Loading...
HomeMy WebLinkAboutContract 43589 CITY SECRETARY f CONTRACT Moo PROJECT DEVELOPMENT AGR.EEI EfiwlT Between City of Fort Worth Johnson Controls,Inc. 1000 Throckmorton Street and 7461 Airport Freeway Fort"worth,Texas 76102 Richland Hills,'I11 exas 76118 WHEREAS, the City of Fort "worth (City) desires Johnson Controls, Inc. (J CI) to conduct an energy and eater conservation evaluation of certain.City facilities to detern-iine what measures can be taken to conserve natural resources and reduce operating costs;and WHEREAS, JCI is knowledgeable in providing professional consulting services directly related, to electric,. i gas,and water conservation measures;and WHEREAS, Chapter 302, Texas Local Government Code, generally authorizes the execution of a contract whereby the cost of the contract is to be paid for from the savings incurred as a result of implementing the l conservation measures recommended by a consultant. OW,'T'HEREFOR,KNOW ALL BY THE PRESENTS: The City of Fort Worth, acting herein by and through Fernando Costa, its duly authorized Assistant City Manager, hereinafter referred to as "City', and Johnson Controls,Inc., acting herein by and through Michael Crowe, its duly authorized South Replio n, Solutiono. Manager, hereinafter referred to as "JCI", enter into this Project l„ Development Agreement this y of ,2 �., '"`� 1. Definitions As used in this contract, the following terms shall mean: r "Preniises''' shall mean the facilities as described in Attachment A -- Scope of Work and an support p y pp buildings related to the energy consuming systems of these facilities. B) "Payback"' shall mean the period of time needed for the cumulative savings the City realizes to offset the fully burdened project costs, PIP "Savings"shall mean energy and"hardy'operational costs avoided as a result.of the project. a�� gy p' p .l D) "R.eyenues"shall mean revenues paid to the City as a result of the project. l E) "Fully Burdened Final Pro"ect Costs," shall mean all costs to the City associated with implementing JCI''s recommendations,including but not necessarily limited to: the cost of Services,the cost to prepare the Study, the direct and indirect casts associated with designing and installing the measures accepted by the r City, operations and maintenance (O&M) costs, financing costs and annual measurement and verification (M&V)costs.. r 1 Ire OFFICIAL RECORD IT SECRETARY FT. WORTHy TX MA1Mq/ry ,h ,n.N rV. rear 2. Services of JCI 5 The City hereby contracts with JCI as an independent contractor, and ,1 1 agrees to perform with the professional standards customarily obtained for such services in the State of Texas, for energy consulting services (`Services") and the preparation of a Detailed Energy Study (`Study") of the City's Premises to 1 determine the operational expenditures and characteristics of the Premises and to identify improvements, operational efficiency measures,procedures, installations and services that can be made to the P'ren-rises in order to improve the costs,and increase revenues on these existing Premises. e p �im�mfrastrrmcture,reduce the operating Services and Study shall include,but not necessarily be limited to: A Descriptions of recommended Service Agreements(Ss . Descriptions of the specific facility Improvements Measures (FI s) that JCI recoinmends, including:-, scope of work,costs,equipment nt list,and implementation schedule. A breakdown of the utility, O&M and capital costs that can be avoided and increased revenues than can � occur by implementing the S s and FIMs. statement of the amount of savings and revenues, n JC1 guarantees that the City would realize for each recom mended SA and FIM.. E The project payback shall be based upon the Fully Burdened Final Project Cost and shall be 20, ears or less. 3. A 1achx en s The following attachments are a part of this Project,Development Agreement. Attachment A of this Agreernent defines the Scope of Work for services and the Study. Attachment B of this Agreement outlines special constraints applicable to the development of the FlMs and installation procedures. Attachment C of this Agreement is the City Design J'uidelines that are to be followed and applied during the Course of this work. Attachment D of this Agreement is the Phase VII Preliminary Report dated May 7,2012. Attachment E of this Agreement is the Mayor and Council Communication (M&QI Reference N . C-25751 dated July 24,2012,authorizing execution of this project between the City and JCL Attachment P cif this Agreement is the project schedule which documents timelines and completion dates for the various components of these ser vices. 4. City Responslihilflies During the work required by this contract, the City shall provide all criteria and full information as to City's re lu%rements and designate an individual to act on the City's behalf on all matters concerning this contract. City will', furnish to J 1 upon its request, accurate and complete information concerning operational procedures and expenditures for the Premises, including but not limited to the following data: 1 Actual utility bills supplied by the utility and other relevant utility records; 2 l l; Des,cri tions,of relevant operational or maintenance procedures,utilized at the P ti e 1 3 summary of annual operating expenditures, 4 Existing facility construction documents, Prior efficiency audits or studies of the Premises andlor operating procedures. f. JCI agrees, to Ivor diligently to assess validity of information provided and to courfirrru or correct the infbrtnation as needed. 5. Preparation of PerI'orni,nnce Contracting Project Agreement Within 30, days after the City decides to implement the SAs and FlMs recd -needed by JCI in the Study, JCI will prepare and submit to the City a Performance Contracting Project Agreement (P PA), which shall define the Scope of Work for implementation of the facility improvements and operational efficiency measures, roc l eµdures, and services recommended in the Study that will reduce the City's overall expense in operating the ; Premises. 6. Price and Payment Terms 1 A. The fixed fee for implementation of the study and included services is$212,500("Fee' M , The Fee shall be payable to JCI upon receipt of monthly billing.. r f C. The City shall require a study by a licensed professional engineer mutually acceptable to the City and to JCT, who is . employee. y I or who is not otherwise associated with the City or or + - the City or JCI not an officer �. JCI. Said licensed professional engineer shall deterraine in its professional opinion that the costs of the improvements and reconu-nendations that meet the requirements of Attachment B will be recovered in 20 years or less through the guaranteed savings to be experienced. D. w At any time during,the performance of this Contract,should JCI deter°ru one that sufficient savings cannot be attained to meet the City's project criteria and the maximum payback period. of 20 years, as allowed by Texas Local Government Code,Chapter 3012, the contract will be tern�inated by written notice from JCI to f t he City. f 7. Indeninlity r, To the extent allowed by law, JCI covenants and agrees to, and by these presents does hereby defend, indemnify, and held harmless the City, its officers, agents and employees, from and against any and all claims, suits or causes of action of any nature whatsoever, brought for or on account of any personal injuries or damages to persons or property,including death, to the extent caused by the negligence or willful misconduct of JCI in connection with the performance of the work under this contract, �a 8. Insurance Requirements A. Insurance coverage and limits: JCI shall provide to the City certificates of insurance documenting,policies of the following coverage at n-i.n rn.un limits,that are to be in effect prior to corgi mencement of work on tinder this contract. 1/0 Corer-nercial General Liability $1,0010,000 each occurrence $1,000,000 aggregate 3 f i Automobile Liability $1 00!0,000 each accident or reasonably equivalent limits of coverage if written on a split limits basis).Coverage shall be on any vehicle used in the course of perforn-iii ng this contract, Worker's er's Compensation Coverage A: statutory limits Coverage : $1 0,000 each accident o 1,0010,disease-policy l i ni , t $100,001 disease-each employee Professional Liability 1,000,000 each claim annual aggregate ate g has B. Certificates of insurance evidencing that � � obtained all required insurance shall be delivered to tle City prier to proceeding with the PCPA. 1 Applicable policies shall be endorsed to name the City an additional Insured therein, as its interests may appear. The term City shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. (2) Certificate(s) of insurance shall docurnent that insurance coverage specified herein are provided under applicable policies documented thereon. 3 Any failure on part of the City to request required insurance documentation shall not constitute a. waiver of the insurance requirements. A minimum of thirty 30 days notice of cancellation or Material change in coverage shall be � provided to the City. a ten 10 days notice shall be acceptable in the event of non- a rnent of premium. Such terms shall be endorsed onto Cl's insurance policies. Notice shall be sent to Sane Steele,AdrWnistrator of Su taina,hihty Programs,City f Forest W rt ,401 W 1.3111 Street,Fort Worth,'Texas 76102. 5 Insurers for all policies roust be authorized to do business in the Mate of Texas or be otherwise approved by the City a nd such insurers shall be acceptable to the City in tern-is of their financial strength and solvency. b) Deductible limits, or self-insured retentions, affecting insurance required herein shall be acceptable to the City in its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups roust be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. 7 applicable policies shall each be endorsed with a waiver of`subrogation in favor of the City as respects the project. 8 The City shall be entitled, upon its request and without incurring expense, to review .ICI's insurance policies including endorsements thereto and, at the pity's discretion; JCI may be required to provide proof of insurance prem urn p ayments. (9) The Commercial general Liability insurance policy shall have no exclusions by endorsements unless the City approves such exclusions in writing. 10 The Professional Liability nsurance policy,i ~itten on a claims made basis M� maintained y wr b,a°�rs sha be by JCI for a rnrrun urn two 2 year period subsequent to the team of this contract unless such coverage is provided JCI on an occurrence basis* 4 lr i i 11 The City shall not be responsible for the direct payment of any insurance ren-.iurns required by t this agreement. It is understood that insurance cost is an allowable component of JCI's overhead, (12) AAll insurance required herein, except, for the professional Liability insurance policy, shall be written on an occurrence basis in order to be approved ve" by the City... r (13) JCI sub consultants, if any, shall be required to maintain the same or reasonably equivalent insurance coverage as,required for JCI.JCI shall provide City with documentation thereof on a certificate of insurance. Not a th to n ng anything to the contrary contained Derain,.ire the r cunta�n event a sub-con t.11tant; insurance coverage canceled or terminated, such cancellation or termination shall not constitute a breach by JCI of this agreement. 9. Assignment f r` This Agreement cannot be assigned by either party without the prior written consent of the tither party. Any 1 such attempted assignment shall be void. 0. Disputes Disputes l utes wvill be resolved by litigation. Venue of any litigation shall lie exclusively in Tarrant County,,`I'e. a . 11 No ice Any notice to be given under this Contract shall be,liven as follows: If to City: am Steele dnitrattrf Sustainability Programs City of Fort Worth 401 W 13"Street r Fort,Worth,Texas 76102 f; If to J '1: r Mike Crowe South,Region SOILItions Manager Johnson Controls,Inc.. u 3021 West Bend Drive Irving,Texas 75063 1 . Conflicts between Documents Any conflict between this contract,the Reque t for Proposal,and J 'I's Response to the:bequest for Proposal shall be resolved in this order: this contract shall control over the Request for Proposal and the Response. The Request for Proposal shall control over the Response. 13. 1' Iinorit &Women usiness Enterprise MWBE)Particip�,atinn Ira accord with City of Fort Worth Ordinance No,. 1553 , the City has goals for the participation n of rnino6t business enterprises acid woman business enterprises in City contracts.. J J acknowledges the a established for tl s contract and its commitment to meet that goal. Any misrepresentation of facts (other than a negligent n-isrepresentatit n)and/or the commission of fraud by JCI may result in the termination of this agreement for and debarment from participating in City contracts for a peri od of time of not less than thxee 3 years. 