Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC19-053 Trane US Inc dba TraneDocuSign Envelope ID: 9A55DC7D-649F-461B-A2F6-F80DD58BDFE0
AGREEMENT FOR PROCUREMENT
AND INSTALLATION SERVICES BETWEEN
EAGLE COUNTY, COLORADO
AND
TRANE U.S. INC. d/b/a TRANE
THIS AGREEMENT ("Agreement") is effective as of 2/14/2019 , by and between Trane U.S. Inc.
d/b/a Trane, a Delaware corporation (hereinafter "Contractor") Eagle County, Colorado, a body corporate and politic
(hereinafter "County").
RECITALS
WHEREAS, County desires to utilize Contractor to provide and install new equipment to upgrade the existing
Tracer Summit System with a new web -based Tracer SC Building Automation System (the "Project") for the Eagle
County Building located at 550 Broadway, Eagle Colorado (the "Property"); and
WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and
experience necessary to provide the equipment, materials and installation services as set forth below in paragraph 1
hereof, and
WHEREAS, this Agreement shall govern the relationship between Contractor and County in connection with the
procurement of equipment, materials and services.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor and County agree as
follows:
1. Services or Work. Contractor agrees to procure the materials, equipment and/or products ("Equipment")
necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to
perform and complete the procurement and installation services described in Exhibit A ("Services" or "Work")
which is attached hereto and incorporated herein by reference. The Services shall be performed in accordance with
the provisions and conditions of this Agreement.
a. Contractor agrees to furnish the Services in a timely and expeditious manner consistent with the
applicable standard of care. By signing below Contractor represents that it has the expertise and personnel
necessary to properly and timely perform the Services.
b. In the event of any conflict or inconsistency between the terms and conditions set forth in Exhibit
A and the terms and conditions set forth in this Agreement, the terms and conditions set forth in this Agreement
shall prevail.
C. County shall have the right to inspect all Equipment. Inspection and acceptance shall not be
unreasonably delayed or refused. In the event County does not accept the Equipment for any reason in its sole
discretion, then Contractor shall upon County's request and at no charge to County:
i. take the Equipment back;
ii. exchange the Equipment; or
iii. repair the Equipment.
DocuSign Envelope ID: 9A55DC7D-649F-461B-A2F6-F80DD58BDFE0
2. County's Representative. The Facilities Management Department's designee shall be Contractor's contact
with respect to this Agreement and performance of the Services.
3. Term of the Agreement. This Agreement shall commence upon the date first written above, and subject to
the provisions of paragraph 11 hereof, shall continue in full force and effect until the work is satisfactorily
completed and accepted by the Facilities Management Department designee.
4. Extension or Modification. Any amendments or modifications shall be in writing signed by both parties.
No additional services or work performed by Contractor shall be the basis for additional compensation unless and
until Contractor has obtained written authorization and acknowledgement by County for such additional services in
accordance with County's internal policies. Accordingly, no course of conduct or dealings between the parties, nor
verbal change orders, express or implied acceptance of alterations or additions to the Services, and no claim that
County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust
enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written
authorization and acknowledgment by County for such additional services is not timely executed and issued in strict
accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived
and such failure shall result in non-payment for such additional services or work performed.
5. Compensation. County shall compensate Contractor for the Equipment and performance of the Services in
a sum computed and payable as set forth in Exhibit A. The Equipment and performance of the Services under this
Agreement shall not exceed sixty six thousand five hundred eight dollars ($66,508.00). In the event Contractor
and County agree upon the need for additional services beyond those described in Exhibit A, Contractor shall first
provide County with a written estimate which shall include an estimate of the labor, materials without any mark up
and any additional costs necessary to perform the Services at a particular Property or Properties. Each estimate must
be approved by County's Representative prior to commencement of the Services by Contractor. Total compensation
under this Agreement shall not exceed seventy five thousand dollars ($75,000.00) without a written amendment to
this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of
normal business hours unless specifically authorized in writing by County.
a. Payment will be made for Equipment and Services satisfactorily performed within thirty (30) days
of receipt of a proper and accurate invoice from Contractor. All invoices shall include detail regarding the hours
spent, tasks performed, who performed each task and such other detail as County may request.
b. If, at any time during the term or after termination or expiration of this Agreement, County
reasonably determines that any payment made by County to Contractor was improper because the Equipment or
Services for which payment was made were not provided or performed as set forth in this Agreement, then upon
written notice of such determination and request for reimbursement from County, Contractor shall forthwith return
such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by
County, if any, shall forthwith be returned to County.
C. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor
agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made
pursuant to the terms of this Agreement.
d. Notwithstanding anything to the contrary contained in this Agreement, County shall have no
obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after
December 31 of any year, without an appropriation therefor by County in accordance with a budget adopted by the
Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local
2
GATeam Drives\ATT Department\Andy\Contract Final Drafts\Trane\ECB Building\Trane US.ECB Bldg SC Upgrade.Agreement.DRAFT.docx
DocuSign Envelope ID: 9A55DC7D-649F-461B-A2F6-F80DD58BDFE0
Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X,
Sec. 20).
6. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the
particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for
the performance of any of the Services or additional services without County's prior written consent, which may be
withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all
personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom
County has an objection, in its reasonable discretion, shall be assigned to the Project. Contractor shall require each
subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be
bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and
responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not
the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and
Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its
agents, employees and subcontractors.
7. Insurance. Contractor agrees to provide and maintain at Contractor's sole cost and expense, the following
insurance coverage with limits of liability not less than those stated below:
a. Types of Insurance.
Workers' Compensation insurance as required by law.
ii. Auto coverage with limits of liability not less than $1,000,000 each accident combined
bodily injury and property damage liability insurance, including coverage for owned, hired, and non -owned
vehicles.
iii. Commercial General Liability coverage to include premises and operations,
personal/advertising injury, products/completed operations, broad form property damage with limits of liability not
less than $1,000,000 per occurrence and $1,000,000 aggregate limits.
b. Other Requirements.
i. The automobile and commercial general liability coverage shall be endorsed to include
Eagle County, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents and
volunteers as additional insureds. A certificate of insurance consistent with the foregoing requirements is attached
hereto as Exhibit B.
ii. Contractor's certificates of insurance shall include subcontractors, if any as additional
insureds under its policies or Contractor shall furnish to County separate certificates and endorsements for each
subcontractor.
iii. The insurance provisions of this Agreement shall survive expiration or
termination hereof.
iv. The parties hereto understand and agree that the County is relying on, and does
not waive or intend to waive by any provision of this Agreement, the monetary limitations or rights, immunities and
protections provided by the Colorado Governmental Immunity Act, as from time to time amended, or otherwise
3
GATeam Drives\ATT Department\Andy\Contract Final Drafts\Trane\ECB Building\Trane US.ECB Bldg SC Upgrade.Agreement.DRAFT.docx
DocuSign Envelope ID: 9A55DC7D-649F-461B-A2F6-F80DD58BDFE0
available to County, its affiliated entities, successors or assigns, its elected officials, employees, agents and
volunteers.
V. Contractor is not entitled to workers' compensation benefits except as
provided by the Contractor, nor to unemployment insurance benefits unless unemployment compensation coverage
is provided by Contractor or some other entity. The Contractor is obligated to pay all federal and state income tax
on any moneys paid pursuant to this Agreement.
8. Indemnification. The Contractor shall indemnify and hold harmless County, and any of its officers, agents
and employees against any losses, claims, damages or liabilities for which County may become subject to insofar as
any such losses, claims, damages or liabilities arise out of, directly or indirectly, this Agreement, or are based upon
any performance or nonperformance by Contractor or any of its subcontractors hereunder; and Contractor shall
reimburse County for reasonable attorney fees and costs, legal and other expenses incurred by County in connection
with investigating or defending any such loss, claim, damage, liability or action. This indemnification shall not
apply to claims by third parties against the County to the extent that County is liable to such third party for such
claims without regard to the involvement of the Contractor. This paragraph shall survive expiration or termination
hereof.
