Loading...
HomeMy WebLinkAbout2015-004 Contract - Johnson Controls Inc • I Contract for GOODS AND SERVICES Less than $25,000 CITY OF CONTRACTOR: Johnson Controls Inc. -ASHLAND 20 East Main Street CONTACT: Jared L. Fuhriman Ashland, Oregon 97520 ADDRESS: Portland Medford OR Common Branch -ON58 Telephone: 541/488-6002 4011 SE International Way STE 605 Fax: 541/488-5311 Milwaukie OR 97222-826 TELEPHONE: (866)635-1302 DATE AGREEMENT PREPARED: 1/12115 FAX: 503 654-1158 BEGINNING DATE: 1/15/15 COMPLETION DATE: 4/15/15 COMPENSATION: $1,413.00 GOODS AND SERVICES TO BE PROVIDED: Provide time and material to install three upgraded thermostats at North Mountain Park Nature Center. New thermostats will be fully programmable with built-in occupancy sensors model T600HCP-4+PIR. Upon completion of installation, technician will review operation and programming of thermostat with owners representative. Please see attached scope of work and product information. ADDITIONAL TERMS: In the event of conflicts or discrepancies among the contract documents, the City of Ashland Contract for Goods and Services will be primary and take precedence, and any exhibits or ancillary contracts or agreements having redundant or contrary provisions will be subordinate to and interpreted in a manner that will not conflict with the said rims City of Ashland Contract. NOW THEREFORE, pursuant to AMC 2.50.090 and after consideration of the mutual covenants contained herein the CITY AND CONTRACTOR AGREE as follows: 1. All Costs by Contractor: Contractor shall, provide all goods as specified above and shall at its own risk and expense, perform any work described above and, unless otherwise specified, furnish all labor, equipment and materials required for the proper performance of such work. 2. Qualified Work: Contractor has represented, and by entering into this contract now represents, that any personnel assigned to the work required under this contract are fully qualified to perform the work to which they will be assigned in a skilled and worker-like manner and, if required to be registered, licensed or bonded by the State of Oregon, are so registered, licensed and bonded. Contractor must also maintain a current City business license. 3. Completion Date: Contractor shall provide all goods in accordance with the standards and specifications, no later than the date indicated above and start performing the work under this contract by the beginning date indicated above and complete the work by the completion date indicated above. 4. Compensation: City shall pay Contractor for the specified goods and for any work performed, including costs and expenses, the sum specified above. Payments shall be made within 30 days of the date of the invoice. Should the contract be prematurely terminated, payments will be made for work completed and accepted to date of termination. Compensation under this contract, including all costs and expenses of Contractor, is limited to $25,000.00, unless a separate written contract is entered into by the City. 5. Ownership of Documents: All documents prepared by Contractor pursuant to this contract shall be the property of City. 6. Statutory Requirements: ORS 279B.220, 2798.225, 27913.230, 2796.235, ORS Chapter 244 and ORS 670.600 are made part of this contract. 7. Living Wage Requirements: If contractor is providing services under this contract and the amount of this contract is $20,142.20 or more, Contractor is required to comply with chapter 3.12 of the Ashland Municipal Code by paying a living wage, as defined in this chapter, to all employees performing work under this contract and to any subcontractor who performs 50% or more of the work under this contract. Contractor is also required to post the notice attached hereto as Exhibit B predominantly in areas where it will be seen by all employees. 8. Indemnification: Contractor agrees to defend, indemnify and save City, its officers, employees and agents harmless from any and all losses, claims, actions, costs, expenses, judgments, subrogations, or other damages resulting from injury to any person (including injury resulting in death), or damage (including loss or destruction) to property, of whatsoever nature arising out of or incident to the performance of this contract by Contractor (including but not limited to, Contractor's employees, agents, and others designated by Contractor to perform work or services attendant to this contract). Contractor shall not be held responsible for any losses, expenses, claims, subrogations, actions, costs, judgments, or other damages, directly, solely, and proximately caused by the negligence of City. 9. Termination: a. Mutual Consent. This contract may be terminated at an time b mutual consent of both parties, Contract for Goods and Services Less than $25,000, Revised 07108/2014, Page 1 of 6 . i b. City's Convenience. This contract may be terminated at any time by City upon 30 days' notice in writing and delivered by certified mail or in person. C. For Cause. City may terminate or modify this contract, in whole or in part, effective upon delivery of written notice to Contractor, or at such later date as may be established by City