5 �a , 1 i . . Miscellaneous Provisions A. JC1 shall perform all work and services hereunder as an independent contractor, and not as an Officer, agent:, servant or employee of the City. JC I shall have exclusive control l of, and the exclusive right to control the details of the work performed hereunder, and all persons performing same,and shall be solely" responsible for the acts and omissions f its officers, agents, employees d sub—consultants. Nothing r-��� r ens and herein shall he construed as creating a partnership or joint venture between the City and JCI, its officers, agents, employees, and sub-consultants, and doctrine of respondent, superior has no application as between the City and the JC1. B. The parties acknowledge that each party and its Counsel have reviewed and revised this contract and that the normal rules of construction to the effect that any ambiguities are to he resolved against the drafting party shall not he errplo ed in the interpretation of this contract or exhibits hereto. N WITNESS WHEREOF,,the City of Port Worth has caused this instrument to he signed in fur counterparts in its name and on its l el alf by the City Manager and,attested by its Secretary, with the corporate seal of the City of Fort Worth attached,,. The Contractor has executed this instrument through its dull authorized officers in four counterpart's with its corporate seal attached. r Done in Fort Worth,Texas,this the may of 1�\. ., Contractor signature By: Mike Crowe _ APPROVE Name South Region Solutions Manager y cr Title Fernando Costa Assistant City Manager ,v y: t000w� By: (oil <5�� Douglas . �iersi ,P ark J.Kay er �~ Director,Transportation Public rks Department City Secretary � XY F O000 ()o 0 P'P��C CFO A � � f l "" ',' 0 �' ,"' """ 0 0 W '�` �` 0 lDou las�". Mack 0 0 Assistant City Attorney + ' 00100)() " 4rA S pug OFFICIAL RECORD 6 CITY SECRETARY FT,WORTH, i m...................... _ .... r l i PROJECT DEVELOPMENT A(34YRL,EMENT Attachment A , See of Work F The ICI Energy Savings Performance C � � � ��r QPhase VII ProJect Development Agreement D will include a detailed energy audit for the facilities listed in Table I The result of the Services and Study will he a report to the City that includes. baselines, existing conditions, proposed Service Agreements S s , proposed Facility Improvement ovement Measures M guaranteed maximurn M pricing for each SA and FIM,guaranteed annual savings&revenues for each SA and FIM, measuring and verification &V' plan and project cash flow analysis(CFA). r Scope of work wilI include analysis of the Fl Ms listed in Table 1 and SAs listed in Table 2. t l e f describes the method the ICI Team will follow to execute this PDT . To accomplish the desired sc hedule,the various Sys and 171 Ms will be developed in parallel. j L Project Initiation , 1 . Sul rrn t a request for information to City 0 Kick-off rneeting with.City r 2. Site Visit 0 Visit the applicable City facilities PIP,,, 0 Identify key docUments needed Develop a fundamental understanding of the existing systems 3. Review fleeting with Cit y -Scope of Wort i 4. Data L,og ing Energy use of selected pieces of equipment will be measured and/or monitored for use in establishing the f energy baselines where applicable 5,.. Engineering Analysis 0 assess existing Situation&the opportunities assess the options Assess corIstrUCtion costs; impact on O&M costs other special requirements, 0 Implementation requirements project savings V requirements 6. Service and Implementation Costs • Ire gUallfication of subcontractors&vendors 9 Finalize scope of work for each SA and FIM r 0 Develop GMAX pricing for each SA and FIM 7. Savings Finalize utility savings for each SA and FIM Finalize & cost:impacts for each SA and FIM 7 1 g i 8. M&V Plan Finalize M&V plan&casts 9. Review Meeting with City—Cost Sawing 10. Financing Fin,ali e project financing 11. Su rr.t Detailed AUdit Report&Performance Contracting Project Agreement PCPA 12. Third Party Review Coordinate with third Marty review engineer 13. Su bruit Final Detailed Audit Report&Performance C ntra tiny Project Agreement(P CPA) s Milk l i f' 'TABLE FIM S R �. i l �." . �M (D, w � : .3 """" r � -4. M j M 0 �. " (D� CL ." CL "" .� ..� � ""n +� + ! 0 0 La " '' Southsi e, Svc C enter X x _ x x James Ave Svc Center _._ m. x Brennan, Sic Center x Zipper Building x City Hall ...... x x x x x City IT-fall Annex x Public Satan x x x �f r, t° Animal Car Center r X X Central Library x x Commerce St Garage, x SW Regional Library x x Cast Regional 'Library x x x x. f TABLE 2-SERVICE AGREEMEN SUMMARY Building Efficiency Splecialiiis,t ( ES) 'PIP, Assured Performance Guarantee (PG) Utility Billing & Accounting , Annual Chiller PIM Services 1116 l 1atas s Fl lS Software PIP f Pro 9 PROJECT VEL P'1 r JNT .. SEE EN' Attachment B Special Constraints 1. All operating procedure changes trust be approved y the City. 2.. Light intensities will meet Illumination Engineering Society(IES)standards.. 3. Any O&M savings included in the guaranteed savings amount trtust be rd' savings i.e. clearly definable savings in parts, materials, and,/or contract services)as compared to actual O&M costs associated. with the status quo system. 4. All facilities must maintain normal operations during renovations so FIM casts must account for whatever accommodations are necessary to be determ-ined can a case by case basis)to ensure this, 5. During installation of approved FIMs, JCI grid City shall co rdinate the activities of CI and "I's subcontractors with City employees and/or agents. JCI shall not commit or permit any act that will ll. interfere erne with the performance of business activities conducted by the City or its employees, without prior written approval of City. 7. The procedures/systems for establishing base year consumption and calculating future year's savings are subject to the City's review and approval. 8. Procurements will comply with the Minority and Women Owned Business Enteq rise requirements of the City of Fort Worth Ordinance No. 15530. 9. Performance and payment bonds that coinfeirm of the requirements of Chapter 2253, Texas Government Code, are required. Contractors shall also caffy insurance in such arnounts as may be determined by the City to its sale discretion. 10. Design constraints and City Design Guidelines,as shown in Attachment C. 1"71 10 ..,. ....... ww_.... i PROJECT DEVELOPMENTAGRI,'EMENT Attachment,C City Design Guidelines d i r l` i f ii 1 PF" IF 1, r% r. i i r, r / "I fj /,, EFIF FORT VVORTH j Jf, j i c J; tr, F j Facilities GPoPup s uui d i"nes fop fj for, New a Existing Faci"Imitimes i r l rf i i Prepared l Dalton Mgayama,, A.I.A.,, Manager, Architectural Services Division Facilities Management Group t City of Fort"worth Pu 'llcab Date, 30 June 2010 Table of Contents + � [ � ene o, Introductory Memo 3 Division 011, Geineiral Data 4 Division 02, Site Construction Division, 3, C: ncret 6 Division 04, Malso ary p a, Division 05, Metals ,. 6 Division 06, Wood & Plastics ho"d 6 NEMAIN Division , Thermal & Moisture Prot e ire 6 poi„ Y/9/,f .4 , jai;° ei Division 08, Doors &Windows Division 09, Finishes 8 Division 10, Sp6tialties 8 ry Division 11 Eq Di isiC' 12, (irnisihings 9 Division 13, Spe Divis'iop 14 Conveying Systems 91 Division '15,;Mechanical J Division n , Ei ctr cai 15 Division 17, Telephone & Data 1 Revisions & Updates 1 CSI MF95 Divisions &Sections 1' CSI MF 4 Divisions & Sections m 21 �y Q/ f AND PUBLIC WORKS ties aiijgeme lit G, a i, 'Fa I up W/0 e, '"' 1 r Cif o Fort Worth Contract Consultants,, Engineers &contractors, FROK Dalton Murayam , AID►, Manager, Architectural Services Division n DATE: 30 June 2010 SU JE Design Guidelines for New And Existing Facilities r The City of Fort 'worth titer, has compiled the following guidelines for consideration by Architectural, Design, Construction and Maintenance gr ±ul s to assure that C'ity standards for cost effectiveness, quality and durability are met. These' Design Guidelines ha, e evolved through ugh the experience of decades of in-house maintenance of City facilities. The information presented in the Design,Guidelines is meant to bile*ust that, guidelines. The City invites egua I-or-better products in its bidding process,. Each project is, reviewed individually t o ensure the a pprop�riate a ppl icati n of these, Design Guidelines. Consultants and contractors shlalll meet with, Foci ties Management ement Grou staff throughout the Schematic and Design Development phases to ensure the proper application and interpretation of these Design Guidelinesfor specific, projects, All s stems and ui p ment designed for City facilities shall be commercia ind strial grade, residential grades are unacceptable. Please note that City-preferred ode �n sta unda rd's"are, l isted for guidance. These sta nde�rds reflect equipment manufacturers that have proven reliable over the years by the City's Facilities Maintenance Division.n Both the consi deration of de, eguipmen,t and the assessment of rl ' approved equIa s"shall include bath the engineer of record and Facilities Management staff. The Cit y/lis, committed t 'eduing energy and water resource costs, and irnpllennenting rnlr A%sustainabllle" building technologies whenever possible. Please, refer to USG 's`"LEE '�eildiaa r Rating.�" ' ' 's'"EnergyStar "aril" i7gs Manual', and ANSI/ASH E USGBC/IE Standard r/ 189.1 "Standard d for the Design f i h erfc rmance Green uiidin s... for details'-: City codes and applicable amendments and interpretations can he found at the following link: 1 ht vfr.cr tannin anddvel nn�nt errnits dfult.aslid=fig The City's Design Guidelines are presented in Construction,s cif loons Institute(CSI) M" "ste�"al�or"mat 1995 Edition (MF95) by div ision for ease of reference and referral., Listings of broth CSI MF95and MF04divisions and sections are provided at the end of these, guidelines for reference,. The City's Design Guidelines a re considered for review and update on an regular basis Revlsi ns and Updates are listed at the end of this document for reference. Maintenance of FIR these Guidelines is the responsibility of the Facility Management Group's Architectural Services Division (ASD). Comments and suggestions may be submitted in writing to the attention of the manager of the Architectural Services Division. l , F _ 1 Design Guidelines 1. The Architect shall be responsible for arranging for site utilities, including electricity, natural gas, water and sewer. 2. The Site !Flan shall include Contact Information, including Company Marne and Telephone l urn,beir � 3. Contractors shall be responsible for including in their bid all design service feu for..the design as shown on the plans. Engineers shall coordinate their work,well ,ahead of the bid date. 4. The City shall directly pay for water and sewer utility tapis and meter, Andy for electricity and natural gas utility,connection and service fees. 01300 Admiln"Istra 'live Re qu"iremen s f. � 1.. Shop Drawings in s shall be submitted directly to the Architect. The,Alrchitkt shall review and return them directly to the Contractor with ,a copy directly to the Cony ruction Manager. %, 2. MEP and finish, Shop Drawings shall be submitted to the Construction ana r o C.4y of Fort Worth Facilities M emet G t Design Guidelines- 4. Landscaping and irrigation shall be included in base bid, not as an alternate. �f 5. Fences preferred to be masonry for sound control and love maintenance. Fiberglass rail fencing shall be considered where applicable. 6. Porches ramps and stairs shall have painted steel railings. '. Accessibility, ramps shall be concrete. 8. Concrete sub-slabs shall be provided for pave-stone or brick walkways. 9. New buildings shall be provided a bronze dedication plague as directed. 10. References to City standards or A COG or TDH Standard pecificatiOns shall not be used. Full J rr specification language shall be used. 11. WATER CO NTRO L 11.1. Buildings located in designated flood plains shall hav' i e all'c it design'"'coordinated with the 1 City's Transportation and Public "ors epartment's beelopment dies, Division. 11.2. Downspouts from roofs shall be extended underground to storm ldrai,nage 1Structures, wherever feasible. Lower-level clean-outs shall be provide,, If not feasible, flows shall direct water away from the structure and be provided with 3-foot concrete splash blocks. 12. EROSION AND SEDEMENT CONTROL 12.1. Building sites -acres and larger shall be permitted. Cu�rr� pt City ordinances prohibit /0 discharges of dirt to the storm draip system, with the street"clefined as a part of the storm drain system, 11", 1,2.2. Structures to prevent dirt, silt, etc. from lea�ri�wg the site sl ill"be employed. u1ncontrolled/un-perm fitted discharges are,,a Qass C crirnigof;misdemeanor carrying finies. 01280101 site Improvements a Amenities 1. Limit tree and shru ' h ntings ne it building to prevent future damage to structure. Plant dwarf shrubs at perimeter of llding to protect foundatioh . grasses, shrus, trees and all:othr�pla n'ti n�s shall be species native to north Texas to ini ilze the �f necessity for both landscape irrigation and care by the pity. 3. LanOscape design pl an shill have trees and shrubs clearly identified so that plantings may, be considered for supply frorp,�City-stocks,. rr 4.. Fla Po have internal heal aids. olne flagpole typical with Federal and State flags Flag, y gp yp� g 5. IRl iG TIO YSTE t% s 1. Irrigation systems shall be commercial grade unless otherwise approved. The City`s Department r of Parks&Community Services shall be consulted regarding system design and equipment. 5.2. Systems with "pop-up"sprinkler heads are preferred by the City's Facillities Maintenance r [division. 5.3. Systems shall utilize"rain sensors`to prevent,system operation during and after area rains. 5.4. Pipe sleeves shall be provided for,piping under concrete sidewalks and driveways. 