9. Ownership of Documents. All documents (including electronic files) and materials obtained during,
purchased or prepared in the performance of the Services shall remain the property of the County and are to be
delivered to County before final payment is made to Contractor or upon earlier termination of this Agreement.
Further, Contractor shall execute any bill of sale or other documents required by County to transfer title of the
Equipment to County. Contractor shall provide copies of any instruction or operations or care manuals and shall
further provide copies of any manufacturers warranties associated with the Equipment.
10. Notice. Any notice required by this Agreement shall be deemed properly delivered when (i) personally
delivered, or (ii) when mailed in the United States mail, first class postage prepaid, or (iii) when delivered by FedEx
or other comparable courier service, charges prepaid, to the parties at their respective addresses listed below, or (iv)
when sent via facsimile so long as the sending party can provide facsimile machine or other confirmation showing
the date, time and receiving facsimile number for the transmission, or (v) when transmitted via e-mail with
confirmation of receipt. Either party may change its address for purposes of this paragraph by giving five (5) days
prior written notice of such change to the other party.
COUNTY:
Eagle County, Colorado
Attention: Facilities Management
Post Office Box 850
Eagle, CO 81631
3289 Cooley Mesa Road
Gypsum, CO 81637
Telephone: 970-328-8881
Facsimile: 970-328-3539
E-mail: ron.siebertgea leg couM.us
With a copy to:
Eagle County Attorney
500 Broadway
Post Office Box 850
Eagle, Co 81631
4
GATeam Drives\ATT Department\Andy\Contract Final Drafts\Trane\ECB Building\Trane US.ECB Bldg SC Upgrade.Agreement.DRAFT.docx
DocuSign Envelope ID: 9A55DC7D-649F-461B-A2F6-F80DD58BDFE0
Telephone: 970-328-8685
Facsimile: 970-328-8699
E -Mail: atty@eaglecounty.us
CONTRACTOR:
Trane U.S. Inc. d/b/a Trane
2387 River Road, Unit #110
Grand Junction, CO 81505
Telephone: 1 888-548-6552
E -Mail: dmcpherren@trane.com
11. Termination. County may terminate this Agreement, in whole or in part, at any time and for any reason,
with or without cause, and without penalty therefor with seven (7) calendar days' prior written notice to the
Contractor. Upon termination of this Agreement, Contractor shall immediately provide County with all documents
as defined in paragraph 9 hereof, in such format as County shall direct and shall return all County owned materials
and documents. County shall pay Contractor for Services satisfactorily performed to the date of termination.
12. Venue, Jurisdiction and Applicable Law. Any and all claims, disputes or controversies related to this
Agreement, or breach thereof, shall be litigated in the District Court for Eagle County, Colorado, which shall be the
sole and exclusive forum for such litigation. This Agreement shall be construed and interpreted under and shall be
governed by the laws of the State of Colorado.
13. Execution by Counterparts; Electronic Signatures. This Agreement may be executed in two or more
counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same
instrument. The parties approve the use of electronic signatures for execution of this Agreement. Only the following
two forms of electronic signatures shall be permitted to bind the parties to this Agreement: (i) Electronic or
facsimile delivery of a fully executed copy of the signature page; (ii) the image of the signature of an authorized
signer inserted onto PDF format documents. All documents must be properly notarized, if applicable. All use of
electronic signatures shall be governed by the Uniform Electronic Transactions Act, C.R.S. 24-71.3-101 to 121.
14. Other Contract Requirements and Contractor Representations.
a. Contractor has familiarized itself with the intended purpose and use of the Equipment, nature and
extent of the Services to be provided hereunder and the Property, and with all local conditions, federal, state and
local laws, ordinances, rules and regulations that in any manner affect cost, progress, or performance of the Services.
b. Contractor will make, or cause to be made, examinations, investigations, and tests as he deems
necessary for the performance of the Services.
