HomeMy WebLinkAboutResolutions - 2016.05.05 - 22334MISCELLANEOUS RESOLUTION #16112 May 5, 2016
BY: Finance Committee, Tom Middleton, Chairperson
IN RE: FACILITIES MANAGEMENT/FACILITIES MAINTENANCE & OPERATIONS — NORTH
OAKLAND HEALTH CENTER CHILLER REPLACEMENT PROJECT
To the Oakland County Board of Commissioners
Chairperson, Ladies and Gentlemen:
WHEREAS Facilities Management is responsible for the ongoing operation of North Oakland Health
Center and to provide a comfortable working environment for employees and visitors; and
WHEREAS the current chiller system which cools the North Oakland Health Center's offices and public
areas is 17 years old; and
WHEREAS one of the chiller units failed upon equipment commissioning this spring; and
WHEREAS the failed unit will adversely affect day to day operations if outdoor temperatures exceed 80
degrees; and
WHEREAS a request to issue an emergency 116-ton chiller purchase was submitted to and approved by
the Budget Task Force and Purchasing on April 15th; and
WHEREAS an annual, competitively selected contractor, Johnson Controls, is able to secure a new
chiller in a timely manner (see attached); and
WHEREAS the chiller cost will be $44,044, installation costs will not exceed $6,000, and a 15%
contingency brings the total project cost to $57,550; and
WHEREAS the FY 2016 through FY 2025 Capital Improvement Program (CIP) allocated funding for
HVAC Chiller replacements with amounts allocated for the North Oakland Health Center scheduled in FY
2018; and
WHEREAS the replacement for this particular unit is required sooner due to equipment failure; and
WHEREAS funding in the amount of $57,550 for the North Oakland Health Center Chiller Replacement
Project is available for transfer from the FY2016-2025 Capital Improvement Program/Building Fund
(#40100) to the Project Work Order Fund (#40400).
NOW THEREFORE BE IT RESOLVED that the Oakland County Board of Commissioners authorizes the
North Oakland Health Center Chiller Replacement Project in the amount of $57,550.
BE IT FURTHER RESOLVED that the Board of Commissioners authorizes the transfer of funding from
the Capital Improvement Program/Building Fund (#40100) to the Project Work Order Fund (#40400) to
establish the North Oakland Health Center Chiller Replacement Project (#100000002376) as detailed
below.
BUILDING IMPROVEMENT FUND (#40100)
1040101-148020-788001-40400Transfer Out
PROJECT WORK ORDER FUND (#40400)
Project ID 100000002376, Activity PROJ
1040101-148020-695500-40100Transfer In
($57,550)
$57,550
$ -0-
Chairperson, on behalf of the Finance Committee, I move the adoption of the foregoing resolution.
FINANCE COMMITTEE VOTE:
Motion carried unanimously on a roll call vote with Woodward absent.
PROPOSAL
Johnson
Controls Johnson Controls, Inc.
Building Efficiency
6111 Sterling Drive North
Sterling Heights, MI 48316
Date 04/15/2016
Oaldand County Maintenance Operations
Attn: Mr. Kurt Taylor — Facilities Director
#1 Public Works Drive
Waterford, Michigan 48328
Project: North Oakland Medical Chiller
The following proposal is to provide one (1) new YORK chiller (options listed below) to replace
the existing Carrier that has a crack evaporator barrel and is non-operational.
Please see the following picture for the existing non-operational chiller.
JCI proposes to provide a new YORK Chiller with the following options:
• Model number iitYLAA0125HE 1 135125 36484 36484
• Net Cooling Capacity 116 tons
• R-410A Refrigerant (Fully Charged)
• Voltage Code - (460/3/60)
• SP Supply TB 1
• No Control Transformer
• High Ambient and Low Ambient Kit
• BAS Reset/Offset required
3
kir
Johnson rw40
Controls
PROPOSAL
Mir?.
Johnson Controls, inc.
Building Efficiency
6111 Sterling Drive North
Sterling Heights, MI 48316
• cUL/cETL Listing Electronic Expansion Valves
• Flow Switch with Extension Kit
• ASME Pressure Vessel & Associated Codes
• No Heat Recovery
• Hail Guard (Louvered Panel at Unit Rear)
• No Sound Kit
• Low Sound Fans
• Neoprene Isolators
• No Pump Kit
2 Warranty
• Warranty (Months are from date of shipment/Years are from date of start up, whichever
expires first.)