5.5. Separate stations/zones shall be provided for grass and shrub areas. s. . Systems shall have grater metering separate from the building meter to allow for sewer,credits. IF 1 5.7. Controls shall be in locked box outside of building or in lour-voltage LAN Room. SD-Design Gull denim s— -30 UN 10 6 'doic Pace 5 of 2 l rWrt Ot Ty of Fot, oh � .._ Facilities.. Design Guidelines DIVISION ISION .3 C NCRE E 1. Preferred foundations shall be a suspended structural slab on drilled piers. 2. Grade beams shall be poured separately and tied t ► slab with reinforcement. loss soil tests indicate that the slab can be desi nod , �� slab- -��rado flogs shall �structural slabs unless � without movement. Slabs shall be fullysuspendod on carton forms. 1. Glazed concrete biloick shall be used in-lieu-of ceramic file on outside of wilding. 2. The preferred exterior wall type shall be brick anterior with CMU bock ,ijp. 3. If brick is not feasible, Hardi-panel siding, trim and soffits shall he"the' bstitute. 4. Extend concrete sidewalks to curb to eliminate grass strip at street. 5. Pagers shall be sot on concrete slab with concrete side,strips. Fill shall be sand I "'I,.II IN ! METALS 1„ fetal buildings shall be heavy gage; 22ga. preferred. 2. Kitchen countertops shall be stainless steel;wherever feasible," njpss otherwise approved. D'IVISIO,N 06 WOOD AND PLASTICS L "Certified Wood"products shall, be used wherever er possible 2. Countertops shall be solid/surface laminate material with sinks, d match. Integral sinks shall be considered. The City's:. esig6 5tondard is"'Formica". 3. Laminate o unterto substrate sl ll 3' inch inch� ri -grade particleboard, or equal. Plywood substrate shall be,unac'c table the City's Design Stiandard is"Roseburg Ultrablend". 7, vwli 4. Melamine shall be unacceptable. r 5. Pa rticl o rd in cabs net construction shall be unacceptable. ,ice . Cabinets shall have plas i 1pminate�f e-frames,with no paint wherever possible. 7. Cabinet hi,nges shall be 17 �degree overlay, with dowel and associated face-frame mounting plates. ma The i "s,D si n Standard s',"salice"#C2RFA 9 hinges with "Salice" #f3AU3L19 mounting plates. 8. Cabinet interibrs shall be sern clear-lacquer finish. 1. All thermal and moisbure protection shall be in accordance with the International Code Council's ICCs International Energy Conservation Code IECC and all state and local codes. 2. All' flashings, downspouts and gutters shall have a baked-enamel finish. 3. Gutters and downspouts shall be 2 -gage minimum, of seamless construction with proper sealant and pitch to capture and direct rainfall away from the facility including sidewalks and driveways. 4. ROOFS 4.1. City, roofing crows must be certified to repair and modify roof membranes and, flashing. If not currently certified,training of City crews shall be provided by contract. (6).idoc Page 6 of 28, J I j% �" t of Fo r Wo rth Facilities Management Gar t� Design Guidelines 4.2. Roofs Pi NO � . possible, or have - bondable roof ' City shall � ached wherever dear bon item applied. roofing crews are qualified l�fied to re � � � fair granular surfaced APP modifi,ed bitumen double-ply roofing., 4.3. Plitched-roofs shall use light-colored, 25- to 30-year architectural shingles. The City"s Design Standard is""Owens corning, Oak ridge II Driftwood.r l 4.4. Flat-roofs shall use white or light-colored, 2- l° , 20-year, APP modif=ied-bitumen-type (torch- down) material with embedded granular surface. The system shall be provided a 20-year labor and material replacement cost warranty that is not pro-rated. The City's Design Standard is r "U.S. Ply."" FM 03-04-1 4.5. roof penetrations and rooftop equipment shall be minimized. Use 6f plastic cement is Is unacceptable. M-"field Curbs, filled with 1 part Chem Link Pourable Sealer, are to be used on all roof pipe penetrations. FM 03-04-10 4.6. The City's Design Preference for roof,penetration pitch-pan systems, s,"Chemcurb." lw 4 Lour-slope roofs shall be pitched at a minimum of one gdarter inch-per-foot of sl!o e. 4.8. Low-slope roofs shall be protected with walking surf aces for access to any.56rv4cea ble equipment located on the roof. v, 4�.' .� "Cool- .00f"and other such innovative e roofing systo�,s shall,be considered for energy" conservation. 1. overhangs and porches shall have stainless steel) bird repellant spires. 2. EXTERIOR DOORS 2.1. Coors and dour jambs strap be primed, pain't-able, galvanrtzed-meltal unless otherwise approved, good doors shall be unacceptable. 2.2. Entrance- or metal storefront-doors shall be anodized, fully-insulated, hollow- or galvanized- metal with welded bra es and jambs. 2.3. Coors shall have canopy/covering for weather protection of entry/exit areas where not covered by a porch or sufficient overhang. 2.4, Limit overhead beams at entries to reduce possilbility of damage for buildings with exposed-to- traffic canopies. r 2.5. Vestibule areas shall be included'as part of primary entry/exit design wherever possible. 2.6. Sectional overhead doors for Fire Stations shall be aluminum with one- or two-rows of 1/8-inch, ar ' glass, and''-inch tracks with long-stem rollers. Door operators shall utilize electric-eye controls. Master,The City's DesI n Standard is""Finishline"model 450, with "Lift aster' operators including those for overhead doors as well as for sliding- and swing-gates. The City's Design Standard for slide and swing gates is Sliding-gates, "Lift aster" Heavy Duty 115V SL 570-50-11-GL. Swing- gates,, "Liftmaster"Heavy Duty° 115V SAP"4901-50-11-GL. Fly 03-04-10 1'. INTERIOR DOORS / 3.1. Coors shall be laminate-covered, solid-core good. 3.2. The City's Design Standard for door jambs is"Timely." r 4. WINDOWS r 4.1. Exterior window glazing shall be double-pane, thermally insuillated units. rr t City of Fort Worth Facifities, Management Grp Design Guidelines 4.2. Exterior window glazing shaill be low-emissivity (low-E) typo, tinted and designed to sot high on the mall, with ar hitocturall horizontal projections and/or vortical fins,to limit solar heat-ga%n. 5. LOCKS ETS 5.1. Locksots shall be utillizo AD --compliant, log or-typo handles. The City's Design Standard i » "Schlago."' 5.2. Locksots shall have master and sub-master keying. 5.3. 'Locksots shall include a minimum of two sots of keys provided to the City. 5.4. Full'-mortise 1'ocksots shall be unacceptable. DIVISION-,09 'ILL ! .. Lay-in ceiling grids shall be 2'x2'with non-directional tiles; recessed or shadow-lira type tiles shall be unacceptable. The City's Design Standard is"Armstrong", model # o. ,f 2. La -in ceiling tiles in high-humidity areas . . kitch�f eras shall wain l-era su_un� board. g g y p gip 3. Wall corner-guard's 4-inch) shall be required in high tf` c, head usei areas. p q g y �. Chair-rails shall b�wall-mounted plastic. chair rail shall� � r � �d where damage to walls is likel e.g. kitchens and break-rooms). The City's Design Standard s"Pawlings", model 770. 5. The City's Design Standard for floor tiles`is"Armstrong." . 6. carpeting shall be non-adhesive, tile-type,,,26 oz or,better. Architect shall confirm preferred manufacturer with city. 7. Flooring for heavy-use areas such as corridors,entries or foyers.shall be terrazzo-type. Ceramic tile, slate or premium vinyl cpM it'llon the CT nab° be accepta e alternates. Roll goods are unacceptable. FM 03-04-10 Base moldings sl �i� ,;c ntinu us' roll, dark-colored!,,,rubber base- pe► M fefffleoi .�.. Vinyl product ar�d 1,'1ight� l' rs shall be unaotable. The city" [design Standard' isloppe. FM 013-014-101 . 'Vinyl aalll erlrrv1n rock��sh 11,not be used. tot. Interior sheetrock surf6 s shall slick finish. Acoustic, spray-on, splatter, and sandtex fini hos shall be unacceptable. FM 03 64-10 11. Interior JJ paint shall be ate I ' x-base with egg shell or satin finish; colors are to be approved by Facilities lanugenent Groin staff. 12. Interior doors,fra r. ees rood ork, trim paint shall be oil'-base with, semi-gloss finish; colloirs are to be approved by Facititte.,$ l" ariagement Group staff. 13. Soffits shall be const ied of cernentitous board. The city's Design Standard is"'Hardi-Panel. 1. Restroom partitions shall be of solid plastic or stainless-steel. 2. Shower area pans shall be cast-in-place or terrazzo,, pan liners shall be sealed. The City's Design Standard for pan finer sealing is"lied Guard." 3. Shower area hacker boards shall be ce wentitious hoard; "green roof"shall be unacceptable. The City's Design Standard is"Mardi- oard." 4. dotal lockers and cabinets shall be utilized in all fire station truck rooms. S Desi rr Guidelli n+s—D FT 3 JU I 6 .doc Page 8 of 2 IF F rth Facilities Management Grog Design Guidelines l 5. ADA shower seats must have folding legs for added support. EM , - -10: DIVISI N 11 EQUIPMENT 1. Kitchen appliance space shall be designed to accommodate standard industrial food service equipment. A cash allowance shall, be provided in the bid. Contracts shall be adjusted to reimburse contractor for actual purchase price of equipment. 2. Athletic u�i rent is generally�1 q g purchased by City wing a cash allowance part of base bid. r l DIVISION 12 FURNISNIN�S 1. Casework shall be solid- or laminated-good. 2. Blind's shall be part of the General Construction bid. Blinds for Fire Station Sielep looms shall be . light-Mocker type. The "ity"s Design Standard is"Levolor." 3. Library, office and General Furniture shall be bid through the city Finance De art e,nt s Purchasing Division wing specifications prepared by the Architect, in consultation, with the Cif, Fir" DIVISION 1,3 SPECIAL CQ.N5TRUCT1QN .. Pre-engineered buildings shall have 24-gauge, treated-metal walls and roof for durability. r 2. Pre-engineered buildings shall utilize insulated metal panel construction. r 3. Pre-engineered buildings shall be bid as part f overat[project, not piece- eal. 4. Portable buildings and classrooms may be acceptable, provilded they are State-certified. 5. ,Security access systems shall provide a link to the City by modem, autornatic dialer or on the network PIP to,allow remote monitoring and control. Coordinate design and construction with the City"s r Information Technology Solutions Department(ITS). DIVISIQN 14 !CONVEYING ffffEMS t r 1. Elevators shall be required for all buildings with, multiple floor levels.. r 2. Elevators shall include solid-Mate, programmable control's con patibl'e with Facility Management Systems where present or anticipated. IVISI N HANJ AN rr 1. All mechanical systems and equipment shall be in accordance with the International Code c"ouncil"s ICCs International` Energy Conservation Code IECC and all applicable state and local codes. 1.1. Specifications shall require Manuals prior to issuance of Certificate of occupancy in accordance f, with 3. .3. rr r;. 1.2. Energy analyses and suppoirting d,ecumentation shall be required in accordance with 806.5, and shall be included in final design submittals. 2. Engineering design and construction consideration shall be given to all current American Society of Heating, Refrigerating and Air-conditioning Engineers' SH Es guidelines and standards. Curing the Design Phase, all HVAC redundancy issues shall be addressed, especially as related to critical needs areas (e.g., equipment cooling and odor control issues.) r AS _Design uidel1nes,_D AFT-30JUN1 ( .dloc Page 9 of 28 ) CI-q of' Fort Worth Design Guidelines 3. Perform Life-Cycle Cost LC analyses of alternative systems and equipment cluding first-cost, operations and maintenance components. Submit alternatives for consideration by Facilities Management Group, staff that are both technically feasible and financially viable. 4. All mechanical system equipment and accessories shall be specified, supplied ,and installed in r accordance with accepted industry best-practice. Independent systems commissioning shall be provided separate from design engineering and installation contracts. Engineer shall contact the applicable local utilities to necessary services to the facility. �. pp ties to coordinate Points of demarcation and utility contacts shall be clearly indicated on the plans for reference. 6. Unless otherwise directed, all temporary and final utility connections and' metering devices shall be requested and paid for by the General Contractor. 7. Plans shall clearly indicate the limit of the Contractors responsibility forwi er and sewer service. the Contractor shall be responsible for all costs to connect to watet,ion the bul d u side of the meter and to sewer at the property line. City shall pay for water and sower taps to th6',Otpperty line and to the meter. Engineer shall contact the Water Department to h v'e them design and timate the cost for water and sewer services. 15000 Basin 'Mechanl aM Mate r"lads &Methods .. Mechanical ui meat motors shall be pre , q p p ���o �ose to standard- �� h�gh�eff�ciency. 2. Mechanical equipment&systems shall be evaluated for sour ! vibration and seismic impacts and shall be addressed as necessary in plans d,specifications. . Mayor mechanical equipment, colmponen 6c essgries shall be 'early labeled in accordance with industry standards for ease of identification' op� ��tl� � end maintenance staff. 