C. To the extent possible, Contractor has correlated the results of such observations, examinations,
investigations, tests, reports, and data with the terms and conditions of this Agreement.
d. To the extent possible, Contractor has given County written notice of all conflicts, errors, or
discrepancies.
e. Contractor shall be responsible for completeness and accuracy of the Services and shall correct, at
its sole expense, all significant errors and omissions in performance of the Services. The fact that the County has
accepted or approved the Equipment and/or Services shall not relieve Contractor of any of its responsibilities.
Contractor shall perform the Services in a skillful, professional and competent manner and in accordance with the
5
GATeam Drives\ATT Department\Andy\Contract Final Drafts\Trane\ECB Building\Trane US.ECB Bldg SC Upgrade.Agreement.DRAFT.docx
DocuSign Envelope ID: 9A55DC7D-649F-461B-A2F6-F80DD58BDFE0
standard of care, skill and diligence applicable to contractors performing similar services. Contractor represents and
warrants that it has the expertise and personnel necessary to properly perform the Services and shall comply with the
highest standards of customer service to the public. Contractor shall provide appropriate supervision to its
employees to ensure the Services are performed in accordance with this Agreement. This paragraph shall survive
termination of this Agreement.
f. Contractor hereby represents and warrants that the Equipment will be new and will perform the
Services in a good and workmanlike manner and guarantees all Work against defects in materials or workmanship
for a period of one (1) year from the date the Work is accepted by County, or such longer period as may be provided
by the law or as otherwise agreed to by the parties.
g. All guarantees and warranties of Equipment furnished to Contractor or any subcontractor by any
manufacturer or supplier are for the benefit of County. If any manufacturer or supplier of any Equipment furnishes
a guarantee or warrantee for a period longer than one (1) year, then Contractor's guarantee or warrantee shall extend
for a like period as to such Equipment.
h. Contractor warrants that title to all Work and Equipment shall pass to County either by
incorporation into the Property or upon receipt by Contractor of payment from County (whichever occurs first) free
and clear of all liens, claims, security interests or encumbrances. Contractor further warrants that Contractor (or any
other person performing Work) purchased all Equipment free and clear of all liens, claims, security interests or
encumbrances. Notwithstanding the foregoing, Contractor assumes all risk of loss with respect to the Equipment
until the Equipment is installed and County has inspected and approved the same.
Within a reasonable time after receipt of written notice, Contractor shall correct at its own
expense, without cost to County, and without interruption to County:
Any defects in materials or workmanship which existed prior to or during the period of
any guarantee or warranty provided in this Agreement; and
such defects.
ii. Any damage to any other Work or property caused by such defects or the repairing of
Guarantees and warranties shall not be construed to modify or limit any rights or actions County
may otherwise have against Contractor in law or in equity.
k. Contractor agrees to work in an expeditious manner, within the sound exercise of its judgment and
professional standards, in the performance of this Agreement. Time is of the essence with respect to this
Agreement.
1. This Agreement constitutes an agreement for performance of the Services by Contractor as an
independent contractor and not as an employee of County. Nothing contained in this Agreement shall be deemed to
create a relationship of employer-employee, master -servant, partnership, joint venture or any other relationship
between County and Contractor except that of independent contractor. Contractor shall have no authority to bind
County.
in. Contractor represents and warrants that at all times in the performance of the Services, Contractor
shall comply with any and all applicable laws, codes, rules and regulations.
6
GATeam Drives\ATT Department\Andy\Contract Final Drafts\Trane\ECB Building\Trane US.ECB Bldg SC Upgrade.Agreement.DRAFT.docx
DocuSign Envelope ID: 9A55DC7D-649F-461B-A2F6-F80DD58BDFE0
n. This Agreement contains the entire agreement between the parties with respect to the subject
matter hereof and supersedes all other agreements or understanding between the parties with respect thereto.
o. Contractor shall not assign any portion of this Agreement without the prior written consent of the
County. Any attempt to assign this Agreement without such consent shall be void.
P. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their
respective permitted assigns and successors in interest. Enforcement of this Agreement and all rights and obligations
hereunder are reserved solely for the parties, and not to any third party.
q. No failure or delay by either party in the exercise of any right hereunder shall constitute a waiver
thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding breach.
r. The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the
validity or enforceability of any other provision hereof.