• Unit Parts Warranty: 18 months (1 Year)
• Compressor Warranty; None (Parts Only)
• Refrigerant Warranty: 18 months (1 Year)
Base Proposal price for above scope of work is $44,044.00
Clarifications and exclusions:
• Current manufacture lead time from factory is 7 weeks. ICI is working to expedite this
order to obtain new chiller as quickly as possible
• Proposal includes delivery to job site
• Proposal is to provide new chiller only.
• Proposal does not include asbestos or removal if necessary
• Insulation is not currently included under this proposal
• Cutting, coring, painting, patching, cement work, etc. of any kind is not included in this
proposal.
• Proposal covers only items specifically identified above.
If you should have any further questions, please call Michael Konczak (810)614-5657
(IMPORTANT: This proposal incorporates by reference the terms and conditions on the reverse side hereof.)
4
PROPO SAL
Johnson Fiff4C0
Controls Johnson Controls, Inc,
Building Efficiency
6111 Sterling Drive North
Sterling Heights, MI 48316
This proposal is hereby accepted and
Johnson Controls is authorized to proceed
with the work; subject, however, to credit
approval by Johnson Controls, Inc.,
Milwaukee, Wisconsin.
Purchaser - Company Name
This proposal is valid until:
June 1 si 2016
JOHNSON CONTROLS, INC.
Signature
Signature
Name: Name:
Title: Title: Account Executive Service
Date:
5
PROPOSAL
Johnson v./4p'
Controls
111YORK
Johnson Controls, Inc,
Building Efficiency
6111 Sterling Drive North
Sterling 1-bights, MI 48316
Terms and Conditions
By accepting this proposal, Purchaser agrees to be bound by the following terms and conditions:
1. SCOPE OF WORK. This proposal is based upon the use of straight time labor only. Plastering, patching, and painting are excluded. "In-line duct and piping devices,
including, but not limited to valves, dampers, humidifiers, wells, taps, flow meters, orifices, etc., if required herelnunder to be furnished by Johnson, shall be distributed
and installed others under Johnson's supervision but at no additional cost to Johnson. Purchaser agrees to provide Johnson with required field utilities (electricity, toilets,
drinking water, project hoist, elevator service, etc.) without charge. Johnson agrees to keep the job site clean of debris arising out of its own operations. Purchaser shall
not backcharge Johnson for any costs or expenses without Johnson's written consent
Unless specifically noted In the statement of the scope of work or services undertaken by JCI under this agreement, JCI's obligations under this agreement expressly
exclude any work or service of any nature associated or connected with the Identification, abatement, clean up, control, removal, or disposal, of environmental Hazards,
or dangerous substances, to include but not limited to asbestos, or PCBs, discovered in or on the premises. Any language or provision of the agreement elsewhere
contained which may authorize or empower the Purchaser to change, modify, or alter the scope of work or services to be performed by JCI shall not operate to compel
JCI to perform any work relating to Hazards without JCI's express written consent.
2. INVOICE AND PAYMENTS, Johnson may Invoice Purchaser monthly for all materials delivered to the job site or to an off-site storage facility and for all work
performed on-site and off-site. Purchaser shall pay Johnson at the time purchaser signs this agreement an advance payment equal to 10% of the contract price, which
advance payment shall be credited against the final payment (but not any progress payment) due hereinunder and purchaser agrees to pay Johnson additional amounts
invoiced upon receipt of the invoice. Waivers of lien will be furnished upon request, as the work progresses, to the extent payments are received. If Johnson's invoice Is
not paid within 30 days of its issuance, it is delinquent.
3. MATERIALS. If the materials or equipment included In this proposal become temporarily or permanently unavailable for reasons beyond the control and without the
fault of Johnson, then in the case of such temporary unavailability, the time for performance of the work shalt be extended to the extent thereof, and In the case of
permanent unavailability. Johnson shall (a) be excused from furnishing said materials or equipment, and (b) be reimbursed for the difference between the cost of the
materials or equipment permanently unavailable and the cost ofa reasonably available substitute therefor.