under any of the following conditions: i. If City funding from federal, state, county or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services; ii. If federal or state regulations or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this contract or are no longer eligible for the funding proposed for payments authorized by this contract; or iii. if any license or certificate required by law or regulation to be held by Contractor to provide the services required by this contract is for any reason denied, revoked, suspended, or not renewed. d. For Default or Breach. i. Either City or Contractor may terminate this contract in the event of a breach of the contract by the other. Prior to such termination the party seeking termination shall give to the other party written notice of the breach and intent to terminate. If the party committing the breach has not entirely cured the breach within 15 days of the date of the notice, or within such other period as the party giving the notice may authorize or require, then the contract may be terminated at any time thereafter by a written notice of termination by the party giving notice. ii. Time is of the essence for Contractor's performance of each and every obligation and duty under this contract. City by written notice to Contractor of default or breach, may at any time terminate the whole or any part of this contract if Contractor fails to provide services called for by this contract within the time specified herein or in any extension thereof. iii. The rights and remedies of City provided in this subsection (d) are not exclusive and are in addition to any other rights and remedies provided by law or under this contract. e. Obligation/Liability of Parties. Termination or modification of this contract pursuant to subsections a, b, or c above shall be without prejudice to any obligations or liabilities of either party already accrued prior to such termination or modification. However, upon receiving a notice of termination (regardless whether such notice is given pursuant to subsections a, b, c or d of this section, Contractor shall immediately cease all activities under this contract, unless expressly directed otherwise by City in the notice of termination. Further, upon termination, Contractor shall deliver to City all contract documents, information, works-in-progress and other property that are or would be deliverables had the contract been completed. City shall pay Contractor for work performed prior to the termination date if such work was performed in accordance with the Contract. i 10. Independent Contractor Status: Contractor is an independent Contractor and not an employee of the City. Contractor shall have the complete responsibility for the performance of this contract. 11. Non-discrimination Certification: The undersigned certifies that the undersigned Contractor has not discriminated against minority, women or emerging small businesses enterprises in obtaining any required subcontracts. Contractor further certifies that it shall not discriminate in the award of such subcontracts, if any. The Contractor understands and acknowledges that it may be disqualified from bidding on this contract, including but not limited to City discovery of a misrepresentation or sham regarding a subcontract or that the Bidder has violated any requirement of ORS 279A.110 or the administrative rules implementing the Statute. 12. Asbestos Abatement License: If required under ORS 468A.710, Contractor or Subcontractor shall possess an asbestos abatement license. 13. Assignment and Subcontracts: Contractor shall not assign this contract or subcontract any portion of the work (I without the written consent of City. Any attempted assignment or subcontract without written consent of City shall be void. Contractor shall be fully responsible for the acts or omissions of any assigns or subcontractors and of all persons employed by them, and the approval by City of any assignment or subcontract shall not create any contractual relation between the assignee or subcontractor and City. 14. Use of Recyclable Products: Contractor shall use recyclable products to the maximum extent economically feasible in the performance of the contract work set forth in this document. 15. Default. The Contractor shall be in default of this agreement if Contractor: commits any material breach or default of any covenant, warranty, certification, or obligation it owes under the Contract; if it loses its QRF status pursuant to the QRF Rules or loses any license, certificate or certification that is required to perform the work or to qualify as a QRF if Contractor has qualified as a QRF for this agreement; institutes an action for relief in bankruptcy or has instituted against it an action for insolvency; makes a general assignment for the benefit of creditors; or ceases doing business on a regular basis of the type identified in its obligations under the Contract; or attempts to assign rights in, or delegate duties under, the Contract. 