Assists with some equipment installation. HVAC Field Supervisor Worker who monitors quality as well as provide technical support to all other HVAC technician skill levels. Worker who changes filters in all types of HVAC equipment as well as HVAC Filter Technician minor maintenance on light commercial equipment such as changing worn belts. HVAC Helper Worker who can assist a commercial or refrigeration technician as well as perform minor analysis and repairs on equipment under 30 tons. HVAC Refrigeration Worker who can work on low temperature refrigeration equipment as well Technician as small commercial equipment under 60 tons. Insulator Worker who applies, sprays or installs insulation. Iron Worker Skilled craftsperson who erects structural steel framing and installs structural concrete rebar. Laborer/Helper Worker qualified for only unskilled or semi-skilled work, including but not limited to, lifting, carrying materials and tools, hauling, digging, clean-up. Lather/Plasterer Worker who installs metal framing and lath. Worker who applies plaster to lathing & installs associated accessories Includes, but is not limited to, operation of air compressors, truck crane Light Equipment Operator driver, flex plane, building elevator, form grader, concrete mixer (less than 14cf), conveyer. Mason, Bricklayer Craftsperson who works with masonry products, stone, brick, block, or any material substituting for those materials and accessories. LABOR WAGE CLASSIFICATION DEFINITIONS (continued) INVITATION FOR BID-IFB#RC2002-1001 Page 26 of 119 HVAC PRODUCTS, INSTALLATION,LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- Metal Building Assembler Worker who assembles pre-made metal buildings. Millwright Mechanic specializing in the installation of heavy machinery, conveyance, wrenches, dock levelers, hydraulic lifts and align pumps. Painter/Wall Covering Worker who prepares wall surfaces&applies paint and/or wall covering, Installer tape and bedding. Trained worker who installs piping systems, chilled water piping and hot Pipefitter water(boiler) piping, pneumatic tubing controls, chillers, boilers and associated mechanical equipment. Skilled craftsperson who installs domestic hot&cold-water piping, waste Plumber piping, storm system piping, water closets, sinks, urinals, and related work. A Project Engineer is not a requirement but may be beneficial for Participating Public Agencies to utilize should they choose. In such case, Project Engineer a Project Engineer may monitor engineering documents as well as provide technical support regarding the engineering plans and specifications as designed by the Professional Engineer.Worker may be responsible for maintaining project status and reports. Worker who monitors quality as well as provide technical support to all Project Manager other HVAC technician skill levels and is responsible for maintaining project status and reports. Worker who provides administrative support to all technician skill levels Project Administrator and is responsible for all administrative functions of the project such as billings, contracts, work orders, legal requirements, purchase orders, sales tax certificates as well as proper record keeping. Roofer Worker who installs roofing materials, Bitumen (asphalt and coal tar)felts, Flashings, all types roofing membranes &associated products. Sheet Metal Worker Worker who installs sheet metal products. Roof metal, flashings and curbs, ductwork, mechanical equipment and associated metals. Sprinkler Fitter Worker who installs fire sprinkler systems and fire protection equipment. Terrazzo Worker Craftsperson who places and finishes Terrazzo. Tile Setter Worker who prepares wall and/or floor surfaces& applies ceramic tiles to these surfaces. Worker who applies water proofing material to buildings. Products include Water Proofer/Caulker sealant, caulk, sheet membrane, liquid membranes, sprayed, rolled, or brushed. Certified technician per AABC or NEBB standards trained to perform Test and Balance Technician water and air balance. Also provides sound and vibration testing and preparing of certified reports. Infrared Technician Worker who utilizes infrared photography to determine location of thermal heat losses. INVITATION FOR BID-IFB#RC2002-1001 Page 27 of 119 HVAC PRODUCTS,INSTALLATION,LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- LABOR WAGE CLASSIFICATION DEFINITIONS (continued) Certified technician who is trained to evaluate analytical test results on Water Treatment Technician boiler system water, condenser water, and chill water samples and to make appropriate recommendations regarding residual levels, cycles, and feed rates. INVITATION FOR BID-IFB k RC2002-1001 Page 28 of 119 HVAC PRODUCTS, INSTALLATION,LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- BID FORM SECTION A 'roduct Pri i Bidder shall include all product pricing using this format as pricing utilized on this form should be consistent with the individual pricing scenarios that are to be distributed to responsive, responsible, and qualified Bidders. Use additional space as necessary. MFG Part % Discount off Product Name Product Description List Price Net Price No. List Price INVITATION FOR BID-IFB N RC2002-1001 Page 29 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- BID FORM (CONT'D) SE • � : Labor Rates Normal business hours are defined as: Overtime hours are defined as: Holiday hours are defined as: For all applicable Labor Classifications, using the below format,Bidder shall provide labor rates by geographic areas,regions,zones or other means for pricing nationally as sample projects included in Step-Two will be diverse project types including projects from different states and regions outside of Racine County and Wisconsin. Participating Public Agencies may have differing needs and requirements depending on the scope of their project(s); Participating Public Agencies may determine the appropriate Labor Classifications at their discretion. If Bidder is unable to provide one or more of the Labor Classifications below(either as part of their primary staff or as a subcontractor),Bidder should notate that in their response. Pricing utilized on this form will need to be consistent with the individual pricing scenarios provided to responsible,responsive,and qualified Bidders. Hourly Rate Normal Item Labor Classification Business Overtime Holiday Hours 1 Architect 2 Asbestos worker 3 Boilermaker 4 Concrete finishers 5 Delivery personnel 6 Drafting 7 Drywall and ceiling installers 8 Electricians 9 Engineering design 10 Geothermal well field labor 11 Heavy equipment operators 12 HVAC commercial A/C technician 13 HVAC light commercial 14 HVAC helper 15 HVAC field supervisor INVITATION FOR BID•IFB#RC2002-1001 Page 30 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS, AND RELATED PRODUCTS AND SERVICES- BID FORM (CONT'D) SECTION B Labor Rates (Cont'd) Hourly Rate Normal Item Labor Classification Business Hours Overtime Holiday 16 HVAC refrigeration technician 17 HVAC duct installer 18 HVAC filter technician 19 HVAC building automation technician 20 Infrared technician 21 Insulators 22 Laborers 23 Light equipment operators 24 Metal building assembler 25 Millwrights 26 Operating engineer 27 Painters, wall covering installers 28 Pipefitters 29 Plasterers 30 Plumbers 31 Project manager 32 Project administrator 33 Project engineering 34 Roofers 35 Sheet metal workers 36 Test and balance technician 37 Tile setters 38 Water Proofers,caulkers 39 Water treatment technician Use additional space as necessary to add any additional labor categories. INVITATION FOR BID-IFB#RC2002-1001 Page 31 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- BID FORM (CONT' )) SECTION C Additional Costs 41r- INSTRUCTIONS: Bidder shall utilize net product prices and labor rates listed in Sections A and B of this Bid Form to determine cost for installation of new equipment,maintenance of existing systems,upgrading of existing infrastructures, turn-key services and any other installation and services offered. If there are other elements that should also be taken into consideration, Bidder shall list these elements below and any associated pricing. Pricing utilized on this form will need to be consistent with the individual pricing scenarios provided to responsible, responsive,and qualified Bidders. Any Additional Pricing Elements for Installation,Maintenance, Cost Upgrades and Turn-Key Services List any other elements to be taken into consideration for installation, maintenance, upgrades and turn-key services INVITATION FOR BID-IFB#RC2002-1001 Page 32 of 119 HVAC PRODUCTS, INSTALLATION,LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- BID FORM (CONT'D) SECTION D Additional Costs' Use the below space to provide pricing for any related products and services your company wishes to be considered. Pricing utilized on this form will need to be consistent with the individual pricing scenarios provided to responsible,responsive,and qualified Bidders. Product or Service Cost Use additional space as necessary INVITATION FOR BID-IFB#RC2002-1001 Page 33 of 119 HVAC PRODUCTS, INSTALLATION, LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- BID FORM (CONT'D) SECTION E ! ' � �'.I ' • • t Insert additional lines as necessary. Pricing utilized on this form will need to be consistent with the individual pricing scenarios provided to responsible,responsive,and qualified Bidders. ADDITIONAL DISCOUNTS/INCENTIVES COST Additional Discounts for volume(i.e., price breaks for multiple products/services,etc.) Any additional pricing incentives,discounts,or rebates such as for large volume purchases and services,total spend,etc. Any additional pricing discounts for the purchase of products and services for groups of Participating Public Agencies in a local geographic area that desire to combine requirements,i.e.,local city,county,school district,housing authority,transit authority,etc. INVITATION FOR BID-IFB#RC2002-1001 Page 34 of 119 HVAC PRODUCTS, INSTALLATION,LABOR BASED SOLUTIONS,AND RELATED PRODUCTS AND SERVICES- ATTACHMENT D OMNIA® PARTNERS Requirements for National Cooperative Contract To Be Administered by OMNIA Partners The following documents are used in reviewing and administering national cooperative contracts and are included for Supplier's review and bid. Exhibit A - Response for National Cooperative Contract Exhibit B - Administration Agreement, Example Exhibit C - Master Intergovernmental Cooperative Purchasing Agreement, Example Exhibit D - Principal Procurement Agency Certificate, Example Exhibit E - Contract Sales Reporting Template Exhibit F- Federal Funds Certifications Exhibit G - New Jersey Business Compliance Exhibit H - Advertising Compliance Requirement Version Apri 12,2022 Exhibit A Response for National Cooperative Contract 1.0 Scope of National Cooperative Contract Capitalized terms not otherwise defined herein shall have the meanings given to them in the Master Agreement or in the Administration Agreement between Vendor (sometimes referred to as `Supplier') and OMNIA Partners. 1.1 Requirement Racine County, Wisconsin (hereinafter defined and referred to as "Principal Procurement Agency"), on behalf of itself and the National Intergovernmental Purchasing Alliance Company,a Delaware corporation d/b/a OMNIA Partners,Public Sector ("OMNIA Partners"), is requesting bids for HVAC Products, Installation, Labor Based Solutions,and Related Products and Services.The intent of this Invitation for Bid is any contract between Principal Procurement Agency and Vendor resulting from this Invitation for Bid ("Master Agreement") be made available to other public agencies nationally, including state and local governmental entities,public and private primary,secondary and higher education entities, non-profit entities, and agencies for the public benefit ("Public Agencies"), through OMNIA Partners' cooperative purchasing program. The Principal Procurement Agency has executed a Principal Procurement Agency Certificate with OMNIA Partners, an example of which is included as Exhibit D, and has agreed to pursue the Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with OMNIA Partners as a Participating Public Agency in OMNIA Partners' cooperative purchasing program. Registration with OMNIA Partners as a Participating Public Agency is accomplished by Public Agencies entering into a Master Intergovernmental Cooperative Purchasing Agreement,an example of which is attached as Exhibit C,and by using the Master Agreement,any such Participating Public Agency agrees that it is registered with OMNIA Partners, whether pursuant to the terms of the Master Intergovernmental Purchasing Cooperative Agreement or as otherwise agreed to. The terms and pricing established in the resulting Master Agreement between the Vendor and the Principal Procurement Agency will be the same as that available to Participating Public Agencies through OMNIA Partners. All transactions, purchase orders, invoices, payments etc., will occur directly between the Vendor and each Participating Public Agency individually, and neither OMNIA Partners, any Principal Procurement Agency nor any Participating Public Agency, including their respective agents, directors, employees or representatives, shall be liable to Vendor for any acts, liabilities, damages, etc., incurred by any other Participating Public Agency. Vendor is responsible for knowing the tax laws in each state. This Exhibit A defines the expectations for qualifying Vendors based on OMNIA Partners' requirements to market the resulting Master Agreement nationally to Public Agencies. Each section in this Exhibit A refers to the capabilities, requirements, obligations, and prohibitions of competing Vendors on a national level in order to serve Participating Public Agencies through OMNIA Partners. Version April 12,2022 These requirements are incorporated into and are considered an integral part of this IFB. OMNIA Partners reserves the right to determine whether to make the Master Agreement awarded by the Principal Procurement Agency available to Participating Public Agencies, in its sole and absolute discretion, and any party submitting a response to this IFB acknowledges that any award by the Principal Procurement Agency does not obligate OMNIA Partners to make the Master Agreement available to Participating Procurement Agencies. 1.2 Marketing, Sales and Administrative Support During the term of the Master Agreement OMNIA Partners intends to provide marketing, sales, partnership development and administrative support for Vendor pursuant to this section that directly promotes the Vendor's products and services to Participating Public Agencies through multiple channels, each designed to promote specific products and services to Public Agencies on a national basis. OMNIA Partners will assign the Vendor a Director of Partner Development who will serve as the main point of contact for the Vendor and will be responsible for managing the overall relationship between the Vendor and OMNIA Partners. The Director of Partner Development will work with the Vendor to develop a comprehensive strategy to promote the Master Agreement and will connect the Vendor with appropriate stakeholders within OMNIA Partners including, Sales, Marketing, Contracting, Training, and Operations & Support. The OMNIA Partners marketing team will work in conjunction with Vendor to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through channels that may include: A. Marketing collateral (print,electronic, email, presentations) B. Website C. Trade shows/conferences/meetings D. Advertising E. Social Media The OMNIA Partners sales teams will work in conjunction with Vendor to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through initiatives that may include: A. Individual sales calls B. Joint sales calls C. Communications/customer service D. Training sessions for Public Agency teams E. Training sessions for Vendor teams Version April 12,2022 The OMNIA Partners contracting teams will work in conjunction with Vendor to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through: A. Serving as the subject matter expert for questions regarding joint powers authority and state statutes and regulations for cooperative purchasing B. Training sessions for Public Agency teams C. Training sessions for Vendor teams D. Regular business reviews to monitor program success E. General contract administration Vendors are required to pay an Administrative Fee of 3%of the greater of the Contract Sales under the Master Agreement and Guaranteed Contract Sales under this Invitation for Bid. Vendor will be required to execute the OMNIA Partners Administration Agreement (Exhibit B). 1.3 Estimated Volume The dollar volume purchased under the Master Agreement is estimated to be approximately$500M annually. While no minimum volume is guaranteed to Vendor, the estimated annual volume is projected based on the current annual volumes among the Principal Procurement Agency, other Participating Public Agencies that are anticipated to utilize the resulting Master Agreement to be made available to them through OMNIA Partners, and volume growth into other Public Agencies through a coordinated marketing approach between Vendor and OMNIA Partners. 1.4 Award Basis The basis of any contract award resulting from this IFB made by Principal Procurement Agency will, at OMNIA Partners' option, be the basis of award on a national level through OMNIA Partners. If multiple Vendors are awarded by Principal Procurement Agency under the Master Agreement, those same Vendors will be required to extend the Master Agreement to Participating Public Agencies through OMNIA Partners. Utilization of the Master Agreement by Participating Public Agencies will be at the discretion of the individual Participating Public Agency. Certain terms of the Master Agreement specifically applicable to the Principal Procurement Agency (e.g., governing law) are subject to modification for each Participating Public Agency as Vendor and such Participating Public Agency may agree without being in conflict with the Master Agreement as a condition of the Participating Agency's purchase and not a modification of the Master Agreement applicable to all Participating Agencies. Participating Agencies may request to enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in the Master Agreement (e.g., governing law, invoice requirements, order requirements, specialized delivery, diversity requirements such as minority and woman owned businesses, historically underutilized business, etc.) ("Supplemental Agreement"). It shall be the responsibility of the Vendor to comply, when applicable, with the prevailing wage Version April 12.2022 legislation in effect in the jurisdiction of the Participating Agency. It shall further be the responsibility of the Vendor to monitor the prevailing wage rates as established by the appropriate department of labor for any increase in rates during the term of the Master Agreement and adjust wage rates accordingly. In instances where supplemental terms and conditions create additional risk and cost for Vendor,Vendor and Participating Public Agency may negotiate additional pricing above and beyond the stated contract not-to-exceed pricing so long as the added price is commensurate with the additional cost incurred by the Vendor. Any supplemental agreement developed as a result of the Master Agreement is exclusively between the Participating Agency and the Vendor (Contract Sales are reported to OMNIA Partners). All signed Supplemental Agreements and purchase orders issued and accepted by the Vendor may survive expiration or termination of the Master Agreement. Participating Agencies' purchase orders may exceed the term of the Master Agreement if the purchase order is issued prior to the expiration of the Master Agreement. Vendor is responsible for reporting all sales and paying the applicable Administrative Fee for sales that use the Master Agreement as the basis for the purchase order, even though Master Agreement may have expired. 1.5 Objectives of Cooperative Program This IFB is intended to achieve the following objectives regarding availability through OMNIA Partners' cooperative program: A. Provide a comprehensive competitively solicited and awarded national agreement offering the Products covered by this solicitation to Participating Public Agencies; B. Establish the Master Agreement as the Vendor's primary go to market strategy to Public Agencies nationwide; C. Achieve cost savings for Vendor and Public Agencies through a single solicitation process that will reduce the Vendor's need to respond to multiple solicitations and Public Agencies need to conduct their own solicitation process; D. Combine the aggregate purchasing volumes of Participating Public Agencies to achieve cost effective pricing. 2.0 REPRESENTATIONS AND COVENANTS As a condition to Vendor entering into the Master Agreement, which would be available to all Public Agencies,Vendor must make certain representations, warranties and covenants to both the Principal Procurement Agency and OMNIA Partners designed to ensure the success of the Master Agreement for all Participating Public Agencies as well as the Vendor. 2.1 Corporate Commitment Vendor commits that (1) the Master Agreement has received all necessary corporate authorizations and support of the Vendor's executive management, (2) the Master Agreement is Vendor's primary "go to market" strategy for Public Agencies, (3) the Master Agreement will be promoted to all Public Agencies, including any existing customers, and Vendor will transition existing customers, upon their request, to the Master Agreement, and (4) that the Vendor has read and agrees to the terms and Version April 12,2022 conditions of the Administration Agreement with OMNIA Partners and will execute such agreement concurrent with and as a condition of its execution of the Master Agreement with the Principal Procurement Agency.Vendor will identify an executive corporate sponsor and a separate national account manager within the IFB response that will be responsible for the overall management of the Master Agreement. 2.2 Pricing Commitment Vendor commits the not-to-exceed pricing provided under the Master Agreement pricing is its lowest available (net to buyer) to Public Agencies nationwide and further commits that if a Participating Public Agency is eligible for lower pricing through a national, state, regional or local or cooperative contract, the Vendor will match such lower pricing to that Participating Public Agency under the Master Agreement. 2.3 Sales Commitment Vendor commits to aggressively market the Master Agreement as its go to market strategy in this defined sector and that its sales force will be trained, engaged and committed to offering the Master Agreement to Public Agencies through OMNIA Partners nationwide. Vendor commits that all Master Agreement sales will be accurately and timely reported to OMNIA Partners in accordance with the OMNIA Partners Administration Agreement. Vendor also commits its sales force will be compensated,including sales incentives,for sales to Public Agencies under the Master Agreement in a consistent or better manner compared to sales to Public Agencies if the Vendor were not awarded the Master Agreement. 3.0 VENDOR BID Vendor must supply the following information for the Principal Procurement Agency to determine if Vendor is qualified and responsible to extend the resulting Master Agreement to Participating Public Agencies through OMNIA Partners. 3.1 Company A. Brief history and description of Vendor to include experience providing similar products and services. B. Total number and location of salespersons and/or project managers employed by Vendor to help support Participating Public Agencies. C. Number and location of support centers (if applicable) and location of corporate office. D. Annual sales for the three previous fiscal years. a. Submit FEIN and Dunn & Bradstreet report. E. Describe any green or environmental initiatives or policies. F. Describe any diversity programs or partners Vendor does business with and how Participating Agencies may use diverse partners through the Master Agreement. Indicate how, if at all, pricing changes when using the diversity program. If there are any diversity programs, provide a list of diversity alliances and a copy of their certifications. Version April 12 2022 G. Indicate if Vendor holds any of the below certifications in any classified areas and include proof of such certification in the response: a. Minority Women Business Enterprise ❑ Yes ❑No If yes, list certifying agency: b. Small Business Enterprise (SBE) or Disadvantaged Business Enterprise (DBE) ❑ Yes ❑No If yes, list certifying agency: c. Historically Underutilized Business (HUB) ❑ Yes ❑No If yes, list certifying agency: d. Historically Underutilized Business Zone Enterprise (HUBZone) ❑ Yes ❑No If yes, list certifying agency: e. Other recognized diversity certificate holder ❑ Yes ❑No If yes, list certifying agency: H. List any relationships with subcontractors or affiliates intended to be used when providing services and identify if subcontractors meet minority-owned standards. If any, list which certifications subcontractors hold and certifying agency. I. Describe how Vendor differentiates itself from its competitors. J. Describe any present or past litigation, bankruptcy or reorganization involving Vendor. K. Felony Conviction Notice: Indicate if the Vendor a. is a publicly held corporation and this reporting requirement is not applicable; b. is not owned or operated by anyone who has been convicted of a felony; or c. is owned or operated by and individual(s) who has been convicted of a felony and provide the names and convictions. L. Describe any debarment or suspension actions taken against Vendor 3.2 Distribution, Logistics A. Each offeror awarded under this IFB may offer their complete product and service offering/a balance of line. Describe the full line of products and services offered by Vendor. B. Describe how Vendor proposes to distribute the products/service nationwide. Include any states where products and services will not be offered under the Master Agreement, including U.S. Territories and Outlying Areas. Version April 12,2022 C. Describe how Participating Agencies are ensured they will receive the Master Agreement pricing; include all distribution channels such as direct ordering, retail or in-store locations, through distributors, etc. Describe how Participating Agencies verify and audit pricing to ensure its compliance with the Master Agreement. D. Identify all other companies that will be involved in processing, handling or shipping the products/service to the end user. E. Provide the number,size and location of Vendor's distribution or other operations facilities, warehouses, and/or retail network as applicable. 3.3 Marketing and Sales A. Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to immediately implement the Master Agreement as Vendor's primary go to market strategy for Public Agencies to Vendor's teams nationwide, to include, but not limited to: i. Executive leadership endorsement and sponsorship of the award as the public sector go-to-market strategy within first 10 days ii. Training and education of Vendor's national sales force with participation from the Vendor's executive leadership, along with the OMNIA Partners team within first 90 days B. Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to market the Master Agreement to current Participating Public Agencies, existing Public Agency customers of Vendor, as well as to prospective Public Agencies nationwide immediately upon award, to include, but not limited to: i. Creation and distribution of a co-branded press release to trade publications ii. Announcement, Master Agreement details and contact information published on the Vendor's website within first 90 days iii. Design, publication and distribution of co-branded marketing materials within first 90 days iv. Commitment to attendance and participation with OMNIA Partners at national (i.e. NIGP Annual Forum, NPI Conference, etc.), regional (i.e. Regional NIGP Chapter Meetings, Regional Cooperative Summits, etc.) and supplier-specific trade shows, conferences and meetings throughout the term of the Master Agreement v. Commitment to attend, exhibit and participate at the NIGP Annual Forum in an area reserved by OMNIA Partners for partner Vendors. Booth space will be purchased and staffed by Vendor. In addition, Vendor commits to provide reasonable assistance to the overall promotion and marketing efforts for the NIGP Annual Forum,as directed by OMNIA Partners. Version April 12,2022 vi. Design and publication of national and regional advertising in trade publications throughout the term of the Master Agreement vii. Ongoing marketing and promotion of the Master Agreement throughout its term (case studies, collateral pieces, presentations, promotions, etc.) viii. Dedicated OMNIA Partners Internet web-based homepage on Vendor's website with: • OMNIA Partners standard logo; • Copy of original Invitation to Bid; • Copy of Master Agreement and amendments between Principal Procurement Agency and Vendor; • Summary of Products and pricing; • Marketing Materials • Electronic link to OMNIA Partners' website including the online registration page; • A dedicated toll-free number and email address for OMNIA Partners C. Describe how Vendor will transition any existing Public Agency customers' accounts to the Master Agreement available nationally through OMNIA Partners. Include a list of current cooperative contracts (regional and national) Vendor holds and describe how the Master Agreement will be positioned among the other cooperative agreements. D. Acknowledge Vendor agrees to provide its logo(s) to OMNIA Partners and agrees to provide permission for reproduction of such logo in marketing communications and promotions. Acknowledge that use of OMNIA Partners logo will require permission for reproduction, as well. E. Confirm Vendor will be proactive in direct sales of Vendor's goods and services to Public Agencies nationwide and the timely follow up to leads established by OMNIA Partners. All sales materials are to use the OMNIA Partners logo. At a minimum, the Vendor's sales initiatives should communicate: i. Master Agreement was competitively solicited and publicly awarded by a Principal Procurement Agency ii. Best government pricing iii. No cost to participate iv. Non-exclusive F. Confirm Vendor will train its national sales force on the Master Agreement. At a minimum,sales training should include: i. Key features of Master Agreement ii. Working knowledge of the solicitation process Version April 12,2022 iii. Awareness of the range of Public Agencies that can utilize the Master Agreement through OMNIA Partners iv. Knowledge of benefits of the use of cooperative contracts G. Provide the name, title, email and phone number for the person(s), who will be responsible for: i. Executive Support ii. Marketing iii. Sales iv. Sales Support v. Financial Reporting vi. Accounts Payable vii. Contracts H. Describe in detail how Vendor's national sales force personnel and/or project managers are structured, including contact information for the highest-level executive in charge of the sales and/or project management team. I. Explain in detail how the sales or project management teams will work with the OMNIA Partners team to implement, grow and service the national program. I. Explain in detail how Vendor will manage the overall national program throughout the term of the Master Agreement, including ongoing coordination of marketing and sales efforts, timely new Participating Public Agency account set-up, timely contract administration, etc. J. State the amount of Vendor's Public Agency sales for the previous fiscal year. Provide a list of Vendor's top 3 Public Agency customers, the total purchases for each for the previous fiscal year along with a key contact for each. K. Describe Vendor's information systems capabilities and limitations regarding order management through receipt of payment, including description of multiple platforms that may be used for any of these functions. L. Provide the Contract Sales (as defined in Section 12 of the OMNIA Partners Administration Agreement) that Vendor will guarantee each year under the Master Agreement for the initial three years of the Master Agreement ("Guaranteed Contract Sales"). Version April 12.2022 $ .00 in year one $ .00 in year two $ .00 in year three To the extent Vendor guarantees minimum Contract Sales, the Administrative Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. M. Even though it is anticipated many Public Agencies will be able to utilize the Master Agreement without further formal solicitation,there may be circumstances where Public Agencies will issue their own solicitations. The following options are available when responding to a solicitation for Products covered under the Master Agreement. i. Respond with Master Agreement pricing (Contract Sales reported to OMNIA Partners). ii. If competitive conditions require pricing lower than the standard Master Agreement not-to-exceed pricing, Vendor may respond with lower pricing through the Master Agreement. If Vendor is awarded the contract, the sales are reported as Contract Sales to OMNIA Partners under the Master Agreement. iii. Respond with pricing higher than Master Agreement only in the unlikely event that the Public Agency refuses to utilize Master Agreement (Contract Sales are not reported to OMNIA Partners). iv. If alternative or multiple bid and/or proposals are permitted, respond with pricing higher than Master Agreement, and include Master Agreement as the alternate or additional bid/proposal. Detail Vendor's strategies under these options when responding to a solicitation. Version April 12,2022 Exhibit B Administration Agreement, Example ADMINISTRATION AGREEMENT THIS ADMINISTRATION AGREEMENT (this "Agreement") is made this _ day of 20_, between National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector ("OMNIA Partners"), and ("Supplier"). RECITALS WHEREAS, the (the "Principal Procurement Agency") has entered into a Master Agreement effective , Agreement No , by and between the Principal Procurement Agency and Supplier, (as may be amended from time to time in accordance with the terms thereof, the "Master Agreement"), as attached hereto as Exhibit A and incorporated herein by reference as though fully set forth herein, for the purchase of (the "Product"); WHEREAS, said Master Agreement provides that any or all public agencies, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities,and agencies for the public benefit (collectively, "Public Agencies"), that register (either via registration on the OMNIA Partners website or execution of a Master Intergovernmental Cooperative Purchasing Agreement, attached hereto as Exhibit B) (each, hereinafter referred to as a "Participating Public Agency") may purchase Product at prices stated in the Master Agreement; WHEREAS, Participating Public Agencies may access the Master Agreement which is offered through OMNIA Partners to Public Agencies; WHEREAS, OMNIA Partners serves as the cooperative contract administrator of the Master Agreement on behalf of Principal Procurement Agency; WHEREAS, Principal Procurement Agency desires OMNIA Partners to proceed with administration of the Master Agreement; and WHEREAS, OMNIA Partners and Supplier desire to enter into this Agreement to make available the Master Agreement to Participating Public Agencies and to set forth certain terms and conditions governing the relationship between OMNIA Partners and Supplier. NOW,THEREFORE,in consideration of the payments to be made hereunder and the mutual covenants contained in this Agreement, OMNIA Partners and Supplier hereby agree as follows: DEFINITIONS 1. Capitalized terms used in this Agreement and not otherwise defined herein shall have the meanings given to them in the Master Agreement. Version April 12 2022 TERMS AND CONDITIONS 2. The Master Agreement and the terms and conditions contained therein shall apply to this Agreement except as expressly changed or modified by this Agreement. Supplier acknowledges and agrees that the covenants and agreements of Supplier set forth in the solicitation and Supplier's response thereto resulting in the Master Agreement are incorporated herein and are an integral part hereof. 3. OMNIA Partners shall be afforded all of the rights, privileges and indemnifications afforded to Principal Procurement Agency by or from Supplier under the Master Agreement,and such rights, privileges and indemnifications shall accrue and apply with equal effect to OMNIA Partners, its agents, employees, directors, and representatives under this Agreement including, but not limited to, Supplier's obligation to obtain appropriate insurance. 4. OMNIA Partners shall perform all of its duties, responsibilities and obligations as the cooperative contract administrator of the Master Agreement on behalf of Principal Procurement Agency as set forth herein, and Supplier hereby acknowledges and agrees that all duties, responsibilities and obligations will be undertaken by OMNIA Partners solely in its capacity as the cooperative contract administrator under the Master Agreement. 5. With respect to any purchases by Principal Procurement Agency or any Participating Public Agency pursuant to the Master Agreement, OMNIA Partners shall not be: (i) construed as a dealer,re-marketer,representative,partner or agent of any type of the Supplier,Principal Procurement Agency or any Participating Public Agency; (ii) obligated, liable or responsible for any order for Product made by Principal Procurement Agency or any Participating Public Agency or any employee thereof under the Master Agreement or for any payment required to be made with respect to such order for Product; and (iii) obligated, liable or responsible for any failure by Principal Procurement Agency or any Participating Public Agency to comply with procedures or requirements of applicable law or the Master Agreement or to obtain the due authorization and approval necessary to purchase under the Master Agreement. OMNIA Partners makes no representation or guaranty with respect to any minimum purchases by Principal Procurement Agency or any Participating Public Agency or any employee thereof under this Agreement or the Master Agreement. 6. OMNIA Partners shall not be responsible for Supplier's performance under the Master Agreement,and Supplier shall hold OMNIA Partners harmless from any liability that may arise from the acts or omissions of Supplier in connection with the Master Agreement. 7. Supplier acknowledges that, in connection with its access to OMNIA Partners confidential information and/or supply of data to OMNIA Partners, it has complied with and shall continue to comply with all laws, regulations and standards that may apply to Supplier, including, without limitation: (a) United States federal and state information security and privacy statutes, regulations and/or best practices, including, without limitation, the Gramm-Leach-Bliley Act, the Massachusetts Data Security Regulations (201 C.M.R. 17.00 et.seq.), the Nevada encryption statute (N.R.S. § 603A), the California data security law (Cal. Civil Code§ 1798.80 et. seq.) and California Consumer Privacy Act (Cal. Civil Code § 1798.100 et. seq.); and (b) applicable industry and regulatory standards and best practices (collectively, "Data Regulations"). With regard to Personal Information that Supplier collects, receives, or otherwise processes under the Agreement or otherwise in connection with performance of the Agreement,Supplier agrees that it will not: (i) sell, rent, release, disclose, disseminate, make available, transfer, or otherwise Version April 12,2022 communicate orally, in writing,or by electronic or other means, such Personal Information to another business or third party for monetary or other valuable consideration; or (ii) retain, use, or disclose such Personal Information outside of the direct business relationship between Supplier and OMNIA Partners or for any purpose other than for the specific purpose of performance of the Agreement, including retaining, using, or disclosing such Personal Information for a commercial purpose other than for performance of the Agreement. By entering into the Agreement, Supplier certifies that it understands the specific restrictions contained in this Section 7 and will comply with them. For purposes hereof, "Personal Information" means information that identifies, relates to, describes, is reasonably capable of being associated with,or could reasonably be linked,directly or indirectly,with a particular consumer or household, and includes the specific elements of "personal information" as defined under Data Regulations, as defined herein. Supplier will reasonably assist OMNIA Partners in timely responding to any third party "request to know" or "request to delete" (as defined pursuant to Data Regulations) and will promptly provide OMNIA Partners with information reasonably necessary for OMNIA Partners to respond to such requests. Where Supplier collects Personal Information directly from Public Agencies or others on OMNIA Partners' behalf, Supplier will maintain records and the means necessary to enable OMNIA Partners to respond to such requests to know and requests to delete. 8. WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, OMNIA PARTNERS EXPRESSLY DISCLAIMS ALL EXPRESS OR IMPLIED REPRESENTATIONS AND WARRANTIES REGARDING OMNIA PARTNERS' PERFORMANCE AS A CONTRACT ADMINISTRATOR OF THE MASTER AGREEMENT. OMNIA PARTNERS SHALL NOT BE LIABLE IN ANY WAY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, CONSEQUENTIAL, EXEMPLARY, PUNITIVE, OR RELIANCE DAMAGES, EVEN IF OMNIA PARTNERS IS ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. TERM OF AGREEMENT; TERMINATION 9. This Agreement shall be in effect so long as the Master Agreement remains in effect, provided, however, that the provisions of Sections 3 - 8 and 11 - 22, hereof and the indemnifications afforded by the Supplier to OMNIA Partners in the Master Agreement, to the extent such provisions survive any expiration or termination of the Master Agreement, shall survive the expiration or termination of this Agreement. NATIONAL PROMOTION 10. OMNIA Partners and Supplier shall publicize and promote the availability of the Master Agreement's products and services to Public Agencies and such agencies' employees. Supplier shall require each Public Agency to register its participation in the OMNIA Partners program by either registering on the OMNIA Partners website (www.omniapartners.com/publicsector) or executing a Master Intergovernmental Cooperative Purchasing Agreement prior to processing the Participating Public Agency's first sales order. Upon request, Supplier shall make available to interested Public Agencies a copy of the Master Agreement and such price lists or quotes as may be necessary for such Public Agencies to evaluate potential purchases. 11. Supplier shall provide such marketing and administrative support as set forth in the solicitation resulting in the Master Agreement, including assisting in development of marketing materials as reasonably requested by Principal Procurement Agency and OMNIA Partners. Supplier shall be responsible for obtaining permission or license of use and payment of any license fees for all content and images Supplier provides to OMNIA Partners or posts on the OMNIA Partners website. Version April 12,2022 Supplier shall indemnify, defend and hold harmless OMNIA Partners for use of all such content and images including copyright infringement claims. Supplier and OMNIA Partners each hereby grant to the other party a limited,revocable,non-transferable,non-sublicensable right to use such party's logo (each, the "Logo") solely for use in marketing the Master Agreement. Each party shall provide the other party with the standard terms of use of such party's Logo, and such party shall comply with such terms in all material respects. Both parties shall obtain approval from the other party prior to use of such party's Logo. Notwithstanding the foregoing,the parties understand and agree that except as provided herein neither party shall have any right, title or interest in the other party's Logo. Upon termination of this Agreement, each party shall immediately cease use of the other party's Logo. ADMINISTRATIVE FEE,REPORTING & PAYMENT 12. An "Administrative Fee" shall be defined and due to OMNIA Partners from Supplier in the amount of _ percent (_%) ("Administrative Fee Percentage") multiplied by the total purchase amount paid to Supplier, less refunds, credits on returns, rebates and discounts, for the sale of products and/or services to Principal Procurement Agency and Participating Public Agencies pursuant to the Master Agreement (as amended from time to time and including any renewal thereof) ("Contract Sales"). From time to time the parties may mutually agree in writing to a lower Administrative Fee Percentage for a specifically identified Participating Public Agency's Contract Sales. 13. Supplier shall provide OMNIA Partners with an electronic accounting report monthly, in the format prescribed by OMNIA Partners, summarizing all Contract Sales for each calendar month. The Contract Sales reporting format is provided as Exhibit C ("Contract Sales Report"), attached hereto and incorporated herein by reference. Contract Sales Reports for each calendar month shall be provided by Supplier to OMNIA Partners by the 10th day of the following month. Failure to provide a Contract Sales Report within the time and manner specified herein shall constitute a material breach of this Agreement and if not cured within thirty (30) days of written notice to Supplier shall be deemed a cause for termination of the Master Agreement,at Principal Procurement Agency's sole discretion, and/or this Agreement, at OMNIA Partners' sole discretion. 