Loading...
Contract - Mechanical & Process Systems, LLC - 10/26/2023 (2) CITY OF ROUND ROCK AGREEMENT FOR PURCHASE OF HEATING,AIR CONDITIONING,AND VENTILATION REPAIR AND INSTALLATION SERVICES WITH MECHANICAL&PROCESS SYSTEMS,LLC THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § THAT THIS Agreement for the purchase of heating, air conditioning, and ventilation repair and installation services (referred to berein as the"Agreement'), is made and entered into on this the day of the month of 2023, by and between the CITY OF ROUND ROCK, TEXAS, a home-rule municipality whose offices are located at 221 East Main Street, Round Rock, Texas 78664 (referred to herein as the "City") and MECHANICAL & PROCESS SYSTEMS,LLC,whose offices are located at 1804 Central Commerce Court, Round Rock,Texas 78664(referred to herein as the"Services Provider"). RECITALS: WHEREAS, City desires to purchase heating, air conditioning, and ventilation repair and installation services;and WHEREAS, City has issued its "Request for Proposal" (RFP) for the provision of said services;and WHEREAS, City has determined that Services Provider provides the best value to City; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties,and obligations; NOW,THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable consideration, sufficiency and receipt of which are hereby acknowledged, it is mutually agreed between the parties as follows: 4861-7811-3663/ss2 r 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Services Provider whereby City is obligated to buy specified services and Services Provider is obligated to sell same. The Agreement includes the following: (a) City's RFP designated Solicitation No. 23-019 dated April 2023; (b) Services Provider's Response to the RFP; (c) contract award; and (d) any exhibits, addenda, and/or amendments thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreement; (2) Services Provider's Proposal;and (3) City's RFP,exhibits,and attachments. B. City means the City of Round Rock, Williamson and Travis Counties,Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force Majeure means acts of God, strikes, lockouts, or other industrial disturbances, acts of the public enemy, orders of any kind from the government of the United States or the State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Goods and services mean the specified services, supplies, materials, commodities, or equipment. F. Services Provider means Mechanical & Process Systems, LLC, or any of its corporate structures, successors or assigns. 2.01 EFFECTIVE DATE AND TERM A. This Agreement shall be effective on the date it has been signed by both parties hereto, and shall remain in full force and effect unless and until it expires by operation of the term stated herein,or until terminated or extended as provided herein. B. The term of this Agreement is forty-eight (48) months from the effective date hereof. City reserves the right to review the relationship at any time, and may elect to terminate this Agreement with or without cause or may elect to continue. 2 3.01 CONTRACT DOCUMENTS AND EXHIBITS City selected Services Provider to supply the services as outlined in the RFP and as set forth in the Proposal submitted by Services Provider, all as specified in Exhibit"A" The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in the RFP and as offered by Services Provider in its Proposal. The services which are the subject of this Agreement are described in Exhibit "A" and, together with this Agreement, comprise the total Agreement and they are fully a part of this Agreement as if repeated herein in full. 4.01 SCOPE OF WORK All items in Exhibit "A" are awarded to Services Provider. For purposes of this Agreement, City has issued documents delineating the required services (specifically RFP Solicitation Number 23-019 dated April 2023). Services Provider has issued its response agreeing to provide all such required services in all specified particulars. All such referenced documents are included in Exhibit"A" attached hereto and made a part hereof for all purposes. When taken together with the appended exhibits, this Agreement shall evidence the entire understanding and agreement between the parties and shall supersede any prior proposals, correspondence or discussions. Services Provider shall satisfactorily provide all services described under the attached exhibits within the contract term specified in Section 2.01. Services Provider's undertakings shall be limited to performing services for the City and/or advising City concerning those matters on which Services Provider has been specifically engaged. Services Provider shall perform its services in accordance with this Agreement, in accordance with the appended exhibits, in accordance with due care, and in accordance with prevailing industry standards for comparable services. 5.01 DUAL PROVIDERS OF SERVICES The parties specifically acknowledge and agree that Services Provider shall be considered as one of two (2) providers ("dual providers") of the specified goods and services (plumbing services). Services Provider specifically further acknowledges and agrees that this Agreement is not an exclusive agreement. City may, in its sole and unfettered discretion, elect to use either of the two providers in whatever order it deems most advantageous to City's purposes. City may, in its sole and unfettered discretion, elect to use any other providers. City is not obligated to use or purchase any estimated annual quantity of goods, and no guarantee is made of any minimum or maximum purchase. 6.01 COSTS A. Only if, as, and when needed by City, the bid costs listed on Attachment C—Cost Proposal Sheet of Exhibit "A," which are specifically relevant to the referenced bid items, shall 3 be the basis of any charges collected by Services Provider. B. Services Provider specifically acknowledges and agrees that City is not obligated to use any estimated annual quantity of services, and City may not expend in excess of One Million Two Hundred Thousand and No/100 Dollars ($1,200,000.00) for Services Provider's services combined with the dual provider's services for the term of this Agreement. 7.01 INVOICES A11 invoices shall include,at a minimum,the following information: A. Name and address of Services Provider; B. Purchase Order Number; C. Description and quantity of items received or services provided;and D. Delivery or performance dates. 8.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING Authority for local governments to contract with one another to perform certain governmental functions and services, including but not limited to purchasing functions, is granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section 271.101 and Section 271.102. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City's bid, with the consent and agreement of the successful services provider(s) and the City. Such agreement shall be conclusively inferred for the services provider from lack of exception to this clause in the services provider's response. However, all parties hereby expressly agree that the City is not an agent of, partner to, or representative of those outside agencies or entities and that the City is not obligated or liable for any action or debts that may arise out of such independently-negotiated"piggyback"procurements. 9.01 NON-APPROPRIATION AND FISCAL FUNDING This Agreement is a commitment of City's current revenues only. It is understood and agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year if the governing body of City does not appropriate funds sufficient to purchase the services as determined by City's budget for the fiscal year in question. City may effect such termination by giving Services Provider a written notice of termination at the end of its then current fiscal year. 4 10.01 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Services Provider will be made within thirty (30) days of the day on which City receives the performance, supplies,materials,equipment,and/or deliverables,or within thirty(30)days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for the performance and/or deliverables or services, whichever is later. Services Provider may charge interest on an overdue payment at the "rate in effect"on September 1 of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas Government Code, Section 2251.025(b); however, this Policy does not apply to payments made by City in the event: A. There is a bona fide dispute between City and Services Provider, a contractor, a subcontractor or supplier about the goods delivered or the service performed that cause the payment to be late;or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds;or C. There is a bona fide dispute between Services Provider and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late;or D. Invoices are not mailed to City in strict accordance with instructions, if any, on the purchase order or the Agreement or other such contractual agreement. 11.01 GRATUITIES AND BRIBES City may, by written notice to Services Provider, cancel this Agreement without liability to Services Provider if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Services Provider or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Services Provider may be subject to penalties stated in Title 8 of the Texas Penal Code. 12.01 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Services Provider's charges. 13.01 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS If Services Provider cannot provide the goods as specified, City reserves the right and option to obtain the products or services from another supplier or suppliers. 5 14.01 INSURANCE Services Provider shall meet all requirements as stated in the attached RFP and as set forth at: hqp://www.roundrocktexas.gov/wp-content/uploads/2014/12/Corr insurance 07.20112.pdf. 15.01 CITY'S REPRESENTATIVE City hereby designates the following representatives authorized to act in its behalf with regard to this Agreement: Eric Dady,Facilities Manager General Services Department 212 Commerce Boulevard Round Rock,Texas 78664 (512)218-5472 edadyCa,roundrocktexas.gov 16.01 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the reasonable time specified when demand is made,then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 17.01 DEFAULT If Services Provider abandons or defaults under this Agreement and is a cause of City purchasing the specified goods elsewhere, Services Provider agrees that it may be charged the difference in cost, if any, and that it will not be considered in the re-advertisement of the service and that it may not be considered in future bids for the same type of work unless the scope of work is significantly changed. Services Provider shall be declared in default of this Agreement if it does any of the following: A. Fails to make any payment in full when due; B. Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; C. Fails to provide adequate assurance of performance under the "Right to Assurance"section herein;or 6 D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States. 