16. Insurance, Contractor shall at its own expense provide the following insurance: a. Worker's Compensation insurance in compliance with ORS 656.017, which requires subject employers to provide Oregon workers' compensation coverage for all their subject workers b. General Liability insurance with a combined single limit, or the equivalent, of not less than Enter one: $200,000, $500,000, $1,000,000, 12, 000,000 or Not A licable for each occurrence for l3odil !n'ur and Pro eri Contract for Goods and Services Less than $25,000, Revised 07/08/2014, Page 2 of 6 Damage. It shall include contractual liability coverage for the indemnity provided under this contract. C. Automobile Liability insurance with a combined single limit, or the equivalent, of not less than Enter one: ! $200,000, $500,000, $1,000,000, or Not Applicable for each accident for Bodily Injury and Property Damage, including coverage for owned, hired or non-owned vehicles, as applicable. d. Notice of cancellation or change. There shall be no cancellation, material change, reduction of limits or intent not to renew the insurance coverage(s) without 30 days' written notice from the Contractor or its insurer(s) to the City. e. Additional InsuredlCertificates of Insurance. Contractor shall name The City of Ashland, Oregon, and its elected officials, officers and employees as Additional Insureds on any insurance policies required herein but only with respect to Contractor's services to be provided under this Contract. As evidence of the insurance coverages required by this Contract, the Contractor shall furnish acceptable insurance certificates prior to commencing work under this contract. The contractor's insurance is primary and non-contributory. The certificate will specify all of the parties who are Additional Insureds. Insuring companies or entities are subject to the City's acceptance. If requested, complete copies of insurance policies, trust agreements, etc. shall be provided to the City. The Contractor shall be financially responsible for all pertinent deductibles, self-insured retentions and/or self- insurance. 17. Governing Law; Jurisdiction; Venue: This contract shall be governed and construed in accordance with the laws of the State of Oregon without resort to any jurisdiction's conflict of laws, rules or doctrines. Any claim, action, suit or proceeding (collectively, "the claim") between the City (and/or any other or department of the State of Oregon) and the Contractor that arises from or relates to this contract shall be brought and conducted solely and exclusively within the Circuit Court of Jackson County for the State of Oregon. If, however, the claim must be brought in a federal forum, then it shall be brought and conducted solely and exclusively within the United States District Court for the District of Oregon filed.in Jackson County, Oregon. Contractor, by the signature herein of its authorized representative, hereby consents to the in personam jurisdiction of said courts. In no event shall this section be construed as a waiver by City of any form of defense or immunity, based on the Eleventh Amendment to the United States Constitution, or otherwise, from any claim or from the jurisdiction. 18. THIS CONTRACT AND ATTACHED EXHIBITS CONSTITUTE THE ENTIRE AGREEMENT BETWEEN THE PARTIES. NO WAIVER, CONSENT, MODIFICATION OR CHANGE OF TERMS OF THIS CONTRACT SHALL BIND EITHER PARTY UNLESS IN WRITING AND SIGNED BY BOTH PARTIES. SUCH WAIVER, CONSENT, MODIFICATION OR CHANGE, IF MADE, SHALL BE EFFECTIVE ONLY IN THE SPECIFIC INSTANCE AND FOR ! THE SPECIFIC PURPOSE GIVEN. THERE ARE NO UNDERSTANDINGS, AGREEMENTS, OR REPRESENTATIONS, ORAL OR WRITTEN, NOT SPECIFIED HEREIN REGARDING THIS CONTRACT. 4 CONTRACTOR, BY SIGNATURE OF ITS AUTHORIZED REPRESENTATIVE, HEREBY ACKNOWLEDGES THAT HE/SHE HAS READ THIS CONTRACT, UNDERSTANDS IT, AND AGREES TO BE BOUND BY ITS TERMS AND CONDITIONS. 19. Nonappropriations Clause. Funds Available and Authorized: City has sufficient funds currently available and authorized for expenditure to finance the costs of this contract within the City's fiscal year budget. Contractor understands and agrees that City's payment of amounts under this contract attributable to work performed after the last day of the current fiscal year is contingent on City appropriations, or other expenditure authority sufficient to allow City in the exercise of its reasonable administrative discretion, to continue to make payments under this contract. In the event City has insufficient appropriations, limitations or other expenditure authority, City may terminate this contract without penalty or liability to City, effective upon _the delivery of written notice to Contractor, with no further liability to Contractor. 20. Prior Approval Required Provision. Approval by the City of Ashland Council or the Public Contracting Officer is required before any work may begin under this contract. 