4. Mechanical-, du!ct-, equipment- and' pipe-insulation secificatio include materials and methods appropriate to their appllcatwr 5. Refrigerant piping,sha 11' be as sh orit as possible, appropriately protected and insulated, and shall not be buried. FM 03-04-10(SEE 5'600.6) % VI ping I., Provide scut ti holes�in floors on ier&� �ui dat�ons, and in each cell in areas with p bo�� �o underground i �n ��� . din a� d�"oral' access in kitchen areas and restroorri The intent is to p p 9 g eep"from having to"cut, oi in fob.5 or plumbing and other trades. Strap plumbing pipe to uni ers,1de of slab. 2. Service'dater supply piping( d fittings,shall be polyurethane of the type appropriate for the appilication; and provided supiport and' protection as recommended for the application. Fly 03- 1 I Garbage disposals ire generally unacceptable and shall only be considered only on a case-by case basis. 4. Service sink drains e kitchen custodial) shall utilize 3"trapped drain pipe at a minimum, and restrictive drain baskets. s 5. All floor drains and plumbiing traps shall be primed to ensure effective water seals. 6. Provide for drainage in restrooms, mechanical rooms and kitchens as follows: t 6.1. fish floor for 2'diameter around drain to catch water, or 6.2. Depress floor slab in tiled restrooms and have the tide contractor thick set the the to provide slope to floor drains. 7. Wall-hung plumbing fixtures shall be supported by"chain"specific to both the application and the fixture manufacturer. 3 JUl roc Page 10 of 28 it f � "+ �� Facrllotlles Management Gr �u Design Guidefines 8. Fluid pumping equipment shall be"'Bell &Gossett", "Grundfos", "Armstrong", or approved equal. Ply 03-04- .0 9 All water fines shall be provided isolation valves at both branches and terminal devices. FM 03-04- 0 10. Allowance for meters and gages shall be provided including temperatures and pressures to provide adequate operations and maintenance monitoring. Thin is to include thermometers, thermo-wells, pressure gages, and test plugs. Instrumentation ranges and gradations shall be appropriate to the temperatures and pressures anticipated, with locations allowing for ease of field monitoring. f„ 15200 Process Pilping . Materials and methods shall be discussed with Facilities Management Group staff prior to the preparation of any plans and specifications. 2. All service water lines are to be done in polyurethane pipe or approved equall. FM 03-,0:4-10 fro 15300, Fire Protection Piping 1. The City"s Design Preference for sprinkler systems shalt be dry,—type, unless otherwise required. FM 03-04-10 2. The ,i 's current annual agreement requires the dire Sprinkler Contractor to perform ain inspection with the City Fire Marshal at job completion. FM 03-04-10 15400 P'lumub +� Pi � res&Equipment t 11IF", 1. All restroom fixtures and equipment shall conform to ALA accessibl"I'Ity regggirernents. 2. Plumbing fixtures and equipment shall have water,supply shut-off valves for fixture isolation. 3. Plumbing fixtures and equipment shall be as listed allowing for,approved equals. 'Listings represent J Facilities Maintenance Division standards; design alternates shall be listed only with their concurrence, and shall be approved prier to bid by addendum. Alternates may be approved subsequent to hid only when approved alternates are not available. 4. Plumbing fixtures and equipment shall be""low-flow"type for eater,conservations water-free urinals may be considered as acceptable alternatives on a case-by-case basis. 5 Consideration shall be,given to"touch `re 'restoom"design as an alternate bid. This initiative shall include bait not limited to auaonatic, sensor-operated faucets, soapdispensers, hand-driers, flush valves and door-operators. A`li such equipment shall be hard-wired wherever possible, with battery powered and"light-powered,"considered on a case-b -case basis. t 6. dean-o t shall be installed outside the(doting line at 80-foot intervals, maximum. l M 03-04 10 7. Drinking ing foun ain locations shall include one standard-height, and one wheelchair-accessible drinking fountain each, or as in accordance with AIWA requirements. The City's Design Standard is"Hawse r q � g y- Taylor." 8. Garage and equipmenat'`service bays shall include oil interceptor/separator systems allowing no free- drainage/discharge to surrounding areas., All such systems shall be designed and installed in ;accordance with current codes and EPA regulations. 9. LAVATORIES & FAUCETS r 9.t.Lavatories for all wall'-hung, self-rimming and service applications shall be cast-iron. The City's [design Standard is"American Standard." 9.2.Kitchen sinks shall be 1 -ga. stainless-steel, dual-tub type with a minimum depth of 9-inch. The City's Design Standard is"Elba ." f; S _ esiign Guildde nes_ FT-30J 1 6).d c Page 1,1 of 28 i% i i Facilities Management Grp Design Guidellinies 9.3.Lavatory faucets shall be sensor-operated type, hard-wired type preferred with standard, n anival-operated type considered as alternate bid, unless otherwise approved. 9AThe 0t "s Design Standard for manually-operated, dual-handle lavatory faucets, "off;, is"Delta" model 3549 WFL CHDF (AD A.) 9.5.The City's Design Standard for manuallyr-operated, single-handle lavatory faucets, "'o , Is "Delta,"' model 501. 9.6.T"he City's Design Standard for"gooseneck"faucets is"Delta"model 400. 9.7.Exterior water faucets shall be freeze-proof hose-bibs with re a ''facet.. 9.8.Exterior water faucets shall have isolation valves. FMM' 0 -04--10 9 .All faucets and showerheads shall include fiow aerators. 10. TOILETS,S, URIN LS & FLUSH VALVES y, j 10.1. Toilets shall be floor-mounted, vitreous china, low- d design, unless oth . ise approved. The City's Design Standard is`'American Standard." 10.2. rinnal�s shall, be wall-molunted, vitreous china, low-flow design, unless oche is approved. The City's Design Standard is American Standard,,,, 10.3. Flush valves shall be auto-flush type, with manual-flush 'pe,considered as alternate bid, unless otherwise approved. Design flow shall be appropriate 0. future d'esi n .g. low- ' w flush valves for low-flow futures). The C Dpsign Standard is"Sloan." 11. SHOWER HEADS &V LVE 11®1. Showers shall have provision for positive shutff wl�� �tl �r�in valve position such that persons can ainta!rP emperature setting while shuttib�, flow for water conservation. 11.2. Shower heads sba'l1 be 16W' f pw design. IM 11.3, Shower valves shall be designed and installed such that persons can operate these valves,, without standln i� front of the showerhead fdr`" ersonal safety. 11.4. Shower vat ies shall e: 11, l [e,ty e w integral stops unless otherwise approved. Anti- S "9 scald"' 6t,' hall �'ptwideld. The City's Design Standard is" e�lta"model 1724 WS,. 12. SERVICE WATER HEATERS'" 12.1. ervice water heat I erls:`.(SWH) shill be instantaneous, non-storage type unless otherwise approved. Either central-station or point-of-use types will be considered depending on ap l'p bon. Mora e- e SWH equipment shall be considered as alternate bid, unless othervi approved. 12.1.1. N46r l Gas SWH Equiipment 12.1. Equlipment shall be high-efficiency, instantaneous, central-station type... 12.1.1.2. Stora e- e e u�i rneint shall be hi h-efficienc "power-vented"type. Tanks shall be welded steel' with glass or 10!-mil. phenolic liner. The city"s Design Standard is"State." 12.1.1.3., . Fly 3- //, 10, 12.1.2. Electric SWH E ulipr ent 9 12.1.2.1. Equlipment shall be instantaneouus,, ploint of-use type, accessibly-mounted in- line, and hard-wired to dedicated breakers. AW— eslgn Guy elilnes— -3 J N1 6 . oc Page 12 of I(.%. C Of Fort Worth Facilities Management Grqyk Des"'gn Guo efines 12.1.2.2. Storage-type service water Fasting equipment shall be factory pre-wired, high-efficiency type. Tanis shall be welded steel with glass or 10-rnil. phenolic liner, The City's [design Standard is"State," F 12.2M. Central SWH systems with pumped r ull n/dis ribs i n shall have time cloaca installed and set to operate equipment only during occupied hours. 12.3. WH equipment for process loads shall be designed and installed based on their specialty requirements. Booster heaters shall be installed for processes that require SH'W hotter than r 13o-deg.f. 15500 Heat Generation Equipment F 1. All heat generation equipment shall be sized appropriate to its application including its time &type- V" and design heating load profile. Consideration shall be given to the use of multiple unite multi-stage units and/or units with high turn-down ratios to satisfy anticipates load variability. r; �. Feat generation equipment merit sha Il be high-efficiency, natual gas-fired with elctforiic ignition and forced-draft flue, unless otherwise approved. I Heat generation equipment shall be either forced-draf:,� con densiing-type or high-efficle''ncy, noin- condensing-type. Full consideration shall be given to both depending on the application. 4. Garage, service bay and'open workshop area heat generation equipment shall be power-exhausted radiant-type systems w ith appropriate zoning. 'Fan-powered unit,heaters shall be considered as PIP alternate bid, depending on application. 5. Heat generation equipment for process load"$shad be designed and irrstaIl d based on them-specialty requirements. Engineers and contractors shall coordinate design and Installation requirements with r Facilities Management Group staff.. t t 15600 Refrigeration F' uripm 1. ill refri g e ration equipment shall be sized appropriate to its application including its time- &type-of use and design heating, llpad profil�e. Consideration shall be given to the use of multiple units, multi- stage units and/or units with high turn-do rn ratios to,satisfy anticipated load variability.. 2. The City"s Design Standard for refrigeratioti,eq,�! ipment for HVAC,systems includes"Carrier", "Trane". "York"or"'Woua'y only, to red uce necessit r personnel, training and maintenance parts stocking. M U'.04-10 3. Refs glLion equipment oOmpress rs shall have 5-year warranties, minimum. f` 4. Refrigeration equipment shall utilize refrigerants that are anticipated to be commercially produced and availablI't-,during the anticipated service life of the equipment. 5. refrigeration equIpment for process loads shall be designed and installed based on their specialty requirements. Engineers and contractors shall coordinate design and installation requirements with the Facilities Management Group. 1 6. refrigeration equipment shall be located to minimize refrigerant piping length, and to eliminate buried refrigeration piping. FMl 03-0 4-10 15700 H AC Equipment t 1. All H C systems and equipment shall be zoned and sized appropriate to their time ape-of-use, design load profile and designed appropriate to its application. Consideration shall be given to the use of multiple units, multi-stage units and/or units with high turn-down ratios to satisfy anticipated P load variability. 2. The City's Design Standard for HV C equipment includes"Carriers", "Trane", "York"or""l cQuay"only, u to reduce necessity for personnel training and maintenance parts stocking. Custom specialty air ASD—Design Guidellines—DRAFT-30JUNIO (6).doc Page 13 of 28, i r, City of Fort Worth Mites Mann yet Grog Design Guidelines haindl,inq equipment may include 'Temptrol�","Air Wise", "Hunt Asir", and other as approved. FM 03- olo J 3. HVAwC equipment compressors shall have 5-year warranties, minimum. 4., variable-volume fan- and pump-systems shall he the preferred' design approach, utilizing variable frequency drives VFDs for control with full-h 'pass capability provided for ease of maintenance. 5. Hv C equipment water and X-coil's shall include drain pans pitched and piped to sanitary drab to minimize problems due to natural condensate collection and coil cleaning, maintenance. 6. HVAC equipment shall utilize dry-bulb type economizers; enthalpy-type r riot acceptable. 7. HVAC equipment skull utilize CO2-based ventilation air,controls to limb the unnecessary coindlitionin of outdoor air. 8. HVA,C equlipment shall utilize low-ambient controls. 9. HVAC equipment shall he supplied with factory-curbs that eet all current i idgstry-standards. 10. HVAC equipment curb-caps shall he constructed of proper gage metal according to current industry standards. Plans shall clearly detail the curb-cap and inst4ilation. 11. HVAC terminal equipment shall, he provided side-access Q dftm-access shall not be acceptable., adequate clearances shall he provided to ensur0.0ase of'maintenance. 12. HVAC equipment for process loads shall e designed and instal' used on their specialty requirements. ngineers and contractors � 11 �gordinate desiq Abp installation requirements with the Facilities Management Croup. IS800 air Distribution 1. Engineering design and co tarp tion con�ider� l� h ll he chi n'to all current Sheet fetal A►r- coinditioninq C ontractolrs ''at"iC nal,Association SMACNA guide lees and standards. 2. All ductwork shall be's1 het et. l'o the appro ria ,gage. Spiral duct is preferred with flexible run- out lengths kept o a rrinu "fiberboard"duct rk sha l l not he acceptable., ale. 3. Systems shall he fully du e t o lerum- et ms may be considered on a case- y case basis, 4. Su ppI -atr di, trio t!,p , uctwor�systems desl? §shall minimize`system e dcts'and sh�a�l�l utilize trunk' . lines vv branch di���t"�ontai l�n;��� locking balance dampers as well as dampers at each run-out 5. p p� "� rough, lia�y-�nu step-down, aspiration-type diffusers with �upl� sir shall be pr eistrihuted th Volume da�pers. Perforate supply-',,,�'nd return-air grilles and diffusers are not acceptable. 6. Air filtration systems shall ut 112e pleated, anti-microbial filter media. 1,. CONTROL,SYSTEM$ tQ=d P E NT 1.1. All' new control y's/tems and components shall he e�lectr�ic, electronic; p,,neumiatic control systems and components shall be unacceptable. 