14. Administrative Fee payments are to be paid by Supplier to OMNIA Partners at the frequency and on the due date stated in Section 13,above,for Supplier's submission of corresponding Contract Sales Reports. Administrative Fee payments are to be made via Automated Clearing House (ACH) to the OMNIA Partners designated financial institution identified in Exhibit D. Failure to provide a payment of the Administrative Fee within the time and manner specified herein shall constitute a material breach of this Agreement and if not cured within thirty(30)days of written notice to Supplier shall be deemed a cause for termination of the Master Agreement, at Principal Procurement Agency's sole discretion, and/or this Agreement, at OMNIA Partners' sole discretion. All Administrative Fees not paid when due shall bear interest at a rate equal to the lesser of one and one-half percent (1 1/2%) per month or the maximum rate permitted by law until paid in full. 15. Supplier shall maintain an accounting of all purchases made by Participating Public Agencies under the Master Agreement. OMNIA Partners, or its designee, in OMNIA Partners' sole discretion, reserves the right to compare Participating Public Agency records with Contract Sales Reports submitted by Supplier for a period of four (4) years from the date OMNIA Partners receives such report. In addition, OMNIA Partners may engage a third party to conduct an independent audit of Supplier's monthly reports. In the event of such an audit, Supplier shall provide all materials reasonably requested relating to such audit by OMNIA Partners at the location designated by OMNIA Partners. In the event an underreporting of Contract Sales and a resulting underpayment of Version Apnl 12.2022 Administrative Fees is revealed, OMNIA Partners will notify the Supplier in writing. Supplier will have thirty (30) days from the date of such notice to resolve the discrepancy to OMNIA Partners' reasonable satisfaction, including payment of any Administrative Fees due and owing, together with interest thereon in accordance with Section 13, and reimbursement of OMNIA Partners' costs and expenses related to such audit. GENERAL PROVISIONS 16. This Agreement, the Master Agreement and the exhibits referenced herein supersede any and all other agreements, either oral or in writing, between the parties hereto with respect to the subject matter hereto and no other agreement, statement, or promise relating to the subject matter of this Agreement which is not contained or incorporated herein shall be valid or binding. In the event of any conflict between the provisions of this Agreement and the Master Agreement, as between OMNIA Partners and Supplier, the provisions of this Agreement shall prevail. 17. If any action at law or in equity is brought to enforce or interpret the provisions of this Agreement or to recover any Administrative Fee and accrued interest, the prevailing party shall be entitled to reasonable attorney's fees and costs in addition to any other relief to which it may be entitled. 18. This Agreement and OMNIA Partners' rights and obligations hereunder may be assigned at OMNIA Partners' sole discretion to an affiliate of OMNIA Partners,any purchaser of any or all or substantially all of the assets of OMNIA Partners, or the successor entity as a result of a merger, reorganization, consolidation, conversion or change of control, whether by operation of law or otherwise. Supplier may not assign its obligations hereunder without the prior written consent of OMNIA Partners. 19. All written communications given hereunder shall be delivered by first-class mail, postage prepaid, or overnight delivery on receipt to the addresses as set forth below. A. OMNIA Partners: OMNIA Partners Attn: President 840 Crescent Centre Drive Suite 600 Franklin,TN 37067 B. Supplier: 20. If any provision of this Agreement shall be deemed to be, or shall in fact be, illegal, inoperative or unenforceable, the same shall not affect any other provision or provisions herein contained or render the same invalid, inoperative or unenforceable to any extent whatever, and this Agreement will be construed by limiting or invalidating such provision to the minimum extent necessary to make such provision valid, legal and enforceable. Version April 12,2022 21. This Agreement may not be amended, changed, modified, or altered without the prior written consent of the parties hereto, and no provision of this Agreement may be discharged or waived, except by a writing signed by the parties. A waiver of any particular provision will not be deemed a waiver of any other provision, nor will a waiver given on one occasion be deemed to apply to any other occasion. 22. This Agreement shall inure to the benefit of and shall be binding upon OMNIA Partners, the Supplier and any respective successor and assign thereto; subject, however, to the limitations contained herein. 23. This Agreement will be construed under and governed by the laws of the State of Delaware, excluding its conflicts of law provisions and any action arising out of or related to this Agreement shall be commenced solely and exclusively in the state or federal courts in Williamson County Tennessee. 24. This Agreement may be executed in counterparts, each of which is an original but all of which, together, shall constitute but one and the same instrument. The exchange of copies of this Agreement and of signature pages by facsimile, or by .pdf or similar electronic transmission, will constitute effective execution and delivery of this Agreement as to the parties and may be used in lieu of the original Agreement for all purposes. Signatures of the parties transmitted by facsimile, or by .pdf or similar electronic transmission,will be deemed to be their original signatures for any purpose whatsoever. [INSERT SUPPLIER ENTITY NAMEI NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY, A DELAWARE CORPORATION D/B/A OMNIA PARTNERS, PUBLIC SECTOR Signature Signature Sarah Vavra Name Name Sr. Vice President, Public Sector Contracting Title Title Date Date Version Apnl 12.2022 Exhibit C Master Intergovernmental Cooperative Purchasing Agreement, Example MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT This Master Intergovernmental Cooperative Purchasing Agreement (this "Agreement") is entered into by and between those certain government agencies that execute a Principal Procurement Agency Certificate ("Principal Procurement Agencies") with National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector and/or Communities Program Management, LLC, a California limited liability company d/b/a U.S. Communities (collectively, "OMNIA Partners"), in its capacity as the cooperative administrator, to be appended and made a part hereof and such other public agencies ("Participating Public Agencies") who register to participate in the cooperative purchasing programs administered by OMNIA Partners and its affiliates and subsidiaries (collectively, the "OMNIA Partners Parties") by either registering on the OMNIA Partners website (www.omniapartners.com/publicsector or any successor website), or by executing a copy of this Agreement. RECITALS WHEREAS, after a competitive solicitation and selection process by Principal Procurement Agencies, in compliance with their own policies, procedures, rules and regulations, a number of suppliers have entered into "Master Agreements" (herein so called) to provide a variety of goods, products and services ("Products") to the applicable Principal Procurement Agency and the Participating Public Agencies; WHEREAS, Master Agreements are made available by Principal Procurement Agencies through the OMNIA Partners Parties and provide that Participating Public Agencies may purchase Products on the same terms, conditions and pricing as the Principal Procurement Agency, subject to any applicable federal and/or local purchasing ordinances and the laws of the State of purchase; and WHEREAS, in addition to Master Agreements, the OMNIA Partners Parties may from time to time offer Participating Public Agencies the opportunity to acquire Products through other group purchasing agreements. NOW,THEREFORE, in consideration of the mutual promises contained in this Agreement, and of the mutual benefits to result, the parties hereby agree as follows: 1. Each party will facilitate the cooperative procurement of Products. 2. The Participating Public Agencies shall procure Products in accordance with and subject to the relevant federal, state and local statutes, ordinances, rules and regulations that govern Participating Public Agency's procurement practices. The Participating Public Agencies hereby acknowledge and agree that it is the intent of the parties that all provisions of this Agreement and that Principal Procurement Agencies' participation in the program described herein comply with all applicable laws, including but not limited to the requirements of 42 C.F.R. § 1001.952(j), as may be amended from time to time. The Participating Public Agencies further acknowledge and agree that they are solely responsible for their compliance with all applicable "safe harbor" regulations, including but not limited to any and all obligations to fully and accurately report discounts and incentives. 3. The Participating Public Agency represents and warrants that the Participating Public Agency is not a hospital or other healthcare provider and is not purchasing Products on behalf of a hospital or healthcare provider; provided that the foregoing shall not prohibit Participating Public Agency from furnishing health care services so long as the furnishing of healthcare services is not in furtherance of a primary purpose of the Participating Public Agency. 4. The cooperative use of Master Agreements shall be in accordance with the terms and conditions of the Master Agreements, except as modification of those terms and conditions is otherwise required by applicable federal,state or local law, policies or procedures. 5. The Principal Procurement Agencies will make available, upon reasonable request, Master Agreement information which may assist in improving the procurement of Products by the Participating Public Agencies. 6. The Participating Public Agency agrees the OMNIA Partners Parties may provide access to group purchasing organization ("fQ") agreements directly or indirectly by enrolling the Participating Public Agency in another GPO's purchasing program, provided that the purchase of Products through the OMNIA Partners Parties or any other GPO shall be at the Participating Public Agency's sole discretion. 7. The Participating Public Agencies (each a "Procuring Party") that procure Products through any Master Agreement or GPO Product supply agreement (each a "GPO Contract") will make timely payments to the distributor,manufacturer or other vendor (collectively, "Supplier") for Products received in accordance with the terms and conditions of the Master Agreement or GPO Contract, as applicable. Payment for Products and inspections and acceptance of Products ordered by the Procuring Party shall be the exclusive obligation of such Procuring Party. Disputes between Procuring Party and any Supplier shall be resolved in accordance with the law and venue rules of the State of purchase unless otherwise agreed to by the Procuring Party and Supplier. 8. The Procuring Party shall not use this Agreement as a method for obtaining additional concessions or reduced prices for purchase of similar products or services outside of the Master Agreement. Master Agreements may be structured with not-to-exceed pricing, in which cases the Supplier may offer the Procuring Party and the Procuring Party may accept lower pricing or additional concessions for purchase of Products through a Master Agreement. 9. The Procuring Party shall be responsible for the ordering of Products under this Agreement. A non-procuring party shall not be liable in any fashion for any violation by a Procuring Party, and, to the extent permitted by applicable law, the Procuring Party shall hold non-procuring party harmless from any liability that may arise from the acts or omissions of the Procuring Party. 10. WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, THE OMNIA PARTNERS PARTIES EXPRESSLY DISCLAIM ALL EXPRESS OR IMPLIED REPRESENTATIONS AND WARRANTIES REGARDING ANY PRODUCT, MASTER AGREEMENT AND GPO CONTRACT. THE OMNIA PARTNERS PARTIES SHALL NOT BE LIABLE IN ANY WAY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, CONSEQUENTIAL, EXEMPLARY, PUNITIVE, OR RELIANCE DAMAGES, EVEN IF THE OMNIA PARTNERS PARTIES ARE ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. FURTHER, THE PROCURING PARTY ACKNOWLEDGES AND AGREES THAT THE OMNIA PARTNERS PARTIES SHALL HAVE NO LIABILITY FOR ANY ACT OR OMISSION BY A SUPPLIER OR OTHER PARTY UNDER A MASTER AGREEMENT OR GPO CONTRACT. Version April 12,2022 11. This Agreement shall remain in effect until termination by either party giving thirty (30) days' written notice to the other party. The provisions of Paragraphs 6 - 10 hereof shall survive any such termination. 12. This Agreement shall take effect upon (i) execution of the Principal Procurement Agency Certificate, or (ii) registration on the OMNIA Partners website or the execution of this Agreement by a Participating Public Agency, as applicable. Participating Public Agency: OMNIA Partners, as the cooperative administrator on behalf of Principal Procurement Agencies: NATIONAL INTERGOVERNMENTAL PURCHASING ALLIANCE COMPANY COMMUNITIES PROGRAM MANAGEMENT, LLC Authorized Signature Signature Sarah E. Vavra Name Name Sr. Vice President, Public Sector Contracting Title and Agency Name Title Date Date Version April 12,2022 Exhibit D Principal Procurement Agency Certificate, Example PRINCIPAL PROCUREMENT AGENCY CERTIFICATE In its capacity as a Principal Procurement Agency (as defined below) for National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector ("OMNIA Partners"), [PPA Name] agrees to pursue Master Agreements for Products as specified in the attached Exhibits to this Principal Procurement Agency Certificate. I hereby acknowledge, in my capacity as of and on behalf of [PPA Name] ("Principal Procurement Agency"), that I have read and hereby agree to the general terms and conditions set forth in the attached Master Intergovernmental Cooperative Purchasing Agreement regulating the use of the Master Agreements and purchase of Products that from time to time are made available by Principal Procurement Agencies to Participating Public Agencies nationwide through OMNIA Partners. I understand that the purchase of one or more Products under the provisions of the Master Intergovernmental Cooperative Purchasing Agreement is at the sole and complete discretion of the Participating Public Agency. Authorized Signature, [PPA Name] Signature Name Title Date Exhibit E Contract Sales Reporting Template Contract Sales Report submitted electronically in Microsoft Excel: OMNIAm Sergartartog PAR TNERS I10.00014Mb! 'cal eNiaHA Sam FOR OMNIA USE ONLY LId, None weal JUMP= Were.Abe.. !We IO0V0.4 Tri..on Doer SYO MMN Abdn reef Mai{ee Moles N7lftrtl WMM Mole Ow Neale Woke Exhibit F Federal Funds Certifications FEDERAL CERTIFICATIONS ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT TO WHOM IT MAY CONCERN: Participating Agencies may elect to use federal funds to purchase under the Master Agreement.This form should be completed and returned. DEFINITIONS Contract means a legal instrument by which a non—Federal entity purchases property or services needed to carry out the project or program under a Federal award.The term as used in this part does not include a legal instrument,even if the non—Federal entity considers it a contract,when the substance of the transaction meets the definition of a Federal award or subaward Contractor means an entity that receives a contract as defined in Contract. Cooperative agreement means a legal instrument of financial assistance between a Federal awarding agency or pass-through entity and a non—Federal entity that,consistent with 31 U.S.C.6302-6305: (a)Is used to enter into a relationship the principal purpose of which is to transfer anything of value from the Federal awarding agency or pass-through entity to the non—Federal entity to carry out a public purpose authorized by a law of the United States(see 31 U.S.C. 6101(3)); and not to acquire property or services for the Federal government or pass-through entity's direct benefit or use; (b)Is distinguished from a grant in that it provides for substantial involvement between the Federal awarding agency or pass-through entity and the non—Federal entity in carrying out the activity contemplated by the Federal award. (c)The term does not include: (1)A cooperative research and development agreement as defined in 15 U.S.C.3710a;or (2)An agreement that provides only: (i)Direct United States Government cash assistance to an individual; (ii)A subsidy; (iii)A loan; (iv)A loan guarantee;or (v)Insurance. Federal awarding agency means the Federal agency that provides a Federal award directly to a non—Federal entity Federal award has the meaning,depending on the context,in either paragraph(a)or(b)of this section: (a)(1)The Federal financial assistance that a non—Federal entity receives directly from a Federal awarding agency or indirectly from a pass-through entity,as described in§200.101 Applicability;or (2)The cost-reimbursement contract under the Federal Acquisition Regulations that a non—Federal entity receives directly from a Federal awarding agency or indirectly from a pass-through entity,as described in§ 200.101 Applicability. (b) The instrument setting forth the terms and conditions. The instrument is the grant agreement, cooperative agreement,other agreement for assistance covered in paragraph(b)of§200.40 Federal financial assistance,or the cost-reimbursement contract awarded under the Federal Acquisition Regulations. (c) Federal award does not include other contracts that a Federal agency uses to buy goods or services from a contractor or a contract to operate Federal government owned,contractor operated facilities(GOCOs). (d)See also definitions of Federal financial assistance,grant agreement,and cooperative agreement. Non—Federal entity means a state,local government,Indian tribe,institution of higher education(IHE),or nonprofit organization that carries out a Federal award as a recipient or subrecipient. Version Apnl 12,2022 Nonprofit organization means any corporation,trust,association,cooperative,or other organization,not including IHEs,that: (a)Is operated primarily for scientific,educational,service,charitable,or similar purposes in the public interest; (b) Is not organized primarily for profit;and (c)Uses net proceeds to maintain,improve,or expand the operations of the organization. Obligations means, when used in connection with a non-Federal entity's utilization of funds under a Federal award, orders placed for property and services, contracts and subawards made, and similar transactions during a given period that require payment by the non-Federal entity during the same or a future period. Pass-through entity means a non-Federal entity that provides a subaward to a subrecipient to carry out part of a Federal program. Recipient means a non-Federal entity that receives a Federal award directly from a Federal awarding agency to carry out an activity under a Federal program.The term recipient does not include subrecipients. Simplified acquisition threshold means the dollar amount below which a non-Federal entity may purchase property or services using small purchase methods. Non-Federal entities adopt small purchase procedures in order to expedite the purchase of items costing less than the simplified acquisition threshold.The simplified acquisition threshold is set by the Federal Acquisition Regulation at 48 CFR Subpart 2.1 (Definitions)and in accordance with 41 U.S.C. 1908.As of the publication of this part,the simplified acquisition threshold is$250,000,but this threshold is periodically adjusted for inflation.(Also see definition of§200.67 Micro-purchase.) Subaward means an award provided by a pass-through entity to a subrecipient for the subrecipient to carry out part of a Federal award received by the pass-through entity. It does not include payments to a contractor or payments to an individual that is a beneficiary of a Federal program.A subaward may be provided through any form of legal agreement, including an agreement that the pass-through entity considers a contract. Subrecipient means a non-Federal entity that receives a subaward from a pass-through entity to carry out part of a Federal program;but does not include an individual that is a beneficiary of such program.A subrecipient may also be a recipient of other Federal awards directly from a Federal awarding agency. Termination means the ending of a Federal award, in whole or in part at any time prior to the planned end of period of performance. The following provisions may be required and apply when Participating Agency expends federal funds for any purchase resulting from this procurement process. Per FAR 52.204-24 and FAR 52.204-25,solicitations and resultant contracts shall contain the following provisions. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment(Oct 2020) The Offeror shall not complete the representation at paragraph(d)(1)of this provision if the Offeror has represented that it"does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract,or other contractual instrument"in paragraph(c)(1)in the provision at 52.204-26. Covered Telecommunications Equipment or Services—Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. The Offeror shall not complete the representation in paragraph (d)(2)of this provision if the Offeror has represented that it"does not use covered telecommunications equipment or services,or any equipment, system, or service that uses covered telecommunications equipment or services" in paragraph (c)(2) of the provision at 52.204-26,or in paragraph(v)(2)(ii)of the provision at 52.212-3. (a)Definitions.As used in this provision— Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b)Prohibition. (1)Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019,from procuring or obtaining,or extending or renewing a contract to procure or obtain,any equipment,system,or service that uses covered telecommunications equipment or services as a substantial or essential component of any system,or as critical technology as part of any system.Nothing in the prohibition shall be construed to— (i)Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party,such as backhaul,roaming,or interconnection arrangements;or (ii)Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2)Section 889(a)(1)(B)of the John S. McCain National Defense Authorization Act for Fiscal Year 2019(Pub. L. 115- 232)prohibits the head of an executive agency on or after August 13,2020,from entering into a contract or extending or renewing a contract with an entity that uses any equipment,system,or service that uses covered telecommunications equipment or services as a substantial or essential component of any system,or as critical technology as part of any system.This prohibition applies to the use of covered telecommunications equipment or services,regardless of whether that use is in performance of work under a Federal contract.Nothing in the prohibition shall be construed to— (i)Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party,such as backhaul,roaming,or interconnection arrangements;or (ii)Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c)Procedures.The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https:llwww.sam.gov)for entities excluded from receiving federal awards for"covered telecommunications equipment or services". (d)Representation.The Offeror represents that— (1)It❑will,❑will not provide covered telecommunications equipment or services to the Govemment in the performance of any contract,subcontract or other contractual instrument resulting from this solicitation.The Offeror shall provide the additional disclosure information required at paragraph(e)(1)of this section if the Offeror responds"will"in paragraph(d)(1)of this section; and (2)After conducting a reasonable inquiry,for purposes of this representation,the Offeror represents that— It o does, o does not use covered telecommunications equipment or services,or use any equipment,system,or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph(e)(2)of this section if the Offeror responds"does"in paragraph(d)(2)of this section. (e)Disclosures. (1)Disclosure for the representation in paragraph(d)(1)of this provision.If the Offeror has responded"will"in the representation in paragraph(d)(1)of this provision,the Offeror shall provide the following information as part of the offer. (i)For covered equipment— (A)The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier,CAGE code,and whether the entity was the original equipment manufacturer(OEM)or a distributor,if known); (B)A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number,manufacturer part number,or wholesaler number;and item description,as applicable);and (C)Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph(b)(1)of this provision. (ii)For covered services— (A)If the service is related to item maintenance:A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number,or wholesaler number;and item description,as applicable);or (B)If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph(b)(1)of this provision. (2)Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded "does" in the representation in paragraph(d)(2)of this provision,the Offeror shall provide the following information as part of the offer: (i)For covered equipment— (A)The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier,CAGE code,and whether the entity was the OEM or a distributor,if known); Version April 12,2022 I (B)A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number,manufacturer part number,or wholesaler number;and item description,as applicable);and (C)Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph(b)(2)of this provision. (ii)For covered services— (A)If the service is related to item maintenance:A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number;and item description,as applicable);or (B)If not associated with maintenance,the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph(b)(2)of this provision. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020). (a)Definitions.As used in this clause— Backhaul means intermediate links between the core network,or backbone network,and the small subnetworks at the edge of the network(e.g.,connecting cell phones/towers to the core telephone network).Backhaul can be wireless(e.g.,microwave)or wired(e.g.,fiber optic,coaxial cable,Ethernet). Covered foreign country means The People's Republic of China. Covered telecommunications equipment or services means- (1)Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation(or any subsidiary or affiliate of such entities); (2)For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities); (3)Telecommunications or video surveillance services provided by such entities or using such equipment;or (4)Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by,or otherwise connected to,the government of a covered foreign country. Critical technology means- (1)Defense articles or defense services included on the United States Munitions List set forth in the International Traffic in Arms Regulations under subchapter M of chapter I of title 22,Code of Federal Regulations; (2)Items included on the Commerce Control List set forth in Supplement No. 1 to part 774 of the Export Administration Regulations under subchapter C of chapter VII of title 15,Code of Federal Regulations,and controlled- (i)Pursuant to multilateral regimes, including for reasons relating to national security, chemical and biological weapons proliferation,nuclear nonproliferation,or missile technology;or (ii)For reasons relating to regional stability or surreptitious listening; (3)Specially designed and prepared nuclear equipment, parts and components, materials, software, and technology covered by part 810 of title 10,Code of Federal Regulations(relating to assistance to foreign atomic energy activities); (4)Nuclear facilities,equipment,and material covered by part 110 of title 10, Code of Federal Regulations(relating to export and import of nuclear equipment and material); (5)Select agents and toxins covered by part 331 of title 7,Code of Federal Regulations,part 121 of title 9 of such Code, or part 73 of title 42 of such Code;or (6)Emerging and foundational technologies controlled pursuant to section 1758 of the Export Control Reform Act of 2018(50 U.S.C.4817). Interconnection arrangements means arrangements governing the physical connection of two or more networks to allow the use of another's network to hand off traffic where it is ultimately delivered(e.g.,connection of a customer of telephone provider A to a customer of telephone company B)or sharing data and other information resources. Reasonable inquiry means an inquiry designed to uncover any information in the entity's possession about the identity of the producer or provider of covered telecommunications equipment or services used by the entity that excludes the need to include an internal or third-party audit. Version Apnl 12.2022 Roaming means cellular communications services(e.g.,voice,video,data)received from a visited network when unable to connect to the facilities of the home network either because signal coverage is too weak or because traffic is too high. Substantial or essential component means any component necessary for the proper function or performance of a piece of equipment,system,or service (b)Prohibition. (1)Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019,from procuring or obtaining,or extending or renewing a contract to procure or obtain,any equipment,system,or service that uses covered telecommunications equipment or services as a substantial or essential component of any system,or as critical technology as part of any system.The Contractor is prohibited from providing to the Government any equipment,system,or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, unless an exception at paragraph(c)of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in FAR 4.2104. (2)Section 889(a)(1)(B)of the John S. McCain National Defense Authorization Act for Fiscal Year 2019(Pub. L. 115- 232)prohibits the head of an executive agency on or after August 13,2020,from entering into a contract,or extending or renewing a contract,with an entity that uses any equipment,system,or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, unless an exception at paragraph(c)of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in FAR 4.2104.This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. (c)Exceptions.This clause does not prohibit contractors from providing— (1)A service that connects to the facilities of a third-party,such as backhaul,roaming,or interconnection arrangements; or (2)Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (d)Reporting requirement. (1)In the event the Contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system,or as critical technology as part of any system,during contract performance,or the Contractor is notified of such by a subcontractor at any tier or by any other source,the Contractor shall report the information in paragraph(d)(2)of this clause to the Contracting Officer,unless elsewhere in this contract are established procedures for reporting the information;in the case of the Department of Defense, the Contractor shall report to the website at https://dibnet.dod.mil. For indefinite delivery contracts,the Contractor shall report to the Contracting Officer for the indefinite delivery contract and the Contracting Officer(s)for any affected order or, in the case of the Department of Defense, identify both the indefinite delivery contract and any affected orders in the report provided at https://dibnet.dod.mil. (2)The Contractor shall report the following information pursuant to paragraph(d)(1)of this clause (i)Within one business day from the date of such identification or notification: the contract number; the order number(s), if applicable; supplier name;supplier unique entity identifier(if known);supplier Commercial and Government Entity (CAGE)code(if known);brand;model number(original equipment manufacturer number,manufacturer part number,or wholesaler number);item description;and any readily available information about mitigation actions undertaken or recommended. (ii)Within 10 business days of submitting the information in paragraph (d)(2)(i)of this clause:any further available information about mitigation actions undertaken or recommended.In addition,the Contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. (e)Subcontracts.The Contractor shall insert the substance of this clause, including this paragraph (e) and excluding paragraph (b)(2), in all subcontracts and other contractual instruments, including subcontracts for the acquisition of commercial items. The following certifications and provisions may be required and apply when Participating Agency expends federal funds for any purchase resulting from this procurement process. Pursuant to 2 C.F.R. § 200.326, all contracts, including small purchases, awarded by the Participating Agency and the Participating Agency's subcontractors shall contain the procurement provisions of Version April 12,2022 Appendix II to Part 200.as applicable. APPENDIX II TO 2 CFR PART 200 (A)Contracts for more than the simplified acquisition threshold currently set at$250,000,which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908. must address administrative. contractual, or legal remedies in instances where contractors violate or breach contract terms,and provide for such sanctions and penalties as appropriate. Pursuant to Federal Rule (A)above. when a Participating Agency expends federal funds. the Participating Agency reserves all rights and privileges under the applicable laws and regulations with respect to this procurement in the event of breach of contract by either party. Does offeror agree?YES _ _ Initials of Authorized Representative of offeror (B)Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will be effected and the basis for settlement.(All contracts in excess of$10,000) Pursuant to Federal Rule(B)above.when a Participating Agency expends federal funds.the Participating Agency reserves the right to immediately terminate any agreement in excess of 510.000 resulting from this procurement process in the event of a breach or default of the agreement by Offeror as detailed in the terms of the contract. Does offeror agree? YES_ Initials of Authorized Representative of offeror (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of"federally assisted construction contract"in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 CFR 12319,12935,3 CFR Part, 1964-1965 Comp.,p. 339),as amended by Executive Order 11375,"Amending Executive Order 11246 Relating to Equal Employment Opportunity." and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs,Equal Employment Opportunity,Department of Labor." Pursuant to Federal Rule(C)above.when a Participating Agency expends federal funds on any federally assisted construction contract,the equal opportunity clause is incorporated by reference herein. Does offeror agree to abide by the above? YES_ Initials of Authorized Representative of offeror (D) Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5. "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction").In accordance with the statute,contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation.The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non - Federal entity must report all suspected or reported violations to the Federal awarding agency.The contracts must also include a provision for compliance with the Copeland "Anti-Kickback"Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations(29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States").The Act provides that each contractor or subrecipient must be prohibited from inducing.by any means,any person employed in the construction, completion,or repair of public work,to give up any part of the compensation to which he or she is otherwise entitled.The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. Pursuant to Federal Rule (D) above, when a Participating Agency expends federal funds during the term of an award for all contracts and subgrants for construction or repair.offeror will be in compliance with all applicable Davis-Bacon Act provisions. Does offeror agree'?YES Initials of Authorized Representative of offeror Verstal Apnl12.2022 (E)Contract Work Hours and Safety Standards Act (40 U.S.C. 3701.3708).Where applicable, all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations(29 CFR Part 5).Under 40 U.S.C.3702 of the Act,each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Pursuant to Federal Rule(E) above, when a Participating Agency expends federal funds. offeror certifies that offeror will be in compliance with all applicable provisions of the Contract Work Hours and Safety Standards Act during the term of an award for all contracts by Participating Agency resulting from this procurement process. Does offeror agree? YES Initials of Authorized Representative of offeror (F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants,Contracts and Cooperative Agreements,"and any implementing regulations issued by the awarding agency. Pursuant to Federal Rule(F)above,when federal funds are expended by Participating Agency,the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror agrees to comply with all applicable requirements as referenced in Federal Rule(F)above. Does offeror agree? YES Initials of Authorized Representative of offeror (G) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended—Contracts and subgrants of amounts in excess of$150,000 must contain a provision that requires the non- Federal award to agree to comply with all applicable standards,orders or regulations issued pursuant to the Clean Air Act(42 U.S.C. 7401-7671q)and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 1387).Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA) Pursuant to Federal Rule(G) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency member resulting from this procurement process. the offeror agrees to comply with all applicable requirements as referenced in Federal Rule(G)above. Does offeror agree? YES Initials of Authorized Representative of offeror (H)Debarment and Suspension(Executive Orders 12549 and 12689)—A contract award(see 2 CFR 180.220)must not be made to parties listed on the government wide exclusions in the System for Award Management(SAM),in accordance with the Executive Office of the President Office of Management and Budget (OMB) guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies,as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Pursuant to Federal Rule(H) above,when federal funds are expended by Participating Agency,the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process.the offeror certifies that neither it nor its principals is presently debarred,suspended.proposed for debarment,declared ineligible.or voluntarily excluded from participation by any federal department or agency. If at any time during the term of an award the offeror or its principals Version April 12,2022 becomes debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency,the offeror will notify the Participating Agency. Does offeror agree? YES Initials of Authorized Representative of offeror (I) Byrd Anti-Lobbying Amendment(31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency,a member of Congress,officer or employee of Congress,or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. Pursuant to Federal Rule(I)above, when federal funds are expended by Participating Agency, the offeror certifies that during the term and after the awarded term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that it is in compliance with all applicable provisions of the Byrd Anti-Lobbying Amendment(31 U.S.C. 1352). The undersigned further certifies that: (1) No Federal appropriated funds have been paid or will be paid for on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress,an officer or employee of congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract,the making of a Federal grant, the making of a Federal loan,the entering into a cooperative agreement,and the extension,continuation,renewal,amendment, or modification of a Federal contract,grant,loan,or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with this Federal grant or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL,"Disclosure Form to Report Lobbying",in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all covered sub-awards exceeding $100,000 in Federal funds at all appropriate tiers and that all subrecipients shall certify and disclose accordingly. Does offeror agree? YES Initials of Authorized Representative of offeror RECORD RETENTION REQUIREMENTS FOR CONTRACTS INVOLVING FEDERAL FUNDS When federal funds are expended by Participating Agency for any contract resulting from this procurement process, offeror certifies that it will comply with the record retention requirements detailed in 2 CFR§200.333 The offeror further certifies that offeror will retain all records as required by 2 CFR § 200.333 for a period of three years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports,as applicable,and all other pending matters are closed. Does offeror agree? YES Initials of Authonzed Representative of offeror CERTIFICATION OF COMPLIANCE WITH THE ENERGY POLICY AND CONSERVATION ACT When Participating Agency expends federal funds for any contract resulting from this procurement process,offeror certifies that it will comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act(42 U.S.C.6321 et seq.;49 C.F.R.Part 18). Does offeror agree? YES Initials of Authorized Representative of offeror CERTIFICATION OF COMPLIANCE WITH BUY AMERICA PROVISIONS To the extent purchases are made with Federal Highway Administration,Federal Railroad Administration,or Federal Transit Administration funds,offeror certifies that its products comply with all applicable provisions of the Buy America Act and agrees to provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request.Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and open competition. Version Apnl 12,2022 Does offeror agree? YES Initials of Authorized Representative of offeror CERTIFICATION OF ACCESS TO RECORDS-2 C.F.R.§200.336 Offeror agrees that the Inspector General of the Agency or any of their duly authorized representatives shall have access to any documents, papers,or other records of offeror that are pertinent to offeror's discharge of its obligations under the Contract for the purpose of making audits,examinations,excerpts,and transcriptions.The right also includes timely and reasonable access to offeror's personnel for the purpose of interview and discussion relating to such documents. Does offeror agree? YES Initials of Authorized Representative of offeror CERTIFICATION OF APPLICABILITY TO SUBCONTRACTORS Offeror agrees that all contracts it awards pursuant to the Contract shall be bound by the foregoing terms and conditions. Does offeror agree? YES Initials of Authorized Representative of offeror Offeror agrees to comply with all federal,state,and local laws,rules,regulations and ordinances,as applicable.It is further acknowledged that offeror certifies compliance with all provisions,laws,acts,regulations,etc.as specifically noted above. Offeror's Name: Address,City,State,and Zip Code: Phone Number: Fax Number: Printed Name and Title of Authorized Representative: Email Address: Signature of Authorized Representative: _Date: Version April 12,2022 FEMA SPECIAL CONDITIONS Awarded Supplier(s) may need to respond to events and losses where products and services are needed for the immediate and initial response to emergency situations such as, but not limited to, water damage, fire damage, vandalism cleanup, biohazard cleanup, sewage decontamination, deodorization, and/or wind damage during a disaster or emergency situation. By submitting a bid,the Supplier is accepted these FEMA Special Conditions required by the Federal Emergency Management Agency (FEMA). "Contract" in the below pages under FEMA SPECIAL CONDITIONS is also referred to and defined as the "Master Agreement". "Contractor" in the below pages under FEMA SPECIAL CONDITIONS is also referred to and defined as "Supplier"or"Awarded Supplier". Conflicts of Interest No employee, officer, or agent may participate in the selection, award, or administration of a contract supported by a FEMA award if he or she has a real or apparent conflict of interest. Such a conflict would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of these parties,has a financial or other interest in or a tangible personal benefit from a firm considered for award. 2 C.F.R. § 200.318(c)(1); See also Standard Form 424D, ¶ 7; Standard Form 424B, ¶ 3. i. FEMA considers a "financial interest" to be the potential for gain or loss to the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of these parties as a result of the particular procurement. The prohibited financial interest may arise from ownership of certain financial instruments or investments such as stock, bonds, or real estate, or from a salary, indebtedness,job offer, or similar interest that might be affected by the particular procurement. ii. FEMA considers an "apparent" conflict of interest to exist where an actual conflict does not exist, but where a reasonable person with knowledge of the relevant facts would question the impartiality of the employee, officer, or agent participating in the procurement. c. Gifts. The officers, employees, and agents of the Participating Public Agency nor the Participating Public Agency ("NFE") must neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. However, NFE's may set standards for situations in which the financial interest is de minimus, not substantial, or the gift is an unsolicited item of nominal value. 2 C.F.R. § 200.318(c)(1). d. Violations. The NFE's written standards of conduct must provide for disciplinary actions to be applied for violations of such standards by officers, employees, or agents of the NF E. 2 C.F.R. § 200.318(c)(1). For example, the penalty for a NFE's employee may be dismissal, and the penalty for a contractor might be the termination of the contract. Contractor Integrity A contractor must have a satisfactory record of integrity and business ethics. Contractors that are debarred or suspended, as described in and subject to the debarment and suspension regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension(1989)at 2 C.F.R. Part 180 and the Department of Homeland Security's regulations at 2 C.F.R. Part 3000 (Non-procurement Debarment and Suspension), must be rejected and cannot receive contract awards at any level. Public Policy A contractor must comply with the public policies of the Federal Government and state, local government, or tribal government. This includes, among other things, past and current compliance with the: a. Equal opportunity and nondiscrimination laws b. Five affirmative steps described at 2 C.F.R.