21. Certification. Contractor shall sign the certification attached hereto as Exhibit A and herein incorporated by reference. Contractor: City of Ashland By~~~ By Signature Department Head Print Name Print Name ~Ay✓GN ~/Z,yccE ~,avq~6/1- / l 5 moo/ Title D to W-9 One copy of a W-9 is to be submitted with the signed contract. Purchase Order No. Contract for Goods and Services Less than $25,000, Revised 07108/2014, Page 3 of 6 f • I EXHIBIT A CERTIFICATIONS/REPRESENTATIONS: Contractor, under penalty of perjury, certifies that (a) the number shown on the attached W-9 form is its correct taxpayer ID (or is waiting for the number to be issued to it and (b) Contractor is not subject to backup withholding because (i) it is exempt from backup withholding or (ii) it has not been notified by the Internal Revenue Service (IRS) that it is subject to backup withholding as a result of a failure to report all interest or dividends, or (iii) the IRS has notified it that it is no longer subject to backup withholding. Contractor further represents and warrants to City that (a) it has the power and authority to enter into and perform the work, (b) the Contract, when executed and delivered, shall be a valid and binding obligation of Contractor enforceable in accordance with its terms, (c) the work under the Contract shall be performed in accordance with the highest professional standards, and (d) Contractor is qualified, professionally competent and duly licensed to perform the work. Contractor also certifies under penalty of perjury that its business is not in violation of any Oregon tax laws, and it is a corporation authorized to act on behalf of the entity designated above and authorized to do business in Oregon or is an independent Contractor as defined in the contract documents, and has checked four or more of the following criteria: s (1) 1 carry out the labor or services at a location separate from my residence or is in a j specific portion of my residence, set aside as the location of the business. (2) Commercial advertising or business cards or a trade association membership are purchased for the business. (3) Telephone listing is used for the business separate from the personal residence listing. (4) Labor or services are performed only pursuant to written contracts. ✓ (5) Labor or services are performed for two or more different persons within a period of one year. (6) 1 assume financial responsibility for defective workmanship or for service not provided as evidenced by the ownership of performance bonds, warranties, errors and omission insurance or liability insurance relating to the labor or services to be provided. Contractor (Date) Contract for Goods and Services Less than $25,000, Revised 0710812014, Page 4 of 6 CITY OF ASHLAND, OREGON EXHIBIT B City of Ashland LIVING WAGE #I@ oil per hour effective June 30, 2014 (Increases annually every June 30 by the Consumer Pace Index) portion of business of their 401 K and IRS eligible employer, if the employer has cafeteria plans (including ten or more employees, and childcare) benefits to the has received financial amount of wages received by assistance for the project or the employee. ➢ For an hours worked under a business from the City of service contract between their Ashland in excess of ➢ Note: 'Employee' does not employer and the City of $20,142.20. include temporary or part-time Ashland if the contract employees hired for less than exceeds $20,142.20 or more. ➢ If their employer is the City of 1040 hours in any twelve- Ashland including the Parks month period. For more ➢ For all hours worked in a and Recreation Department. details on applicability of this month if the employee spends policy, please see Ashland 50% or more of the ➢ In calculating the living wage, Municipal Code Section employee's time in that month employers may add the value 3.12.020. working on a project or of health care, retirement, additional For • Call the Ashland City Administrator's office at 541-488-6002 or write to the City Administrator, City Hall, 20 East Main Street, Ashland, OR 91520 or visit the city's website at www.ashland.or.us. Notice to Employers: This notice must be posted predominantly in areas where it can be seen by all employees. CITY OF ASHLAND Contract for Goods and Services Less than $25,000, Revised 07/08/2014, Page 5 of 6 EXHIBIT C i I i i i i i 1 i i i I s Contract for Goods and Services Less than $25,000, Revised 0710812014, Page 6 of 6 Page 1 of 2 Johnson Flo Service© Controls Portland Medford OR Common Branch - ON58 4011 SE INTERNATIONAL WAY STE 605 MILWAUKIE OR 97222-8826 Proposal PH: (866) 635 -1302 FAX: (503) 654 -1158 TO: CITY OF ASHLAND PARKS & Date: 01/06/2015 RECREATION Quote Ref: 1-7KKWHLL 340 S PIONEER ST Project Name: ASHLAND PARKS AND REC NATURE CTR ASHLAND OR T-STAT UPGRADE USA 97520-2729 Site: CITY OF ASHLAND PARKS AND REC 340 S PIONEER ST ASHLAND OR 97520-2729 ATTN: LIBBY VAN WYHE We propose to furnish the materials and/or perform the work below for the net price of. $1,413.00 For the above price this proposal Includes: Provide time and material to install three upgraded thermostats at North Mountain Park Nature Center. New thermostats will be fully programmable with built-in occupancy sensors model T600HCP-4+PIR. Upon completion of installation, technician will review operation and programming of thermostat with owners representative. Please see attached product information for thermostat design specifications. This proposal DOES NOT Include: 1. Labor or material not specifically described above Is excluded from this proposal. 