18.01 TERIVIINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon thirty (30) days' written notice to Services Provider. B. In the event of any default by Services Provider, City has the right to terminate this Agreement for cause,upon ten(10)days' written notice to Services Provider. C. Services Provider has the right to terminate this Agreement only for cause, that being in the event of a material and substantial breach by City or by mutual agreement to terminate evidenced in writing by and between the parties. D. In the event City terminates under subsections (A) or (B) of this section, the following shall apply: Upon City's delivery of the referenced notice to Services Provider, Services Provider shall discontinue all services in connection with the performance of this Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice of termination, Services Provider shall submit a statement showing in detail the goods and/or services satisfactorily performed under this Agreement to the date of termination. City shall then pay Services Provider that portion of the charges, if undisputed. The parties agree that Services Provider is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 19.01 INDEMNIFICATION Services Provider shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of Services Provider, or Services Provider's agents, employees or subcontractors, in the performance of Services Provider's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or Services Provider (including, but not limited to the right to seek contribution) against any third party who may be liable for an indemnified claim. 20.01 COMPLIANCE WITH LAWS,CHARTER,AND ORDINANCES A. Services Provider, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards,bureaus and agencies. 7 B. In accordance with Chapter 2271,Texas Government Code, a governmental entity may not enter into a contract with a company for goods and services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The signatory executing this Agreement on behalf of Services Provider verifies Services Provider does not boycott Israel and will not boycott Israel during the term of this Agreement. C. In accordance with Chapter 2274,Texas Government Code,a governmental entity may not enter into a contract with a company with at least ten (10) full-time employees for a value of at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has a provision verifying that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association.The signatory executing this Agreement on behalf of Services Provider verifies Services Provider does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association, and it will not discriminate during the term of this Agreement against a firearm entity or firearm trade association. D. In accordance with Chapter 2274,Texas Government Code,a governmental entity may not enter into a contract with a company with at least ten (10) full-time employees for a value of at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has a provision verifying that it: (1)does not boycott energy companies; and(2) will not boycott energy companies during the term of this Agreement.The signatory executing this Agreement on behalf of Services Provider verifies Services Provider does not boycott energy companies, and it will not boycott energy companies during the term of this Agreement. 21.01 ASSIGNMENT AND DELEGATION The parties each hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 22.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: 1. When delivered personally to the recipient's address as stated in this Agreement; or 2. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. 8 Notice to Services Provider: Mechanical&Process Systems,LLC 1804 Central Commerce Court Round Rock,TX 78664 Notice to City: City Manager Stephanie L. Sandre,City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock,TX 78664 Round Rock,TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Services Provider. 23.01 APPLICABLE LAW,ENFORCEMENT,AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 24.01 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Services Provider and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing, duly authorized by action of the City Manager or City Council. 25.01 DISPUTE RESOLUTION City and Services Provider hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act(9 USC Section 1-14)or any applicable state arbitration statute. 26.01 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the 9 stricken provision. The provisions of this section shall not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be determined void. 27.01 MISCELLANEOUS PROVISIONS Standard of Care. Services Provider represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices. Time is of the Essence. Services Provider understands and agrees that time is of the essence and that any failure of Services Provider to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. Services Provider shall be fully responsible for its delays or for failures to use best efforts in accordance with the terms of this Agreement. Where damage is caused to City due to Services Provider's failure to perform in these circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. Force Majeure. Neither City nor Services Provider shall be deemed in violation of this Agreement if it is prevented from performing any of its obligations hereunder by reasons for which it is not responsible as defined herein. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken together, shall constitute one and the same instrument. [Signatures on the following page.] 10 IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on the dates indicated. City of Round Rock,Texas Mechanical & Process Systems,LLC By: By: L' — �—] j Printed Nam Printed Na e: Title: Wi, Untj 3 0 Title: \/tc.e PREs,DeAiT Date Signed: �Q Zlo �y� Date Signed: o9 f.z I2oz3 Attest: OA �'�r. CA Pi --- - Meagan ink ity Cl k For City,Approved as to Form: By: � ��.. St`p ep n e L. San re, City Attorney 11 Exhibit "A" ROUN �IVISION ROCK TEXAS PuRcHasin�G City of Round Rock, Texas Purchasing Division 221 East Main Street Round Rock, Texas 78664-5299 www.roundrocktexas.gov REQUEST FOR PROPOSAL (RFP) HEATING, AIR CONDITIONING, AND VENTILATION REPAIR AND INSTALLATION SERVICES SOLICITATION NUMBER 23-019 APRIL 2023 Exhibit "A" City of Round Rock Heating,Air Conditioning, and Ventilation Repair and Installation Services RFP No. 23-019 Commodity Code: 910-36 APRIL 2023 HEATING, AIR CONDITIONING,AND VENTILATION REPAIR AND INSTALLATION SERVICES PART GENERAL REQUIREMENTS 1. PURPOSE AND BACKGROUND: The City of Round Rock, herein after"the City"seeks proposals from firms experienced in on-site heating, ventilation, and air conditioning (HVAC) system installation and repair services for various City owned or occupied buildings on an as needed basis. The City has approximately 800,000 square feet of maintained property and occupies approximately 46 facilities. The buildings consist of both commercial and residential type structures. Facilities that may require professional HVAC services include but are not limited to office buildings, fire stations, parks facilities, police facilities and parking garages. The City intends to award one primary contract and one secondary contract based on the Best Value for the City. The City may contact the Prime Contractor and/or Secondary Contractor to request a quote by project and will select the Contractor that best meets the needs of the City. An anticipated total contract award will be made by the City in an amount not to exceed$300,000 per year for each vendor. 2. SOLICITATION PACKET: This solicitation packet is comprised of the following: Description Index Part I —General Requirements Page(s) 2-4 Part II —Definitions, Standard Terms and Conditions, Page 5 and Insurance Requirements Part III —Supplemental Terms and Conditions Page(s) 6-8 Part IV—Scope of Work Page(s) 9-11 Part V—Proposal Preparation Instructions and Evaluation Factors Page(s) 12-14 Attachment A—Reference Sheet Separate Attachment Attachment B—Subcontractor Information Form Separate Attachment Attachment C—Cost Proposal Sheet Separate Attachment Attachment D—Prevailing Wage Separate Attachment Attachment E—HVAC Equipment Listing Separate Attachment 3. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below. EVENT DATE Solicitation released April 21,2023 Deadline for submission of questions May 5, 2023 @ 5:00 PM, CST City responses to questions or addendums Approximately May 9, 2023 @ 5:00 PM, CST Deadline for submission of responses May 23, 2023 @ 3:00 PM, CST All questions regarding the solicitation shall be submitted through Bonfire in writing by 5:00 PM CST on the due date noted above. A copy of all questions submitted and the City's response to the questions shall be posted on the City's webpage in the form of an addendum at: hftps://roundrocktexas.bonfirehub.com The City reserves the right to modify these dates. Notice of date change will be posted to the City's website: hftps://roundrocktexas.bonfirehub.com Page 2 of 14 Exhibit "A" City of Round Rock Heating,Air Conditioning, and Ventilation Repair and Installation Services RFP No. 23-019 Commodity Code: 910-36 APRIL 2023 4. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at hftps://roundrocktexas.bonfirehub.com for any updates pertaining to the solicitation described herein. Various updates may include addendums, cancellations, notifications, and any other pertinent information necessary for the submission of a correct and accurate response. The City will not be held responsible for any further communication beyond updating the website. 5. RESPONSE DUE DATE: Appropriately submitted responses are due at or before 3:00 PM, on the due date noted in PART I, Section 3—Schedule of Events. The Offeror shall respond via the City's electronic bidding platform, Bonfire: https:Hroundrocktexas.bonfirehub.com A. This request for proposal (RFP) does not commit the City to contract for any supply or service. B. No paper or submittals outside of Bonfire will be accepted by the City. C. Responses cannot be altered or amended after digital opening. D. No response can be withdrawn after opening without written approval from the City for an acceptable reason. E. The City will not be bound by any oral statement or offer made contrary to the written specifications. F. Samples and/or copies shall be provided at the Respondent's expense and shall become the property of the City. G. Late responses will not be considered. 6. CERTIFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires the successful offeror to complete a Form 1295"Certificate of Interested Parties"that is signed for a contract award requiring council authorization. The"Certificate of Interested Parties"form must be completed on the Texas Ethics Commission website, printed, signed, and submitted to the City by the authorized agent of the Business Entity with acknowledgment that disclosure is made under oath and under penalty of perjury prior to final contract execution. Link to Texas Ethics Commission Webpage: hftps://www.ethics.state.tx.us/whatsnew/elf info form1295.htm 7. EX PARTE COMMUNICATION: Please note that to insure the proper and fair evaluation of an offer, the City of Round Rock prohibits ex parte communication (e.g., unsolicited) initiated by the Offeror to the City Official, Employee, City Consultant, or Evaluation Team member evaluating or considering the offers prior to the time an award decision has been confirmed. Communication between an Offeror and the City will be initiated by the appropriate City Official or Employee in order to obtain information or clarification needed to develop a proper and accurate evaluation of the offer. Ex parte communication may be grounds for disqualifying the offending Offeror from consideration of award in evaluation or any future bid. 8. OPPORTUNITY TO PROTEST: The Purchasing Manager for the City of Round Rock("City"), in consultation with the City Attorney, shall have the authority to settle or resolve any dispute concerning the solicitation or award of a contract. The Purchasing Manager may solicit written responses to the protest from other interested parties. The aggrieved person must prepare his or her complaint in writing and send it by electronic mail to the City's Purchasing Department at protestc@-roundrocktexas.gov. In the event of a timely protest,the City shall not proceed further