§200.321(b)for all subcontracting under contracts supported by FEMA financial assistance; and FEMA Procurement Guidance June 21, 2016 Page IV- 7 c. Applicable prevailing wage laws, regulations, and executive orders Affirmative Steps Version April 12,2022 For any subcontracting opportunities, Contractor must take the following Affirmative steps: 1. Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 2. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 3. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 4. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; and 5. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. Prevailing Wage Requirements When applicable,the awarded Contractor(s)and any and all subcontractor(s) agree to comply with all laws regarding prevailing wage rates including the Davis-Bacon Act, applicable to this solicitation and/or Participating Public Agencies. The Participating Public Agency shall notify the Contractor of the applicable pricing/prevailing wage rates and must apply any local wage rates requested. The Contractor and any subcontractor(s) shall comply with the prevailing wage rates set by the Participating Public Agency. Federal Requirements If products and services are issued in response to an emergency or disaster recovery the items below, located in this FEMA Special Conditions section of the Federal Funds Certifications, are activated and required when federal funding may be utilized. 2 C.F.R. §200.326 and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses 1. REMEDIES a Standard. Contracts for more than the simplified acquisition threshold, currently set at $250,000,must address administrative,contractual,or legal remedies in instances where contractors violate or breach contract terms,and provide for such sanctions and penalties as appropriate. See 2 C.F.R. Part 200, Appendix II(A). b. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. 2. TERMINATION FOR CAUSE AND CONVENIENCE a. Standard. All contracts in excess of$10,000 must address termination for cause and for convenience by the non-Federal entity, including the manner by which it will be effected and the basis for settlement. See 2 C.F.R. Part 200, Appendix II(B). b. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. 3. EQUAL EMPLOYMENT OPPORTUNITY When applicable: a Standard. Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of"federally assisted construction contract"in 41 C.F.R. Version Apnl 12,2022 §60-1.3 must include the equal opportunity clause provided under 41 C.F.R.§60- 1.4(b), in accordance with Executive Order 11246, Equal Employment Opportunity(30 Fed. Reg. 12319, 12935, 3 C.F.R. Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375,Amending Executive Order 11246 Relating to Equal Employment Opportunity, and implementing regulations at 41 C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor). See 2 C.F.R. Part 200, Appendix II(C). b. Key Definitions. i. Federally Assisted Construction Contract. The regulation at 41 C.F.R. §60- 1.3 defines a "federally assisted construction contract" as any agreement or modification thereof between any applicant and a person for construction work which is paid for in whole or in part with funds obtained from the Government or borrowed on the credit of the Government pursuant to any Federal program involving a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee, or any application or modification thereof approved by the Government for a grant, contract, loan, insurance, or guarantee under which the applicant itself participates in the construction work. ii. Construction Work. The regulation at 41 C.F.R. §60-1.3 defines"construction work" as the construction, rehabilitation, alteration, conversion, extension, demolition or repair of buildings, highways,or other changes or improvements to real property, including facilities providing utility services. The term also includes the supervision, inspection, and other onsite functions incidental to the actual construction. c Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. d. Required Language. The regulation at 41 C.F.R. Part 60-1.4(b) requires the insertion of the following contract clause. During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. version April 12,2022 (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about,discussed,or disclosed the compensation of the employee or applicant or another employee or applicant.This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing,or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers'representatives of the contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books,records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders,this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. Version April 12.2022 The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules,regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant(contract, loan, insurance,guarantee);refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. 4. DAVIS-BACON ACT a Standard. All prime construction contracts in excess of $2,000 awarded by non- Federal entities must include a provision for compliance with the Davis-Bacon Act(40 U.S.C.§§3141- 3144 and 3146-3148)as supplemented by Department of Labor regulations at 29 C.F.R. Part 5 (Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction).See 2 C.F.R. Part 200,Appendix II(D). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. b. Applicability. The Davis-Bacon Act applies to the Emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program, and Transit Security Grant Program. c. Requirements. If applicable, the non-federal entity must do the following: i. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation.The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. ii. Additionally, pursuant 2 C.F.R. Part 200, Appendix II(D), contracts subject to the Davis-Bacon Act, must also include a provision for compliance with the Copeland "Anti-Kickback"Act(40 U.S.C. § 3145), as supplemented by Department of Labor regulations at 29 C.F.R. Part 3 (Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States). The Copeland Anti- Kickback Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person Version Apnl 12,2022 employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non- Federal entity must report all suspected or reported violations to FEMA. iii. Include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141- 3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and AssistedConstruction"). Suggested Language. The following provides a sample contract clause: Compliance with the Davis-Bacon Act. a All transactions regarding this contract shall be done in compliance with the Davis-Bacon Act(40 U.S.C.3141-3144,and 3146-3148) and the requirements of 29C.F.R. pt. 5 as may be applicable. The contractor shall comply with 40 U.S.C. 3141- 3144, and 3146-3148 and the requirements of 29 C.F.R. pt. 5 as applicable. b. Contractors are required to pay wages to laborersand mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. C. Additionally, contractors are required to pay wages not less than once a week. 5. COPELAND ANTI-KICKBACK ACT a Standard. Recipient and subrecipient contracts must include a provision for compliance with the Copeland"Anti-Kickback"Act(40 U.S.C.3145),as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). b. Applicability. This requirement applies to all contracts for construction or repair work above $2,000 in situations where the Davis-Bacon Act also applies. It DOES NOT apply to the FEMA Public Assistance Program. c Requirements. If applicable, the non-federal entity must include a provision for compliance with the Copeland "Anti-Kickback"Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations at 29 C.F.R. Part 3 (Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States). Each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to FEMA. Additionally, in accordance with the regulation, each contractor and subcontractor must furnish each week a statement with respect to the wages paid each of its employees engaged in work covered by the Copeland Anti-Kickback Act and the Davis Bacon Act during the preceding weekly payroll period. The report shall be delivered by the contractor or subcontractor, within seven days after the regular payment date of the payroll period, to a representative of a Federal or State agency in charge at the site of the building or work. Sample Language. The following provides a sample contract clause: Version April 12.2022 Compliance with the Copeland "Anti-Kickback"Act. a Contractor.The contractor shall comply with 18 U.S.C. §874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. b. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. C. Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. §5.12." 6. CONTRACT WORK HOURS AND SAFETY STANDARDSACT a Standard. Where applicable (see 40 U.S.C. §§ 3701-3708), all contracts awarded by the non-Federal entity in excess of$100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations at29 C.F.R. Part 5. See 2 C.F.R. Part 200, Appendix II(E). Under 40 U.S.C. § 3702, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. Further, no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous. b. Applicability. This requirement applies to all FEMA contracts awarded by the non- federal entity in excess of$100,000 under grant and cooperative agreement programs that involve the employment of mechanics or laborers. It is applicable to construction work. These requirements do not apply to the purchase of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. c. Suggested Language. The regulation at 29 C.F.R. § 5.5(b) provides contract clause language concerning compliance with the Contract Work Hours and Safety Standards Act. FEMA suggests including the following contract clause: Compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in suchworkweek. (2) Violation;liability for unpaid wages;liquidated damages. In the event of any violation Version Apnl 12,2022 of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1)of this section, in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The Federal agency or loan/grant recipient shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph(b)(1)through(4)of thissection and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1)through (4) of this section. 7. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT ORAGREEMENT a Standard. If the FEMA award meets the definition of"funding agreement"under 37C.F.R. §401.2(a)and the non-Federal entity wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement,"the non- Federal entity must comply with the requirements of 37 C.F.R. Part 401 (Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements), and any implementing regulations issued by FEMA. See 2 C.F.R. Part 200, Appendix II(F). b. Applicability. This requirement applies to"funding agreements," but it DOES NOT apply to the Public Assistance, Hazard Mitigation Grant Program, Fire Management Assistance Grant Program,Crisis Counseling Assistance and Training Grant Program,Disaster Case Management Grant Program, and Federal Assistance to Individuals and Households — Other Needs Assistance Grant Program, as FEMA awards under these programs do not meet the definition of"funding agreement." c. Funding Agreements Definition. The regulation at 37 C.F.R. § 401.2(a) defines"funding agreement" as any contract, grant, or cooperative agreement entered into between any Federal agency, other than the Tennessee Valley Authority, and any contractor for the performance of experimental, developmental, or research work funded in whole or in part by the Federal government. This term also includes any assignment, substitution of parties, or subcontract of any type entered into for the performance of experimental, developmental, or research work under a funding agreement as defined in the first sentence of this paragraph. Version April 12,2022 8. CLEAN AIR ACT AND THE FEDERAL WATER POLLUTION CONTROLACT a Standard. If applicable, contracts must contain a provision that requires the contractor to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act(42 U.S.C.§§7401-7671 q.)and the Federal Water Pollution Control Act as amended (33 U.S.C. §§ 1251-1387). Violations must be reported to FEMA and the Regional Office of the Environmental Protection Agency. See 2 C.F.R. Part 200, Appendix II(G). b. Applicability. This requirement applies to contracts awarded by a non-federal entity of amounts in excess of$150,000 under a federal grant. c. Suggested Language. The following provides a sample contract clause. Clean Air Act 1. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2. The contractor agrees to report each violation to the Participating Public Agency and understands and agrees that the Participating Public Agency will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding$150,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act 1. The contractor agrees to comply with all applicablestandards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act,as amended, 33 U.S.C. 1251 et seq. 2. The contractor agrees to report each violation to the Participating Public Agency and understands and agrees that the Participating Public Agency will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by F EMA. 9. DEBARMENT AND SUSPENSION a Standard. Non-Federal entities and contractors are subject to the debarment and suspension regulations implementing Executive Order 12549, Debarment and Version April 12,2022 Suspension(1986) and Executive Order 12689, Debarment and Suspension(1989)at 2 C.F.R. Part 180 and the Department of Homeland Security's regulations at 2 C.F.R. Part 3000 (Non-procurement Debarment and Suspension). b. Applicability.This requirement applies to all FEMA grant and cooperative agreement programs. c Requirements. G These regulations restrict awards, subawards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in Federal assistance programs and activities.See 2 C.F.R. Part 200, Appendix II(H); and 2 C.F.R. § 200.213. A contract award must not be made-to parties listed in the SAM Exclusions. SAM Exclusions is the list maintained by the General Services Administration that contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. SAM exclusions can be accessed at www.sam.gov. See 2 C.F.R. §180.530. i In general, an"excluded"party cannot receive a Federal grant award or a contract within the meaning of a "covered transaction," to include subawards and subcontracts. This includes parties that receive Federal funding indirectly, such as contractors to recipients and subrecipients.The key to the exclusion is whether there is a "covered transaction," which is any non-procurement transaction (unless excepted) at either a "primary" or "secondary" tier. Although "covered transactions" do not include contracts awarded by the Federal Government for purposes of the non-procurement common rule and DHS's implementing regulations, it does include some contracts awarded by recipients and subrecipients. a Specifically, a covered transaction includes the following contracts for goods or services: 1. The contract is awarded by a recipient or subrecipient in the amount of at least$25,000. 2. The contract requires the approval of FEMA, regardlessof amount. 3. The contract is for federally-required auditservices. 4. A subcontract is also a covered transaction if it is awarded by the contractor of a recipient or subrecipient and requires either the approval of FEMA or is in excess of$25,000. d Suggested Language. The following provides a debarment and suspension clause. It incorporates an optional method of verifying that contractors are not excluded or disqualified. Suspension and Debarment (1) This contract is a covered transaction for purposes of 2 C.F.R.pt. 180 and 2 C.F.R. pt. 3000. As such, the contractor is required to verify that none of the contractor's principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905)are excluded(defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 Versicn Apnl 12.2022 C.F.R. §180.935). (2) The contractor must comply with 2 C.F.R. pt. 180,subpart C and2 C.F.R. pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the Participating Public Agency. If it is later determined that the contractor did not comply with 2 C.F.R.pt. 180,subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the Participating Public Agency, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 10. BYRD ANTI-LOBBYING AMENDMENT a Standard. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. § 1352. FEMA's regulation at 44 C.F.R. Part 18 implements the requirements of 31 U.S.C.§1352 and provides, in Appendix A to Part 18, a copy of the certification that is required to be completed by each entity as described in 31 U.S.C. § 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the Federal awarding agency. b. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs.Contractors that apply or bid for a contract of$100,000 or more under a federal grant must file the required certification. See 2 C.F.R. Part 200, Appendix 11(1); 31 U.S.C. § 1352; and 44 C.F.R. Part 18. c. Suggested Language. Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended) Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s) to the awarding agency. Version Apnl 12,2022 d Required Certification. If applicable, contractors must sign and submit to the non-federal entity the following certification. APPENDIX A, 44 C.F.R. PART 18-CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency,a Member of Congress,an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement,the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans,and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements,apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date Version Apnl 12.2022 11. PROCUREMENT OF RECOVERED MATERIALS a Standard. A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. See 2 C.F.R. Part 200, Appendix II(J); and 2 C.F.R. §200.322. b, Applicability. This requirement applies to all contracts awarded by a non- federal entity under FEMA grant and cooperative agreement programs. c. Reauirements. The requirements of Section 6002 include procuring only items designated in guidelines of the EPA at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition,where the purchase price of the item exceeds $10,000 or the value of the quantity acquired by the preceding fiscal year exceeded $10,000;procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. d Suggested Language. In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired- 1. Competitively within a timeframe providing for compliance with the contract performance schedule; 2. Meeting contract performance requirements;or 3. At a reasonable price. ii. Information about this requirement, along with the list of EPA-designated items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program. iii. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act." 12. ACCESS TO RECORDS a. Standard. All recipients, subrecipients, successors, transferees, and assignees must acknowledge and agree to comply with applicable provisions governing DHS access to records, accounts, documents, information, facilities, and staff. Recipients must give DHS/FEMA access to, and the right to examine and copy, records, accounts, and other documents and sources of information related to the federal financial assistance award and permit access to facilities, personnel, and other individuals and information as may be necessary, as required by DHS regulations and other applicable laws or program guidance. See DHS Standard Terms and Conditions: Version 8.1 (2018). Additionally, Section 1225 of the Disaster Recovery Reform Act of 2018 prohibits FEMA from providing reimbursement to any state, local, tribal, or territorial government, or private non-profit for activities made pursuant to a contract that purports to prohibit audits or internal reviews by the FEMA administrator or ComptrollerGeneral. Access to Records. The following access to records requirements apply to this contract: Version Apnl 12,2022 i.The Contractor agrees to provide Participating Public Agency, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. ii.The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. iii. The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. iv.ln compliance with the Disaster Recovery Act of 2018, the Participating Public Agency and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. 13. CHANGES a. Standard. To be eligible for FEMA assistance under the non-Federal entity's FEMA grant or cooperative agreement, the cost of the change, modification, change order, or constructive change must be allowable, allocable, within the scope of its grant or cooperative agreement, and reasonable for the completion of project scope. b. Applicability. FEMA recommends, therefore, that a non-Federal entity include a changes clause in its contract that describes how, if at all, changes can be made by either party to alter the method, price, or schedule of the work without breaching the contract. The language of the clause may differ depending on the nature of the contract and the end-item procured. 14. DHS SEAL, LOGO,AND FLAGS a. Standard. Recipients must obtain permission prior to using the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials. See DHS Standard Terms and Conditions: Version 8.1(2018). b. Applicability. FEMA recommends that all non-Federal entities place in their contracts a provision that a contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval. c. "The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval. Version April 12,2022 15. COMPLIANCE WITH FEDERAL LAW,REGULATIONS,AND EXECUTIVE ORDERS a. Standard. The recipient and its contractors are required to comply with all Federal laws, regulations, and executive orders. b. Applicability. FEMA recommends that all non-Federal entities place into their contracts an acknowledgement that FEMA financial assistance will be used to fund the contract along with the requirement that the contractor will comply with all applicable Federal law, regulations, executive orders, and FEMA policies, procedures,and directives. c. "This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives." 16. NO OBLIGATION BY FEDERAL GOVERNMENT a. Standard. FEMA is not a party to any transaction between the recipient and its contractor. FEMA is not subject to any obligations or liable to any party for any matter relating to the contract. b. Applicability. FEMA recommends that the non-Federal entity include a provision in its contract that states that the Federal Government is not a party to the contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. c. "The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract." 17. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS a. Standard. Recipients must comply with the requirements of The False Claims Act (31 U.S.C. §§ 3729-3733)which prohibits the submission of false or fraudulent claims for payment to the federal government. See DHS Standard Terms and Conditions: Version 8.1 (2018); and 31 U.S.C. §§ 3801-3812, which details the administrative remedies for false claims and statements made.The non-Federal entity must include a provision in its contract that the contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to its actions pertaining to the contract. b. Applicability. FEMA recommends that the non-Federal entity include a provision in its contract that the contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements)applies to its actions pertaining to the contract. c. "The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this contract." Offeror agrees to comply with all terms and conditions outlined in the FEMA Special Conditions section of this solicitation. Offeror's Name: Address, City, State, and Zip Code: Phone Number: Fax Number: Printed Name and Title of Authorized Representative: Email Address: Signature of Authorized Representative: Date: Verson Apri112,2022 Exhibit G New Jersey Business Compliance NEW JERSEY BUSINESS COMPLIANCE Suppliers intending to do business in the State of New Jersey must comply with policies and procedures required under New Jersey statues. All offerors submitting proposals must complete the following forms specific to the State of New Jersey. Completed forms should be submitted with the offeror's response to the IFB. Failure to complete the New Jersey packet will impact OMNIA Partners' ability to promote the Master Agreement in the State of New Jersey. DOC #1 Ownership Disclosure Form DOC #2 Non-Collusion Affidavit DOC #3 Affirmative Action Affidavit DOC #4 Political Contribution Disclosure Form DOC #5 Stockholder Disclosure Certification DOC #6 Certification of Non-Involvement in Prohibited Activities in Iran DOC #7 New Jersey Business Registration Certificate DOC #8 EEOAA Evidence DOC #9 MacBride Principals Form New Jersey suppliers are required to comply with the following New Jersey statutes when applicable: • all anti-discrimination laws, including those contained in N.J.S.A. 10:2-1 through N.J.S.A. 10:2-14, N.J.S.A. 10:5-1, and N.J.S.A. 10:5-31 through 10:5-38; • Prevailing Wage Act, N.J.S.A. 34:11-56.26, for all contracts within the contemplation of the Act; • Public Works Contractor Registration Act, N.J.S.A. 34:11-56.26; and • Bid and Performance Security, as required by the applicable municipal or state statutes. Version April 12,2022 DOC #1 STATEMENT OF OWNERSHIP DISCLOSURE N.J.S.A. 52:25-24.2 (P.L. 1977, c.33, as amended by P.L. 2016, c.43) This statement shall be completed,certified to,and included with all bid and proposal submissions. Failure to submit the required information is cause for automatic rejection of the bid or proposal. Name of Organization: Organization Address: Part I Check the box that represents the type of business organization: O Sole Proprietorship (skip Parts II and III, execute certification in Part IV) 0 Non-Profit Corporation (skip Parts II and III, execute certification in Part IV) O For-Profit Corporation (any type) 0 Limited Liability Company (LLC) 0 Partnership 0 Limited Partnership 0 Limited Liability Partnership (LLP) O Other (be specific): Part II O The list below contains the names and addresses of all stockholders in the corporation who own 10 percent or more of its stock, of any class, or of all individual partners in the partnership who own a 10 percent or greater interest therein, or of all members in the limited liability company who own a 10 percent or greater interest therein, as the case may be. (COMPLETE THE LIST BELOW IN THIS SECTION) 4 OR O No one stockholder in the corporation owns 10 percent or more of its stock, of any class, or no individual partner in the partnership owns a 10 percent or greater interest therein, or no member in the limited liability company owns a 10 percent or greater interest therein, as the case may be. (SKIP TO PART IV) (Please attach additional sheets if more space is needed): Name of Individual or Business Entity Home Address(for Individuals)or Business Address Version April 12,2022 Part III DISCLOSURE OF 10% OR GREATER OWNERSHIP IN THE STOCKHOLDERS, PARTNERS OR LLC MEMBERS LISTED IN PART II If a bidder has a direct or indirect parent entity which is publicly traded, and any person holds a 10 percent or greater beneficial interest in the publicly traded parent entity as of the last annual federal Security and Exchange Commission (SEC) or foreign equivalent filing, ownership disclosure can be met by providing links to the website(s) containing the last annual filing(s) with the federal Securities and Exchange Commission (or foreign equivalent) that contain the name and address of each person holding a 10% or greater beneficial interest in the publicly traded parent entity, along with the relevant page numbers of the filing(s) that contain the information on each such person. Attach additional sheets if more space is needed. Website(URL)containing the last annual SEC(or foreign equivalent)filing Page#'s Please list the names and addresses of each stockholder, partner or member owning a 10 percent or greater interest in any corresponding corporation, partnership and/or limited liability company (LLC) listed in Part II other than for any publicly traded parent entities referenced above. The disclosure shall be continued until names and addresses of every noncorporate stockholder, and individual partner, and member exceeding the 10 percent ownership criteria established pursuant to N.J.S.A. 52:25-24.2 has been listed. Attach additional sheets if more space is needed. Stockholder/Partner/Member and Corresponding Home Address(for Individuals)or Business Address Entity Listed in Part II Part IV Certification I, being duly sworn upon my oath, hereby represent that the foregoing information and any attachments thereto to the best of my knowledge are true and complete. I acknowledge:that I am authorized to execute this certification on behalf of the bidder/proposer;that the<name of contracting unit>is relying on the information contained herein and that I am under a continuing obligation from the date of this certification through the completion of any contracts with <type of contracting unit>to notify the <type of contracting unit>in writing of any changes to the information contained herein;that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification, and if I do so, I am subject to criminal prosecution under the law and that it will constitute a material breach of my agreement(s)with the, permitting the<type of contracting unit>to declare any contract(s) resulting from this certification void and unenforceable. Full Name(Print): Title: Signature: Date: Version April 12,2022 DOC #2 NON-COLLUSION AFFIDAVIT STANDARD BID DOCUMENT REFERENCE Reference: VII-H Name of Form: NON-COLLUSION AFFIDAVIT Statutory Reference: No specific statutory reference State Statutory Reference N.J.S.A. 52:34-15 Instructions Reference: Statutory and Other Requirements VII-H The Owner's use of this form is optional. It is used to ensure that Description: the bidder has not participated in any collusion with any other bidder or Owner representative or otherwise taken any action in restraint of free and competitive bidding. Version April 12.2022 I NON-COLLUSION AFFIDAVIT State of New Jersey County of ss: I, residing in (name of affiant) (name of municipality) in the County of and State of of full age, being duly sworn according to law on my oath depose and say that: I am of the firm of (title or position) (name of firm) the bidder making this Proposal for the bid entitled ,and that I executed the said proposal with (title of bid proposal) full authority to do so that said bidder has not,directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free,competitive bidding in connection with the above named project; and that all statements contained in said proposal and in this affidavit are true and correct,and made with full knowledge that the relies upon the truth of the statements contained in said Proposal (name of contracting unit) and in the statements contained in this affidavit in awarding the contract for the said project. I further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage,brokerage,or contingent fee,except bona fide employees or bona fide established commercial or selling agencies maintained by Subscribed and sworn to before me this day Signature 2 (Type or print name of affiant under signature) Notary public of My Commission expires (Seal) Version April 12,2022 DOC #3 AFFIRMATIVE ACTION AFFIDAVIT (P.L. 1975, C.127) Company Name: Street: City, State, Zip Code: Proposal Certification: Indicate below company's compliance with New Jersey Affirmative Action regulations. Company's proposal will be accepted even if company is not in compliance at this time. No contract and/or purchase order may be issued, however, until all Affirmative Action requirements are met. Required Affirmative Action Evidence: Procurement, Professional & Service Contracts (Exhibit A) Vendors must submit with proposal: 1. A photocopy of a valid letter that the contractor is operating under an existing Federally approved or sanctioned affirmative action program (good for one year from the date of the letter); OR 2. A photocopy of a Certificate of Employee Information Report approval, issued in accordance with N.J.A.C. 17:27-4; OR 3. A photocopy of an Employee Information Report (Form AA302) provided by the Division of Contract Compliance and Equal Employment Opportunity in Public Contracts and distributed to the public agency to be completed by the contractor in accordance with N.J.A.C. 17:27-4. Public Work - Over$50,000 Total Project Cost: A. No approved Federal or New Jersey Affirmative Action Plan. We will complete Report Form AA201. A project contract ID number will be assigned to your firm upon receipt of the completed Initial Project Workforce Report (AA201) for this contract. B. Approved Federal or New Jersey Plan-certificate enclosed I further certfb, that the statements and information contained herein, are complete and correct to the best of my knowledge and belief Date Authorized Signature and Title Version April 12,2022 DOC#3, continued P.L. 1995, c. 127 (N.J.A.C. 17:27) MANDATORY AFFIRMATIVE ACTION LANGUAGE PROCUREMENT, PROFESSIONAL AND SERVICE CONTRACTS During the performance of this contract,the contractor agrees as follows: The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractor will take affirmative action to ensure that such applicants are recruited and employed, and that employees are treated during employment,without regard to their age, race,creed, color, national origin,ancestry, marital status, sex, affectional or sexual orientation. Such action shall include, but not be limited to the following: employment,upgrading,demotion,or transfer;recruitment or recruitment advertising;layoff or termination;rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places,available to employees and applicants for employment,notices to be provided by the Public Agency Compliance Officer setting forth provisions of this non-discrimination clause. The contractor or subcontractor, where applicable will, in all solicitations or advertisement for employees placed by or on behalf of the contractor,state that all qualified applicants will receive consideration for employment without regard to age,race,creed,color,national origin,ancestry,marital status,sex,affectional or sexual orientation. The contractor or subcontractor,where applicable,will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer advising the labor union or workers'representative of the contractor's commitments under this act and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The contractor or subcontractor, where applicable,agrees to comply with any regulations promulgated by the Treasurer pursuant to P.L 1975,c. 127,as amended and supplemented from time to time and the Americans with Disabilities Act. The contractor or subcontractor agrees to attempt in good faith to employ minority and female workers trade consistent with the applicable county employment goal prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975,C.127,as amended and supplemented from time to time or in accordance with a binding determination of the applicable county employment goals determined by the Affirmative Action Office pursuant to N J A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975,C.127,as amended and supplemented from time to time. The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the area, including employment agencies, placement bureaus,colleges, universities, labor unions, that it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to revise any of it testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job-related testing,as established by the statutes and court decisions of the state of New Jersey and as established by applicable Federal law and applicable Federal court decisions. The contractor or subcontractor agrees to review all procedures relating to transfer,upgrading,downgrading and lay-off to ensure that all such actions are taken without regard to age,creed,color,national origin,ancestry,marital status,sex, affectional or sexual orientation,and conform with the applicable employment goals,consistent with the statutes and court decisions of the State of New Jersey,and applicable Federal law and applicable Federal court decisions. The contractor and its subcontractors shall furnish such reports or other documents to the Affirmative Action Office as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Affirmative Action Office for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code(NIAC 17:27) Signature of Procurement Agent Version April 12,2022 DOC #4 C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Public Agency Instructions This page provides guidance to public agencies entering into contracts with business entities that are required to file Political Contribution Disclosure forms with the agency. It is not intended to be provided to contractors.What follows are instructions on the use of form local units can provide to contractors that are required to disclose political contributions pursuant to N.1.S.A. 19:94A-20.26 (P.L. 2005,c. 271,s.2). Additional information on the process is available in Local Finance Notice 2006-1 (http://www.nj.gov/dca/divisions/dlgs/resources/Ifns 2006.html). Please refer back to these instructions for the appropriate links,as the Local Finance Notices include links that are no longer operational. 1. The disclosure is required for all contracts in excess of$17.500 that are not awarded pursuant to a"fair and open" process(NJ.S.A. 19:49A-20.7). 2. Due to the potential length of some contractor submissions, the public agency should consider allowing data to be submitted in electronic form(i.e.,spreadsheet,pdf file,etc.). Submissions must be kept with the contract documents or in an appropriate computer file and be available for public access. The form is worded to accept this alternate submission. The text should be amended if electronic submission will not be allowed. 3. The submission must be received from the contractor and on file at least 10 days prior to award of the contract. Resolutions of award should reflect that the disclosure has been received and is on file. 4. The contractor must disclose contributions made to candidate and party committees covering a wide range of public agencies,including all public agencies that have elected officials in the county of the public agency,state legislative positions, and various state entities. The Division of Local Government Services recommends that contractors be provided a list of the affected agencies. This will assist contractors in determining the campaign and political committees of the officials and candidates affected by the disclosure. a. The Division has prepared model disclosure forms for each county. They can be downloaded from the"County PCD Forms" link on the Pay-to-Play web site at http://www.nj.gov/dca/divisions/dlgs/programs/lpcl.html#12. They will be updated from time-to-time as necessary. b. A public agency using these forms should edit them to properly reflect the correct legislative district(s). As the forms are county-based, they list all legislative districts in each county. Districts that do not represent the public agency should be removed from the lists. c. Some contractors may find it easier to provide a single list that covers all contributions,regardless of the county. These submissions are appropriate and should be accepted. d. The form may be used"as-is",subject to edits as described herein. e. The "Contractor Instructions" sheet is intended to be provided with the form. It is recommended that the Instructions and the form be printed on the same piece of paper. The form notes that the Instructions are printed on the back of the form;where that is not the case,the text should be edited accordingly. f. The form is a Word document and can be edited to meet local needs,and posted for download on web sites,used as an e-mail attachment,or provided as a printed document. 