2. Unless otherwise stated, any and all overtime labor is excluded from this proposal. 3. Applicable taxes or special freight charges are excluded from this proposal. Important: This proposal Incorporates by reference the Terms and Conditions attached This proposal is hereby accepted and Johnson Controls is authorized to proceed This proposal is valid through: 01/31/2015 with the work, subject to credit approval by Johnson Controls, Inc. Milwaukee, WI. CITY OF ASHLAND PARKS & RECREATION Johnson Controls Inc. Signature: Signatur Name: Name: _110461 GtN M,4,✓ Title: Title: lgeo- ^IeW ~Sev/t6 N.4-ws64- Date: Date: PO: Libby VanWyhe From: Jared L Fuhriman [Jared. L.Fuhriman@jci.com] Sent: Monday, January 12, 2015 2:40 PM To: Libby VanWyhe Subject: RE: Thermostat quote Follow Up Flag: Follow up Flag Status: Flagged Libby, Sorry I did not get back with you last week. The time duration for toggling modes by the occupancy sensor is adjustable between .5 and 24 hours. This is something we will set with your input upon installation and set-up. If you want to scrap my T&C's that is fine. I have read and signed off on the Cities terms as part of a master agreement we work off of on an annual basis. Hope this provides what you needed. Regards, Jared Fuhriman Branch Service Manager 541-500-7222 cell jared.l.fuhriman@jci.com From: Libby VanWyhe [mailto:libby.vanwyhe@ashland.or.us] Sent: Thursday, January 08, 20151:01 PM To: Jared L Fuhriman Cc:'Rachel Dials';'Linda Chesney' Subject: RE: Thermostat quote Hi Jared, This quote looks good. I have one technical question for you, and one legal request. Technical: Does the occupancy sensor on this model have a predetermined run-time? If someone just "pops" into the building to pick something up over the weekend, how long will they system continue to run? How long before it checks for occupancy again, and either continues running or shuts itself off? Legal: I'm prepared to use your proposal to initiate a City of Ashland contract for this work. Your proposal/quote would be attached as an exhibit to the contract. However, our legal department is requesting that you remove the terms and conditions from your quote, use ours instead. I'm attaching a blank version of the city contract, so that you can decide whether our terms are ok with you. If so, I'll prepare the documentation. If not, I may have to talk to legal, and this could slow things down a bit. Feel free to contact me with any questions. Libby Libby VanWyhe Manager, North Mountain Park Nature Center Ashland Parks and Recreation Department 1 Code No. LIT-1900616 Johnson 14. Controfs November 13, 2009 T600xxx-4 and T600xxx-4+PIFZ Series Thermostat Controllers Description The T600xxN4 and T600xxN4+PiR Series Non-programmable and T600xxP-4 and h, T600xxP-4+PIR Series Programmable Thermostat Controllers are specifically designed for control of single-stage, multi-stage, and heat pump commercial heating and cooling equipment. The T600xxP-4 and T600xxP-4+PIR Series Thermostat Controllers are also specifically I designed for control of rooftop units (with and without economizers). The T600xxz4+PiR Series Thermostat Controllers have occupancy sensing capability ~V J built into the device. These are stand-alone ( ) devices that maximize up to 30% energy savings In high-energy usage light commercial T600xxx-4 and T600xxx-4+PIR Series Thermostat Controllers buildings, such as schools and hotels, during occupied times by using additional setpoint strategies. Features • hvo configurable digital inputs - provide The T600xxx-4 and T600xxx-4+PIR Series onboard occupancy sensor (Passive additional Inputs for advanced functions Thermostat Controllers provide exceptional Infrared [PIRJ Models) - provides energy such as remote night setback, occupancy temperature control In an easy-to-use and savings without additional provides e override, and service or filter alarms Installation flexible package. All models have over savings time/cost • over 20 configurable parameters - enable 20 configurable parameters, enabling the the thermostat controller to adapt to any thermostat controllers to adapt to a variety of password protection option - protects application, allowing installer parameter applications. against undesired thermostat controller access without opening the cover The T800xxx 4 and TBOOxroc 4+PIR Series tampering backlit Liquid Crystal Display (LCD) - configurable auxiliary output -provides Thermostat Controllers include several offers real-time control status of the 24 VAC control for exhaust fans, lighting, models: single-stage (f800HCx-4 and and other auxiliary functions environment in easy-to-read. English plain T600HCx-4+PIR Series), heat pump text messages with constant backlight that economizer output (T600MEP-4 and (T600HPx-4 and T600HPx-4+PIR Series), T600MEP-4+PIR models) - controls brightens during user interaction multi-stage (f600MSx4 and T600MSx-4+PIR simplified setpoint adjustment - enables economizer operation for single- and Series), and economizer (T600MEP-4 and the user to change the setpoint by simply multi-stage unitary rooftop equipment T600MEP-4+PIR). All models employ a pressing the ante th N arrow keys unique, Proportional-integral (PI) Repair