1.2. The C:i�ty s Design Standard for HVAC control includes Alerton , "'Johnson Controls "Se� -ems or"Triclium"ffequ only, to reduce necessity for personnel training and maintenance parts stocking. Note that where an existing facility has standardized on one controls manufacturer, that manufacturer's equipment shall be thee,design specification as: fully integrated with the existing systems. FM 03-04-10 1.3. The City's Design Standard for HVAC control system actuators is," elimo." W—Des r n Gullid Mines— -30JU 1 0 (6).doc Pale 14 of 2 IF ,,% C of Fort Worth Facilities Management arou Design Guidelines 1.4. Control systems for all new construction and major renovation projects shall be by facility rnana ev ent systems (FMS.) For purposes of consideration ma jor renovations shall loosely be defined as projects where more than 3 %, of the value of HVAC equipment is to e replaced or where the facility area is being expanded by more than 300o. 1.5. HVAC control equipment for all lesser renovation project shall be by dedicated, seven--day programmable thermostat that automatically correct for daylight-savings time changes. F1' control systems shall be considered as alternate bid, unless otherwise approved. 1.6. Control systems shall be Bonet compatible, fully capable of networking with all system equipment through this accepted communication protocol. 1.7. FMS,controls shall provide prolgrammablel, password-limited, and web-accessible through the Ci ms Local- &Wide-Area Networks LAN/WA where availabl i;), � ' ordinate design and construction with the City's Information Technology Solutib ' De rtrnent(ITS). 1.8. At a minimu m, FMS Controls shall provide optimum start4stop of prima-ry,HVAC equipment including all chiller, boiler, pump and fan systems., System/control parameters shall be monitored through the FMS including space- and outd r-air temperatures. -If conditions are outside of established parameters, automatic,,alarming ring capability shall be provided o h locally PIP and remotely. f 1.9. Control system drawings shall clearly indicate the sequence of operations for all controlled systems, including but not limited to mechanical, and electrical systems. 2. HVAC SYSTEM TESTING &BALANCING 2.1. All mechanical systems shall be tested and balanced (TAB) according to engineers'specifications and in accordance with accepted industry best-practice, with final reporting to the pity. r 2.2. Mechanical systems installed that result in Linder-design after TAB shall not be acceptable. HVAC system desigih shall allow over-sizing Of equipment Only to overcome typical "system effects'due to actual, field cbMitions. 2,3. Mechanical S"st ms shall be balanced in both cooling and heating modes where applicable. 2.4. Air-handling systems,shall utilize in-fine adjustable balancing dampers specific to that purpose to, PIP facrla � syseu balancing,' . ,ampers�h�%ll� adjusted locked and marled to positions meeting design flogs: 2. : Circulating-water systems shall utilize in-line adjustable balancing, valves specific to that purpose to facilitate system bg1ancing. "wives shall be adjusted, locked and marked to positions meeting dosi' � flows. 2.6. Installing contractors sb'all fully balance installed individual mechanical systems to, design t' specificatiblh8 prior to project commissioning to be completed Linder separate contract and t subsequent substantial completion. 2.7. Final commissio'n1h"g shall be separate from all other mechanical system subcontracts, performed by a company different from the installing contractor. Commissioning contract costs shall be included in the Schedule of Prices. D,IVISIQN, 16 ELECTRICAL 1. All electrical systems and equipment shall be in accordance with the International Code council's (Ices) International Energy conservation code (1ECQ1 and all applicable state and local codes. 2. Equipment and materials shall be commercialindustrial grade, as-listed or as approved equals. 16010 Intr us"lon Alarms SD—Design G i delun es- '-3 UN 0 (6).doc Page 15 of 2 Facilities Management Group Design Guidelines 1. The City's Information Technology services(ITS) Department shall be the design proponent for a Intrusion Alarm Systems. 2. Facilities Intrusion Alarms shall be stand-alone systems. 3. Intrusion Alarms shall be dialed out over dedicated land-lines. 4. Construction contractors shall install' contacts and conduits to the electronics closet and control box in the assigned closet. ITS shall install controls and dialer under separate contract. 5. EIRE STATION SYSTEM 5.1. Windows and doors shall be alarmed. 5.2. faster alarm shall be tied into the station alert system so thatt u�"big: red button"activates the intrusion system with an adjustable delay. „vl�nl, 5.3. Reset buttons shall be provided so stay-behind personnel ' n overrid thel setting of the system, % 5.4. Construction contractors shall install contacts and cpi Il„di.As to the electronics closet and control box in the assigned closet. ITS shall install the ontrol system under separaf contract. t� 5.5. Eire stations shall not halve motion detectors as///pa f Intrusigq Alarm Systems. 5.61. Centrall Firer-.Dispatch shall be able to deactivate intrusion;,�arm systems. 16200, Ellectirlicall Power, 1,. Electrical) Fire shall be installed in EMT through 3-boxes to feed fix rps and other equipment. Drops ,i it U, of less than -ft as whips to fixtures and e�, ip�nn ,a �generally a�� able. conduits shall' be required for exterior wall wiring; MC is not a'ceptable,fin exterior wall` 0,i 2. ]-boxes shall be secured with all-thread rod' to strut u'res'aboviE�,;;c ilin s. Fr 3. BX cabling shall not be kc'6ptable* MIMI 4. Existing conduits to Oa`unels shall b gleaned-out in renovation projects. Existing wiring that is unused shall not be abandoe in place. hVII 1 5 GENERATORS TORS p 01 c va, ii 5. . alp generators shall b natural has-fired. Diesel fool-fired' generators may be acceptable. 5.2„ C, c ntractors steal"1 pUl"chase, furnish and install generators) and transfer s itch s . pity"s Design n , ,a rd for e, erators and transfer switches is""onan." 6. The pity"sign standard for,sta ndard transformers, switch dear, contactors, relays, and limit switches is"5 ±ua re D." ". The City"s Desi"6'Stand'ard i for electrical panels s"Sq,uare D""rnold�el l� QO . . The City"s 'Design .St ndar+d for timeclocks and photocells is"TORK.", . The City's Design St,ar�dard for power plugs and switches is"Hubbel." 16500 Lighting 1. esi n c Lighting g consideration shall be given to all current Illuminating Engineering Society IES guidelines and standards. 2. The City's Design Standard' for light fixtures is"I" etalux". unless otherwise noted. 3. Balllasts for fluorescent and high-intensity,discharge (HID) systems shall be electronic-type; fluorescent system ballasts shall have total harmonic distortion (THD) of less than 20%. The City's Design Standard is"Advance." I AS —Design Gui+deiiines—DRAFT— ;' N1 r .dot Pagge 16 of 28 f ..,...... ������.� ��� ,,,,, , l l Ciq of Fort Worth Facilities Managemenit G C S Design Guidelines a1 . Lighting system technologies shall be selected biased' on efficacy lumens Watt using ballast and/or l larrip equipment readily and cost-effectively available to the City addressing maintenance concerns. ° . Where consideration is being given to architectural lighting fixtures that require specialty ballast Poi, and/or lamp equipment, fixture specifications including operations and maintenance information, 1% shall be submitted to the Pity for consideration and approval prier to specification and installation. lJ fir.. EXTERIOR LIGHTING ING SYSTEMS 6.1. Systems shall be high-efficiency type with high-pressure sodium (HPS) lamps unless otherwise approved. 6.2. Metal halide MH) lamp, ballast systems shall be utilized where color rendition is important and shall be considered as alternate bid to HPS systems. 6.3. Security pale light fixtures shall be single-lamp with mogul-base, unless otherwise approved. The City's, Design n Standard is"Wid!e-Lite" Large Round Supra Lyte. pslr 6A, "Wall-pack"light fixtures shall include heat-- and shock-resistant glass refractors, unless otherwise approved. the City's Design Standarr;i s"G!enl te-Thomas" 50,0 Large Wallcube series. l: 6.5. Fixtures shall be designed and configured to prev eInt j ht s +,'ill,umination. 6. . Control shall be by either by astronomical time clod , photocell, a combination of the two or through the facility management system, as available. 7. INTERIOR ORy LIGHTING SYSTEMS 7.1. Systems shall be high efficiency-type with T8 fluorescent lamps Unless otherwise approved. 7.2. T5 fluorescent lamp/ballast systems shall be cons''Idered as alternate bid to T8 systems. 7.3. General area light n i S'1� by recessed, ��, �-lamp futures with white-polished reflectors.. Pr ''here necessary, -foot, 24 a p'wrap"fiixt res may be used 7. . Compact fluorescents stems shall be 2- iece, 1gird-aired units with separate lamp and ballast. 7.5. Incandescent lighting shall be' t,1l ze opl'y where,dlimming is necessary or based on architectural necessl ° 7.6. Recessed fluoresO t fixture§'shall be-Type IC(sealed) wherever ceiling insulation is present, th insulation laid pn�tops and,sfdes to prevent warm moist air in attic from entering and r t nldensing inside the lxture (Model Energy Code 1995, 502.3.4 and 602.3.3) 7'.7. Exit''sJiOos shall be light mitting diode LE lam - p ape with battery back-up. 7.8. Local c htrpl shall be by gall and/or ceiling--molunted occupancy sensor with dual-action, detecting �'e; ent,,sound and/or heat as suitable to the application. Manua[-only control shall i be considlered',a:�alternate bid to occupancy-sensor-based systems. one point of control is unacceptable, each room to be independent. FM' 03-04-10 DIVISION 17 TELEPHONE AND DATA 1. Dedicated telephone and data rooms shall be served by dedicated HC systems. Such HC 1 systems shall' be wired to emergency power circuits whenever possible. 2. Dedicated H AC equipment for telephone and data rooms shall be connected and alarmed through the FMS where present or anticipated, with local override controls prolvided nearest the room door. f s ASCU—Design G ui a nes—D 30JU 6). 'oic Page 17 of 2 ps f i City Fort Worth F "fit" s M� � �nient G raw Design Guidelines 3. Telephone and data installations shall be coordinated with both the City's Communications Services Division and the City s Facilities Management Croup in order to determine equipment support 1 requirements. 4. p conduits, connection jacks, computers and associated communications Tole hang equipment shell be clearly indicated on all contract documentation, where feasible. 5. Telephone and data equipment rooms shall include specialty equipment racks as necessary and be devoid from all power panels, mechanical equipment and combustibles. 6. Contractor shall install all conduits, ducts and raceways with pull lines �-boxes in walls. The City's Information Technology Services (ITS) Department shall provide and pull all communications and data wire and install all jacks and equipment. 8. Public address P system paging shall be performed through the telephone system 9. FIRE STATIONS 9.1. Fire ,Station PA systems shall have speakers in every area with speaker vol u'e;controls mounted adjacent to the room l,i�q,hit s i,tch�es. 9.2. Fire Stations shall have dual speakers with'call-a/lerts,"dedicated to the second s �eaker. 'Call: alert"speakers shall have no volume adjustment. .......:.. Revilslions&Updates r Imam Memo, Dhisions 2010, .dune J � Arch.Svcs. Fac- aint, & I es.Co�ns. Updates Ms 0 8, 0 9 AG, 15 20071 May 3 �� 07 08 , ArCh.Svcs., Fac-Maint., R,es.,Coins. Updates ivls s,012, Tf,68t, 20,07 3�0y 27 ��� Arch�.Svcs., Fac.Maint. Res.Cons. Updates 2 'JO:l 30 A Divisf6ris� _ Arch.,Svcs,. Fac.Ma i nt. Res.Conis., dates arch.�wcs. Vi c.Mai nt. es.0 n . Updates 2065 2 l �ivi ions,,/,,, 200411 1 :1,-3 bN4i n 0' -,& 5 Finishes&Air Conditioning 2004 lea 0 D f 'on 16 Sealed Recessed Light ht Flixtures 20103 larch 0 N A N A. 2003 Februu,a " NA 2002, October' 1 Fire station 8 revisions 1 2002 Se ter ber I Fa�c.Maint. Updates from FSPC Phase 1 The Design Guldeline.5 are the responsibility of the Facility I ianaqemen�t Group's Architectural Services Division Manager. Comments and suggestions may,be submitted to their attention at J Architectural Services, 401 west 13 th Street, Fort Worth, Texas 76102. AS,D—Desi in G u u lines- FT" 3 '1 ,doc Page 18 of 2 IF Construction Specifications Instit te Divisions &Sections CSI MasterF r a 1995 MF95 01000 General Data 06000 Wood &Plastmi1cs 01100 NA 06100 Rough Carpentry 01200 Price& Payment Procedures 06,2010, Finish Carpentry 01800 Administrative Requirements 06300 CIA 01400 Quality Requirements 06400 Architectural Woodwork 01500 Controls 065001 Strructulrl' Plastics 011600, elively... 06600 Plastic Fabrications 01700 Prot ion.. 06700 NA 01800 Facility Operation 016800 NA r 01900 IAA 06900 WbodZPlastic Restoration & ClearMin 02000 Site Construction 07000 her l,& Moilsiture Protection 02100 Site Remediation 0171001 Waterp r opfing & Damp-proofing 02200 Site Preparation 07200 Thermal Prection t 02300 Earth► ork 0 '3010 Shingles, Rood""l""�iles, Roof Covering 02400 Tunneling, Boring &Jacking 07400, Roofing & Siding Panels 025001 Utility Services 07500 lernrane Roofing 02600 Drainage &Containment 0600 F ashings &Sheet Metial f' 02700 Base, Ballasts, Pavements&Appurtenances 017700', Roof Specialties &Accessories 02800 Site tnriprovements &Amenities 07800 Fire &Smoke Protection ,y 02900 Plantin 079001 5ealants Cay4lLnq&5eals.. 03000 Concrete � r��"! �'`i �� 03100 Concrete Formwork X8100 MOt ' oors& Frames 03200, Concrete Reinforcement 08200. Wood & Plastic boors Frames Firlp 03300 Cast-in-Place Concrete Specialty Doors o3400 Pre-cast Concrete 018400 Entrances& Storefronts 013,500 Cementitious Decks 08500 Windows 03600 Grout 08600 Skylights 03700 Mass Concrete, Placement 08700 Hardware 03800 IAA Glazing 03900 Concrete Restoration Clewing ,. 