5. It is recommended that the contractor also complete a "Stockholder Disclosure Certification." This will assist the local unit in its obligation to ensure that contractor did not make any prohibited contributions to the committees listed on the Business Entity Disclosure Certification in the 12 months prior to the contract (See Local Finance Notice 2006-7 for additional information on this obligation at http://www.nj.gov/dca/divisions/dlgs/resources/lfns 2006.html). A sample Certification form is part of this package and the instruction to complete it is included in the Contractor Instructions. NOTE: This section is not applicable to Boards of Education. Version Apr112,2022 DOC #4, continued) C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Contractor Instructions Business entities (contractors) receiving contracts from a public agency that are NOT awarded pursuant to a "fair and open"process(defined at NJ.S.A. 19:44A-20.7)are subject to the provisions of P.L.2005,c.271,s.2 (N.J.S.A. 19:44A- 20.26). This law provides that 10 days prior to the award of such a contract,the contractor shall disclose contributions to: • any State,county,or municipal committee of a political party • any legislative leadership committee" • any continuing political committee(a.k.a.,political action committee) • any candidate committee of a candidate for,or holder of,an elective office: o of the public entity awarding the contract o of that county in which that public entity is located o of another public entity within that county o or of a legislative district in which that public entity is located or,when the public entity is a county,of any legislative district which includes all or part of the county The disclosure must list reportable contributions to any of the committees that exceed$300 per election cycle that were made during the 12 months prior to award of the contract. See N.1.S.A. 19:44A-8 and 19:44A-16 for more details on reportable contributions. N I.S.A. 19:44A-20.26 itemizes the parties from whom contributions must be disclosed when a business entity is not a natural person. This includes the following: • individuals with an"interest"ownership or control of more than 10%of the profits or assets of a business entity or 10%of the stock in the case of a business entity that is a corporation for profit • all principals,partners,officers,or directors of the business entity or their spouses • any subsidiaries directly or indirectly controlled by the business entity • IRS Code Section 527 New Jersey based organizations,directly or indirectly controlled by the business entity and filing as continuing political committees, (PACs). When the business entity is a natural person, "a contribution by that person's spouse or child,residing therewith,shall be deemed to be a contribution by the business entity." (N.J.S.A. 19:44A-20.26(b)I The contributor must be listed on the disclosure. Any business entity that fails to comply with the disclosure provisions shall be subject to a fine imposed by ELEC in an amount to be determined by the Commission which may be based upon the amount that the business entity failed to report. The enclosed list of agencies is provided to assist the contractor in identifying those public agencies whose elected official and/or candidate campaign committees are affected by the disclosure requirement. It is the contractor's responsibility to identify the specific committees to which contributions may have been made and need to be disclosed. The disclosed information may exceed the minimum requirement. The enclosed form,a content-consistent facsimile,or an electronic data file containing the required details(along with a signed cover sheet) may be used as the contractor's submission and is disclosable to the public under the Open Public Records Act. The contractor must also complete the attached Stockholder Disclosure Certification. This will assist the agency in meeting its obligations under the law.NOTE: This section does not apply to Board of Education contracts. N.1.S.A. 19:44A-3(s): "The term "legislative leadership committee" means a committee established,authorized to be established, or designated by the President of the Senate, the Minority Leader of the Senate, the Speaker of the General Assembly or the Minority Leader of the General Assembly pursuant to section 16 of P.L.1993,c 65 (C.19:44A-10.1)for the purpose of receiving contributions and making expenditures." Version April 12,2022 DOC #4, continued C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Required Pursuant to N.J.S.A. 19:44A-20.26 This form or its permitted facsimile must be submitted to the local unit no later than 10 days prior to the award of the contract. Part I - Vendor Information Vendor Name: Address: City: State: Zip: The undersigned being authorized to certify,hereby certifies that the submission provided herein represents compliance with the provisions of N.I.S.A. 19:44A-20.26 and as represented by the Instructions accompanying this form. Signature Printed Name Title Part II — Contribution Disclosure Disclosure requirement: Pursuant to N.J.S.A. 19:44A-20.26 this disclosure must include all reportable political contributions (more than$300 per election cycle) over the 12 months prior to submission to the committees of the government entities listed on the form provided by the local unit. ❑ Check here if disclosure is provided in electronic form Contributor Name Recipient Name Date Dollar Amount ❑ Check here if the information is continued on subsequent page(s) Version April 12,2022 DOC #4, continued List of Agencies with Elected Officials Required for Political Contribution Disclosure N.J.S.A. 19:44A-20.26 County Name: State: Governor, and Legislative Leadership Committees Legislative District#s: State Senator and two members of the General Assembly per district. County: Freeholders County Clerk Sheriff {County Executive) Surrogate Municipalities (Mayor and members of governing body, regardless of title): USERS SHOULD CREATE THEIR OWN FORM, OR DOWNLOAD FROM THE PAY TO PLAY SECTION OF THE DLGS WEBSITE A COUNTY-BASED, CUSTOMIZABLE FORM. Version April 12,2022 DOC #5 STOCKHOLDER DISCLOSURE CERTIFICATION Name of Business: ❑ I certify that the list below contains the names and home addresses of all stockholders holding 10%or more of the issued and outstanding stock of the undersigned. OR O I certify that no one stockholder owns 10%or more of the issued and outstanding stock of the undersigned. Check the box that represents the type of business organization: ❑Partnership El Corporation0 Sole Proprietorship D Limited Partnership ❑Limited Liability Corporation OLimited Liability Partnership ❑Subchapter S Corporation Sign and notarize the form below, and, if necessary, complete the stockholder list below. Stockholders: Name: Name: Home Address: Home Address: Name: Name: Home Address: Home Address: Name: Name: Home Address: Home Address: Subscribed and sworn before me this_day of 2_ (Affiant) (Notary Public) (Print name&title of affiant) My Commission expires: (Corporate Seal) Version April 12,2022 DOC #6 Certification of Non-Involvement in Prohibited Activities in Iran Pursuant to N.J.S.A. 52:32-58, Offerors must certify that neither the Offeror, nor any of its parents, subsidiaries, and/or affiliates (as defined in N.J.S.A. 52:32 - 56(e) (3)), is listed on the Department of the Treasury's List of Persons or Entities Engaging in Prohibited Investment Activities in Iran and that neither is involved in any of the investment activities set forth in N.J.S.A. 52:32 - 56(f). Offerors wishing to do business in New Jersey through this contract must fill out the Certification of Non-Involvement in Prohibited Activities in Iran here: http://www.state.nj.us/humanservices/dfd/info/standard/fdc/disclosure investmentact.pdf. Offerors should submit the above form completed with their proposal. Version April 12,2022 DOC #7 NEW JERSEY BUSINESS REGISTRATION CERTIFICATE (N.J.S.A. 52:32-44) Offerors wishing to do business in New Jersey must submit their State Division of Revenue issued Business Registration Certificate with their proposal here. Failure to do so will disqualify the Offeror from offering products or services in New Jersey through any resulting contract. haps://www.njportal.com/DOR/BusinessRegistration/ Version April 12,2022 DOC #8 EEOAA EVIDENCE Equal Employment Opportunity/Affirmative Action Goods, Professional Services & General Service Projects EEO/AA Evidence Vendors are required to submit evidence of compliance with N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27 in order to be considered a responsible vendor. One of the following must be included with submission: • Copy of Letter of Federal Approval • Certificate of Employee Information Report • Fully Executed Form AA302 • Fully Executed EEO-1 Report See the guidelines at: https://www.state.nj.us/treasury/contract compliance/documents/pdf/guidelines/pa.pdf for further information. I certify that my bid package includes the required evidence per the above list and State website. Name: Title: Signature: Date: DOC #9 MACBRIDE-PRINCIPLES it ,TA STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY a DIVISION OF PURCHASE AND PROPERTY i I33 WEST STATE STREET,P.O.BOX 230 TRENTON,NEW JERSEY 08625-0230 MACBRIDE PRINCIPALS FORM BID SOLICITATION #: VENDORBIDDER: VENDOR'SBIDDER'S REQUIREMENT TO PROVIDE A CERTIFICATION IN COMPLIANCE WITH THE MACBRIDE PRINCIPALS AND NORTHERN IRELAND ACT OF 1989 Pursuant to Public Law 1995, c. 134, a responsible Vendor/Bidder selected, after public bidding, by the Director of the Division of Purchase and Property, pursuant to N.J.S.A. 52:34-12, must complete the certification below by checking one of the two options listed below and signing where indicated. If a Vendor/Bidder that would otherwise be awarded a purchase,contract or agreement does not complete the certification,then the Director may determine, in accordance with applicable law and rules,that it is in the best interest of the State to award the purchase,contract or agreement to another Vendor/Bidder that has completed the certification and has submitted a bid within five (5) percent of the most advantageous bid. If the Director finds contractors to be in violation of the principals that are the subject of this law, he/she shall take such action as may be appropriate and provided by law, rule or contract, including but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the party in default and seeking debarment or suspension of the party. I, the undersigned, on behalf the Vendor/Bidder, certify pursuant to N..1.S.A. 52:34-12.2 that: ❑ CHECK THE APPROPRIATE BON The Vendor/Bidder has no business operations in Northern Ireland; or OR ❑The Vendor/Bidder will take lawful steps in good faith to conduct any business operations it has in Northern Ireland in accordance with the MacBride principals of nondiscrimination in employment as set forth in section 2 of P.L. 1987, c. 177 (N.J.S.A. 52:18A-89.5) and In conformance with the United Kingdom's Fair Employment (Northern Ireland) Act of 1989,and permit independent monitoring of its compliance with those principals. CERTIFICATION I,the undersigned,certify that I am authorized to execute this certification on behalf of the Vendor/Bidder,that the foregoing information and any attachments hereto, to the best of my knowledge are true and complete. I acknowledge that the State of New Jersey is relying on the information contained herein,and that the Vendor/Bidder is under a continuing obligation from the date of this certification through the completion of any contract(s) with the State to notify the State in writing of any changes to the information contained herein; that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification.If I do so,I will be subject to criminal prosecution under the law,and it will constitute a material breach of my agreement(s) with the State, permitting the State to declare any contract(s) resulting from this certification to be void and unenforceable. Signature Date Print Name and Title Version April 12 2022 Exhibit H Advertising Compliance Requirement Pursuant to certain state notice provisions,including but not limited to Oregon Revised Statutes Chapter 279A.210,Chapter 279A.220,and other related provisions,the following public agencies and political subdivisions of the referenced public agencies are eligible to register with OMNIA Partners and access the Master Agreement contract award made pursuant to this solicitation,and are hereby given notice of the foregoing request for bids for purposes of complying with the procedural requirements of said statutes: Nationwide. State of Alabama State of Hawaii Commonwealth of State of New Mexico State of South Massachusetts Dakota State of Alaska State of Idaho State of Michigan State of New York State of Tennessee State of Arizona State of Illinois State of Minnesota State of North Carolina State of Texas State of Arkansas State of Indiana State of Mississippi State of North Dakota State of Utah State of California State of Iowa State of Missouri State of Ohio State of Vermont State of Colorado State of Kansas State of Montana State of Oklahoma Commonwealth of Virginia State of Connecticut Commonwealth of State of Nebraska State of Oregon State of Washington Kentucky State of Delaware State of Louisiana State of Nevada Commonwealth of State of West Pennsylvania Virginia State of Florida State of Maine State of New Hampshire State of Rhode Island State of Wisconsin State of Georgia State of Maryland State of New Jersey State of South Carolina State of Wyoming District of Columbia Lists of political subdivisions and local governments in the above referenced states/districts may be found at http://www.usa.gov/Agencies/State and Territories.shtml and https://www.usa.gov/local-governments. Certain Public Agencies and Political Subdivisions: CITIES,TOWNS.VILLAGES AND BOROUGHS CITY AND COUNTY OF HONOLULU.HI INCLUDING BUT NOT LIMITED TO: CITY OF KENNER,LA BAKER CITY GOLF COURSE,OR CITY OF LA GRANDE,OR CITY OF ADAIR VILLAGE,OR CITY OF LAFAYETTE,LA CITY OF ASHLAND,OR CITY OF LAKE CHARLES,OR CITY OF AUMSVILLE,OR CITY OF LEBANON,OR CITY OF AURORA.OR CITY OF MCMINNVILLE,OR CITY OF BAKER,OR CITY OF MEDFORD,OR CITY OF BATON ROUGE.LA CITY OF METAIRIE,LA CITY OF BEAVERTON.OR CITY OF MILL CITY,OR CITY OF BEND,OR CITY OF MILWAUKIE,OR CITY OF BOARDMAN,OR CITY OF MONROE,LA CITY OF BONANAZA,OR CITY OF MOSIER,OR CITY OF BOSSIER CITY,LA CITY OF NEW ORLEANS,LA CITY OF BROOKINGS.OR CITY OF NORTH PLAINS.OR CITY OF BURNS,OR CITY OF OREGON CITY,OR CITY OF CANBY,OR CITY OF PILOT ROCK.OR CITY OF CANYONVILLE,OR CITY OF PORTLAND,OR CITY OF CLATSKANIE,OR CITY OF POWERS,OR CITY OF COBURG,OR CITY OF PRINEVILLE,OR CITY OF CONDON,OR CITY OF REDMOND,OR CITY OF COQUILLE,OR CITY OF REEDSPORT.OR CITY OF CORVALLI,OR CITY OF RIDDLE,OR CITY OF CORVALLIS PARKS AND RECREATION CITY OF ROGUE RIVER,OR DEPARTMENT,OR CITY OF ROSEBURG.OR CITY OF COTTAGE GROVE.OR CITY OF SALEM,OR CITY OF DONALD,OR CITY OF SANDY,OR CITY OF EUGENE,OR CITY OF SCAPPOOSE,OR CITY OF FOREST GROVE,OR CITY OF SHADY COVE,OR CITY OF GOLD HILL,OR CITY OF SHERWOOD,OR CITY OF GRANTS PASS,OR CITY OF SHREVEPORT,LA CITY OF GRESHAM,OR CITY OF SILVERTON,OR CITY OF HILLSBORO,OR CITY OF SPRINGFIELD,OR CITY OF INDEPENDENCE.OR CITY OF ST.HELENS,OR Version Apr 12,2022 CITY OF ST.PAUL,OR ENTERPRISE,UT CITY OF SULPHUR,LA EPHRAIM,UT CITY OF TIGARD,OR ESCALANTE,UT CITY OF TROUTDALE,OR EUREKA,UT CITY OF TUALATIN,OR FAIRFIELD,UT CITY OF WALKER,LA FAIRVIEW,UT CITY OF WARRENTON,OR FARMINGTON,UT CITY OF WEST LINN,OR FARR WEST,UT CITY OF WILSONVILLE,OR FAYETTE,UT CITY OF WINSTON,OR FERRON,UT CITY OF WOODBURN,OR FIELDING.UT LEAGUE OF OREGON CITES FILLMORE,UT THE CITY OF HAPPY VALLEY OREGON FOUNTAIN GREEN.UT ALPINE,UT FRANCIS,UT ALTA,UT FRUIT HEIGHTS,UT ALTAMONT,UT GARDEN CITY,UT ALTON,UT GARLAND,UT AMALGA.UT GENOLA,UT AMERICAN FORK CITY,UT GLENDALE,UT ANNABELLA,UT GLENWOOD,UT ANTIMONY,UT GOSHEN,UT APPLE VALLEY.UT GRANTSVILLE,UT AURORA,UT GREEN RIVER,UT BALLARD,UT GUNNISON.UT BEAR RIVER CITY,UT HANKSVILLE,UT BEAVER,UT HARRISVILLE,UT BICKNELL,UT HATCH.UT BIG WATER,UT HEBER CITY CORPORATION,UT BLANDING,UT HELPER,UT BLUFFDALE,UT HENEFER,UT BOULDER,UT HENRIEVILLE,UT CITY OF BOUNTIFUL,UT HERRIMAN,UT BRIAN HEAD,UT HIDEOUT,UT BRIGHAM CITY CORPORATION,UT HIGHLAND,UT BRYCE CANYON CITY.UT HILDALE.UT CANNONVILLE,UT HINCKLEY,UT CASTLE DALE,UT HOLDEN,UT CASTLE VALLEY,UT HOLLADAY,UT CITY OF CEDAR CITY,UT HONEYVILLE,UT CEDAR FORT,UT HOOPER.UT CITY OF CEDAR HILLS.UT HOWELL,UT CENTERFIELD,UT HUNTINGTON,UT CENTERVILLE CITY CORPORATION.UT HUNTSVILLE,UT CENTRAL VALLEY,UT CITY OF HURRICANE.UT CHARLESTON,UT HYDE PARK,UT CIRCLEVILLE.UT HYRUM.UT CLARKSTON,UT INDEPENDENCE,UT CLAWSON,UT IVINS,UT CLEARFIELD.UT JOSEPH,UT CLEVELAND,UT JUNCTION,UT CLINTON CITY CORPORATION,UT KAMAS.UT COALVILLE,UT KANAB,UT CORINNE,UT KANARRAVILLE,UT CORNISH,UT KANOSH,UT COTTONWOOD HEIGHTS,UT KAYSVILLE,UT DANIEL,UT KINGSTON,UT DELTA,UT KOOSHAREM,UT DEWEYVILLE,UT LAKETOWN,UT DRAPER CITY.UT LA VERKIN,UT DUCHESNE,UT LAYTON,UT EAGLE MOUNTAIN,UT LEAMINGTON,UT EAST CARBON,UT LEEDS,UT ELK RIDGE,UT LEHI CITY CORPORATION,UT ELMO,UT LEVAN,UT ELSINORE,UT LEWISTON,UT ELWOOD,UT LINDON,UT EMERY,UT LOA,UT ENOCH.UT LOGAN CITY,UT Version April 12,2022 LYMAN,UT SALEM,UT LYNNDYL,UT SALINA,UT MANILA,UT SALT LAKE CITY CORPORATION,UT MANTI,UT SANDY.UT MANTUA,UT SANTA CLARA.UT MAPLETON,UT SANTAQUIN,UT MARRIOTT-SLATERVILLE,UT SARATOGA SPRINGS.UT MARYSVALE,UT SCIPIO.UT MAYFIELD,UT SCOFIELD,UT MEADOW,UT SIGURD,UT MENDON,UT SMITHFIELD.UT MIDVALE CITY INC.,UT SNOWVILLE,UT MIDWAY,UT CITY OF SOUTH JORDAN,UT MILFORD,UT SOUTH OGDEN,UT MILLVILLE,UT CITY OF SOUTH SALT LAKE,UT MINERSVILLE,UT SOUTH WEBER,UT MOAB,UT SPANISH FORK,UT MONA,UT SPRING CITY.UT MONROE,UT SPRINGDALE,UT CITY OF MONTICELLO,UT SPRINGVILLE,UT MORGAN.UT STERLING,UT MORONI,UT STOCKTON,UT MOUNT PLEASANT,UT SUNNYSIDE,UT MURRAY CITY CORPORATION,UT SUNSET CITY CORP,UT MYTON,UT SYRACUSE,UT NAPLES,UT TABIONA,UT NEPHI,UT CITY OF TAYLORSVILLE,UT NEW HARMONY,UT TOOELE CITY CORPORATION,UT NEWTON,UT TOQUERVILLE,UT NIBLEY,UT TORREY,UT NORTH LOGAN,UT TREMONTON CITY,UT NORTH OGDEN,UT TRENTON,UT NORTH SALT LAKE CITY,UT TROPIC,UT OAK CITY,UT UINTAH,UT OAKLEY,UT VERNAL CITY,UT OGDEN CITY CORPORATION,UT VERNON,UT OPHIR,UT VINEYARD,UT ORANGEVILLE,UT VIRGIN,UT ORDERVILLE,UT WALES,UT OREM,UT WALLSBURG,UT PANGUITCH,UT WASHINGTON CITY,UT PARADISE,UT WASHINGTON TERRACE,UT PARAGONAH.UT WELLINGTON.UT PARK CITY,UT WELLSVILLE,UT PAROWAN,UT WENDOVER,UT PAYSON.UT WEST BOUNTIFUL.UT PERRY,UT WEST HAVEN,UT PLAIN CITY,UT WEST JORDAN,UT PLEASANT GROVE CITY,UT WEST POINT,UT PLEASANT VIEW,UT WEST VALLEY CITY,UT PLYMOUTH.UT WILLARD,UT PORTAGE.UT WOODLAND HILLS,UT PRICE,UT WOODRUFF,UT PROVIDENCE,UT WOODS CROSS,UT PROVO,UT RANDOLPH,UT COUNTIES AND PARISHES INCLUDING BUT NOT REDMOND,UT LIMITED TO: RICHFIELD,UT ASCENSION PARISH,LA RICHMOND,UT ASCENSION PARISH,LA,CLEAR OF COURT RIVERDALE,UT CADDO PARISH.LA RIVER HEIGHTS,UT CALCASIEU PARISH,LA RIVERTON CITY.UT CALCASIEU PARISH SHERIFF'S OFFICE,LA ROCKVILLE.UT CITY AND COUNTY OF HONOLULU,HI ROCKY RIDGE,UT CLACKAMAS COUNTY,OR ROOSEVELT CITY CORPORATION,UT CLACKAMAS COUNTY DEPT OF TRANSPORTATION. ROY.UT OR RUSH VALLEY,UT CLATSOP COUNTY,OR CITY OF ST.GEORGE,UT COLUMBIA COUNTY,OR Version Apra 12,2022 ti COOS COUNTY.OR COUNTY OF DAGGETT,UT COOS COUNTY HIGHWAY DEPARTMENT.OR COUNTY OF SALT LAKE,UT COUNTY OF HAWAII,OR COUNTY OF TOOELE,UT CROOK COUNTY,OR COUNTY OF UTAH,UT CROOK COUNTY ROAD DEPARTMENT,OR COUNTY OF WASATCH,UT CURRY COUNTY,OR COUNTY OF DUCHESNE,UT DESCHUTES COUNTY,OR COUNTY OF UINTAH.UT DOUGLAS COUNTY.OR COUNTY OF CARBON.UT EAST BATON ROUGE PARISH,LA COUNTY OF SANPETE,UT GILLIAM COUNTY.OR COUNTY OF JUAB,UT GRANT COUNTY,OR COUNTY OF MILLARD,UT HARNEY COUNTY,OR COUNTY OF SEVIER,UT HARNEY COUNTY SHERIFFS OFFICE,OR COUNTY OF EMERY,UT HAWAII COUNTY,HI COUNTY OF GRAND,UT HOOD RIVER COUNTY,OR COUNTY OF BEVER,UT JACKSON COUNTY,OR COUNTY OF PIUTE,UT JEFFERSON COUNTY,OR COUNTY OF WAYNE,UT JEFFERSON PARISH,LA COUNTY OF SAN JUAN,UT JOSEPHINE COUNTY GOVERNMENT,OR COUNTY OF GARFIELD,UT LAFAYETTE CONSOLIDATED GOVERNMENT,LA COUNTY OF KANE,UT LAFAYETTE PARISH,LA COUNTY OF IRON,UT LAFAYETTE PARISH CONVENTION&VISITORS COUNTY OF WASHINGTON,UT COMMISSION LAFOURCHE PARISH.LA OTHER AGENCIES INCLUDING ASSOCIATIONS, KAUAI COUNTY,HI BOARDS,DISTRICTS.COMMISSIONS.COUNCILS, KLAMATH COUNTY,OR PUBLIC CORPORATIONS.PUBLIC DEVELOPMENT LAKE COUNTY,OR AUTHORITIES.RESERVATIONS AND UTILITIES LANE COUNTY,OR INCLUDING BUT NOT LIMITED TO: LINCOLN COUNTY,OR ADAIR R.F.P.D.,OR LINN COUNTY,OR ADEL WATER IMPROVEMENT DISTRICT.OR LIVINGSTON PARISH,LA ADRIAN R.F.P.D.,OR MALHEUR COUNTY.OR AGNESS COMMUNITY LIBRARY,OR MAUI COUNTY,HI AGNESS-ILLAHE R F.P D..OR MARION COUNTY,SALEM,OR AGRICULTURE EDUCATION SERVICE EXTENSION MORROW COUNTY,OR DISTRICT,OR MULTNOMAH COUNTY,OR ALDER CREEK-BARLOW WATER DISTRICT NO.29. MULTNOMAH COUNTY BUSINESS AND OR COMMUNITY SERVICES,OR ALFALFA FIRE DISTRICT.OR MULTNOMAH COUNTY SHERIFFS OFFICE,OR ALSEA R.F.P.D,OR MULTNOMAH LAW LIBRARY.OR ALSEA RIVIERA WATER IMPROVEMENT DISTRICT. ORLEANS PARISH,LA OR PLAQUEMINES PARISH,LA AMITY FIRE DISTRICT,OR POLK COUNTY,OR ANTELOPE MEADOWS SPECIAL ROAD DISTRICT,OR RAPIDES PARISH,LA APPLE ROGUE DISTRICT IMPROVEMENT COMPANY, SAINT CHARLES PARISH,LA OR SAINT CHARLES PARISH PUBLIC SCHOOLS.LA APPLEGATE VALLEY R.F.P.D.#9.OR SAINT LANDRY PARISH,LA ARCH CAPE DOMESTIC WATER SUPPLY DISTRICT, SAINT TAMMANY PARISH,LA OR SHERMAN COUNTY.OR ARCH CAPE SANITARY DISTRICT,OR TERREBONNE PARISH,LA ARNOLD IRRIGATION DISTRICT,OR TILLAMOOK COUNTY.OR ASH CREEK WATER CONTROL DISTRICT.OR TILLAMOOK COUNTY SHERIFF'S OFFICE,OR ATHENA CEMETERY MAINTENANCE DISTRICT,OR TILLAMOOK COUNTY GENERAL HOSPITAL,OR AUMSVILLE R.F.P.D.,OR UMATILLA COUNTY.OR AURORA R.F.P.D.,OR UNION COUNTY,OR AZALEA R.F.P.D.,OR WALLOWA COUNTY,OR BADGER IMPROVEMENT DISTRICT,OR WASCO COUNTY,OR BAILEY-SPENCER R.F.P.D..OR WASHINGTON COUNTY,OR BAKER COUNTY LIBRARY DISTRICT.OR WEST BATON ROUGE PARISH,LA BAKER R.F.P D.,OR WHEELER COUNTY.OR BAKER RIVERTON ROAD DISTRICT,OR YAMHILL COUNTY,OR BAKER VALLEY IRRIGATION DISTRICT,OR COUNTY OF BOX ELDER.UT BAKER VALLEY S.W.C.D.,OR COUNTY OF CACHE,UT BAKER VALLEY VECTOR CONTROL DISTRICT.OR COUNTY OF RICH,UT BANDON CRANBERRY WATER CONTROL DISTRICT, COUNTY OF WEBER.UT OR COUNTY OF MORGAN,UT BANDON R.F P.D.,OR COUNTY OF DAVIS,UT BANKS FIRE DISTRICT,OR COUNTY OF SUMMIT.UT BANKS FIRE DISTRICT#13.OR Version April 12,2022 i BAR L RANCH ROAD DISTRICT,OR CANBY UTILITY BOARD.OR BARLOW WATER IMPROVEMENT DISTRICT,OR CANNON BEACH R.F.P.D,OR BASIN AMBULANCE SERVICE DISTRICT,OR CANYONVILLE SOUTH UMPQUA FIRE DISTRICT,OR BASIN TRANSIT SERVICE TRANSPORTATION CAPE FERRELO R.F.P.D.,OR DISTRICT,OR CAPE FOULWEATHER SANITARY DISTRICT,OR BATON ROUGE WATER COMPANY CARLSON PRIMROSE SPECIAL ROAD DISTRICT,OR BAY AREA HEALTH DISTRICT.OR CARMEL BEACH WATER DISTRICT.OR BAYSHORE SPECIAL ROAD DISTRICT,OR CASCADE VIEW ESTATES TRACT 2,OR BEAR VALLEY SPECIAL ROAD DISTRICT,OR CEDAR CREST SPECIAL ROAD DISTRICT,OR BEAVER CREEK WATER CONTROL DISTRICT,OR CEDAR TRAILS SPECIAL ROAD DISTRICT,OR BEAVER DRAINAGE IMPROVEMENT COMPANY, CEDAR VALLEY-NORTH BANK R.F.P.D.,OR INC.,OR CENTRAL CASCADES FIRE AND EMS,OR BEAVER SLOUGH DRAINAGE DISTRICT.OR CENTRAL CITY ECONOMIC OPPORTUNITY CORP.LA BEAVER SPECIAL ROAD DISTRICT,OR CENTRAL LINCOLN P U.D.,OR BEAVER WATER DISTRICT,OR CENTRAL OREGON COAST FIRE&RESCUE BELLE MER S.I.G.L.TRACTS SPECIAL ROAD DISTRICT,OR DISTRICT,OR CENTRAL OREGON INTERGOVERNMENTAL BEND METRO PARK AND RECREATION DISTRICT COUNCIL BENTON S.W.C.D.,OR CENTRAL OREGON IRRIGATION DISTRICT,OR BERNDT SUBDIVISION WATER IMPROVEMENT CHAPARRAL WATER CONTROL DISTRICT,OR DISTRICT,OR CHARLESTON FIRE DISTRICT,OR BEVERLY BEACH WATER DISTRICT,OR CHARLESTON SANITARY DISTRICT,OR BIENVILLE PARISH FIRE PROTECTION DISTRICT 6, CHARLOTTE ANN WATER DISTRICT,OR LA CHEHALEM PARK&RECREATION DISTRICT,OR BIG BEND IRRIGATION DISTRICT,OR CHEHALEM PARK AND RECREATION DISTRICT BIGGS SERVICE DISTRICT,OR CHEMULT R.F.P.D.,OR BLACK BUTTE RANCH DEPARTMENT OF POLICE CHENOWITH WATER P.U.D.,OR SERVICES,OR CHERRIOTS,OR BLACK BUTTE RANCH R.F.P.D..OR CHETCO COMMUNITY PUBLIC LIBRARY DISTRICT, BLACK MOUNTAIN WATER DISTRICT.OR OR BLODGETT-SUMMIT R.F P.D.,OR CHILOQUIN VECTOR CONTROL DISTRICT,OR BLUE MOUNTAIN HOSPITAL DISTRICT,OR CHILOQUIN-AGENCY LAKE R.F.P.D.,OR BLUE MOUNTAIN TRANSLATOR DISTRICT,OR CHINOOK DRIVE SPECIAL ROAD DISTRICT,OR BLUE RIVER PARK&RECREATION DISTRICT,OR CHR DISTRICT IMPROVEMENT COMPANY,OR BLUE RIVER WATER DISTRICT,OR CHRISTMAS VALLEY DOMESTIC WATER DISTRICT. BLYR.FPD,OR OR BLY VECTOR CONTROL DISTRICT,OR CHRISTMAS VALLEY PARK&RECREATION BLY WATER AND SANITARY DISTRICT.OR DISTRICT,OR BOARDMAN CEMETERY MAINTENANCE DISTRICT, CHRISTMAS VALLEY R.F.P.D,OR OR CITY OF BOGALUSA SCHOOL BOARD,LA BOARDMAN PARK AND RECREATION DISTRICT CLACKAMAS COUNTY FIRE DISTRICT#1,OR BOARDMAN R.F.P.D.,OR CLACKAMAS COUNTY SERVICE DISTRICT#1,OR BONANZA BIG SPRINGS PARK&RECREATION CLACKAMAS COUNTY VECTOR CONTROL DISTRICT,OR DISTRICT,OR BONANZA MEMORIAL PARK CEMETERY DISTRICT, CLACKAMAS RIVER WATER OR CLACKAMAS RIVER WATER,OR BONANZA R.F.P.D.,OR CLACKAMAS S.W.C.D.,OR BONANZA-LANGELL VALLEY VECTOR CONTROL CLATSKANIE DRAINAGE IMPROVEMENT DISTRICT,OR COMPANY.OR BORING WATER DISTRICT#24,OR CLATSKANIE LIBRARY DISTRICT,OR BOULDER CREEK RETREAT SPECIAL ROAD CLATSKANIE P.U.D.,OR DISTRICT.OR CLATSKANIE PARK&RECREATION DISTRICT,OR BRIDGE R F P.D.,OR CLATSKANIE PEOPLE'S UTILITY DISTRICT BROOKS COMMUNITY SERVICE DISTRICT.OR CLATSKANIE R.F P.D..OR BROWNSVILLE R.F P.D,OR CLATSOP CARE CENTER HEALTH DISTRICT,OR BUELL-RED PRAIRIE WATER DISTRICT,OR CLATSOP COUNTY S.W.0 D..OR BUNKER HILL R.F.P.D.#1,OR CLATSOP DRAINAGE IMPROVEMENT COMPANY#15, BUNKER HILL SANITARY DISTRICT,OR INC,OR BURLINGTON WATER DISTRICT,OR CLEAN WATER SERVICES BURNT RIVER IRRIGATION DISTRICT.OR CLEAN WATER SERVICES,OR BURNT RIVER S W C.D.,OR CLOVERDALE R F.P.D.,OR CALAPOOIA R.F.P.D,OR CLOVERDALE SANITARY DISTRICT,OR CAMAS VALLEY R.F.P.D..OR CLOVERDALE WATER DISTRICT,OR CAMELLIA PARK SANITARY DISTRICT,OR COALEDO DRAINAGE DISTRICT,OR CAMMANN ROAD DISTRICT,OR COBURG FIRE DISTRICT,OR CAMP SHERMAN ROAD DISTRICT,OR COLESTIN RURAL FIRE DISTRICT.OR CANBY AREA TRANSIT,OR COLTON R F.P.D.OR CANBY R.F.P.D.#62,OR COLTON WATER DISTRICT#11,OR Version April 12,2022 s COLUMBIA 91 I COMMUNICATIONS DISTRICT,OR DESCHUTES COUNTY 911 SERVICE DISTRICT,OR COLUMBIA COUNTY 4-H&EXTENSION SERVICE DESCHUTES COUNTY R F.P.D.#2.OR DISTRICT,OR DESCHUTES PUBLIC LIBRARY DISTRICT,OR COLUMBIA DRAINAGE VECTOR CONTROL,OR DESCHUTES S.W.C.D.,OR COLUMBIA IMPROVEMENT DISTRICT,OR DESCHUTES VALLEY WATER DISTRICT,OR COLUMBIA R.F P.D.,OR DEVILS LAKE WATER IMPROVEMENT DISTRICT,OR COLUMBIA RIVER FIRE&RESCUE,OR DEXTER R.F.P.D.,OR COLUMBIA RIVER PUD,OR DEXTER SANITARY DISTRICT,OR COLUMBIA S.W.C.D.,OR DORA-SITKUM R F.P.D,OR COLUMBIA S.W.C.D..OR DOUGLAS COUNTY FIRE DISTRICT#2.OR CONFEDERATED TRIBES OF THE UMATILLA INDIAN DOUGLAS S.W.0 D.,OR RESERVATION DRAKES CROSSING R.F.P.D.,OR COOS COUNTY AIRPORT DISTRICT,OR DRRH SPECIAL ROAD DISTRICT#6.OR COOS COUNTY AIRPORT DISTRICT,OR DRY GULCH DITCH DISTRICT IMPROVEMENT COOS COUNTY AREA TRANSIT SERVICE DISTRICT, COMPANY,OR OR DUFUR RECREATION DISTRICT,OR COOS COUNTY AREA TRANSIT SERVICE DISTRICT, DUMBECK LANE DOMESTIC WATER SUPPLY,OR OR DUNDEE R.F.P.D.,OR COOS FOREST PROTECTIVE ASSOCIATION DURKEE COMMUNITY BUILDING PRESERVATION COOS S W.C.D.,OR DISTRICT,OR COQUILLE R.F.P.D.,OR EAGLE POINT IRRIGATION DISTRICT,OR COQUILLE VALLEY HOSPITAL DISTRICT,OR EAGLE VALLEY CEMETERY MAINTENANCE CORBETT WATER DISTRICT,OR DISTRICT,OR CORNELIUS R.F.P.D.,OR EAGLE VALLEY R.F.P.D.,OR CORP RANCH ROAD WATER IMPROVEMENT,OR EAGLE VALLEY S.W.C.D.,OR CORVALLIS R.F.P.D.,OR EAST FORK IRRIGATION DISTRICT,OR COUNTRY CLUB ESTATES SPECIAL WATER EAST MULTNOMAH S.W.C.D.,OR DISTRICT,OR EAST SALEM SERVICE DISTRICT,OR COUNTRY CLUB WATER DISTRICT,OR EAST UMATILLA CHEMICAL CONTROL DISTRICT, COUNTRY ESTATES ROAD DISTRICT,OR OR COVE CEMETERY MAINTENANCE DISTRICT,OR EAST UMATILLA COUNTY AMBULANCE AREA COVE ORCHARD SEWER SERVICE DISTRICT,OR HEALTH DISTRICT.OR COVE R.F P.D.,OR EAST UMATILLA COUNTY R.F.P.D.,OR CRESCENT R F.P.D.,OR EAST VALLEY WATER DISTRICT,OR CRESCENT SANITARY DISTRICT.OR ELGIN COMMUNITY PARKS&RECREATION CRESCENT WATER SUPPLY AND IMPROVEMENT DISTRICT,OR DISTRICT.OR ELGIN HEALTH DISTRICT.OR CROOK COUNTY AGRICULTURE EXTENSION ELGIN R.F.P.D.,OR SERVICE DISTRICT,OR ELKTON ESTATES PHASE 11 SPECIAL ROAD CROOK COUNTY CEMETERY DISTRICT,OR DISTRICT,OR CROOK COUNTY FIRE AND RESCUE,OR ELKTON R.F P.D.,OR CROOK COUNTY PARKS&RECREATION DISTRICT. EMERALD P.U.D.,OR OR ENTERPRISE IRRIGATION DISTRICT,OR CROOK COUNTY S.W.C.D.,OR ESTACADA CEMETERY MAINTENANCE DISTRICT, CROOK COUNTY VECTOR CONTROL DISTRICT,OR OR CROOKED RIVER RANCH R.F.P.D.,OR ESTACADA R.F.P.D.#69,OR CROOKED RIVER RANCH SPECIAL ROAD DISTRICT, EUGENE R F.P.D.# 1,OR OR EUGENE WATER AND ELECTRIC BOARD CRYSTAL SPRINGS WATER DISTRICT,OR EVANS VALLEY FIRE DISTRICT#6.OR CURRY COUNTY 4-H&EXTENSION SERVICE FAIR OAKS R.F.P.D.,OR DISTRICT,OR FAIRVIEW R.F.P.D.,OR CURRY COUNTY PUBLIC TRANSIT SERVICE FAIRVIEW WATER DISTRICT,OR DISTRICT,OR FALCON HEIGHTS WATER AND SEWER,OR CURRY COUNTY S.W.C.D.,OR FALCON-COVE BEACH WATER DISTRICT,OR CURRY HEALTH DISTRICT,OR FALL RIVER ESTATES SPECIAL ROAD DISTRICT,OR CURRY PUBLIC LIBRARY DISTRICT,OR FARGO INTERCHANGE SERVICE DISTRICT,OR DALLAS CEMETERY DISTRICT#4,OR FARMERS IRRIGATION DISTRICT,OR DARLEY DRIVE SPECIAL ROAD DISTRICT,OR FAT ELK DRAINAGE DISTRICT,OR DAVID CROCKETT STEAM FIRE COMPANY#1,LA FERN RIDGE PUBLIC LIBRARY DISTRICT,OR DAYS CREEK R.F.P D.,OR FERN VALLEY ESTATES IMPROVEMENT DISTRICT. DAYTON FIRE DISTRICT,OR OR DEAN MINARD WATER DISTRICT,OR FOR FAR ROAD DISTRICT,OR DEE IRRIGATION DISTRICT,OR FOREST GROVE R.F P.D.,OR DEER ISLAND DRAINAGE IMPROVEMENT FOREST VIEW SPECIAL ROAD DISTRICT,OR COMPANY,OR FORT ROCK-SILVER LAKE S.W.C.D.,OR DELL BROGAN CEMETERY MAINTENANCE FOUR RIVERS VECTOR CONTROL DISTRICT.OR DISTRICT,OR FOX CEMETERY MAINTENANCE DISTRICT.OR DEPOE BAY R.F.P.D.OR GARDINER R.F.P.D.OR Version April 12,2022 MI GARDINER SANITARY DISTRICT,OR HOOD RIVER S.W.C.D.,OR GARIBALDI R.F.P.D.,OR HOOD RIVER VALLEY PARKS&RECREATION GASTON R.F.P.D.,OR DISTRICT,OR GATES R F P.D.,OR HOODLAND FIRE DISTRICT#79 GEARHART R.F P.D.,OR HOODLAND FIRE DISTRICT#74.OR GILLIAM S W.C.D.,OR HORSEFLY IRRIGATION DISTRICT,OR GLENDALE AMBULANCE DISTRICT,OR HOSKINS-KINGS VALLEY R.F.P.D..OR GLENDALE R.F.P.D.,OR HOUSING AUTHORITY OF PORTLAND GLENEDEN BEACH SPECIAL ROAD DISTRICT,OR HUBBARD R.F P D.,OR GLENEDEN SANITARY DISTRICT,OR HUDSON BAY DISTRICT IMPROVEMENT COMPANY, GLENWOOD WATER DISTRICT,OR OR GLIDE-IDLEYLD SANITARY DISTRICT,OR 1 N(KAY)YOUNG DITCH DISTRICT IMPROVEMENT GLIDE R.F.P.D.,OR COMPANY,OR GOLD BEACH-WEDDERBURN R.F.P D,OR ICE FOUNTAIN WATER DISTRICT,OR GOLD HILL IRRIGATION DISTRICT,OR IDAHO POINT SPECIAL ROAD DISTRICT,OR GOLDFINCH ROAD DISTRICT,OR IDANHA-DETROIT RURAL FIRE PROTECTION GOSHEN R.F.P.D,OR DISTRICT,OR GOVERNMENT CAMP ROAD DISTRICT,OR ILLINOIS VALLEY FIRE DISTRICT GOVERNMENT CAMP SANITARY DISTRICT.OR ILLINOIS VALLEY R.F.P.D.,OR GRAND PRAIRIE WATER CONTROL DISTRICT,OR ILLINOIS VALLEY S.W.C.D.,OR GRAND RONDE SANITARY DISTRICT.OR IMBLER R.F.P.D..OR GRANT COUNTY TRANSPORTATION DISTRICT,OR INTERLACHEN WATER P.U.D,OR GRANT S.W.C.D,OR IONE LIBRARY DISTRICT,OR GRANTS PASS IRRIGATION DISTRICT.OR IONE R F.P.D #6-604,OR GREATER BOWEN VALLEY R.F.P.D.,OR IRONSIDE CEMETERY MAINTENANCE DISTRICT,OR GREATER ST.HELENS PARK&RECREATION IRONSIDE RURAL ROAD DISTRICT#5,OR DISTRICT.OR IRRIGON PARK&RECREATION DISTRICT,OR GREATER TOLEDO POOL RECREATION DISTRICT, IRRIGON R.F.P.D.,OR OR ISLAND CITY AREA SANITATION DISTRICT,OR GREEN KNOLLS SPECIAL ROAD DISTRICT.OR ISLAND CITY CEMETERY MAINTENANCE DISTRICT, GREEN SANITARY DISTRICT,OR OR GREENACRES R.F.P.D.,OR JACK PINE VILLAGE SPECIAL ROAD DISTRICT,OR GREENBERRY IRRIGATION DISTRICT,OR JACKSON COUNTY FIRE DISTRICT#3,OR GREENSPRINGS RURAL FIRE DISTRICT,OR JACKSON COUNTY FIRE DISTRICT#4,OR HAHLEN ROAD SPECIAL DISTRICT,OR JACKSON COUNTY FIRE DISTRICT#5,OR HAINES CEMETERY MAINTENANCE DISTRICT,OR JACKSON COUNTY LIBRARY DISTRICT,OR HAINES FIRE PROTECTION DISTRICT,OR JACKSON COUNTY VECTOR CONTROL DISTRICT,OR HALSEY-SHEDD R.F.P.D.,OR JACKSON S.W.C.D.,OR HAMLET R.F.P.D.,OR JASPER KNOLLS WATER DISTRICT,OR HARBOR R.F.P.D.OR JEFFERSON COUNTY EMERGENCY MEDICAL HARBOR SANITARY DISTRICT,OR SERVICE DISTRICT,OR HARBOR WATER P U.D,OR JEFFERSON COUNTY FIRE DISTRICT#1,OR HARNEY COUNTY HEALTH DISTRICT,OR JEFFERSON COUNTY LIBRARY DISTRICT.OR HARNEY S.W.C.D.,OR JEFFERSON COUNTY S.W.C.D.,OR HARPER SOUTH SIDE IRRIGATION DISTRICT,OR JEFFERSON PARK&RECREATION DISTRICT,OR HARRISBURG FIRE AND RESCUE,OR JEFFERSON R F.P.D.OR HAUSER R F.P D.,OR JOB'S DRAINAGE DISTRICT,OR HAZELDELL RURAL FIRE DISTRICT,OR JOHN DAY WATER DISTRICT,OR HEBO JOINT WATER-SANITARY AUTHORITY.OR JOHN DAY-CANYON CITY PARKS&RECREATION HECETA WATER P.U.D.,OR DISTRICT,OR HELIX CEMETERY MAINTENANCE DISTRICT#4,OR JOHN DAY-FERNHILL R.F.P.D #5-108,OR HELIX PARK&RECREATION DISTRICT.OR JORDAN VALLEY CEMETERY DISTRICT,OR HELIX R.F P.D.#7-411,OR JORDAN VALLEY IRRIGATION DISTRICT,OR HEPPNER CEMETERY MAINTENANCE DISTRICT,OR JOSEPHINE COMMUNITY LIBRARY DISTRICT.OR HEPPNER R.F.P.D.,OR JOSEPHINE COUNTY 4-H&EXTENSION SERVICE HEPPNER WATER CONTROL DISTRICT,OR DISTRICT,OR HEREFORD COMMUNITY HALL RECREATION JOSEPHINE COUNTY 911 AGENCY,OR DISTRICT,OR JUNCTION CITY R.F.P.D.,OR HERMISTON CEMETERY DISTRICT,OR JUNCTION CITY WATER CONTROL DISTRICT,OR HERMISTON IRRIGATION DISTRICT.OR JUNIPER BUTTE ROAD DISTRICT,OR HIDDEN VALLEY MOBILE ESTATES IMPROVEMENT JUNIPER CANYON WATER CONTROL DISTRICT,OR DISTRICT,OR JUNIPER FLAT DISTRICT IMPROVEMENT COMPANY. HIGH DESERT PARK&RECREATION DISTRICT,OR OR HIGHLAND SUBDIVISION WATER DISTRICT,OR JUNIPER FLAT R.F.P.D.,OR HONOLULU INTERNATIONAL AIRPORT JUNO NONPROFIT WATER IMPROVEMENT HOOD RIVER COUNTY LIBRARY DISTRICT,OR DISTRICT,OR HOOD RIVER COUNTY TRANSPORTATION DISTRICT, KEATING R.F.P.D.,OR OR KEATING S.W.C.D.,OR Version Apri 12,2022 KEIZER R.F.P D..OR LEBANON AQUATIC DISTRICT,OR KELLOGG RURAL FIRE DISTRICT.OR LEBANON R.F.P.D.,OR KENO IRRIGATION DISTRICT,OR LEWIS&CLARK R.F.P D.,OR KENO PINES ROAD DISTRICT,OR LINCOLN COUNTY LIBRARY DISTRICT,OR KENO R.F.P.D.,OR LINCOLN S.W.C.D.,OR KENT WATER DISTRICT,OR LINN COUNTY EMERGENCY TELEPHONE AGENCY, KERBY WATER DISTRICT.OR OR K-GB-LB WATER DISTRICT,OR LINN S W.C.D.,OR KILCHIS WATER DISTRICT,OR LITTLE MUDDY CREEK WATER CONTROL,OR KLAMATH 9-1-1 COMMUNICATIONS DISTRICT,OR LITTLE NESTUCCA DRAINAGE DISTRICT,OR KLAMATH BASIN IMPROVEMENT DISTRICT,OR LITTLE SWITZERLAND SPECIAL ROAD DISTRICT,OR KLAMATH COUNTY DRAINAGE SERVICE DISTRICT, LONE PINE IRRIGATION DISTRICT,OR OR LONG PRAIRIE WATER DISTRICT,OR KLAMATH COUNTY EXTENSION SERVICE DISTRICT, LOOKINGGLASS OLALLA WATER CONTROL OR DISTRICT,OR KLAMATH COUNTY FIRE DISTRICT#1,OR LOOKINGGLASS RURAL FIRE DISTRICT.OR KLAMATH COUNTY FIRE DISTRICT#3,OR LORANE R.F.P.D.,OR KLAMATH COUNTY FIRE DISTRICT#4,OR LOST&BOULDER DITCH IMPROVEMENT DISTRICT, KLAMATH COUNTY FIRE DISTRICT#5,OR OR KLAMATH COUNTY LIBRARY SERVICE DISTRICT, LOST CREEK PARK SPECIAL ROAD DISTRICT,OR OR LOUISIANA PUBLIC SERVICE COMMISSION.LA KLAMATH COUNTY PREDATORY ANIMAL LOUISIANA WATER WORKS CONTROL DISTRICT.OR LOWELL R.F.P.D.,OR KLAMATH DRAINAGE DISTRICT,OR LOWER MCKAY CREEK R.F P.D.,OR KLAMATH FALLS FOREST ESTATES SPECIAL ROAD LOWER MCKAY CREEK WATER CONTROL DISTRICT UNIT#2,OR DISTRICT,OR KLAMATH INTEROPERABILITY RADIO GROUP.OR LOWER POWDER RIVER IRRIGATION DISTRICT,OR KLAMATH IRRIGATION DISTRICT,OR LOWER SILETZ WATER DISTRICT,OR KLAMATH RIVER ACRES SPECIAL ROAD DISTRICT. LOWER UMPQUA HOSPITAL DISTRICT.OR OR LOWER UMPQUA PARK&RECREATION DISTRICT, KLAMATH S.W.C.D.,OR OR KLAMATH VECTOR CONTROL DISTRICT.OR LOWER VALLEY WATER IMPROVEMENT DISTRICT, KNAPPA-SVENSEN-BURNSIDE R.F P.D.,OR OR LA GRANDE CEMETERY MAINTENANCE DISTRICT. LUCE LONG DITCH DISTRICT IMPROVEMENT CO, OR OR LA GRANDE R.F.P.D.,OR LUSTED WATER DISTRICT,OR LA PINE PARK&RECREATION DISTRICT,OR LYONS R.F.P.D.,OR LA PINE R.F.P.D.,OR LYONS-MEHAMA WATER DISTRICT,OR LABISH VILLAGE SEWAGE&DRAINAGE,OR MADRAS AQUATIC CENTER DISTRICT,OR LACOMB IRRIGATION DISTRICT,OR MAKAI SPECIAL ROAD DISTRICT.OR LAFAYETTE AIRPORT COMMISSION,LA MALHEUR COUNTY S.W.C.D..OR LAFOURCHE PARISH HEALTH UNIT-DHH-OPH MALHEUR COUNTY VECTOR CONTROL DISTRICT, REGION 3 OR LAIDLAW WATER DISTRICT,OR MALHEUR DISTRICT IMPROVEMENT COMPANY,OR LAKE CHINOOK FIRE&RESCUE,OR MALHEUR DRAINAGE DISTRICT,OR LAKE COUNTY 9-H&EXTENSION SERVICE MALHEUR MEMORIAL HEALTH DISTRICT.OR DISTRICT,OR MALIN COMMUNITY CEMETERY MAINTENANCE LAKE COUNTY LIBRARY DISTRICT,OR DISTRICT,OR LAKE CREEK R.F.P.D.-JACKSON,OR MALIN COMMUNITY PARK&RECREATION LAKE CREEK R.F.P.D.-LANE COUNTY,OR DISTRICT,OR LAKE DISTRICT HOSPITAL.OR MALIN IRRIGATION DISTRICT,OR LAKE GROVE R.F.P.D.NO.57,OR MALIN R.F.P.D.,OR LAKE GROVE WATER DISTRICT,OR MAPLETON FIRE DEPARTMENT,OR LAKE LABISH WATER CONTROL DISTRICT,OR MAPLETON WATER DISTRICT,OR LAKE POINT SPECIAL ROAD DISTRICT,OR MARCOLA WATER DISTRICT,OR LAKESIDE R.F.P D.#4,OR MARION COUNTY EXTENSION&4H SERVICE LAKESIDE WATER DISTRICT,OR DISTRICT.OR LAKEVIEW R.F.P.D.,OR MARION COUNTY FIRE DISTRICT#1,OR LAKEVIEW S W.C.D.,OR MARION JACK IMPROVEMENT DISTRICT,OR LAMONTAI IMPROVEMENT DISTRICT,OR MARION S.W.C.D.,OR LANE FIRE AUTHORITY,OR MARY'S RIVER ESTATES ROAD DISTRICT,OR LANE LIBRARY DISTRICT,OR MCDONALD FOREST ESTATES SPECIAL ROAD LANE TRANSIT DISTRICT,OR DISTRICT,OR LANGELL VALLEY IRRIGATION DISTRICT,OR MCKAY ACRES IMPROVEMENT DISTRICT,OR LANGLOIS PUBLIC LIBRARY,OR MCKAY DAM R F.P.D.#7-410,OR LANGLOIS R.F P.D.,OR MCKENZIE FIRE&RESCUE,OR LANGLOIS WATER DISTRICT,OR MCKENZIE PALISADES WATER SUPPLY LAZY RIVER SPECIAL ROAD DISTRICT,OR CORPORATION,OR Version April 12,2022 MCMINNVILLE R F.P.D.,OR NEHALEM BAY WASTEWATER AGENCY,OR MCNULTY WATER P.U.D.,OR NESIKA BEACH-OPHIR WATER DISTRICT.OR MEADOWS DRAINAGE DISTRICT,OR NESKOWIN REGIONAL SANITARY AUTHORITY,OR MEDFORD IRRIGATION DISTRICT,OR NESKOWIN REGIONAL WATER DISTRICT,OR MEDFORD R.F.P.D.#2,OR NESTUCCA R F P.D.,OR MEDFORD WATER COMMISSION NETARTS WATER DISTRICT,OR MEDICAL SPRINGS R F.P.D.,OR NETARTS-OCEANSIDE R.F.P.D.,OR MELHEUR COUNTY JAIL,OR NETARTS-OCEANSIDE SANITARY DISTRICT,OR MERLIN COMMUNITY PARK DISTRICT,OR NEW BRIDGE WATER SUPPLY DISTRICT,OR MERRILL CEMETERY MAINTENANCE DISTRICT,OR NEW CARLTON FIRE DISTRICT,OR MERRILL PARK DISTRICT,OR NEW ORLEANS REDEVELOPMENT AUTHORITY,LA MERRILL R.F.P.D,OR NEW PINE CREEK R.F.P.D.,OR METRO REGIONAL GOVERNMENT NEWBERG R F.P.D,OR METRO REGIONAL PARKS NEWBERRY ESTATES SPECIAL ROAD DISTRICT,OR METROPOLITAN EXPOSITION RECREATION NEWPORT R.F.P.D.,OR COMMISSION NEWT YOUNG DITCH DISTRICT IMPROVEMENT METROPOLITAN SERVICE DISTRICT(METRO) COMPANY,OR MID COUNTY CEMETERY MAINTENANCE DISTRICT. NORTH ALBANY R.F P D..OR OR NORTH BAY R F P.D.#9,OR MID-COLUMBIA FIRE AND RESCUE,OR NORTH CLACKAMAS PARKS&RECREATION MIDDLE FORK IRRIGATION DISTRICT.OR DISTRICT.OR MIDLAND COMMUNITY PARK,OR NORTH COUNTY RECREATION DISTRICT,OR MIDLAND DRAINAGE IMPROVEMENT DISTRICT,OR NORTH DOUGLAS COUNTY FIRE&EMS,OR MILES CROSSING SANITARY SEWER DISTRICT.OR NORTH DOUGLAS PARK&RECREATION DISTRICT, MILL CITY R.F.P.D.#2-303,OR OR MILL FOUR DRAINAGE DISTRICT,OR NORTH GILLIAM COUNTY HEALTH DISTRICT,OR MILLICOMA RIVER PARK&RECREATION DISTRICT, NORTH GILLIAM COUNTY R.F.P.D.,OR OR NORTH LAKE HEALTH DISTRICT,OR MILLINGTON R.F.P.D.#5.OR NORTH LEBANON WATER CONTROL DISTRICT.OR MILO VOLUNTEER FIRE DEPARTMENT.OR NORTH LINCOLN FIRE&RESCUE DISTRICT#1,OR MILTON-FREEWATER AMBULANCE SERVICE AREA NORTH LINCOLN HEALTH DISTRICT,OR HEALTH DISTRICT,OR NORTH MORROW VECTOR CONTROL DISTRICT,OR MILTON-FREEWATER WATER CONTROL DISTRICT, NORTH SHERMAN COUNTY R.F.P.D,OR OR NORTH UNIT IRRIGATION DISTRICT,OR MIROCO SPECIAL ROAD DISTRICT,OR NORTHEAST OREGON HOUSING AUTHORITY,OR MIST-BIRKENFELD R.F.P.D.,OR NORTHEAST WHEELER COUNTY HEALTH DISTRICT, MODOC POINT IRRIGATION DISTRICT,OR OR MODOC POINT SANITARY DISTRICT,OR NORTHERN WASCO COUNTY P.U.D.,OR MOHAWK VALLEY R.F P.D.,OR NORTHERN WASCO COUNTY PARK&RECREATION MOLALLA AQUATIC DISTRICT.OR DISTRICT,OR MOLALLA R.F.P.D.#73,OR NYE DITCH USERS DISTRICT IMPROVEMENT,OR MONITOR R.F.P.D.,OR NYSSA ROAD ASSESSMENT DISTRICT#2,OR MONROE R.F.P.D.,OR NYSSA RURAL FIRE DISTRICT.OR MONUMENT CEMETERY MAINTENANCE DISTRICT, NYSSA-ARCADIA DRAINAGE DISTRICT,OR OR OAK LODGE WATER SERVICES,OR MONUMENT S.W C.D,OR OAKLAND R.F.P.D.,OR MOOREA DRIVE SPECIAL ROAD DISTRICT,OR OAKVILLE COMMUNITY CENTER,OR MORO R.F.P.D.,OR OCEANSIDE WATER DISTRICT,OR MORROW COUNTY HEALTH DISTRICT,OR OCHOCO IRRIGATION DISTRICT,OR MORROW COUNTY UNIFIED RECREATION OCHOCO WEST WATER AND SANITARY DISTRICT,OR AUTHORITY,OR MORROW S.W.0 D.,OR ODELL SANITARY DISTRICT,OR MOSIER FIRE DISTRICT,OR OLD OWYHEE DITCH IMPROVEMENT DISTRICT,OR MOUNTAIN DRIVE SPECIAL ROAD DISTRICT,OR OLNEY-WALLUSKI FIRE&RESCUE DISTRICT,OR MT.ANGEL R.F.P.D.,OR ONTARIO LIBRARY DISTRICT,OR MT.HOOD IRRIGATION DISTRICT,OR ONTARIO R F.P.D,OR MT.LAKI CEMETERY DISTRICT,OR OPHIR R.F.P.D.,OR MT VERNON R.F.P.D.,OR OREGON COAST COMMUNITY ACTION MULINO WATER DISTRICT#1,OR OREGON HOUSING AND COMMUNITY SERVICES MULTNOMAH COUNTY DRAINAGE DISTRICT#1,OR OREGON INTERNATIONAL PORT OF COOS BAY,OR MULTNOMAH COUNTY R.F.P.D #10,OR OREGON LEGISLATIVE ADMINISTRATION MULTNOMAH COUNTY R.F.P.D.#14,OR OREGON OUTBACK R.F.P D.,OR MULTNOMAH EDUCATION SERVICE DISTRICT OREGON POINT,OR MYRTLE CREEK R.F.P.D.,OR OREGON TRAIL LIBRARY DISTRICT,OR NEAH-KAH-NIE WATER DISTRICT,OR OTTER ROCK WATER DISTRICT,OR NEDONNA R.F P.D,OR OWW UNIT#2 SANITARY DISTRICT,OR NEHALEM BAY FIRE AND RESCUE,OR OWYHEE CEMETERY MAINTENANCE DISTRICT,OR NEHALEM BAY HEALTH DISTRICT,OR OWYHEE IRRIGATION DISTRICT,OR Version April 12,2022 IMMII PACIFIC CITY JOINT WATER-SANITARY PORT OF UMPQUA,OR AUTHORITY,OR PORT ORFORD CEMETERY MAINTENANCE PACIFIC COMMUNITIES HEALTH DISTRICT,OR DISTRICT,OR PACIFIC RIVIERA#3 SPECIAL ROAD DISTRICT,OR PORT ORFORD PUBLIC LIBRARY DISTRICT,OR PALATINE HILL WATER DISTRICT,OR PORT ORFORD R.F.P.D..OR PALMER CREEK WATER DISTRICT IMPROVEMENT PORTLAND DEVELOPMENT COMMISSION,OR COMPANY.OR PORTLAND FIRE AND RESCUE PANORAMIC ACCESS SPECIAL ROAD DISTRICT,OR PORTLAND HOUSING CENTER,OR PANTHER CREEK ROAD DISTRICT,OR POWDER R.F.P.D.,OR PANTHER CREEK WATER DISTRICT,OR POWDER RIVER R.F.P.D.,OR PARKDALE R.F.P D.,OR POWDER VALLEY WATER CONTROL DISTRICT,OR PARKDALE SANITARY DISTRICT,OR POWERS HEALTH DISTRICT,OR PENINSULA DRAINAGE DISTRICT#1.OR PRAIRIE CEMETERY MAINTENANCE DISTRICT,OR PENINSULA DRAINAGE DISTRICT#2,OR PRINEVILLE LAKE ACRES SPECIAL ROAD DISTRICT PHILOMATH FIRE AND RESCUE.OR #1,OR PILOT ROCK CEMETERY MAINTENANCE DISTRICT PROSPECT R.F P.D..OR #5,OR QUAIL VALLEY PARK IMPROVEMENT DISTRICT,OR PILOT ROCK PARK&RECREATION DISTRICT.OR QUEENER IRRIGATION IMPROVEMENT DISTRICT, PILOT ROCK R.F.P.D.,OR OR PINE EAGLE HEALTH DISTRICT,OR RAINBOW WATER DISTRICT,OR PINE FLAT DISTRICT IMPROVEMENT COMPANY.OR RAINIER CEMETERY DISTRICT.OR PINE GROVE IRRIGATION DISTRICT,OR RAINIER DRAINAGE IMPROVEMENT COMPANY.OR PINE GROVE WATER DISTRICT-KLAMATH FALLS, RALEIGH WATER DISTRICT,OR OR REDMOND AREA PARK&RECREATION DISTRICT, PINE GROVE WATER DISTRICT-MAUPIN,OR OR PINE VALLEY CEMETERY DISTRICT,OR REDMOND FIRE AND RESCUE,OR PINE VALLEY R.F.P.D..OR RIDDLE FIRE PROTECTION DISTRICT.OR PINEWOOD COUNTRY ESTATES SPECIAL ROAD RIDGEWOOD DISTRICT IMPROVEMENT COMPANY, DISTRICT.OR OR PIONEER DISTRICT IMPROVEMENT COMPANY.OR RIDGEWOOD ROAD DISTRICT,OR PISTOL RIVER CEMETERY MAINTENANCE RIETH SANITARY DISTRICT,OR DISTRICT,OR RIETH WATER DISTRICT,OR PISTOL RIVER FIRE DISTRICT,OR RIMROCK WEST IMPROVEMENT DISTRICT,OR PLEASANT HILL R.F.P.D.,OR RINK CREEK WATER DISTRICT,OR PLEASANT HOME WATER DISTRICT,OR RIVER BEND ESTATES SPECIAL ROAD DISTRICT,OR POCAHONTAS MINING AND IRRIGATION DISTRICT, RIVER FOREST ACRES SPECIAL ROAD DISTRICT,OR OR RIVER MEADOWS IMPROVEMENT DISTRICT,OR POE VALLEY IMPROVEMENT DISTRICT,OR RIVER PINES ESTATES SPECIAL ROAD DISTRICT,OR POE VALLEY PARK&RECREATION DISTRICT,OR RIVER ROAD PARK&RECREATION DISTRICT,OR POE VALLEY VECTOR CONTROL DISTRICT,OR RIVER ROAD WATER DISTRICT,OR POLK COUNTY FIRE DISTRICT#1,OR RIVERBEND RIVERBANK WATER IMPROVEMENT POLK S.W C.D,OR DISTRICT,OR POMPADOUR WATER IMPROVEMENT DISTRICT,OR RIVERDALE R.F.P.D. I1-JT,OR PONDEROSA PINES EAST SPECIAL ROAD DISTRICT, RIVERGROVE WATER DISTRICT,OR OR RIVERSIDE MISSION WATER CONTROL DISTRICT, PORT OF ALSEA,OR OR PORT OF ARLINGTON,OR RIVERSIDE R.F P D.#7-406,OR PORT OF ASTORIA,OR RIVERSIDE WATER DISTRICT,OR PORT OF BANDON,OR ROBERTS CREEK WATER DISTRICT,OR PORT OF BRANDON,OR ROCK CREEK DISTRICT IMPROVEMENT,OR PORT OF BROOKINGS HARBOR,OR ROCK CREEK WATER DISTRICT.OR PORT OF CASCADE LOCKS,OR ROCKWOOD WATER P.U.D..OR PORT OF COQUILLE RIVER,OR ROCKY POINT FIRE&EMS,OR PORT OF GARIBALDI,OR ROGUE RIVER R.F P.D.OR PORT OF GOLD BEACH,OR ROGUE RIVER VALLEY IRRIGATION DISTRICT,OR PORT OF HOOD RIVER,OR ROGUE VALLEY SEWER SERVICES,OR PORT OF MORGAN CITY,LA ROGUE VALLEY SEWER,OR PORT OF MORROW,OR ROGUE VALLEY TRANSPORTATION DISTRICT,OR PORT OF NEHALEM.OR ROSEBURG URBAN SANITARY AUTHORITY,OR PORT OF NEWPORT,OR ROSEWOOD ESTATES ROAD DISTRICT.OR PORT OF PORT ORFORD,OR ROW RIVER VALLEY WATER DISTRICT,OR PORT OF PORTLAND.OR RURAL ROAD ASSESSMENT DISTRICT#3,OR PORT OF SIUSLAW,OR RURAL ROAD ASSESSMENT DISTRICT#4,OR PORT OF ST.HELENS,OR SAINT LANDRY PARISH TOURIST COMMISSION PORT OF THE DALLES.OR SAINT MARY PARISH REC DISTRICT 2 PORT OF TILLAMOOK BAY,OR SAINT MARY PARISH REC DISTRICT 3 PORT OF TOLEDO,OR SAINT TAMMANY FIRE DISTRICT 4,LA PORT OF UMATILLA.OR SALEM AREA MASS TRANSIT DISTRICT,OR Version April 12.2022 SALEM MASS TRANSIT DISTRICT SOUTH WASCO PARK&RECREATION DISTRICT,OR SALEM SUBURBAN R.F.P.D.,OR SOUTHERN COOS HEALTH DISTRICT,OR SALISHAN SANITARY DISTRICT,OR SOUTHERN CURRY CEMETERY MAINTENANCE SALMON RIVER PARK SPECIAL ROAD DISTRICT.OR DISTRICT,OR SALMON RIVER PARK WATER IMPROVEMENT SOUTHVIEW IMPROVEMENT DISTRICT,OR DISTRICT,OR SOUTHWEST LINCOLN COUNTY WATER DISTRICT, SALMONBERRY TRAIL INTERGOVERNMENTAL OR AGENCY,OR SOUTHWESTERN POLK COUNTY R.F.P.D.,OR SANDPIPER VILLAGE SPECIAL ROAD DISTRICT,OR SOUTHWOOD PARK WATER DISTRICT,OR SANDY DRAINAGE IMPROVEMENT COMPANY,OR SPECIAL ROAD DISTRICT#1.OR SANDY R F.P.D.#72,OR SPECIAL ROAD DISTRICT#8,OR SANTA CLARA R.F.P.D,OR SPRING RIVER SPECIAL ROAD DISTRICT,OR SANTA CLARA WATER DISTRICT,OR SPRINGFIELD UTILITY BOARD,OR SANTIAM WATER CONTROL DISTRICT,OR ST.PAUL R.F.P.D.,OR SAUVIE ISLAND DRAINAGE IMPROVEMENT STANFIELD CEMETERY DISTRICT#6,OR COMPANY,OR STANFIELD IRRIGATION DISTRICT,OR SAUVIE ISLAND VOLUNTEER FIRE DISTRICT#30J, STARR CREEK ROAD DISTRICT,OR OR STARWOOD SANITARY DISTRICT.OR SCAPPOOSE DRAINAGE IMPROVEMENT COMPANY, STAYTON FIRE DISTRICT,OR OR SUBLIMITY FIRE DISTRICT,OR SCAPPOOSE PUBLIC LIBRARY DISTRICT,OR SUBURBAN EAST SALEM WATER DISTRICT,OR SCAPPOOSE R.F P.D.,OR SUBURBAN LIGHTING DISTRICT,OR SCIO R.F.P.D.,OR SUCCOR CREEK DISTRICT IMPROVEMENT SCOTTSBURG R.F.P.D.,OR COMPANY,OR SEAL ROCK R.F.P.D.,OR SUMMER LAKE IRRIGATION DISTRICT,OR SEAL ROCK WATER DISTRICT,OR SUMMERVILLE CEMETERY MAINTENANCE SEWERAGE AND WATER BOARD OF NEW ORLEANS. DISTRICT,OR LA SUMNER R F.P.D,OR SHANGRI-LA WATER DISTRICT,OR SUN MOUNTAIN SPECIAL ROAD DISTRICT,OR SHASTA VIEW IRRIGATION DISTRICT,OR SUNDOWN SANITATION DISTRICT,OR SHELLEY ROAD CREST ACRES WATER DISTRICT, SUNFOREST ESTATES SPECIAL ROAD DISTRICT,OR OR SUNNYSIDE IRRIGATION DISTRICT.OR SHERIDAN FIRE DISTRICT,OR SUNRISE WATER AUTHORITY,OR SHERMAN COUNTY HEALTH DISTRICT,OR SUNRIVER SERVICE DISTRICT,OR SHERMAN COUNTY S.W.C.D.,OR SUNSET EMPIRE PARK&RECREATION DISTRICT, SHORELINE SANITARY DISTRICT,OR OR SILETZ KEYS SANITARY DISTRICT,OR SUNSET EMPIRE TRANSPORTATION DISTRICT,OR SILETZ R.F.P.D,OR SURFLAND ROAD DISTRICT,OR SILVER FALLS LIBRARY DISTRICT,OR SUTHERLIN VALLEY RECREATION DISTRICT,OR SILVER LAKE IRRIGATION DISTRICT,OR SUTHERLIN WATER CONTROL DISTRICT.OR SILVER LAKE R.F.P D.,OR SWALLEY IRRIGATION DISTRICT.OR SILVER SANDS SPECIAL ROAD DISTRICT,OR SWEET HOME CEMETERY MAINTENANCE DISTRICT, SILVERTON R.F.P.D.NO.2,OR OR SISTERS PARKS&RECREATION DISTRICT,OR SWEET HOME FIRE&AMBULANCE DISTRICT,OR SISTERS-CAMP SHERMAN R.F.P.D.,OR SWISSHOME-DEADWOOD R F P D.,OR SIUSLAW PUBLIC LIBRARY DISTRICT,OR TABLE ROCK DISTRICT IMPROVEMENT COMPANY, SIUSLAW S W.0 D.,OR OR SIUSLAW VALLEY FIRE AND RESCUE,OR TALENT IRRIGATION DISTRICT.OR SIXES R.F.P.D.,OR TANGENT R.F.P.D..OR SKIPANON WATER CONTROL DISTRICT,OR TENMILE R.F.P.D,OR SKYLINE VIEW DISTRICT IMPROVEMENT TERREBONNE DOMESTIC WATER DISTRICT.OR COMPANY,OR THE DALLES IRRIGATION DISTRICT,OR SLEEPY HOLLOW WATER DISTRICT,OR THOMAS CREEK-WESTSIDE R.F.P.D.,OR SMITH DITCH DISTRICT IMPROVEMENT COMPANY. THREE RIVERS RANCH ROAD DISTRICT,OR OR THREE SISTERS IRRIGATION DISTRICT,OR SOUTH CLACKAMAS TRANSPORTATION DISTRICT, TIGARD TUALATIN AQUATIC DISTRICT,OR OR TIGARD WATER DISTRICT,OR SOUTH COUNTY HEALTH DISTRICT,OR TILLAMOOK BAY FLOOD IMPROVEMENT DISTRICT, SOUTH FORK WATER BOARD,OR OR SOUTH GILLIAM COUNTY CEMETERY DISTRICT,OR TILLAMOOK COUNTY EMERGENCY SOUTH GILLIAM COUNTY HEALTH DISTRICT,OR COMMUNICATIONS DISTRICT,OR SOUTH GILLIAM COUNTY R.F.P.D.VI-30I,OR TILLAMOOK COUNTY S W C.D,OR SOUTH LAFOURCHE LEVEE DISTRICT.LA TILLAMOOK COUNTY TRANSPORTATION DISTRICT, SOUTH LANE COUNTY FIRE&RESCUE,OR OR SOUTH SANTIAM RIVER WATER CONTROL TILLAMOOK FIRE DISTRICT.OR DISTRICT,OR TILLAMOOK P.U.D.,OR SOUTH SHERMAN FIRE DISTRICT,OR TILLER R F.P.D.,OR SOUTH SUBURBAN SANITARY DISTRICT,OR Version April 12,2022 TOBIN DITCH DISTRICT IMPROVEMENT COMPANY, WALLOWA S.W.C.D.,OR OR WALLOWA VALLEY IMPROVEMENT DISTRICT#1. TOLEDO R F.P.D,OR OR TONE WATER DISTRICT,OR WAMIC R.F.P.D,OR TOOLEY WATER DISTRICT,OR WAMIC WATER&SANITARY AUTHORITY,OR TRASK DRAINAGE DISTRICT,OR WARMSPRINGS IRRIGATION DISTRICT,OR TRI CITY R.F.P.D.#4,OR WASCO COUNTY S.W.C.D.,OR TRI-CITY WATER&SANITARY AUTHORITY,OR WATER ENVIRONMENT SERVICES,OR TRI-COUNTY METROPOLITAN TRANSPORTATION WATER WONDERLAND IMPROVEMENT DISTRICT, DISTRICT OF OREGON OR TRIMET,OR WATERBURY&ALLEN DITCH IMPROVEMENT TUALATIN HILLS PARK&RECREATION DISTRICT DISTRICT,OR TUALATIN HILLS PARK&RECREATION DISTRICT. WATSECO-BARVIEW WATER DISTRICT,OR OR WAUNA WATER DISTRICT,OR TUALATIN S.W.C.D.,OR WEDDERBURN SANITARY DISTRICT,OR TUALATIN VALLEY FIRE&RESCUE WEST EAGLE VALLEY WATER CONTROL DISTRICT, TUALATIN VALLEY FIRE&RESCUE,OR OR TUALATIN VALLEY IRRIGATION DISTRICT.OR WEST EXTENSION IRRIGATION DISTRICT,OR TUALATIN VALLEY WATER DISTRICT WEST LABISH DRAINAGE&WATER CONTROL TUALATIN VALLEY WATER DISTRICT,OR IMPROVEMENT DISTRICT,OR TUMALO IRRIGATION DISTRICT.OR WEST MULTNOMAH S.W.C.D.,OR TURNER FIRE DISTRICT,OR WEST SIDE R.F.P.D.,OR TWIN ROCKS SANITARY DISTRICT.OR WEST SLOPE WATER DISTRICT,OR TWO RIVERS NORTH SPECIAL ROAD DISTRICT.OR WEST UMATILLA MOSQUITO CONTROL DISTRICT, TWO RIVERS S.W.C.D.,OR OR TWO RIVERS SPECIAL ROAD DISTRICT,OR WEST VALLEY FIRE DISTRICT,OR TYGH VALLEY R.F P.D,OR WESTERN HEIGHTS SPECIAL ROAD DISTRICT,OR TYGH VALLEY WATER DISTRICT,OR WESTERN LANE AMBULANCE DISTRICT,OR UMATILLA COUNTY FIRE DISTRICT#1.OR WESTLAND IRRIGATION DISTRICT.OR UMATILLA COUNTY S.W.C.D.,OR WESTON ATHENA MEMORIAL HALL PARK& UMATILLA COUNTY SPECIAL LIBRARY DISTRICT, RECREATION DISTRICT,OR OR WESTON CEMETERY DISTRICT#2.OR UMATILLA HOSPITAL DISTRICT,OR WESTPORT FIRE AND RESCUE,OR UMATILLA R F.P.D.