with the solicitation or award of a contract unless it is determined that the award must take place without delay, to protect the best interests of the City. The procedures for notifying the City of an alleged deficiency or filing a protest are listed below. If you fail to comply with any of these requirements,the Purchasing Office may dismiss your complaint or protest. A. Prior to Offer Due Date: If you are a prospective offeror for the award of a contract("Offeror")and you become aware of the facts regarding what you believe is a deficiency in the solicitation process before the due date for receipt of offers in response to a solicitation ("Offers"), you must notify the City in writing of the alleged deficiency before that date, giving the City an opportunity to resolve the situation prior to the Offer due date. B. After Offer Due Date: If you submit an Offer to the City and you believe that there has been a deficiency in the solicitation process or the award, you have the opportunity to protest the solicitation process, or the recommended award as follows: i. You must file a written notice of your intent to protest within four(4)working days of the date that Page 3 of 14 Exhibit "A" City of Round Rock Heating,Air Conditioning, and Ventilation Repair and Installation Services RFP No. 23-019 Commodity Code: 910-36 APRIL 2023 you know or should have known of the facts relating to the protest. If you do not file a written notice of intent within this time, you have waived all rights to protest the solicitation process or the award. ii. You must file your formal written protest within ten (10)working days of the date that you know or should have known of the facts relating to the protest unless you know of the facts before the Offer has been closed. If you know of the facts before those dates, you must notify the City as stated in section (A)above. iii. You must submit your protest in writing and must include the following information: a. your name, address,telephone number, and email address. b. the solicitation number. c. a specific identification of the statutory or regulatory provision that you are alleging has been violated. d. a detailed statement of the factual grounds for your protest, including copies of any relevant documents. e. a statement of any issues of law or fact that you contend must be resolved; and f. a statement of the argument and authority that you offer in support of your protest. iv. Your protest must be concise and presented logically and factually to help with the City's review. C. Receipt of Timely Protest:When the City receives a timely and complete written protest, the Purchasing Manager, with assistance from the City Attorney, shall make one of the following determinations: i. Determine that a violation of rules and statutes has occurred prior to the award of the contract and inform you and other interested parties of the determination. The City will prepare updated solicitation documents and will re-solicit. ii. Determine that no violation of rules or statutes has occurred and inform you and other interested parties of the decision by letter. The reasons for the determination will be presented in the letter. iii. Determine that a violation of rules and statutes has occurred after the award of the contract and inform you and other interested parties of the determination. However,the awarded contract will not be canceled.As needed, corrective actions may be taken with purchasing or any other pertinent City staff. iv. A determination will usually be made within fifteen (15) business days after receipt of the formal protest. v. Any written decisions by the Purchasing Manager shall be the final administrative action for the City. All documentation pertaining to a protest will be kept on file at the City and are subject to open records requests. Page 4 of 14 Exhibit "A" City of Round Rock Heating, Air Conditioning, and Ventilation Repair and Installation Services RFP No. 23-019 Commodity Code: 910-36 APRIL 2023 PART II DEFINITIONS, STANDARD TERMS AND CONDITIONS, AND INSURANCE REQUIREMENTS 1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the Respondent agrees that the City's Definitions and Standard Terms and Conditions, in effect at the time of release of the solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face of a purchase order. These can be obtained from the City's website at: https://www.roundrocktexas.gov/city-departments/purchasing/. In addition, the Supplemental Terms and Conditions listed in Section III shall also be enforced as part of the contract. 2. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth in Standard Insurance Requirements. The City's Standard Insurance Requirements document can be viewed and downloaded from the City's website at: https://www.roundrocktexas.gov/city-departments/purchasing/ Page 5 of 14 Exhibit "A" City of Round Rock Heating,Air Conditioning, and Ventilation Repair and Installation Services RFP No. 23-019 Commodity Code: 910-36 APRIL 2023 PART III SUPPLEMENTAL TERMS AND CONDITIONS 1. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following: A. The term of the Agreement shall begin from date of award and shall remain in full force for forty-eight (48) months. B. Upon expiration of the contract term, the Contractor agrees to hold over under the terms and conditions of this agreement for such a period as is reasonably necessary to re-solicit and/or complete the project up to 120 days. 2. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications. Respondents who do not meet the minimum qualifications will not be considered for an award. The Respondent shall: A. Be firms, corporations, individuals, or partnerships normally engaged in providing heating, air conditioning, and ventilation repair and installation services as specified herein and have adequate organization, facilities, equipment, financial capability, and personnel to ensure prompt and efficient service to the City. B. In order to confirm financial stability, the City may choose to review audited financial statements at any time throughout the RFP evaluation process. Upon request, the Respondent shall provide two years audited financial statements, including any notes or supplemental schedules within 2 business days of the original request. C. The Respondent shall include in the proposal a list of all litigation the company or its principals have been involved in within the last three(3)years. D. Have a commercial business location from which work crews are dispatched is required to be in a 35- mile radius of downtown Round Rock. E. Have at least five(5)years of experience. F. Be licensed to perform HVAC work as required by the Texas Department of Licensing and Regulation as an air-conditioning and refrigeration contractor. 3. SUBCONTRACTORS: If Subcontractors will be used the Respondent is required to complete and submit with their proposal response Attachment B: Subcontractor Information Form. Subcontractors can only be used for incidental work not related to HVAC (Drywall, Insulation, etc.). The Contractor shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the Contractor is responsible for the Contractors own acts and omissions. The Contractor shall: A. Require that all deliverables to be provided by the Subcontractor be provided in strict accordance with the provisions, specifications, and terms of the Contract. B. Require that all Subcontractors obtain and maintain, throughout the term of their agreement, primary insurance in the type and amounts specified for the Contractor,with the City being named as an additional insured; and C. Require that the Subcontractor indemnify and hold the City harmless to the same extent as the Contractor is required to indemnify the City. D. Awarded Contractor is required to submit a list of all subcontractors for approval by the City prior to use of any subcontractors throughout the term of the contract. 4. PREVAILING WAGE: Pursuant to Chapter 2258 of the Texas Government Code, a worker employed on a public work project by a city must be paid: (1) not less than the general prevailing wage rate of per diem wages for work of a similar character in the locality in which the work is performed; and (2) not less than the general prevailing rate of per diem wages for legal holiday and overtime work. In accordance with Chapter 2258.022,the City adopted through Resolution No. R-2016-3760 the wage rates set forth by the Texas Workforce Commission for the Austin-Round Rock Area as the general prevailing wage rate for the City's public works contracts. A contractor or subcontractor who is awarded a contract by the City shall pay not less than the rates set forth in Attachment D and comply with all applicable sections of Chapter 2258. Page 6 of 14 Exhibit "A" City of Round Rock Heating, Air Conditioning, and Ventilation Repair and Installation Services RFP No. 23-019 Commodity Code: 910-36 APRIL 2023 Attachment D—Prevailing Rates are posted in Solicitation Documents for RFP 23-019 Heating, Air Conditioning, and Ventilation Repair and Installation Services on the City of Round Rock Bonfire website at: https:Hrou ndrocktexas.bonfirehu b.com 5. RETAINAGE: If an HVAC project exceeds$200,000 the City reserves the right to withhold 10 percent(%) retainage until completion of all work required by the Contract. The Contractor's invoice shall indicate the amount due, less the retainage. Upon final acceptance of the work,the Contractor shall submit an invoice for the retainage to the City and payment will be made as specified in the Contract. Payment of the retainage by the City shall not constitute nor be deemed a waiver or release by the City of any of its rights and remedies against the Contractor for recovery of amounts improperly invoiced or for defective, incomplete, or non-conforming work under the Contract. 6. SAFETY: The City reserves the right to remove any employee from City property for violation of federal, state, and local health, safety and environmental laws, ordinances, rules, and regulations. The Respondent shall: A. Ensure that all employees comply with all Occupational Safety and Health Administration (OSHA), State and City safety and occupational health standards and other applicable federal, state, and local health, safety, and environmental laws ordinances, rules, and regulations in the performance of these services. B. Be held responsible for the safety of their employees and unsafe acts or conditions that may cause injury or damage to any person or property within and around the work site. In case of conflict, the most stringent safety requirement shall govern. C. Indemnify and hold the City harmless from and against all claims, demands, suits, actions,judgments, fines penalties and liability of every kind arising from the breach of the Contractor's obligations under this paragraph. D. Be required to have in their possession at the location of each project and available upon request, material safety data sheets applicable to hazardous substances. 7. WORKFORCE: Successful Respondent shall- A. Ensure Respondent's employees perform the services in a timely, professional, and efficient manner. B. Ensure Respondent's employees,while working on City property,wear a company uniform that clearly identifies them as the Respondent's employee. C. Employ all personnel for work in accordance with the requirements set forth by the United States Department of Labor. The City reserves the right to verify citizenship or right to work in the United States. D. Supervise their employees and to assure that the work crew acts in a professional manner in regard to conduct, dress and language. Employees that are found to be non-compliant with these requirements shall be removed by the Contractor from City property. 8. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all incidental costs, labor, overhead charges, travel, payroll expenses,freight, equipment acquisition and maintenance, demurrage, fuel surcharges, delivery charges, costs associated with obtaining permits, insurance, bonds, and risk management. No separate line-item charges shall be permitted for either response or invoice purposes. Prices for parts and materials may be on a cost-plus basis. The percentage (%), if any, of markup will be designated in Bonfire requested information. Invoices for work performed shall require a copy of the supplies receipt to be included. Failure to provide the cost-plus percentage (%)on an invoice may result in payment at cost. 9. PRICE INCREASE: Contract prices for heating, air conditioning, and ventilation repair and installation services shall remain firm throughout the initial twelve (12) month term of the contract. A price increase to the agreement may be considered on the anniversary date of the Contract each year and shall be equal to the consumer price index for that year, but at no time can the increase be greater than 5%for any single line item unless otherwise approved by the City. Page 7 of 14 Exhibit "A" City of Round Rock Heating, Air Conditioning, and Ventilation Repair and Installation Services RFP No. 23-019 Commodity Code: 910-36 APRIL 2023 A. Consumer Price Index (CPI): Price adjustments will be made in accordance with the percentage change in the U.S. Department of Labor Consumer Price Index (CPI-U) for all Urban Consumers. The price adjustment rate will be determined by comparing the percentage difference between the CPI in effect for the base year six-month average (January through June OR July through December), and each (January through June OR July through December six month average)thereafter. The percentage difference between those two CPI issues will be the price adjustment rate. No retroactive contract price adjustments will be allowed. The Consumer Price Index (CPI) is found at the Bureau of Labor Statistics, Consumer Price Index website: http://www.bls.gov/cpi B. Procedure to Request Increase: i. Email the written price increase request to purchasinq(a�round rocktexas.gov with the rate detail comparison, a comprehensive calculation, and any supporting documentation to the designated City Contract Specialist a minimum of 45 days prior to the annual Contract anniversary date. The detailed written calculation will be verified and confirmed. All written requests for increases must include the City of Round Rock contract number, solicitation reference information and contact information for the authorized representative requesting the increase. ii. Upon receipt of the request, the City reserves the right to either accept the escalation and make change to the purchase order within 30 days of the request or negotiate with the Vendor or cancel the agreement or purchase order if an agreement cannot be reached on the value of the increase. 10. ACCEPTANCE/INSPECTION: Acceptance/Inspection should not take more than five (5) working days. The awarded respondent will be notified within the time frame if the services delivered are not in full compliance with the specifications. In the event the services are not performed to the satisfaction of the City the Contractor shall agree to reperform services to specification at no additional cost to the City. If any agreement or purchase order is cancelled for non-acceptance, the needed services may be purchased elsewhere. 11. PERFORMANCE REVIEW: The City reserves the right to review the awarded Contractor's performance anytime during the contract term. 12. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any minimum or maximum purchase is made or implied. The City will only order the services/goods needed to satisfy requirements within budgetary constraints, which may be more or less than indicated. 13. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award, split award, primary and secondary award, non-award, or use any combination that best serves the interest and at the sole discretion of the City. Respondents to the solicitation will be notified when City staff recommendation of award has been made. The award announcement will be posted to the City's website at https:Hroundrocktexas.bonfirehub.com once City Council has approved the recommendation of award and the agreement has been executed. 14. POINT OF CONTACT/DESIGNATED REPRESENTATIVE: A. Contractor's point of contact: In order to maintain consistent standards of quality work performed across the City, the City shall be provided with a designated and identified point of contact upon award of the contract to include contact information. The City's designated representative shall be notified by the Respondent immediately should the point of contact change. B. The City's designated representative: Eric Dady Facility Maintenance Manager General Services Phone: 512-688-0350 E-mail: edadyCa)roundrocktexas.gov C. Do not contact the individual listed above with questions or comments during the course of the solicitation. Page 8 of 14 Exhibit "A" City of Round Rock Heating,Air Conditioning, and Ventilation Repair and Installation Services RFP No. 23-019 Commodity Code: 910-36 APRIL 2023 PART IV SCOPE OF WORK 1. OVERVIEW: The City has approximately 1,000,000 square feet of maintained property and occupies approximately 51 facilities. The buildings consist of both commercial and residential type structures. Facilities maintained vary and can include but are not limited to office buildings, the Police Department, fire stations, parks facilities and parking garages. Only first-class work shall be performed, and all materials furnished in carrying out this agreement shall be of character and quality as required by the project specifications. Where no standard is specified, for such work or materials, they shall be the best in their respective trade and be compliant with all applicable code requirements. Preventative maintenance and/or filters is not part of this contract. 2. SERVICE REQUIREMENTS: The Contractor shall- A. Provide on-site services including all materials and labor necessary to perform HVAC installation and repair for various City owned or occupied locations. Services performed shall require prior authorization from the City's Facility Maintenance Department. B. Have a working knowledge of commercial and residential HVAC installation and repair work and be qualified to work on HVAC systems currently installed in City locations. C. Work with the City to ensure any new equipment installations fully functions with the City's building automation system (Niagara,ACL, or Metasys). D. Install or repair smoke or duct detectors within new or existing units. E. Provide lifts, ladders, cranes, or any other equipment needed to perform this scope of work. F. Be responsible for any mechanical pads required for the equipment. G. Install or modify existing ductwork as required. This includes all types of metal, fiberglass ductwork, and grills. H. Recommend replacement equipment and provide installation of new equipment. I. Demonstrate to the City's designated representative that the work is fully operational and in compliance with contract specifications and codes.Any unsatisfactory work done, or materials furnished at whatever time they may be discovered shall be promptly and permanently corrected at the sole expense of the Contractor prior to final acceptance of work when notified to do so by the authorized City representative. J. Keep the adjacent areas of the work site free from rubbish and the accumulation of any waste materials. i. It is the Contractor's responsibility to properly dispose of all rubbish and waste materials according to applicable federal, state, and local health, safety, and environmental laws, ordinances, rules, and regulations. ii. Should the Contractor neglect or refuse to remove such unsatisfactory work or materials within forty-eight(48) hours of notice by the City, or if they fail to make satisfactory progress in doing so, the City may cause said work or materials to be removed and satisfactorily replaced by contract or otherwise and the expense thereof shall be charged to the Contractor. iii. Such expense shall be deducted from any monies due or shall become due to the City by the Contractor under the agreement. 3. WORK HOURS: A. Regular Business Hours: are 7:00 am to 6:00 pm Monday through Friday(excluding weekends and holidays). B. Overtime Hours: consist of hours outside the designated regular business hours will be allowed by the City if deemed necessary and is approved by the City's designated representative in advance of work. Overtime shall be based on the rate of regular labor not to exceed 1 '/2 times the fixed hourly rate for the tradesman performing the service. Page 9 of 14 Exhibit "A" City of Round Rock Heating, Air Conditioning, and Ventilation Repair and Installation Services RFP No. 23-019 Commodity Code: 910-36 APRIL 2023 C. Emergency Calls: Contractor shall only respond to an emergency call placed by the Facilities Manager or his designee. 4. RESPONSE TIME: Response times shall be as follows: A. Non-Emergency Service Calls: Successful Respondent shall respond and provide a written estimate for non-emergency service calls within two (2) days and begin work within five (5) days of the original request. B. Emergency Calls (10-15 calls per year): The City may require emergency HVAC repair or replacement services during regular business hours or after hours. i. The Contractor shall respond to emergency calls within two (2) hours after being contacted by the City. ii. The Contractor shall arrive onsite within four(4) hours of receiving work notification from the City. 5. SITE INSPECTION: It shall be the responsibility of the Contractor to visit and inspect the locations prior to the submittal of a proposal. No variation in price or conditions shall be permitted based on claims of not being knowledgeable, aware, or informed of all requirements and specifications for a job assignment. Submittal of the proposal is evidence the Contractor has familiarized themselves with the nature and extent of the work and any local conditions that may, in any manner, affect the scope of the work to be done and the equipment, materials and labor required. Inspection must be scheduled by contacting the City's designated representative. 6. MATERIAL REQUIREMENTS: A. All materials used in any project shall be "new" unless pre-approved by the City's designated representative. B. All HVAC installation and repairs shall be in compliance with manufacturers' specifications. C. Eighty-five percent(85%) of all parts shall be on-site within two (2) business days. D. All remaining parts shall be normally on-site within four(4) business days. E. The Facilities Manager shall be consulted when it is determined major components are in need of replacement.A major component shall be considered any single item or part whose estimated cost exceeds $500. 7. DELIVERY & STORAGE: It is the responsibility of the Contractor to make all arrangements for delivery, unloading, receiving and storing HVAC units and parts for each project. The City will not assume any responsibility for receiving these shipments. The Contractor shall verify with the City's designated representative and make necessary arrangements for security and storage space in the building during the project. 