000 Glazed Curtain Walls 04000 Masonry y 900 Fin*lsh s 04100 Mater alp&Methods... 0100 Metal Support As,serrrhwllie,s 04200 Masonry Units 019200 Plaster&Gypsum Board 04300 l'A 09300 Tile t: 04400 1'Stone 09400 Terrazzo, 04500 Pies ctor s... 09500 Ceilings 04600 Corrosion-resistant Masonry 096100 Flooring 047'00 Simulated/Manufacto ed Masonry 09700 Wall Finishes, r 04800 Masonry Assem lies, 09800 Acoustical Treatments 04900 Mason Restoration &Cleaninq 099001 Paints &Coatings_ 05000 Metals 10000 Sped cities 05100 Structural MeitaIl Framing 10100 Boards Partitions, Cubicles.. 05200 Metal ,foists 102010 Louvers &'dents 05300 Metal Decking 10300 Fireplaces& Stoves 0400 Cold-fdirme Mete I Fra m inig 1040..0 ide ntification Devices 05500 Metal Fabrications 10500 Lockers 05600, Hydraulic Fabrication 10600 Gates,5crreer s Panel, Partitions.. 05700 gal, Telephone Specialties.. Metal l 10700 Ornamental � r 05800 Expansion Control 10800 Toilet, Bath & Laundry Accessories 05900, Metal Restoration& Cleaning... 10900 Wardrobe,& Closet Specialties 5113— resign Guidellines—D —3 J' 'N' 6 logic Page 19 of 2 Construction Specoi,fications .Inst,'Im,tu,t,t,%: Divisilolis, & Sections 11000 Equipment t 16000 Electrical 11100 Mercantile....E'Xi ent...... 16,100 Power& Comm ni ti ns... 11200 Water,Supply &Treatment Equipment 16200 Electrical Power 11300 fluid Waste Treatment&Disposal Equip., 16300 Transmission & Distribution 11400 Food Rtriass Service E'Xi me t.. 16400 Lew-voltage Distribution 11500 Industrial & Process equipment 16 00 Lighting 1 11600 Laboratory Equipment 16600 IAA 11700 1'' edical & Hospital Equiipment 1670O Communications 11800 Public Safety&Agricultural Et7uipment.. 16800 Sound &"video 1 119,00 1" A 16900 NJA 12000 Furnishings gs 17000 Tell one & Data 12100 Artwork 171100 NA 1200 NA 17200 NA 12300 Manufactured Casework 171300 A 12400 Furnishings &Accessories 174010 NA 2500 furniture 175GO NA 12600 Multiple Seating 17600 NA 12700 Systems Furniture '17700 �A 12800 Interior Plants& Planters 17800 l 12900 NA 1790 NA 130100 Spuediaui Construction ruuction 13100 Lighting Protection, Pre-engineered.. 131200 Lk7uid&Gas storage Tanks&Basin. 13300 NA 13400 Measurement &Cointroll Instrumentation 13500 Recording Instrumentation ion 13600 Sonar &`"mind EnergyEquipment � 13700 Security Access,:A/SurVOHWnce 13800 Building ort Auto ion 13900 Fire Supp,ression 14000 Conveying System 14100 Dumibwaiters 14200 Elev t ��r� 14300 8cala 6r�'. 14400 Lifts 145100 Materials Handling 14600 Hoists &Cranes 14700 Ti r to les 1480 Vng 1 900 risportation 15000 Mechani 15100 Building Services Piping 15200 Process Pipipig 15300 Fire Protection Piping 15400 Plumbing Fixtures & Equipment 15500 Heat Generation Equipment 156 Refrigeration Equipment 15700 HVAC Equipment 15800 Air Distribution 15900 HVAC Instrumentation &Controls 1 AS _De ignr uidelin,es_ 3 J NI O (6).d1oc Page 20 of 28 y, Construction Specitications Institute Divisions Sections �l CSI as " """"F "l�'"' at 2004(MF04) PROCUREMENT&CONTRACTING REQUIREMENTS GROUP Div.00 Procurement&Contracting Requirements r SPEC FIC TI N'S G OUI t General Requirements Subgroup General Requirements Fad"Ilibes Construction Subgroup r Div.02 Existing Construction Di . 3 Con4crete. Div.04 Masonry Div.05 Metals f Div.N Wood Plastics &Composites iw.0 ' Thermal &Moisture Prrotect.ion i . 81 Openings C i .09 Finishes f Div.10 Specialties Div.11 Equipment Dliv.12 Furnishings r Div.1Special Construction Div.14 Conveying Equipment Facililty Services Subgroup SIR Div.21 Eire Suppression Di .22 Pluming Div.23 HVAC i° .25 Integrated Automation Di v.,26 Electrical i ri. 7 Communications C i a. 8 Electronic Safety&Security S"Ite&Infrastructure Subgroup Div.31 Earthwork Div.32 IExterior Improvements Div.33 Utilities Pro Div.34 Transportation Di .35 Waterway & Marine Construction r Process Equlipment Subgroup J, Div.401 Process Integration r Div,.4 , Material Processing & Handling Equipment Di ,.42 Process Heating, Cooling & Drying Equipment rev Div.43 Process Gas& Liquid dandling, Purification, and Storage Equipment Div.44 Pollution Centred Equipment Div.45 n ustr° Speacific Manufacturing Equipment Div.48 Electrical Plower Generation ASID—Deslign Guildell"Ines—DRAFT-301JUN10 (6).doc Page 21 of 28 G Cons ruction S' eatic i ns I..nstaltu',...... a Divisions Sections gROUPi W.00 Procurement & Contracting Re uIlrernen i 00.00, Introductory Information 0 .10 Solicitation 00,20 Instructions for Procurement 00.30 Available Information 00.40 Procurement Forms&Supplements 00.50 Contracting Forms&Supplements 00.60 Project Forms 00.70 Conditions of the Contract 00.90 Revisions, Clarifications, oii'cations SPECIFICATIONS SUP General Requirements Subgroup Di v.011 General Requirements 01.00 General Requirements 01.10 Su m aryr 01.20 Price & Payment Procedures 01.30 Administrative Require pts 01.40 Quality Requirements 01.50 Temporary Facilities&C n f'ols 01.,60 Product Requirements 01.70 Execution, Closeout RequireMents` � 01.80 Perfo r n e+ i cements O1.90 Life Cycle ActiVitfes F cillitiles C nstrucboi w Siu� rou 012.'00' 'x C+un di s 02.20 Asse5sm nit 02-30 Su bsu rfat�;Investi g�atlbp � Demoliti 6 Moving, 02.50 Site Remed,lat'ion 012.6,0 Contaminate Site Material Removal 02.70' ater emo nation 02.80 Fclll� � eiation Dili v.0 3 Concrete 013.00 Concrete 03.10 Concrete Forming &Accessories 03-20 Concrete Reinforcing 013.301 Cast-In-Plaice Concrete 03.40 Precast Concrete 03.50 Cast Checks & Underlaryrnent 03-60 Grouting 03.70 Mass Concrete 013- , Concrete Cutting & Boring Constructilon ecifications Institute VMk Divisions, ull ct i '14,0 4 Masonr 04.00 Masonry 04.20 Unit Masonry 04.40 Store Assemblies 04.50 Refractory Masonry r 04.60 Corrosion-Resistant Masonry O4.70 a n fact red Masonry ° Divi,051 Metals, 05.00 Metals 05.10 Structural Metal Framing X05.20 Metall, Joists 1 05.30 Metal Decking 05.40 Cold-Formed Metal Framing ing 05.50 Metal Fabrications 05.70 Decorative etal �f p Wood Plastics& Composites 06.10 Rough Carpentry 06,.20 Finish Carpentry 06.40 Architectural Woodwork 06,50 Structural Plastics 06.60 Plastic Fabrications 0!6.70 Structural: om oslt 06.80 Composite Fabrication D'114.1017 Thermal & Moisture Protection r 07.00, Thermal & Moisture Protection r 07.10 Damppr ofing &'" auterpr ing 07.3 Steep Slople R oi n9'/ 07.40 Roofing &Siding Panels , �l 07:50 , Membrane Ko ng "� 7.6 l lashing &S11eet Metal 7.7 Roof'&Wall ,Specialties 1&Accessories ­07.80 Fire &Smoke Protection Joint Protection IM. 1 1 Open j qs r 08.0!0 Openings .10 Doors,&Frames 08.30 Specialty Doors & Frames 08.40 Entrances, Storefronts, & Curtain Wallls 08.510 Windows, 08.601 Root Windows &Skylights 08.701 Hardware Glazing 01890 lovers "dents PON __....v m-- _... __.® A —Design a deli es— 3 UN1 . oc Page 23 of �J, Construction S ec t cat ons Institute Divisions & Sections wxxxxmxxxxnnr......�- F Div. Finishes 09.00 Finishes 09.20 Plaster &Gypsum Bard 09.30 Tiling 09.50 Ceilings 09. 0 Flooring :r 09.70 Wall Finishes 019.801 0 Acoustic Treatment 09.90 Painting &Coating Dig►.10 Specialties 10.00 Specialties 10.10 Information Specialties h 10.20 Interior Specialties 10.30 li repl aces &Stages i 10.410 Safety Specialties 10.,50 Storage Specialties 10.70 Exterior Specialties 10.81 Other Specialties Div.II Equipment 1.1.00 Equipment 11 11 Commercial Equipment 11.30 Residential Equipment 11.40 Foodser ice Equipment 11.50 Educational 4 Scientific Equipr �n 11.60 n ertaI17 t1A t 171eticlRecreatlpnal Equipment 11.70 lea tllcare /ui`,,, lent 11.80 Collection &Dispes'all Equipment 11.90 0ther Eq6 ui p merit Div.12 Furnishings r 1 cb Feu r ishings 12.10 Art 12.20 Window7reatments, lvrl 12.30 Caseworl! Nor 12.40 Furn,ishinqa&Accesso,vies 12.s Fu rniture 2.6 ,,MJ, ltiple Sezk nq 12.90 Other Furn,lshings Div.13 Special Construction 13.1 Special Construction 13.10 Special Facility Components 13.20 special Purpose Rooms 13.30 S, ecial Structures 13.40 Integrated Construction 13.50 Special Instrumentation ASCU-Design Guidell rwes, R FT 301JUNI10 6).doc Page 24 of Construction S edfications Institute Di,visions Sections r 14.00 Conveying Equipment 14.10 lumaitrs 14.20 Elevators 14.'3+8 'Escalators & Moving Walks f 14.40 Lifts 14.70 Turntables 14.80, Scaffolding r; 14.90 Other Conveying Equipment Facility Services Subgroup Div.21 Fire Suppression 21.010 Fire Suppression 21.10 Water-Based Fire Suppression Systems 21.20 Fire-Extinguishing Systems 21.30 Fire Pumps 21.40 Fire-Suppression Water Storage Div.22 Plumbing 22.00, Plu piing 22.10 Plumbing, Piping, & Pumps 22.,30 Plumbing' Equipment l% 22.40 Plumbing Fixtures, 22.501 Pool & Fountain Plumbing: Systerrls 22.60 Gas&'Vacuum Systems... Div. Heating Venti at"n, 'ir- wnu+ i ning 23.00 HVAC 23.10 Facility Fuel Systems, 23.20 HVAC P*ping & Pumps 23.30 VAC Air Distribution 23.401 HVAC Air Cl1eaning Devices Central beating Equipment 23.60, Central Cooling Equipment 23.70 Central HVA,C Equipment 23.80 Decentralized! HVAC Equipment Div.25 Integrated Automationi 25.00 Integrated Automation r 25.10 Integrated Automation il Network Equipment 25.30 Integrated Automation Instrumentation &Terminal Devices 25.50 Integrated Automation Facility Controls I 25.90 Integrated Automation Control Sequences J Div.,26 Electrical 26.00 Electrical 26.10 Medium--Voltage Electrical Distribution 26.20 Low-Voltage Electrical Transmission 26.30 Facility Electrical Power Generating &'Storing Equipment .40 Electrical &Cathodic Protection 6. Lighting ASD-Desilgn Guidefines-DRAFT-30JUN10 (6).doc Page, 25 of 28, Construction SpeCITIcations Institute Divisions & Sections D irv.,27 Comniunications 2 ".00 Comimiun,icatilons 27.10 Structured Cabling 27.20 Cute Communications 7.3 "voice Comimuniicaiti nis. 27.40 Audio-Video Communications 27.50 Distributed Communications & Monitoring Systems D1*v.28 Ellectrwic Safety &Secur 28.00 Electronic Safety &Security 28.10 Electronic Access Control &Intrusion Detection 28.20 El! ctronic Surveillance 28.30 Electronic Detection &Alarm 28.40 Electronic Monitoring &Control Site&Infrastructure Subgroup 31.00 IEa rthworl 31,.10 Site Clearing 31.20 Earth Moving 31.3 Ea:rthwork Methods 31.40 Shoring & under inning 31-50 Excavation Support& Proteoion 1. 0 Special Foundations El ants 31.70 Tunneling & Mining , 32.00 Exterior,I rnprove tints 32.10 Bases, Ballasts, , laving 32.30, Site Improvements ts 32.70 Wetlands 32.80 Irrigation 32.90 Pl wntii q v3� �ti�if yes 33. Utilities 33:10 'mater Utili0es; 33.,2 01 Fells 33.30 S66itaryr Sewerage Utilities 33.40 St or, prainage utilities ..............:............. 33.50 'Fuel stri utionl Util'iti� s 33.60 Hydroinic &Steam Energy utilities 33.701 Electrical utilities 33.80 Communications utilities SD—Deslwgn ellnes—DRAFT_3 JUN I 6 .doc Page 26 of 1 Construction Specifications Institute Divisions & Sections llv', Div.34 Transportation I OF 34.00 Transportation f, 34-10 Guideways/Railways 34.20 Traction Power 34.40 Transportation Signaling &control Equipment U 34.50 Transportation Fare Collection Equipment 34.70 Transportation construction & Equipment 34.80 Bridges P Di v.35 Waterway&Marine Construction 35,00 Waterway & Marine Construction y 35.10 Waterway & Marine Signaling &Control Equipment 35.,20 Waterway& marine construction & Equipment 35.30 Coastal Construction 35.40 Waterway construction & Equipment 0, 35.50 Marino construction & Equipment !' 35.7'01 Darn construction &Equipment Process Equipment Subgroup Div.401 Process Integration 40.00 Process Integration 401.10 Gas &Vapor Process Piping 4 20 Liquids Process Piping 40.30 Solid & Mixed Materials Piping &chutes 40.40 Process Piping & Equiiipment Protection 40.80 Commissioning of Process Systems s 401.910, Instrumentation,&cointrol for Process Systems gas,, I iv.41 Material Processing &'H ndling Equipment t 41.00 Materia'I'Processing & Handling E ul ent 41.10 Bulb Material Processing Equipment �P111 4 .20, Piece Material Handling Equipment 41.3 0 6~ acnufacturing E ulpment 41.40 container Processing &Packaging 41.50 Material Storage r � � Mobile Plant,Equipment Div.42 Process Heating,Cooling &Drying Equipment, 42.00 'Process Heating, cooling & Drying ring Equipment 42.10, Process Heating Equipment 42,20 Process cooling Equipment 42.30 Process Drying iing Equi ment Div.431 Process Gas& Liquid Dandling, Purification, and Storage Equipment 43.00 Process Gas & Liquid Handling, Purification, and Storage Equipment 43.101 Gas Handling Equipment 43.20 Liquid Handling Equipment 43.30 Gas & Liquid Purification Equipment 43.40 Gas & Liquid Storage SD-Design Guirdelinaes-DRAT`-30JUN O .doic Page 27 of t, I if Construction soppcifications Institute DOvos"ons & Sections Div.44 Pollution Control Equlipment 44,00 Pollution Control E quipment 44.1 Air Pollution Control 44.20 poise Pollution Control 44.4 Water Treatment Equipment 44.50 Solid Waste Control D"Iv.45 Industr y-Sp edific Manu acturili rg Equipment 45.00 Industry-Specific, Manufacturing Equipment � i . 