#7-405,OR WESTRIDGE WATER SUPPLY CORPORATION,OR UMATILLA-MORROW RADIO AND DATA DISTRICT, WESTWOOD HILLS ROAD DISTRICT,OR OR WESTWOOD VILLAGE ROAD DISTRICT,OR UMPQUA S.W.C.D.,OR WHEELER S W.C.D,OR UNION CEMETERY MAINTENANCE DISTRICT.OR WHITE RIVER HEALTH DISTRICT.OR UNION COUNTY SOLID WASTE DISPOSAL DISTRICT, WIARD MEMORIAL PARK DISTRICT,OR OR WICKIUP WATER DISTRICT,OR UNION COUNTY VECTOR CONTROL DISTRICT,OR WILLAKENZIE R.F P.D,OR UNION GAP SANITARY DISTRICT,OR WILLAMALANE PARK&RECREATION DISTRICT,OR UNION GAP WATER DISTRICT.OR WILLAMALANE PARK AND RECREATION DISTRICT UNION HEALTH DISTRICT,OR WILLAMETTE HUMANE SOCIETY UNION R.F.P.D.OR WILLAMETTE RIVER WATER COALITION,OR UNION S.W C.D,OR WILLIAMS R.F.P.D.OR UNITY COMMUNITY PARK&RECREATION WILLOW CREEK PARK DISTRICT,OR DISTRICT,OR WILLOW DALE WATER DISTRICT,OR UPPER CLEVELAND RAPIDS ROAD DISTRICT,OR WILSON RIVER WATER DISTRICT.OR UPPER MCKENZIE R.F.P.D.,OR WINCHESTER BAY R F P D.,OR UPPER WILLAMETTE S.W C.D.,OR WINCHESTER BAY SANITARY DISTRICT,OR VALE OREGON IRRIGATION DISTRICT,OR WINCHUCK R.F.P.D.,OR VALE RURAL FIRE PROTECTION DISTRICT,OR WINSTON-DILLARD R F.P.D.,OR VALLEY ACRES SPECIAL ROAD DISTRICT,OR WINSTON-DILLARD WATER DISTRICT,OR VALLEY VIEW CEMETERY MAINTENANCE WOLF CREEK R.F.P.D.,OR DISTRICT,OR WOOD RIVER DISTRICT IMPROVEMENT COMPANY, VALLEY VIEW WATER DISTRICT,OR OR VANDEVERT ACRES SPECIAL ROAD DISTRICT,OR WOODBURN R.F.P.D.NO.6,OR VERNONIA R F.P D,OR WOODLAND PARK SPECIAL ROAD DISTRICT,OR VINEYARD MOUNTAIN PARK&RECREATION WOODS ROAD DISTRICT,OR DISTRICT,OR WRIGHT CREEK ROAD WATER IMPROVEMENT VINEYARD MOUNTAIN SPECIAL ROAD DISTRICT, DISTRICT,OR OR WYEAST FIRE DISTRICT,OR WALLA WALLA RIVER IRRIGATION DISTRICT,OR YACHATS R.F.P.D.,OR WALLOWA COUNTY HEALTH CARE DISTRICT,OR YAMHILL COUNTY TRANSIT AREA,OR WALLOWA LAKE COUNTY SERVICE DISTRICT,OR YAMHILL FIRE PROTECTION DISTRICT,OR WALLOWA LAKE IRRIGATION DISTRICT,OR YAMHILL SWCD,OR WALLOWA LAKE R.F.P.D.,OR YONCALLA PARK&RECREATION DISTRICT.OR Version April 12,2022 YOUNGS RIVER-LEWIS&CLARK WATER DISTRICT, MULTISENSORY LEARNING ACADEMY OR MYRTLE PINT SCHOOL DISTRICT 41 ZUMWALT R.F.P.D.,OR NEAH-KAH-NIE DISTRICT NO.56 NEWBERG PUBLIC SCHOOLS K-12 INCLUDING BUT NOT LIMITED TO: NESTUCCA VALLEY SCHOOL DISTRICT NO.101 ACADIA PARISH SCHOOL BOARD NOBEL LEARNING COMMUNITIES BEAVERTON SCHOOL DISTRICT NORTH BEND SCHOOL DISTRICT 13 BEND-LA PINE SCHOOL DISTRICT NORTH CLACKAMAS SCHOOL DISTRICT BOGALUSA HIGH SCHOOL,LA NORTH DOUGLAS SCHOOL DISTRICT BOSSIER PARISH SCHOOL BOARD NORTH WASCO CITY SCHOOL DISTRICT 21 BROOKING HARBOR SCHOOL DISTRICT NORTHWEST REGIONAL EDUCATION SERVICE CADDO PARISH SCHOOL DISTRICT DISTRICT CALCASIEU PARISH SCHOOL DISTRICT ONTARIO MIDDLE SCHOOL CANBY SCHOOL DISTRICT OREGON TRAIL SCHOOL DISTRICT NOA6 CANYONVILLE CHRISTIAN ACADEMY ORLEANS PARISH SCHOOL DISTRICT CASCADE SCHOOL DISTRICT PHOENIX-TALENT SCHOOL DISTRICT NOA CASCADES ACADEMY OF CENTRAL OREGON PLEASANT HILL SCHOOL DISTRICT CENTENNIAL SCHOOL DISTRICT PORTLAND JEWISH ACADEMY CENTRAL CATHOLIC HIGH SCHOOL PORTLAND PUBLIC SCHOOLS CENTRAL POINT SCHOOL DISTRICT NO.6 RAPIDES PARISH SCHOOL DISTRICT CENTRAL SCHOOL DISTRICT 13J REDMOND SCHOOL DISTRICT COOS BAY SCHOOL DISTRICT NO.9 REYNOLDS SCHOOL DISTRICT CORVALLIS SCHOOL DISTRICT 509J ROGUE RIVER SCHOOL DISTRICT COUNTY OF YAMHILL SCHOOL DISTRICT 29 ROSEBURG PUBLIC SCHOOLS CULVER SCHOOL DISTRICT SCAPPOOSE SCHOOL DISTRICT 1,1 DALLAS SCHOOL DISTRICT NO.2 SAINT TAMMANY PARISH SCHOOL BOARD.LA DAVID DOUGLAS SCHOOL DISTRICT SEASIDE SCHOOL DISTRICT 10 DAYTON SCHOOL DISTRICT NO.8 SHERWOOD SCHOOL DISTRICT 88J DE LA SALLE N CATHOLIC HS SILVER FALLS SCHOOL DISTRICT 4J DESCHUTES COUNTY SCHOOL DISTRICT NO.6 SOUTH LANE SCHOOL DISTRICT 45J3 DOUGLAS EDUCATIONAL DISTRICT SERVICE SOUTHERN OREGON EDUCATION SERVICE DUFUR SCHOOL DISTRICT NO.29 DISTRICT EAST BATON ROUGE PARISH SCHOOL DISTRICT SPRINGFIELD PUBLIC SCHOOLS ESTACADA SCHOOL DISTRICT NO.10B SUTHERLIN SCHOOL DISTRICT FOREST GROVE SCHOOL DISTRICT SWEET HOME SCHOOL DISTRICT NO.55 GEORGE MIDDLE SCHOOL TERREBONNE PARISH SCHOOL DISTRICT GLADSTONE SCHOOL DISTRICT THE CATLIN GABEL SCHOOL GRANTS PASS SCHOOL DISTRICT 7 TIGARD-TUALATIN SCHOOL DISTRICT GREATER ALBANY PUBLIC SCHOOL DISTRICT UMATILLA MORROW ESD GRESHAM BARLOW JOINT SCHOOL DISTRICT WEST LINN WILSONVILLE SCHOOL DISTRICT HEAD START OF LANE COUNTY WILLAMETTE EDUCATION SERVICE DISTRICT HIGH DESERT EDUCATION SERVICE DISTRICT WOODBURN SCHOOL DISTRICT HILLSBORO SCHOOL DISTRICT YONCALLA SCHOOL DISTRICT HOOD RIVER COUNTY SCHOOL DISTRICT ACADEMY FOR MATH ENGINEERING&SCIENCE JACKSON CO SCHOOL DIST NO.9 (AMES),UT JEFFERSON COUNTY SCHOOL DISTRICT 509-J ALIANZA ACADEMY,UT JEFFERSON PARISH SCHOOL DISTRICT ALPINE DISTRICT,UT JEFFERSON SCHOOL DISTRICT AMERICAN LEADERSHIP ACADEMY,UT JUNCTION CITY SCHOOLS,OR AMERICAN PREPARATORY ACADEMY,UT KLAMATH COUNTY SCHOOL DISTRICT BAER CANYON HIGH SCHOOL FOR SPORTS& KLAMATH FALLS CITY SCHOOLS MEDICAL SCIENCES,UT LAFAYETTE PARISH SCHOOL DISTRICT BEAR RIVER CHARTER SCHOOL,UT LAKE OSWEGO SCHOOL DISTRICT 7J BEAVER SCHOOL DISTRICT,UT LANE COUNTY SCHOOL DISTRICT 4J BEEHIVE SCIENCE&TECHNOLOGY ACADEMY LINCOLN COUNTY SCHOOL DISTRICT (BSTA),UT LINN CO.SCHOOL DIST.95C BOX ELDER SCHOOL DISTRICT.UT LIVINGSTON PARISH SCHOOL DISTRICT CBA CENTER.UT LOST RIVER JR/SR HIGH SCHOOL CACHE SCHOOL DISTRICT,UT LOWELL SCHOOL DISTRICT NO.71 CANYON RIM ACADEMY,UT SALEM-KEIZER PUBLIC SCHOOLS 24J CANYONS DISTRICT.UT MARION COUNTY SCHOOL DISTRICT 103 CARBON SCHOOL DISTRICT,UT MARIST HIGH SCHOOL,OR CHANNING HALL,UT MCMINNVILLE SCHOOL DISTRICT NOAO CHARTER SCHOOL LEWIS ACADEMY.UT MEDFORD SCHOOL DISTRICT 549C CITY ACADEMY,UT MITCH CHARTER SCHOOL DAGGETT SCHOOL DISTRICT,UT MONROE SCHOOL DISTRICT NO 1J DAVINCI ACADEMY,UT MORROW COUNTY SCHOOL DIST,OR DAVIS DISTRICT,UT MULTNOMAH EDUCATION SERVICE DISTRICT DUAL IMMERSION ACADEMY.UT Version April 12,2022 DUCHESNE SCHOOL DISTRICT.UT SALT LAKE CENTER FOR SCIENCE EDUCATION,UT EARLY LIGHT ACADEMY AT DAYBREAK.UT SALT LAKE SCHOOL DISTRICT,UT EAST HOLLYWOOD HIGH,UT SALT LAKE SCHOOL FOR THE PERFORMING ARTS, EDITH BOWEN LABORATORY SCHOOL.UT UT EMERSON ALCOTT ACADEMY,UT SAN JUAN SCHOOL DISTRICT,UT EMERY SCHOOL DISTRICT,UT SEVIER SCHOOL DISTRICT,UT ENTHEOS ACADEMY,UT SOLDIER HOLLOW CHARTER SCHOOL.UT EXCELSIOR ACADEMY,UT SOUTH SANPETE SCHOOL DISTRICT.UT FAST FORWARD HIGH,UT SOUTH SUMMIT SCHOOL DISTRICT.UT FREEDOM ACADEMY.UT SPECTRUM ACADEMY.UT GARFIELD SCHOOL DISTRICT,UT SUCCESS ACADEMY,UT GATEWAY PREPARATORY ACADEMY,UT SUCCESS SCHOOL,UT GEORGE WASHINGTON ACADEMY.UT SUMMIT ACADEMY.UT GOOD FOUNDATION ACADEMY,UT SUMMIT ACADEMY HIGH SCHOOL,UT GRAND SCHOOL DISTRICT,UT SYRACUSE ARTS ACADEMY.UT GRANITE DISTRICT,UT THOMAS EDISON-NORTH,UT GUADALUPE SCHOOL,UT TIMPANOGOS ACADEMY,UT HAWTHORN ACADEMY.UT TINTIC SCHOOL DISTRICT.UT INTECH COLLEGIATE HIGH SCHOOL,UT TOOELE SCHOOL DISTRICT,UT IRON SCHOOL DISTRICT,UT TUACAHN HIGH SCHOOL FOR THE PERFORMING ITINERIS EARLY COLLEGE HIGH,UT ARTS,UT JOHN HANCOCK CHARTER SCHOOL,UT UINTAH RIVER HIGH,UT JORDAN DISTRICT.UT UINTAH SCHOOL DISTRICT,UT JUAB SCHOOL DISTRICT,UT UTAH CONNECTIONS ACADEMY.UT KANE SCHOOL DISTRICT,UT UTAH COUNTY ACADEMY OF SCIENCE,UT KARL G MAESER PREPARATORY ACADEMY,UT UTAH ELECTRONIC HIGH SCHOOL,UT LAKEVIEW ACADEMY,UT UTAH SCHOOLS FOR DEAF&BLIND,UT LEGACY PREPARATORY ACADEMY,UT UTAH STATE OFFICE OF EDUCATION,UT LIBERTY ACADEMY,UT UTAH VIRTUAL ACADEMY,UT LINCOLN ACADEMY,UT VENTURE ACADEMY.UT LOGAN SCHOOL DISTRICT,UT VISTA AT ENTRADA SCHOOL OF PERFORMING MARIA MONTESSORI ACADEMY,UT ARTS AND TECHNOLOGY.UT MERIT COLLEGE PREPARATORY ACADEMY,UT WALDEN SCHOOL OF LIBERAL ARTS,UT MILLARD SCHOOL DISTRICT,UT WASATCH PEAK ACADEMY.UT MOAB CHARTER SCHOOL,UT WASATCH SCHOOL DISTRICT,UT MONTICELLO ACADEMY,UT WASHINGTON SCHOOL DISTRICT,UT MORGAN SCHOOL DISTRICT,UT WAYNE SCHOOL DISTRICT,UT MOUNTAINVILLE ACADEMY.UT WEBER SCHOOL DISTRICT,UT MURRAY SCHOOL DISTRICT,UT WEILENMANN SCHOOL OF DISCOVERY,UT NAVIGATOR POINTE ACADEMY.UT NEBO SCHOOL DISTRICT,UT HIGHER EDUCATION NO UT ACAD FOR MATH ENGINEERING&SCIENCE ARGOSY UNIVERSITY (NUAMES),UT BATON ROUGE COMMUNITY COLLEGE,LA NOAH WEBSTER ACADEMY,UT BIRTHINGWAY COLLEGE OF MIDWIFERY NORTH DAVIS PREPARATORY ACADEMY,UT BLUE MOUNTAIN COMMUNITY COLLEGE NORTH SANPETE SCHOOL DISTRICT,UT BRIGHAM YOUNG UNIVERSITY-HAWAII NORTH STAR ACADEMY,UT CENTRAL OREGON COMMUNITY COLLEGE NORTH SUMMIT SCHOOL DISTRICT,UT CENTENARY COLLEGE OF LOUISIANA ODYSSEY CHARTER SCHOOL.UT CHEMEKETA COMMUNITY COLLEGE OGDEN PREPARATORY ACADEMY,UT CLACKAMAS COMMUNITY COLLEGE OGDEN SCHOOL DISTRICT,UT COLLEGE OF THE MARSHALL ISLANDS OPEN CLASSROOM,UT COLUMBIA GORGE COMMUNITY COLLEGE OPEN HIGH SCHOOL OF UTAH,UT CONCORDIA UNIVERSITY OQUIRRH MOUNTAIN CHARTER SCHOOL.UT GEORGE FOX UNIVERSITY PARADIGM HIGH SCHOOL,UT KLAMATH COMMUNITY COLLEGE DISTRICT PARK CITY SCHOOL DISTRICT,UT LANE COMMUNITY COLLEGE PINNACLE CANYON ACADEMY.UT LEWIS AND CLARK COLLEGE PIUTE SCHOOL DISTRICT,UT LINFIELD COLLEGE PROVIDENCE HALL,UT LINN-BENTON COMMUNITY COLLEGE PROVO SCHOOL DISTRICT,UT LOUISIANA COLLEGE,LA QUAIL RUN PRIMARY SCHOOL,UT LOUISIANA STATE UNIVERSITY QUEST ACADEMY,UT LOUISIANA STATE UNIVERSITY HEALTH SERVICES RANCHES ACADEMY,UT MARYLHURST UNIVERSITY REAGAN ACADEMY,UT MT.HOOD COMMUNITY COLLEGE RENAISSANCE ACADEMY.UT MULTNOMAH BIBLE COLLEGE RICH SCHOOL DISTRICT,UT NATIONAL COLLEGE OF NATURAL MEDICINE ROCKWELL CHARTER HIGH SCHOOL,UT NORTHWEST CHRISTIAN COLLEGE SALT LAKE ARTS ACADEMY,UT OREGON HEALTH AND SCIENCE UNIVERSITY Version Apnl 12,2022 OREGON INSTITUTE OF TECHNOLOGY STATE OF LOUISIANA OREGON STATE UNIVERSITY STATE OF LOUISIANA DEPT.OF EDUCATION OREGON UNIVERSITY SYSTEM STATE OF LOUISIANA,26TH JUDICIAL DISTRICT PACIFIC UNIVERSITY ATTORNEY PIONEER PACIFIC COLLEGE STATE OF UTAH PORTLAND COMMUNITY COLLEGE PORTLAND STATE UNIVERSITY HEART OF APPALACHIA REGION(VIRGINIA)to REED COLLEGE include: RESEARCH CORPORATION OF THE UNIVERSITY OF HAWAII CITIES&TOWNS ROGUE COMMUNITY COLLEGE Bluefield,VA SOUTHEASTERN LOUISIANA UNIVERSITY SOUTHERN OREGON UNIVERSITY(OREGON Grundy,VA UNIVERSITY SYSTEM) Norton,VA SOUTHWESTERN OREGON COMMUNITY COLLEGE Town of Tazewell.VA TULANE UNIVERSITY TILLAMOOK BAY COMMUNITY COLLEGE Big Stone Gap,VA UMPQUA COMMUNITY COLLEGE Clintwood,VA UNIVERSITY OF HAWAII BOARD OF REGENTS UNIVERSITY OF HAWAII-HONOLULU COMMUNITY St.Paul,VA COLLEGE UNIVERSITY OF OREGON-GRADUATE SCHOOL COUNTIES UNIVERSITY OF PORTLAND Buchanan County,VA UNIVERSITY OF NEW ORLEANS Dickenson County,VA WESTERN OREGON UNIVERSITY WESTERN STATES CHIROPRACTIC COLLEGE Lee County,VA WILLAMETTE UNIVERSITY Russell County,VA XAVIER UNIVERSITY UTAH SYSTEM OF HIGHER EDUCATION,UT Scott County,VA UNIVERSITY OF UTAH,UT Tazewell County,VA UTAH STATE UNIVERSITY,UT Wise County,VA WEBER STATE UNIVERSITY,UT SOUTHERN UTAH UNIVERSITY.UT SNOW COLLEGE,UT BLUE RIDGE HIGHLANDS REGION (VIRGINA)to include: DIXIE STATE COLLEGE,UT COLLEGE OF EASTERN UTAH,UT UTAH VALLEY UNIVERSITY,UT CITIES&TOWNS SALT LAKE COMMUNITY COLLEGE,UT Abingdon,VA UTAH COLLEGE OF APPLIED TECHNOLOGY,UT Blacksburg,VA STATE AGENCIES Bristol,VA ADMIN.SERVICES OFFICE Christiansburg,VA BOARD OF MEDICAL EXAMINERS HAWAII CHILD SUPPORT ENFORCEMENT AGENCY Damascus.VA HAWAII DEPARTMENT OF TRANSPORTATION Galax,VA HAWAII HEALTH SYSTEMS CORPORATION Marion.VA OFFICE OF MEDICAL ASSISTANCE PROGRAMS OFFICE OF THE STATE TREASURER Pulaski,VA OREGON BOARD OF ARCHITECTS Radford,VA OREGON CHILD DEVELOPMENT COALITION Wytheville,VA OREGON DEPARTMENT OF EDUCATION OREGON DEPARTMENT OF FORESTRY COUNTIES OREGON DEPT OF TRANSPORTATION Bland County,VA OREGON DEPT.OF EDUCATION OREGON LOTTERY Carroll County,VA OREGON OFFICE OF ENERGY Floyd County,VA OREGON STATE BOARD OF NURSING Giles County.VA OREGON STATE DEPT OF CORRECTIONS OREGON STATE POLICE Grayson County,VA OREGON TOURISM COMMISSION Montgomery County.VA OREGON TRAVEL INFORMATION COUNCIL SANTIAM CANYON COMMUNICATION CENTER Patrick County,VA SEIU LOCAL 503.OPEU Pulaski County,VA SOH-JUDICIARY CONTRACTS AND PURCH Smyth County,VA STATE DEPARTMENT OF DEFENSE.STATE OF HAWAII Washington County,VA STATE OF HAWAII Wythe County,VA STATE OF HAWAII.DEPT.OF EDUCATION Version April 12,2022 CENTRAL VIRGINIA REGION(VIRGINA)to include: CITIES&TOWNS COUNTIES Appomattox,VA Albemarie County,VA Ashland,VA Amelia County,VA Blackstone,VA Amherst County,VA Charlottesville,VA Appomattox County,VA Colonial Heights,VA Buckingham County,VA Chester,VA Campbell County,VA Farmville,VA Chesterfield County,VA Hopewell,VA Cumberland County,VA Lynchburg,VA Dinwiddie County,VA Petersburg,VA Fluvanna County,VA Richmond,VA Goochland County,VA Scottsville,VA Greene County,VA Wintergreen,VA Hanover County,VA Henrico County,VA Louisa County,VA Madison County,VA Nelson County,VA Nottoway County,VA Orange County,VA Powhatan County,VA Prince Edward County,VA Prince George County,VA Sussex County,VA TIDEWATER REGION(WHICH ALSO INCLUDES THE CHESAPEAKE BAY REGION) (VIRGINA)to include: CITIES&TOWNS COUNTIES Kilmarnock,VA Middlesex County,VA Warsaw,VA Lancaster County,VA Urbanna,VA Northumberland County,VA West Point,VA Richmond County,VA Colonial Beach,VA King William County,VA Tappahannock,VA King&Queen County,VA Gloucester,VA Mathews County,VA Irvington,VA Westmoreland County,VA Essex County,VA Gloucester County,VA King George County,VA COASTAL VIRGINIA-EASTERN SHORE REGION(VIRGINA)to include: CITIES&TOWNS COUNTIES Accomac,VA Northampton County,VA Cape Charles,VA Accomack County,VA Chincoteague Island,VA Exmore,VA Onanock,VA Tangier Island,VA Wachapreague,VA Tidewater COASTAL VIRGINIA-HAMPTON ROADS REGION(VIRGINAL to include: CITIES&TOWNS COUNTIES Charles City,VA Charles City County,VA Chesapeake,VA Isle of Wight County,VA Franklin,VA James City County,VA Hampton,VA New Kent County,VA Newport News,VA Southampton County,VA Norfolk,VA Suny County,VA Poquoson,VA York County,VA Portsmouth,VA Smithfield,VA Suffolk,VA Virginia Beach,VA Williamsburg,VA Yorktown,VA NORTHERN VIRGNIA REGION VIRGINA)to include: CITIES&TOWNS COUNTIES Alexandria,VA Rappanhannock County,VA Arlington,VA Fauquier County,VA Centreville,VA Stafford County,VA Chantilly,VA Spotsylvania County,VA Clifton,VA Caroline County,VA Culpeper,VA Prince William County,VA Dulles,VA Fairfax County,VA Falls Church,VA Loudoun County,VA Fairfax,VA Culpeper County,VA Fredericksburg,VA Herndon,VA Leesburg,VA Lorton,VA Manassas Park,VA Manassas,VA Marshall,VA McLean,VA Middleburg,VA Occoquan,VA Purcellville,VA Reston,VA Spotsylvania,VA Springfield,VA Triangle,VA Vienna,VA Warrenton,VA Woodbridge,VA Washington,VA SHENANDOAH VALLEY REGION(VIRGINAL to include: CITIES&TOWNS Berryville,VA Shenandoah,VA Buena Vista,VA Staunton,VA Front Royal,VA Waynesboro,VA Harrisonburg,VA Winchester,VA Lexington,VA Luray,VA Natural Bridge VA COUNTIES Augusta County,VA Clarke County,VA Frederick County,VA Page County,VA Rockbridge County,VA Rockingham County,VA Shenandoah County,VA Warren County,VA SOUTHERN VIRGINIA(VIRGINA)to include: CITIES&TOWNS COUNTIES Danville,VA Brunswick County,VA Emporia,VA Charlotte County,VA Martinsville,VA Greensville County,VA South Boston,VA Henry County,VA South Hill,VA Halifax County,VA Clarksville,VA Lunenburg County,VA Mecklenburg County,VA Prttsylvania County,VA VIRGINIA MOUNTAINS REGION(VIRGINA)to include: CITIES&TOWNS COUNTIES Bedford.VA Alleghany County.VA Buchanan,VA Bath County,VA Clifton Forge.VA Bedford County,VA Covington,VA Botetourt County,VA Fincastle,VA Craig County.VA Hot Springs,VA Franklin County,VA New Castle.VA Highland County,VA Roanoke,VA Roanoke County,VA Rocky Mount.VA Salem,VA Troutville.VA Vinton,VA Warm Springs.VA SCHOOL DISTRICTS(VIRGINA)to include: Accomack County Public Schools,VA Lunenburg County Public Schools,VA Albemarle County Public Schools,VA Lynchburg City Public Schools,VA Alexandria City Public Schools.VA Madison County Public Schools,VA Alleghany County Public Schools,VA Manassas City Public Schools,VA Amelia County Public Schools,VA Manassas Park City Public Schools,VA Amherst County Public Schools.VA Martinsville City Public Schools,VA Appomattox County Public Schools,VA Mathews County Public Schools,VA Arlington Public Schools,VA Mecklenburg County Public Schools,VA Augusta County Public Schools,VA Middlesex County Public Schools,VA Bath County Public Schools.VA Montgomery County Public Schools,VA Bedford City Public Schools,VA Nelson County Public Schools,VA Bedford County Public Schools,VA New Kent County Public Schools,VA Bland County Public Schools.VA Newport News Public Schools,VA Botetourt County Public Schools.VA Norfolk Public Schools,VA Bristol Public Schools,VA Northampton County Public Schools,VA Brunswick County Public Schools.VA Northumberland County Public Schools,VA Buchanan County Public Schools.VA Norton City Schools,VA Buckingham County Public Schools,VA Nottoway County Public Schools,VA Buena Vista City Public Schools.VA Orange County Public Schools,VA Campbell County Public Schools,VA Page County Public Schools,VA Caroline County Public Schools.VA Patrick County Public Schools,VA Carroll County Public Schools,VA Petersburg City Public Schools,VA Charles City County Public Schools,VA Pittsylvania County Public Schools,VA Charlotte County Public Schools,VA Poquoson City Public Schools,VA Charlottesville City Schools,VA Portsmouth Public Schools,VA Chesapeake Public Schools,VA Powhatan County Public Schools,VA Chesterfield County Public Schools,VA Prince Edward County Public Schools,VA Clarke County Public Schools.VA Prince George County Public Schools,VA Colonial Beach Public Schools,VA Prince William County Public Schools,VA Colonial Heights Public Schools,VA Pulaski County Public Schools.VA Covington City Public Schools,VA Radford City Schools,VA Craig County Public Schools.VA Rappahannock County Public Schools.VA Culpeper County Public Schools,VA Richmond County Public Schools,VA Cumberland County Public Schools,VA Richmond Public Schools,VA Danville Public Schools,VA Roanoke City Public Schools,VA Dickenson County Public Schools,VA Roanoke County Public Schools,VA Dinwiddie County Public Schools,VA Rockbridge County Public Schools,VA Essex County Public Schools,VA Rockingham County Public Schools,VA Fairfax County Public Schools,VA Russell County Public Schools,VA Falls Church City Public Schools.VA Salem City Schools,VA Fauquier County Public Schools,VA Scott County Public Schools,VA Floyd County Public Schools,VA Shenandoah County Public Schools,VA Fluvanna County Public Schools,VA Smyth County Public Schools,VA Franklin City Public Schools,VA Southampton County Public Schools,VA Franklin County Public Schools,VA Spotsylvania County Public Schools,VA Frederick County Public Schools.VA Stafford County Public Schools,VA Fredericksburg City Schools,VA Staunton City Public Schools,VA Galax City Public Schools,VA Suffolk Public Schools,VA Giles County Public Schools,VA Surry County Public Schools,VA Gloucester County Public Schools.VA Sussex County Public Schools,VA Goochland County Public Schools,VA Tazewell County Public Schools,VA Grayson County Public Schools,VA Virginia Beach City Public Schools,VA Greene County Public Schools.VA Warren County Public Schools,VA Greensville County Public Schools,VA Winchester Public Schools,VA Halifax County Public Schools.VA Wise County Public Schools.VA Hampton City Schools,VA Wythe County Public Schools,VA Hanover County Public Schools.VA York County School Division,VA Harrisonburg City Public Schools,VA Henrico County Public Schools.VA Henry County Public Schools,VA Highland County Public Schools,VA Hopewell City Public Schools.VA Isle of Wight County Public Schools.VA King and Queen County Public Schools,VA King George County Public Schools,VA King William County Public Schools,VA Lancaster County Public Schools,VA Lee County Public Schools,VA Lexington City Schools,VA Loudoun County Public Schools,VA Louisa County Public Schools.VA Washington County Public Schools.VA Waynesboro Public Schools,VA Westmoreland County Public Schools,VA West Point Public Schools,VA Williamsburg-James City County Public Schools,VA Attachment E — No Bid Form Contractors who do no wish to bid do not need to return the entire bid package. Simply return this form to Racine County through Duane McKinney, Purchasing Manager at: Duane.McKinneyracinecounty.com STATEMENT OF NO BID SEALED BID NUMBER HVAC Products, Installation, Labor Based Solutions, and Related Products and Services I do not wish to submit a bid on this solicitation. Contractor Representative Please indicate the reason(s) for your decision not to bid: EXHIBIT "B" VENDORS PROPOSAL Piggyback Contract—Trane U.S.Inc. 10 I\ 0 HEIMIANTZ CPAs and Advisors Certified Public Accountants July 24, 2025 To Whom It May Concern: We have completed our review of proposal H4-123128-25-002A. We confirm that the following components of the proposal are in accordance with Trane contract#3341: • Equipment discount rates • Hourly labor rates • Materials margin rate Our procedures were limited solely to confirming the aforementioned components of proposal number H4-123128-25-002A were in agreement with Trane contract #3341. We did not review any other components of this proposal. This report is intended solely for the information and use of OMNIA Partners, Trane, and City of Boynton Beach. This report is not intended to be, and should not be, used by anyone other than those specified parties. HeimLantz CPAs and Advisors, LLC Annapolis, MD ALEXANDRIA ANNAPOLIS LEXINGTON PARK 1800 Diagonal Road,Suite 635 180 Admiral Cochrane Drive,Suite 520 22738 Maple Road,Suite 201 Alexandria,VA 22314 Annapolis,MD 21401 Lexington Park,MD 20653 703.299.6565 410.841.5575 301.862.3367 HeimLantz.com City of Boynton Beach- Utilities Admin-Replace(2) 20T SS Pro ID:8137539 • Trane U.S. Inc. 6965 Vista Parkway North TRANE West Palm Beach, Florida 33411 Phone: (561)683-1521 License CAC#0023485 July 21, 2025 City of Boynton Beach—Utilities Admin Bldg. 124 E. Woolbright Rd Boynton Beach, FL 33435 Attention:Howard Kerr Re: City of Boynton Beach- Utilities Admin-Replace(2)20T SS Trane is pleased to offer this proposal to install two customer-provided 20-ton split systems at the above- referenced site. This proposal reflects a"Turnkey Project"and includes the necessary: Equipment, Materials, Installation Labor, Subcontracts, Project Management and Supervision. Start-up of the new split systems will be performed by factory certified technician upon completion with applicable factory warranties. We have excluded permit fees, and they will be passed through upon completion. Our pricing and proposal is further defined by the following equipment and installation, scope of work. Equipment Scope: Customer Supplied Equipment Base Installation Scope: 1. During an agreed upon time,Trane will shut down and electrically tag-out the existing equipment and components to be removed. 2. Mechanically and electrically disconnect the existing(2) Split Systems being replaced and prepare for removal. 3. Remove and properly dispose of the existing equipment,condensers and air handlers, refrigerant and associated material,or debris,per current EPA guidelines. 4. Provide engineering drawing with wind load and tie down details. 5. Install (2)new customer provided 20-T Trane Split Systems. 6. Install new AHUs in the same location as the existing. 7. Fabricate and install new ductwork where needed and connect to new AHUs. 8. Install new fresh air dampers and actuators. 9. Install customer provided Duct Heaters. 10. Install new CU in the same location as the existing. 11. Reuse existing refrigerant lines and extend with new where needed along with new fittings. 12. Insulate refrigerant lines where disturbed. 13. Connect existing power to new condensers and air handlers. 14. Connect new Split Systems to existing power supply. 15. Pressurize and perform hold test on newly installed split systems to ensure integrity. 16. Charge split systems with virgin refrigerant. 17. Start up and equipment commissioning of new system to be performed by Trane Factory Certified Technician,upon completion of the installation. 18. Provide stand-alone thermostat control. 19. One year warranty on new parts and labor. Not Included: D Permits fees of any kind. D After hours labor, all work to be completed during normal business hours—unless add option accepted. D Replacement or relocation of electrical breakers, disconnects,or wires—assumed to be code compliant ©2025 Trane.All Rights Reserved. 1 A N = Confidential and Proprietary Information of Trane M. 1 City of Boynton Beach- Utilities Admin-Replace(2)20T SS Pro ID:8137539 ➢ Engineering—other than mentioned above ➢ Controls components, integration, graphics or programming other than mentioned above ➢ Any fire alarm related controls,piping,wiring, components, smoke detectors,permits,associated labor, or other fire protection of any kind. ➢ Any changes or additions to the scope of work as described above. Pricing: Price for base installation labor and materials as outlined in installation scope ..... $137,525.00. Add Price for After Hours Labor .$14,786 **Please initial for acceptance of add price** The pricing outlined above is based upon OMNIA Contract Racine#3341 Quote #H4-123128-25-002A Thank you for giving Trane this opportunity and feel free to contact me at any time with questions or concerns. Sincerely, Jerry Shugart Amar Sukhai Senior Account Manager Services Turnkey Account Manager Trane This proposal is valid for 60 days from the date of proposal. This agreement is subject to the attached Trane Terms and Conditions CUSTOMER ACCEPTANCE Authorized Representative Printed Name Title Purchase Order Acceptance Date License Number: CAC#0023485 1 A N_ ©2025 Trane.All Rights Reserved. Confidential and Proprietary Information of Trane City of Boynton Beach - ('tilities Admin - Replace(2) 2OT SS Pro ID: 8137539 TERMS AND CONDITIONS—QUOTED SERVICE 1-10.48(0225) "Company" shall mean Trane U.S. Inc. for Company performance in the United States and Trane Canada ULC for Company performance in Canada. To obtain repair service within the scope of Services as defined, contact your local Trane District office identified on the first page of the Agreement by calling the telephone number stated on that page.That Trane District office is responsible for Company's performance of this Agreement. Only Trane authorized personnel may perform service under this Agreement. For Service covered under this Agreement, Company will be responsible for the cost of transporting a part requiring service 1.Agreement.These terms and conditions are an integral part of Company's offer and form the basis of any agreement(the"Agreement") resulting from Company's proposal (the "Proposal") for the services (the "Services") on equipment listed in the Proposal (the "Covered Equipment"). COMPANY'S TERMS AND CONDITIONS ARE SUBJECT TO PERIODIC CHANGE OR AMENDMENT. 0. Connected Services. In addition to these terms and conditions, the Connected Services Terms of Service ("Connected Services Terms"), available at https://www.trane.corn/TraneConnectedServicesTerms as updated from time to time, are incorporated herein by reference and shall apply to the extent that Company provides Customer with Connected Services, as defined in the Connected Services Terms 2.Acceptance. The Proposal is subject to acceptance in writing by the party to whom this offer is made or an authorized agent("Customer") delivered to Company within 30 days from the date of the Proposal. If Customer accepts the Proposal by placing an order,without the addition of any other terms and conditions of sale or any other modification,Customer's order shall be deemed acceptance of the Proposal subject to Company's terms and conditions. If Customer's order is expressly conditioned upon the Company's acceptance or assent to terms and/or conditions other than those expressed herein, return of such order by Company with Company's terms and conditions attached or referenced serves as Company's notice of objection to Customer's terms and as Company's counteroffer to provide Services in accordance with the Proposal. If Customer does not reject or object in writing to Company within 10 days,the Company's counteroffer will be deemed accepted. Customer's acceptance of the Services by Company will in any event constitute an acceptance by Customer of Company's terms and conditions. In the case of a dispute, the applicable terms and conditions will be those in effect at the time of delivery or acceptance of the Services.This Agreement is subject to credit approval by Company.Upon disapproval of credit,Company may delay or suspend performance or.at its option,renegotiate prices and/or terms and conditions with Customer. If Company and Customer are unable to agree on such revisions, this Agreement shall be cancelled without any liability,other than Customer's obligation to pay for Services rendered by Company to the date of cancellation. 3.Cancellation by Customer Prior to Services; Refund. If Customer cancels this Agreement within (a) thirty (30)days of the date this Agreement was mailed to Customer or(b)twenty(20)days of the date this Agreement was delivered to Customer,if it was delivered at the time of sale, and no Services have been provided by Company under this Agreement, the Agreement will be void and Company will refund to Customer, or credit Customer's account, the full Service Fee of this Agreement that Customer paid to Company, if any. A ten percent (10%)penalty per month will be added to a refund that is due but is not paid or credited within forty-five(45)days after return of this Agreement to Company. Customer's right to cancel this Agreement only applies to the original owner of this Agreement and only if no Services have been provided by Company under this Agreement prior to its return to Company. 4.Cancellation by Company.This Agreement may be cancelled by Company for any reason or no reason,upon written notice from Company to Customer no later than 30 days prior to performance of any Services hereunder and Company will refund to Customer,or credit Customer's account, that part of the Service Fee attributable to Services not performed by Company. Customer shall remain liable for and shall pay to Company all amounts due for Services provided by Company and not yet paid. 5.Services Fees and Taxes.Fees for the Services(the"Service Fee(s)")shall be as set forth in the Proposal and are based on performance during regular business hours. Fees for outside Company's regular business hours and any after-hours services shall be billed separately according to the then prevailing overtime or emergency labor/labour rates. In addition to the stated Service Fee,Customer shall pay all taxes not legally required to be paid by Company or, alternatively, shall provide Company with acceptable tax exemption certificates Customer shall pay all costs(including attorneys'fees)incurred by Company in attempting to collect amounts due. 6.Payment. Payment is due upon receipt of Company's invoice. Company reserves the right to add to any account outstanding for more than 30 days a service charge equal to the lesser of the maximum allowable legal interest rate or 1.5%of the principal amount due at the end of each month. Customer shall pay all costs (including attorneys' fees) incurred by Company in attempting to collect amounts due or otherwise enforcing these terms and conditions. 7.Customer Breach. Each of the following events or conditions shall constitute a breach by Customer and shall give Company the right, without an election of remedies,to terminate this Agreement or suspend performance by delivery of written notice:(1)Any failure by Customer to pay amounts when due; or(2)any general assignment by Customer for the benefit of its creditors, or if Customer becomes bankrupt or insolvent or takes the benefit of any statute for bankrupt or insolvent debtors, or makes or proposes to make any proposal or arrangement with creditors, or if any steps are taken for the winding up or other termination of Customer or the liquidation of its assets, or if a trustee, receiver, or similar person is appointed over any of the assets or interests of Customer; (3)Any representation or warranty furnished by Customer in connection with this Agreement is false or misleading in any material respect when made; or (4)Any failure by Customer to perform or comply with any material provision of this Agreement. Customer shall be liable to the Company for all Services furnished to date and all damages sustained by Company(including lost profit and overhead) 8.Performance. Company shall perform the Services in accordance with industry standards generally applicable in the state or province where the Services are performed under similar circumstances as of the time Company performs the Services.Company is not liable for any claims, damages, losses, or expenses, arising from or related to work done by or services provided by individuals or entities that are not employed by or hired by Company.Company may refuse to perform any Services or work where working conditions could endanger property or put at risk the safety of people. Parts used for any repairs made will be those selected by Company as suitable for the repair and may be parts not manufactured by Company.Customer must reimburse Company for services,repairs,and/or replacements performed by Company at Customer's request beyond the scope of Services or otherwise excluded under this Agreement. The reimbursement shall be at the then prevailing applicable regular,overtime,or holiday rates for labor/labour and prices for materials. Prior to Company performing the additional services, repairs,and/or replacements,Customer may request a separate written quote stating the work to be performed and the price to be paid by Customer for the work. 1I , _ ©2025 Trane.All Rights Reserved. 1 R A N = Confidential and Proprietary Information of Trane City of Boynton Beach - Utilities Admin-Replace(2) 20T SS Pro ID: 8137539 10.Customer Obligations.Customer shall:(a)provide Company reasonable and safe access to the Covered Equipment and areas where Company is to work;and(b)unless otherwise agreed by Customer and Company, at Customer's expense and before the Services begin, Customer will provide any necessary access platforms,catwalks to safely perform the Services in compliance with OSHA,state,or provincial industnal safety regulations or any other applicable industrial safety standards or guidelines. 11.Exclusions.Unless expressly included in the Proposal,the Services do not include,and Company shall not be responsible for or liable to the Customer for, any claims, losses, damages or expenses suffered by the Customer in any way connected with, relating to or arising from any of the following: (a) Any guarantee of room conditions or system performance; (b) Inspection.operation, maintenance, repair.replacement or performance of work or services outside the Services; (c) Damage,repairs or replacement of parts made necessary as a result of the acts or omission of Customer or any Event of Force Majeure; (d) Any claims, damages, losses, or expenses, arising from or related to conditions that existed in, on, or upon the premises before the effective date of this Agreement (Pre-Existing Conditions") including, without limitation, damages, losses, or expenses involving a Pre- Existing Condition of building envelope issues, mechanical issues, plumbing issues, and/or indoor air quality issues involving mold/mould, bacteria,microbial growth,fungi or other contaminates or airborne biological agents; and (e) Replacement of refrigerant is excluded,unless replacement of refrigerant is expressly stated as included with the Proposal. 12. Limited Warranty.Company warrants that: (a)the material manufactured by Company and provided to the Customer in performance of the Services is free from defects in material and manufacture for a period of 12 months from the earlier of the date of equipment start-up or replacement and(b)the labor/labour portion of the Services is warranted to have been properly performed for a period of 90 days from date of completion (the"Limited Warranty"). Company obligations of equipment start-up, if any are stated in the Proposal, are coterminous with the Limited Warranty period. Defects must be reported to Company within the Limited Warranty period. Company's obligation under the Limited Warranty is limited to repairing or replacing the defective part at its option and to correcting any improperly performed labor/labour. No liability whatsoever shall attach to Company until the Services have been paid for in full.Exclusions from this Limited Warranty include claims,losses, damages, and expenses in any way connected with, related to, or arising from failure or malfunction of equipment due to the following: wear and tear;end of life failure;corrosion;erosion;deterioration;Customer's failure to follow the Company-provided maintenance plan;unauthorized or improper maintenance;unauthorized or improper parts or material;refrigerant not supplied by Company; and modifications made by others to Company's equipment.Company shall not be obligated to pay for the cost of lost refrigerant or lost product. Some components of Company equipment may be warranted directly from the component supplier, in which case this Limited Warranty shall not apply to those components and any warranty of such components shall be the warranty given by the component supplier. Notwithstanding the foregoing, all warranties provided herein terminate upon termination or cancellation of this Agreement. Equipment, material and/or parts that are not manufactured by Company ("Third-Party Product(s)") are not warranted by Company and have such warranties as may be extended by the respective manufacturer.CUSTOMER UNDERSTANDS THAT COMPANY IS NOT THE MANUFACTURER OF ANY THIRD-PARTY PRODUCT(S)AND ANY WARRANTIES, CLAIMS, STATEMENTS, REPRESENTATIONS, OR SPECIFICATIONS ARE THOSE OF THE THIRD-PARTY MANUFACTURER, NOT COMPANY AND CUSTOMER IS NOT RELYING ON ANY WARRANTIES, CLAIMS, STATEMENTS, REPRESENTATIONS,OR SPECIFICATIONS REGARDING THE THIRD-PARTY PRODUCT THAT MAY BE PROVIDED BY COMPANY OR ITS AFFILIATES, WHETHER ORAL OR WRITTEN.THE REMEDIES SET FORTH IN THIS LIMITED WARRANTY ARE THE SOLE AND EXCLUSIVE REMEDIES FOR WARRANTY CLAIMS PROVIDED BY COMPANY TO CUSTOMER UNDER THIS AGREEMENT AND ARE IN LIEU OF ALL OTHER WARRANTIES AND LIABILITIES, LIABILITIES, CONDITIONS AND REMIDIES, WHETHER IN CONTRACT, WARRANTY, STATUTE, OR TORT (INCLUDING NEGLIGENCE), EXPRESS OR IMPLIED, IN LAW OR IN FACT, INCLUDING ANY IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR USE OR FITNESS FOR A PARTICULAR PURPOSE AND/OR OTHERS ARISING FROM COURSE OF DEALING OR TRADE. COMPANY EXPRESSLY DISCLAIMS ANY REPRESENTATIONS OR WARRANTIES,ENDORSEMENTS OR CONDITIONS OF ANY KIND.EXPRESS OR IMPLIED,INCLUDING ANY IMPLIED WARRANTIES OF QUALITY, FITNESS, MERCHANTABILITY, DURABILITY AND/OR OTHERS ARISING FROM COURSE OF DEALING OR TRADE OR REGARDING PREVENTION BY THE SCOPE OF SERVICES, OR ANY COMPONENT THEREOF.COMPANY MAKES NO REPRESENTATION OR WARRANTY OF ANY KIND, INCLUDING WARRANTY OF MERCHANTABILITY OR FITNESS FOR PARTICULAR PURPOSE. ADDITIONALLY, COMPANY MAKES NO REPRESENTATION OR WARRANTY OF ANY KIND REGARDING PREVENTING, ELIMINATING, REDUCING OR INHIBITING ANY MOLD,FUNGUS, BACTERIA,VIRUS, MICROBIAL GROWTH,OR ANY OTHER CONTAMINANTS (INCLUDING COVID-19 OR ANY SIMILAR VIRUS) (COLLECTIVELY, "CONTAMINANTS"), WHETHER INVOLVING OR IN CONNECTION WITH EQUIPMENT,ANY COMPONENT THEREOF,SERVICES OR OTHERWISE.IN NO EVENT SHALL COMPANY HAVE ANY LIABILITY FOR THE PREVENTION,ELIMINATION,REDUCTION OR INHIBITION OF THE GROWTH OR SPREAD OF SUCH CONTAMINANTS INVOLVING OR IN CONNECTION WITH ANY EQUIPMENT, THIRD-PARTY PRODUCT, OR ANY COMPONENT THEREOF, SERVICES OR OTHERWISE AND CUSTOMER HEREBY SPECIFICALLY ACKNOWLDGES AND AGREES THERETO 13. Indemnity.To the maximum extent permitted by law,Company and Customer shall indemnify and hold harmless each other from any and all claims,actions,costs,expenses,damages and liabilities,including reasonable attorneys'fees,resulting from death or bodily injury or damage to real or personal property,to the extent caused by the negligence or misconduct of the indemnifying party,and/or its respective employees or authorized agents in connection with their activities within the scope of this Agreement.Neither party shall indemnify the other against claims,damages,expenses, or liabilities to the extent attributable to the acts or omissions of the other party or third parties. If the parties are both at fault,the obligation to indemnify shall be proportional to their relative fault. The duty to indemnify and hold harmless will continue in full force and effect, notwithstanding the expiration or early termination of this Agreement,with respect to any claims based on facts or conditions that occurred prior to expiration or termination of this Agreement. 14.Limitation of Liability.NOTWITHSTANDING ANYTHING TO THE CONTRARY,NEITHER PARTY SHALL BE LIABLE FOR SPECIAL, INCIDENTAL, INDIRECT, OR CONSEQUENTIAL LOSSES OR DAMAGES OF ANY KIND (INCLUDING WITHOUT LIMITATION REFRIGERANT LOSS, PRODUCT LOSS, LOST REVENUE OR PROFITS, OR LIABILITY TO THIRD PARTIES), INCLUDING CONTAMINANTS LIABILITIES, OR PUNITIVE DAMAGES WHETHER BASED IN CONTRACT, WARRANTY, STATUTE, TORT (INCLUDING NEGLIGENCE),STRICT LIABILITY,INDEMNITY OR ANY OTHER LEGAL THEORY OR FACTS.NOTWITHSTANDING ANY OTHER PROVISION OF THIS AGREEMENT,THE TOTAL AND AGGREGATE LIABILITY OF THE COMPANY TO THE CUSTOMER WITH RESPECT TO ANY AND ALL CLAIMS CONNECTED WITH, RELATED TO OR ARISING FROM THE PERFORMANCE OR NON- PERFORMANCE OF THIS AGREEMENT, WHETHER BASED IN CONTRACT, WARRANTY, STATUTE, TORT (INCLUDING NEGLIGENCE), STRICT LIABILITY, INDEMNITY OR ANY OTHER LEGAL THEORY OR FACTS, SHALL NOT EXCEED THE COMPENSATION RECEIVED BY COMPANY UNDER THIS AGREEMENT. IN NO EVENT SHALL SELLER BE LIABLE FOR ANY DAMAGES (WHETHER DIRECT OR INDIRECT)RESULTING FROM MOLD, FUNGUS, BACTERIA, MICROBIAL GROWTH, OR OTHER CONTAMINATES OR AIRBORNE BIOLOGICAL AGENTS.TO THE MAXIMUM EXTENT ALLOWED BY LAW,COMPANY SHALL NOT BE LIABLE FOR ANY OF THE FOLLOWING IN CONNECTION WITH PROVIDING THE ENERGY AND BUILDING PERFORMANCE _ ©2025 Trane.All Rights Reserved. 1 n N . Confidential and Proprietary Information of Trane City of Boynton Beach- Utilities Admin- Replace (2) 20T SS Pro ID: 8137539 2 SERVICES: INTERRUPTION, DELETION, DEFECT, DELAY IN OPERATION OR TRANSMISSION; CUSTOMER'S NETWORK SECURITY; COMPUTER VIRUS; COMMUNICATION FAILURE;THEFT OR DESTRUCTION OF DATA;GAPS IN DATA COLLECTED; AND UNAUTHORIZED ACCESS TO CUSTOMER'S DATA OR COMMUNICATIONS NETWORK. 15. CONTAMINANTS LIABILITY The transmission of COVID-19 may occur in a variety of ways and circumstances, many of the aspects of which are currently not known. HVAC systems, products, services and other offerings have not been tested for their effectiveness in reducing the spread of COVID-19, including through the air in closed environments. IN NO EVENT WILL COMPANY BE LIABLE UNDER THIS AGREEMENT OR OTHERWISE FOR ANY INDEMNIFICATION, ACTION OR CLAIM, WHETHER BASED ON WARRANTY, CONTRACT, TORT OR OTHERWISE,FOR ANY BODILY INJURY(INCLUDING DEATH),DAMAGE TO PROPERTY,OR ANY OTHER LIABILITIES,DAMAGES OR COSTS RELATED TO CONTAMINANTS (INCLUCING THE SPREAD, TRANSMISSION MITIGATION, ELIMINATION, OR CONTAMINATION THEREOF) (COLLECTIVELY, "CONTAMINANTS LIABILITIES") AND CUSTOMER HEREBY EXPRESSLY RELEASES COMPANY FROM ANY SUCH CONTAMINANT LIABILITIES. 16. Asbestos and Hazardous Materials. The Services expressly exclude any identification, abatement, cleanup, control, disposal, removal or other work connected with asbestos or other hazardous materials(collectively,-Hazardous Materials").Should Company become aware of or suspect the presence of Hazardous Materials, Company may immediately stop work in the affected area and shall notify Customer. Customer will be responsible for taking any and all action necessary to correct the condition in accordance with all applicable laws and regulations.Customer shall be exclusively responsible for any claims,liability,fees and penalties,and the payment thereof,ansing out of or relating to any Hazardous Materials on or about the premises, not brought onto the premises by Company. Company shall be required to resume performance of the Services only when the affected area has been rendered harmless. 17. Insurance.Company agrees to maintain the following insurance during the term of the contract with limits not less than shown below and will, upon request from Customer, provide a Certificate of evidencing the following coverage: Commercial General Liability $2,000,000 per occurrence Automobile Liability $2,000,000 CSL Workers Compensation Statutory Limits If Customer has requested to be named as an additional insured under Company's insurance policy, Company will do so but only subject to Company's manuscript additional insured endorsement under its primary Commercial General Liability policies. In no event does Company or its insurer waive its right of subrogation 18. Force Majeure.Company's duty to perform under this Agreement is contingent upon the non-occurrence of an Event of Force Majeure. If Company shall be unable to carry out any matenal obligation under this Agreement due to an Event of Force Majeure,this Agreement shall at Company's election (i)remain in effect but Company's obligations shall be suspended until the uncontrollable event terminates or(ii)be terminated upon ten(10)days'notice to Customer,in which event Customer shall pay Company for all parts of the Services fumished to the date of termination.An"Event of Force Majeure"shall mean any cause or event beyond the control of Company.Without limiting the foregoing, "Event of Force Majeure"includes: acts of God;acts of terrorism,war or the public enemy; flood; earthquake; lightning;tornado; storm;fire; civil disobedience; pandemic insurrections; riots; labor disputes; labor or matenal shortages; sabotage; restraint by court order or public authority(whether valid or invalid),and action or non-action by or inability to obtain or keep in force the necessary governmental authorizations, permits,licenses,certificates or approvals if not caused by Company and the requirements of any applicable government in any manner that diverts either the material or the finished product to the direct or indirect benefit of the government. 19. General. Except as provided below, to the maximum extent provided by law, this Agreement is made and shall be interpreted and enforced in accordance with the laws of the state or province in which the Services are performed without regard to choice of law principles which might otherwise call for the application of a different state's or province's law.Any dispute arising under or relating to this Agreement that is not disposed of by agreement shall be decided by litigation in a court of competent jurisdiction located in the state or province in which the Services are performed.To the extent the premises are owned and/or operated by any agency of the United States Federal Government, determination of any substantive issue of law shall be according to the United States Federal common law of Government contracts as enunciated and applied by Federal judicial bodies and boards of contract appeals of the Federal Government. This Agreement contains all of the agreements, representations and understandings of the parties and supersedes all previous understandings, commitments or agreements,oral or written,related to the Services. No documents shall be incorporated herein by reference except to the extent Company is a signatory thereon. If any term or condition of this Agreement is invalid,illegal or incapable of being enforced by any rule of law,all other terms and conditions of this Agreement will nevertheless remain in full force and effect as long as the economic or legal substance of the transaction contemplated hereby is not affected in a manner adverse to any party hereto.Customer may not assign,transfer,or convey this Agreement,or any part hereof,without the written consent of Company.Subject to the foregoing,this Agreement shall bind and inure to the benefit of the parties hereto and their permitted successors and assigns.This Agreement may be executed in several counterparts,each of which when executed shall be deemed to be an original,but all together shall constitute but one and the same Agreement.A fully executed facsimile copy hereof or the several counterparts shall suffice as an original. No modifications, additions or changes may be made to this Agreement except in a writing signed by Company. No failure or delay by the Company in enforcing any right or exercising any remedy under this Agreement shall be deemed to be a waiver by the Company of any right or remedy. 