S. The signatories to this Agreement aver to their knowledge no employee of the County has any
personal or beneficial interest whatsoever in the Services or Property described in this Agreement. The Contractor
has no beneficial interest, direct or indirect, that would conflict in any manner or degree with the performance of the
Services and Contractor shall not employ any person having such known interests.
t. The Contractor, if a natural person eighteen (18) years of age or older, hereby swears and affirms
under penalty of perjury that he or she (i) is a citizen or otherwise lawfully present in the United States pursuant to
federal law, (ii) to the extent applicable shall comply with C.R.S. 24-76.5-103 prior to the effective date of this
Agreement.
15. Prohibitions on Government Contracts.
As used in this Section 15, the term undocumented individual will refer to those individuals from foreign countries
not legally within the United States as set forth in C.R.S. 8-17.5-101, et. seq. If Contractor has any employees or
subcontractors, Contractor shall comply with C.R.S. 8-17.5-101, et. seq., and this Agreement. By execution of this
Agreement, Contractor certifies that it does not knowingly employ or contract with an undocumented individual
who will perform under this Agreement and that Contractor will participate in the E -verify Program or other
Department of Labor and Employment program ("Department Program") in order to confirm the eligibility of all
employees who are newly hired for employment to perform Services under this Agreement.
a. Contractor shall not:
Knowingly employ or contract with an undocumented individual to perform Services
under this Agreement; or
ii. Enter into a subcontract that fails to certify to Contractor that the subcontractor shall not
knowingly employ or contract with an undocumented individual to perform work under the public contract for
services.
b. Contractor has confirmed the employment eligibility of all employees who are newly hired for
employment to perform Services under this Agreement through participation in the E -Verify Program or Department
Program, as administered by the United States Department of Homeland Security. Information on applying for the
E -verify program can be found at:
7
GATeam Drives\ATT Department\Andy\Contract Final Drafts\Trane\ECB Building\Trane US.ECB Bldg SC Upgrade.Agreement.DRAFT.docx
DocuSign Envelope ID: 9A55DC7D-649F-461B-A2F6-F80DD58BDFE0
htti)s://www.uscis.gov/e-verify
C. Contractor shall not use either the E -verify program or other Department Program procedures to
undertake pre-employment screening of job applicants while the public contract for services is being performed.
d. If Contractor obtains actual knowledge that a subcontractor performing work under the public
contract for services knowingly employs or contracts with an undocumented individual, Contractor shall be required
to:
i. Notify the subcontractor and County within three (3) days that Contractor has actual
knowledge that the subcontractor is employing or contracting with an undocumented individual; and
ii. Terminate the subcontract with the subcontractor if within three days of receiving the
notice required pursuant to subparagraph (i) of the paragraph (d) the subcontractor does not stop employing or
contracting with the undocumented individual; except that Contractor shall not terminate the contract with the
subcontractor if during such three (3) days the subcontractor provides information to establish that the subcontractor
has not knowingly employed or contracted with an undocumented individual.
e. Contractor shall comply with any reasonable request by the Department of Labor and Employment
made in the course of an investigation that the department is undertaking pursuant to its authority established in
C.R.S. 8-17.5-102(5).
f. If Contractor violates these prohibitions, County may terminate the Agreement for breach of
contract. If the Agreement is so terminated specifically for breach of this provision of this Agreement, Contractor
shall be liable for actual and consequential damages to County as required by law.
g. County will notify the Colorado Secretary of State if Contractor violates this provision of this
Agreement and County terminates the Agreement for such breach.
[REST OF PAGE INTENTIONALLY LEFT BLANK]
8
GATeam Drives\ATT Department\Andy\Contract Final Drafts\Trane\ECB Building\Trane US.ECB Bldg SC Upgrade.Agreement.DRAFT.docx
DocuSign Envelope ID: 9A55DC7D-649F-461B-A2F6-F80DD58BDFE0
IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set forth above.