8 Electrical Power Generation 48.00 Electrical Power Generation 48.1 Electrical power Generation Equipment y 48.710 Electrical Power Generation T t%ng pr ri%,... J/,N% ,,/ r% 1,14 0 i. z i 2% '" c U, i ,!c �j 1 i j j ASD_D es" n Guidellin s—D —3 J 1 doc Page 28'of k, �i i PROJECT DEVELOPMENT AGREEMENT Attachment Prelin-dnary Report r r i f //, r i r 1, f 2 Or r / / / '�'9i�„°l avro(T�✓; ,ii:�7,;�r; nHMJfi'n f ii�'���/���'�' _: i;n�r,�l91�f'1;/,� ��f��,a 9 N,?uy fir' i r m °i Nr molls i, po ' to I pN/ `� ,Or,,,9i h�U�, „VI.' >]aadh�%i��, rar?�u91�,•i�,na� ,... 4 1 r f fr r t , f"'mJ„ I y Pi all OF, 'TABLE OF'CONTENT, 0 Section 1, ble of IIIIII NJ Section 2—ExeCUtive ....................2 Sectio -Pe rmance Services, Consiolidat ion ....,........ ....... 4 Section 4—Municipal Lease Refinancing,............ .............................6 Section 5—FIM Opportuniaties............................. ................... ..........3 Section 6—Facility Baselines........................................ 12 fi Section 7—FIM Savings...........Al W................. ...............J4 Section 8,—Financial n.a.lys ....... 16 Section 9—Photo Tour........................... ............... ............18 o RT OI RTH Johnson, 010 Controls Intellectual property 0 2012,,Johnson Controls. Confidential.AR rights reserved. Page 1 "T, 1 Y' z t r Executive Sumni e imina,t °Analysis 3 r City instructed JC1 to +induct a preliminary analysis to develop an Energy Sa s Performance C ointract ESPC phase V11 project that would incorporate all of the following. LA Consolidate the current guaranteed utility savin s of' ESPiC Phases 1 lI III! I'V IV`b into (D If one one ) total Assured Performance Guarantee 0 Identify opportunities to reduce the current ESPC Phases I a I I,I I I,lV VIh ann�u i1 IF P service agreement costs to desist with TPW budget constraints 0 Extend the i saints terms f SPC haws I I I I II t fund additi nal infrastructure � improvements 0 Refinance the existing ES PC hase IV municipal lease due to current lower interest rates The results of this report are based upon preliminary audits, cost estimates, utility "V savings and debt service an lysis. 0 Co-Authoreld Solutions 0 JCl develops solutions with its customer, nCC t for its customer. This ensures that the City O, of Fort girth concerns and re uirem is are iderltifi d at each step along the performance contracting process. This proposal was developed in conjunction with the CU TPW Department. Key rsunnel involved were Mr. Glenn Balog, Mr. Semi Steele Mr. Sam Gunderson and many other people within the various departments. It should be ' noted that without the hel p of these dedicated employees, this Preliminary Analysis Report would not have been possible., Relcommenidaition J t Fused on the analysis summarized in this Preliminary Analysis Report, Johnson Controls recurnmend�s that the City of Fart Worth proceed with the Detalleid Audit phase. The preliminary results clearly indicate an xcellent opportunity to develop a self-funded project. J FoRT Wo TH Johnson Crir+ l! Intellectual property 2012, Johnson Controls. Confidential. All rights reserved. fags 2 Table 1' provides the total project costs & savings over a 1 year terra. Table 1-P"r Summna�ry-1,0 Yeair�Total's -Utility Cost Sawvings $29,809,421 ESPC Phase I- Lease ($981460) CU ESPC Phase I & III _SECO Lean ESPC Phase III -SECO Loan ($3,444,9197) ESPC Phase IV-Refinanced Lease ($81866172+0 a ,; ESPC Phase VII Lease ($71915,,598 ESPC All Phases,LPG Services ($2,154,550 1 - ear Cumulative Savings $51331, 9 Benefits of this project, include the following, o Additional l $T000,000 for self-funded infrastructure improvements • Total savings of over $1,200,000 through refinancing existing ESPC Phase ICI � nuunici al lease • Reduced annual s rv,ic greement costs Just as JCI has been successful in Acquiring utility rebates on eha,llf f' the City for previous ESPC Phase r ejects, ,.JCI will make every attempt to secure additional utility LA rebates for the Phase VII improvement, mensures. The im le ntati n of tide self-funded project will result in infrastructure improvements, reduced operating) costly irn r ved indoor comfort and reduced air pollution. CL CU r Cost to Proceed OWN&. In order to implement the b yr recommendations, the City of Fort Worth needs t cclrnrnit to, Johnson, Controls' performance of a Detailed Audit. The cost to the City t conduct the Detailed Audit for the opportunities included in this report is 21112, 00. The ESPC Phase � Contract b� . and Johnson Controls �� I P� dr n �n tl�� ��t allows the City t proceed directly to the Detailed Audit phase, pending Council approval for the audit cost. FORT WORTH Johnson ))10 Controls Intellectual property V 2 12, Johnson Controls. Confidential.All rights reserve . Page 3 J If 0 v*"a Je rfur, i an I Id t U .� L1 (U >- i CL .0 C ' �' w ,. r m u�a CL ro r- w w w 0) N r"`. f +, 0) ¢n 0 rHi QD "> 0 Itt Lr) Ln N tau pct I pr 0 vi r M 00 [) w %t IN L rs- 00 0) Ln r 0) x.... 0 m M 0 r-4 rl_ w %--i M cV W V) M c (N Iff) 0 r rr rJ p v-4 0 Vim try C L y m N tll- NI 00 LL 1 00 (::)1(,4 CN 0 U + � IN r-_ u co u prol" .�" - ' .,C: cn 70 a) - In «Y E ILI i!'� � tA" 0 (j) M 1 -0 rA m m ! _..a 0 L—CL CL a) (D r-i m rte. 0 ",. +.J M%r` i r � Ln, .. 0 0 — � � M l r y 0 n L C> car , (D C: Ict M a M IN > r-q M 5. .. L- (D M r° (, r m � 00 � 0) � 0) C ry) III U, rl c- E ul, �— ..... < ►^ 0 D r-i C E � F � E a �` 00 t t � 6 m 4-J 0 3 M V M 0 0 E ;A c Lm 0 Vara 0 CL r Off,, I' NMI Table 31 summarizes the current FY13 service agreements for Phases 1,11, 1�1 . Tai Tai ble 3 Current FY13 Service Agreements Assured Building Chiller Performance Efficiency Pr ntati Phase Year Term Guarantee Specialist aintena c I 9 $35,863 $ � $4,x 12 AMA 5 10 $35,295 J Illl 5 1,0 $52,582 $56,836 $ , III" -3 1,5 $630760 $29,527 $6194 � VIb 1 15 $12,070 S bto call $199,570 $8613,613 21,82 Total $310, As part of the ESPC Phase V11 project, JC1 proposes to, consolidate, the current service costs for previous Phases 1',11 11'1,11V 11b into one (1) tonal � a1 APG service cost. 'The estimated annual i cost will 12` , 5 µ 'The new PIG service cost will: begin on 09/01/12102 and remain constant for the - ar ter i. JC1 believes, the additional APG services associated with ESPC, Phase V11 improvements ca also be includedIn this cost. To assist with current TPW budget constraints, J! 1 proposes to fin the following I additional' 110-year service agreements beginning on 1 " 1 M • Full time Building, ci icy Specialist • Chiller Preventative Maintenance ices RT WO' T r Johnson Controls Intellectu t property 0 201 2,,Johnson Controls. coins i'de n ial.AU rights reserved. lugs 5 f /®r r rf Municipal Lease Refinandn f v As part of the E,S,PC Phew VII project, JCl proposes to refinance the i *ng ESPC Phase IV municipal lease. M Based on current market conditions, City can save over $11,200,000 by refinancing remaining gar f the xistin lease .` 9% i t e 1 !- ��r r�n ni�i��l I' s 1 be innin on 09/01/2012. Savings is based on an estimated interest .4 %. f (' !' 10"" mood "IrM Fr 0/r/1f f. 1P r; l Johnson Fo RT WORTH l "# •r �� t Control's intellectual property 0 2012, Johnson Controls. Confidential.All rights reserved. Page �I do 40 , 40 40 If all, fill I 01 CUI CIS* 0, (511 a wool ept I � City oh � m-. m 0 0 0 �« � � Building ' � 0 M. 0 ° A " Ito MIM A PRIM .ALI g�ii fill, Ab r �II r iui�+�ll Oda 0 loll I �► .. A* AL Alik d �. # �or 151 p At a i a i Commerce Street Gar e Replace T-8 Light'ing with, LED lighting Install daylight controls Gooll"ng Plant Upgrades rwt f City Hall Central Plant, lr lac e 200-ton chiller larger . r (for . City Hall Annex) Add new cooling tower cell to increase capacity • Refurbish existing cooling twerp o Replace existing cooling tower fen motors & gear drives with irect drive motors & (D P1,10 VFD's LA Add autolmatic isolation valves es to existing cooling towers 3 cell's) Add VD's to rimy chilled water & condenser water pumps (many existing bal,ance valves are throttled) Cheek & repair makeup t r e , nsi n tend systems Clitv Hall Annex Tie-in existing AHU'sl to It all Central Plant Remove existing air-cooled chiller J Heating Plant Upgrades City Mall Central Plant F/ Replace existing boilers with high efficiency condensing boilers o Convert heating water distribution tol variable flow x Cheek & repair makeup Ater/expansion tank systems HIVAC Upgrades it �l Convert l' rge, onst nt vol me AHU with reheat to VAV'with new boxes Replace ink etion units 'with new st eliminate 2-pipe systlem Replace existing AHLI tie i is MIFI r l i n � st r I it r eli in t air--c l el itll r FoRT"WORTH Johnson it Controls In e e tu l property Q 2012, Johnson ConitroLs.confidential. U rights reserver. Page J i `ride new COX system for 24-Dour area Stearn trap retrofit Awl Animal' Care & Control Center Replace existing chiller, u & AHU's, with, multiple DiX rooftops with h eat recovery wheels Central' Libre Replace existing Aaon RTU with new VAV rooftop AHIU S Control's Southiside Service Center Cit mall. Cit Hall annex P'u lic Sit t • replace all' existing pneumatic controls with new DDC controls, • Demand ventilation • Optimize efficiency LEA ' Certification Southwest Regional Libra fast Regional Li r�r Implementation of this task will provide services to attempt certification of the F CC thir ugh the United Stites Green Building Council's SGBC) Leadership in Energy Environmental Design Existing Building: Operations and Management l!EE O&M) program. The following consulting services will he necessary for the City of Fort Worth to successfully submit a complete LEEDO Online Certification package to the USGBC: LEED91 Accredited Professional(s) will manage and deliver the LEEDO process from the initial review through LEEDS certification su�hmis,si n, LEEDO Certification process will be followed through effective management rind technical guidance f' the JCI/Fort Worth team to include submission of proper documentation t the U,SG C. * Collielct, edit, and approve all documentation in USGBC format i'ncluidling the fielding of all questions, the submitting of credit interpretations to, the L SG C, as needed, FoRT Wo TH Johnson Intellectual property(D 2012.,Johnson Controlls. Comf identiall.All rights reserved. Page �j l� i and the managing of post-submission and U G C review and re su mitta,l process, r if req u i red. JCI does not uarantee LEECH ` certification of the reject. 0 q � The USG BC is compromised f Third Party reviewers who will accept or reject dlts which could adversely affect the level of certification or certification in general. In s Cl is not liable, for any decision the USGBC rules favorable or unfavorable towards the 1 certification of the City of Fort"berth's Facilities. NOMA Recommissioning 0 poft Zipp er Buildinq, City HalIl City Hall Annex 'Public Safety, Southwest Regional L br lr j East Regional LVibr r Thee purpose of recommissioning a facility is take an objective holistic approach to improving the facility operation. The following have been identified as the primary objectives of this co m�rr issioning, project. Bring equipment to its proper operational state Reduce comfort calls Reduce energy and demand costs Increase equipment life IMP Improve indoor Muir quality Reduce staff time spent can emergencies Determine if'staff training is required Identify and gathler any missing critical system documentation This project will primarily focus on the operation side of O&M, with attention being paid Per, mainly to maintenance issues that will signif'c ntly impact indoor air quality, building r olperation, and energy consumption. Iry o�irnpufer Power Management Cit 'de Fciliities Installation and deployment of a new computer power management system on City computers will save energy and extend the life olf the computer systems. Further investigation will be required regarding applicability to the city computers. FORT W Johnson 0)10 Controls Intellectual prroperty 0 2012,Johnson Controls. Confidentiat.All rights reserved. Page 110 i Other Scope Waickenhut c rt 400 Investigation of possible energy improvemient measures in this facility. lrive,, ation of donk the Wackenhut facility ins, dependent on the city's decision to rove forwar th this ac u�isitiio . "City Utilit valuatio Sir ices ' l will investigate available software am d' systems to allow the City to auk it utility billing as well s a t matiic ll!y it or�t utility ate, to the EPA's Portfolio manager system* , f FORT!WORTH Johnson Controls, Intellectual property 0 2012,,Johnson Controls. Confidential.All rights reserved. Page 1 I glwlr s ,r City of Fort Worth Area Electric Natural Water Total Department Name (SF) M Gas, Sewer ($/SF) M M Ir 6= wtva ,� .� .