20. Federal Requirements.The Parties shall comply with all United States federal labor law obligations under 29 CFR part 471,appendix A to subpart A.THE FOLLOWING PROVISIONS ARE INCORPORATED HEREIN BY REFERENCE: Executive Order 11701 and 41 CFR §§60-250.5(a), 60-300.5; Executive Order 11758 and 41 CFR§60-741.5(a); U.S. immigration laws, including the L-1 Visa Reform Act of 2004 and the H-1 B Visa Reform Act of 2004;and Executive Order 13496.The Parties shall abide by the requirements of 41 CFR 60-300.5(a) and 60-741.5(a). These regulations prohibit discrimination against qualified individuals based on their status as protected veterans or individuals with disabilities. Moreover, these regulations require that covered prime contractors and subcontractors take affirmative action to employ and advance in employment individuals without regard to protected veteran status or disability. The Parties certify that they do not operate any programs nromotinn DE!that violate any annlirahle I inite d States anti-discrimination laws and acknowledge end agree that ©2025 Trane.All Rights Reserved. 1 R A N = Confidential and Proprietary Information of Trane 6.. City of Boynton Beach - Utilities Admin-Replace(2) 20T SS Pro ID: 8137539 their compliance with all applicable federal anti-discrimination laws is material to the federal government's payment decisions. The Parties acknowledge and agree that their employment, procurement, and contracting practices shall not consider race, color, sex, sexual preference, religion. or national origin in ways that violate United States federal civil rights laws. 21. U.S.Government Contracts. The following provision applies only to direct sales by Company to the US Government.The Parties acknowledge that all items or services ordered and delivered under this Agreement/ Purchase Order are Commercial Items as defined under Part 12 of the Federal Acquisition Regulation(FAR). In particular, Company agrees to be bound only by those Federal contracting clauses that apply to"commercial"suppliers and that are contained in FAR 52.212-5(e)(1).Company complies with 52.219-8 or 52.219-9 in its service and installation contracting business. The following provision applies only to indirect sales by Company to the US Government As a Commercial Item Subcontractor,Company accepts only the following mandatory flow down provisions, 52.219-8;52.222-26;52.222-35; 52.222-36:52.222-39;52.247-64. If the Services are in connection with a U.S.government contract,Customer agrees and hereby certifies that it has provided and will provide current,accurate, and complete information, representations and certifications to all government officials,including but not limited to the contracting officer and officials of the Small Business Administration, on all matters related to the prime contract, including but not limited to all aspects of its ownership, eligibility, and performance. Anything herein notwithstanding, Company will have no obligations to Customer unless and until Customer provides Company with a true, correct and complete executed copy of the prime contract. Upon request, Customer will provide copies to Company of all requested written communications with any government official related to the prime contract prior to or concurrent with the execution thereof, including but not limited to any communications related to contractor's Customer's ownership, eligibility or performance of the prime contract.Customer will obtain written authorization and approval from Company prior to providing any government official any information about Company's performance of the Services that are the subject of this offer or agreement,other than the Proposal or this Agreement. 22. Limited Waiver of Sovereign Immunity. If Customer is an Indian tribe (in the U.S.) or a First Nation or Band Council (in Canada), Customer,whether acting in its capacity as a government, governmental entity,a duly organized corporate entity or otherwise,for itself and for its agents,successors,and assigns: (1)hereby provides this limited waiver of its sovereign immunity as to any damages,claims,lawsuit, or cause of action (herein"Action")brought against Customer by Company and arising or alleged to arise out of the fumishing by Company of any product or service under this Agreement,whether such Action is based in contract,tort, strict liability, civil liability or any other legal theory;(2)agrees that jurisdiction and venue for any such Action shall be proper and valid(a)if Customer is in the U.S.,in any state or United States court located in the state in which Company is performing this Agreement or(b)if Customer is in Canada, in the superior court of the province or territory in which the work was performed;(3)expressly consents to such Action,and waives any objection to jurisdiction or venue; (4)waives any requirement of exhaustion of tribal court or administrative remedies for any Action arising out of or related to this Agreement; and(5)expressly acknowledges and agrees that Company is not subject to the jurisdiction of Customer's tribal court or any similar tribal forum, that Customer will not bring any action against Company in tribal court, and that Customer will not avail itself of any ruling or direction of the tribal court permitting or directing it to suspend its payment or other obligations under this Agreement. The individual signing on behalf of Customer warrants and represents that such individual is duly authorized to provide this waiver and enter into this Agreement and that this Agreement constitutes the valid and legally binding obligation of Customer,enforceable in accordance with its terms. 1-10.48 (0225) Supersedes 1-10.48 (1024) ©2025 Trane.All Rights Reserved. 1 ?A N = Confidential and Proprietary Information of Trane 0 CPAs anHEIMLANTZd Advisors Certified Public Accountants July 24, 2025 To Whom It May Concern: We have completed our review of proposal H4-123128-25-002B. We confirm that the following components of the proposal are in accordance with Trane contract#3341: • Equipment discount rates • Hourly labor rates • Materials margin rate Our procedures were limited solely to confirming the aforementioned components of proposal number H4-123128-25-002B were in agreement with Trane contract #3341. We did not review any other components of this proposal. This report is intended solely for the information and use of OMNIA Partners, Trane, and City of Boynton Beach. This report is not intended to be, and should not be, used by anyone other than those specified parties. HeimLantz CPAs and Advisors, LLC Annapolis, MD ALEXANDRIA ANNAPOLIS LEXINGTON PARK 1800 Diagonal Road,Suite 635 180 Admiral Cochrane Drive,Suite 520 22738 Maple Road,Suite 201 Alexandria,VA 22314 Annapolis,MD 21401 Lexington Park,MD 20653 703.299.6565 410.841.5575 301.862.3367 Heimlantz.com nwVE' Proposal - Split Systems Proposal is valid for 60 days. Customer must obtain credit approval and release order to production within 60 days of proposal date. PROPRIETARY AND CONFIDENTIAL PROPERTY OF Trane U.S. Inc. DISTRIBUTION TO OTHER THAN THE NAMED RECIPIENT IS PROHIBITED Prepared For: City of Boynton Beach Date: July 21, 2025 Job Name: COOP Quote Number: H4-123128-25-002B City of Boynton Beach - Utilities Admin SS COOP or Federal Contract ID: OMNIA Racine#3341 Replace Payment Terms: Net 30 Days Delivery Terms: Freight Allowed and Prepaid - F.O.B. Factory Trane U.S. Inc. is pleased to provide the following proposal for your review and approval. (2) Performance Climate Changer Air Handling Units Product Data All Units Performance Climate Changer Horizontal housed fan with top front discharge 460/60/3 Indoor unit Stainless Steel Drain Pan UC600 controller, VFD, and disconnect switch No electric heat FC Housed fan wNFD and shaft grounding 2" angle filter mixing section 2" MERV 8 filters— lset Access section with coil Damper—top face 5 year parts and labor warranty Tag(s): K99E01354N Unit Size 12 Square Feet of Coil Intertwined circuit with 2 DX 3/16" distributors 5 horsepower motor per fan Tag(s): K99E01355N Unit Size 14 Square Feet of Coil Intertwined circuit with 2 DX 1/4" distributors 7- 1/2 horsepower motor per fan NOT INCLUDED: installation, rigging, supervision, power wiring, startup, coatings beyond factory standard, refrigerant piping or accessories, thermostats, TXVs, BAS controls or tie-in to BAS controls, any material, labor, or warranty beyond listed above. (2) Odyssey Condensing Units Product Data All Units Cooling Only Condensing Unit 1RANE Proposal-Split Systems-City of Boynton Beach-Utilities Admin SS Replace 04-30-2025.docx TECNNOLOOIEs ©2025 Trane Technologies All Rights Reserved. l`....i:.l....H..I....a n-.....-:..•.....I..f...«...•..... ..J T....... i Q .... City of Boynton Beach-Utilities Admin SS Replace April 30,2025 20 Tons R-454B Refrigerant 460/60/3 Dual Compressors / Dual Circuit Symbio (Cooling) STD Coil w/Guards Service Valve accessory kit (Field Installed) 5 year parts and labor warranty Anti corrosion coating —condenser coil only NOT INCLUDED: installation, rigging, supervision, power wiring, startup, cabinet coatings, thermostats, refrigerant piping or accessories, any material or labor beyond listed above. (2) Electric Duct Heaters Product Data Heating capacity to match existing 460/3 V Disconnecting contactors Air Pressure Switch Transformer with primary fusing Manual Reset High Limit Door Interlock Disconnect Switch SCR controls 0-10V interface for SCR controls Insulated control panel Hinged lid NOT INCLUDED: installation, rigging, supervision, power wiring, startup, BAS controls or tie-in to BAS, any material, labor, or warranty beyond listed above. Subtotal Net Price (excluding sales tax and tariff surcharges) $ 96,377.20 Tariff Surcharges $ 1,529.00 Total Net Price (excluding sales tax) $ 97,906.20 Trane shall have the right, at its discretion, to pass along any related increases should(1) its costs related to the manufacture, supply, and shipping for any product or service materially increase. This includes, but is not limited to, cost increases in raw materials, supplier components, labor, utilities, freight, logistics, wages and benefits, regulatory compliance, or any other event beyond Company's control and/or(2) any tariffs, taxes, levies or fees affecting, placed on or related to any product or service materially increases. Tax Status: Taxable I-1 If you are claiming an exemption from sales tax on this project, please Exempt [-1 submit a completed exemption certificate for both the jobsite location state and the state where the equipment will be delivered (if different from the jobsite). You can submit the relevant state exemption certificate at the following link: https://trane.certifytax.com/custportalas.aspx . You will receive an email indicating approval or rejection within 1-2 business days. If your exemption claim is rejected, sales tax will be billed based on the state where the equipment was delivered. For any questions, please email: financial services-tax department(a�tranetechnoloc ies.com. Sincerely, 1 n N = Page 2 of 9 ©2025 Trane Technologies.All Rights Reserved Confidential and Proprietary Information of Trane U.S. Inc. 1 City of Boynton Beach-Utilities Admin SS Replace Apnl 30,2025 Will Sawarynski Trane U.S. Inc. 2884 Corporate Way Miramar, FL 33025 This proposal is subject to your acceptance of the attached Trane terms and conditions. n N — Page 3 of 9 ©2025 Trane Technologies.All Rights Reserved. TECSNOLOGiES Confidential and Proprietary Information of Trane U S Inc City of Boynton Beach-Utilities Admin SS Replace April 30,2025 TERMS AND CONDITIONS-COMMERCIAL EQUIPMENT "Company"shall mean Trane U.S.Inc.for sales In the United States and Trane Canada ULC for sales in Canada. 1. Acceptance. These terms and conditions are an integral part of Company's offer and form the basis of any agreement(the"Agreement")resulting from Company's proposal(the"Proposal")for the sale of the described commercial equipment and any ancillary services(the"Equipment"). COMPANY'S TERMS AND CONDITIONS AND EQUIPMENT PRICES ARE SUBJECT TO PERIODIC CHANGE OR AMENDMENT.The Proposal is subject to acceptance in writing by the party to whom this offer is made or an authorized agent("Customer")delivered to Company within 15 days from the date of the Proposal.Prices in the Proposal are subject to change at any time upon notice to Customer. If Customer accepts the Proposal by placing an order,without the addition of any other terms and conditions of sale or any other modification,Customer's order shall be deemed acceptance of the Proposal subject to Company's terms and conditions. If Customer's order is expressly conditioned upon Company's acceptance or assent to terms and/or conditions other than those expressed herein,return of such order by Company with Company's terms and conditions attached or referenced serves as Company's notice of objection to Customer's terms and as Company's counteroffer to provide Equipment in accordance with the Proposal and the Company's terms and conditions. If Customer does not reject or object in writing to Company within 10 days,Company's counteroffer will be deemed accepted.Notwithstanding anything to the contrary herein,Customer's acceptance of the Equipment will in any event constitute an acceptance by Customer of Company's terms and conditions. This Agreement is subject to credit approval by Company. Upon disapproval of credit,Company may delay or suspend performance or,at its option,renegotiate prices and/or terms and conditions with Customer. If Company and Customer are unable to agree on such revisions,this Agreement shall be cancelled without any liability 2. Connected Services. In addition to these terms and conditions, the Connected Services Terms of Service ("Connected Services Terms"), available at https://www.Vane.comlTraneConnectedServicesTerms,as updated from time to time,are Incorporated herein by reference and shall apply to the extent that Company provides Customer with Connected Services,as defined in the Connected Services Terms. 3.Title and Risk of Loss. All Equipment sales with destinations to Canada or the U.S.shall be made as follows:FOB Company's U.S.manufacturing facility or warehouse (full freight allowed).Title and risk of loss or damage to Equipment will pass to Customer upon tender of delivery of such to carrier at Company's U.S.manufacturing facility or warehouse. 4. Pricing and Taxes.,Within forty-five(45)days following Customer acceptance of the Proposal without addition of any other terms and conditions of sale or any modification,Customer shall provide notification of release for immediate production at Company's factory.Prices for Equipment are subject to change at any time prior to shipment to reflect any cost Increases related to the manufacture,supply,and shipping of Equipment. This includes,but Is not limited to,cost increases in raw materials, supplier components,labor,utilities,freight,logistics,wages and benefits,regulatory compliance,or any other event beyond Company's control.If shipment is delayed due to Customer's actions,Company may also charge Customer with storage fees.If a release is not received within 6 months following order acceptance,Company reserves the right to cancel any order.Company shall be entitled to equitable adjustments in the contract price to reflect any cost increases as set forth above and will provide notice to Customer prior to the date for which the increased price is to be in effect for the applicable customer contract. In no event will prices be decreased. The price of Equipment does not include any present or future foreign,federal,state,or local property,license,privilege,sales,use,excise,value added,gross receipts or other like taxes or assessments.Such amounts will be itemized separately to Customer,who will make prompt payment to Company. Company will accept valid exemption documentation for such taxes and assessments from Customer,if applicable.All prices include packaging in accordance with Company's standard procedures. Charges for special packaging,crating or packing are the responsibility of Customer. 5. Delivery and Delays. Delivery dates are approximate and not guaranteed.Company will use commercially reasonable efforts to deliver the Equipment on or before the estimated delivery date,will notify Customer If the estimated delivery dates cannot be honored,and will deliver the Equipment and services as soon as practicable thereafter.In no event will Company be liable for any damages or expenses caused by delays in delivery. 6. Performance. Company shall be obligated to furnish only the Equipment described in the Proposal and in submittal data(if such data is issued in connection with the order).Company may rely on the acceptance of the Proposal and submittal data as acceptance of the suitability of the Equipment for the particular project or location. Unless specifically stated in the Proposal.compliance with any local building codes or other laws or regulations relating to specifications or the location,use or operation of the Equipment is the sole responsibility of Customer.If Equipment is tendered that does not fully comply with the provisions of this Agreement and Equipment is rejected by Customer,Company will have the right to cure within a reasonable time after notice thereof by substituting a conforming tender whether or not the time for performance has passed. 7.Force Majeure. Company's duty to perform under this Agreement and the Equipment prices are contingent upon the non-occurrence of an Event of Force Majeure- If the Company shall be unable to carry out any material obligation under this Agreement due to an Event of Force Majeure,this Agreement shall at Company's election(I) remain in effect but Company's obligations shall be suspended until the uncontrollable event terminates or(ii)be terminated upon 10 days'notice to Customer,in which event Customer shall pay Company for all parts of the Work furnished to the date of termination. An"Event of Force Majeure"shall mean any cause or event beyond the control of Company. Without limiting the foregoing,'Event of Force Majeure-includes:acts of God;acts of terrorism,war or the public enemy;flood;earthquake;tornado; storm;fire;civil disobedience;pandemic insurrections;riots;labor/labour disputes;labor/labour or material shortages;sabotage;restraint by court order or public authority (whether valid or invalid);and action or non-action by or inability to obtain or keep in force the necessary governmental authorizations,permits,licenses,certificates or approvals if not caused by Company;and the requirements of any applicable government in any manner that diverts either the matenal or the finished product to the direct or indirect benefit of the government. 8. Limited Warranty. Company warrants the Equipment manufactured by Company for a period of the lesser of 12 months from initial start-up or 18 months from date of shipment,whichever is less.against failure due to defects in material and manufacture and that it has the capacities and ratings set forth in Company's catalogs and bulletins("Warranty"). Equipment manufactured by Company that Includes required start-up and sold In North America will not be warranted by Company unless Company performs the Equipment startup.Exclusions from this Warranty include damage or failure arising from:wear and tear;corrosion,erosion,deterioration; modifications made by others to the Equipment;repairs or alterations by a party other than Company that adversely affects the stability or reliability of the Equipment; vandalism;neglect;accident;adverse weather or environmental conditions;abuse or improper use;improper installation;commissioning by a party other than Company; unusual physical or electrical or mechanical stress;operation with any accessory,equipment or part not specifically approved by Company;refrigerant not supplied by Company; and/or lack of proper maintenance as recommended by Company. Company shall not be obligated to pay for the cost of lost refrigerant or lost product. Company's obligations and liabilities under this Warranty are limited to furnishing replacement equipment or parts,at its option, FCA(Incoterms 2000)factory or warehouse (f.o.b.factory or warehouse for US domestic purposes)at Company-designated shipping point,freight-allowed to Company's warranty agent's stock location,for all non- conforming Company-manufactured Equipment(which have been returned by Customer to Company). Returns must have prior written approval by Company and are subject to restocking charge where applicable.Equipment,material and/or parts that are not manufactured by Company("Third-Party Product(s)")are not warranted by Company and have such warranties as may be extended by the respective manufacturer. CUSTOMER UNDERSTANDS THAT COMPANY IS NOT THE MANUFACTURER OF ANY THIRD-PARTY PRODUCT(S)AND ANY WARRANTIES, CLAIMS,STATEMENTS, REPRESENTATIONS,OR SPECIFICATIONS ARE THOSE OF THE THIRD-PARTY MANUFACTURER, NOT COMPANY AND CUSTOMER IS NOT RELYING ON ANY WARRANTIES, CLAIMS, STATEMENTS, REPRESENTATIONS, OR SPECIFICATIONS REGARDING THE THIRD-PARTY PRODUCT THAT MAY BE PROVIDED BY COMPANY OR ITS AFFILIATES, WHETHER ORAL OR WRITTEN.COMPANY MAKES NO REPRESENTATION OR WARRANTY OF ANY KIND,INCLUDING WARRANTY OF MERCHANTABILITY OR FITNESS FOR PARTICULAR PURPOSE.ADDITIONALLY, COMPANY MAKES NO REPRESENTATION OR WARRANTY OF ANY KIND REGARDING PREVENTING.,ELIMINATING,REDUCING OR INHIBITING ANY MOLD,FUNGUS,BACTERIA,VIRUS,MICROBIAL GROWTH,OR ANY OTHER CONTAMINANTS (INCLUDING COVID-19 OR ANY SIMILAR VIRUS)(COLLECTIVELY,"CONTAMINANTS"),WHETHER INVOLVING OR IN CONNECTION WITH EQUIPMENT,ANY COMPONENT THEREOF, SERVICES OR OTHERWISE. IN NO EVENT SHALL COMPANY HAVE ANY LIABILITY FOR THE PREVENTION, ELIMINATION, REDUCTION OR INHIBITION OF THE GROWTH OR SPREAD OF SUCH CONTAMINANTS INVOLVING OR IN CONNECTION WITH ANY EQUIPMENT,THIRD- PARTY PRODUCT,OR ANY COMPONENT THEREOF,SERVICES OR OTHERWISE AND CUSTOMER HEREBY SPECIFICALLY ACKNOWLDGES AND AGREES THERETO. No warranty liability whatsoever shall attach to Company until Customer's complete order has been paid for in full and Company's liability under this Warranty shall be limited to the purchase price of the Equipment shown to be defective Additional warranty protection is available on an extra-cost basis and must be in writing and agreed to by an authorized signatory of the Company. EXCEPT FOR COMPANY'S WARRANTY EXPRESSLY SET FORTH HEREIN,COMPANY DOES NOT MAKE, AND HEREBY EXPRESSLY DISCLAIMS, ANY WARRANTIES, EXPRESS OR IMPLIED CONCERNING ITS PRODUCTS, EQUIPMENT OR SERVICES, INCLUDING,WITHOUT LIMITATION,ANY WARRANTY OF DESIGN,MERCHANTABILITY OR OF FITNESS FOR A PARTICULAR PURPOSE,OR OTHERS THAT ARE ALLEGED TO ARISE FROM COURSE OF DEALING OR TRADE. 9. Indemnity. To the fullest extent permitted by law,Company and Customer shall indemnify,defend and hold harmless each other from any and all claims,actions, costs,expenses,damages and liabilities,including reasonable attorneys'fees,resulting from death or bodily Injury or damage to real or personal property,to the extent caused by the negligence or misconduct of their respective employees or other authorized agents in connection with their activities within the scope of this Agreement. Neither party shall indemnify the other against claims,damages,expenses or liabilities to the extent attributable to the acts or omissions of the other party.If the parties are both at fault,the obligation to indemnify shall be proportional to their relative fault.The duty to indemnify will continue in full force and effect, notwithstanding the expiration or early termination hereof,with respect to any claims based on facts or conditions that occurred prior to expiration or termination. 1 n N = Page 4 of 9 ©2025 Trane Technologies.All Rights Reserved. TECHNOLOGIES Confidential and Proprietary Information of Trane U S. Inc. Mil. City of Boynton Beach-Utilities Admin SS Replace April 30,2025 10. Insurance. Upon request,Company will furnish evidence of its standard insurance coverage. If Customer has requested to be named as an additional insured under Company's insurance policy,Company will do so but only subject to Company's manuscript additional insured endorsement under its primary Commercial General Liability policies In no event does Company waive any rights of subrogation 11. Customer Breach.Each of the following events or conditions shall constitute a breach by Customer and shall give Company the right,without an election of remedies, to terminate this Agreement,require payment prior to shipping,or suspend performance by delivery of written notice:(1)Any failure by Customer to pay amounts when due;(2)any general assignment by Customer for the benefit of its creditors,or if Customer becomes bankrupt or insolvent or takes the benefit of any statute for bankrupt or insolvent debtors, or makes or proposes to make any proposal or arrangement with creditors, or if any steps are taken for the winding up or other termination of Customer or the liquidation of its assets,or if a trustee,receiver,or similar person is appointed over any of the assets or interests of Customer;(3)Any representation or warranty furnished by Customer in connection with this Agreement is false or misleading in any material respect when made;or(4)Any failure by Customer to perform or comply with any material provision of this Agreement Customer shall be liable to the Company for all Equipment furnished and all damages sustained by Company (including lost profit and overhead). 12. Limitation of Liability. NOTWITHSTANDING ANYTHING TO THE CONTRARY, IN NO EVENT SHALL COMPANY BE LIABLE FOR ANY SPECIAL, INCIDENTAL, INDIRECT CONSEQUENTIAL, PUNITIVE, EXEMPLARY DAMAGES (INCLUDING WITHOUT LIMITATION REFRIGERANT LOSS, BUSINESS INTERRUPTION, LOST DATA, LOST REVENUE, LOST PROFITS),OR CONTAMINANTS LIABILITIES, EVEN IF A PARTY HAS BEEN ADVISED OF SUCH POSSIBLE DAMAGES OR IF SAME WERE REASONABLY FORESEEABLE AND REGARDLESS OF WHETHER THE CAUSE OF ACTION IS FRAMED IN CONTRACT,NEGLIGENCE,ANY OTHER TORT,WARRANTY,STRICT LIABILITY,OR PRODUCT LIABILITY. In no event will Company's liability in connection with the provision of products or services or otherwise under this Agreement exceed the entire amount paid to Company by Customer under this Agreement. 13. CONTAMINANTS LIABILITY The transmission of COVID-19 may occur in a variety of ways and circumstances, many of the aspects of which are currently not known. HVAC systems,products, services and other offerings have not been tested for their effectiveness in reducing the spread of COVID-19,including through the air in closed environments. IN NO EVENT WILL COMPANY BE LIABLE UNDER THIS AGREEMENT OR OTHERWISE FOR ANY INDEMNIFICATION,ACTION,OR CLAIM,WHETHER BASED ON WARRANTY,CONTRACT,TORT OR OTHERWISE, FOR ANY BODILY INJURY(INCLUDING DEATH),DAMAGE TO PROPERTY,OR ANY OTHER LIABILITIES, DAMAGES OR COSTS RELATED TO CONTAMINANTS (INCLUCING THE SPREAD, TRANSMISSION, MITIGATION, ELIMINATION, OR CONTAMINATION THEREOF) (COLLECTIVELY, "CONTAMINANTS LIABILITIES") AND CUSTOMER HEREBY EXPRESSLY RELEASES COMPANY FROM ANY SUCH CONTAMINANTS LIABILITIES. 14. Nuclear Liability. In the event that the Equipment sold hereunder is to be used in a nuclear facility, Customer will, prior to such use, arrange for insurance or governmental indemnity protecting Company against all liability and hereby releases and agrees to indemnify Company and its suppliers for any nuclear damage,including loss of use,in any manner arising out of a nuclear incident,whether alleged to be due,in whole or in part to the negligence or otherwise of Company or its suppliers. 15. Intellectual Property; Patent Indemnity. Company retains all ownership,license and other rights to all patents,trademarks,copyrights,trade secrets and other intellectual property rights related to the Equipment,and,except for the right to use the Equipment sold,Customer obtains no rights to use any such intellectual property. Company agrees to defend any suit or proceeding brought against Customer so far as such suit or proceeding is solely based upon a claim that the use of the Equipment provided by Company constitutes infringement of any patent of the United States of America, provided Company is promptly notified in writing and given authority, information and assistance for defense of same. Company will,at its option, procure for Customer the right to continue to use said Equipment, or modify it so that it becomes non-infringing,or replace same with non-infringing Equipment.or to remove said Equipment and to refund the purchase price. The foregoing will not be construed to include any Agreement by Company to accept any liability whatsoever in respect to patents for inventions including more than the Equipment furnished hereunder,or in respect of patents for methods and processes to be carried out with the aid of said Equipment.The provision of Equipment by Company does not convey any license, by implication,estoppel,or otherwise,under patent claims covering combinations of said Equipment with other devices or elements.The foregoing states the entire liability of Company with regard to patent infringement.Notwithstanding the provisions of this paragraph, Customer will hold Company harmless against any expense or loss resulting from infringement of patents or trademarks arising from compliance with Customer's designs or specifications or instructions. 16. Cancellation. Equipment is specially manufactured in response to orders.An order placed with and accepted by Company cannot be delayed,canceled,suspended, or extended except with Company's written consent and upon written terms accepted by Company that will reimburse Company for and indemnify Company against loss and provide Company with a reasonable profit for its materials,time,labor,services,use of facilities and otherwise.Customer will be obligated to accept any Equipment shipped,tendered for delivery or delivered by Company pursuant to the order prior to any agreed delay,cancellation,suspension or extension of the order. Any attempt by Customer to unilaterally revoke,delay or suspend acceptance for any reason whatever after it has agreed to delivery of or accepted any shipment shall constitute a breach of this Agreement. For purposes of this paragraph,acceptance occurs by any waiver of inspection,use or possession of Equipment,payment of the invoice,or any indication of exclusive control exercised by Customer. 17. Invoicing and Payment. Unless otherwise agreed to in writing by Company,equipment shall be invoiced to Customer upon tender of delivery thereof to the carrier. Customer shall pay Company's invoices within net 30 days of shipment date. Company reserves the right to add to any account outstanding for more than 30 days a service charge equal to the lesser of the maximum allowable legal interest rate or 1.5%of the principal amount due at the end of each month. Customer shall pay all costs (including attorneys'fees)incurred by Company in attempting to collect amounts due and otherwise enforcing these terms and conditions. If requested, Company will provide appropriate lien waivers upon receipt of payment. Company may at any time decline to ship,make delivery or perform work except upon receipt of cash payment, letter of credit,or security,or upon other terms and conditions satisfactory to Company.Customer agrees that,unless Customer makes payment in advance,Company will have a purchase money security interest in all Equipment to secure payment in full of all amounts due Company and its order for the Equipment,together with these terms and conditions,form a security agreement(as defined by the UCC in the United States and as defined in the Personal Property Security Act in Canada).Customer shall keep the Equipment free of all taxes and encumbrances,shall not remove the Equipment from its original installation point and shall not assign or transfer any interest in the Equipment until all payments due Company have been made. The purchase money security interest granted herein attaches upon Company's acceptance of Customer's order and on receipt of the Equipment described in the accepted Proposal but prior to its installation. The parties have no agreement to postpone the time for attachment unless specifically noted in writing on the accepted order.Customer will have no rights of set off against any amounts,which become payable to Company under this Agreement or otherwise. 18.Claims. Company will consider claims for concealed shortages in shipments or rejections due to failure to conform to an order only if such claims or rejections are made in writing within 15 days of delivery and are accompanied by the packing list and, if applicable,the reasons in detail why the Equipment does not conform to Customer's order. Upon receiving authorization and shipping instructions from authorized personnel of Company,Customer may return rejected Equipment,transportation charges prepaid,for replacement. Company may charge Customer any costs resulting from the testing,handling,and disposition of any Equipment returned by Customer which are not found by Company to be nonconforming.All Equipment damaged during shipment and all claims relating thereto must be made with the freight carrier in accordance with such carrier's policies and procedures.Claims for Equipment damaged during shipment are not covered under the warranty provision stated herein. 19. Export Laws. The obligation of Company to supply Equipment under this Agreement is subject to the ability of Company to supply such items consistent with applicable laws and regulations of the United States and other governments. Company reserves the right to refuse to enter into or perform any order,and to cancel any order.under this Agreement if Company in its sole discretion determines that performance of the transaction to which such order relates would violate any such applicable law or regulation. Customer will pay all handling and other similar costs from Company's factories including the costs of freight, insurance,export clearances, import duties and taxes.Customer will be"exporter of record"with respect to any export from the United States of America and will perform all compliance and logistics functions in connection therewith and will also comply with all applicable laws,rules and regulations.Customer understands that Company and/or the Equipment are subject to laws and regulations of the United States of America which may require licensing or authorization for and/or prohibit export,re-export or diversion of Company's Equipment to certain countries,and agrees it will not knowingly assist or participate in any such diversion or other violation of applicable United States of America laws and regulations. Customer agrees to hold harmless and indemnify Company for any damages resulting to Customer or Company from a breach of this paragraph by Customer. 20. General. Except as provided below,to the maximum extent provided by law,this Agreement is made and shall be interpreted and enforced in accordance with the laws of the state of New York for Equipment shipped to a U.S.location and the laws of the province to which Equipment is shipped within Canada,without regard to its conflict of law principles that might otherwise call for the application of a different state's or province's law,and not including the United Nations Convention on Contracts for the International Sale of Goods.To the extent the Equipment is being used at a site owned and/or operated by any agency of the Federal Government,determination of any substantive issue of law shall be according to the Federal common law of Government contracts as enunciated and applied by Federal judicial bodies and boards of contract appeals of the Federal Government. This Agreement contains all of the agreements,representations and understandings of the parties and supersedes all previous understandings,commitments or agreements,oral or written,related to the subject matter hereof This Agreement may not be amended,modified or terminated except by a writing signed by the parties hereto. No documents shall be incorporated herein by reference except to the extent Company is a signatory thereon.If any term or condition of this Agreement is invalid,illegal or incapable of being enforced by any rule of law,all other terms and conditions of this Agreement will nevertheless remain in full force and effect as long as the economic or legal substance of the transaction contemplated hereby is not affected in a manner adverse to any party hereto.Customer may not assign,transfer,or convey this Agreement,or any part hereof,or its right,title or interest herein,without the written consent of the Company. Subject to the foregoing,this Agreement shall be binding upon and inure to the benefit of Customer's permitted successors and assigns This Agreement may be executed in several A N — Page 5 of 9 ©2025 Trane Technologies.All Rights Reserved TECHNOLOGIES g Confidential and Proprietary Information of Trane U S. Inc City of Boynton Beach-Utilities Admin SS Replace April 30,2025 counterparts,each of which when executed shall be deemed to be an original,but all together shall constitute but one and the same Agreement. A fully executed facsimile copy hereof or the several counterparts shall suffice as an original. 21. Federal Requirements. The Parties shall comply with all United States federal labor law obligations under 29 CFR part 471, appendix A to subpart A. THE FOLLOWING PROVISIONS ARE INCORPORATED HEREIN BY REFERENCE:Executive Order 11701 and 41 CFR§§60-250.5(a),60-300.5;Executive Order 11758 and 41 CFR§60-741.5(a);U.S.immigration laws,including the L-1 Visa Reform Act of 2004 and the H-1B Visa Reform Act of 2004;and Executive Order 13496.The Parties shall abide by the requirements of 41 CFR 60-300.5(a)and 60-741.5(a).These regulations prohibit discrimination against qualified individuals based on their status as protected veterans or individuals with disabilities. Moreover,these regulations require that covered prime contractors and subcontractors take affirmative action to employ and advance in employment individuals without regard to protected veteran status or disability.The Parties certify that they do not operate any programs promoting DEI that violate any applicable United States anti-discrimination laws and acknowledge and agree that their compliance with all applicable federal anti-discrimination laws is material to the federal government's payment decisions.The Parties acknowledge and agree that their employment,procurement,and contracting practices shall not consider race.color,sex,sexual preference.religion,or national origin in ways that violate United States federal civil rights laws. 22. U.S.Government Work. The following provision applies only to direct sales by Company to the US Government. The Parties acknowledge that Equipment ordered and delivered under this Agreement are Commercial Items as defined under Part 12 of the Federal Acquisition Regulation(FAR).In particular,Company agrees to be bound only by those Federal contracting clauses that apply to'commercial'suppliers and that are contained in FAR 52.212-5(e)(1). The following provision applies only to indirect sales by Company to the US Government. As a Commercial Item Subcontractor,Company accepts only the following mandatory flow down provisions: 52.219-8;52.222-26;52.222-35;52.222-36;52.222-39;52.247-64. If the sale of the Equipment is In connection with a U.S.Government contract,Customer certifies that it has provided and will provide current,accurate,and complete information,representations and certifications to all government officials, including but not limited to the contracting officer and officials of the Small Business Administration,on all matters related to the prime contract,including but not limited to all aspects of its ownership, eligibility,and performance. Anything herein notwithstanding,Company will have no obligations to Customer unless and until Customer provides Company with a true,correct and complete executed copy of the prime contract. Upon request,Customer will provide copies to Company of all requested written communications with any government official related to the prime contract prior to or concurrent with the execution thereof,including but not limited to any communications related to Customer's ownership,eligibility or performance of the prime contract. Customer will obtain written authorization and approval from Company prior to providing any government official any information about Company's performance of the work that is the subject of the Proposal or this Agreement,other than the Proposal or this Agreement. 23.Limited Waiver of Sovereign Immunity. If Customer is an Indian tribe(in the U.S.)or a First Nation or Band Council(in Canada),Customer,whether acting in its capacity as a government,governmental entity,a duly organized corporate entity or otherwise,for itself and for Its agents,successors,and assigns:(1)hereby provides this limited waiver of its sovereign immunity as to any damages,claims,lawsuit,or cause of action(herein-Action')brought against Customer by Company and arising or alleged to arise out of the furnishing by Company of any product or service under this Agreement,whether such Action is based in contract,tort,strict liability,civil liability or any other legal theory;(2)agrees that jurisdiction and venue for any such Action shall be proper and valid(a)If Customer is In the U.S.,in any state or United States court located in the state in which Company is performing this Agreement or(b)if Customer is in Canada,in the superior court of the province or territory in which the work was performed; (3)expressly consents to such Action, and waives any objection to jurisdiction or venue; (4)waives any requirement of exhaustion of tribal court or administrative remedies for any Action arising out of or related to this Agreement;and(5)expressly acknowledges and agrees that Company is not subject to the jurisdiction of Customer's tribal court or any similar tribal forum,that Customer will not bring any action against Company in tribal court,and that Customer will not avail itself of any ruling or direction of the tribal court permitting or directing it to suspend its payment or other obligations under this Agreement. The individual signing on behalf of Customer warrants and represents that such individual is duly authorized to provide this waiver and enter into this Agreement and that this Agreement constitutes the valid and legally binding obligation of Customer,enforceable in accordance with Its terms. 1-26.130-4(0225) Supersedes 1-26.130-4(1024) 1 ^N= Page 6 of 9 ©2025 Trane Technologies.All Rights Reserved. TECHNOLOGIES Confidential and Proprietary Information of Trane U.S. Inc. I _ City of Boynton Beach-Utilities Admin SS Replace April 30,2025 SECURITY ADDENDUM This Addendum shall be applicable to the sale,installation and use of Trane equipment and the sale and provision of Trane services. "Trane" shall mean Trane U.S. Inc. for sales and services in the United States, or Trane Canada ULC for sales and services in Canada. 1. Definitions. All terms used in this Addendum shall have the meaning specified in the Agreement unless otherwise defined herein. For the purposes of this Addendum, the following terms are defined as follows: "Customer Data" means Customer account information as related to the Services only and does not include HVAC Machine Data or personal data.Trane does not require, nor shall Customer provide personal data to Trane under the Agreement. Such data is not required for Trane to provide its Equipment and/or Services to the Customer. "Equipment"shall have the meaning set forth in the Agreement. "HVAC Machine Data" means data generated and collected from the product or fumished service without manual entry. HVAC Machine Data is data relating to the physical measurements and operating conditions of a HVAC system, such as but not limited to,temperatures,humidity, pressure, HVAC equipment status. HVAC Machine Data does not include Personal Data and,for the purposes of this agreement,the names of users of Trane's controls products or hosted applications shall not be Personal Data, if any such user chooses to use his/her name(s) in the created accounts within the controls product (e.g., firstname.lastname@address.com). HVAC Machine Data may be used by Trane: (a)to provide better support services and/or products to users of its products and services; (b) to assess compliance with Trane terms and conditions; (c)for statistical or other analysis of the collective characteristics and behaviors of product and services users; (d)to backup user and other data or information and/or provide remote support and/or restoration; (e) to provide or undertake: engineering analysis; failure analysis;warranty analysis;energy analysis;predictive analysis;service analysis;product usage analysis;and/or other desirable analysis, including, but not limited to, histories or trends of any of the foregoing;and (f)to otherwise understand and respond to the needs of users of the product or furnished service. "Personal Data"means data and/or information that is owned or controlled by Customer, and that names or identifies,or is about a natural person, such as: (i)data that is explicitly defined as a regulated category of data under any data privacy laws applicable to Customer; (ii) non-public personal information ("NPI") or personal information("PI"), such as national identification number, passport number, social security number, social insurance number, or driver's license number; (iii) health or medical information, such as insurance information, medical prognosis, diagnosis information, or genetic information; (iv)financial information, such as a policy number, credit card number, and/or bank account number; (v) personally identifying technical information (whether transmitted or stored in cookies, devices, or otherwise), such as IP address, MAC address, device identifier, International Mobile Equipment Identifier ("IMEI"), or advertising identifier; (vi) biometric information; and/or (vii) sensitive personal data, such as, race, religion, marital status, disability, gender, sexual orientation, geolocation, or mother's maiden name. "Security Incident"shall refer to (i)a compromise of any network, system, application or data in which Customer Data has been accessed or acquired by an unauthorized third party; (ii)any situation where Trane reasonably suspects that such compromise may have occurred; or (iii) any actual or reasonably suspected unauthorized or illegal Processing, loss, use, disclosure or acquisition of or access to any Customer Data. "Services"shall have the meaning set forth in the Agreement. 