Loading...
HomeMy WebLinkAboutP-23-385 Emergency HVAC Services.pdf CO,U County of Fresno INTERNAL SERVICES DEPARTMENT Facilities• Fleet• Graphics• Purchasing •Security•Technology O� 185O ORES MASTER PROCUREMENT AGREEMENT Agreement Number P-23-385 August 8, 2023 The County of Fresno (County) hereby contracts with various vendors (Contractors)for Emergency HVAC Services in accordance with the text of this agreement, the vendor's corresponding Attachment, County of Fresno Informal Request for Statement of Qualifications No: 06-2023 and the attached contractors response to County of Fresno Informal Request for Statement of Qualifications No: 06-2023 by this reference made a part hereof. TERM: This Agreement shall become effective August 8, 2023, and shall remain in effect through August 7, 2024. MINIMUM ORDERS: Unless stated otherwise there shall be no minimum order quantity. The County reserves the right to increase or decrease orders or quantities. CONTRACTOR'S SERVICES: Contractor shall perform the services as described in the vendor's corresponding Attachment"A" attached, at the rates set forth in the vendor's corresponding Attachment"A". ORDERS: Orders will be placed on an as-needed basis by Internal Services Department— Facilities, under this contract. PRICES: Prices shall be firm for the contract period. MAXIMUM: In no event shall services performed and/or fees paid under this Master Agreement be in excess of$200,000.00. ADDITIONAL ITEMS: The County reserves the right to negotiate additional items to this Agreement as deemed necessary. Such additions shall be made in writing and signed by both parties. DELIVERY: The F.O.B. Point shall be the destination within the County of Fresno. All orders shall be delivered complete as specified. All orders placed before Agreement expiration shall be honored under the terms and conditions of this Agreement. DEFAULT: In case of default by Contractor, the County may procure the articles/services from another source and may recover the loss occasioned thereby from any unpaid balance due the Contractor or by any other legal means available to the County. The prices paid by County shall be considered the prevailing market price at the time such purchase is made. Inspection of deliveries or offers for delivery, which do not meet specifications, will be at the expense of Contractor. INVOICING: An itemized invoice shall be sent to requesting County department in accordance with invoicing instructions included in each order referencing this Agreement. The Agreement number must appear on all shipping documents and invoices. Invoice terms shall be Net 45 Days. 333 W. Pontiac Way, Clovis, CA 93612 / (559) 600-7110 *The County of Fresno is an Equal Employment Opportunity Employer* PROCUREMENT AGREEMENT NUMBER: P-23-385 Page 2 August 8, 2023 INVOICE TERMS: Net forty-five (45) days from the receipt of invoice. TERMINATION: The County reserves the right to immediately terminate this Agreement upon written notice to the Contractor. In the event of such termination, the Contractor shall be paid for satisfactory services or supplies provided to the date of termination. LAWS AND REGULATIONS: The Contractor shall comply with all laws, rules and regulations whether they be Federal, State or municipal, which may be applicable to Contractor's business, equipment and personnel engaged in service covered by this Agreement. AUDITS AND RETENTION: Terms and conditions set forth in the agreement associated with the purchased goods are incorporated herein by reference. In addition, the Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three years following the County's final payment under the contract or until conclusion of any pending matter(e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. LIABILITY: The Contractor agrees to: Pay all claims for damage to property in any manner arising from Contractor's operations under this Agreement. Indemnify, save and hold harmless, and at County's request defend the County, its officers, agents and employees from any and all claims for damage or other liability, including costs, expenses (including attorney's fees and costs), causes of action, claims or judgments resulting out of or in any way connected with Contractor's performance or failure to perform by Contractor, its agents, officers or employees under this Agreement, and from any and all costs and expenses (including attorney's fees and costs), damages, liabilities, claims, and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents, or employees under this Agreement. INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement(JPA)throughout the term of the Agreement: A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than Two Million Dollars ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific coverage including completed operations, product liability, contractual liability, Explosion-Collapse- Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of the contract. B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage should include any auto used in connection with this Agreement. C. Professional Liability: If Contractor employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00)annual aggregate. D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. Additional Requirements Relatinq to Insurance: E. Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional P-23-385 Emergency HVAC Services Draft.docx.pdf.docx PROCUREMENT AGREEMENT NUMBER: P-23-385 Page 3 August 8, 2023 insured shall Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. Additional Requirements Relating to Insurance: Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty(30) days advance written notice given to County. Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. Within Thirty(30) days from the date Contractor signs and executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, Facility Services, Attn: Facility Manager, 4590 E. Kings Canyon Road, Fresno, CA. 93702, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice given to County. Certificates of insurance are to include the contract number at the top of the first page. In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. COMING ON COUNTY PROPERTY TO DO WORK: Contractor agrees to provide maintain and furnish proof of Comprehensive General Liability Insurance with limits of not less than $500,000 per occurrence. INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed by Contractor under this Agreement, it is mutually understood and agreed that Contractor, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee,joint venturer, partner, or associate of the County. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor P-23-385 Emergency HVAC Services Draft.docx.pdf.docx PROCUREMENT AGREEMENT NUMBER: P-23-385 Page 4 August 8, 2023 shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of this Agreement, Contractor may be providing services to others unrelated to the County or to this Agreement. NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this Agreement nor their rights or duties under this Agreement without the written consent of the other party. AMENDMENTS: This Agreement constitutes the entire Agreement between the Contractors and the County with respect to the subject matter hereof and supersedes all previous negotiations, proposals, commitments, writings, advertisements, publications, Request for Proposals, Bids and understandings of any nature whatsoever unless expressly included in this Agreement. This Agreement supersedes any and all terms set forth in Contractor's invoice. This Agreement may be amended only by written addendum signed by both parties. INCONSISTENCIES: In the event of any inconsistency in interpreting the documents which constitute this Agreement, the inconsistency shall be resolved by giving precedence in the following order of priority: (1)the text of this Agreement(excluding the vendor's corresponding Attachment, County's Informal Request for Statement of Qualifications No. 06-2023 and the Contractor's Quote in response thereto); (2)the vendor's corresponding Attachment; (3)the County's Informal Request for Statement of Qualifications No. 06-2023 and (4)the Contractor's quotation made in response to County's Informal Request for Statement of Qualifications No 06-2023. GOVERNING LAWS: This Agreement shall be construed, interpreted and enforced under the laws of the State of California. Venue for any action shall only be in County of Fresno. ELECTRONIC SIGNATURES: The parties agree that this Agreement may be executed by electronic signature as provided in this section. A. An "electronic signature" means any symbol or process intended by an individual signing this Agreement to represent their signature, including but not limited to (1)a digital signature; (2) a faxed version of an original handwritten signature; or(3) an electronically scanned and transmitted (for example by PDF document)of a handwritten signature. B. Each electronic signature affixed or attached to this Agreement (1) is deemed equivalent to a valid original handwritten signature of the person signing this Agreement for all purposes, including but not limited to evidentiary proof in any administrative or judicial proceeding, and (2) has the same force and effect as the valid original handwritten signature of that person. C. The provisions of this section satisfy the requirements of Civil Code section 1633.5, subdivision (b), in the Uniform Electronic Transaction Act(Civil Code, Division 3, Part 2, Title 2.5, beginning with section 1633.1). D. Each party using a digital signature represents that it has undertaken and satisfied the requirements of Government Code section 16.5, subdivision (a), paragraphs (1)through (5), and agrees that each other party may rely upon that representation. This Agreement is not conditioned upon the parties conducting the transactions under it by electronic means and either party may sign this Agreement with an original handwritten signature. Please acknowledge your acceptance by returning your corresponding signature page of this Agreement to my office via email or USPS. Please refer any inquiries in this matter to Jennifer Vargas, Purchasing Analyst, at 559-600-7110 or jevargas@fresnocountyca.gov P-23-385 Emergency HVAC Services Draft.docx.pdf.docx PROCUREMENT AGREEMENT NUMBER: P-23-385 Page 5 August 8, 2023 FOR THE COUNTY OF FRESNO Gary C o rn u e l l e Date: l 02 .0signed by Gary0:11 rnuelle -07-00' l.