� � r�wwwr w' r • � ►� �, �IOW � Nip � w �w � � ► �w� iwwq i iw iii IIMM I���I VIII City of Fort Worth Area Electric Natural Water Electric Natural Electric Facility SF (kWh) Gas (ccf) (kWh Gas I Gas (MCF) /SF) Ml to (Btu I SF)i I SF) ILA �MDOTAO NO Kim UA m vg Mm via=0 ORMI Mill 41 gas- �wi��wi� �wuwi�nwud�ww1 w�wwM�� wuwq wwu wurM I NWI�w;ww� uwI � Aww w�� ,J.M 1 i In order to nvert calculated energy savings to dollars it its necessary s a lish utility cost conversion, factors. These conversion factors, are listed in Table 7 y utility. A average unit cost for each energy category was utilized for all facilities. During the detailed audit, more accurate unit cost for each facility will be established. Table 7 Utility Cost ConiveIrs1 117 City of Fort Worth wow �f,, Water u i Building d 0 �i So thside Service Center $0.05127 $0.01517''3 $6.55 $2.73 $3.56 JJar es Ave Service Center $0.05127 $0.01603 $6.36 $2.23 $3.56 Brennan Service Center $0.051127 $0.03,596 $36.38 $2.23 $3.56 Zipper Buil ink $0.05127 $0.016 7 n $2.23 $3.56 City Hall $0.05127 $0.02673 $6.89 $2.23 $3.56 City Hall Annex $0.05127 $0.02963 $7..42 $2.23 $3.56 Public Safety► $0.05127 $0.02464 $7.201 $2.23 $3.56 Animal Care Center $0.05127 $0.02914 $6.72 $2.23 $3.56 Central Library $0.05127' $0.02807 $5.14 $2.23 $3.56 Commerce Street Garage $0.05127 $0.03196 n a $2.23 $3.5 Southwest egional Library $0.015127 $0.03136 $677 $2.23 $3.56 East Regional Library $0.0,5127 $01.0139917 $7.33 $2.23 $3.56 All FIM''s that g nee rr t demand savings, avoided cost includes TDU Delivery Charges and REP Supply Charges. All FIM's that generate kWh consumption sa ings onily, avoided cost includes REP Supply Charges. FORTWORTH �Ivrra/, Johnso i i Controls, Intellectual piroperty 0 2012, Johnson Controls Confirlen iat.Att rights reserved. Page 13 Diu City of Fort Worth Electric Electric Natural Natural Water Water Building Name Savings kWh Gas Gas Savings k a (kWh) Savings Savings CF ccf, Savings MCh Savings I all I'll 11 City of Fort Worth Electric Electric Natural Natural Water Water IBuilding Name Savings kWh Gas Gas Savings kg al kWh Savings Savings MC ccf) Savings M (MCF') .Savings /, 1 III I N m I r M IN I i �I .I I �� �II �I A �� �N ■���� I MCI w�� �l��'�� li r j i i i Estimated annual util�ity cost savings are shown in Tables 10 and 11. Table 10 — 'utility Coat Savings —Additional Bid s .� Ala S:outhside Service Center 19 784 James Ave Service Cienter 0486 Brennan Bernice Center $61 Zipper Building $51993 Totals $27 324 Cility of Fort Worth Annual Utility Building Name Savilings MUIR City Hall Annex $22,736 Pu blic Safety $10,6017 Animal Care& Control Center $21,385 Central Library $4,567 Commerce Street Garage $131521 Southwest Regional Library $31472 East Regional Library $1,403 Totals $111161 9617 Al FORT WO TH Johnson Controls Intellectual property 2012,Johnson Controls. Confidential. All rights reserved. Page,15 1 s; Ali i M MM /,v f=inancial Analysis, i Total project Benefits over the 1 -gear period is $29,8019,42 1 h 1 Total project price is $x,000,000. A municipal lease purchase loan will fund this sect over a 10-year period. Project price includes the following: Additional IM's Full time BES services for 1 O-year term Chiller PM maintenance services for '1 ear term s 1 The remaining purchase price of $7,842,906, of the existing ESPC Phase IV municipal base gill, he refinanced over a 1 0-year ter Total Project Costs over the 1 1-year period is $24,4 8,12 . These costs include financing debit services and the annual APG service agreement., l Estimated financing debt services are based on a 2.45% interest rate, a 1 -rn nth c nstructi'oin period and uarterly payments in arrears. Annual' ESPC Phase 1,1 1 p i l l,1V,Vlh Guaranteed Ultility Savings remain the carne as the i existing ESPC contract amounts until each current respective contract terra expires. After each contract term expires, ut,ility savings are escalated 3% each year. All additional ESPC Phase x'11 Guaranteed Utility Savings are escalated 3% each year. 10, IF Annual APG services remain constant each Fear. The cumulative cashfl w amount of $5,,331,297 over the 10 years exceeds the ESPC Phase "alb contract price of$3,085,591 which eras funded by an ARRA grant EECBG . Project financial analysis for each year is shown in the following Busilneiss Case Analysis. Prof t'ORTWORTH Johnson Controls Intellectual property(D 2012, Johnson Controls.. Confidential.All rights reserved. Page 16 �v 1r i i 0 9 diiclia cO*v*At Ws S �r 6%is,Ln u) Ln L. Al fI i i aoc u 0 act C>C) C)C-) In � I i CD � CS I CD C' c,aC,CD Ln 00 ko I Ln CYJ C"l C) CD CA w-!00 I I U in r4 Ln Lm sn In All rya , r on 0 o a o C C C) r r' u N rs�" I I CD N an to Ln CL in +d I �O C7 CDC) Lrt Lit 06 Lf"b w�l in m r-1 M w 1 MT C V, Ln en c N 00 co in 1 Ln co lo I CCU r *✓✓ r i" ` p +-M L a 'K�"' r m I on tr� �� CC3It � m CO %cam Ln 4 Ln Ln I / w j i j w C& , V It 11 j u u r a ca La La CD 0 r / pf7l In V v DON:04 C3 rC i 1 1Yh- r .� 411 141U u aji M a C � q� J Cti y +�+ m s fish°mom"+ �, CL u au qa " + F.w / .�' CrI �t a���,,r9 pp�� py ��,pp �y a� � N aAa c C7b , N 2 N C CS.„ C 00- qx C5 �M.0-CL CSC m a- �CL C„1 .�.. 1 ii Chi aid" '"Cmm -2 %I�1 d pA� q LM qJ B NUJ � c i uj �! �y riktr, Photo Tour Johnson Control's has conducted a w,al through and prelliminary evalua n of City facilities associated its this report. The photo tour I's des,igneld to ntrodu�c specific concerns that were observed during the walk-through. These concerns shoal t e addressed under a o r h nsive fro r m. The examples t tour i u ' r �t � � � i�'�nt„ � r �rru�nt rtuinit � °� the �� oWorth. We are sure that many the 'Items mentioned,, in this report have been brought a t your atteint�io before. We are offering a solution that will address all ' these needs under one 1 col pre ensiive grogra . P/P t; r% f ' FoRT WORT johnsion, 0)10 Controls Intellectual property 0 2012,Johnson Controls. confidential.All rights reserved. Page I //iam i y// G / ,rl�(�l%lJ✓KNWd§'✓//// >i „�i., iii r, ,,i;,,,,,�,✓,,, �i. // '//% j /� r�' ,�i�i/%�.� i �y i il//7g sm pp f' POP I Olt in / IP/ ai d I i rrr wrr . . I rr, rr "P� , i I`f 1 / � f if i 2 O/_,, fs, fir' r %r � �I il,hl';ills r o Ny4 Aw VP Iff PH � //l/r���� I, r m✓//"„ �P�,:,, ,4rlM": !l/r ilr u I I I II I I I iit � 11 I I I ni Yi r/f rr� I �FfAflro(cyluAOrl(fsvfliltllfli9irerarn!/m�a�erKiir✓�ryJr rrr � J f � / ,,,,,,,,,, / rr _ r � r / � / r r r / �11111`61 i i v v v r r / r i i JI///" % / l(��I�"91��+�''�}���./�/��7����:�d)u➢111'171➢��I�J/�f'N�Ji��i1�(f:1J1JiY.rflllJlfl>]I���lllll(J,flflf�(,.%//%/,ff//r/////.... ,,. .r „.....r,ii ,. r,, .,rrrrr.... � �/,,...,,,. :/ r Or /o i / rr / ✓r d /� v / , r / /,/ � I I I u #N 11 all M! s I i J r. ELI Ell AM r rW �f1 /iiiiii /�//////ii/.//%i rr >/ �i 0'�� Or y%ir, fir i �T r, V e- �i?OVOPJ'4,�� 1, / r Ai /f /'ii ` ////i I /O f llu,,r wuo ri rmwini j// y Jill / Ir j/ r�wUUN, ,rr�o�ar�;�ur�mualarr /;fi4�Y1(vF� i/1 �✓ r��%�%/ii% � err���//�f' i i 'fill r / a uu'u'u'u'u ,s i r r "' r/10/ / I r ii % ri %4%. &AN U rr / rr v�, r r r i i pia r r g ( r � / / r w rr r / r/ r r / r / rrr,.., ✓ „. /� I r / J Yf�lRln f�ul�(�if�>il?fijwy�flfi„<uftlfilll(rJUlihf d Ni�d gg Il /O / r r I Ilk /j IF/ i ,r r r / r r r / / f r, � r / / r r � y �' "/�I L ri IXI IS °fi", //,�///r'/��v Vii!;' ,%'ri✓r/;,,,r: ii l r, �i r , i Prr Facility Management System J f; �l a f, Replacement "old VAC controls �t the SOLIt� west Service Center wife new FMS will optimize the operation of the existing chiller, filler, pumps, sir handling units and VAS boxes, resulting in substantial energy savings. �f �f f , �t tORTWORTH Johnson Controls Fir, Intellectual pr erty 2012, J fin n Controls..Confidential.All rights reserved. Page 26 r I 1 1 m f r� r��„%„�%//,-;,,,,/i o r ✓ rr r, ,- ,",/�%�/J///// is,,,r/,,"i/" //, � �/e %nor, l I�u{lu IIII I III I Iriu�°IIIWYI �1�up', V y I' I I � ` •�, VIM I��IY'ul , rc ,,, ,, ✓nf/oj if/�f� �Ir/, I �.; a mw new . # Gr f r 011 gg / rri / r / // r ✓i/ r, rr r�////� G,. f�,.. o 1, �/�1. � �/,r,,,„... ,✓ ,,,,///,,,,,, / iii ..,.. r,f. .,�/ I,�✓,” rffli, �/<. / /� fir % f 1 ri ai/ /rrr ���� � %..� �v�fr�vhpr;�.. f/ ���r��)Ia�YUir�¢„ f»���✓���r�� ;I /%'; / 1 +r > VOW Aw - _ • + '" •- F pump, PROJECT DEVELOPMENT AGREEMENT „ Mayor and COLIn`il CouirIlUnica ion (M&C)Deference No.C-25751 Ir r ; J1,°�11 r i �J l r 13 I I' M&C Review age of 2 9 Ir of a l site of the City of Fort Worth,Texas Fo R W Fro/r, LITY LOUNCIL AGENDA CO-UNCIL ACTION: Approved on 7124/2012 D�ATE � � 2575 � LOG "N " 2 MES 'C DES CODES CONSENT PUBLIC HEARING: No SUBJECT: , uthorize Execution of a Project Development Agreement with Johnson Controls Inc. in the Amount Not to Exceed $212,500.00, to Perform a Detailed Energy Study of City Facilities in Consolidation of Existing City Energy Savings Performance Contract Projects (ALL COUNCI L DISTRICTS) It RECOMMENDATION: 1' It is recommended that the pity Cou uoll authorize the execution of a Project Development Agreement with Johnson Controls, Inc., in the amount not to exceed$212,5ooi.o'o.to,conduct a detailed energy study, i of City facilities, in co�nsolidation of existing City Energy Savings Performance Contract � projects. Discusstok: On November 26,2002, (M&C C.-19369)the City Council authorized: its first Detailed (Energy Study with JCI. This action was taken after a competitive!s,eleot,ion of Johnson Controls, Inc., (JCI) as the City's Energy Savings Company(ESC)of record. There were seven respondents to the City's Request for'Qualificatilona(RFQ)for such services. Since 200 3,there have been eigiht phases r included in the resulting Energy Savings Performance Contract ESPC , all were developed by first conducting a Detailed Energy Study. », on May 2 1 23 JC1 oom leted � � a no � � -obligation Preliminary n�r�y�a�e� � t -oo�t n Assessment� select . .V . ,� risen I facilities,as requested by Staff. With the assistance of Staff, l l a assessment has identified facilities management opportunities that would) result in coat avoidance of$29,809,421.00 over a 1 ruo p energy improvements and core idate the previous r implement e inn ��rr phases would be$24,478,124.00, resulting in a net benefit of$5,331,297 over,the 10 year period. On May 8, 2012,the City's Infrastructure and Transportation Committee, members were informed of Shafts interest in consolidating five previously contracted projects into one, In order to increase unity service henerits and reduce City operating costs. These initial projects were implemented, and continue to be tracked, as part of the City's Energy Conservation Program under its current ESPC with J1 In order to finalize guaranteed costs and benefits of another potential ESPC amendment, ,JCI needs to conduit a Detailed Energy*Study. Funding for the study is to be provided by the City's Conservation Reserve Account of utility incentives secured) by the City for implementing energy VI efficiency. Following ,JCVs,submission'of the study,the City will not be under any obligation to continue to work toward an ES PC with dC The scope of the recommended sturdy includes, but is not limited to, the following facility management opportunities: project consolidation, lighting systems, air-conditioning systems,grater conservation, building system re commissioning, LEEK @ certification,,energy accounting and computer power management. The study does not include Water Department opportunities which are being considered as another separate project. There are over 100 Cif facilities planned as part of the IFF! study, most all of which have been included in the current ESPC. The intent of the recommended study is to identify opportunities to inicrease cost sav,ings as guaranteed to the City by JCI, and to decrease City operating budget costs, primarily through a consolidation of services included in previous ESPC phases. one known cost-saving opportunity bttp-,//apps.cfwnet.org/co,uncil_packet/mc review.asp 1D 7096 oouno t to-7 2 /2 2 8/17/20,12 r I M&C Review Page 2 oft � , ff J involves refinancing of the current ESPC Phase IV municipal lease-purchase Agreement. The planned contract consolidation includes exiisting services that are currently paid for through guaranteed cost avoidance to the city's operating budget.There are currently nine separate contracts that provide three types of services: Assured Performance Guarantee Services„ Building Efficiency Specli'alisit Services, and Primary Air-conditioning Equipment Services. consolidating all of these previous contracts into one will result in reduced administrative burden and lower costs. It is �l'anned that conservation Reserve Account funds o�luld be used to fund an existing Staff osi���tion to fill, p g � manage implementation of such a project, Staff is evaluating other funding sources that may be available. All project,costs would be offset by JCI-guaranteed cost avoidance to the City's operating budget. fwk The consolidated contracts shall be: E'SPc Date Ref. CSIC No. contract Name Phase I 02-Sep!-03 C-1 91739 29110 C,ity of Fart Worth (Performance Contract City of Fort Forth - Phase 11 Performance Phase 11 07-1=eb_0 C-21289 33347 Contract 00, City of Fort Worth - Phase III Performance Phase Ill 26-Sep-06 -21737 34222 Contract City-of Fort Forth; -Phase IV Performance r . Phase IV 17-Jury-O8 c-22868 37226, contract 1 29110- City of Fort worth - Phrase' 1b P"'eu-form�ance Phase V1b 25-Jars-11 C-2'47'1 A7 Contract Johnson (controls,, Inc., is in compliance with the c*utyr's M,WBE ordinance by committing to 10 percent IWBE participation. The city,goad in this project is 10 percent. The City facilities included in the study are located in ALL CO�UNCIIL DISTRICTS.. Ah FISCAL I N EO RMATIIO NICE T'I F I DATIO!N: The Financial Management Services Director certifies that funds are available in the current operating budget, as appropriated, of the Specials Trust Fund., To F'uind/Account/cenwter FROM Fund/Account/Centers FE 72 5312100 0210543008000 12,500.00 Submittaed for City Manager's o cob Fernando costa (61 2) lr oric,tinatina Deoartment Head:11 Douglas W. Wiersig 7801 . . .� Tenn Ba,lo��g (2028) �,; Ad�dEt[�on,al Inforn�at�on�� co�n�t�act�� 1 f Samue[C. Steele 0 276) I IS r ATTACHMENTS I/ h Happs.cwnet.org/counc cket/ c revlew.asp?lD=1 7096&coucifdate--7124/2012 /17/2012 D PROJECT DEVELOPMENT AGREEMENT r� Attachment F Project Schedule r% 1 , / J A 8)e i ff��ff 4 f1f r l lj