8. ESTIMATES: Contractor shall provide a non-binding written "Not to Exceed" estimate on all projects at no charge to the City upon request. It is the Contractor's responsibility to ensure that all information is complete to provide an accurate estimate. The City will not incur charges from the Contractor until the Contractor arrives on site and begins work. In certain circumstances a sample of materials to be used in a project may be requested by the City's designated representative for approval before work commences. Each written estimate shall include the following information: • Department name and location of the project. • Contractor's designated contact name and telephone number. • Breakdown of Labor costs (Number of workers, hourly rate). • Materials (Detailed description, quantity, unit price and extended price amounts). • Cost of Equipment rented to complete project. • Total Cost (Labor and materials). • Description specifying work to be done. • Time projected to complete the project. Page 10 of 14 Exhibit "A" City of Round Rock Heating,Air Conditioning, and Ventilation Repair and Installation Services RFP No. 23-019 Commodity Code: 910-36 APRIL 2023 9. WARRANTY: The Contractor shall provide a five(5)year warranty on all workmanship and parts including but not limited to manufacturer's warranty, workmanship defects, and installation.All warranty work shall be completed within five(5)working days from notice of defects. 10. CITY RESPONSIBILITIES: The City will- A. Provide access to City buildings and facilities. B. Provide reasonable access to power and water utilities as needed to complete the project. C. Provide the Contractor with a complete and accurate project overview with the request for estimate. D. Coordinate scheduling with the Contractor. E. Review all invoices to ensure accuracy. 11. REPORTING REQUIREMENTS: Respondent shall complete and furnish a work report for each project. A copy of each work report shall be presented with time and material used. Reports shall include, at a minimum, the following information: • Location of the worksite • Date and time of arrival at worksite • Time spent for repair • Date and time work at location is completed • Part(s)ordered and equipment rented, if necessary • A detailed description of all the completed repair work certifying the location is in working order shall be signed by the City's designated representative at the time the work is completed. 12. INVOICE REQUIREMENTS: Each project shall be invoiced separately; the Contractor shall include detailed information on each invoice- • The total hours worked and hourly rate for labor. Labor hours shall include costs listed in"Part III, Item 8: PRICING"of this solicitation. • Supplies and materials:The cost of supplies and materials shall be listed separately from labor. • Prices for parts, rentals, and material shall be on a cost-plus basis, as indicated on Attachment C— Cost Proposal Sheet. • Invoices shall have attached a copy of paid materials receipt from the supplier. • Travel time from the Contractors facility and/or between City sites are not billable time. 13. DESIGNATED CONTACT PERSON: In order to maintain consistent standards of quality work performed across the City, the City shall be provided with a designated and identified crew leader/point of contact upon award of the contract. A. The City shall be provided with the designated person's name, telephone number, and email address. B. This contact person shall remain the same throughout the term of the contract or upon termination of the contact person. If a change has been made in the contact person due to termination, the City's designated representative shall be notified by the Contractor immediately at the time of the change. NO substitutions of key personnel shall be permitted without written approval of the authorized City's designated representative. C. The contact person shall be identified on the Solicitation document and may be required to attend an oral presentation to the selection team prior to award of contract. D. Answering machines, services, or voicemail are unacceptable as a point of contact. Page 11 of 14 Exhibit "A" City of Round Rock Heating, Air Conditioning, and Ventilation Repair and Installation Services RFP No. 23-019 Commodity Code: 910-36 APRIL 2023 PART V PROPOSAL PREPARATION INSTRUCTIONS AND EVALUATION FACTORS 1. PROPOSAL ACCEPTANCE PERIOD: All proposals are valid for a period of one hundred and twenty (120) calendar days subsequent to the RFP closing date unless a longer acceptance period is offered in the proposal. 2. PROPOSAL RESPONSE: Responses shall be clear and concise while appropriately responding to the evaluation criteria listed below in Section 3. In order to do business with the City of Round Rock you must be registered with the City's Vendor Database. To register, go to: https://roundrocktxvendors.munisselfservice.com/Vendors/default.aspx Proposal Submittal Instructions: The Respondent shall include all of the following documents in their response- [-] Attachment A- Reference Sheet ❑ Attachment B- Subcontractor Form (if applicable) ❑ Attachment C- Cost Proposal Sheet ❑ Acknowledged Addenda (if applicable) ❑ Company Information-which gives in brief, concise terms, a summation of the proposal. Include the following- Business Organization: State full name and address of your organization and identify parent company if you are a subsidiary. Specify the branch office or other subordinate element which will perform, or assist in performing, work herein. Indicate whether you operate as a partnership, corporation, or individual. Include the State in which incorporated or licensed to operate. Project Management Structure: Provide a general explanation and chart which specifies project leadership and reporting responsibilities; and interface the team with City project management and team personnel. If use of subcontractors is proposed, identify their placement in the primary management structure, and provide internal management description for each subcontractor. Authorized Negotiator: Include the name, email address, and telephone number of the person(s) in your organization authorized to negotiate Contract terms and render binding decisions on Contract matters. ❑ Respondents shall submit a copy of the Contractor's license with the solicitation response. ❑ Segment requirements listed below. ❑ A statement of your compliance with all applicable rules and regulations of Federal, State and Local governing entities. ❑ List of Exceptions (if any)- Be advised that exceptions to any portion of the Solicitation may jeopardize acceptance of the Proposal by the City. Exceptions to this solicitation if any, shall be submitted on a separate sheet labeled "Exceptions"with the Respondent's proposal. 3. EVALUATION CRITERIA: A. Segment 1 - Respondent's Training, Staff Development, & Equipment List (35 pts) i. Training and Staff Development: Define in detail your staff training and development program. Provide details on staff retention, the process for certifying technicians, and types of equipment the staff is trained on. ii. Equipment List: List and describe the types of vehicles, tools, and equipment that will be used to support this contract. B. Segment 2-Company Work Experience and Personnel (35 pts) i. Prior Experience: State the number of years the Respondent company has been providing the services requested in the solicitation. Describe only relevant governmental, corporate, and individual experience for the company and personnel who will be actively engaged in the project. Do not include corporate experience unless personnel assigned to this project actively participated. Do not include experience prior to 2014. Supply the project title, year, and reference name, title, Page 12 of 14 Exhibit "A" City of Round Rock Heating, Air Conditioning, and Ventilation Repair and Installation Services RFP No. 23-019 Commodity Code: 910-36 APRIL 2023 present address, and phone number of principal persons for whom prior projects were accomplished. ii. Personnel: Include names, qualifications, and resumes of all personnel who will be assigned to the account. State the primary work assigned to each person and the percentage of time each person will devote to this work. Identify key persons by name and job title. Identify the number of full-time employees that are eligible to work on City of Round Rock projects. C. Segment 3—Cost Proposal (30 pts): Complete Attachment C—Cost Proposal Sheet and provide a fixed hourly rate for all services performed and your percentage markup on the cost of purchased/rented equipment and supplies. The fixed hourly rate should be inclusive of all costs included but not limited to: i. Hourly rate for technician ii. Freight and delivery of parts and materials iii. Time taken to acquire (pickup) parts from local vendors iv. Permit fees v. Printing: Cost of furnishing final reports(s) 4. EVALUATION CRITERIA: The intent of the City is to award to Respondent(s) in accordance with the evaluation criteria below. The purpose of this evaluation criteria is to determine which proposal(s) best meet the requirements and provide the best overall value to the Citv. A. Evaluation Criteria: Weights: • Respondent's Training, Staff Development, and Equipment List(Segment 1) 35 pts • Company Work Experience and Personnel (Segment 2) 35 pts • Cost Proposal (Segment 3) 30 pts Maximum Weight: 100 pts B. An evaluation committee will be established to evaluate the proposal. The committee will include employees of the City and may include other impartial individuals who are not City employees. The evaluation committee will determine if discussions and/or Best and Final Offers(BAFO) are necessary. Award of a contract may be made without discussions or BAFO, if in the best interest of the City. The evaluation committee may determine that discussions are necessary to clarify or verify a written proposal response. The City may, at its discretion, elect to have respondents provide oral presentations of their proposal. The City reserves the right to rescore an offer based on provided demonstrations. A request for a BAFO is at the sole discretion of the City and will be requested in writing. The evaluation committee will evaluate the finalists and make a recommendation for award. C. The City reserves the right to reject any or all proposals submitted, or to award to the respondent who in the City's opinion, offers the best value to the City. The City also reserves the right to cancel the RFP process and pursue alternate methods for providing the requirements. D. The City reserves the right to conduct studies and other investigations as necessary to evaluate any proposal. E. The City reserves the right to waive any minor technicality, irregularities, or informalities noted in the submission process. Submission of proposal confers no legal rights upon any Respondent. F. The City reserves the right to request further documentation or information and to discuss proposal response with any Respondent in order to answer questions or to clarify any aspects of the proposal. G. The City may develop a"short list"of qualified proposal and may determine that the Respondent(s) should submit a Best and Final Offer(BAFO). Each "short listed" Respondent will be given a reasonable opportunity for discussion and revision of their proposal. Page 13 of 14 Exhibit "A" City of Round Rock Heating, Air Conditioning, and Ventilation Repair and Installation Services RFP No. 23-019 Commodity Code: 910-36 APRIL 2023 5. AGREEMENT NEGOTIATIONS AND AWARD PROCESS: A. A proposal presented in response to this RFP is subject to negotiation concerning any issues deemed relevant by the City. The City reserves the right to negotiate any issue with any party. Any unsolicited communication by the Respondent to a City official, undesignated employee, or an evaluation team member evaluating or considering the offers may be grounds for disqualifying the offending Offeror from consideration of award. B. Submission of proposal indicates the Respondent's acceptance of the evaluation process and recognition that the City may make subjective judgments in evaluating the proposal to determine the best value for the City. C. If negotiations are successful, the City and Respondent may enter into an agreement. If negotiations are unsuccessful, the City may formally end negotiations with that Respondent. D. The City also reserves the right to reject any or all submittals, or to accept any submittal deemed most advantageous, or to waive any irregularities or informalities in the submittal received. E. An independent signed authorized Contract will be sent to the successful Respondent(s). Execution of a City of Round Rock contract is required prior to starting work and processing any payments to the awarded Respondent. 