� Date:2023.08.22 10:30:11-07'00' Gary E. Cornuelle Purchasing Manager 333 W. Pontiac Way Clovis, CA 93612 GEC:JV P-23-385 Emergency HVAC Services Draft.docx.pdf.docx PROCUREMENT AGREEMENT NUMBER: P-23-385 Page 6 August 8, 2023 CONTRACTOR TO COMPLETE: Company: Trane U.S. INC. Type of Entity: ❑ Individual ❑ Limited Liability Company ❑ Sole Proprietorship ❑ Limited Liability Partnership ❑■ Corporation ❑ General Partnership 4145 Del Mar Ave Rocklin CA 95677 Address City State Zip 866-459-4155 866-733-1486 rami.mislih@tranetechnologies.com TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS Print Name & Keit Tan-Area General Manager Title: Print Name &Title: Signature: Signature: P-23-385 Emergency HVAC Services Draft.docx.pd£docx PROCUREMENT AGREEMENT NUMBER: P-23-385 Page 7 August 8, 2023 CONTRACTOR TO COMPLETE: Company: Blue Tech Water, INC. Type of Entity: ❑ Individual ❑ Limited Liability Company ❑ Sole Proprietorship ❑ Limited Liability Partnership Corporation ❑ General Partnership Lit rv� M�" I A Address (� City (State o Zip ( ( f r V -s�5 I 1 c�"C10--�(1`arJ l l��c.k L"(J : LD w� TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS Print Name & ty ,,e'� Title: `S Print Name &Title: Signature: Signature: P-23-385 Emergency HVAC Services Draft.docx.pdfdocx PROCUREMENT AGREEMENT NUMBER: P-23-385 Page 8 August 8, 2023 CONTRACTOR TO COMPLETE: Company: ACCO Engineered Systems INC. Type of Entity: ❑ Individual ❑ Limited Liability Company Q Sole Proprietorship ❑ Limited Liability Partnership E) Corporation ❑ General Partnership 4980 E. University Ave, #103 Fresno CA 93727 Address City State Zip 559-400-2914 559-251-7645 kdunn@accoes.com TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS Print Name & Richard Ferreira VP NR FSG Title: Print Name &Title: Richard Ferreira R Signature: - d°`0 eO1 Signature: ACCOUNTING USE ONLY ORG No.: 8935 Account No.: 7205 Requisition No.: 1322401027 (8/2022) P-23-385 Emergency HVAC Services Draft.docx.pdfdocx Trane U.S. INC. A TTA CHMEN T "A " Parts and Materials—Factory Authorized TRANE Parts - 15% off Book/List Price Hourly Pay: Days Times ex. Mon-Fri (ex. 8am—4pm) Regular Time: Mon- Fri 7am-4pm Over Time: Mon- Fri Before 7am Mon- Fri After 4pm Saturday All Day Other: (describe) Sunday All Day Holidays All Day Regular Pay Overtime Pay Other: (describe) Master Level $195.00 $292.50 $390.00 Technician Journeyman Level $175.00 $262.50 $350.00 Technician Apprentice/Helper $115.00 $172.50 $230.00 P-23-385 Emergency HVAC Services Draft.docx.pdf.docx Blue Tech Water INC. A TTA CHMEN T "A " Parts and Materials—PARTS AND MATERIALS TO BE CHARGED AT LIST-10% Hourly Pay: Days Times ex. Mon-Fri (ex. 8am—4pm) Regular Time: $120/HR. MON-FRI 6:30 AM-5 PM Over Time: 160/HR SAT&SUN ALL DAY $160/HR MON-FRI 5:01 PM-6:29 AM P-23-385 Emergency HVAC Services Draft.docx.pdf.docx ACCO Engineered Systems, INC. A TTA CHMEN T "A " Parts and Materials—List+ 10% Hourly Pay: Regular Pay Overtime Pay Other: {describe) Master Level Technician $170 per hour $255 per hour $340 per hour Journeyman Level Technician $157 per hour $235.50 per hour $314 per hour Apprentice/Helper $142 oer hour $213 per hour $284 oer hour Days Times ex. Mon-Fri ex. Sam-4 m Regular Time: Mondav- Fridav 7am -4 m Over Time: Monday- Friday_ After 4pm Over Time: Saturday 7am-4 m Other: (describe) Premium Time Saturdays after 4 m All HolidavEi Sundays P-23-385 Emergency HVAC Services Draft.docx.pdf.docx Trane U.S. INC.'s Response to County of Fresno Informal Request for Statement of Qualifications No. 06-2023 P-23-385 Emergency HVAC Services Draft.docx.pdfdocx COUNTY OF FRESNO e INFORMAL REQUEST FOR STATEMENT OF QUALIFICATIONS NUMBER: 06-2023 HVAC PARTS, SERVICE AND REPAIRS Issue Date: June 23, 2023 Closing Date: July 10, 2023 AT 10:00 AM All Questions and Responses must be electronically submitted via email to Stephanie Thompson stbrown a fresnocountvca.gov For assistance, contact Stephanie Thompson at Phone(559)600-5846. BIDDER TO COMPLETE Undersigned agrees to furnish the commodity or service stipulated in the attached at the prices and terms state in this RFSQ. Bid must be signed and dated by an authorized officer or employee., Trane US Inc COMPANY Rami Mislih-Account Manager CONTACT PERSON 3026 N. Business Park Ave, Suite 104 ADDRESS Fresno CA 93727 CITY ;iTATE ZIP CODE i555-840-7972 RAMI.MISLIH@TraneTechnologies corn TELEPHONE NUMBER C-MAILADDRESS AUTHORIZED SIZE Keit Tan Area General Manager RINT NAME TITLE GIPubIOD=ment Temptates in PDPRFSQ Template 12.21 2a21.dor Statement of Qualifications No. 06-2023 Page 2 TABLE OF CONTENTS PAGE KEY DATES 3 OVERVIEW 3 SUBMITTAL REQUIREMENTS 6 CONTRACT TERM 7 PREVAILING WAGE 7 INSURANCE REQUIREMENTS 9 APPEALS 10 G:\PUBLIC\DOCUMENT TEMPLATES IN PDF\RFSQ TEMPLATE 12-21-2021.DOC Statement of Qualifications No. 06-2023 Page 3 KEY DATES RFSQ Issue Date: June 23, 2023 Written Questions for RFSQ Due: June 28,2023 at 10:00 AM RFSQ Closing Date: July 10, 2023 at 10:00 AM Statement of Qualifications must be electronically submitted via email to Stephanie Thompson stbrown(a_fresnocountyca.gov OVERVIEW The County of Fresno (County) on behalf of the Internal Services Department, Facility Services Division soliciting requests for statements of qualifications for qualified Contractors to provide heating, ventilation, and air conditioning (HVAC) parts, service, and repairs on an "as-needed" basis at various locations throughout the County, and may include, but is not limited to, fabricating, installing, cleaning, maintaining, servicing, recharging, and inspecting warm-air heating systems, water-heating pumps, ventilating systems, chillers, cooling towers, and air-conditioning systems, and all other work and equipment associated with these systems. Contractors must possess the correct contractor's license for the type of work they perform. The requested services will be performed on an "as-needed" basis. Contractors who can demonstrate experience, expertise and quality of work may be awarded a master agreement for a one-year term. HVAC parts and equipment will be purchased on an "as-needed" basis. It is the intent of the County to engage several contractors under a master agreement to provide the professional services described herein. Contractors and all sub-contractors who perform work must comply with all Department of Industrial Relations (DIR) requirements SCOPE OF WORK A. General —The Contractor shall provide parts, services, and repairs on an "as-needed" basis to HVAC and related systems at various County locations. The County operates HVAC equipment from manufacturers that include but are not limited to Carrier, Goodman, Lennox, Mcquay, Rheem, Ruud, Trane, and York. Parts—The Contractor shall provide parts and materials on an "as-needed" basis. Parts may be ordered for delivery to County facilities or picked-up in store by County staff. The County may from time to time, request to see the list/catalog pricing to verify charges, and the Contractor shall comply. Service—The Contractor shall perform services and repairs on an "as-needed" basis to HVAC and related systems at various County locations, and may include, but is not limited to, fabricating, installing, cleaning, maintaining, servicing, recharging, and inspecting warm-air heating systems, water-heating pumps, ventilating systems, chillers, cooling towers, and air-conditioning systems, and all other work and equipment associated with these systems. B. Qualifications The Contractor is only required to possess the appropriate license for the type of work they will perform according to Section II. A. Scope of Work under Services (C-20 for HVAC related work, C-36 for plumbing, etc.), and be capable of providing the services requested, in compliance with rules and regulations of all applicable codes. All Contractors and sub-contractors are expected to possess the appropriate license for the project in accordance with current regulations and statues. If other than a C-20 or a C-36, the Contractor must explain, why his/her license(s) is acceptable in performing the G:IPUBLICID000MENT TEMPLATES IN PDFIRFSQ TEMPLATE 12-21-2021.DOC Statement of Qualifications No. 06-2023 Page 4 requested work. All technicians who perform work must possess a minimum of journeyman level experience. All apprentices or helpers must be supervised. All personnel performing work on HVAC equipment and related systems shall be appropriately certified to work on that particular equipment. The Contractor must have an established local presence within the County or can demonstrate they can meet all the required response times in accordance with Section 11. Scope of Work, E. C. Materials and Workmanship Workmanship shall be to the best of trade practices, performed by workers thoroughly trained and familiar with the respective systems. All defective workmanship shall be corrected by the Contractor at the Contractor's expense. D. Scheduling of Work A regular County workweek shall be Monday through Friday 8:00 am to 5:00 pm. All work must be approved by the Facility Services Manager or their designee before work can begin. Contractors responding to a service request shall report to the building manager prior to beginning work, and at the completion of work. E. Response The Contractor may be required to respond to emergency service calls, during and after business hours. Details regarding each emergency request will be relayed at the time of call. The Contractor shall acknowledge within 30 minutes if the request can be fulfilled, or the request will be sent to another Contractor. Level I — Require onsite response within one hour or less of Contractor acknowledgment. Level II — Requires onsite response within four hours or less of Contractor acknowledgment. Level III — Requires onsite response at 7:00 AM, the next normal working day. The Contractor shall inform the County of any expected arrival delays. The County reserves the right to send the request to another contractor should the response level not be met. F. Compensation Parts and materials shall be charged as quoted in Appendix A— Pricing. Service work shall be charged as "Time and Materials" at rates quoted in Appendix A— Pricing. Time will be billed for actual time worked. G. Invoicing All invoices shall be provided to the Facility Services Manager or their designee for approval. Invoices at a minimum shall include: • Date of service, Time of arrival/departure, Hours of service • Agreement number(to be provided after the agreement is approved/countersigned) • Name of technician providing the service • Description of equipment serviced, Location of equipment, Building number • Type of service (repair, maintenance, new install) • Action taken • Parts utilization • Status of service • Printed name of County representative authorizing the work G:IPUBLICID000MENT TEMPLATES IN PDFIRFSQ TEMPLATE 12-21-2021.DOC Statement of Qualifications No. 06-2023 Page 5 COST The awarded vendors of this Master Agreement will be contacted for services by authorized County personnel, first based on the cost provided then the availability to provide these services. Parts and Materials — Please list how the county will be charged for parts and materials. (For example, "list-10%, list+10%, cost +/- %) Please attach additional documents if necessary. Factory Authorized TRANE Parts- 15%off Book/List Price Time— Please describe how the County will be charged on an hourly basis. Please attach additional documents if necessary. Days Times ex. Mon-Fri ex. 8am—4pm) Regular Time: Mon-Fri 7am-4pm Over Time: Mon- Fri Before 7am Mon-Fri After 4pm Saturday All Day Other: (describe) Sunday All Day Premium Time: Holidays All Day Regular Pay Overtime Pay Other: (describe) Premium Time: Master Level $195.00 $292.50 $390.00 Technician Journeyman Level $175.00 $262.50 $350.00 Technician Apprentice/Helper $115.00 $172.50 $230.00 G:IPUBLICID000MENT TEMPLATES IN PDFIRFSQ TEMPLATE 12-21-2021.DOC Statement of Qualifications No. 06-2023 Page 6 SUBMITTAL REQUIREMENTS A. The submittal will enable the County Department to appraise the general competence and qualifications of the responding firms. Please provide the listed information in the following sequence: 1. Firm name, address and phone number 2. Type of organization (sole-proprietorship, partnership, or