Information time-proportioning algorithm that virtually five easy-to-use interface keys -allow for easy commissioning and adjustment of the If either the T600xxx 4 or T800xxx-4+piR eliminates temperature offset associated with thermostat controller and eliminates the Series Thermostat Controller falls to operate traditional, dlfferentai-based thermostat need for DIP switches within Its specifications, replace the unit. Fora controllers. three • replacement thermostat controller, contact the Refer to the T600xxz-4 and Light-Emitting Diodes (LEDs) - nearest Johnson Controls(l) re T600xxx-4+PIR provide fan, , healing, and cooling status at presentative. SedesThermostetControllers ProductBulletin a glance (LIT-12011583) for important product application information. Accessories Code Number Description SEN400.1 Remote inside Alf Temperature Sensor SEN4004 Remote Inside Air Temperature Sensor with Occupancy Override and LED TE-63SIM41 Duct Mount Air Temperature Sensor TE-6363P•11 Outside Air Temperature Sensor TEC•3-PIR= Cover with Occupancy Sensor 1. Additional TE•63xx-x Series 10k ohm Johnson Controls Type II Thermistor Sensors are available; refer to the TE-6300 Series Temperature Sensors Product 8ullelln (LiT-216320) for more details. Mena TE-63xx-x Series Sensor Is installed according to remote sensing wiring, the thermostat controller controls based off the temperature sensed by the TE-63xx-x Series Sensor. 2. The TEC-3-PIR Accessory Cover can be used to replace the existing cover on a non-PIR T600xxx-4 Series Thermostat Controller to provide occupancy sensing capability. The performance specifications are wmlnal and conform to socepts0a kxluslry standards. For spoications at corKiWm boyond these spacificetions, consult the local Johnson controls office. Johnson Cw"s, Inc. shy l not be liable for darnages fesnrting from misapgication or misuse of its products.02012 Johnson Controls, Inc. www.johnsoncontrate.com 7 of 3 I € 1 I I i 1 Johnson Controls T600xxx-4 and T600xxx-4+PIR Series Thermostat Controllers (Continued) ! I t'~- _.~~fJ I 4-15/16 4-15116 (125) (125) j GE) Room Temp 70.0'F o' 0 8 ° d L o~ooA ~~ooo ff 3318 (86) ~f {86) o ~o 0 1-118 o t 1-318 0 (20) oo t t~ o (36) O ~ T600xxx-4 Series Thermostat Controller (Left) and T600xxx-4+PIR Series Thermostat Controller (Right) Dimensions, in. (mm) Selection Chart Code Number Description Onboard Applications Occupancy Sensor Non-programmable T600HCN-4 Single-Stage No Fan Coil Units, Unit Heaters, and Single-Stage Packaged HealkWCoo€ing Equipment T600HCN-4+PIR Single-Stage Yes Fan Coil Units, Unit Heaters, and Single-Stage Packaged HeatingfCoo€ing Equipment T600HPN-4 Heat Pump No Heat Pump with Up to Three Heating Stages and Two Cooling Stages T600HPN.4+PIR Heat Pump Yes Heat Pump with Up to Three Heating Stages and Two Cooling Stages T60OMSN-4 Multi-Stage No Multi-Stage Packaged HeatingfCooling Equipment T600MSN•4+PIR Niulti-Stage Yes MuN-Stage Packaged HeatinglCooling Equipment Programmable T600HCP-4 Single-Stage No Fan Coil Units, Unit Heaters, and Single-Stage Packaged HeatinglCooling Equipment T600HCP-4+PIR Single-Stage Yes Fan Coil Units, Unit Heaters, and Single-Stage Packaged Heating/Cooling Equipment T600HPP-4 Heat Pump No Heal Pump with Up to Three Heating Stages and Two Cooling Stages T600HPP-4+PIR Heat Pump Yes I feat Pump with Up to Three Heating Stages and Two Cooling Stages T600MEP-4 Econorn zer No Packaged Rooftop Units with Economizers T600MEP-4+PIR Economizer Yes Packaged Rooftop Units with Economizers T60OMSP-4 Multi-Stage No Multi-Stage Packaged Heating/Cooling Equipment T600MSP-4+PIR Multi-Stage Yes Multi-Stage Packaged Heating/Cooling Equipment The performance specifications are nomnal and cortorm to acccptable industry standards. For aWkations at oandiions beyond these specifications, wnsutt the local Johnson Controls office. Johnson Controls, Inc shah riot be liaNo for dunages resulting from misapplication or misuse of its products. C2012 Johnson Controls, inc. www.johnsoncontrols.com 2 of 3 I Johnson controls T600xxx-4 and T600xxx-4+PIR Series Thermostat Controllers (Continued) Technical Specifications T600xxx4 and T600xxx-4+PIR Series Thermostat Controllers t Power Requirements 19 to 30 VAC, 50!60 Hz, 2 VA (Terminals RC and C) at 24 VAC Nominal, Class 2 or Safety Extra-Low Voltage (SELV) Relay Contact Rating 19 to 30 VAC, 1.0 A Maximum, 15 mA Minimum, 3.0 A inrush, Class 2 or SEW Digital Inputs Voltage-Free Contacts across Terminal C to Terminals 011 or D12 Economizer Output (T600MEP-4 and 0 to 10 VDC into 2k ohm Resistance Minimum T600MEP-4+PIR Models) Wire Size 18 AVVG (1.0 mm Diameter) Maximum, 22 AWG (0.6 mm Diameter) Recommended Temperature Sensor Type Local 10k ohm Johnson Controls Type II Negative Temperature Coefficient (NTC) Thermistor Sensor Temperature Range Backilt Display -4D.0'F/-4D.0'C to 122.0'F/50.0'0 in 0.5' Increments Heating Control 40.0°F/4.5°C to 90.0'F/32.0°C Cooling Control 54.0'F112.0'C to 100.0'F/38.0'C Accuracy Temperature t0.9F°/f0.5C' at 70.0'F/21.0'C Typical Calibrated Minimum Deadband 2F'/1C' between Heating and Cooling Ambient Conditions Operating 32 to 122'F (0 to 50°C); 951/. RH Maximum, Nonoondensing