6. POST AWARD MEETING: The City and the Respondent may schedule a post award meeting to discuss, but not be limited to the following: A. The method to provide a smooth and orderly transition of services performed from the current Contractor. B. Provide City contact(s) information for implementation of the Agreement. C. Identify specific milestones, goals, and strategies to meet objectives. Page 14 of 14 Exhibit "A" ATTACHMENT A REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: RFP 23-019 RESPONDENT'S NAME: Mechanical & Process Systems DATE: 4/25/2023 Provide the name, address, telephone number and E-MAIL of at least three (3) valid Municipal, Government agencies or firms of comparable size that have utilized services that are similar in type and capacity within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. If references cannot be confirmed or if any negative responses are received it may result in the disqualification of submittal. 1. Company's Name Westminster Name of Contact Brent Austin Title of Contact Director of General Services E-Mail Address brentaustin@wmanor.com Present Address 4100 Jackson Ave City, State, Zip Code Austin TX 78731 Telephone Number ( 512 )454-4711 Fax Number: ( ) 2. Company's Name Miraval Resort&Spa Name of Contact Phil Sanders Title of Contact Facilities Maintenance Director E-Mail Address phil.sanders@miravalersorts.com Present Address 13500 FM 2769 City, State, Zip Code Austin TX 78726 Telephone Number ( 512 ) 255-8710 Fax Number: ( ) 3. Company's Name Austin Regional Clinic Name of Contact Perry Mouser Title of Contact Facilities Maintenance Manger E-Mail Address pgmouser@austinregionalclinic.com Present Address 6210 E.Highway 290 City, State, Zip Code Austin TX 78723 Telephone Number ( 512 ) 231-5539 Fax Number: ( ) FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. Exhibit "A" ATTACHMENT B SUBCONTRACTOR INFORMATION FORM COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: RFP 23-019 RESPONDENT'S NAME: Mechanical & Process Systems DATE: 4/25/2023 • CIRCLE ONE - NO, I WILL NOT USE SUBCONTRACTORS ON THIS CONTRACT NO YES, I INTEND TO USE SUBCONTRACTORS ON THIS CONTRACT YES If yes complete the information below 1. Subcontractor Name Blue-Tex Insulation Company Name of Contact Kristy Wheat E-Mail Address kristy@blue-texinsulation.com Address PO Box 153 City, State, Zip Code Manor Telephone Number ( 512 ) 848-0590 Fax Number: ( ) Describe work to be Pipe insulating performed Percentage of contract Less than 5 % work to be performed 2. Subcontractor Name Name of Contact Title of Contact E-Mail Address Address City, State, Zip Code Telephone Number ( ) Fax Number: ( ) Describe work to be performed Percentage of contract work to be performed • Add additional pages as needed Attachment C- Cost Proposal Sheet RFP 23-019 Heating, Air Conditioning, and Ventilation Repair and Installation Services The Respondent agrees that they are submitting a binding offer and are authorized to bind the respondent to fully comply with the solicitation documents contained in RFP 23-019 Heating, Air Conditioning, and Ventilation Repair and Installation Services. The Respondent acknowledges that they have received and read the entire solicitation packet, attachments, and all documents incorporated by reference, and agrees to be bound by the terms therein. An anticipated total contract award will be made by the City in an amount not to exceed $300,000 per year per selected vendor. Special Instructions: All prices must be quoted in order to be considered responsive, be advised that exceptions taken to any portion of the solicitation will jeopardize acceptance of the bid. Alternative bids will not be considered and unauthorized modifications to the bid sheet format will result in the rejection of the bid. The City reserves the right to purchase more or less than the quantities indicated below No. Description Sample Unit Unit Cost Total Annual Qty 1 Certified HVAC Technician 1000 Hour $90.00 $90,000.00 Hourly Labor Rate Certified HVAC Technician 2 Overtime Hourly Labor Rate. 50 Hour $105.00 $5,250.00 The overtime rate shall not exceed one and one half times the regular hourly rate. 3 HVAC Helper Regular 200 Hour $85.00 $17,000.00 Hourly Labor Rate HVAC Helper 4 Overtime Hourly Labor Rate. 50 Hour $100.00 $5,000.00 The overtime rate shall not exceed one and one half times the regular hourly rate. 5 Prices for parts and material shall be on a cost-plus basis. The $40,000 Percent 30% $52,000.00 .Percentage % if any, of markup will be: 6 Information Only: Percentage markup for rental equipment. Percent 20% Sample Annual Total: $169,250.00 1of1 Exhibit "A" ATTACHMENT D- PREVAILING WAGE 2016 ANNUAL TEXAS WORKFORCE COMMISSION WAGE RATES Construction and Extraction Occupations Hourly $12.32 First-Line Supervisors of Construction Trades and Extraction Workers Hourly $18.79 Brickmasons and Blockmasons Hourly $20.94 Carpenters Hourly $13.28 Floor Layers, Except Carpet,Wood,and Hard Tile Hourly $12.00 Tile and Marble Setters Hourly $12.20 Cement Masons and Concrete Finishers Hourly $12.92 Construction Laborers Hourly $10.81 Paving,Surfacing,&Tamping Equipment Operators Hourly $12.41 Pile-Driver Operators Hourly $14.65 Operating Engineers and Other Construction Equipment Hourly $13.80 Drywall and Ceiling Tile Installers Hourly $14.28 Electricians Hourly $15.80 Glaziers Hourly $13.08 Insulation Workers, Floor,Ceiling,and Wall Hourly $13.29 Insulation Workers, Mechanical Hourly $14.52 Painters,Construction and Maintenance Hourly $12.25 Pipelayers Hourly $13.19 Plumbers, Pipefitters, and Steamfitters Hourly $14.46 Reinforcing Iron and Rebar Workers Hourly $13.87 Roofers Hourly $12.38 Sheet Metal Workers Hourly $13.25 Structural Iron and Steel Workers Hourly $14.75 Helpers-Brickmasons, Blockmasons,Stonemasons,and Tile and Marble Hourly $12.36 Setters Helpers-Carpenters Hourly $8.17 Helpers-Electricians Hourly $8.78 Helpers-Pipelayers, Plumbers, Pipefitters, and Steamfitters Hourly $10.04 Helpers-Construction Trades,All Other Hourly $10.34 Construction and Building Inspectors Hourly $19.15 Fence Erectors Hourly $12.17 Hazardous Materials Removal Workers Hourly $12.98 Highway Maintenance Workers Hourly $13.44 Septic Tank Servicers and Sewer Pipe Cleaners Hourly $12.05 Construction and Related Works,All Others Hourly $13.34 Derrick Operators,Oil and Gas Hourly $10.38 Service Unit Operators,Oil,Gas and Mining Hourly $13.22 Earth Drillers, Except Oil and Gas Hourly $16.45 Rock Splitters,Quarry Hourly $10.65 Roustabouts,Oil and Gas Hourly $11.69 Installation, Maintenance,and Repair Occupations Hourly $12.59 First-Line Supervisors of Mechanics, Installers, and Repairers Hourly $19.61 1 Exhibit "A" ATTACHMENT D- PREVAILING WAGE 2016 ANNUAL TEXAS WORKFORCE COMMISSION WAGE RATES Computer,Automated Teller&Office Machinery Repairers Hourly $10.93 Radio Mechanics Hourly $14.11 Telecommunications Equipment Installers and Repair Hourly $15.62 Electric Motor, Power Tool,and Related Repairs Hourly $13.76 Electrical and Electronics Repairers,Commercial and Residential Hourly $16.12 Electrical and Electronic Repairers, Powerhouse Substation, and Relay Hourly $22.18 Electronic Equipment Installers and Repairers, Motor Vehicles Hourly $13.30 Security and Fire Alarm Systems Installers Hourly $17.79 Aircraft Mechanic and Service Technicians Hourly $21.97 Automotive Body and Related Repairs Hourly $15.89 Automotive Glass Installers and Repairers Hourly $14.29 Automotive Service Technicians and Mechanics Hourly $13.38 Bus&Truck Mechanics&Diesel Engine Specialists Hourly $15.61 Farm Equipment Mechanics Hourly $11.52 Mobile Heavy Equipment, Except Engines Hourly $14.84 Motorboat Mechanics Hourly $13.38 Motorcycle Mechanics Hourly $10.79 Outdoor Power Equipment&Other Small Engine Mechanics Hourly $10.31 Recreational Vehicle Service Technicians Hourly $12.75 Tire Repairers and Changers Hourly $10.45 Control and Valve Installers and Repairers, Except Mechanical Door Hourly $14.82 Heating,Air Conditioning and Refrigeration Mechanics and Installers Hourly $16.15 Home Appliance Hourly $13.04 Industrial Machinery Mechanics Hourly $15.74 Maintenance Workers, Machinery Hourly $15.31 Millwrights Hourly $15.79 Electrical Power-Line Installers and Repairers Hourly $15.94 Telecommunications Line Installers and Repairers Hourly $13.68 Medical Equipment Repairers Hourly $19.05 Precision Instrument Repairers,Other Hourly $14.40 Maintenance and Repair Workers,General Hourly $11.42 Coin,Vending,and Amusement Machine Servicers and Repairers Hourly $10.00 Locksmiths and Safe Repairers Hourly $12.93 Helpers-Installation, Maintenance, and Repair Workers Hourly $8.30 Installation,Maintenance&Repair Workers, Other Hourly $10.61 Production Occupations Hourly $10.43 First Line Supervisors of Production and Operating Workers Hourly $19.08 Electrical and Electronic Equipment Assemblers Hourly $11.81 Electromechanical Equipment Assemblers Hourly $15.04 Structural Metal Fabricators and Fitters Hourly $14.88 Team Assemblers Hourly $9.19 Timing Device Assemblers,Adjusters&Calibrators Hourly $16.33 2 Exhibit "A" ATTACHMENT D- PREVAILING WAGE 2016 ANNUAL TEXAS WORKFORCE COMMISSION WAGE RATES Assemblies and Fabricators,All Other Hourly $10.10 Computer Controlled Machine Tool operators, Metal and Plastic Hourly $12.70 Numerical Tool and Process Control Programmers Hourly $20.26 Extruding and Drawing Machine Setters Hourly $12.14 Cutting, Punching,and Press Machine Setters,Operators Hourly $10.91 Grinding, Lapping, Polishing and Buffing Machine Hourly $10.58 Lathe and Turning Machine Tool Setters,Operators Hourly $13.47 Machinists Hourly $14.96 3 Exhibit "A" Unit Type Manufacturer Model# Serial Number Year Manufacturered AHU-1 CARRIER FB4CNP060 4116A82899 N/A AHU-2 MITSUBUSHI MSY-GL24NA 6003194T N/A AHU-3 MITSUBISHI MSY-GL24NA 6002385 T N/A CU-1 CARRIER 24ACC448A300 3416E25096 N/A CU-2 MITSUBISHI MUY-GL24NA 6000482 T N/A CU-3 MITSUBISHI MUY-GL24NA 5003195 T N/A EF-2 GREEN HECK 66-141-5-X 14684663 N/A RTU-1 CARRIER 50HC-AO6A2A6AOB2C0 2916C82682 N/A RTU-2 CARRIER 50HC-A04A2A6AOB2CO 2916C82529 N/A RTU-3 CARRIER 50HC-DO8A2A6AOB2C0 2916P98874 N/A RTU-4 CARRIER 50HC-DO8A2A6AOB2C0 2916P98873 N/A Exhibit "A" Unit Type Manufacturer Model # Serial Number Year Manufacturered AHU-1 LENNOX CB29M-65-1P 5B03E 73536 N/A AHU-2 CARRIER FB4CNP024 2515A72982 06/2015 AHU-3 LENNOX CB30M-21/26-2P 5803/44393 N/A AHU-4 LENNOX CB29M-41-2P 5803J 58154 N/A AHU-5 LENNOX CB29M-41-2P 5803J 49877 N/A AHU-6 LENNOX CB29M-51-2P 5803J 08340 N/A AHU-7 CARRIER FB4CNP060 0720F09981 03/2020 CU-1 LENNOX 25HP13LC160T-2 1613G00251 N/A CU-2 CARRIER 24ACC424A300 3515E15071 06/2015 CU-3 LENNOX 12HPB24-98 5803/90203 N/A CU-4 LENNOX 12HPB30-10P 58031<18256 N/A CU-5 PAYNE PA13NR036-L 4014E09427 N/A CU-6 PAYNE PA13PR048-J 3514X63551 N/A CU-7 CARRIER 25HCE460A500 3319E30463 03/2020 Exhibit "A" Unit Type Manufacturer Model# Serial Number Year Manufacturered BARD UNIT BARD W36A2-A10 3091133037056-02 N/A MINI SPLIT CARRIER 38MARBQ18AA301-- 1221V28031 N/A Exhibit "A" Unit Type Manufacturer Model# Serial Number