corporation) 3. Firm principals who will be responsible for the project, and their educational background, credentials, training and experience 4. Key personnel (including proposed sub-contractors, if applicable)who will work on the project with their educational background, credentials, training and experience on comparable projects 5. List of current staff, including job classification 6. Firm qualifications, including licenses 7. List current projects or commitments for similar services in progress 8. List the name and phone number of at least three (3) relevant client references B. Bidder to complete: 1. Subcontractors: List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid, and state general type of work such subcontractor would be performing. The primary contractor is not relieved of any responsibility by virtue of using a subcontractor: NONE 2. Contractor's License: Bidder to possess appropriate license for the project in accordance with current regulations/statutes. Possession of minimum five (5)years' experience in performing the services being requested. The bidder shall possess a current State of California contractor's License, Class C-20 for HVAC, C-36 for plumbing, etc., or another license class that covers the work to be performed. The proposal must indicate the license held by the bidder, which enables him/her to perform the work. If the license is other than a Class C-20 or C-36, the bidder must explain why his/her license(s) is acceptable. The County will review and determine if acceptable. Number and Class: 1066318-A, B, C-4, C-10, C-20, C-36, C-38, C-46 Date of Issue: 06/16/2020 Bidder must also submit verification of Contractor's License from the Department of Consumer Affairs — Contractors' State License Board. Failure to submit verification may result in bidder's response being considered non-responsive. Public Contract Code Section 7028.15: Where the State of California requires a Contractor's license, it is a misdemeanor for any person to submit a bid unless specifically exempted. DO NOT SUBMIT MORE INFORMATION THAN REQUESTED IN THIS RFSQ G:IPUBLICID000MENT TEMPLATES IN PDFIRFSQ TEMPLATE 12-21-2021.DOC Statement of Qualifications No. 06-2023 Page 7 CONTRACT TERM It is the County's intent to contract with the successful bidder(s)for a term of one (1)year. The maximum total contract amount is $200,000. Total fees paid to each contractor will be dependent upon the bid provided by contractor. No guarantee is made that the total fee or any fee will be received by the contractor. PREVAILING WAGE SIB 854: California law (SB854) now requires public works contractors subject to prevailing wage requirements to register annually with the Department of Industrial Relations (DIR) and pay an annual fee. The County of Fresno will not accept public works bids from contractors and subcontractors who have not registered with the DIR and have not met this requirement. Please refer to http://www.dir.ca.gov/Public- Works/PublicWorksSB854.html for more information. This requirement, found in Labor Code Sections 1725.5 and 1770-1777.7, now applies to all public works projects. Contractor must submit verification of DIR registration with their quotation. Failure to submit verification may result in their quotation being considered non-responsive. PREVAILING WAGES: The work to be done on this project will involve the repair, alteration, maintenance, installation, rehabilitation, demolition, construction or reconstruction of public buildings, streets, utilities, and/or other public works. In accordance with Labor Code section 1770, et seq., the Director of the Department of Industrial Relations of the State of California has determined the general prevailing wages rates and employer payments for health and welfare pension, vacation, travel time and subsistence pay as provided for in Section 1773.1, apprenticeship or other training programs authorized by Section 3093, and similar purposes applicable to this public work project. The prevailing wage rates for all hours worked, including holiday and overtime rates, on this project are on file with the Purchasing Department, 4525 E. Hamilton Avenue, Fresno, California 93702, and are herein incorporated by this reference. Information pertaining to applicable Prevailing Wage Rates may be found on the website for the State of California— Department of Industrial Relations: http://www.dir.ca.gov/oprl/PWD/index.htm. Information pertaining to applicable prevailing wage rates for G:IPUBLICID000MENT TEMPLATES IN PDFIRFSQ TEMPLATE 12-21-2021.DOC Statement of Qualifications No. 06-2023 Page 8 apprentices may be found on the website for the State of California— Department of Industrial Relations: http:/lwww.dir.ca.gov/oprVpwappwage/PWAppWageStart.asp It shall be mandatory upon the Contractor herein and upon any subcontractor to pay not less than the prevailing wage rates, including overtime and holiday rates,to all workers, laborers, or mechanics employed on this public work project, including those workers employed as apprentices. Further, Contractor and each subcontractor shall comply with Labor Code sections 1777.5 and 1777.6 concerning the employment of apprentices. A copy of the above-mentioned prevailing wage rates shall be posted by the Contractor at the job site where it will be available to any interested party. Contractor shall comply with Labor Code section 1775 and forfeit as a penalty to County Two Hundred Dollars($200.00)for each calendar day or portion thereof, for each worker paid less than the prevailing wage rates for the work or craft in which the worker is employed for any work done under this project by Contractor or by any subcontractor under Contractor in violation of Labor Code section 1770,et seq. In addition to the penalty,the difference between the prevailing wage rates and amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall be paid to each worker by the Contractor or subcontractor. Contractor and each subcontractor shall keep an accurate record showing the names, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with this public work project. In accordance with Labor Code section 1776, each payroll record shall be certified and verified by a written declaration under penalty of perjury stating that the information within the payroll record is true and correct and that the Contractor or subcontractor complied with the requirements of Labor Code sections 1771, 1811 and 1815 for any work performed by its employees on this public work project. These records shall be open at all reasonable hours to inspection by the County, its officers and agents, and to the representatives of the State of California—Department of Industrial Relations, including but not limited to the Division of Labor Standards Enforcement. DIR ACKNOWLEDGEMENT I acknowledge in accordance with labor Code Sections 1725 5 and 1770-1777.7, that I have registered with the Department of Industrial Relations (DIR)and all Certified Payroll Records will be uploaded to the DIR Website Any additional requirements that materialize from the SB854 legislation will be complied with. Attached is verification of the DIR registration. (Ruth Signature) L Title PW-LR-1000615693 I Number G TUSL=UMENT TEMPLATES IN PDFWSQ TEMPLATE 12-21-2021.000 Statement of Qualifications No. 06-2023 Page 9 INSURANCE REQUIREMENTS INSURANCE: Without limiting the County's right to obtain indemnification from Contractor or any third parties, Contractor, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement(JPA)throughout the term of the Agreement: A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than Two Million Dollars ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific coverage including completed operations, product liability, contractual liability, Explosion-Col lapse- Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of the contract. B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage should include any auto used in connection with this Agreement. C. Professional Liability: If Contractor employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate. D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. Additional Requirements Relating to Insurance: Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty(30) days advance written notice given to County. Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. Within thirty(30) days from the date Contractor executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, Facility Services, Attn: Facility Manager, 4590 E. Kings Canyon Road, Fresno, CA 93702, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty(30) days advance, written notice given to County. Certificates of insurance are to include the contract number at the top of the first page. In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. G:IPUBLICID000MENT TEMPLATES IN PDFIRFSQ TEMPLATE 12-21-2021.DOC Statement of Qualifications No. 06-2023 Page 10 APPEALS Appeals must be submitted in writing within seven (7)working days after notification of proposed recommendations for award. A"Notice of Award" is not an indication of County's acceptance of an offer made in response to this RFQ. Appeals shall be submitted to County of Fresno Purchasing, 333 W. Pontiac Way, Clovis, California 93612 and in Word format to gcornuelle(c FresnoCountyCA.gov. Appeals should address only areas regarding RFQ contradictions, procurement errors, proposal rating discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFQ process. Purchasing will provide a written response to the complainant within seven (7)working days unless the complainant is notified more time is required. If the appealing bidder is not satisfied with the decision of Purchasing, bidder shall have the right to appeal to the County Administrative Office within seven (7) working days after Purchasing's notification; if the appealing bidder is not satisfied with CAO's decision, the final appeal is with the Board of Supervisors. Please contact Purchasing if the appeal will be going to the Board of Supervisors. G:\PUBLIC\DOCUMENT TEMPLATES IN PDF\RFSQ TEMPLATE 12-21-2021.DOC WE MAKE BUILDINGS WORK BETTER FOR LIFE.'" MWE Building Services I f. irr W' r a Prepared For. Date:July 10, 2023 Stephanie Thompson County of Fresno, Internal Services Department 333 Pontiac Way, Clovis, CA 93612 Subject:RE:06-2023 Informal RFSQ HVAC Parts,Service and Repairs To Whom It May Concern: Trane US is pleased to provide the enclosed letter to indicate and express our qualifications and submittal requirements for the County of Fresno Request for Statement of Qualifications No.06-2023 Heating Ventilation and Air Conditioning Parts,Service and Repairs.We understand that to be considered,the attached documents must be submitted by 10:00am on July 10, 2023 No Service Provider is more qualified than Trane to deliver system-wide performance in the most efficient manner, providing the assurances you demand. For more than 100 years,Trane has been utilizing innovative approaches to make buildings all over the world perform better. We understand your buildings and HVAC systems must perform reliably and unscheduled downtime is not tolerated.A building malfunction could cause substantial business and financial losses. Meanwhile,you are expected to control costs and squeeze the most out of your building operations.To help ensure that your