2. HVAC Machine Data;Access to Customer Extranet and Third Party Systems.If Customer grants Trane access to HVAC Machine Data via web portals or other non-public websites or extranet services on Customer's or a third party's website or system (each, an "Extranet"), Trane will comply with the following: a. Accounts. Trane will ensure that Trane's personnel use only the Extranet account(s)designated by Customer and will require Trane personnel to keep their access credentials confidential. b. Systems. Trane will access the Extranet only through computing or processing systems or applications running operating systems managed by Trane that include: (i)system network firewalls; (ii)centralized patch management; (iii) operating system appropriate anti-malware software; and (iv)for portable devices,full disk encryption. c. Restrictions. Unless otherwise approved by Customer in writing, Trane will not download, mirror or permanently store any HVAC Machine Data from any Extranet on any medium, including any machines,devices or servers. d. Account Termination. Trane will terminate the account of each of Trane's personnel in accordance with Trane's standard practices after any specific Trane personnel who has been authorized to access any Extranet (1) no longer needs access to HVAC Machine Data or(2)no longer qualifies as Trane personnel (e.g., the individual leaves Trane's employment). e. Third Party Systems. Trane will provide Customer prior notice before it uses any third party system that stores or may otherwise have access to HVAC Machine Data, unless (1)the data is encrypted and (2)the third party system will not have access to the decryption key or unencrypted "plain text"versions of the HVAC Machine Data. 3. Customer Data; Confidentiality. Trane shall keep confidential, and shall not access or use any Customer Data and information that is marked confidential or by its nature is considered confidential ("Customer Confidential Information") other than for the 1 R A N Page 7 of 9 ©2025 Trane Technologies.All Rights Reserved TECHNOLOG,ES Confidential and Proprietary Information of Trane U.S Inc City of Boynton Beach-Utilities Admin SS Replace April 30,2025 purpose of providing the Equipment and Services, and will disclose Customer Confidential Information only: (i) to Trane's employees and agents who have a need to know to perform the Services, (ii)as expressly permitted or instructed by Customer, or (iii) to the minimum extent required to comply with applicable law, provided that Trane (1) provides Customer with prompt written notice prior to any such disclosure, and (2)reasonably cooperate with Customer to limit or prevent such disclosure. 4. Customer Data;Compliance with Laws. Trane agrees to comply with laws,regulations governmental requirements and industry standards and practices relating to Trane's processing of Customer Confidential Information (collectively, "Laws"). 5. Customer Data; Information Security Management. Trane agrees to establish and maintain an information security and privacy program, consistent with applicable HVAC equipment industry practices that complies with this Addendum and applicable Laws ("Information Security Program"). The Information Security Program shall include appropriate physical, technical and administrative safeguards, including any safeguards and controls agreed by the Parties in writing, sufficient to protect Customer systems, and Customer's Confidential Information from unauthorized access, destruction, use, modification or disclosure. The Information Security Program shall include appropriate, ongoing training and awareness programs designed to ensure that Trane's employees and agents, and others acting on Trane's, behalf are aware of and comply with the Information Security Program's policies, procedures, and protocols. 6. Monitoring. Trane shall monitor and, at regular intervals consistent with HVAC equipment industry practices, test and evaluate the effectiveness of its Information Security Program.Trane shall evaluate and promptly adjust its Information Security Program in light of the results of the testing and monitoring, any material changes to its operations or business arrangements, or any other facts or circumstances that Trane knows or reasonably should know may have a material impact on the security of Customer Confidential Information, Customer systems and Customer property. 7. Audits. Customer acknowledges and agrees that the Trane SOC2 audit report will be used to satisfy any and all audit/inspection requests/requirements by or on behalf of Customer. Trane will make its SOC2 audit report available to Customer upon request and with a signed nondisclosure agreement. 8. Information Security Contact. Trane's information security contact is Local Sales Office. 9. Security Incident Management. Trane shall notify Customer after the confirmation of a Security Incident that affects Customer Confidential Information, Customer systems and Customer property. The written notice shall summarize the nature and scope of the Security Incident and the corrective action already taken or planned. 10. Threat and Vulnerability Management.Trane regularly performs vulnerability scans and addresses detected vulnerabilities on a risk basis. Periodically, Trane engages third-parties to perform network vulnerability assessments and penetration testing. Vulnerabilities will be reported in accordance with Trane's cybersecurity vulnerability reported process. Trane periodically provides security updates and software upgrades. 11. Security Training and Awareness.New employees are required to complete security training as part of the new hire process and receive annual and targeted training (as needed and appropriate to their role) thereafter to help maintain compliance with Security Policies, as well as other corporate policies, such as the Trane Code of Conduct. This includes requiring Trane employees to annually re-acknowledge the Code of Conduct and other Trane policies as appropriate. Trane conducts periodic security awareness campaigns to educate personnel about their responsibilities and provide guidance to create and maintain a secure workplace. 12. Secure Disposal Policies. Trane will maintain policies, processes, and procedures regarding the disposal of tangible and intangible property containing Customer Confidential Information so that wherever possible, Customer Confidential Information cannot be practicably read or reconstructed. 13. Logical Access Controls. Trane employs internal monitoring and logging technology to help detect and prevent unauthorized access attempts to Trane's corporate networks and production systems. Trane's monitoring includes a review of changes affecting systems' handling authentication, authorization, and auditing, and privileged access to Trane production systems. Trane uses the principle of"least privilege"(meaning access denied unless specifically granted)for access to customer data. 14. Contingency Planning/Disaster Recovery. Trane will implement policies and procedures required to respond to an emergency or other occurrence (i.e. fire, vandalism, system failure, natural disaster)that could damage Customer Data or any system that contains Customer Data. Procedures include the following (i) Data backups; and (ii) Formal disaster recovery plan. Such disaster recovery plan is tested at least annually. 15. Return of Customer Data. If Trane is responsible for storing or receiving Customer Data, Trane shall, at Customer's sole discretion, deliver Customer Data to Customer in its preferred format within a commercially reasonable period of time following the expiration or earlier termination of the Agreement or, such earlier time as Customer requests, securely destroy or render unreadable or undecipherable each and every original and copy in every media of all Customer's Data in Trane's possession, 1 R A N Page 8 of 9 ©2025 Trane Technologies.All Rights Reserved reeHNoLae,es Confidential and Proprietary Information of Trane U S. Inc. I City of Boynton Beach-Utilities Admin SS Replace April 30,2025 custody or control no later than [90 days] after receipt of Customer's written instructions directing Trane to delete the Customer Data. 16. Background Checks Trane shall take reasonable steps to ensure the reliability of its employees or other personnel having access to the Customer Data, including the conducting of appropriate background and/or verification checks in accordance with Trane policies. 17. DISCLAIMER OF WARRANTIES. EXCEPT FOR ANY APPLICABLE WARRANTIES IN THE AGREEMENT, THE SERVICES ARE PROVIDED"AS IS",WITH ALL FAULTS,AND THE ENTIRE RISK AS TO SATISFACTORY QUALITY, PERFORMANCE, ACCURACY AND EFFORT AS TO SUCH SERVICES SHALL BE WITH CUSTOMER. TRANE DISCLAIMS ANY AND ALL OTHER EXPRESS OR IMPLIED REPRESENTATIONS AND WARRANTIES WITH RESPECT TO THE SERVICES AND THE SERVICES PROVIDED HEREUNDER, INCLUDING ANY EXPRESS OR IMPLIED WARRANTY OF MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE, OR THAT THE SERVICES WILL OPERATE ERROR-FREE OR UNINTERRUPTED OR RETURN/RESPONSE TO INQUIRIES WITHIN ANY SPECIFIC PERIOD OF TIME. October 2024 Supersedes: November 2023v2 1 ^N= Page 9 of 9 ®2025 Trane Technologies All Rights Reserved. TECNNOLOOIE3 Confidential and Proprietary Information of Trane U S Inc. MM - jHEI z CPAs and Advisors Certified Public Accountants July 24, 2025 To Whom It May Concern: We have completed our review of proposal H4-123128-25-003A. We confirm that the following components of the proposal are in accordance with Trane contract#3341: • Equipment discount rates • Hourly labor rates • Materials margin rate Our procedures were limited solely to confirming the aforementioned components of proposal number H4-123128-25-003A were in agreement with Trane contract #3341. We did not review any other components of this proposal. This report is intended solely for the information and use of OMNIA Partners, Trane, and City of Boynton Beach. This report is not intended to be, and should not be, used by anyone other than those specified parties. /d-eti, .(- -2 HeimLantz CPAs and Advisors, LLC Annapolis, MD ALEXANDRIA ANNAPOLIS LEXINGTON PARK 1800 Diagonal Road,Suite 635 180 Admiral Cochrane Drive,Suite 520 22738 Maple Road,Suite 201 Alexandria,VA 22314 Annapolis,MD 21401 Lexington Park,MD 20653 703.299.6565 410.841 5575 301 862.3367 Heimlantz.com =b.. 1 COBB Water Treatment Facility Replace 5& 20T RTUs Pro ID:8211083 Trane US 0 6965 Vista Parkway North Ste. 11 71R4A1E West Palm Beach, FL 33411 Phone: (561)683-1521 Fax: (561)697-8714 July 21,2025 Customer: City of Boynton Beach—Water Treatment Facility 5469 Boynton Beach Blvd. Boynton Beach, FL 33437 Attention:Howard Kerr Re:COBB Water Treatment Facility Replace ST&20T RTUs Trane is pleased to offer this proposal to replace the(2)DX Packaged Roof Top Unit(RTU) located at the above referenced site. The existing unit will be replaced in like-for-like fashion. This proposal reflects a "Turnkey Project"and includes the necessary: Materials, Installation Labor, Subcontracts, Project Management and Supervision. Start-up of the(2)new DX RTUs will be performed by factory certified technician upon completion with applicable factory warranties.We have excluded permit fees; they will be passed through from local municipality upon completion. Our pricing and proposal are further defined by the following equipment and installation,scope of work. Mechanical Installation Scope I. During an agreed upon time,Trane will shut down and electrically tag-out the existing equipment and components to be removed. 2. Mechanically and electrically disconnect the existing(2)RTUs being replaced and prepare for removal. 3. Remove and properly dispose of the existing equipment,system components,refrigerant and associated material or debris,per current EPA guidelines. 4. Provide crane to remove old,install (2)new customer provided Trane RTUs. S. Furnish and install new sheet metal transition ductwork for both RTUs. 6. Furnish and install a new downflow adapter for the 20T RTU and tie into the existing ductwork. 7. Furnish and install JBox,extend conduit and wiring,and re-connect existing power supply to new RTUs. 8. Provide Engineered Wind Load Calculation and Tie-down details as required by Florida Building Code 9. Start up and equipment commissioning of(2)new Trane RTUs to be performed by Trane Factory Certified Technician,upon completion of the installation. 10. One-year warranty on new equipment parts and labor. Not Included: ➢ New 5 & 20 ton Packaged units. Customer to provide. ➢ After hours work. ➢ Any Building Automation Controls. > Any temporary cooling during replacement of units. D Permit fees,permit application and acquisition will be handled by Trane, actual permit costs will be passed through with 0%markup in form of a change order, D Any fire alarm related controls,piping,wiring, components, smoke detectors, permits,associated labor, or other fire protection of any kind. > Any electrical other than mentioned in scope. > Independent test and balance. > Any changes or additions to the scope of work as described above. 1 COBB Water Treatment Facility Replace 5& 20T RTUs Pro ID:8211083 Pricing and Acceptance: Price for Mechanical Installation Scope as Specified Above . $80,265.00 **Assumes(1) Crane visit to do both RTUs** The pricing outlined above is based upon OMNIA Contract Racine#3341 Quote #H4-123128-25-003A Thank you for giving Trane this opportunity and feel free to contact me at any time with questions or concerns. Sincerely, Jerry Shugart Amar Sukhai Senior Account Manager Services Turnkey (561)287-2681 (786)423-4196 This proposal is valid for 60 days from the date of proposal. This agreement is subject to the attached Trane Terms and Conditions. CUSTOMER ACCEPTANCE Authorized Representative Printed Name Title Purchase Order Acceptance Date License Number: CAC#0023485 COBB Water Treatment Facility Replace 5& 20T RTUs Pro ID:8211083 TERMS AND CONDITIONS-QUOTED SERVICE 1-10.48(0225) "Company"shall mean Trane U.S. Inc.for Company performance in the United States and Trane Canada ULC for Company performance in Canada. To obtain repair service within the scope of Services as defined, contact your local Trane District office identified on the first page of the Agreement by calling the telephone number stated on that page. That Trane District office is responsible for Company's performance of this Agreement. Only Trane authorized personnel may perform service under this Agreement. For Service covered under this Agreement, Company will be responsible for the cost of transporting a part requiring service. 1 Agreement. These terms and conditions are an integral part of Company's offer and form the basis of any agreement (the "Agreement") resulting from Company's proposal (the"Proposal")for the services (the"Services")on equipment listed in the Proposal (the "Covered Equipment"). COMPANY'S TERMS AND CONDITIONS ARE SUBJECT TO PERIODIC CHANGE OR AMENDMENT. 0. Connected Services. In addition to these terms and conditions, the Connected Services Terms of Service ("Connected Services Terms"), available at https://www.trane.com/TraneConnectedServicesTerms, as updated from time to time, are incorporated herein by reference and shall apply to the extent that Company provides Customer with Connected Services, as defined in the Connected Services Terms. 2. Acceptance. The Proposal is subject to acceptance in writing by the party to whom this offer is made or an authorized agent ("Customer") delivered to Company within 30 days from the date of the Proposal. If Customer accepts the Proposal by placing an order, without the addition of any other terms and conditions of sale or any other modification,Customer's order shall be deemed acceptance of the Proposal subject to Company's terms and conditions. If Customer's order is expressly conditioned upon the Company's acceptance or assent to terms and/or conditions other than those expressed herein,return of such order by Company with Company's terms and conditions attached or referenced serves as Company's notice of objection to Customer's terms and as Company's counteroffer to provide Services in accordance with the Proposal. If Customer does not reject or object in writing to Company within 10 days, the Company's counteroffer will be deemed accepted.Customer's acceptance of the Services by Company will in any event constitute an acceptance by Customer of Company's terms and conditions. In the case of a dispute,the applicable terms and conditions will be those in effect at the time of delivery or acceptance of the Services.This Agreement is subject to credit approval by Company.Upon disapproval of credit,Company may delay or suspend performance or, at its option, renegotiate prices and/or terms and conditions with Customer. If Company and Customer are unable to agree on such revisions,this Agreement shall be cancelled without any liability.other than Customer's obligation to pay for Services rendered by Company to the date of cancellation. 3. Cancellation by Customer Prior to Services; Refund. If Customer cancels this Agreement within(a)thirty(30)days of the date this Agreement was mailed to Customer or(b)twenty(20)days of the date this Agreement was delivered to Customer, if it was delivered at the time of sale,and no Services have been provided by Company under this Agreement,the Agreement will be void and Company will refund to Customer,or credit Customer's account,the full Service Fee of this Agreement that Customer paid to Company, if any.A ten percent(10%) penalty per month will be added to a refund that is due but is not paid or credited within forty-five(45)days after retum of this Agreement to Company. Customer's right to cancel this Agreement only applies to the original owner of this Agreement and only if no Services have been provided by Company under this Agreement prior to its return to Company. 4. Cancellation by Company. This Agreement may be cancelled by Company for any reason or no reason, upon written notice from Company to Customer no later than 30 days prior to performance of any Services hereunder and Company will refund to Customer, or credit Customer's account, that part of the Service Fee attributable to Services not performed by Company. Customer shall remain liable for and shall pay to Company all amounts due for Services provided by Company and not yet paid. 5. Services Fees and Taxes. Fees for the Services (the "Service Fee(s)") shall be as set forth in the Proposal and are based on performance during regular business hours. Fees for outside Company's regular business hours and any after-hours services shall be billed separately according to the then prevailing overtime or emergency labor/labour rates. In addition to the stated Service Fee, Customer shall pay all taxes not legally required to be paid by Company or, alternatively,shall provide Company with acceptable tax exemption certificates. Customer shall pay all costs(including attorneys'fees)incurred by Company in attempting to collect amounts due. 6 Payment Payment is due upon receipt of Company's invoice. Company reserves the right to add to any account outstanding for more than 30 days a service charge equal to the lesser of the maximum allowable legal interest rate or 1.5%of the principal amount due at the end of each month.Customer shall pay all costs(including attorneys'fees)incurred by Company in attempting to collect amounts due or otherwise enforcing these terms and conditions. 7. Customer Breach. Each of the following events or conditions shall constitute a breach by Customer and shall give Company the right, without an election of remedies, to terminate this Agreement or suspend performance by delivery of written notice: (1) Any failure by Customer to pay amounts when due; or (2) any general assignment by Customer for the benefit of its creditors, or if Customer becomes bankrupt or insolvent or takes the benefit of any statute for bankrupt or insolvent debtors, or makes or proposes to make any proposal or arrangement with creditors,or if any steps are taken for the winding up or other termination of Customer or the liquidation of its assets,or if a trustee, receiver,or similar person is appointed over any of the assets or interests of Customer; (3)Any representation or warranty furnished by Customer in connection with this Agreement is false or misleading in any material respect when made; or(4)Any failure by Customer to perform or comply with any material provision of this Agreement. Customer shall be liable to the Company for all Services furnished to date and all damages sustained by Company(including lost profit and overhead) 8. Performance. Company shall perform the Services in accordance with industry standards generally applicable in the state or province where the Services are performed under similar circumstances as of the time Company performs the Services.Company is not liable for any claims, damages, losses.or expenses, arising from or related to work done by or services provided by individuals or entities that are not employed by or hired by Company. Company may refuse to perform any Services or work where working conditions could endanger property or put at risk the safety of people Parts used for any repairs made will be those selected by Company as suitable for the repair and may be parts not manufactured by Company Customer must reimburse Company for services, repairs, and/or replacements performed by Company at Customer's request beyond the scope of Services or otherwise excluded under this Agreement.The reimbursement shall be at the then prevailing applicable regular, overtime, or holiday rates for labor/labour and prices for materials. Prior to Company performing the additional services, repairs, and/or replacements, Customer may request a separate written quote stating the work to be performed and the price to be paid by Customer for the work. 1IPage ©2025 Trane.All Rights Reserved. Confidential and Proprietary Information of Trane 10. Customer Obligations. Customer shall, (a) provide Company reasonable and safe access to the Covered Equipment and areas where Company is to work; and (b)unless otherwise agreed by Customer and Company, at Customer's expense and before the Services begin, CORE Water Treatment Facility Replace S& 20T RTVs Pro ID:8211083 Customer will provide any necessary access platforms,catwalks to safely perform the Services in compliance with OSHA,state, or provincial industrial safety regulations or any other applicable industrial safety standards or guidelines. 11 Exclusions. Unless expressly included in the Proposal.the Services do not include,and Company shall not be responsible for or liable to the Customer for, any claims, losses,damages or expenses suffered by the Customer in any way connected with, relating to or arising from any of the following: (a) Any guarantee of room conditions or system performance; (b) Inspection,operation,maintenance, repair,replacement or performance of work or services outside the Services; (c) Damage, repairs or replacement of parts made necessary as a result of the acts or omission of Customer or any Event of Force Majeure; (d) Any claims,damages,losses,or expenses,arising from or related to conditions that existed in,on,or upon the premises before the effective date of this Agreement("Pre-Existing Conditions")including,without limitation,damages,losses,or expenses involving a Pre-Existing Condition of building envelope issues. mechanical issues. plumbing issues, and/or indoor air quality issues involving mold/mould, bacteria, microbial growth,fungi or other contaminates or airborne biological agents;and (e) Replacement of refrigerant is excluded,unless replacement of refrigerant is expressly stated as included with the Proposal. 12. Limited Warranty. Company warrants that: (a)the material manufactured by Company and provided to the Customer in performance of the Services is free from defects in material and manufacture for a period of 12 months from the earlier of the date of equipment start-up or replacement and(b)the labor/labour portion of the Services is warranted to have been properly performed for a period of 90 days from date of completion(the"Limited Warranty").Company obligations of equipment start-up,if any are stated in the Proposal,are coterminous with the Limited Warranty period. Defects must be reported to Company within the Limited Warranty period. Company's obligation under the Limited Warranty is limited to repairing or replacing the defective part at its option and to correcting any improperly performed labor/labour. No liability whatsoever shall attach to Company until the Services have been paid for in full.Exclusions from this Limited Warranty include claims,losses, damages,and expenses in any way connected with, related to,or arising from failure or malfunction of equipment due to the following:wear and tear; end of life failure; corrosion; erosion; deterioration; Customer's failure to follow the Company-provided maintenance plan; unauthorized or improper maintenance; unauthorized or improper parts or material; refrigerant not supplied by Company; and modifications made by others to Company's equipment. Company shall not be obligated to pay for the cost of lost refrigerant or lost product. Some components of Company equipment may be warranted directly from the component supplier, in which case this Limited Warranty shall not apply to those components and any warranty of such components shall be the warranty given by the component supplier.Notwithstanding the foregoing, all warranties provided herein terminate upon termination or cancellation of this Agreement. Equipment, material and/or parts that are not manufactured by Company("Third-Party Product(s)")are not warranted by Company and have such warranties as may be extended by the respective manufacturer.CUSTOMER UNDERSTANDS THAT COMPANY IS NOT THE MANUFACTURER OF ANY THIRD-PARTY PRODUCT(S) AND ANY WARRANTIES, CLAIMS, STATEMENTS, REPRESENTATIONS, OR SPECIFICATIONS ARE THOSE OF THE THIRD-PARTY MANUFACTURER,NOT COMPANY AND CUSTOMER IS NOT RELYING ON ANY WARRANTIES,CLAIMS,STATEMENTS, REPRESENTATIONS,OR SPECIFICATIONS REGARDING THE THIRD-PARTY PRODUCT THAT MAY BE PROVIDED BY COMPANY OR ITS AFFILIATES, WHETHER ORAL OR WRITTEN. THE REMEDIES SET FORTH IN THIS LIMITED WARRANTY ARE THE SOLE AND EXCLUSIVE REMEDIES FOR WARRANTY CLAIMS PROVIDED BY COMPANY TO CUSTOMER UNDER THIS AGREEMENT AND ARE IN LIEU OF ALL OTHER WARRANTIES AND LIABILITIES, LIABILITIES, CONDITIONS AND REMIDIES, WHETHER IN CONTRACT, WARRANTY,STATUTE,OR TORT(INCLUDING NEGLIGENCE),EXPRESS OR IMPLIED,IN LAW OR IN FACT,INCLUDING ANY IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR USE OR FITNESS FOR A PARTICULAR PURPOSE AND/OR OTHERS ARISING FROM COURSE OF DEALING OR TRADE. COMPANY EXPRESSLY DISCLAIMS ANY REPRESENTATIONS OR WARRANTIES, ENDORSEMENTS OR CONDITIONS OF ANY KIND. EXPRESS OR IMPLIED. INCLUDING ANY IMPLIED WARRANTIES OF QUALITY, FITNESS. MERCHANTABILITY, DURABILITY AND/OR OTHERS ARISING FROM COURSE OF DEALING OR TRADE OR REGARDING PREVENTION BY THE SCOPE OF SERVICES, OR ANY COMPONENT THEREOF. COMPANY MAKES NO REPRESENTATION OR WARRANTY OF ANY KIND,INCLUDING WARRANTY OF MERCHANTABILITY OR FITNESS FOR PARTICULAR PURPOSE. ADDITIONALLY, COMPANY MAKES NO REPRESENTATION OR WARRANTY OF ANY KIND REGARDING PREVENTING, ELIMINATING, REDUCING OR INHIBITING ANY MOLD, FUNGUS, BACTERIA, VIRUS, MICROBIAL GROWTH, OR ANY OTHER CONTAMINANTS (INCLUDING COVID-19 OR ANY SIMILAR VIRUS)(COLLECTIVELY, "CONTAMINANTS"),WHETHER INVOLVING OR IN CONNECTION WITH EQUIPMENT,ANY COMPONENT THEREOF, SERVICES OR OTHERWISE. IN NO EVENT SHALL COMPANY HAVE ANY LIABILITY FOR THE PREVENTION, ELIMINATION,REDUCTION OR INHIBITION OF THE GROWTH OR SPREAD OF SUCH CONTAMINANTS INVOLVING OR IN CONNECTION WITH ANY EQUIPMENT, THIRD-PARTY PRODUCT, OR ANY COMPONENT THEREOF, SERVICES OR OTHERWISE AND CUSTOMER HEREBY SPECIFICALLY ACKNOWLDGES AND AGREES THERETO 13. Indemnity.To the maximum extent permitted by law,Company and Customer shall indemnify and hold harmless each other from any and all claims, actions, costs, expenses, damages and liabilities, including reasonable attorneys' fees, resulting from death or bodily injury or damage to real or personal property, to the extent caused by the negligence or misconduct of the indemnifying party, and/or its respective employees or authorized agents in connection with their activities within the scope of this Agreement Neither party shall indemnify the other against claims, damages, expenses, or liabilities to the extent attributable to the acts or omissions of the other party or third parties. If the parties are both at fault, the obligation to indemnify shall be proportional to their relative fault. The duty to indemnify and hold harmless will continue in full force and effect, notwithstanding the expiration or early termination of this Agreement. with respect to any claims based on facts or conditions that occurred prior to expiration or termination of this Agreement. 14. Limitation of Liability NOTWITHSTANDING ANYTHING TO THE CONTRARY, NEITHER PARTY SHALL BE LIABLE FOR SPECIAL, INCIDENTAL, INDIRECT, OR CONSEQUENTIAL LOSSES OR DAMAGES OF ANY KIND (INCLUDING WITHOUT LIMITATION REFRIGERANT LOSS, PRODUCT LOSS, LOST REVENUE OR PROFITS, OR LIABILITY TO THIRD PARTIES), INCLUDING CONTAMINANTS LIABILITIES,OR PUNITIVE DAMAGES WHETHER BASED IN CONTRACT,WARRANTY,STATUTE,TORT(INCLUDING NEGLIGENCE), STRICT LIABILITY, INDEMNITY OR ANY OTHER LEGAL THEORY OR FACTS. NOTWITHSTANDING ANY OTHER PROVISION OF THIS AGREEMENT, THE TOTAL AND AGGREGATE LIABILITY OF THE COMPANY TO THE CUSTOMER WITH RESPECT TO ANY AND ALL CLAIMS CONNECTED WITH, RELATED TO OR ARISING FROM THE PERFORMANCE OR NON-PERFORMANCE OF THIS AGREEMENT, WHETHER BASED IN CONTRACT, WARRANTY, STATUTE, TORT (INCLUDING NEGLIGENCE), STRICT LIABILITY, INDEMNITY OR ANY OTHER LEGAL THEORY OR FACTS, SHALL NOT EXCEED THE COMPENSATION RECEIVED BY COMPANY UNDER THIS AGREEMENT. IN NO EVENT SHALL SELLER BE LIABLE FOR ANY DAMAGES (WHETHER DIRECT OR INDIRECT) RESULTING FROM MOLD, FUNGUS, BACTERIA, MICROBIAL GROWTH, OR OTHER CONTAMINATES OR AIRBORNE BIOLOGICAL AGENTS. TO THE MAXIMUM EXTENT ALLOWED BY LAW, COMPANY SHALL NOT BE LIABLE FOR ANY OF THE FOLLOWING IN CONNECTION WITH PROVIDING THE ENERGY AND BUILDING PERFORMANCE 2IPage ©2025 Trane.All Rights Reserved. Confidential and Proprietary Information of Trane COBB Water Treatment Facility Replace 5& 20T RTL/s Pro ID:8211083 SERVICES:INTERRUPTION,DELETION,DEFECT,DELAY IN OPERATION OR TRANSMISSION,CUSTOMER'S NETWORK SECURITY; COMPUTER VIRUS; COMMUNICATION FAILURE; THEFT OR DESTRUCTION OF DATA; GAPS IN DATA COLLECTED; AND UNAUTHORIZED ACCESS TO CUSTOMER'S DATA OR COMMUNICATIONS NETWORK. 15. CONTAMINANTS LIABILITY The transmission of COVID-19 may occur in a variety of ways and circumstances, many of the aspects of which are currently not known. HVAC systems, products, services and other offerings have not been tested for their effectiveness in reducing the spread of COVID-19, including through the air in closed environments. IN NO EVENT WILL COMPANY BE LIABLE UNDER THIS AGREEMENT OR OTHERWISE FOR ANY INDEMNIFICATION,ACTION OR CLAIM,WHETHER BASED ON WARRANTY,CONTRACT,TORT OR OTHERWISE,FOR ANY BODILY INJURY (INCLUDING DEATH), DAMAGE TO PROPERTY,OR ANY OTHER LIABILITIES, DAMAGES OR COSTS RELATED TO CONTAMINANTS (INCLUCING THE SPREAD, TRANSMISSION MITIGATION, ELIMINATION, OR CONTAMINATION THEREOF) (COLLECTIVELY, "CONTAMINANTS LIABILITIES")AND CUSTOMER HEREBY EXPRESSLY RELEASES COMPANY FROM ANY SUCH CONTAMINANT LIABILITIES. 16. Asbestos and Hazardous Materials. The Services expressly exclude any identification, abatement, cleanup, control, disposal, removal or other work connected with asbestos or other hazardous materials(collectively,"Hazardous Materials").Should Company become aware of or suspect the presence of Hazardous Materials,Company may immediately stop work in the affected area and shall notify Customer. Customer will be responsible for taking any and all action necessary to correct the condition in accordance with all applicable laws and regulations. Customer shall be exclusively responsible for any claims, liability,fees and penalties,and the payment thereof,arising out of or relating to any Hazardous Materials on or about the premises, not brought onto the premises by Company. Company shall be required to resume performance of the Services only when the affected area has been rendered harmless. 17. Insurance Company agrees to maintain the following insurance during the term of the contract with limits not less than shown below and will,upon request from Customer, provide a Certificate of evidencing the following coverage: Commercial General Liability $2,000,000 per occurrence Automobile Liability $2,000,000 CSL Workers Compensation Statutory Limits If Customer has requested to be named as an additional insured under Company's insurance policy, Company will do so but only subject to Company's manuscript additional insured endorsement under its primary Commercial General Liability policies. In no event does Company or its insurer waive its right of subrogation 18. Force Majeure. Company's duty to perform under this Agreement is contingent upon the non-occurrence of an Event of Force Majeure. If Company shall be unable to carry out any material obligation under this Agreement due to an Event of Force Majeure, this Agreement shall at Company's election (i) remain in effect but Company's obligations shall be suspended until the uncontrollable event terminates or (ii) be terminated upon ten (10) days' notice to Customer, in which event Customer shall pay Company for all parts of the Services furnished to the date of termination.An "Event of Force Majeure" shall mean any cause or event beyond the control of Company Without limiting the foregoing, "Event of Force Majeure"includes: acts of God;acts of terrorism,war or the public enemy;flood; earthquake; lightning;tornado;storm;fire;civil disobedience;pandemic insurrections;riots;labor disputes;labor or material shortages;sabotage;restraint by court order or public authority (whether valid or invalid), and action or non-action by or inability to obtain or keep in force the necessary governmental authorizations, permits, licenses, certificates or approvals if not caused by Company and the requirements of any applicable government in any manner that diverts either the material or the finished product to the direct or indirect benefit of the government. 19. General. Except as provided below,to the maximum extent provided by law,this Agreement is made and shall be interpreted and enforced in accordance with the laws of the state or province in which the Services are performed without regard to choice of law principles which might otherwise call for the application of a different state's or province's law. Any dispute arising under or relating to this Agreement that is not disposed of by agreement shall be decided by litigation in a court of competent jurisdiction located in the state or province in which the Services are performed.To the extent the premises are owned and/or operated by any agency of the United States Federal Government, determination of any substantive issue of law shall be according to the United States Federal common law of Government contracts as enunciated and applied by Federal judicial bodies and boards of contract appeals of the Federal Government.This Agreement contains all of the agreements,representations and understandings of the parties and supersedes all previous understandings,commitments or agreements, oral or written, related to the Services. No documents shall be incorporated herein by reference except to the extent Company is a signatory thereon. If any term or condition of this Agreement is invalid, illegal or incapable of being enforced by any rule of law, all other terms and conditions of this Agreement will nevertheless remain in full force and effect as long as the economic or legal substance of the transaction contemplated hereby is not affected in a manner adverse to any party hereto.Customer may not assign,transfer, or convey this Agreement, or any part hereof,without the written consent of Company. Subject to the foregoing,this Agreement shall bind and inure to the benefit of the parties hereto and their permitted successors and assigns. This Agreement may be executed in several counterparts, each of which when executed shall be deemed to be an original,but all together shall constitute but one and the same Agreement.A fully executed facsimile copy hereof or the several counterparts shall suffice as an original. No modifications,additions or changes may be made to this Agreement except in a writing signed by Company. No failure or delay by the Company in enforcing any right or exercising any remedy under this Agreement shall be deemed to be a waiver by the Company of any right or remedy. 20. Federal Requirements.The Parties shall comply with all United States federal labor law obligations under 29 CFR part 471,appendix A to subpart A.THE FOLLOWING PROVISIONS ARE INCORPORATED HEREIN BY REFERENCE: Executive Order 11701 and 41 CFR§§ 60-250.5(a), 60-300.5; Executive Order 11758 and 41 CFR§60-741.5(a); U.S. immigration laws, including the L-1 Visa Reform Act of 2004 and the H-1B Visa Reform Act of 2004;and Executive Order 13496.The Parties shall abide by the requirements of 41 CFR 60-300.5(a)and 60-741.5(a) These regulations prohibit discrimination against qualified individuals based on their status as protected veterans or individuals with disabilities.Moreover,these regulations require that covered prime contractors and subcontractors take affirmative action to employ and advance in employment individuals without regard to protected veteran status or disability. The Parties certify that they do not operate any programs promoting DEI that violate any applicable United States anti-discrimination laws and acknowledge and agree that their compliance with all applicable federal anti-discrimination laws is material to the federal government's payment decisions. The Parties acknowledge and agree that their employment,procurement,and contracting practices shall not consider race,color,sex,sexual preference,religion,or national origin in ways that violate United States federal civil rights laws. 21. U.S.Government Contracts The following provision applies only to direct sales by Company to the US Government. The Parties acknowledge that all items or services ordered and delivered under this Agreement/ Purchase Order are Commercial Items as defined under Part 12 of the Federal Acquisition Regulation(FAR). In particular,Company agrees to be bound only by those Federal contracting clauses that apply to"commercial"suppliers and that are contained in FAR 52.212-5(e)(1).Company complies with 52.219-8 or 52.219-9 in its service and installation contracting business. The following provision applies only to indirect sales by Company to the US Government.As a Commercial Item Subcontractor, Company accepts only the following mandatory flow down provisions:52.219-8;52.222-26;52.222-35;52.222-36; 52.222-39; 3IPage ©2025 Trane.All Rights Reserved. Confidential and Proprietary Information of Trane 1 COBB Water Treatment Facility Replace 5& 20T BTUs Pro ID:8211083 52.247-64. If the Services are in connection with a U.S.government contract, Customer agrees and hereby certifies that it has provided and will provide current,accurate,and complete information,representations and certifications to all government officials, including but not limited to the contracting officer and officials of the Small Business Administration,on all matters related to the prime contract,including but not limited to all aspects of its ownership, eligibility,and performance. Anything herein notwithstanding, Company will have no obligations to Customer unless and until Customer provides Company with a true.correct and complete executed copy of the prime contract. Upon request.Customer will provide copies to Company of all requested written communications with any government official related to the prime contract prior to or concurrent with the execution thereof,including but not limited to any communications related to contractor's Customer's ownership,eligibility or performance of the prime contract.Customer will obtain written authorization and approval from Company prior to providing any government official any information about Company's performance of the Services that are the subject of this offer or agreement,other than the Proposal or this Agreement. 22 Limited Waiver of Sovereign Immunity If Customer is an Indian tribe(in the U.S.)or a First Nation or Band Council(in Canada),Customer. whether acting in its capacity as a government,governmental entity,a duly organized corporate entity or otherwise,for itself and for its agents, successors, and assigns: (1)hereby provides this limited waiver of its sovereign immunity as to any damages, claims, lawsuit, or cause of action(herein`Action-)brought against Customer by Company and arising or alleged to arise out of the furnishing by Company of any product or service under this Agreement,whether such Action is based in contract,tort,strict liability,civil liability or any other legal theory;(2)agrees that jurisdiction and venue for any such Action shall be proper and valid (a) if Customer is in the U.S., in any state or United States court located in the state in which Company is performing this Agreement or(b)if Customer is in Canada, in the superior court of the province or territory in which the work was performed;(3)expressly consents to such Action,and waives any objection to jurisdiction or venue;(4)waives any requirement of exhaustion of tribal court or administrative remedies for any Action arising out of or related to this Agreement; and (5) expressly acknowledges and agrees that Company is not subject to the jurisdiction of Customer's tribal court or any similar tribal forum,that Customer will not bring any action against Company in tribal court,and that Customer will not avail itself of any ruling or direction of the tribal court permitting or directing it to suspend its payment or other obligations under this Agreement.The individual signing on behalf of Customer warrants and represents that such individual is duly authorized to provide this waiver and enter into this Agreement and that this Agreement constitutes the valid and legally binding obligation of Customer,enforceable in accordance with its terms. 1-10.48(0225)Supersedes 1-10.48(1024) 0HEI z CPAs and Advisors Certified Public Accountants July 24, 2025 To Whom It May Concern: We have completed our review of proposal H4-123128-25-003B. We confirm that the following components of the proposal are in accordance with Trane contract#3341: • Equipment discount rates • Hourly labor rates • Materials margin rate Our procedures were limited solely to confirming the aforementioned components of proposal number H4-123128-25-003B were in agreement with Trane contract #3341. We did not review any other components of this proposal. This report is intended solely for the information and use of OMNIA Partners, Trane, and City of Boynton Beach. This report is not intended to be, and should not be, used by anyone other than those specified parties. 7 ,"" HeimLantz CPAs and Advisors, LLC Annapolis, MD ALEXANDRIA ANNAPOLIS LEXINGTON PARK 1800 Diagonal Road,Suite 635 180 Admiral Cochrane Drive,Suite 520 22738 Maple Road,Suite 201 Alexandria,VA 22314 Annapolis,MD 21401 Lexington Park,MD 20653 703.299.6565 410.841.5575 301 862 3367 HeimLantz.com Proposal - RTUs TRINE Proposal is valid for 60 days. Customer must obtain credit approval and release order to production within 60 days of proposal date. PROPRIETARY AND CONFIDENTIAL PROPERTY OF Trane U.S. Inc. DISTRIBUTION TO OTHER THAN THE NAMED RECIPIENT IS PROHIBITED Prepared For: City of Boynton Beach Date:July 21, 2025 Job Name: Proposal Number: H4-246595-37685-1 City of Boynton Beach - Utilities West Water Opportunity ID: 8137539 Treatment Plant COOP Quote Number: H4-123128-25-003B Delivery Terms: COOP or Federal Contract ID: OMNIA Racine#3341 Freight Allowed and Prepaid - F.O.B. Factory Payment Terms: Net 30 Days Trane U.S. Inc. is pleased to provide the following proposal for your review and approval. (2) Unitary Packaged Units Product Data All Units DX Cooling High Efficiency R-454B Refrigerant 460/60/3 Symbio 700 Programmable Thermostat (Field Installed) Anti corrosion coating—complete coating 5 year parts and labor warranty Tag(s): ICP-20 ton 20 Ton 36 kW Electric Heat Motorized Outside Air Damper Condensate Overflow Switch Horizontal Conversion Panel (Field Installed) Tag(s): ICP-5 ton 5 Ton 6 kW Electric Heat Motorized Outside Air Damper Condensate Overflow Switch NOT INCLUDED: installation, rigging, supervision, power wiring, startup, curbs, stands, tie-down details, BAS controls, tie-in to controls, communication interface, any material, labor, or warranty beyond listed above. Subtotal Net Price (excluding sales tax and tariff surcharges) $ 58,971.52 Tariff Surcharges $ 1,673.00 Total Net Price (excluding sales tax) $ 60,644.52 N _ Proposal-RTUs-City of Boynton Beach-Utilities Admin SS Replace 04-30-2025 docx TEGHHOLOG,ES ©2025 Trane Technologies All Rights Reserved n...4.._3_......l.....J(].........4.....L.