Year Manufacturered AHU-1 LENNOX CBX27UH-060-230-6-04 1617G15167 N/A AHU-2 LENNOX CBX27UH-036-230-03 1617A15662 N/A AHU-3(COMM) GOODMAN ARUF486016AB 0705321312 N/A AHU-4(COMM) GOODMAN ARUF486016AB 0708732793 N/A CU-1 LENNOX 14ACX-059-230-05 1917G08227 N/A CU-2 LENNOX 14ACXS036-230A20 1917G48315 N/A CU-3(COMM) GOODMAN GSC130481AF 0710038915 N/A CU-4(COMM) GOODMAN GSC130481AF 0710038916 N/A Exhibit "A" Unit Type Manufacturer Model# Serial Number Year Manufacturered STREETS AUH1 CARRIER 2415E1964 24ABB360A520 OUTSIDE CARRIER 3714A17805 58CAMTA1101622 INSIDE AUH2 LENNOX 6397L021710 80MGF4/5-120A TRANE 9402TRNAF 2TTA3048A3000AA AUH3 TRANE 1229030YUYA TTA073D300AA 120812KNBA TWE090D300AA AHU4 CARRIER 2216E16837 24ABB360A520 3714A17807 58STA1191622 AHUS CARRIER 3514E20348 24A10360A526 2316A18572 58STA1101622 Exhibit "A" Unit Type Manufacturer Model # Serial Number Year Manufacturered AHU-1 LENNOX CB26UH-048-230-1 N/A AHU-2 CARRIER FBC4NP024 4215A70272 10/2015 AHU-3 CARRIER FBCNP042 0615A838362 02/2015 AHU-4 CARRIER FB4CNP030 3115A69044 07/2015 CU-1 LENNOX 13ACD-048-230-1 5806E05576 N/A CU-2 CARRIER 24ABC624A300 4115E04517 10/2015 CU-3 CARRIER 24ABC636A300 0415E10359 02/2015 CU-4 CARRIER 24ABC630A300 0316E18847 07/2015 Exhibit "A" Unit Type Manufacturer Model # Serial Number Year Manufacturered GCU-1.1 CARRIER 38MARBQ36AA3 2421V16994 N/A GCU-1.2 CARRIER 38MARBQ36AA3 2421V16909 N/A GCU-2.1 CARRIER 38MARBQ36AA3 2421V16963 N/A GCU-2.2 CARRIER 38MARBQ36AA3 2421V16962 N/A GCU-3.1 CARRIER 38MARBQ36AA3 2421V16958 N/A GCU-3.2 CARRIER 38MARBQ36AA3 2421V16961 N/A GCU-3.3 CARRIER 38MARBQ36AA3 2421V16682 N/A GCU-4.1 CARRIER 38MARBQ36AA3 2421V16959 N/A GCU-4.2 CARRIER 38MARBQ36AA3 2421V16996 N/A RAHU-1 CARRIER 39MW40W028S7567XCE 02221-141763 01/2022 RAHU-2 CARRIER 39MW30W028S7615XCE 5021U38209 12/2021 RAHU-3 CARRIER 39MW30W028S7615XCE 5021U38268 12/2021 MSCU-2.1 CARRIER 38MARBQ36AA3 2421V16952 N/A MSCU-2.2 CARRIER 38MARBQ36AA3 2421V16960 N/A MSCU-2.3 CARRIER 38MARBQ18AA3 2421V27922 N/A MSCU-3.1 CARRIER 38MARBQ36AA3 2421V16956 N/A MSCU-3.2 CARRIER 38MARBQ36AA3 2421V16955 N/A CWCP CARRIER 30XVB1806M40164C2 4121Q97870 N/A EF-1.1 PENNBARRY DX18V L21AM20959 N/A EF-2.1 PENNBARRY DX16R L21AM17365 N/A EF-3.1 PENNBARRY DX16R L21AM17366 N/A EF-2.2 PENNBARRY DX10R L152741 N/A MSCU-1.1 CARRIER 38MARBQ36AA3 2421V16957 N/A MSCU-1.2 CARRIER 38MARBQ36AA3 2421V16953 N/A MSCU-1.3 CARRIER 38MARBQ36AA3 2421V16954 N/A897078 Exhibit "A" Unit Type Manufacturer Model# Serial Number Year Manufacturered AHU-1 TRANE 3 TON N/A 07/2008 AHU-2 RHEEM RAFZ-018JAS 2761-F168-2865 04/1983 AHU-3 RHEEM RAFZ-018JAS 2761-F168-2864 04/1983 CU-1 TRANE 2TTB3060A1000AA 82948PF4F 07/2008 CU-2 RHEEM REAB 1010 B 2761 F1683 2865 04/1983 CU-3 RHEEM REAB 1010 B 2761 F1683 2864 04/1983 HHAHU-1 TRANE 4TEC3F36B1000AA 112140FBAV 05/2011 HHAHU-2 TRANE 4TEC3F36B1000AA 112140FMAV 05/2011 HHCU-1 TRANE 2TWB3036-SF-1 940400749 05/2011 HHCU-2 TRANE 2TWB3036-SF-1 940400748 05/2011 Exhibit "A" Unit Type Manufacturer Model# Serial Number Year Manufacturered AHU-1 LENNOX CBA25UH-048-230-01 1521M39375 N/A AHU-2 LENNOX CBA25UH-048-230-01 1521M48546 N/A AHU-3 LENNOX CBA25UH-048-230-01 1521M39381 N/A AHU-4 LENNOX CBA25UH-048-230-01 1521M39372 N/A AHU-5 LENNOX CBA25UHV-024-230A02 1521M46817 N/A CU-1 LENNOX ML14XC1-048-230A06 1921M51522 N/A CU-2 LENNOX ML14XC1-048-230A06 1921M51515 N/A CU-3 LENNOX ML14XC1-048-230A06 1921M1532 N/A CU-4 LENNOX ML14XC1-048-230A06 1921M51554 N/A CU-5 LENNOX ML14XC1-5024-230A05 1921/64915 N/A Exhibit "A" Unit Type Manufacturer Model # Serial Number Year Manufacturered AHU-1 CARRIER FV4CNB006 4913A82487 N/A AHU-2 CARRIER FV4CNB006 3013A81840 N/A CU-1 CARRIER 25HCB66OA320 4513E17331 N/A CU-2 CARRIER 25HCB66OA320 3313E16057 N/A MSCU-1 MITSUBISHI MUZ-GE12NA2 4000585 T N/A MSCU-2 MITSUBISHI MUZ-GE12NA2 4000583 T N/A Exhibit "A" Unit Type Manufacturer Model # Serial Number Year Manufacturered RTU-1 CARRIER 48LCSA05A2M6A1E3AO 2117C88504 N/A RTU-2 CARRIER 48LCSA04A2M6A1E3AO 2117C88569 N/A RTU-3 CARRIER 48LCSA06A2M6A1E3AO 2117C88506 N/A RTU-4 CARRIER 48LCSA12A2M6AlE3AO 2217P13492 N/A RTU-5 CARRIER 48LCSA07A2M6AlE3AO 2117P94896 N/A RTU-6 CARRIER 48LCSA12A2M6AlE3AO 2217P13494 N/A RTU-7 CARRIER 48LCSA07A2M6AlE3AO 2117P94895 N/A RTU-8 CARRIER 48LCSA07A2M6AlE3AO 2117P94897 N/A RTU-9 CARRIER 48LCSA08A2M6AlE3AO 2117P13292 N/A RTU-10 CARRIER 48LCSA08A2M6AlE3AO 2117P13293 N/A RTU-11 CARRIER 48LCSA04A2M6AlE3AO 2117C88570 N/A RTU-12 CARRIER 48LCSA04A2M6AlE3AO 2117C88568 N/A RTU-13 CARRIER 48LCSA06A2M6A1E3AO 2117C88505 N/A RTU-14 CARRIER 48LCSA05A2M6A1E3AO 2117C88503 N/A MAU-3 VALENT VPR-210-20C-201-C-ODX 15023171 07/2017 MAU-4 VALENT VPR-210-20C-201-C-ODX 15023146 07/2017 HP-Bl MITSUBISHI N/A HP-62 MITSUBISHI N/A Exhibit "A" Unit Type Manufacturer Model # Serial Number Year Manufacturered AHU-1 TRANE GAM2AOA24521SBA 131735DOAV 07/2014 CU-1 TRANE 4TWR3024D1000AA 14104PG44F 07/2014 MSAHU-1 MITSUBISHI MSY-D30NA 9000637 N/A MSCU-1 MISTUBISHI MUY-D30NA 0000 450 T N/A HEATER TPI CORP F2F5105N 60721-021 N/A Exhibit "A" Unit Type Manufacturer Model# Serial Number Year Manufacturered RTU-1.1 CARRIER 50A3BO30MZQ611GB 4511U48914 N/A RTU-2.1 CARRIER 50A3BO20MXQ611GB 4511048905 N/A RTU-3.1 CARRIER 50A3BO25MXQ611GB 4511048909 N/A CRTU-1 CARRIER 50HC-D17A2M6A1FOAO 4511048839 N/A CRTU-2 CARRIER 50HC-D17A2M6A1FOA0 4511U48840 N/A Exhibit "A" Unit Type Manufacturer Model # Serial Number Year Manufacturered RTU-1 CARRIER 50A313027AEG01934 4109U22098 N/A RTU-2 CARRIER 50A36027AEG01934 4109U22096 N/A MSCU-1 MITSUBISHI PUY-A18NHA2 82U02787B N/A MSCU-2 MITSUBISHI PUY-A18NHA2 82U02788B N/A EF-16 CORR COOK 210-ACE-210066-50 287SC78409-00/0000701 09/2009 Exhibit "A" Unit Type Manufacturer Model# Serial Number Year Manufacturered RTU-1 CARRIER 50A3GO3O-1G62AFN 1416047228 N/A RTU-2 CARRIER 50A3GO27-1G62AFN 1416047226 N/A RTU-3 CARRIER 50HCBE11A1M6A6F3M0 1216P93367 N/A RTU-4 CARRIER 50HCBE09A2M6A6F3M0 1216P93357 N/A RTU-5 CARRIER 50A3GO27-1G62AFN 1416U47227 N/A MSAH MITSUBISHI PKA-A24KA4 2ZM03707 N/A MSCU MITSUBISHI PUY-A24NH4A 211.11042113 N/A EF-1 GREENHECK 6-095-D6EX-QD 02623386 N/A EF-2 GREENHECK 6-095-D6EX-QD 02623385 N/A EF-3 GREENHECK 6-085-D6EX-QD 02818785 N/A EF-4 GREENHECK 6-065-D6EX-QD 02HO9804 N/A EF-5 GREENHECK 6-065-D6EX-QD 02HO9805 N/A Exhibit "A" Unit Type Manufacturer Model# Serial Number Year Manufacturered MSCU-1 MITSUBISHI MUZ-WR12NA 29C32227 N/A MSAHU-1 MITSUBISHI MSZ-WR12NA 2YE09547 N/A RTU-1 CARRIER 48TCDD16E2M6A1FOAO 0217P10323 N/A RTU-2 CARRIER 48HCDG09A2M6ADW3JO 1419P93767 N/A RTU-3 CARRIER 48GCDP04A2M6A3W3CO 1319C89611 N/A RTU-4 CARRIER 50P3-090637754VFQ 2019U49382 N/A Exhibit "A" Unit Type Manufacturer Model # Serial Number Year Manufacturered FCU-1(CON) MITSUBISHI PKFY-P12NHMU-E2 32A05374B N/A FCU-2(CON) MITSUBISHI PKFY-P12NHMU-E2 32A05629B N/A FCU-3(CON) MITSUBISHI PKFY-P12NHMU-E2 32A05635B N/A FCU-4(CON) MITSUBISHI PKFY-P24NKMU-E2 49M 01282 N/A FCU-5(CON) MITSUBISHI PKFY-P24NKMU-E2 49M 01275 N/A HP-1(CON) MITSUBISHI PUMY-P36NHMU 4YU02473A N/A HP-2(CON) MITSUBISHI PUMY-P48NHMU 4YU03511A N/A MS AC-1 DAIKIN N/A MS AC-2 DAIKIN FTXS15LVJU E004728 N/A MS AC-3 DAIKIN FTXS36LVJU E001574 N/A MS AC-4 DAIKIN FTXS24LVJU E003035 NA MS AC-5 DAIKIN FTXS15LVJU E004790 N/A MS CU-1 DAIKIN RZQ30PVJU9 E000308 N/A MS CU-2 DAIKIN RXS15LVJU E002255 N/A MS CU-3 DAIKIN RXS36LVJU E000952 N/A MS CU-4 DAIKIN RXS24LVJU E002753 N/A MS CU-5 DAIKIN RXS15LVJU E002253 HRU-1 DAIKIN REMQ120PBYD A 01914 07/2012 HRU-1A DAIKIN REMQ120PBYD A 01915 07/2012 HRU-16 DAIKIN REMQ96PBYD A 01916 03/2013 HRU-2 DAIKIN REYQ120PBYD A 0001119 04/2012 HRU-2A DAIKIN REYQ120PBYD A 0001120 04/2012 HRU-3 DAIKIN REMQ96PBYD A 0000891 04/2012 HRU-3A DAIKIN REMQ96PBYD A 0000894 04/2012 HRU-36 DAIKIN REMQ96PBYD A 0000914 04/2012 HRU-3C DAIKIN REMQ96PBYD A 0000906 05/2012 Exhibit "A" Unit Type Manufacturer Model # Serial Number Year Manufacturered HSP(10-11)RTU CARRIER 4909G30026 50PG-MO7-A-60--- 4909G30027 -- 4909G30027 50PG-MO7-A-60--- HSP(7-9) RTU CARRIER 5009G50512 50TC-D12A2G6AOAOAO 5009G50503 50TC-D12A2G6AOAOAO CHLORINE BUILDING BARD WALLPACK WL187-AOZEPXX3J PHASE 3 TRANE PH1 OUTSIDE 8244RGL4F 2TWB303OA1000AA INSIDE ENES362530 N4AHD14A46A HP-2 CARRIER 1217X79431 25HHA448A600 2017A83777 FB4CNP048 C/U 3 CARRIER 1817E37965 24ABB36OA620 4916A89075 FB4CNP060 ACCU-4 CARRIER 0520EO3705 24ABB36OA0062011 2918FO5409 FB4CNP060 HP2-A(2NDFLOOR)CARRIER 1021E21504 25HCE46OA600 3012U33169 40RUAAOSA2A6AOAOAO HP-5(FIRSTFLOOR) CARRIER 3921X85556 CA16NA024-A 2522F33439 FBACNP024 2ND FLOOR OUTSIDE RTU1 CARRIER 3714C71126 50TC-AO4A2A6AOAOAO RTU2 CARRIER 1912C93500 38AUZA08AOA6AOAOAO ENVIRONMENTAL LAB LENNOX 580OC29828 HP29-036-1Y 580OD34486 CB29M-41-1P RHEEM 7621M160714893 RPPC-060JAZ M430703542 RHLA-HM6024JA PHASE 5 Exhibit "A" CU-A-1 CARRIER 2103F33189 38AKS014---621-- 1301F71994 40R M-014--B610GC CU-A-2 DAIKIN OUTSIDE 2207008349 DX13SA0604AE INSIDE 2207320051 ASPT611)14AD AC-A-3 TRANE 92948764F 2TTA3060A4000AA CARRIER 3603A72843 FK4DNB006 AC-A-4 CARRIER 2403E46518 38CKC048660 3603A72845 FK4DNB006 AC-A-5 AMERICAN STANDARD 203363N UAF 4A7A40241-100013A 17166NQF3V TEM8AOB24V21DAA PUMP STATHON CARRIER RTU1 4214C73269 50TC-A06A2A3AOAOAO RTU2 4214C73260 50TC-A06A2A3AOAOAO MAINTENANCE S CARRIER 5010E14078 24APA760A310 1911A88463 FV4CNB006 HSP CU-2 CARRIER 1310E21487 24ABB330A310 AHU 5009A69069 FY4ANF030 CU-1 CARRIER 1310E21541 24ABB3308310 AHU 1709A68223 FY4ANF030 CU-3 CARRIER 1310E21481 24ABB3308310 1709A68234 FY4ANF030 UTILITY SUPPORT AHU CARRIER 0202G50754 50GX-042---301AD RHEEM TM210413538 RBHC-17J11SHD N/A N/A ELECTRICAL ROOM(NEW) HVAC-1 BARD WALLPACK 334A203729310-02 W48AC-C09XPAXXJ HVAC-2 BARD WALLPACK 334A203729339-02 W48AC-C09XPAXXJ HVAC-3 BARD WALLPACK 334A203729340-02 W48AC-C09XPAXXJ Exhibit "A" Unit Type Manufacturer Model# Serial Number Year Manufacturered RTU-1 CARRIER 48FCDA05A2A5AOAOAO 2819C75262 N/A RTU-2 CARRIER 48HCDA0502N5AOK300 1811G10275 N/A RTU-3 CARRIER 48HCDA06D2M 5AOK3C0 1811610270 N/A AHU-1 CARRIER FB4CNP060 3618F52429 09/2018 AHU-2 TRANE TWE048P130AO L353UO5V 08/1996 AHU-3 CARRIER TWG036A140B1 5431W886V 10/2005 CU-1 PAYNE PH14NB060-A 2818X446840 07/2018 CU-2 TRANE 2TWB3036A1000AA 7372S3C4F 09/2007 CU-3 AMERISTAR 2A7B0036A1000AA 5422MX23F 10/2005 WU-1 FRIDGEDAIRE FFRA05111119 KK61809781 N/A WU-2 ARTIC KING WWKK08CR71N 2402740850166290203249 12/2016 GH-1 REZNOR UDAP-100 BQA3062007421 02/2017 GH-2 REZNOR UDAP-100 BQA3062007459 02/2017 GH-3 REZNOR UDAP-100 BQA3062007426 02/2017 GH-4 REZNOR UDAP-100 BQA3062007372 02/2017 EF-1 MAGNAGRIP CF363-7.5 2101974 N/A EF-2 CENTRIMASTER PR100-6 ZFD396201 N/A Exhibit "A" Unit Type Manufacturer Model # Serial Number Year Manufacturered AHU-1 TRANE TUD2C080B9V4VBB 20271HNHGG N/A AHU-2 TRANE TUD2C080B9V4VBB 20323NFCGG N/A AHU-3 TRANE TUD2B060A9V3VBB 20345MC7GG N/A CU-1 TRANE 4TTR4048L1000AA 203318CG3F N/A CU-2 TRANE 4TTR4048L1000AA 203318GE3F N/A CU-3 TRANE 4TTR4036L1000AA 20336UU33F N/A GHU-1 REZNOR UDAS30 BFG79X7N03156X N/A GHU-2 REZNOR UDAS45 BFE79X7N94435X N/A GHU-3 REZNOR UDAS45 BFE79X7N94752X N/A GHU-4 REZNOR UDAS45 BFE79X7N94439X N/A AH-1 AIRHAWK 3000-XL 062231 N/A AH-2 AIRHAWK 3000-XL 062232 N/A Exhibit "A" Unit Type Manufacturer Model # Serial Number Year Manufacturered AHU-1 TRANE 59V2B0404D3PSBBA 18501XLT3G N/A AHU-2 TRANE 59V2B0404D3PSBBA 18371YR33G N/A AHU-3 TRANE 59V2B060U4PSBBA 19364XTU3G N/A AHU-4 TRANE 59V2CO8OU5PSBBA 19262K3A3G N/A CU-1 TRANE 4TTR6030J100AB 19474H5A5F N/A CU-2 TRANE 4TTR6030J100AB 194730J25F N/A CU-3 TRANE 4TTR6030J100AB 19383XOX5F N/A CU-4 TRANE 4TTR7060A1000BB 19472HX42F N/A MSU-1 MITSUBISHI PUZ-A36NKA7 96U099100 N/A MSU-2 MITSUBISHI PUY-Al2NKA7 95U15109C N/A GHU-1 REZNOR UDAS-125 BSL3062097828 N/A GHU-2 REZNOR UDAS-125 BSL3062097830 N/A GHU-3 REZNOR UDAS-125 BSK306209037 N/A GHU-4 REZNOR UDAS-125 BSK306209529 BAY EXHAUST BALDOR RELIANCE EM3663T F2003261149 N/A