COUNTY OF EAGLE, STATE OF COLORADO, By and
Through Its COUNTY MANAGER
Docu Signed by:
By: V SUVA
i4A@M.ty Manager
CONTRACTOR:
TRANE U.S. INC. d/b/a TRANE
II DocuSigned by:
By:_ [— aVi" 6 t
2AA47DMEF8249D...
Print Name: Karin Cree
Title: sr. Contract Manager
9
G:\Team Drives\ATT Deparunent\Andy\Contract Final Drafts\Trane\ECB Building\Trane US.ECB Bldg SC Upgrade.Agreement.DRAFT.docx
DocuSign Envelope ID: 9A55DC7D-649F-461 B-A2F6-F80DD58BDFE0
Trane Controls Proposal
rjmmE*'
Building Services
Controls Proposal For:
Eric Boley
Asset Manager
Eagle County Facilities Management
PO BOX 850
EAGLE, CO 81631 U.S.A.
Local Trane Office:
Trane U.S. Inc. dba Trane
2387 River Road, Unit 110
GRAND JUNCTION, CO 81505
Local Trane Representative:
Derek McPherren
Account Manager
Cell: (970) 773-0822
Office: (970) 242-4361
Proposal ID:
Date: October 29, 2018
0
DocuSign Envelope ID: 9A55DC7D-649F-461B-A2F6-F80DD58BDFE0
MME
Building Services
TRANE CONTROLS PROPOSAL
Executive Summary
Trane is pleased to present a solution to help Eagle County Facilities Management reach its performance goals
and objectives. This proposed project will enhance your operation by helping you to optimize your resources,
improve the comfort in your facility, and reduce energy costs.
We appreciate the effort from Eagle County Facilities Management to assist in the system analysis and
business discussions. Because of your efforts, we were able to develop a proposal that offers solutions to your
specific concerns, based on Trane system knowledge and application expertise.
As your partner, Trane is committed to providing controls to achieve a comfortable building environment for the
people who occupy the building. For the people who own, manage and maintain the building, Trane is
committed to providing reliable building management systems and control products that improve system
performance.
Trane appreciates the opportunity to earn your business. Your investment in the proposed project is $. This
investment will provide Eagle County Facilities Management with the capability to significantly reduce operating
costs and improve comfort conditions in your facility.
We look forward to partnering with Eagle County Facilities Management for all of your control products and
service needs. I will be contacting you soon to discuss the proposal and to schedule the next steps.
WE VALUE THE CONFIDENCE YOU HAVE PLACED IN TRANE AND LOOK FORWARD TO PARTNERING WITH YOU.
Derek McPherren
Account Manager, Trane U.S. Inc. dba Trane
DocuSign Envelope ID: 9A55DC7D-649F-461B-A2F6-F80DD58BDFE0
Prepared For:
Eric Boley
Job Name:
Eagle County Bldg SC Upgrade
Delivery Terms:
Freight Allowed and Prepaid — F.O.B Factory
State Contractor License Number:
Scope of Work
Eagle County Building (ECB) — 13CU-2
Date:
October 29, 2018
Proposal Number:
Payment Terms:
Net 30
Proposal Number:
TRME'
Building Services
Proposal Expiration Date:
30 Days
Items provided by Denver Trane BAS Department:
- Update "As -Built" Drawings, Installation, Labor, Installation Material, Project Supervision, System
Programming, One year (1) Parts and Labor Warranties
- Provide new Custom Graphics
- Provide Checkout and Commissioning of new controllers and Re -commission the existing
Communication Links Only
- (1) 4 Hour Owners Training Session
Items Controlled or Monitored through the BAS:
- Install (1) new Trane Comm. 3/4 Bridge to next to the existing Trane Building Control Unit (BCU)
o New Owner provided I/P Port and Address provided by Eagle County IT Group
o Reconnect the (2) Non -Isolated Comm. 3 Links to the existing VAV (UCM 1) Terminal Units
■ Reuse the existing communication wire
■ First Non -Isolated Comm. 3 Link has (31) existing VAV Terminal Units
■ Second Non -Isolated Comm. 3 Link has (45) existing VAV Terminal Units
Install (1) new Trane Comm. Comm 2 Bridge.