Storage -22 to 122'F (-30 to 50'C); 95% RH Maximum, Noncondensing Compliance United States UL Listed, File E27734, CCN XAPX, Under UL 873, Temperature Indicating and Regulating Equipment FCC Compliant to CFR 47, Part 15, Subpart B, Gass A Canada UL Listed, File E27734, CCN XAPX7, Under CAWCSA C22.2 No. 24, Temperature Indicating and Regulating Equipment Industry Canada, IC ES-003 Europe CE Mark, EMC Directive 20041108/EC Australia and C-Tick Mark, AuslfallalNZ Emissions Compliant New Zealand Shipping Weight T600xxx-4 Models 0.75 lb (0.34 kg) T600xxx-4+PlR 0.77 lb (0.35 kg) Models i i i f i I I The performance specifications are normal and conform to acceplabie indusUy standards. For applications at condtions beyond these specifications, consul the local Johnson Controls office. Johnson Controls, Inc. shall not be lobe for damages resulting from misapplication or rrsure of its produUs. ® 2012 Johnson Controls, Inc. www.johnsoncontrols.com 3 of 3 A "e DATE (MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 1/13/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Attn: CPU NAME: Marsh USA Inc. Pam No,E„I, (866) 966-4664 Fa~,Nol: (212) 948-5167 411 East Wisconsin Avenue E-MA' Suite 1300 ADDRESS: JCI.CertRequest@marsh.com Milwaukee, WI 53202 - 4419 INSURER(S AFFORDING COVERAGE NAIC # INSURER A: OLD REPUBLIC INSURANCE CO 24147 INSURED INSURER B: ACE AMERICAN INSURANCE CO 22667 Johnson Controls, Inc. INSURER C: INDEMNITY INSURANCE CO OF NORTH AMERICA 43575 York International Corporation INSURER D: ACE FIRE UNDERWRITERS CO 20702 Attn: Corp. Risk Mgmt. X-92 P.O. BOX 591 INSURER E: NORTH AMERICA ELITE INSURANCE COMPANY 29700 Milwaukee, WI 53201 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE of INSURANCE ADDL SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR IN SR WVD (MMIDDIYYYY) (MM/DDIYYYY) A GENERAL LIABILITY ❑ ❑ MWZY302769 10/01/2014 10/01/2015 EACH OCCURENCE $ 10,000,000 DAMAGE TO RENTED $ 10,000,000 ® COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence CLAIMSMADE ®OCCUR MED EXP (Any one per-) $ 50,000 ® CONTRACTUAL PERSONAL & ADV INJURY $ 10,000,000 ® X,C,U GENERAL AGGREGATE $ 30,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG INC IN GEN AGG ® POLICY ❑ PROJECT ❑ LOC AUTOMOBILE LIABILITY ❑ COMBINED SINGLE LIMIT $ 5,000,000 g F-] ISAH08828623 10/01/2014 10/01/2015 (Ea Accident) B ®ANY AUTO BODILY INJURY (Per person) $ ®ALLOWNEDAUTOS BODILY INJURY (Per accident) $ ❑ SCHEDULED AUTOS PROPERTY DAMAGE $ (Per accident) ® HIRED AUTOS ® NON-OWNED AUTOS E ® UMBRELLA LIAB ® OCCUR ❑ ❑ UMB200025200 10/01/2014 10/01/2015 EACH OCCURRENCE $ 5,000,000 ® EXCESS LIAB ❑ CLAIMS-MADE AGGREGATE $ 5,000,000 ❑ DED ❑ RETENTION $ $ WORKERS COMPENSATION WC STATU- OTH- B AND EMPLOYERS' LIABILITY Y/N ❑ WCUC47324233 (XSWC - OH, WA) 10/01/2014 10/01/2015 TORY LIMITS L_J ER ANY PROPRIETOR/PARTNER/EXECUTIVE NIA E.L. EACH ACCIDENT $ 5,000,000 B OFFICER/MEMBER EXCLUDED? WLRC47324075 (CA & MA) 10/01/2014 10/01/2015 E.L. DISEASE - EA EMPLOYEE $ 5'000'000 C (Mandatory in NH) If yes, describe under WLRC47324117 (ADS) 10/01/2014 10/01/2015 D DESCRIPTION OF OPERATIONS below SCFC47324191 (WI) 10/01/2014 10/0112015 E.L. DISEASE - POLICY LIMIT $ 5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) JCI Contract Number: n/a JCI Project Name: Parks & Rec T-Stat Upgrade Customer PO Number: n/a CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Ashland THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 20 East Main Street ACCORDANCE WITH THE POLICY PROVISIONS. Ashland, OR 97520 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. ACORD 25 (2010/05) ©1988- 2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: t. LOC#: A,,.'`°; ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED Marsh USA Inc. Johnson Controls, Inc. POLICY NUMBER York International Corporation Attn: Corp. Risk Mgmt. X-92 P.O. Box 591 CARRIER NAIC CODE Milwaukee, W153201 EFFECTIVE DATE: 10/01/2014 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 (2010/05) FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE WORKERS COMPENSATION Workers Compensation "AOS" Policy includes coverage for the following states: AK, AL, AR, CO, CT, DC, DE, FL, GA, HI, IA, ID, IL, IN, KS, KY, LA, MD, ME, MI, MN, MO, MS, MT, NC, NE, NH, NJ, NM, NV, NY, OK, OR, PA, RI, SC, SD, TN, TX, UT, VA, VT, WV PRIMARY COVERAGE The General Liability and Automobile Liability policies are primary and not excess of or contributing with other insurance or self-insurance, where required by written lease or written contract. For General Liability, this applies to both ongoing and completed operations. WAIVER OF SUBROGATION The General Liability, Automobile Liability, Workers Compensation and Employers Liability policies include a waiver of subrogation in favor of the certificate holder to the extent required by written contract. ADDITIONAL INSURED - AUTOMOBILE LIABILITY The Automobile Liability policy, if required by written contract, includes coverage for Additional Insureds as required by written contract. ADDITIONAL INSURED - GENERAL LIABILITY For General Liability, if required by written contract, the following are included as additional insureds, as required