EF-1 GREENHECK GRSR-8 16798069 N/A EF-2 GREENHECK GRSR-8 16798071 EF-3 GREENHECK GRSR-8 16798074 N/A EF-4 GREENHECK GRSR-8 16798075 N/A EF-5 GREENHECK GRSR-8 16798076 N/A EF-6 GREENHECK GRSR-8 16798078 N/A EF-7 GREENHECK GRSR-8 16798077 N/A EF-8 GREENHECK GRSI-12 16798079 EF-9 GREENHECK CUE-090-V6-X 16798065 N/A KEF-1 CAPTIVAIRE 3673953 DU50HFA 05/2020 KEF-2 CAPTIVAIRE 3673953 Al-G10 05/2020 Exhibit "A" Unit Type Manufacturer Model# Serial Number Year Manufacturered AHU-1 CARRIER 59TN6A060V171114 1816A46410 N/A AHU-2 CARRIER 59TN6A060V171114 1816A64370 N/A AHU-3 CARRIER 59TN6A060V171114 2216A46421 N/A AHU-4 CARRIER 59TN6A100V211122 2416A46789 N/A CU-1 CARRIER 24ANB124A310 2916E09735 N/A CU-2 CARRIER 24ANB124A310 2916E09736 N/A CU-3 CARRIER 24ANB136A310 2916E07242 N/A CU-4 CARRIER 24ANB160A310 2916E06680 N/A MS AHU-1 MITSUBISHI PUZ-A36NHA6 5YU01505A N/A MS AHU-2 MITSUBISHI PUY-Al2NHA6 52U07127B N/A GHU-1 REZNOR UDAS-125 BDG3062215521 N/A GHU-2 REZNOR UDAS-125 BPG3062215522 N/A GHU-3 REZNOR UDAS-125 BPG3062215519 N/A GHU-4 REZNOR USDA-125 BPG3062215520 N/A AH-1 AIRHAWK 3000-XL 062410 N/A AH-2 AIRHAWK 3000-XL 062409 N/A AH-3 AIRHAWK 3000-XL 062412 N/A AH-4 AIRHAWK 3000-XL 062411 N/A Exhibit "A" Unit Type Manufacturer Model # Serial Number Year Manufacturered AHU-1 CARRIER FB4CNP048LOOABAA 3114A87913 N/A AHU-2 CARRIER FB4CNP060LOOAEAA 4614A82593 N/A CU-1 CARRIER 25HCD348A310 1814E25905 N/A CU-2 CARRIER 25HCD360A300 4114E15941 N/A EF-1 LEESON N213T34FB44B 0212 N/A IH-1 SUN-MITE 223-60-THSS-208 224 N/A IH-2 SUN-MITE 223-60-THSS-208 225 N/A IH-3 SUN-MITE 223-60-THSS-208 226 N/A IH-4 SUN-MITE 223-60-THSS-208 227 N/A IH-5 SUN-MITE 223-60-THSS-208 228 N/A IH-6 SUN-MITE 223-60-THSS-208 229 N/A IH-7 SUN-MITE 223-60-THSS-208 230 N/A AH-1 AIR HAWK 3000-XL 062343 N/A AH-2 AIR HAWK 3000-XL 062344 N/A AH-3 AIR HAWK 3000-XL 062345 N/A AH-4 AIR HAWK 3000-XL 062346 N/A Exhibit "A" Unit Type Manufacturer Model # Serial Number Year Manufacturered MAU CARRIER 62XA08-BMT-AFA-ZZ 0219V02384 2019 EF-1 GREENHECK 5-121-6-X 04121056 N/A EF-2 GREENHECK 5-085-6-X 04121045 N/A GH-1 LENNOX LF24-2005-6 56004671823 N/A GH-2 LENNOX LF24-2005-6 56004671812 N/A GH-3 LENNOX LF24-2005-6 560041371811 N/A GH-4 LENNOX LF24-20056 560041371821 N/A AH-1 AIR HAWK 3000-XL 062351 N/A AH-2 AIR HAWK 3000-XL 062349 N/A AH-3 AIR HAWK 3000-XL 062348 N/A AH-4 AIR HAWK 3000-XL 062350 N/A AH-5 AIR HAWK 3000-XL 062347 N/A AH-6 AIR HAWK 3000-XL 062352 N/A RTU-1 CARRIER 48KCDA05A2A5AOAOAO 3918C87510 N/A RTU-2 CARRIER 48TCDA07A2A5A6UOG0 4118C88336 N/A RTU-3 CARRIER 48KCDA05A2A5AOAOAO 3918C87511 N/A RTU-4 CARRIER 48KCDA05A2A5AOAOAO 3718C60324 N/A Exhibit "A" Unit Type Manufacturer Model# Serial Number Year Manufacturered AHU-1 ARMSTRONG AIR A95UH1E070B12S-05 5918K04589 11/2020 AHU-2 ARMSTRONG AIR A95UH1E110C20S-07 5921C07204 11/2020 AHU-3 ARMSTRONG AIR A95UH1E110C20S-07 59211313532 11/2020 CU-1 AMERICAN STANDARD 4A7C4060A3000AA 2138146651' 11/2020 CU-2 AMERICAN STANDARD 4A7C4048A3000AA 2047253A3F 11/2020 CU-3 AMERICAN STANDARD 4A7C4036A3000AA 21274RFK3F 11/2020 GUH-1 LENNOX LF24-200A-6 5606C12188 N/A GUH-2 LENNOX LF24-200A-6 5607A05161 N/A AH-1 AIRHAWK 3000-XL 062232 07/2014 AH-2 AIRHAWK 3000-XL 062233 07/2014 AH-3 AIRHAWK 3000-XL 062234 07/2014 EF-1 GREENHECK SEI-18-436-C4 07604923 N/A Exhibit "A" Unit Type Manufacturer Model# Serial Number Year Manufacturered AHU-1 CARRIER 59TN6A060V171114 1816A46418 N/A AHU-2 CARRIER 59TN6A060V171114 1816A46412 N/A AHU-3 CARRIER 59TN6A060V171114 1816A46425 N/A AHU-4 CARRIER 59TN6A100V211122 0416A45101 N/A CU-1 CARRIER 24ANB124A310 1816E19166 N/A CU-2 CARRIER 24ANB124A310 2916E09714 N/A CU-3 CARRIER 24ANB136A310 2916E07247 N/A CU-4 CARRIER 24ANB160A310 2916E06682 N/A MSU-1 MITSUBISHI PUZ-A36NHA6 5YU01506A N/A MSU-2 MITSUBISHI PUY-Al2NHA6 52U07128B N/A GHU-1 REZNOR UDSA-125 BPG3062215517 N/A GHU-2 REZNOR UDSA-125 BPG3062215515 N/A GHU-3 REZNOR UDSA-125 BPG3062215516 GHU-4 REZNOR UDSA-125 BPG3062215518 N/A AH-1 AIRHAWK 3000-XL 062413 N/A AH-2 AIRHAWK 3000-XL 062416 N/A AH-3 AIRHAWK 3000-XL 062414 N/A AH-4 AIRHAWK 3000-XL 062415 N/A KEF-1 CAPTIVEAIRE 2369983 DU50HFA 08/2016 KEF-2 CAPTIVEAIRE 2369983 Al-G10 08/2016 EF-1 GREENHECK CUE-161-V6-20 14597226 N/A EF-2 GREENHECK CUE-161-V6-20 14597227 N/A EF-3 GREENHECK GRSR-8 14594249 N/A EF-4 GREENHECK GRSR-8 14594245 N/A EF-5 GREENHECK GRSR-8 14594226 N/A EF-6 GREENHECK GRSR-8 14594248 N/A EF-7 GREENHECK GRSR-8 14594244 N/A EF-8 GREENHECK GRSR-8 14594247 N/A EF-9 GREENHECK CUE-090-V6-6 14597228 N/A Exhibit "A" Unit Type Manufacturer Model # Serial Number Year Manufacturered AHU-1 CARRIER FB4CNP024 0617A69179 02/2017 AHU-2 CARRIER FB4CNP060 1217A88383 03/2017 CU-1 CARRIER 24ACC424A300 1617E27632 02/2017 CU-2 CARRIER 24ACC460A300 1717E05022 03/2017 MSAHU MITSUBISHI PKA-Al2HA7 6XA00045A N/A MSCU MITSUBISHI PUY-Al2NKA7 6Y000576A N/A EF-1 MAGNEGRIP CF361-2 2105571-2 N/A GHU-1 DAYTON 2YU69 4104-2538-111 N/A GHU-2 TPI CORP. HF1B5105N 60721-024 N/A Exhibit "A" Unit Type Manufacturer Model# Serial Number Year Manufacturered AHU-1 CARRIER 58STA110---14122 1711A17685 N/A AHU-2 CARRIER 58STA070---14112 211A15760 N/A CU-1 CARRIER 24ABB36OA320 0211EO4316 N/A CU-2 CARRIER 24ABB336A310 1411E19569 N/A Exhibit "A" Unit Type Manufacturer Model # Serial Number Year Manufacturered AHU-1 DAIKIN AMST48CU1400AA 2301187995 N/A AHU-2 CARRIER FB4CNP048 27171`12403 N/A CU-1 DAIKIN DZ4SEA4810AA 2301093705 N/A CU-2 CARRIER 24ABB348A510 2917E11145 N/A Exhibit "A" Unit Type Manufacturer Model# Serial Number Year Manufacturered CWCP CARRIER 30RAP1306JBOP3J4 4018Q88336 N/A RTU-1 CARRIER 39MW30W02PH326XCE 4718U38809 N/A RTU-2 CARRIER 39MW17W026ZQM22XCE 1620U38353 N/A RTU-3 CARRIER 39WM03W025PH522XCE 4718U38846 N/A CRKU-3 COMPU-AIRE CKA-534111 9858CK1812-0227 03/2019 CRKU-4 COMPU-AIRE CKA-534111 9858CK1812-0228 03/2019 CRKCU-3 COMPU-AIRE ACC-834 9858CK1812-0227 03/2019 CRKCU-4 COMPU-AIRE ACC-834 9858CK1812-0228 03/2019 M5CU-1 CARRIER 38MAQB12R--301-- 5218V18733 N/A MSCU-2 CARRIER 38MAQB12R--301-- 0319V21977 N/A MSCU-3 CARRIER 38MAQB24R--301-- 4318V15477 N/A EF-9 CORR COOK 1200513 287SH75129-00/0000701 10/2018 EF-10 CORR COOK 150 ACE 15005B 287SH75129-00/0002101 10/2018 Exhibit "A" Unit Type Manufacturer Model# Serial Number Year Manufacturered AHU-1 CARRIER FE4ANF002 2518FO6759 06/2018 AHU-2 CARRIER FE4ANF002 2218FO7155 05/2018 AHU-3 AMERICAN STANDARD TEM4AOC42S41SBA 194618C63V 11/2019 CU-1 CARRIER 24VNA924B300 2618EO7009 06/2018 CU-2 CARRIER 24VNA924B300 2618EO6974 05/2018 CU-3 AMERICAN STANDARD 4A7A4024L1000AA 200314D43F 01/2020 Exhibit "A" Unit Type Manufacturer Model# Serial Number Year Manufacturered RTU 4A York ZQ05E4Bll9B1All2A3 N2B2093561 RTU 9A York ZR078Ml8R4HlPCAlAl N2C2211891 RTU 5A York ZXEA7A4B1AB4All2A2 N2C116237 RTU 6A York ZR102N18R4A1PCAlA1 N2C2211878 RTUlA York ZR078Nl8R4HlPCAlAl N2C2211892 RYU2A York ZR061N12B4AlPCAlA2 N2C2211890 RTU3A York ZR0617Nl2B4HlBCAlA2' N2C2149578 RTU12A York ZQE04A4B1AB1All2A3 N2B2086063 RTU7A York ZXG08E4B3AB4All2A3 N2C2116217 RTU8A York ZXGA7F4B1AB4All2A2 N2C2165325 RTU10A York ZXGA7F4B1AB4All2A2 N2C2165325 mualA York 1ROA24OC4B4DAC20 M 3 N210910601001 RTU2D York ZXG08E4B3AB4All2A3 N2C2116218 RTU1D York ZR090N18R4HlPCAlAl N2C2211888 RTU3D York ZQG05E4B1All2A3 N2B2093560 M UAlE York VROA24OC4B4DAC2OM 3 N210910601002 RTU5B York ZR150N24R4HlPCA1Al N2C2211877 RTU4C York ZR06lNl2B4AlBCAlA2 N2C2149577 RTU3B York ZQG05EAB1AB4All2A3 NN2165327 RTU15 York AD18N3CV4C1CPB4SA1 N2B2027536 RYU1B York ZQG06E4B1AB4A1121A4 N2C2116232 RTU4B York ZR0617112B4HlPCAlA2 N2C2211885 RTU11A York ZR078Nl8R4HIPAlAl N2C2211893 RTU1C York ZR090N18R4HlPCAIA1 N2C2211886 RTU2C York ZXG12F4B3AB4All2A3 N2C2165329 RTU3C York ZQG06E4B1AB1All2A4 N2B2097882 RTU6C York ZR037NO884AIBCAlA2 N2C2149575 RTU5C York ZR090N18R4APlAlAl N2C2211880 RTU2E York ZR090N18R4AlPC1Al N2C2211881 RTU7C York ZR078Nl2R4A41PIAl N2C2211882 RTU4E York ZQG06EB4AB1All2A4 N2B2097884 RTU6E York ZR049Nl2B4AlPCA1A2 N2C2149854 RTU5F York ZQG04E4EB1A112A3 N2B2100897 RTU4F York ZR090N18R4HlPClAl N2C2211889 MUA1F-0 York JROA24OC4B4DAC2OM3 N210910601003 RTU6D York ZXG09E4B3AB1All2A3 N2B209372 RTU7E York ZQE06A4B1AB1All2A4 N2B20897885 RTU5E York ZQG06E4B1AB1A112A4 N2E2614698 RTU3E York ZR049Nl2B4HlPCAlA2 N2C21498956 RTUlE York AD20N3CV4ClCPB45A1 N2B2034009 RTU4D York ZQE05A4B1All2A3 N2C2115291 RTU5D York ZQG06E4B1AB4All2144 N202116233 RTU3F York ZR090N18R4HlPCO71641 N2C2211887 RTU2F York ZXG12F4B3AB414112A3 N2C2165328 RTU1F York ZR061N12B4HlPCAlA2 N2C2211884 RTU12F York A015COCV4A1CPB15A1 N2B2027529 RTU11F York A015COCV4A1CPB15A1 N2B2027528 RTU9F York ZR078912P4AlPCAlAl N2C2211883 RTU10F York ZR049Nl2B4AlACAlA2 N2C2149855 RTU7F York ZR090N18R4AlPCAlAl N2C2211879 Exhibit "A" RTU8F York ZQ604E4B1AB1A112A3 N2B2100898 RTU6F York ZR061N12B4A1BCAIA2 N2C2149576 Exhibit "A" Unit Type Manufacturer Model# Serial Number Year Manufacturered RTU-1 CARRIER 50PM-C16HE-50-DM 1911 G 30023 N/A RTU-2 CARRIER 50PM-C16HE-50-DM 1911 G 30024 N/A RTU-3 AAON RM-A04-8-0-6681-000 200801-AMCD05575 N/A RTU-4 AAON RM-A04-8-0-6681-000 200801-AMCD05576 N/A Exhibit "A" Unit Type Manufacturer Model# Serial Number Year Manufacturered CWCP-1 CARRIER 30XAA1806N-0-0-3 3206Q90283 N/A AHU-1 CARRIER 39MW21WO245FF23XCE 45161-136328 N/A AHU-2 CARRIER 39MN30WO245FG33XCE 45161-136333 N/A AHU-3 TRANE MCCB025UAOBOUB K08F68568 N/A AHU-4 CARRIER 39MN30WO245FJ14XCE 4516U36351 N/A Exhibit "A" Unit Type Manufacturer Model # Serial Number Year Manufacturered BLDG-B AHU-1 TRANE 4TWA306OB3000AA 16393N724F 09/2016 BLDG-B CU-1 TRANE TEM 3AOC6OS51SAB 16413Y6F2V 10/2016 BLDG-C AHU-1 TRANE TAM4AOC6OS41EDA 17262EDKlV 06/2017 BLDG-C AHU-2 TRANE TAM4AOC48S41EDA 163455PAV 08/2016 BLDG-C CU-1 TRANE 4TWA406OA3000AA 17263HYN2F 06/2017 BLDG-C CU-2 TRANE 4TWA4048A3000AA 171641LX4F 04/2017 BLDG-D RTU RHEEM RSKA-AO18JK 000 6258F460306104 11/2003 Exhibit "A" Unit Type Manufacturer Model # Serial Number Year Manufacturered AH U-1 CARRIER FB4CNP036 2417A71406 06/2017 AH U-2 CARRIER FB4CNF036 3213A75904 08/2013 AHU-3 ADP RCMDD25486152 6006D32664 03/2007 CU-1 CARRIER 24ACC436A300 2817E26742 06/2017 CU-2 CARRIER 24ABB336A340 3013E14561 08/2013 CU-3 ADP 13AJA36A01 74041\1120701788 03/2007 Exhibit "A" Unit Type Manufacturer Model# Serial Number Year Manufacturered INSIDE AHU1 CARRIER 25211`36821 F84CNP024 OUTSIDE 2221E03024 25HCE424A300 AHU2 CARRIER 4517A21559 58STA11016122 0618E01991 24ABB360A520 AHU3 CARRIER 3521A18110 58TPOA090V211220 2921X18209 24AHA436A500 AHU4 CARRIER 6017A20146 58STA11016122 0618E01985 24ABB360A520 RTU small eng CARRIER 2318C79449 50TC/A07A2A5AOAOGO Exhibit "A" Unit Type Manufacturer Model# Serial Number Year Manufacturered AHU-1 TRANE TUD1C08OA9H41BA 8345RKETG 11 07/2008 AHU-2 TRANE TUD1C080A91-14113A 8205J6NiG it 07/2008 AHU-3 RHEEM 80PS07EER01 GH5D302F480701432 11/2007 AHU-4 CARRIER 58STA110---14122 3211A14574 08/2011 CU-1 TRANE 4TTR3048A1000AA 83056HR4F 07/2008 CU-2 TRANE 4TTR3048A1000AA 83056E44F 07/2008 CU-3 TRANE 4TTR3048A1000AA 16413HW65F 10/2016 CU-4 CARRIER 24ABB36OA320 3311EO0935 08/2011 RTU-1 CARRIER 48TCDOA06A2A5AOAOAO 3314P33147 N/A RTU-2 CARRIER 48TCDOA06A2A5AOAOAO 5014C82437 N/A RTU-3 CARRIER 48TCDOA06A2A5AOAOAO 0415C55426 N/A MINI AHU FRIEDRICH MW30C3F LHBC 01909 N/A MINI CU FRIEDRICH MR30C3F LHAT01413 N/A Exhibit "A" Unit Type Manufacturer Model# Serial Number Year Manufacturered AHU-1 GOODMAN GMP100-5REV B 9910641688 N/A AHU-2 GOODMAN N8MPN100F20B2 A084545539 N/A AHU-3 GOODMAN N8MPN100F20B2 A094546997 N/A AHU-4 LENNOX ML180UH090E60C-54 1720002149 N/A AHU-5 GOODMAN N8MPN100F20B2 A083144218 N/A AHU-6 LENNOX ML180UH070E36B-55 1720F07138 N/A CU-1 GOODMAN N4A360GKC300 E093202725 N/A CU-2 GOODMAN CKL60-1 308404539 N/A CU-3 GOODMAN N4A360GKC300 E093203652 N/A CU-4 LENNOX ML14XC15036-230008 1920D4H143 N/A CU-5 GOODMAN N4A360GK200 E090901341 N/A CU-6 LENNOX ML14XC1-059-230A03 1920E21772