o The existing Comm. 2 Chiller shall be connected to the SC over BACnet I/P connection
- Install (1) new Tracer SC Web -based System Controller
o New Owner provided I/P Port and Address provided by Eagle County IT Group
o The New Tracer SC, Comm. 3/4 Bridge and UC400 shall be provided in a single new
enclosure
o Connect the (6) new UC600 and (3) UC400 BACnet controllers to Tracer SC, see below
■ Reuse the existing Isolated Comm. 3 communication wire
- Install (1) new UC400 BACnet controllers to replace the existing BCU 1/0 Module
o Reuse the existing devices and wiring
o Reconnect all inputs and outputs
o Wire to new BACnet communication Link
o Reprogram all UC400 based on the existing CPL program
- Install (6) new UC600 BACnet controllers to replace the (6) existing PCMs
o Reuse the existing enclosure, devices and wiring
o Reconnect all inputs and outputs
© 2018 Trane All rights reserved Page 1 of 7
DocuSign Envelope ID: 9A55DC7D-649F-461B-A2F6-F80DD58BDFE0
Proposal Number:
Aft
TRANE'
Building Services
o Reuse the existing communications link wiring for new BACnet communication wire
o Reprogram all UC600 based on the existing PCM program
- Install (2) new UC400 BACnet controllers to replace the existing TCMs
o Replace the existing enclosure
o Reuse the existing devices and wiring
o Reconnect all inputs and outputs
o Reuse the existing communications link wiring for new BACnet communication wire
o Reprogram all UC400 based on the existing CPL program
© 2018 Trane All rights reserved Page 2 of 7
DocuSign Envelope ID: 9A55DC7D-649F-461B-A2F6-F80DD58BDFE0
Pricing and Acceptance
Eric Boley
Asset Manager
Eagle County Facilities Management
PO BOX 850
EAGLE, CO 81631 U.S.A.
Price
Proposal Number:
Aft
TRANE'
Building Services
Site Address:
Eagle County Government Building
500 Broadway
EAGLE, CO 81631
United States
Total Net Price (Excluding Sales Tax)............................................................ $ 66,508.00
Respectfully submitted,
Derek McPherren
Account Manager
Trane U.S. Inc. dba Trane
(970) 242-4361
© 2018 Trane All rights reserved Page 3 of 7
DocuSign Envelope ID: 9A55DC7D-649F-461B-A2F6-F80DD58BDFEO
A4COOR& CERTIFICATE OF LIABILITY INSURANCE
4/612018 °""")
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
MARSH & MCLENNAN COMPANIES
CONTACT Sade Henry
A/PHE CNIN Ext : (212) 345-8387 ac No): (212) 948-1293
1166 Avenue of the Americas
New York NY 10036
E-MAIL sade.henry@marsh.com
ry@marsh.com
ATTN: 212-345-6000
DAMAGERENTED $1,000,000.00
PREMISESS(Ea occurrence
INSURER(S) AFFORDING COVERAGE NAIC N
I X I Time Element Pollution Liability
I i
COMPANY A- National Union Fire Insurance Company of Pittsburgh, PA
19445
INSURED
Trane U.S. Inc. dba Trane
COMPANY B Travelers Indemnity Co of America 25666
Bryant St
PRODUCTS - COMP/OP AGG $7,500,000.00
Unit
COMPANY C Travelers Property Casualty Cc of Amer 25674
Denver, CO 80204
United States
COVERAGES CERTIFICATE NUMBER: 462549 REVISION Nt1MRFR-
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
IN RI
LTR
TYPE OF INSURANCE
ADDL SUER'
I POLICY NUMBER
POLICY EFF
IMM/DD/YYYY
POLICY EXP
MMIDD/YYYY
LIMITS
A