pursuant to a written contract with a named insured, per Policy Endorsements A2 and A2A, replicated below: THE CERTIFICATE HOLDER LISTED ON THIS CERTIFICATE OF LIABILITY INSURANCE, AND EACH OTHER PERSON OR ORGANIZATION REQUIRED TO BE INCLUDED AS AN ADDITIONAL INSURED PURSUANT TO A WRITTEN CONTRACT WITH THE NAMED INSURED. SCHEDULE FOR POLICY ENDORSEMENTS A2 AND A2A Name of Additional Insured Person(s) or Organization(s): If required by contract, the person or organization listed on the certificate of insurance as additional insured, and each other person or organization required to be included as an additional insured pursuant to a contract with a named insured. Location(s) of Covered Operations: As required by contract. POLICY ENDORSEMENT A2 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - NAMED INSURED'S ACTS OR OMISSIONS ONLY A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused solely by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: The insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. POLICY ENDORSEMENT A2A ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS - NAMED INSURED'S ACTS OR OMISSIONS ONLY Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused solely by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". UMBRELLA/EXCESS LIABILITY The Umbrella/Excess Liability Limit that applies is the amount indicated on the face of this Certificate of Liability Insurance, or the minimum Umbrella/Excess Liability limit that is required by the written contract, whichever is less. However, if the primary insurance policies noted on the face of this Certificate of Liability Insurance satisfy the combination of minimum primary limits and minimum Umbrella/Excess Liability limits required by the written contract, the Umbrella/Excess Liability limits shown on the face of this Certificate of Liability Insurance do not apply. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Page 1 / 1 ASHLAND PARK COMMISSION 20 E MAIN ST. DATE FPO NUMBER ASHLAND, OR 97520 1/20/2015 00427 (541) 488-5300 VENDOR: 002004 SHIP TO: JOHNSON CONTROLS, INC. PO BOX 730068 DALLAS, TX 75373 FOB Point: Ashland, Oreqon Req. No.: Terms: net Dept.: Req. Del. Date: Contact: Rachel Dials Special Inst: Confirming? No Quantity Unit Description Unit Price Ext. Price Provide time and materials to install 1,143.00 three (3) upqraded thermostats at North Mountain Park Nature Center per attached contract. Contract for Goods and Services Beginning date: 01/15/2015 Completion date: 04/15/2015 SUBTOTAL 1143.00 BILL TO: TAX 0.00 FREIGHT 0.00 TOTAL 1,143.00 Account Number Project Number ` Amount _Account Number Project Number Amount E 211.12.03.04.60211 1,143.00 la~ Aut rized Signatures VENDOR COPY L FORM #3 CITY OF ASHLAND rec as -t ""or a -chase Order REQUISITION Date of request: i 15 ) S Required date for delivery: Z Vendor Name tit Ub C -J~) ( Address, City, State, Zip 4hf-'ItN.A ~ktoikpzt,l 0 C_ (sxno-, ?ym-c i -mJ SR Lk>> I Contact Name & Telephone Number Fax Number ~~ftu d L. ail-~r-~ mw, Le(, (0,Y) -I~Z lAA Flu, 2--l ?"22 -11 _ SOURCING METHOD ❑ Exempt from Competitive Bidding ❑ Emergency ❑ Reason for exemption: ❑ Invitation to Bid (Copies on file) ❑ Form #13, Written findings and Authorization ❑ AMC 2.50 Date approved by Council: ❑ Written quote or proposal attached ❑ Written quote or proposal attached Small Procurement Cooperative Procurement Less than $5,000 ❑ Request for Proposal (Copies on file) ❑ State of Oregon Direct Award Date approved by Council: Contract # Verbal/Written quote(s) or proposal(s) ❑ State of Washington Intermediate Procurement ❑ Sole Source Contract # GOODS & SERVICES ❑ Applicable Form (#5,6, 7 or 8) ❑ Other government agency contract $5,000 to $100.000 ❑ Written quote or proposal attached Agency ❑ (3) Written quotes and solicitation attached ❑ Form #4, Personal Services $5K to $75K Contract # PERSONAL SERVICES ❑ Special Procurement Intergovernmental Agreement $5.000 to $75,000 ❑ Agency ❑ Form #g, Request for Approval ❑ Less than $35,000, by direct appointment ❑ Written quote or proposal attached Date original contract approved by Council: ❑ (3) Written proposals/written solicitation Date approved by Council: (Date) ❑ Form #4, Personal Services $5K to $75K Valid until: Date Description of SERVICES Total Cost osVL. cJ NA ~~.!iYl,cL ~C. -N cl~u?~ L C s~ Item # Quantity Unit Description of MATERIALS Unit Price Total Cost TOTAL COST Per attached quotelproposal $ 0 Project Number Account Numbel;aL-LZ-U_ C4-Lra l1 Account Number---. Account Number--- - 'Expenditure must be charged to the appropriate account numbers for the financials to accurately reflect the actual expenditures. IT Director in collaboration with department to approve all hardware and software purchases: IT Director Date Support -Yes / No By signing this requisi ' pn forrr~ 1 c rtify tha(the City's public contracting requirements have been satisfied. Employe C~l Department Head: (Equal to or greater than $5,000) Department Manager/Supervisor: City Administrator: (Equal to or greater than $25,000) Funds appropriated for current fiscal year: YES / NO Finance Director- (Equalto orgreaterthan $5,000) Date Comments: Form #3 - Requisition