building is high performance from day one, our local service and parts team has global network of best practices,technology,and industry leading intelligence and resources.A long-term partnership with Trane ensures your original investment continually delivers a solid return. From initial design concept to recommissioning and upgrades, and everywhere in between,Trane has the equipment, controls, services,and expertise to create and sustain solutions that's right for your facilities. Respectfully Submitted, ©2023 Trane Confidential All rights reserved Trane US Inc „ WE MAKE BUILDINGS WORK BETTER FOR LIFE.” '"Building Services m SUBMITTAL REQUIREMENTS 1. Firm name,Address and Phone Number. Name of Firm: Trane U.S.Inc Address of Firm: 3026 N.Business Park Avenue Suite 104 Fresno,CA 93727 Phone Number: Office:(559)271-4625 2. Type of Organization(sole-proprietorship,partnership,or corporation): - Type of Corporation: Corporation 3. Firm principals who will be responsible for the project, and their educational background, credentials,training and experience: - See attachments in following pages. Name Position Years of Experience—See Resumes Attached Keit Tan Area General Manager 20 Chad Casteel Operations Manager 27 Billy Norstrom Area Service Manager 25 Rami Mislih Account Manager 8 4. Key personnel(including proposed sub-contractors,if applicable)who will work on the project with their educational background, credentials, training and experience on comparable projects: Trane Technician Years Training Experience Matt Strunk 17 Trane Factory and technical support, Wide Variety of experience on multiple HVAC College.Refrigeration,boilers, manufactures.Maintenance,installation, pumps,heat pumps,gas packs,air and repair of packaged rooftop cooled and water cooled chillers, equipment,split systems,pumps,air building automation systems,cooling cooled and water cooled chillers,and towers,and absorption chillers,VRF cooling towers,VRF Jeff Buskirk 20 Trane Factory and technical support, Wide Variety of experience on multiple HVAC College.Refrigeration,boilers, manufactures.Maintenance,installation, pumps,heat pumps,gas packs,air and repair of packaged rooftop cooled and water cooled chillers, equipment,split systems,pumps,air building automation systems,cooling cooled and water cooled chillers,and towers,and absorption chillers,VRF. cooling towers,VRF. Applied 1-20+ Trane Factory and technical support, Wide Variety of experience on multiple Commercial/LCU 1-15+ HVAC College.Refrigeration,boilers, manufactures.Maintenance,installation, BAS/EMS Techs 15+ pumps,heat pumps,gas packs,air repair,and programming of building cooled and water cooled chillers, automation systems for packaged rooftop building automation systems,cooling equipment,split systems,pumps,air towers,and absorption chillers. cooled and water cooled chillers,and cooling towers. ©2023 Trane Confidential All rights reserved Trane US Inc r)N ME „ WE MAKE BUILDINGS WORK BETTER FOR LIFE."Building Services _ a� easr+ 5. List of current staff,including job classification: - Trane Northern California District employs 10 Administrators,20 Account Managers,30 Technicians 6. Firm qualifications,including licenses: Trane®is a world leader in air conditioning systems,services and solutions.Trane helps customers succeed by providing innovative solutions that optimize indoor environments through a broad portfolio of energy-efficient heating,ventilating and air conditioning systems,building,contracting and energy services,parts support and advanced controls for all facilities. We have experience providing services for any size facility ranging from multi-state customers to single buildings. With every client we bring the value of improving the quality of support and achieving significant cost savings. Value of Trane services and support is improved asset life and equipment uptime creating higher productivity.Trane can repair,provide replacements,and optimize but not limited to the following: - Chiller Air cooled and Water cooled ■ Centrifugal Compressor 0 Ventilation ■ Reciprocating Compressor 0 Exhaust ■ Screw Compressor ■ Scroll Compressor 0 Fans ■ Absorption Chillers 0 Coils-heating and cooling ■ Drive Line Replacement, 0 Dampers,Inlet Vanes Frequency Drives 0 Frequency Drives - Cooling Towers and Condensing Units 0 Motors - Chilled Water and Condenser Water 0 Variable Volume and Constant Volume,Air distribution, Pumps Terminal Units and Heat Pumps - Motors and Motor Starters ■ Fan Coil Units,Unit Ventilators - Rooftop and Unitary Units - Controls-pneumatic,digital automation (Electric,Gas-fired) - Variable Frequency Drives ■ Heating - Air Filtration ■ Cooling - Humidification ■ Ventilation - Refrigerant Monitoring - Computer Room Air Conditioning - Energy Management Systems and Services - Heating ■ Manage your facility for optimum energy efficiency ■ Boilers ■ Energy Assessment ■ Steam Systems ■ Building and Energy Performance ■ Radiant and convection Heat - Turnkey and Replacements ■ Unit Heaters - Trane Rental Services - VRF—Variable Refrigerant Flow 0 24-hour availability to deliver and install temporary. - Indoor Environmental Quality - List of Licenses: o A—General Engineering Contractor o B—General Building Contractor o C4—Boiler, hot water heater and steam fitting o C10—Electrical o C20—Warm-Air Heating, Ventilating, and Air-Conditioning o C36—Plumbing o C38—Refrigeration o C46—Solar Contractor ©2023 Trane Confidential All rights reserved Trane US Inc r)M ME „ WE MAKE BUILDINGS WORK BETTER FOR LIFE."Building Services _ a� easr+ 7. List current projects or commitments for similar services in progress: - Fresno Yosemite Airport IRS Compliance County of Kings - Fresno VA - City of Bakersfield • Extensive Project Experience o City of Bakersfield: ■ Range of projects and services provided. Projects have ranged from maintenance and repairs on chillers, building automation systems scheduled maintenance,and turnkey chiller replacement. o Kings County: ■ Several services,repairs and upgrades.Completed Trane Centrifugal AFD Upgrade in an emergency.Trane expedited a new Trane Chiller AFD and installed in time during summer conditions. o IRS Fresno: ■ Full Coverage maintenance agreement along with sustainability and energy projects.Implemented and installed Pre-evaporative coolers for(4)Large air conditioning units(Trane Intellipaks).Project included PG&E utility Rebate and resulted in significantly reducing energy demand and consumption costs. o Additional list of projects may be provided upon request. S. List the name and phone number of at least three(3)relevant client references: Fresno Yosemite Airport Les Logue (559)621-6675 County of Kings Jim Henderson (559)852-2506 Fresno IRS Compliance Center Robin Adcock (559)445-1013 Additional References may be provided upon request. ©2023 Trane Confidential All rights reserved Trane US Inc r)N ME WE MAKE BUILDINGS WORK BETTER FOR LIFE."Building Services r K der m easr'�, Keit Tan Area General Manager Trane Technologies PROFESSIONAL EXPERIENCE • Area General Manager - Trane, Northern CA and Nevada, NV Commercial Sales Office 0 7/2020 - Present Leadership responsibility for equipment, service and contracting revenue streams • Systems Sales Leader - Trane, Sacramento Commercial Sales Office, CA p 3/2018 - 7/2022 o Leadership responsibility for systems/ equipment sales associates • Systems Team Leader - Trane, Sacramento Commercial Sales Office, CA r (1/2011 - 2/2018`, • Account Executive - Trane, Sacramento Commercial Sales Office, CA C 07/2009 - 2/2018 • Sales Engineer/ Account Manager - Trane, Sacramento Commercial Sales Office, CA 0 07/2003 -06/2009 C Develop multiple relationships and buying influences within customer's organization, including executive level customers, facility managers, mechanical engineers, architects, project managers, project engineers, construction, and purchasing. PROFESSIONAL • LEED AP Certification • NV - Contractor's license - C21 (Refrigeration & AC) and B (General Building) EDUCATION • Bachelor's of Science Degree in Mechanical Engineering, December 2002 o Western Michigan University. Kalamazoo MI. ©2023 Trane Confidential All rights reserved Trane US Inc r)N ME „ WE MAKE BUILDINGS WORK BETTER FOR LIFE."Building Services Chad G. Casteel Service Operations Leader Trane Technologies ------------- PROFESSIONAL: 2019 to Present: Service Operations Leader 2007 to 2019: Area Service Manager 2005 to 2007: Sales/Service Manager 1996 to 2005: HVAC Service Technician RESPONSIBILITIES / EXPERIENCE: My duties involve all operational aspects of the service business. This includes project set up, invoicing, accounts payable and receivable, inventory, and fleet management. I am involved in all aspects of service projects from estimation to completion. This includes budgets, performance, and job close out. For these projects I function as the primary interface between the customer, vendors, sub-contractors, internal expertise within the office, and project administration. I work very closely with our technicians to encourage individual growth through technical training programs and on the job mentoring. As the hiring manager I work with nationwide recruiters to acquire the top talent in the HVAC industry. As the local site Safety Officer, I am responsible for developing and implementing our safety training programs for office staff as well as technicians. This includes our refrigerant management process and all state reporting required by the EPA. EDUCATION: CCOC Computer Technology Mission College Santa Clara - Computer Science ©2023 Trane Confidential All rights reserved Trane US Inc WE MAKE BUILDINGS WORK BETTER FOR LIFE." TRM/E t_ u Budding Services e3s� Billy Norstrom Area Service Manager Trane Technologies PROFESSIONAL: 2022 to Present: Area Service Manager 2017 to 2022: Team lead/Service Technician 1998 to 2107: HVAC Service Technician Responsibilities: • Oversee the service coordination function to respond efficiently to customers, ensure technicians'training and skill level is appropriately balanced to service customers, and leverage resources across the district. This includes emergency repair, regular maintenance contracts, scheduled work and upgrades, installations, replacement components, and long term service agreements. • Effectively attract, coach, counsel,train and develop all service employees. Drive continuous improvement through company performance management process and technical product training programs available. Develop employee skill levels, including customer service,process and technical skills to the highest degree possible. • Managing expense budgets and increasing utilization of the service team. Ensure that standard service work processes are created and followed. Improve transactional processes impacting the customer experience and increase overall customer satisfaction. • Ensure environmental, health and safety compliance within service team. Provide training to all employees to ensure a safe and productive work environment both in the shop and at customer sites. Education: Factory Training at Trane University, La Cross WI ©2023 Trane Confidential All rights reserved Trane US Inc r)N ME „ WE MAKE BUILDINGS WORK BETTER FOR LIFE."Building Services Rami Mislih Account Manager Trane Technologies PROFESSIONAL: Account Manager—Trane Fresno February 2015 - Present Engineer Intern - Lawrence Nye Carlson, Associates March 2014—August 2014 RESPONSIBILITIES/ EXPERIENCE: My core objectives and responsibilities are to provide a collection of resources, solutions, and value to support clients and end-users reach their business, operational, and energy goals. This includes but not limited to providing technical support, service and repair recommendations, demonstrating value and benefits of products, energy efficiency and sustainability solutions, training, project management, and asset planning. - Work with various markets throughout the Central Valley. (Energy, Industrial and Manufacturing, Hospitals, Education, Municipalities) - Work very closely with our technicians and factory experts to provide clients recommendations on risk mitigation or catastrophic failure of HVAC equipment. - Manage asset planning and lifecycle costs to return your equipment and infrastructure to optimal performance and ensure continuous improvement. - Managing projects from initiation to completion, and post-installation support - Advising on ways to reduce energy consumption, improve indoor air quality, and achieve sustainability goals through Trane Products and services. EDUCATION: California State University, Fresno (CSUF) Bachelor of Science, Mechanical Engineering - Fall, 2014 ©2023 Trane Confidential All rights reserved Trane US Inc WE MAKE BUILDINGS WORK BETTER FOR LIFE." MWE -_ Building Services 1y Irtirtr '° ()Contractor's License Detail for License # 1066318 DISCLAIMER:A license status check provides information taken from the CSLB license database.Before relying on this information,you should be aware of the following limitations. ► CSLB complaint disclosure is restricted bylaw I B&P 7124.6:If this entity is subject to public complaint disclosure click on link that will appear below for more information.Click Isere.for a definition of drsclosable actions. ► Onlyconstruction related civil judgments reported to CSLB are disclosed IB&P 7071.17). I R Po .................. i, Arbitrations are not listed unless the contractor fails to comply with the terms. ► Due to workload,there maybe relevant information that has not yet been entered into the board's license database. Business Information TRANE U S INC 3253 E IMPERIAL HWY BREA,CA92821 Business Phone Number:(888)973 9005 Entity Corporation Issue Date 06/16/2020 Expire Date 0613012024 This license is current and active. All information below should be reviewed. . 1 ► B GENERAL BUILDING -------------------------------------- ► C21) WARMAIRHEATING,VENTILATINGANDAIRCONDITIONING ► C38 REFRIGERATION ------------------------------------ ► C10 ELECTRICAL ► C-4-_f301LER,HOTWATERHEATINGAND-STEAM.fITTING ► A GENERALENGINEERING ► C46 SOLAR ► C36 PLUMBINi ------------------------- dCa STATE LICENSE BOARD ACTIVE LICENSE "'i ......_...1066318 CCRP ......,.,".'RAVE U S INC e..-B C20 C38 CIO C-4 A C46 C36 r..... �..u6i301;2024 www Cslb Ca aov U72 ©2023 Trane Confidential All rights reserved Trane US Inc Blue Tech Water INC.'s Response to County of Fresno Informal Request for Statement of Qualifications No. 06-2023 P-23-385 Emergency HVAC Services Draft.docx.pdfdocx COUNTY OF FRESNO coU�, INFORMAL REQUEST FOR STATEMENT OF QUALIFICATIONS NUMBER: 06-2023 HVAC PARTS, SERVICE AND REPAIRS Issue Date: June 23, 2023 Closing Date: July 10, 2023 AT 10:00 AM All Questions and Responses must be electronically submitted via email to Stephanie Thompson stbrown(Uresnocou ntyca.gov For assistance, contact Stephanie Thompson at Phone (559) 600-5846. BIDDER TO COMPLETE Undersigned agrees to furnish the commodity or service stipulated in the attached at the prices and terms state in this RFSQ. Bid must be signed and dated by an authorized officer or employee. BLUE TECH WATER COMPANY CHRIS BINFIELD CONTACT PERSON 1120 13TH STREET,SUITE M ADDRESS MODESTO CA 95354 CITY STATE ZIP CODE (209 595-525 thcbinfield@bluetechwater.com TELEPHONE BER E-MAILADDRESS AUTHORIZED S ATURE CHRIS BINFIELD CEO PRINT NAME TITLE G:\Public\Document Templates in PDF\RFSQ Template 12-21-2021.doc Statement of Qualifications No. 06-2023 Page 2 TABLE OF CONTENTS PAGE KEY DATES 3 OVERVIEW 3 SUBMITTAL REQUIREMENTS 6 CONTRACT TERM 7 PREVAILING WAGE 7 INSURANCE REQUIREMENTS 9 APPEALS 10 G:\PUBLIC\DOCUMENT TEMPLATES IN PDF\RFSQ TEMPLATE 12-21-2021.DOC Statement of Qualifications No. 06-2023 Page 3 KEY DATES RFSQ Issue Date: June 23, 2023 Written Questions for RFSQ Due: June 28,2023 at 10:00 AM RFSQ Closing Date: July 10, 2023 at 10:00 AM Statement of Qualifications must be electronically submitted via email to Stephanie Thompson stbrown(a_fresnocountyca.gov OVERVIEW The County of Fresno (County) on behalf of the Internal Services Department, Facility Services Division soliciting requests for statements of qualifications for qualified Contractors to provide heating, ventilation, and air conditioning (HVAC) parts, service, and repairs on an "as-needed" basis at various locations throughout the County, and may include, but is not limited to, fabricating, installing, cleaning, maintaining, servicing, recharging, and inspecting warm-air heating systems, water-heating pumps, ventilating systems, chillers, cooling towers, and air-conditioning systems, and all other work and equipment associated with these systems. Contractors must possess the correct contractor's license for the type of work they perform. The requested services will be performed on an "as-needed" basis. Contractors who can demonstrate experience, expertise and quality of work may be awarded a master agreement for a one-year term. HVAC parts and equipment will be purchased on an "as-needed" basis. It is the intent of the County to engage several contractors under a master agreement to provide the professional services described herein. Contractors and all sub-contractors who perform work must comply with all Department of Industrial Relations (DIR) requirements SCOPE OF WORK A. General —The Contractor shall provide parts, services, and repairs on an "as-needed" basis to HVAC and related systems at various County locations. The County operates HVAC equipment from manufacturers that include but are not limited to Carrier, Goodman, Lennox, Mcquay, Rheem, Ruud, Trane, and York. Parts—The Contractor shall provide parts and materials on an "as-needed" basis. Parts may be ordered for delivery to County facilities or picked-up in store by County staff. The County may from time to time, request to see the list/catalog pricing to verify charges, and the Contractor shall comply. Service—The Contractor shall perform services and repairs on an "as-needed" basis to HVAC and related systems at various County locations, and may include, but is not limited to, fabricating, installing, cleaning, maintaining, servicing, recharging, and inspecting warm-air heating systems, water-heating pumps, ventilating systems, chillers, cooling towers, and air-conditioning systems, and all other work and equipment associated with these systems. B. Qualifications The Contractor is only required to possess the appropriate license for the type of work they will perform according to Section II. A. Scope of Work under Services (C-20 for HVAC related work, C-36 for plumbing, etc.), and be capable of providing the services requested, in compliance with rules and regulations of all applicable codes. All Contractors and sub-contractors are expected to possess the appropriate license for the project in accordance with current regulations and statues. If other than a C-20 or a C-36, the Contractor must explain, why his/her license(s) is acceptable in performing the G:IPUBLICID000MENT TEMPLATES IN PDFIRFSQ TEMPLATE 12-21-2021.DOC Statement of Qualifications No. 06-2023 Page 4 requested work. All technicians who perform work must possess a minimum of journeyman level experience. All apprentices or helpers must be supervised. All personnel performing work on HVAC equipment and related systems shall be appropriately certified to work on that particular equipment. The Contractor must have an established local presence within the County or can demonstrate they can meet all the required response times in accordance with Section 11. Scope of Work, E. C. Materials and Workmanship Workmanship shall be to the best of trade practices, performed by workers thoroughly trained and familiar with the respective systems. All defective workmanship shall be corrected by the Contractor at the Contractor's expense. D. Scheduling of Work A regular County workweek shall be Monday through Friday 8:00 am to 5:00 pm. All work must be approved by the Facility Services Manager or their designee before work can begin. Contractors responding to a service request shall report to the building manager prior to beginning work, and at the completion of work. E. Response The Contractor may be required to respond to emergency service calls, during and after business hours. Details regarding each emergency request will be relayed at the time of call. The Contractor shall acknowledge within 30 minutes if the request can be fulfilled, or the request will be sent to another Contractor. Level I — Require onsite response within one hour or less of Contractor acknowledgment. Level II — Requires onsite response within four hours or less of Contractor acknowledgment. Level III — Requires onsite response at 7:00 AM, the next normal working day. The Contractor shall inform the County of any expected arrival delays. The County reserves the right to send the request to another contractor should the response level not be met. F. Compensation Parts and materials shall be charged as quoted in Appendix A— Pricing. Service work shall be charged as "Time and Materials" at rates quoted in Appendix A— Pricing. Time will be billed for actual time worked. G. Invoicing All invoices shall be provided to the Facility Services Manager or their designee for approval. Invoices at a minimum shall include: • Date of service, Time of arrival/departure, Hours of service • Agreement number(to be provided after the agreement is approved/countersigned) • Name of technician providing the service • Description of equipment serviced, Location of equipment, Building number • Type of service (repair, maintenance, new install) • Action taken • Parts utilization • Status of service • Printed name of County representative authorizing the work G:IPUBLICID000MENT TEMPLATES IN PDFIRFSQ TEMPLATE 12-21-2021.DOC Statement of Qualifications No. 06-2023 Page 5 COST The awarded vendors of this Master Agreement will be contacted for services by authorized County personnel, first based on the cost provided then the availability to provide these services. Parts and Materials — Please list how the county will be charged for parts and materials. (For example, "list-10%, list+10%, cost +/- %) Please attach additional documents if necessary. PARTS AND MATERIALS TO BE CHARGED AT LIST-10% Time— Please describe how the County will be charged on an hourly basis. Please attach additional documents if necessary. Days Times ex. Mon-Fri ex. 8am—4 m Regular Time: $120/HR. MON - FRI 6:30 AM - 5 PM Over Time: 160/HR SAT& SUN ALL DAY $160/HR MON - FRI 5:01 PM -6:29 AM Other: (describe) Regular Pay Overtime Pay Other: (describe) Master Level Technician Journeyman Level Technician Apprentice/Helper G:IPUBLICID000MENT TEMPLATES IN PDFIRFSQ TEMPLATE 12-21-2021.DOC Statement of Qualifications No. 06-2023 Page 6 SUBMITTAL REQUIREMENTS A. The submittal will enable the County Department to appraise the general competence and qualifications of the responding firms. Please provide the listed information in the following sequence: 1. Firm name, address and phone number # 1-8 ALL SAME AS LAST YEAR 2. Type of organization (sole-proprietorship, partnership, or corporation) 3. Firm principals who will be responsible for the project, and their educational background, credentials, training and experience 4. Key personnel (including proposed sub-contractors, if applicable)who will work on the project with their educational background, credentials, training and experience on comparable projects 5. List of current staff, including job classification 6. Firm qualifications, including licenses 7. List current projects or commitments for similar services in progress 8. List the name and phone number of at least three (3) relevant client references B. Bidder to complete: 1. Subcontractors: List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid, and state general type of work such subcontractor would be performing. The primary contractor is not relieved of any responsibility by virtue of using a subcontractor: NONE 2. Contractor's License: Bidder to possess appropriate license for the project in accordance with current regulations/statutes. Possession of minimum five (5)years' experience in performing the services being requested. The bidder shall possess a current State of California contractor's License, Class C-20 for HVAC, C-36 for plumbing, etc., or another license class that covers the work to be performed. The proposal must indicate the license held by the bidder, which enables him/her to perform the work. If the license is other than a Class C-20 or C-36, the bidder must explain why his/her license(s) is acceptable. The County will review and determine if acceptable. Number and Class: #1045283 - CLASS C36 Date of Issue: ISSUED: OCTOBER, 2018 EXPIRES: 10/31/2024 Bidder must also submit verification of Contractor's License from the Department of Consumer Affairs — Contractors' State License Board. Failure to submit verification may result in bidder's response being considered non-responsive. Public Contract Code Section 7028.15: Where the State of California requires a Contractor's license, it is a misdemeanor for any person to submit a bid unless specifically exempted. DO NOT SUBMIT MORE INFORMATION THAN REQUESTED IN THIS RFSQ G:IPUBLICID000MENT TEMPLATES IN PDFIRFSQ TEMPLATE 12-21-2021.DOC Statement of Qualifications No. 06-2023 Page 7 CONTRACT TERM It is the County's intent to contract with the successful bidder(s)for a term of one (1)year. The maximum total contract amount is $200,000. Total fees paid to each contractor will be dependent upon the bid provided by contractor. No guarantee is made that the total fee or any fee will be received by the contractor. PREVAILING WAGE SIB 854: California law (SB854) now requires public works contractors subject to prevailing wage requirements to register annually with the Department of Industrial Relations (DIR) and pay an annual fee. The County of Fresno will not accept public works bids from contractors and subcontractors who have not registered with the DIR and have not met this requirement. Please refer to http://www.dir.ca.gov/Public- Works/PublicWorksSB854.html for more information. This requirement, found in Labor Code Sections 1725.5 and 1770-1777.7, now applies to all public works projects. Contractor must submit verification of DIR registration with their quotation. Failure to submit verification may result in their quotation being considered non-responsive. PREVAILING WAGES: The work to be done on this project will involve the repair, alteration, maintenance, installation, rehabilitation, demolition, construction or reconstruction of public buildings, streets, utilities, and/or other public works. In accordance with Labor Code section 1770, et seq., the Director of the Department of Industrial Relations of the State of California has determined the general prevailing wages rates and employer payments for health and welfare pension, vacation, travel time and subsistence pay as provided for in Section 1773.1, apprenticeship or other training programs authorized by Section 3093, and similar purposes applicable to this public work project. The prevailing wage rates for all hours worked, including holiday and overtime rates, on this project are on file with the Purchasing Department, 4525 E. Hamilton Avenue, Fresno, California 93702, and are herein incorporated by this reference. Information pertaining to applicable Prevailing Wage Rates may be found on the website for the State of California— Department of Industrial Relations: http://www.dir.ca.gov/oprl/PWD/index.htm. Information pertaining to applicable prevailing wage rates for G:IPUBLICID000MENT TEMPLATES IN PDFIRFSQ TEMPLATE 12-21-2021.DOC Statement of Qualifications No. 06-2023 Page 8 apprentices may be found on the website for the State of California— Department of Industrial Relations: http://www.dir.ca.gov/oprl/pwappwage/PWAppWageStart.asp It shall be mandatory upon the Contractor herein and upon any subcontractor to pay not less than the prevailing wage rates, including overtime and holiday rates, to all workers, laborers, or mechanics employed on this public work project, including those workers employed as apprentices. Further, Contractor and each subcontractor shall comply with Labor Code sections 1777.5 and 1777.6 concerning the employment of apprentices. A copy of the above-mentioned prevailing wage rates shall be posted by the Contractor at the job site where it will be available to any interested party. Contractor shall comply with Labor Code section 1775 and forfeit as a penalty to County Two Hundred Dollars ($200.00)for each calendar day or portion thereof, for each worker paid less than the prevailing wage rates for the work or craft in which the worker is employed for any work done under this project by Contractor or by any subcontractor under Contractor in violation of Labor Code section 1770, et seq. In addition to the penalty, the difference between the prevailing wage rates and amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall be paid to each worker by the Contractor or subcontractor. Contractor and each subcontractor shall keep an accurate record showing the names, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with this public work project. In accordance with Labor Code section 1776, each payroll record shall be certified and verified by a written declaration under penalty of perjury stating that the information within the payroll record is true and correct and that the Contractor or subcontractor complied with the requirements of Labor Code sections 1771, 1811 and 1815 for any work performed by its employees on this public work project. These records shall be open at all reasonable hours to inspection by the County, its officers and agents, and to the representatives of the State of California— Department of Industrial Relations, including but not limited to the Division of Labor Standards Enforcement. DIR ACKNOWLEDGEMENT I acknowledge in accordance with labor Code Sections 1725.5 and 1770-1777.7, that I have registered with the Department of Industrial Relations (DIR) and all Certified Payroll Records will be uploaded to the DIR Website. Any additional requirements that materialize from the SB854 legislation will be complied with. Attached is verification of the DIR registration. CHRIS BINFIELD i__ (Authorized Signature) CEO Title 1000061495 DIR Number G:IPUBLICID000MENT TEMPLATES IN PDFIRFSQ TEMPLATE 12-21-2021.DOC Statement of Qualifications No. 06-2023 Page 9 INSURANCE REQUIREMENTS INSURANCE: Without limiting the County's right to obtain indemnification from Contractor or any third parties, Contractor, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement(JPA)throughout the term of the Agreement: A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than Two Million Dollars ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific coverage including completed operations, product liability, contractual liability, Explosion-Col lapse- Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of the contract. B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage should include any auto used in connection with this Agreement. C. Professional Liability: If Contractor employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate. D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. Additional Requirements Relating to Insurance: Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty(30) days advance written notice given to County. Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker's compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor's waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. Within thirty(30) days from the date Contractor executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, Facility Services, Attn: Facility Manager, 4590 E. Kings Canyon Road, Fresno, CA 93702, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty(30) days advance, written notice given to County. Certificates of insurance are to include the contract number at the top of the first page. In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. G:IPUBLICID000MENT TEMPLATES IN PDFIRFSQ TEMPLATE 12-21-2021.DOC Statement of Qualifications No. 06-2023 Page 10 APPEALS Appeals must be submitted in writing within seven (7)working days after notification of proposed recommendations for award. A"Notice of Award" is not an indication of County's acceptance of an offer made in response to this RFQ. Appeals shall be submitted to County of Fresno Purchasing, 333 W. Pontiac Way, Clovis, California 93612 and in Word format to gcornuelle(c FresnoCountyCA.gov. Appeals should address only areas regarding RFQ contradictions, procurement errors, proposal rating discrepancies, legality of procurement context, conflict of interest, and inappropriate or unfair competitive procurement grievance regarding the RFQ process. Purchasing will provide a written response to the complainant within seven (7)working days unless the complainant is notified more time is required. If the appealing bidder is not satisfied with the decision of Purchasing, bidder shall have the right to appeal to the County Administrative Office within seven (7) working days after Purchasing's notification; if the appealing bidder is not satisfied with CAO's decision, the final appeal is with the Board of Supervisors. Please contact Purchasing if the appeal will be going to the Board of Supervisors. G:\PUBLIC\DOCUMENT TEMPLATES IN PDF\RFSQ TEMPLATE 12-21-2021.DOC ACCO Engineered Systems INC's Response to County of Fresno Informal Request for Statement of Qualifications No. 06-2023 P-23-385 Emergency HVAC Services Draft.docx.pdfdocx COUNTY OF FRESNO HVAC PARTS, SERVICE, & REPAIRS acco STATEMENT OF QUALIFICATIONS #06-2023 AkL .! _ .! ._. _ •may r nIL r . i HVAC SHEET METAL & PIPING COMMISSION I N G R E T R O - C O M M I S S I O N I N G P L U M B I N G B U I L D I N G S E R V I C E S P R O C E S S P I P I N G E N G I N E E R I N G B I M / 3 - D MODEL I N G F A B R I C A T I O N B U I L D I N G AUTOMATION SYSTEMS I NDUSTRIAL CONSTRUCT I O N & P I P I N G EN ERGY SERVICES R I G G I N G TABLE OF CONTENTS 1. Firm Name,Address,& Phone Number 2. Type of Organization 3. Firm Principals Resposible for the Project 4. Key Personnel 5. List of Current Staff 6. Firm Qualifications 7. Current Commitments for Similar Services 8. Client References 9. Required Forms ® engineered I systems 1 . FIRM NAME, ADDRESS, & PHONE NUMBER engineered systems Firm Name, Address, & Number Firm Name: ACCO Engineered Systems, Inc. Local Office Address & Number: 4980 E University Avenue, #103 Fresno, CA 93727 (559) 400-2914 Headquarters Address & Number: 888 E. Walnut Street Pasadena, CA 91101 (818) 244-6571 engineered systems 2. TYPE OF ORGANIZATION engineered systems Type of Organization ACCO Engineered Systems, Inc. is an S-Corporation that was incorporated on 06/15/1950. ® engineered I systems 3. FIRM PRINCIPALS RESPONSIBLE FOR PROJECT Resume engineered systems NNW Keith Dunn - PROJECT MANAGER Experience I Education 2009 - 2012 Scelzi Enterprises, Inc., Fresno, CA Lead Welder/Fabricator 2012 - 2014 Ironman Parts and Service, Fresno, CA Lead Technician/Welder 2014 - 2018 Hedricks Chevrolet, Fresno, CA Service Consultant 2018 - Present ACCO Engineered Systems, Fresno, CA Project Manager Executive Summary Keith has a strong welding and mechanical background with over 5 years of experience. He also has a proven track record of providing excellent customer service for over 5 year. He has a passion for providing excellent customer service and exceeding customer's expectations. Professional Activities & Certifications Attending HVAC Certification Classes- Fresno City College Project Experience Central Unified School District/Cooling Tower, Fresno, CA Description: Cooling Tower replacement&re-pipe for Saroyan Elementary School Central Unified School District/ Package & Bard Unit Replacements, Fresno, CA Description: Install new package units and bard units with new controls at Roosevelt Elementary and Biola Elementary Civic Center Square/Core Controls Upgrade, Fresno, CA Description: Upgrading entire core controls for their 4 story building Keith Dunn - Project Manager 559.400.2914 kdunn@accoservice.com engineered systems 4. KEY PERSONNEL Resume engineered systems NNW Asuncion Garcia - HVAC TECHNICIAN Experience I Education 2013 - Present ACCO Engineered Systems, Inc., Fresno, CA HVAC Technician - Journeyman 2008 - 2013 United States Marine Corps. Department of Defense Executive Summary Duties Include: Servicing, repairing, replacing, installing all HVAC equipment including boilers, chillers, cooling towers, built-ups, air compressors, VFD's. refrigeration, VAV's, mini-split systems, and VRF systems. Qualifications: 10 years of experience UA Local 246 Journeyman Backflow certified OSHA 30 certified ABPA Backflow certified Able to read and interpret plans, schematics, control systems, equipment manuals, etc. Asuncion Garcia - HVAC Technician 559.682.2158 engineered systems 5. LIST OF CURRENT STAFF v � DCD D7� �omTcn � DC7o � � O [A C v Cn N m = :' C W C m y Sv j S m CD C fZ C 7 O CA CD N Cn� CD 0 �. -V O <. � cn CD � y' D � r- Cn � x � m ? C/)CL C/) m cn � m m M M mcn � � Cn � CiNi yCL m m mm T m D L m 00 > > C- OjDZC- C- C- c� — O CDO O M 0 S CD 3 CD fZ w � Cf] w � f3 O Cn y. CD 0 O -n a� TI N CD m m CD y` y 7 m O m CD Cn 0 0 CD —. CS O CD CD tT Cn CD CD CD n O. fn CD a Cn In O � T CD Cn Cn 7J CD Cn y cn Cn Cn Cn Cn -'0cn -0N m m cn T T m Cnm m m LSD •� m < 70 - c 0 0 M < -• CD s • -a - < C- C� O Q O CD CD pCI m OC1 0 CD m cn m Lo < _ o SU fv CL Co L e--F CD n Lo = CD _ O O C M c) CD M CD coaCnsF� Cl) cn j CCD m CD cn CD —_ CAD m 70 fv cn Cn CD to — ti � N T m = � W m m an •�' CD UM m m L 70 7C L O O CD N N to r--f Ln CD O m - Dp � CD 0 f2 N � Cn S Cv N -n O Cn m N — 'Cn+ Oh y CD �n m Cl) CaD tC c zv cn m 0 — m n c� N m Ln C ti CD _ CD __+ No m s a� m o cn � m < m m m ' CD Cn :3 h m Q ti 0 D Ls Cn Cn = cn N. m C/DCn Cn m Lr In m m m m m ! m m -� O an CD m 00 0 CD �. a� u � v engineered systems 6. FIRM QUALIFICATIONS engineered I systems Firm Qualifications ACCO has one of the largest and most experienced service departments in the nation.We provide service and long-term maintenance agreements in more than 11,600 facilities throughout the western United States. Properly maintained mechanical and control systems conserve energy, increase productivity and satisfy the needs of owners,tenants and production managers. ACCO field service mechanics are trained signatory apprentices and journeymen dedicated solely to servicing HVAC mechanical and plumbing systems, DDC Controls systems and water treatment applications. ACCO has one of the most modern fleets in the industry.We have more than 1,550 vehicles,including 500 truck and sprinter van-based mobile field mechanics who can respond on-site in less than four hours,24 hours a day, seven days a week. ACCO reduces emergency repair costs by providing comprehensive maintenance solutions.This extends the life of the equipment, prevents catastrophic failures and ensures energy efficiency. ACCO's service team can handle any size and any type of project,from a small package system to a complex manufacturing facility.We have the experience and know-how to ensure that your system will run efficiently and deliver the best possible results tailored to your needs. Preventive Maintenance Water Treatment Protect your investment Our qualified technicians can prevent tube fouling, Equipment Repairs maintaining system capacity and efficiency Get your system back up and operating, quickly Tenant Improvements and expertly, minimizing impact on process and Prevent employee discomfort, reduced productivity, building operations loss of revenue and increased vacancies Equipment Modernization Direct Digital Controls Replace, upgrade, modernize,and retrofit Designed and installed by ACCO, provide your facility's systems due to age,obsolescence operational efficiency in your processes and or energy efficiency building Just-In-Time Service Delivery Commissioning Services Guaranteed two-hour emergency response Ensures that the performance of installed time for our contract customers equipment and its peripheral systems operate Qualified Technicians at their peak by adhering to the design specifications The best and most highly trained in the industry Predictive Diagnostic Services Chiller Service Offers an early warning system, which alerts Our Centrifugal Group specialists are trained and and minimizes possible equipment failures certified to service and repair all types of chillers before they happen CONTRACTORS dC� STATE LICENSE BOARD ACTIVE LICENSE L—nseN- 120696 —,CORP Bua"...N—.ACCO ENGINEERED SYSTEMS INC DBA ACCO ENGINEERED SYSTEMS ....a,.",.,C-4 C20 C36 C38 C10 B A C 16 C42 Ezcfr.b°n Die 12/31/2023 www.csib.ca.aov A LD. 0 CD 1 =0 0 Q 87 -� N c 0 'Cob M CO CD CL Q O Cr c D m _= D �_ �' o m O cn a p �' y s Do w r n z o ia " " N RD W Z * 5 3 G) o ca o - wwG) D E N m z . _ ID Q 7o rn < �m �D Z M = y' a o � m TI C a 70r � = Z y W CUD v Q co � D y c m m CCD CD n N o Imo 07 9 a� mv CD 0 m a � q 0 w CDDZZZ o N aUm o � a p �fj) DD N v '�Cl) aCD C7 CA CD CD M CL aCD rL � D a U)CD -� p m =3 = N CDy � a CD o ^ v � ca CDn o ` f 1`1 m Z w a Z � m z m z O l T O \ �' cc m C-) D cn co w r- � © T O � O o z o n Z CA o ]7 r A A � e w _ m C CD 03 z S CD O o co m cfl N CD Q a a n CD CD n g � m 0 O N N a N m O - n m Q < m m —�� N SD n CDO O� N 0' f� cn Cl) S Z VJ M CD > o Z z 0 c� z m N: C_ p� 3 — m Z � m � ch omd mC D ° Z Q R ca yR o `er o o am m ( � c a `° N N Q N tD mm v a � m p y Z CD W Fl: x y. O w CD p C/ (D c boo YI � -1 Q -4 U) M N m CD CD t m � a n rL ro m CD � N � r- 0 o CD -1 'A (—j r p n d m VI :3 N (a A N Z CD � a 0 cn n o 0 a) o ("� m cnN CIL z O O v? t ) -n �1 cQ CD mD cL cn O_ T 0 O n O o On A 11 .0 e O v n W \ CD a _ nCD o n C C CL a Q C"1 c %D CD CD � 0 o w y O �. N O D o nm n -s Q y m m 0 i 03 O R N Z ;o ^C Ol N ID J N- •Y CD 7 fC y' y a) m n m _ o '� o c y rn a`-i y m m m o m Z Z a=. m o * yy c v CL Z om Z ^ � w mDl � m O �° s - C M o w rn � zr � m m � �. v N N a plc: o a m p y n � o CD x 0 0 C 70 y C- O m o m O Cps) m m z r C� (/) `� o0 o a o to fn O N `° T 0 y o CA1'1 m C COCl) m CO) pCD cp 03 y. o s ) vi CD E C!) m a V/ y o m m m m -� Z cn � ton a o U) n -� C ID d o m GV n a (n co a --% Z m a�i O (0 x m m n c2 c o O c o o o n Z M u O _ � N O`° n ® engineered I systems 7. LIST OF CURRENT COMMITMENTS FOR SIMILAR SERVICES Er"o engineered systems Current Commitments for Similar Service County of Placer-Since 2016 11476 C Avenue,Auburn,CA 95603 Contact: Dan Slifer/530-889-6801 Quarterly and annual HVAC preventative maintenance for 100+sites, retrofit projects,tenant improvements,as needed service, parts, and repairs. Equipment serviced includes evaporative coolers,air handlers, condensing units,compressors, packaged units,fan coils, water source heat pumps,fan coils, heating units, pumps,chillers,boilers,cooling towers,fans. County of Yuba-Since 2020 915 8th Street, Suite 119, Marysville, CA 95901 Contact: Lee Ann Hennessy/530-749-7889 On-call HVAC installation, maintenance, parts,service,and as needed repairs. Equipment serviced includes evaporative coolers, air handlers,condensing units,compressors,packaged units,fan coils,water source heat pumps,fan coils, heating units, pumps, chillers, boilers,cooling towers,fans. City of Davis-Since 2018 23 Russell Boulevard, Davis, CA 95616 Contact:Wayne Amaral/530-757-5686 Quarterly and annual HVAC preventative maintenance,service, parts, repairs, retrofit projects,and tenant improvements for over thirty sites including a water treatment facility. Equipment serviced includes evaporative coolers, air handlers,condensing units, compressors, packaged units,fan coils,water source heat pumps,fan coils, heating units, pumps,chillers,boilers,cooling towers,fans. County of Solano-Since 2020 675 Texas Street, Fairfield, CA 94533 Contact: Carl Castro/707-784-6335 Quarterly and annual HVAC preventative maintenance,service, repairs,parts, retrofit projects,tenant improvements for 12 sites. Equipment serviced includes evaporative coolers,air handlers,condensing units, compressors, packaged units,fan coils,water source heat pumps,fan coils, heating units,pumps,chillers, boilers, cooling towers,fans. engineered systems 8. CLIENT REFERENCES engineered systems References References: County of Placer Contact: Dan Slifer/530-889-6801 County of Yuba Contact: Lee Ann Hennessy/530-749-7889 City of Davis Contact:Wayne Amaral/530-757-5686 County of Solano Contact:Carl Castro/707-784-6335 engineered systems 9. REQUIRED FORMS COUNTY OF FRESNO coU� 1rTL8� INFORMAL REQUEST FOR STATEMENT OF QUALIFICATIONS NUMBER: 06-2023 HVAC PARTS, SERVICE AND REPAIRS Issue Date: June 23, 2023 Closing Date: July 10, 2023 AT 10:00 AM All Questions and Responses must be electronically submitted via email to Stephanie Thompson stbrown(a)fresnocountyca.gov For assistance, contact Stephanie Thompson at Phone (559)600-5846. BIDDER TO COMPLETE Undersigned agrees to furnish the commodity or service stipulated in the attached at the prices and terms state in this RFSQ. Bid must be signed and dated by an authorized officer or employee. ACCO Engineered Systems,Inc. COMPANY Keith Dunn CONTACT PERSON 4980 E University Avenue,#103 ADDRESS Fresno,CA 93727 CITY STATE ZIP CODE (559)400-2914 kdunn@accoes.com TELEPHONE NUMBER E-MAILADDRESS AUTHORIZED SIGNATURE Brandon Ellis Service Manager(see attached Corporate Resolution) PRINT NAME TITLE WPublic0ocument Templates in PDFIRFSQ Template 12-21-2021.doc DocuSign Envelope ID:DCBC650E-47D5-49E9-84F8-3255209F93C3 engineered systems CERTIFICATE OF CORPORATE RESOLUTION I, Robert M. Osier, Secretary of ACCO Engineered Systems, Inc., a California Corporation("the Corporation")DO CERTIFY that the following is a true and complete copy of a resolution adopted by the Board of Directors of the Corporation on January 25,2023, and that said resolution has not been rescinded,removed, amended, or modified in any respect and remains in full force and effect as of the date hereof. CONTRACT,BOND,AND OTHER AGREEMENTS SIGNING AUTHORITY RESOLUTION RESOLVED,that this Corporation does hereby authorize Charles Darway,Ronald Falasca,Kevin FitzGerald, , Gregory Holbrook, Jeffrey Marrs, John Petersen, and Richard Yates in the ordinary course to sign contracts, bonds, and other agreements on behalf of the Corporation. Additionally, these individuals have the authority to authorize in writing, on a case-by-case basis, any of the individuals listed below to execute contracts,bonds, and other agreements in a higher amount than authorized below. RESOLVED, that this Corporation does hereby authorize David Anderson, Jonathan Bell, Mark Dauw, Robert Felix, Charles Oberosler, Michael Potts, Thomas Reynolds, and, Carlton Seyforth, in the ordinary course of business to sign contracts,bonds,and other agreements of$5,000,000 on behalf of the Corporation. RESOLVED, that this Corporation does hereby authorize Tareq Barakzoy, Erik Dibble, Richard Ferreira, Jeanette James, Larry Jimenez, Kenneth Lindsey, Robert McKenzie, Robert Osier, Patrick Rochon, and Matthew Taylor in the ordinary course of business to sign contracts, bonds, and other agreements of$2,000,000 or less on behalf of the Corporation. RESOLVED, that this Corporation does hereby authorize Michael Avakian, Scott Ellis, Hugh Palmer, Ryan Novacek, David Osbum, Christopher Way, and Richard Wilson in the ordinary course of business to sign contracts and bonds of$1,000,000 or less on behalf of the Corporation. RESOLVED,that this Corporation does hereby authorize Bryan Cooper in the ordinary course of business to sign contracts and bonds of$500,000 or less on behalf of the Corporation. engineered systems Rev.01.25.2023 CONTRACT,BOND,AND OTHER AGREEMENTS Page 1 of 2 DocuSign Envelope ID:DCBC650E-47D5-49E9-84F8-3255209F93C3 I engineered systems RESOLVED,that this Corporation does hereby authorize Richard Adams, Sean Bennett,Brandon Ellis; Max Grek, Daniel Grumbles, Gregory Guizado, Ryan Leahy, Epifanio Ramirez, Wildivina Rosario, Frank Silva, and Richard Walker in the ordinary course of business to sign contracts of $250,000 or less on behalf of the Corporation. WITNESS THEREOF,the undersigned has set his hand and affixed the seal of this Corporation on this 31 A day of January 2023. �DocuSlgned by: �� !G 'q �D�atOP"Og9j•;r� B68EB8669A4D6... Robert M. Osier, Corporate Secretary _ ;�JUNE 15, �� Cf) O 1950 ;0 I engineered systems Rev.01.25.2023 CONTRACT,BOND,AND OTHER AGREEMENTS Page 2 of 2 Statement of Qualifications No. 06-2023 Page 6 SUBMITTAL REQUIREMENTS A. The submittal will enable the County Department to appraise the general competence and qualifications of the responding firms. Please provide the listed information in the following sequence: 1. Firm name, address and phone number 2. Type of organization (sole-proprietorship, partnership, or corporation) 3. Firm principals who will be responsible for the project, and their educational background, credentials, training and experience 4. Key personnel (including proposed sub-contractors, if applicable)who will work on the project with their educational background, credentials,training and experience on comparable projects 5. List of current staff, including job classification 6. Firm qualifications, including licenses 7. List current projects or commitments for similar services in progress 8. List the name and phone number of at least three (3)relevant client references B. Bidder to complete: 1. Subcontractors: List all subcontractors that would perform work in excess of one/half of one percent of the total amount of your bid, and state general type of work such subcontractor would be performing. The primary contractor is not relieved of any responsibility by virtue of using a subcontractor: N/A 2. Contractor's License: Bidder to possess appropriate license for the project in accordance with current regulations/statutes. Possession of minimum five (5)years' experience in performing the services being requested. The bidder shall possess a current State of California contractor's License, Class C-20 for HVAC, C-36 for plumbing, etc., or another license class that covers the work to be performed. The proposal must indicate the license held by the bidder, which enables him/her to perform the work. If the license is other than a Class C-20 or C-36,the bidder must explain why his/her license(s) is acceptable. The County will review and determine if acceptable. Number and Class: 120696 A,B,C4,C10,C16,C20,C36,C38,C42 Date of Issue: 07/24/1950 Bidder must also submit verification of Contractor's License from the Department of Consumer Affairs — Contractors' State License Board. Failure to submit verification may result in bidder's response being considered non-responsive. Public Contract Code Section 7028.15: Where the State of California requires a Contractor's license, it is a misdemeanor for any person to submit a bid unless specifically exempted. DO NOT SUBMIT MORE INFORMATION THAN REQUESTED IN THIS RFSQ G:IPUBLICID000MENT TEMPLATES IN PDRRFSQ TEMPLATE 12-21-2021.DOC Statement of Qualifications No. 06-2023 Page 8 apprentices may be found on the website for the State of California— Department of Industrial Relations: http://www.dir.ca.gov/oprl/pwappwage/PWAppWageStart.asp It shall be mandatory upon the Contractor herein and upon any subcontractor to pay not less than the prevailing wage rates, including overtime and holiday rates,to all workers, laborers, or mechanics employed on this public work project, including those workers employed as apprentices. Further, Contractor and each subcontractor shall comply with Labor Code sections 1777.5 and 1777.6 concerning the employment of apprentices. A copy of the above-mentioned prevailing wage rates shall be posted by the Contractor at the job site where it will be available to any interested party. Contractor shall comply with Labor Code section 1775 and forfeit as a penalty to County Two Hundred Dollars ($200.00)for each calendar day or portion thereof,for each worker paid less than the prevailing wage rates for the work or craft in which the worker is employed for any work done under this project by Contractor or by any subcontractor under Contractor in violation of Labor Code section 1770, et seq. In addition to the penalty, the difference between the prevailing wage rates and amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall be paid to each worker by the Contractor or subcontractor. Contractor and each subcontractor shall keep an accurate record showing the names, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with this public work project. In accordance with Labor Code section 1776, each payroll record shall be certified and verified by a written declaration under penalty of perjury stating that the information within the payroll record is true and correct and that the Contractor or subcontractor complied with the requirements of Labor Code sections 1771, 1811 and 1815 for any work performed by its employees on this public work project. These records shall be open at all reasonable hours to inspection by the County, its officers and agents, and to the representatives of the State of California—Department of Industrial Relations, including but not limited to the Division of Labor Standards Enforcement. DIR ACKNOWLEDGEMENT I acknowledge in accordance with labor Code Sections 1725.5 and 1770-1777.7,that I have registered with the Department of Industrial Relations (DIR)and all Certified Payroll Records will be uploaded to the DIR Website. Any additional requirements that materialize from the SB854 legislation will be complied with. Attached is verification of the DIR registration. Brandon Ellis (Authorized Signature) Service Manager Title 1000000546 DIR Number G:IPUBLICID000MENT TEMPLATES IN PDRRFSQ TEMPLATE 12-21-2021.DOC Statement of Qualifications No. 06-2023 Page 5 COST The awarded vendors of this Master Agreement will be contacted for services by authorized County personnel,first based on the cost provided then the availability to provide these services. Parts and Materials—Please list how the county will be charged for parts and materials. (For example, "list-10%, list+10%, cost+/-%) Please attach additional documents if necessary. List+ 10% Time—Please describe how the County will be charged on an hourly basis. Please attach additional documents if necessary. Days Times ex. Mon-Fri ex. 8am—4 m Regular Time: Monday - Friday 7am - 4 m Over Time: Monday - Friday After 4pm Over Time: Saturday 7am-4 m Other: (describe) Premium Time Saturdays after 4 m All Holidays, & Sundays Regular Pay Overtime Pay Other: (describe) Master Level Technician $170 per hour $255 per hour $340 per hour Journeyman Level Technician $157 per hour $235.50 per hour $314 per hour Apprentice/Helper $142 per hour $213 per hour $284 per hour G:IPUBLICID000MENT TEMPLATES IN PDRRFSQ TEMPLATE 12-21-2021.DOC ACCO LOCATIONS Pasadena-Corporate Headquarters Newbury Park San Diego / 888 East Walnut Street 2393 Teller Road#104 5950 Nancy Ridge Drive,Suite 500 Pasadena,CA 91101 Newbury Park,CA 91320 San Diego,CA 92121 Phone:(818)244-6571 Phone:(818)244-6571 Phone:(858)695-3977 Bakersfield Novato San Francisco 3121 N.Sillect Ave.Suite 104 32 Galli Drive,Unit A 300 Broadway Street,Suite 20 Bakersfield,CA 93308 Novato,CA 94949 San Francisco,CA 94133 Phone:(661)631-1975 Phone:(510)346-4300 Phone:(415)399-1549 Boise Costa Mesa San Jose 5315 N.Sawyer Avenue 265 McCormick Ave. 2361 Qume Drive Garden City,ID 83714 Costa Mesa,CA 92626 San Jose,CA 95131 24 Hr Service:(208)323-7789 Phone:(714)352-2226 Phone:(669)252-8800 Commerce Portland San Leandro 6446 E Washington Blvd 1455 NW Irving Street,Ste.200 1133 Aladdin Avenue Commerce,CA 90040 Portland,OR 97209 San Leandro,C Phone:(323)201-0931 Phone:(206)787-8500 Ph . 10)346-4300 El Segundo Redding Seattle 2201 Park Place,Ste.400 5205 Industrial Way,Suite D 5300 Denver Avenue South El Segundo,CA 90245 Anderson,CA 96007 Seattle,WA 98108 Phone:(818)244-6571 Phone:(530)378-0539 Phone:(206)787-8500 Fresno Reno/Tahoe(Const ction) Vacaville 4980 E.University Ave.Suite 103 2010 Kle ppe Ln 630 Eubanks Court,Ste.E&F Fresno,CA 93727 Sparks,NV 89431 Vacaville,CA 95688 Phone:(559)251-2226 Phone:(775)331- 455 Phone:(707)455-0130 Inland Empire Reno/Tahoe(Facility Service) Geo.H.Wilson Mechanical Contractors 9800 Indiana Avenue,Ste.6 1410 Greg Strget,Ste.419 250 Harvey West Blvd. Riverside,CA 92503 Sparks,NV 89 31 Santa Cruz,CA 95060 Phone:(818)244-6571 Phone:(775) 1-8376 Phone:(831)423-9522 Las Vegas Sacramento Smith Mechancial-Electrical-Plumbing 6678 W Sunset Rd.Suite 160 9290 Beatty Dri a 1340 Betteravia Road Las Vegas,NV 89118 Sacramento,CA 5826 Santa Maria,CA 93455 Phone:(702)405-1811 Phone:(916)520- 100 Phone:(805)621-5000 WWW.A000ES.COM