4. WARRANTY. Johnson warrants that the equipment manufacturer by It shall be free from defects in material and workmanship arising from normal usage for a period
of one (1) year from delivery of said equipment, or if installed by Johnson, for a period of one (1) year from installation. Johnson warrants that for equipment furnished
and/or installed but not manufactured by Johnson, Johnson will extend the same warranty terms and conditions which Johnson receives from the manufacturer of said
equipment. For equipment Installed by Johnson, if Purchaser provides written notice to Johnson of any such defect within thirty (30) days after the appearance or
discovery of such defect, Johnson shall, at its option, repair or replace the defective equipment and return said equipment to purchaser. All transportation charges
Incurred in connection with the warranty or equipment not installed by Johnson shall be borne by Purchaser. These warranties do not extend to any equipment which has
been repaired by others, abused, altered or misused, or which has not been properly and reasonably maintained. THESE WARRANTIES ARE IN LIEU OF ALL OTHER
WARRANTIES, EXPRESS OR IMPLIED, INCLUDING, BUT NOT LIMITED TO, THOSE OF MERCHANTABILJTY AND FITNESS FOR A SPECIFIC PURPOSE.
5. LIABILITY. Johnson shall not be liable for any special, indirect, or consequential damages arising in any manner from the equipment or material furnished or the work
performed pursuant to this agreement,
6. TAXES. The price of this proposal does not include duties, sales, use, excise, or other taxes, unless required by federal, state, or local taw. Purchaser shall pay, in
addition to the stated price, all taxes not legally required to be paid by Johnson or, alternatively, shall provide Johnson with acceptable tax exemption certificates.
Johnson shall provide purchaser with any tax payment certificate upon request and after completion and acceptance of the work.
7. DELAYS. Johnson shall not be liable for any delay in the performance of the work resulting from or attributed to acts of circumstance beyond Johnson's control,
including but not limited to; acts of God, fire, riots, labor disputes, conditions of the premises, acts or omissions of the Purchaser, Owner, or other Contractors or delays
caused by suppliers or subcontractors of Johnson, etc,
8. COMPLIANCE WITH LAWS. Johnson shaft comply with all applicable federal, state, and local laws and regulations, and shall obtain all temporary licenses and
permits required for the prosecution of the work. Licenses and permits a permanent nature shall be procured and paid for by the Purchaser.
9, DISPUTES. All disputes involving more than $15,000.00 shall be resolved by arbitration in accordance with the rules of the American Arbitration Association. The
prevailing party shall recover all legal costs and attorney's fees incurred as a result. Nothing here shall limit any rights under construction lien laws.
10. INSURANCE. Insurance coverage in excess of Johnson's standard limits will be furnished when requested and required. No credit will be given or premium paid by
Johnson for insurance afforded by others.
11. INDEMNITY. The Parties hereto agree to indemnify each other from any and all liabilities, claims, expenses, losses or damages, including attorneys' fees which may
arise in connection with the execution of the work herein specified and which are caused, in whole or In part, by the negligent act or omission of the indemnifying Party.
12, OCCUPATIONAL SAFETY AND HEALTH. The Parties hereto agree to notify each other immediately upon becoming aware of an inspection under, or any alleged
violation of the Occupational Safety and Health Act relating in any way to the project or project site.
13. ENTIRE AGREEMENT. This proposal, upon acceptance, shall constitute the entire agreement between the parties and supersedes any prior representations or
understandings,
14. CHANGES. No change or modification of any of the terms and conditions stated herein shall be binding upon Johnson unless accepted by Johnson in writing.
15, PAYMENT TERMS. All services to be paid 50% upfront which will initiate mobilization of contract. Remainder to be paid upon completion of work,
6
Resolution #16112 May 5, 2016
Moved by Fleming supported by Quarles the resolutions (with fiscal notes attached) on the Consent
Agenda be adopted (with accompanying reports being accepted).
AYES: Dwyer, Fleming, Gershenson, Gingell, Gosselin, Hoffman, Jackson, KowaII, Long,
McGillivray, Middleton, Quarles, Scott, Spisz, Taub, Weipert, Woodward, Zack, Crawford. (19)
NAYS: None. (0)
A sufficient majority having voted in favor, the resolutions (with fiscal notes attached) on the Consent
Agenda were adopted (with accompanying reports being accepted).
Ja.1„4120 /
1 HERM APPROVE MIS MESOLUTION
CHIEF DEPUTY COUNTY EXECUTIVE
ACTING PURSUANT TO MCL 45.559A (7)
STATE OF MICHIGAN)
COUNTY OF OAKLAND)
I, Lisa Brown, Clerk of the County of Oakland, do hereby certify that the foregoing resolution is a true and
accurate copy of a resolution adopted by the Oakland County Board of Commissioners on May 5, 2016,
with the original record thereof now remaining in my office.
In Testimony Whereof, I have hereunto set my hand and affixed the seal of the County of Oakland at
Pontiac, Michigan this 51h day of May, 2016.
Lisa Brown, Oakland County