(........1.......(T.......i I O .... 1 , , , 1 City of Boynton Beach-Utilities Admin SS Replace April 30,2025 Trane shall have the right, at its discretion, to pass along any related increases should(1) its costs related to the manufacture, supply, and shipping for any product or service materially increase. This includes, but is not limited to, cost increases in raw materials, supplier components, labor, utilities, freight, logistics, wages and benefits, regulatory compliance, or any other event beyond Company's control and/or(2) any tariffs, taxes, levies or fees affecting, placed on or related to any product or service materially increases. Tax Status: Taxable ❑ If you are claiming an exemption from sales tax on this project, please Exempt ❑ submit a completed exemption certificate for both the jobsite location state and the state where the equipment will be delivered (if different from the jobsite). You can submit the relevant state exemption certificate at the following link: https://trane.certifytax.com/custportalas.aspx . You will receive an email indicating approval or rejection within 1-2 business days. If your exemption claim is rejected, sales tax will be billed based on the state where the equipment was delivered. For any questions, please email: financial services-tax department(atranetechnologies.com. Sincerely, Will Sawarynski Trane U.S. Inc. 2884 Corporate Way Miramar, FL 33025 This proposal is subject to your acceptance of the attached Trane terms and conditions. A N Page 2 of 8 ©2025 Trane Technologies.All Rights Reserved. TECHNOLOGIES 9 n Confidential and Proprietary Information of Trane U S. Inc City of Boynton Beach-Utilities Admin SS Replace April 30,2025 TERMS AND CONDITIONS-COMMERCIAL EQUIPMENT "Company"shall mean Trane U.S.Inc.for sales In the United States and Trane Canada ULC for sales In Canada. 1. Acceptance. These terms and conditions are an Integral part of Company's offer and form the basis of any agreement(the "Agreement")resulting from Company's proposal(the"Proposal")for the sale of the described commercial equipment and any ancillary services(the"Equipment"). COMPANY'S TERMS AND CONDITIONS AND EQUIPMENT PRICES ARE SUBJECT TO PERIODIC CHANGE OR AMENDMENT.The Proposal Is subject to acceptance in writing by the party to whom this offer is made or an authorized agent(-Customer")delivered to Company within 15 days from the date of the Proposal.Prices in the Proposal are subject to change at any time upon notice to Customer.If Customer accepts the Proposal by placing an order,without the addition of any other terms and conditions of sale or any other modification, Customer's order shall be deemed acceptance of the Proposal subject to Company's terms and conditions. If Customer's order is expressly conditioned upon Company's acceptance or assent to terms and/or conditions other than those expressed herein,return of such order by Company with Company's terms and conditions attached or referenced serves as Company's notice of objection to Customer's terms and as Company's counteroffer to provide Equipment in accordance with the Proposal and the Company's terms and conditions. If Customer does not reject or object in writing to Company within 10 days,Company's counteroffer will be deemed accepted.Notwithstanding anything to the contrary herein,Customer's acceptance of the Equipment will in any event constitute an acceptance by Customer of Company's terms and conditions. This Agreement is subject to credit approval by Company. Upon disapproval of credit,Company may delay or suspend performance or,at its option,renegotiate prices and/or terms and conditions with Customer. If Company and Customer are unable to agree on such revisions,this Agreement shall be cancelled without any liability. 2. Connected Services. In addition to these terms and conditions, the Connected Services Terms of Service (`Connected Services Terms'), available at https://www.trane.comaraneConnectedServicesTerms,as updated from time to time,are Incorporated herein by reference and shall apply to the extent that Company provides Customer with Connected Services,as defined in the Connected Services Terms. 3. Title and Risk of Loss.All Equipment sales with destinations to Canada or the U.S.shall be made as follows:FOB Company's U.S.manufacturing facility or warehouse (full freight allowed).Title and risk of loss or damage to Equipment will pass to Customer upon tender of delivery of such to carrier at Company's U.S.manufacturing facility or warehouse. 4. Pricing and Taxes.,Within forty-five(45)days following Customer acceptance of the Proposal without addition of any other terms and conditions of sale or any modification,Customer shall provide notification of release for immediate production at Company's factory.Prices for Equipment are subject to change at any time prior to shipment to reflect any cost increases related to the manufacture,supply,and shipping of Equipment. This Includes,but is not limited to,cost increases in raw materials, supplier components,labor,utilities,freight,logistics,wages and benefits,regulatory compliance,or any other event beyond Company's control.If shipment is delayed due to Customer's actions,Company may also charge Customer with storage fees. If a release is not received within 6 months following order acceptance,Company reserves the right to cancel any order.Company shall be entitled to equitable adjustments In the contract price to reflect any cost increases as set forth above and will provide notice to Customer prior to the date for which the increased price is to be in effect for the applicable customer contract. In no event will prices be decreased. The price of Equipment does not include any present or future foreign,federal,state,or local property,license,privilege,sales,use,excise,value added,gross receipts or other like taxes or assessments.Such amounts will be itemized separately to Customer,who will make prompt payment to Company. Company will accept valid exemption documentation for such taxes and assessments from Customer,if applicable.All prices include packaging in accordance with Company's standard procedures. Charges for special packaging,crating or packing are the responsibility of Customer. 5. Delivery and Delays. Delivery dates are approximate and not guaranteed.Company will use commercially reasonable efforts to deliver the Equipment on or before the estimated delivery date,will notify Customer it the estimated delivery dates cannot be honored,and will deliver the Equipment and services as soon as practicable thereafter.In no event will Company be liable for any damages or expenses caused by delays in delivery. 6. Performance. Company shall be obligated to furnish only the Equipment described in the Proposal and in submittal data(if such data is Issued in connection with the order).Company may rely on the acceptance of the Proposal and submittal data as acceptance of the suitability of the Equipment for the particular project or location Unless specifically stated in the Proposal,compliance with any local building codes or other laws or regulations relating to specifications or the location,use or operation of the Equipment is the sole responsibility of Customer.If Equipment is tendered that does not fully comply with the provisions of this Agreement and Equipment is rejected by Customer.Company will have the right to cure within a reasonable time after notice thereof by substituting a conforming tender whether or not the time for performance has passed. 7.Force Majeure. Company's duty to perform under this Agreement and the Equipment prices are contingent upon the non-occurrence of an Event of Force Majeure. If the Company shall be unable to carry out any material obligation under this Agreement due to an Event of Force Majeure,this Agreement shall at Company's election(i) remain in effect but Company's obligations shall be suspended until the uncontrollable event terminates or(ii)be terminated upon 10 days'notice to Customer,in which event Customer shall pay Company for all parts of the Work furnished to the date of termination. An"Event of Force Majeure shall mean any cause or event beyond the control of Company. Without limiting the foregoing,'Event of Force Majeure includes:acts of God;acts of terrorism,war or the public enemy;flood;earthquake;tornado; storm;fire;civil disobedience;pandemic Insurrections;riots;labor/labour disputes;labor/labour or material shortages;sabotage;restraint by court order or public authority (whether valid or invalid);and action or non-action by or inability to obtain or keep in force the necessary governmental authorizations,permits,licenses,certificates or approvals if not caused by Company;and the requirements of any applicable government in any manner that diverts either the material or the finished product to the direct or indirect benefit of the government. 8. Limited Warranty. Company warrants the Equipment manufactured by Company for a period of the lesser of 12 months from initial start-up or 18 months from date of shipment,whichever is less,against failure due to defects in material and manufacture and that it has the capacities and ratings set forth in Company's catalogs and bulletins("Warranty"). Equipment manufactured by Company that includes required start-up and sold In North America will not be warranted by Company unless Company performs the Equipment startup Exclusions from this Warranty include damage or failure arising from:wear and tear;corrosion,erosion,deterioration; modifications made by others to the Equipment;repairs or alterations by a party other than Company that adversely affects the stability or reliability of the Equipment; vandalism;neglect;accident;adverse weather or environmental conditions;abuse or improper use;improper installation;commissioning by a party other than Company; unusual physical or electrical or mechanical stress;operation with any accessory,equipment or part not specifically approved by Company;refrigerant not supplied by Company; and/or lack of proper maintenance as recommended by Company. Company shall not be obligated to pay for the cost of lost refrigerant or lost product. Company's obligations and liabilities under this Warranty are limited to furnishing replacement equipment or parts,at its option, FCA(Incoterms 2000)factory or warehouse (f.o.b.factory or warehouse for US domestic purposes)at Company-designated shipping point,freight-allowed to Company's warranty agent's stock location,for all non- conforming Company-manufactured Equipment(which have been returned by Customer to Company). Returns must have prior written approval by Company and are subject to restocking charge where applicable.Equipment.material and/or parts that are not manufactured by Company(-Third-Party Product(s)")are not warranted by Company and have such warranties as may be extended by the respective manufacturer. CUSTOMER UNDERSTANDS THAT COMPANY IS NOT THE MANUFACTURER OF ANY THIRD-PARTY PRODUCT(S)AND ANY WARRANTIES,CLAIMS,STATEMENTS, REPRESENTATIONS,OR SPECIFICATIONS ARE THOSE OF THE THIRD-PARTY MANUFACTURER, NOT COMPANY AND CUSTOMER IS NOT RELYING ON ANY WARRANTIES, CLAIMS, STATEMENTS, REPRESENTATIONS, OR SPECIFICATIONS REGARDING THE THIRD-PARTY PRODUCT THAT MAY BE PROVIDED BY COMPANY OR ITS AFFILIATES, WHETHER ORAL OR WRITTEN.COMPANY MAKES NO REPRESENTATION OR WARRANTY OF ANY KIND,INCLUDING WARRANTY OF MERCHANTABILITY OR FITNESS FOR PARTICULAR PURPOSE.ADDITIONALLY, COMPANY MAKES NO REPRESENTATION OR WARRANTY OF ANY KIND REGARDING PREVENTING.,ELIMINATING,REDUCING OR INHIBITING ANY MOLD.FUNGUS,BACTERIA,VIRUS,MICROBIAL GROWTH,OR ANY OTHER CONTAMINANTS (INCLUDING COVID-19 OR ANY SIMILAR VIRUS)(COLLECTIVELY,"CONTAMINANTS"),WHETHER INVOLVING OR IN CONNECTION WITH EQUIPMENT,ANY COMPONENT THEREOF, SERVICES OR OTHERWISE. IN NO EVENT SHALL COMPANY HAVE ANY LIABILITY FOR THE PREVENTION, ELIMINATION, REDUCTION OR INHIBITION OF THE GROWTH OR SPREAD OF SUCH CONTAMINANTS INVOLVING OR IN CONNECTION WITH ANY EQUIPMENT,THIRD- PARTY PRODUCT,OR ANY COMPONENT THEREOF,SERVICES OR OTHERWISE AND CUSTOMER HEREBY SPECIFICALLY ACKNOWLDGES AND AGREES THERETO. No warranty liability whatsoever shall attach to Company until Customer's complete order has been paid for in full and Company's liability under this Warranty shall be limited to the purchase price of the Equipment shown to be defective. Additional warranty protection Is available on an extra-cost basis and must be in writing and agreed to by an authorized signatory of the Company. EXCEPT FOR COMPANY'S WARRANTY EXPRESSLY SET FORTH HEREIN,COMPANY DOES NOT MAKE,AND HEREBY EXPRESSLY DISCLAIMS, ANY WARRANTIES, EXPRESS OR IMPLIED CONCERNING ITS PRODUCTS, EQUIPMENT OR SERVICES, INCLUDING,WITHOUT LIMITATION,ANY WARRANTY OF DESIGN,MERCHANTABILITY OR OF FITNESS FOR A PARTICULAR PURPOSE,OR OTHERS THAT ARE ALLEGED TO ARISE FROM COURSE OF DEALING OR TRADE. 9. Indemnity. To the fullest extent permitted by law,Company and Customer shall indemnify,defend and hold harmless each other from any and all claims,actions, costs,expenses,damages and liabilities,including reasonable attorneys'fees,resulting from death or bodily Injury or damage to real or personal property,to the extent caused by the negligence or misconduct of their respective employees or other authorized agents in connection with their activities within the scope of this Agreement. Neither party shall indemnify the other against claims,damages,expenses or liabilities to the extent attributable to the acts or omissions of the other party.If the parties are both at fault,the obligation to indemnify shall be proportional to their relative fault.The duty to Indemnify will continue in full force and effect, notwithstanding the expiration or early termination hereof,with respect to any claims based on facts or conditions that occurred prior to expiration or termination. Page 3 of 8 CO 2025 Trane Technologies All Rights Reserved. TECHNOLOGIES Confidential and Proprietary Information of Trane U.S. Inc City of Boynton Beach-Utilities Admin SS Replace April 30,2025 10. Insurance. Upon request,Company will furnish evidence of its standard insurance coverage. If Customer has requested to be named as an additional insured under Company's insurance policy,Company will do so but only subject to Company's manuscript additional insured endorsement under its primary Commercial General Liability policies. In no event does Company waive any rights of subrogation. 11. Customer Breach.Each of the following events or conditions shall constitute a breach by Customer and shall give Company the right,without an election of remedies, to terminate this Agreement,require payment prior to shipping,or suspend performance by delivery of written notice:(1)Any failure by Customer to pay amounts when due;(2)any general assignment by Customer for the benefit of its creditors,or if Customer becomes bankrupt or insolvent or takes the benefit of any statute for bankrupt or insolvent debtors, or makes or proposes to make any proposal or arrangement with creditors, or if any steps are taken for the winding up or other termination of Customer or the liquidation of its assets,or if a trustee,receiver,or similar person is appointed over any of the assets or interests of Customer;(3)Any representation or warranty furnished by Customer in connection with this Agreement is false or misleading in any material respect when made;or(4)Any failure by Customer to perform or comply with any material provision of this Agreement. Customer shall be liable to the Company for all Equipment furnished and all damages sustained by Company (including lost profit and overhead). 12. Limitation of Liability. NOTWITHSTANDING ANYTHING TO THE CONTRARY, IN NO EVENT SHALL COMPANY BE LIABLE FOR ANY SPECIAL, INCIDENTAL, INDIRECT CONSEQUENTIAL, PUNITIVE, EXEMPLARY DAMAGES (INCLUDING WITHOUT LIMITATION REFRIGERANT LOSS, BUSINESS INTERRUPTION, LOST DATA, LOST REVENUE, LOST PROFITS),OR CONTAMINANTS LIABILITIES, EVEN IF A PARTY HAS BEEN ADVISED OF SUCH POSSIBLE DAMAGES OR IF SAME WERE REASONABLY FORESEEABLE AND REGARDLESS OF WHETHER THE CAUSE OF ACTION IS FRAMED IN CONTRACT,NEGLIGENCE,ANY OTHER TORT,WARRANTY,STRICT LIABILITY,OR PRODUCT LIABILITY. In no event will Company's liability in connection with the provision of products or services or otherwise under this Agreement exceed the entire amount paid to Company by Customer under this Agreement. 13. CONTAMINANTS LIABILITY The transmission of COVID-19 may occur in a variety of ways and circumstances,many of the aspects of which are currently not known. HVAC systems, products, services and other offerings have not been tested for their effectiveness in reducing the spread of COVID-19,including through the air in closed environments. IN NO EVENT WILL COMPANY BE LIABLE UNDER THIS AGREEMENT OR OTHERWISE FOR ANY INDEMNIFICATION,ACTION,OR CLAIM,WHETHER BASED ON WARRANTY,CONTRACT,TORT OR OTHERWISE,FOR ANY BODILY INJURY(INCLUDING DEATH),DAMAGE TO PROPERTY,OR ANY OTHER LIABILITIES, DAMAGES OR COSTS RELATED TO CONTAMINANTS (INCLUCING THE SPREAD, TRANSMISSION, MITIGATION, ELIMINATION, OR CONTAMINATION THEREOF) (COLLECTIVELY, "CONTAMINANTS LIABILITIES") AND CUSTOMER HEREBY EXPRESSLY RELEASES COMPANY FROM ANY SUCH CONTAMINANTS LIABILITIES. 14. Nuclear Liability. In the event that the Equipment sold hereunder is to be used in a nuclear facility, Customer will, prior to such use, arrange for insurance or governmental indemnity protecting Company against all liability and hereby releases and agrees to indemnify Company and its suppliers for any nuclear damage,including loss of use,in any manner arising out of a nuclear incident,whether alleged to be due,in whole or in part to the negligence or otherwise of Company or its suppliers. 15. Intellectual Property; Patent Indemnity. Company retains all ownership, license and other rights to all patents,trademarks,copyrights,trade secrets and other intellectual property rights related to the Equipment,and,except for the right to use the Equipment sold,Customer obtains no rights to use any such intellectual property. Company agrees to defend any suit or proceeding brought against Customer so far as such suit or proceeding is solely based upon a claim that the use of the Equipment provided by Company constitutes infringement of any patent of the United States of America, provided Company is promptly notified in writing and given authority, information and assistance for defense of same Company will, at its option, procure for Customer the right to continue to use said Equipment, or modify it so that it becomes non-infringing,or replace same with non-infringing Equipment,or to remove said Equipment and to refund the purchase price. The foregoing will not be construed to include any Agreement by Company to accept any liability whatsoever in respect to patents for inventions including more than the Equipment furnished hereunder,or in respect of patents for methods and processes to be carried out with the aid of said Equipment.The provision of Equipment by Company does not convey any license, by implication,estoppel,or otherwise,under patent claims covering combinations of said Equipment with other devices or elements.The foregoing states the entire liability of Company with regard to patent infringement.Notwithstanding the provisions of this paragraph, Customer will hold Company harmless against any expense or loss resulting from infringement of patents or trademarks arising from compliance with Customer's designs or specifications or instructions. 16. Cancellation. Equipment is specially manufactured in response to orders.An order placed with and accepted by Company cannot be delayed,canceled,suspended, or extended except with Company's written consent and upon written terms accepted by Company that will reimburse Company for and indemnify Company against loss and provide Company with a reasonable profit for its materials,time,labor,services,use of facilities and otherwise.Customer will be obligated to accept any Equipment shipped,tendered for delivery or delivered by Company pursuant to the order prior to any agreed delay,cancellation,suspension or extension of the order. Any attempt by Customer to unilaterally revoke,delay or suspend acceptance for any reason whatever after it has agreed to delivery of or accepted any shipment shall constitute a breach of this Agreement. For purposes of this paragraph,acceptance occurs by any waiver of inspection,use or possession of Equipment,payment of the invoice,or any indication of exclusive control exercised by Customer. 17. Invoicing and Payment. Unless otherwise agreed to in writing by Company,equipment shall be invoiced to Customer upon tender of delivery thereof to the carrier. Customer shall pay Company's invoices within net 30 days of shipment date. Company reserves the right to add to any account outstanding for more than 30 days a service charge equal to the lesser of the maximum allowable legal interest rate or 1.5%of the principal amount due at the end of each month. Customer shall pay all costs (including attorneys'fees)incurred by Company in attempting to collect amounts due and otherwise enforcing these terms and conditions If requested,Company will provide appropriate lien waivers upon receipt of payment. Company may at any time decline to ship,make delivery or perform work except upon receipt of cash payment, letter of credit,or security,or upon other terms and conditions satisfactory to Company.Customer agrees that,unless Customer makes payment in advance,Company will have a purchase money security interest in all Equipment to secure payment in full of all amounts due Company and its order for the Equipment,together with these terms and conditions,form a security agreement(as defined by the UCC in the United States and as defined in the Personal Property Security Act in Canada).Customer shall keep the Equipment free of all taxes and encumbrances,shall not remove the Equipment from its original installation point and shall not assign or transfer any interest in the Equipment until all payments due Company have been made. The purchase money security interest granted herein attaches upon Company's acceptance of Customer's order and on receipt of the Equipment described in the accepted Proposal but prior to its installation. The parties have no agreement to postpone the time for attachment unless specifically noted in writing on the accepted order. Customer will have no rights of set off against any amounts,which become payable to Company under this Agreement or otherwise. 18.Claims. Company will consider claims for concealed shortages in shipments or rejections due to failure to conform to an order only if such claims or rejections are made in writing within 15 days of delivery and are accompanied by the packing list and, if applicable,the reasons in detail why the Equipment does not conform to Customer's order. Upon receiving authorization and shipping instructions from authorized personnel of Company,Customer may return rejected Equipment,transportation charges prepaid,for replacement. Company may charge Customer any costs resulting from the testing,handling,and disposition of any Equipment returned by Customer which are not found by Company to be nonconforming.All Equipment damaged during shipment and all claims relating thereto must be made with the freight carrier in accordance with such carrier's policies and procedures.Claims for Equipment damaged during shipment are not covered under the warranty provision stated herein. 19. Export Laws. The obligation of Company to supply Equipment under this Agreement is subject to the ability of Company to supply such items consistent with applicable laws and regulations of the United States and other governments. Company reserves the right to refuse to enter into or perform any order,and to cancel any order,under this Agreement if Company in its sole discretion determines that performance of the transaction to which such order relates would violate any such applicable law or regulation. Customer will pay all handling and other similar costs from Company's factories including the costs of freight, insurance,export clearances, import duties and taxes.Customer will be"exporter of record"with respect to any export from the United States of America and will perform all compliance and logistics functions in connection therewith and will also comply with all applicable laws,rules and regulations Customer understands that Company and/or the Equipment are subject to laws and regulations of the United States of America which may require licensing or authorization for and/or prohibit export,re-export or diversion of Company's Equipment to certain countries,and agrees it will not knowingly assist or participate in any such diversion or other violation of applicable United States of America laws and regulations. Customer agrees to hold harmless and indemnify Company for any damages resulting to Customer or Company from a breach of this paragraph by Customer. 20. General. Except as provided below,to the maximum extent provided by law,this Agreement is made and shall be interpreted and enforced in accordance with the laws of the state of New York for Equipment shipped to a U.S location and the laws of the province to which Equipment is shipped within Canada,without regard to its conflict of law principles that might otherwise call for the application of a different state's or province's law,and not including the United Nations Convention on Contracts for the International Sale of Goods.To the extent the Equipment is being used at a site owned and/or operated by any agency of the Federal Government,determination of any substantive issue of law shall be according to the Federal common law of Government contracts as enunciated and applied by Federal judicial bodies and boards of contract appeals of the Federal Government. This Agreement contains all of the agreements,representations and understandings of the parties and supersedes all previous understandings,commitments or agreements,oral or written,related to the subject matter hereof. This Agreement may not be amended,modified or terminated except by a writing signed by the parties hereto No documents shall be incorporated herein by reference except to the extent Company is a signatory thereon.If any term or condition of this Agreement is invalid,illegal or incapable of being enforced by any rule of law,all other terms and conditions of this Agreement will nevertheless remain in full force and effect as long as the economic or legal substance of the transaction contemplated hereby is not affected in a manner adverse to any party hereto.Customer may not assign,transfer,or convey this Agreement,or any part hereof, or its right,title or interest herein,without the written consent of the Company. Subject to the foregoing,this Agreement shall be binding upon and inure to the benefit of Customer's permitted successors and assigns.This Agreement may be executed in several A N — Page 4 of 8 ©2025 Trane Technologies All Rights Reserved TEc HNOLoc,Es Confidential and Proprietary Information of Trane U.S. Inc. City of Boynton Beach-Utilities Admin SS Replace April 30,2025 counterparts,each of which when executed shall be deemed to be an original,but all together shall constitute but one and the same Agreement. A fully executed facsimile copy hereof or the several counterparts shall suffice as an original. 21. Federal Requirements. The Parties shall comply with all United States federal labor law obligations under 29 CFR part 471, appendix A to subpart A. THE FOLLOWING PROVISIONS ARE INCORPORATED HEREIN BY REFERENCE:Executive Order 11701 and 41 CFR§§60-250.5(a),60-300.5;Executive Order 11758 and 41 CFR§60-741.5(a),U.S.immigration laws,including the L-1 Visa Reform Act of 2004 and the H-1B Visa Reform Act of 2004;and Executive Order 13496 The Parties shall abide by the requirements of 41 CFR 60-300.5(a)and 60-741.5(a).These regulations prohibit discrimination against qualified individuals based on their status as protected veterans or individuals with disabilities Moreover,these regulations require that covered prime contractors and subcontractors take affirmative action to employ and advance in employment individuals without regard to protected veteran status or disability.The Parties certify that they do not operate any programs promoting DEI that violate any applicable United States anti-discrimination laws and acknowledge and agree that their compliance with all applicable federal anti-discrimination laws is material to the federal government's payment decisions.The Parties acknowledge and agree that their employment,procurement,and contracting practices shall not consider race,color,sex,sexual preference,religion.or national origin in ways that violate United States federal civil rights laws. 22. U.S.Government Work. The following provision applies only to direct sales by Company to the US Government. The Parties acknowledge that Equipment ordered and delivered under this Agreement are Commercial Items as defined under Part 12 of the Federal Acquisition Regulation(FAR).In particular,Company agrees to be bound only by those Federal contracting clauses that apply to"commercial"suppliers and that are contained in FAR 52.212-5(e)(1). The following provision applies only to Indirect sales by Company to the US Government. As a Commercial Item Subcontractor,Company accepts only the following mandatory flow down provisions: 52.219-8;52.222-26:52.222-35,52 222-36;52.222-39;52.247-64 If the sale of the Equipment is in connection with a U.S.Government contract,Customer certifies that it has provided and will provide current,accurate,and complete information,representations and certifications to all government officials, including but not limited to the contracting officer and officials of the Small Business Administration,on all matters related to the prime contract,including but not limited to all aspects of its ownership,eligibility, and performance. Anything herein notwithstanding,Company will have no obligations to Customer unless and until Customer provides Company with a true,correct and complete executed copy of the prime contract. Upon request,Customer will provide copies to Company of all requested written communications with any government official related to the prime contract prior to or concurrent with the execution thereof,including but not limited to any communications related to Customer's ownership,eligibility or performance of the prime contract. Customer will obtain written authorization and approval from Company prior to providing any government official any information about Company's performance of the work that is the subject of the Proposal or this Agreement,other than the Proposal or this Agreement. 23.Limited Waiver of Sovereign Immunity. If Customer is an Indian tribe(in the U.S.)or a First Nation or Band Council(in Canada),Customer,whether acting in its capacity as a government,governmental entity,a duly organized corporate entity or otherwise,for itself and for its agents, successors,and assigns:(1)hereby provides this limited waiver of its sovereign immunity as to any damages,claims,lawsuit.or cause of action(herein"Action")brought against Customer by Company and arising or alleged to arise out of the furnishing by Company of any product or service under this Agreement,whether such Action is based in contract,tort,strict liability,civil liability or any other legal theory;(2)agrees that jurisdiction and venue for any such Action shall be proper and valid(a)if Customer is in the U.S.,in any state or United States court located in the state in which Company is performing this Agreement or(b)if Customer is in Canada,in the superior court of the province or territory in which the work was performed; (3)expressly consents to such Action, and waives any objection to jurisdiction or venue; (4)waives any requirement of exhaustion of tribal court or administrative remedies for any Action arising out of or related to this Agreement;and(5)expressly acknowledges and agrees that Company is not subject to the jurisdiction of Customer's tribal court or any similar tribal forum,that Customer will not bring any action against Company in tribal court,and that Customer will not avail itself of any ruling or direction of the tribal court permitting or directing it to suspend its payment or other obligations under this Agreement. The individual signing on behalf of Customer warrants and represents that such individual is duly authorized to provide this waiver and enter into this Agreement and that this Agreement constitutes the valid and legally binding obligation of Customer,enforceable in accordance with its terms. 1-26.130-4(0225) Supersedes 1-26.130-4(1024) n N — Page 5 of 8 ©2025 Trane Technologies All Rights Reserved. TECHNGLGG,ES Confidential and Proprietary Information of Trane U.S. Inc. City of Boynton Beach-Utilities Admin SS Replace Apnl 30,2025 SECURITY ADDENDUM This Addendum shall be applicable to the sale, installation and use of Trane equipment and the sale and provision of Trane services. "Trane" shall mean Trane U.S. Inc. for sales and services in the United States, or Trane Canada ULC for sales and services in Canada. 1. Definitions. All terms used in this Addendum shall have the meaning specified in the Agreement unless otherwise defined herein. For the purposes of this Addendum,the following terms are defined as follows: "Customer Data" means Customer account information as related to the Services only and does not include HVAC Machine Data or personal data.Trane does not require, nor shall Customer provide personal data to Trane under the Agreement. Such data is not required for Trane to provide its Equipment and/or Services to the Customer. "Equipment"shall have the meaning set forth in the Agreement. "HVAC Machine Data" means data generated and collected from the product or furnished service without manual entry. HVAC Machine Data is data relating to the physical measurements and operating conditions of a HVAC system,such as but not limited to,temperatures, humidity, pressure, HVAC equipment status. HVAC Machine Data does not include Personal Data and,for the purposes of this agreement, the names of users of Trane's controls products or hosted applications shall not be Personal Data, if any such user chooses to use his/her name(s) in the created accounts within the controls product (e.g., firstname.lastname@address.com). HVAC Machine Data may be used by Trane: (a)to provide better support services and/or products to users of its products and services; (b)to assess compliance with Trane terms and conditions; (c) for statistical or other analysis of the collective characteristics and behaviors of product and services users; (d) to backup user and other data or information and/or provide remote support and/or restoration; (e) to provide or undertake: engineering analysis; failure analysis;warranty analysis;energy analysis;predictive analysis;service analysis;product usage analysis;and/or other desirable analysis, including, but not limited to, histories or trends of any of the foregoing; and (f)to otherwise understand and respond to the needs of users of the product or furnished service. "Personal Data"means data and/or information that is owned or controlled by Customer,and that names or identifies, or is about a natural person, such as: (i)data that is explicitly defined as a regulated category of data under any data privacy laws applicable to Customer; (ii) non-public personal information ("NPI")or personal information ("PI"), such as national identification number,passport number,social security number, social insurance number, or driver's license number; (iii) health or medical information, such as insurance information, medical prognosis, diagnosis information,or genetic information; (iv)financial information, such as a policy number, credit card number,and/or bank account number; (v) personally identifying technical information (whether transmitted or stored in cookies, devices, or otherwise), such as IP address, MAC address, device identifier, International Mobile Equipment Identifier ("IMEI"), or advertising identifier; (vi) biometric information; and/or (vii) sensitive personal data, such as, race, religion, marital status, disability, gender, sexual orientation, geolocation, or mother's maiden name. "Security Incident"shall refer to (i)a compromise of any network, system, application or data in which Customer Data has been accessed or acquired by an unauthorized third party; (ii) any situation where Trane reasonably suspects that such compromise may have occurred; or (iii) any actual or reasonably suspected unauthorized or illegal Processing, loss, use, disclosure or acquisition of or access to any Customer Data. "Services"shall have the meaning set forth in the Agreement. 2. HVAC Machine Data;Access to Customer Extranet and Third Party Systems.If Customer grants Trane access to HVAC Machine Data via web portals or other non-public websites or extranet services on Customer's or a third party's website or system (each, an"Extranet"),Trane will comply with the following: a. Accounts. Trane will ensure that Trane's personnel use only the Extranet account(s)designated by Customer and will require Trane personnel to keep their access credentials confidential. b. Systems. Trane will access the Extranet only through computing or processing systems or applications running operating systems managed by Trane that include: (i)system network firewalls; (ii)centralized patch management; (iii) operating system appropriate anti-malware software; and (iv)for portable devices, full disk encryption. c. Restrictions. Unless otherwise approved by Customer in writing, Trane will not download, mirror or permanently store any HVAC Machine Data from any Extranet on any medium, including any machines,devices or servers. d. Account Termination. Trane will terminate the account of each of Trane's personnel in accordance with Trane's standard practices after any specific Trane personnel who has been authorized to access any Extranet (1) no longer needs access to HVAC Machine Data or(2)no longer qualifies as Trane personnel (e.g., the individual leaves Trane's employment). e. Third Party Systems. Trane will provide Customer prior notice before it uses any third party system that stores or may otherwise have access to HVAC Machine Data, unless (1)the data is encrypted and (2)the third party system will not have access to the decryption key or unencrypted "plain text"versions of the HVAC Machine Data. 3. Customer Data;Confidentiality. Trane shall keep confidential, and shall not access or use any Customer Data and information that is marked confidential or by its nature is considered confidential ("Customer Confidential Information") other than for the 1 R A N - Page 6 of 8 ©2025 Trane Technologies All Rights Reserved. TECMMOIOG,ES Confidential and Proprietary Information of Trane U S. Inc. City of Boynton Beach-Utilities Admin SS Replace April 30,2025 purpose of providing the Equipment and Services, and will disclose Customer Confidential Information only: (i) to Trane's employees and agents who have a need to know to perform the Services, (ii)as expressly permitted or instructed by Customer, or (iii) to the minimum extent required to comply with applicable law, provided that Trane (1) provides Customer with prompt written notice prior to any such disclosure, and (2)reasonably cooperate with Customer to limit or prevent such disclosure. 4. Customer Data;Compliance with Laws. Trane agrees to comply with laws, regulations governmental requirements and industry standards and practices relating to Trane's processing of Customer Confidential Information (collectively, "Laws"). 5. Customer Data; Information Security Management. Trane agrees to establish and maintain an information security and privacy program,consistent with applicable HVAC equipment industry practices that complies with this Addendum and applicable Laws ("Information Security Program"). The Information Security Program shall include appropriate physical, technical and administrative safeguards, including any safeguards and controls agreed by the Parties in writing, sufficient to protect Customer systems, and Customer's Confidential Information from unauthorized access, destruction, use, modification or disclosure. The Information Security Program shall include appropriate, ongoing training and awareness programs designed to ensure that Trane's employees and agents, and others acting on Trane's, behalf are aware of and comply with the Information Security Program's policies, procedures, and protocols. 6. Monitoring. Trane shall monitor and, at regular intervals consistent with HVAC equipment industry practices, test and evaluate the effectiveness of its Information Security Program.Trane shall evaluate and promptly adjust its Information Security Program in light of the results of the testing and monitoring, any material changes to its operations or business arrangements, or any other facts or circumstances that Trane knows or reasonably should know may have a material impact on the security of Customer Confidential Information, Customer systems and Customer property. 7. Audits. Customer acknowledges and agrees that the Trane SOC2 audit report will be used to satisfy any and all audit/inspection requests/requirements by or on behalf of Customer. Trane will make its SOC2 audit report available to Customer upon request and with a signed nondisclosure agreement. 8. Information Security Contact. Trane's information security contact is Local Sales Office. 9. Security Incident Management. Trane shall notify Customer after the confirmation of a Security Incident that affects Customer Confidential Information, Customer systems and Customer property. The written notice shall summarize the nature and scope of the Security Incident and the corrective action already taken or planned. 10. Threat and Vulnerability Management.Trane regularly performs vulnerability scans and addresses detected vulnerabilities on a risk basis. Periodically, Trane engages third-parties to perform network vulnerability assessments and penetration testing. Vulnerabilities will be reported in accordance with Trane's cybersecurity vulnerability reported process. Trane periodically provides security updates and software upgrades. 11. Security Training and Awareness. New employees are required to complete security training as part of the new hire process and receive annual and targeted training (as needed and appropriate to their role) thereafter to help maintain compliance with Security Policies, as well as other corporate policies, such as the Trane Code of Conduct. This includes requiring Trane employees to annually re-acknowledge the Code of Conduct and other Trane policies as appropriate. Trane conducts periodic security awareness campaigns to educate personnel about their responsibilities and provide guidance to create and maintain a secure workplace. 12. Secure Disposal Policies. Trane will maintain policies, processes, and procedures regarding the disposal of tangible and intangible property containing Customer Confidential Information so that wherever possible, Customer Confidential Information cannot be practicably read or reconstructed. 13. Logical Access Controls. Trane employs internal monitoring and logging technology to help detect and prevent unauthorized access attempts to Trane's corporate networks and production systems. Trane's monitoring includes a review of changes affecting systems' handling authentication, authorization, and auditing, and privileged access to Trane production systems. Trane uses the principle of"least privilege"(meaning access denied unless specifically granted)for access to customer data. 14. Contingency Planning/Disaster Recovery. Trane will implement policies and procedures required to respond to an emergency or other occurrence (i.e. fire, vandalism, system failure, natural disaster)that could damage Customer Data or any system that contains Customer Data. Procedures include the following (i) Data backups; and (ii) Formal disaster recovery plan. Such disaster recovery plan is tested at least annually. 15. Return of Customer Data. If Trane is responsible for storing or receiving Customer Data, Trane shall, at Customer's sole discretion, deliver Customer Data to Customer in its preferred format within a commercially reasonable period of time following the expiration or earlier termination of the Agreement or, such earlier time as Customer requests, securely destroy or render unreadable or undecipherable each and every original and copy in every media of all Customer's Data in Trane's possession, A N Page 7 of 8 ©2025 Trane Technologies All Rights Reserved TECNNOLOG,ES Confidential and Proprietary Information of Trane U.S. Inc 1 City of Boynton Beach-Utilities Admin SS Replace Apnl 30,2025 custody or control no later than [90 days]after receipt of Customer's written instructions directing Trane to delete the Customer Data. 16. Background Checks Trane shall take reasonable steps to ensure the reliability of its employees or other personnel having access to the Customer Data, including the conducting of appropriate background and/or verification checks in accordance with Trane policies. 17. DISCLAIMER OF WARRANTIES. EXCEPT FOR ANY APPLICABLE WARRANTIES IN THE AGREEMENT, THE SERVICES ARE PROVIDED"AS IS",WITH ALL FAULTS,AND THE ENTIRE RISK AS TO SATISFACTORY QUALITY, PERFORMANCE, ACCURACY AND EFFORT AS TO SUCH SERVICES SHALL BE WITH CUSTOMER. TRANE DISCLAIMS ANY AND ALL OTHER EXPRESS OR IMPLIED REPRESENTATIONS AND WARRANTIES WITH RESPECT TO THE SERVICES AND THE SERVICES PROVIDED HEREUNDER, INCLUDING ANY EXPRESS OR IMPLIED WARRANTY OF MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE, OR THAT THE SERVICES WILL OPERATE ERROR-FREE OR UNINTERRUPTED OR RETURN/RESPONSE TO INQUIRIES WITHIN ANY SPECIFIC PERIOD OF TIME. October 2024 Supersedes: November 2023v2 R^N - Page 8 of 8 ©2025 Trane Technologies.All Rights Reserved. TECNMOIOG,[E Confidential and Propnetary Information of Trane U S.Inc. k.