X COMMERCIAL GENERAL LIABILITY
GL 4611590 14/17/2018 4/17/2019
EACH OCCURRENCE $7,500,000.00
CLAIMS -MADE IX I OCCUR
X I Contractual Liability
DAMAGERENTED $1,000,000.00
PREMISESS(Ea occurrence
MED EXP (Any one person) $10,000.00
I X I Time Element Pollution Liability
I i
PERSONAL &ADV INJURY $7,500,000.00
GEN'L AGGREGATE LIMIT APPLIES PER:
X I POLICY [:] PRO-
JECT LOC
GENERAL AGGREGATE $7,500,000.00
PRODUCTS - COMP/OP AGG $7,500,000.00
S
OTHER:
A
A
A
AUTOMOBILE LIABILITY CA7742202 (AOS) 4/17/2018 4/17/2019
X ANY AUTO CA7742201 (MA) 4/17/2018 4/17/2019
ALL OWNED SCHEDULED CA7742200 (VA) 4/17/2018 4/17/2019
AUTOS AUTOS
COMBINED SINGLE LIMIT
Ea.cadent $5,000,000.00
BODILY INJURY (Per person)
BODILY INJURY (Per accident)
101-O_
HIREDAUTOS I I AUTOS
PHYSICALI APD - Self Insured
Peo,dTntDAMAGE
I s
UMBRELLA LIAB '' OCCUR
EACH OCCURRENCE
EXCESS LIAB I CLAIMS -MADE
AGGREGATE _
DED I RETENTIONS
S
B WORKERS COMPENSATION
B AND EMPLOYERS' LIABILITY YIN
C ANY PROPRIETORIPARTNERIEXECUTIVE ❑
C OFFICER/MEMBER EXCLUDED? N
(Mandatory In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
N , A
TC2HUB-7434L10A-18 (AOS)
TC2HUB-7434L448-18 (MN)
TRJUB-7434L424-18 (AZ- MA- OR, WI)
TWXJUB-7434L45A-18 (OH Excess)
4/17/2018
4/17/2018
4/17/2018
4/17/2018
4/17/2019
4/17/2019
4/17/2019
4/17/2019
x SPER TATUTE �RH
53 000 000 00
E.L EACH ACCIDENT
53.000-000 00
E.L DISEASE - EA EMPLOYEE;
53.000 000 00
E.L. DISEASE -POLICY LIMIT
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required)
Please see page 2 for additional information.
CERTIF
Eagle County -Colorado
Attn: Facilities Management Dept
590 Broadway
PO Box 850
Eagle, CO 81631
United States
ACORD 26 (2014/01)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
Marsh USA, Inc.
BY: Kevin G Tiegen
EXHIBIT
©1988-2014 ACORICORP
The ACORD name and logo are registered marks of ACORD�
DocuSign Envelope ID: 9A55DC7D-649F-461B-A2F6-F80DD58BDFE0
C)R" ADDITIONAL REMARKS SCHEDULE
AGENCY
NAMED INSURED
Trane US Inc dba Trane
445 Bryant St
Unit 5
Denver CO8�204
United States
EFFECTIVE DATE:
AUDI I IUNAL KtMAKKS
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORM NUMBER: FORM TITLE:
Eagle County -Colorado Attn: Facilities Management Dept, its associated or affilitated entities, its successors and
assigns, elected officials, employees, agents and volunteers are included as Additional Insured where required by
contract with respect to General Liability pursuant to applicable endorsement.
Other Requirements: ANY DESIGNATED PERSON OR ORGANIZATION, DESIGNATED BY YOU IN WRITING TO US, BUT ONLY WITH
RESPECT TO LIABILITY TO THE EXTENT CAUSED BY YOU AND ARISING OUT OF YOUR OPERATIONS OR PREMISES OWNED BY OR RENTED
TO YOU AND PROVIDED THE 'BODILY INJURY", 'PROPERTY DAMAGE" OR 'PERSONAL AND ADVERTISING INJURY" OCCURS SUBSEQUENT
TO YOUR WRITTEN REQUEST TO DESIGNATE SUCH PERSON OR ORGANIZATION AS ADDITIONAL INSURED.
Job Description: HVAC -Eagle County
For questions regarding this certificate of insurance contact: Richard Zydzik Email: rmzydzik@trane.com Phone:
(303) 228-3300
ACURD 101 (2008101) @ 2008 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD