Loading...
HomeMy WebLinkAboutContract 43333CITY SECRETARY �, CONTRACT N0. , THE CITY OF FORT WORTH, TEXAS Mechanical and Control Repairs of H VAC System at Fort Worth Convention Center TPW2012-08 RT WORTH TMS COPY IS FOR: CONTRACTOR CITY SECRETARY SPONSORING DEPT PROJECT MANAGER TPW FILE COPY BETSY PRICE THOMAS HIGGINS MAYOR CITY MANAGER Douglas W. Wiersig, PE Director, Transportation & Public Works Department Kirk Slaughter Director, Public Events Department Summit Consultants, Inc. Johnson Controls, Inc. (TXMAS) May 2012 OFFICIAL RECORD "ITY SECRETARY PT. WORTH, TX no City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION:' Approved'on 5 ,11 2012 Ordinance No. 201I88-©5-2012' DATE: Tuesday, May 01, 2012 REFERENCE NO.: **C-25583 LOG NAME: 25JCI_MECHANICALREPAIRFWCC SUBJECT: Authorize Execution of a Contract with Johnson Controls, Inc., in the Amount of $822,641.00 Plus $97,359.00 in Contingency and Staff Administration Costs for Repair of Mechanical and Controls for the HVAC System at the Fort Worth Convention Center and Adopt a Supplemental Appropriation Ordinance Increasing Appropriations in the Culture and Tourism Fund in the Amount of $920,000.00 and Decreasing the Unassigned Culture and Tourism Fund Balance by the Same Amount (COUNCIL DISTRICT 9) RECOMMENDATION. It is recommended that the City Council: 1. Authorize the execution of a contract with Johnson Controls, Inc., in the amount of $822,641.00 plus .. $97,359.00 in contingency and staff costs using a Texas Multiple Award Schedule (TXMAS) Contract Number TXMAS-6-840160 for repair of mechanical and controls of the HVAC system at the Fort Worth Convention Center; and 2. Adopt the attached supplemental appropriation ordinance increasing appropriations in the Culture and Tourism Fund by $920,000.00 and decreasing the unassigned Culture and Tourism fund balance by the same amount. DISCUSSION: During the commissioning portion of the Energy Savings Performance Contract (ESPC), Phase VI-B with Johnson Controls Inc., it was discovered that various controls, thermostats, variable air volume boxes, variable speed fans, sensors and related equipment were not performing as required to operate the HVAC system at the Fort Worth Convention Center in the most efficient manner to provide client comfort and increase savings under the project. These items were outside the scope of the ESPC, therefore, a professional services Agreement was issued to Summit Consultants to review the HVAC system and provide a detailed list of items that needed either replacement, recalibration or repair. The mechanical and controls work is required in order to complete the commissioning project for the ~' Convention Center under the ESPC, Phase VI-B. Once completed, the Convention Center will be able to increase the annual savings guaranteed under the ESPC project and improve comfort for the clients and guests. The project is anticipated to take 120 days. PRICE ANALYSIS — The vendor prices were obtained using a Texas Multiple Award Schedule Cooperative Contract Number TXMAS-6-840160. The overall project cost is expected to be: Construction $822,641.00 Logname: 25JCI MECHANICALREPAIRFWCC Pagel of 2 .. an M Contingency, Staff w' Total $ 97.359.00 $920,000.00 M/WBE — A waiver for the goal for M/WBE subcontracting requirements was requested by the Transportation and Public Works Department and approved by the M/WBE Office because the purchase of goods and services is from sources where subcontracting or supplier opportunities are negligible. COOPERATIVE PURCHASE — State Law provides that a local government purchasing an item under a cooperative purchasing Agreement satisfies State laws requiring that the local government seek competitive bids for purchase of the item. TXMAS was established by the State of Texas to provide a list of approved contracts that have been competitively bid and awarded by Federal, State or Local Government entities to increase and simplify the purchasing power of governmental entities across the State of Texas. The project is physically located in COUNCIL DISTRICT 9 but will serve Fort Worth residents in ALL COUNCIL DISTRICTS. FISCAL INFORMATION / CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendation and adoption of the attached supplemental appropriation ordinance, funds will be available in the current operating budget, as appropriated, of the Culture and Tourism Fund. Upon approval, the unassigned fund balance of the Culture and Tourism Fund will exceed the minimum reserve as outlined in the Financial Management Policy Statements. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers GG04 539120 0246000 $920.000.00 GG04 539120 0246000 $920.000.00 CERTIFICATIONS: Submitted for Citv Manager's Office bv: Susan Alanis (8180) Oriainatina Department Head: Kirk Slaughter (2501) Additional Information Contact: James Homer (2505) ATTACHMENTS 1. 25JC1 MECHANICALREPAIRFWCC SAO12.doc (Public) 2. PE FWCC Mech Controls Repair MWBE TXMAS Language Revision ADrl2.r)df (CFW Internal) Logname: 25JCI MECHANICALREPAIRFWCC Page 2 of 2 TABLE OF CONTENTS TABLE OF CONTENTS INSTRUCTIONS TO OFFERORS PROPOSAL TEXAS SALES AND USE TAX EXEMPTION CERTIFICATE WAGES RATES WEATHER TABLE CONSTRUCTION CONTRACT PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW PROJECT SIGN Mechanical & Control Repairs of HVAC at FWCC (April 2012) Page 1 of 23 Johnson Controls, Inc. (TXMAS) INSTRUCTIONS TO OFFERORS PROPOSAL REQUIREMENTS: This contact with Johnson Controls, Inc. is using a Texas Multiple Award Schedule (TXMAS) Contract No. TXMAS-6-840160. If any conflict arises among the provisions in the TXMAS Contract No. TXMAS-6-840160 or the City's contract or the City's General Conditions, the terms of the TXMAS Contract No. TXMAS-6-840160 shall control. In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the Untied States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the State of Texas and is the holder of a certificate of authority from the Untied States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) (BEST VALUE PROPOSAL): The M/WBE participation is waived for this project. 3. PAYMENT BOND AND PERFORMANCE BOND: For projects in excess of $25,000, the successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Texas Government Code Section 2253, as amended. In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the State of Texas and is the _ holder of a certificate of authority from the Untied States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been competed and accepted by the City. If the contract is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of $100,000, a Performance Bond shall also be provided, in the amount of the contract, conditioned on the faithful performance of the work in accordance with the plans, specification, and contract documents. Said bond shall be solely for the protection of the City of Fort Worth. Mechanical & Control Repairs of HVAC at FWCC (April 2012) Page 2 of 23 Johnson Controls, Inc. (TXMAS) 4. PEE-BIAITE INVESTIGATION: Prior to filing a response, the bidder shall examine the site(s) of the work and the details of the requirements set out in these specifications to satisfy itself as to the conditions which will be encountered relating to the character, quality, and quantity of the work to be performed and materials and equipment required. The filing of a response by the bidder shall be considered evidence that it has complied with these requirements. 5 AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 6. WAGE RATES: Not less than the prevailing wage rates set forth in Contract Documents must be paid on this project. 7. PROPOSED SUBCONTRACTORS: Acceptance of the bid in no way requires the City to accept the qualifications of the subcontractors. The Subcontractor lists are for use by the City in preparing recommendations for award of the contract. The Contractor must provide and use subcontractors listed unless the City agrees to allow a substitute. 8. DISCREPANCIES AND ADDENDA: Should a Offeror find any discrepancies in the drawings and specifications, or should it be in doubt as to their meaning, it shall notify the City at once, If required, the City will then prepare a written addendum that will be available to all Offerors at the place designated for distribution of Bid Documents by the Notice to Offerors. The Contractor is responsible for determining if addenda are available and for securing copies prior to submitting a response to this request for sealed bids. Oral instructions or decisions unless confirmed by written addenda will not be considered valid, legal or binding. No extras will be authorized because of failure of the contractor to include work called for in the addenda. Offeror must acknowledge addenda in the Proposal. Failure to acknowledge addenda may cause the Proposal to be ruled non -responsive. It is the Contractor's responsibility to obtain Addenda and include its information in the Proposal. 9. WORKERS COMPENSATION INSURANCE: Offerors will be required to demonstrate that coverage is in effect at time of Award of Contract. Sample Certificate of Insurance, or other proof that Workers Compensation Insurance will be obtained, must be submitted within five working days of bid opening 10. TAXES: Equipment and materials not consumed by or incorporated into the work are subject to State sales taxes under House Bill 11, enacted August 15, 1991. 11. PERMITS: Contractor shall apply for all City of Fort Worth Permits and for any other permits required by this project. City of Fort Worth Building and Trade Permit fees are waived. Separate permits may be required for each work location. 12. UTILITIES AND IMPACT FEES: The City will pay water and sewer utilities tap fees and impact fees. Unless shown otherwise, the City will coordinate and pay for water and sewer taps and meters to the property line. The Contractor will include all remaining fees from the electrical and gas companies in the base bid. The Contractor will be responsible for coordinating with City and utility companies for installation of utilities. Unless indicated otherwise on the plans, the contractor will be responsible for costs and installations from the building side of the water meter and sewer tap. 13. BID DOCUMENTS: Copies of bidding documents will be sent electronically by the Engineer. . Mechanical & Control Repairs of HVAC at FWCC (April 2012) Page 3 of 23 Johnson Controls, Inc. (TXMAS) 14. MANUFACTURER'S REFERENCE: Catalog, brand names, and manufacturer's referdhces are descriptive, not restrictive. Use of brands of like nature and quality will be considered. Upon request of the architect or contractor, the contractor will submit a full sized sample and/or detailed .� information as required to allow the architect to determine the acceptability of proposed substitutions. Where equipment has been listed as "no substitute accepted", the City will accept no alternates to the specified equipment. Also refer to specification section 01630 Product Options and Substitutions. 15. PROJECT SCHEDULE: The Project Schedule to be submitted with the proposal will, at the minimum, include the following: quality control submittals and approvals, mobilization, site preparation, under slab utilities, foundation work, structural erection, interior finish, commissioning, and closeout. The Schedule may be submitted as a table or PERT diagram. Mechanical & Control Repairs of HVAC at FWCC (April 2012) Page 4 of 23 Johnson Controls, Inc. (TXMAS) PROPOSAL TO: MR. THOMAS HIGGINS INTERIM CITY MANAGER ATTN: PURCHASING OFFICE 1000 THROCKMORTON CITY OF FORT WORTH, TEXAS 76102 FOR: Mechanical and Control Repairs of HVAC System Fort Worth Convention Center 1100 Commerce Street Fort Worth, Texas Project No. TPW2012-08 Pursuant to the foregoing "Instructions to Offerors," the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of Transportation and Public Works of the City of Fort Worth. Upon acceptance of this Proposal by the City Council, the bidder is bound to execute a contract and, if the contract amount exceeds $25,000.00, furnish acceptable Performance and/or Payment Bonds approved by the City of Fort Worth for performing and completing the Work within the time stated and for the following sum, to wit: DESCRIPTION OF ITEMS Refer to the attached Johnson Controls, Inc. documents and GSA DGS-07F-7823C for this project as follows: A. Letter dated March 10, 2012 2 pages (Attachment "A") B. Summit Consultants Commissioning Punch List, dated Revision 8, 03-10-12, 46 pages (Attachment "B") Total Proposal $822,641.00 Completion within 270 calendar days after date of Notice to Proceed. The undersigned agrees to complete the Work within the calendar days specified above after the date of Notice to Proceed. A Project Schedule will be submitted as required in the Instructions to Offeror. The City reserves the right to accept or reject any and all bids or any combination thereof proposed for the above work. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance 7400 (Fort Worth City Code Section 13A-21 through 13A-29). Residency of Offerors: The 1985 Session of the Texas Legislature passed house Bill 620 relative to the award of contracts to non-resident bidders. The law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out of state contractors whose corporate offices or principal place of business are outside of the State of Texas) that bid projects for construction, improvements, supplies or PE FWCC Mechanical & Control Repairs of HVAC System (April 2012) Page 5 of 21 Johnson Controls, Inc. (TXMAS) services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all non-resident bidders in order for your bid to meet specifications. The failure of out of state or non-resident bidders Failure to complete the forms may disqualify that bidder. Resident bidders must check the box in Section B. A. 1_1 Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state. law. 1_I Non-resident vendors in (give state), are not required to underbid resident bidders. B. 1_I Our principal place of business or corporate offices are in the State of Texas. Within ten (10) days of receipt of notice of acceptance of this bid, the successful bidder will execute the formal contract and will deliver approved Performance and Payment Bonds for the faithful performance of this contact. Respectfully submitted, Johnson Controls, Inc. Company Name By: Refer to Attachments "A" and "B" Signature /M IC-4A61- C00W6 Printed Name of Principal Address: 7461 Airport Freewav Street Richland Hills. Texas City w6t o a yr S OL U -dry oA15 Title Phone: (866) 589-9413 Fax: f 866) 621-0399 Email: I'ni Qe� �, Cf0a1Q���C�.�r✓N 76118 Zip PE FWCC Mechanical & Control Repairs of HVAC System (April 2012) Johnson Controls, Inc. (TXMAS) Page 6 of 21 TEXAS SALES AND USE TAX EXEMPTION CERTIFICATE Name of Purchaser, Firm or Agency: Citv of Fort Worth, Texas Address (Street & Number, P.O. Box or Route Number): 1000 Throckmorton City, State, Zip Code: Fort Worth. Texas 76102 Telephone: (817) 392-8360 I, the purchaser named above, claim an exemption from payment of sales and use taxes for the purchase of taxable items described below or on the attached order or invoice from: All vendors Description of the items to be purchased, or on the attached order or invoice: All items except motor vehicles as listed below Purchaser claims this exemption for the following reason: Governmental Entitv 1 understand that I will be liable for payment of sales or use taxes which may become due for failure to comply with the provisions of the state, city, and/or metropolitan transit authority sales and use tax laws and comptroller rules regarding exempt purchases. Liability for the tax will be determined by the price paid for the taxable items purchased or the fair market rental value for the period of time used. I understand that it is a misdemeanor to give an exemption certificate to the seller for taxable items which I know, at the time of purchase, will be used in a manner other than expressed in this certificate and that upon conviction I may be fined not more than $500 per offense. �% Purchaser: Z, 1111 �, Title: Purchasinq Manager Date: February 1.2007 Note: This certificate cannot be issued for the purchase, lease or rental of a motor vehicle. THIS CERTIFICATE DOES NOT REQUIRE NUMBER TO BE VALID Sales and Use Tax "Exemption Numbers" or `Tax Exempt' Numbers do not exist, This certificate should be furnished to the supplier. Do not send the completed certificate to the Comptroller of Public Accounts. PE FWCC Mechanical & Control Repairs of HVAC System (April 2012) Page 7 of 21 Johnson Controls, Inc. (TXMAS) 9 PREVAILING WAGE RATES AC Mechanic Helper $15.81 $0.00 $0.00 $0.30 $16.77 Acoustical Ceiling Mechanic $15.56 I $0,57 $0.03 I $0.12 I $16.26 Acoustical Ceiling Helper $12.27 I $0.19 $0.00 I $0.00 $12.46 Abestos Worker $0.00 $0.00 $0.00 I $0.00 $0.00 Bricklayer/Stone Mason I $18.54 $0.24 $0.00 $0.00 $18.78 Bricklayer/Stone Mason Helper $10.39 $0.00 $0.00 I $0.00 $10.39 Carpenter $17.08 $1.62 I $0.17 $0.81 $19.69 Carpenter Helper $13.45 $0.75 $0.08 $0.71 $14.99 Concrete Finisher $13.97 $0.41 $0.04 $0.14 $14.55 Concrete Finisher Helper $12.14 $0.43 I $0.04 $0.11 I $12.72 Concrete Form Builder $14.03 $0.67 I $0.03 $0.15 $14.88 Concrete Form Builder Helper $11.72 $0.54 I $0.03 $0.10 $12.39 Drywall Mechanic $16.10 $0.56 I $0.02 I $0.30 $16.98 Drywall Helper $12.43 I $0.33 I $0.00 $0.28 $13.05 Drywall Taper $15.00 $0.07 $0.00 $0.00 $15.07 Drywall Taper Helper $11.50 $0.07 $0.00 $0.00 $11.57 Electrician (Journeyman) $21.77 $1.08 $0.05 I $0.38 I $23.29 Electrician Helper $15.32 $1.09 $0.05 I $0.27 I $16.73 Electronic Technician $20.00 $0.00 $0.00 $0.00 I $20.00 Electronic Technician Helper $0.00 $0.00 $0.00 I $0.00 I $0.00 Floor Layer (Carpet) $0.00 I $0.00 $0.00 $0.00 $0.00 Floor Layer (Resilient) $18.00 I $0.00 $0.00 $0.00 $18.00 Floor Layer Helper I $10.00 I $0.00 $0.00 $0.00 I $10.00 Glazier I $18.53 I $1.92 I $0.38 $0.71 $21.54 Glazier Helper I $13.49 I $1.20 I $0.10 $0.35 $15.13 Insulator $16.59 $0.29 $0.12 $0.08 $17.08 Insulator Helper $11.21 $0.36 $0.11 $0.13 $11.81 Laborer Common $10.47 $0.70 $0.06 $0.08 $11.30 Laborer Skilled $13.24 $0.98 $0.06 $0.12 I $14.41 Lather $17.00 $0.00 $0.00 I $0.00 I $17.00 PE FWCC Mechanical &Control Repairs of HVAC System (April 2012) Page 8 of 21 Johnson Controls, Inc. (TXMAS) - VM 404 f My i Lather Helper $15.00 $0.00 $0.00 $0.00 $15.00 Metal Building Assembler $16.00 $1.56 $0.63 $0.00 $18.19 Metal Building Assembler Helper $12.00 $1.56 $0.63 $0.00 $14.19 Painter $12.57 $0.69 I $0.02 $0.09 $13.37 Painter Helper $9.98 $0.61 $0.02 $0.09 $10.70 Pipefitter $21.14 $0.90 $0.13 $0.45 $22.59 Pipefitter Helper I $14.92 $0.58 $0.11 $0.23 I $15.82 Plasterer $17.24 $0.05 $0.00 I $0.00 I $17.30 Plasterer Helper $12.85 $0.05 I $0.12 $0.43 $12.90 Plumber $20.33 $0.69 $0.12 $0.43 $21.56 Plumber Helper I $14.95 $0.95 $0.11 $0.00 I $16.42 Reinforcing Steel Setter I $13.01 I $0.36 $0.07 $0.23 I $13.67 Reinforcing Steel Setter Helper $11.19 $0.25 ` $0.05 $0.16 I $11.64 Roofer I $16.78 $1.25 $0.23 $0.17 $18.43 Roofer Helper I $12.33 $1.25 $0.23 $0.17 $13.98 Sheet Metal Worker I $17.49 I $0.97 I $0.10 $0.51 I $19.06 Sheet Metal Worker Helper $14.16 $1.40 I $0.17 I $0.44 I $16.15 Sprinkler System Installer $19.17 $1.68 I $0.33 $0.33 I $21.52 Sprinkler System Installer Helper I $14.15 I $1.50 $0.00 I $0.50 $16.07 Steel Worker Structural I $19.28 I $1.37 $0.55 $0.12 $21.32 Steel Worker Structural Helper $13.74 I $1.37 $0.39 $0.09 $15.59 Concrete Pump $18.50 $0.00 I $0.00 I $0.00 $18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $17.81 $1.30 $0.12 $0.24 $19.48 Forklift $12.96 $0.42 $0.04 $0.08 I $13.50 Foundation Drill Operator I $22.50 $0.00 $0.00 I $0.00 $22.50 Front End Loader $13.21 $0.36 $0.06 I $0.17 $13.79 Truck Driver $15.21 $0.65 I $0.06 $0.19 I $16.11 Welder $17.81 $0.92 $0.12 $0.30 I $19.15 Welder Helper I $12.55 I $0.75 I $0.00 I $0.33 I $13.64 PE FWCC Mechanical & Control Repairs of HVAC System (April 2012) Page 9 of 21 Johnson Controls, Inc. (TXMAS) WEATHER TABLE Month Average Inches of Snow/Ice Days of Rainfall Pellets Rain January 7 1.80 1 February 7 2.36 March 7 2.54 April 8 4.30 0 May 8 4.47 0 June 6 3.05 0 July 5 1.84 0 I - August 5 2.26 0 September 7 3.15 0 T October 5 2.68 0 November 6 2.03 December 6 1.82 ANNUALLY I 77 I 32.30 I 1 (1) Mean number of days rainfall, 0.01" or more (2) Average normal precipitation, in inches (3) Mean number of days 1.0 inch or more * Less than 0.5 inches This table is based on information reported from Dallas -Fort Worth Regional Airport, Texas. Latitude 32 deg 54 min north, longitude 97 deg 02 min West, elevation (ground) 551 ft. _ Average number of days of rain, snow, and ice are based on records covering 27 years. Precipitation is based on record of 1941-1970 period This table is to be used as a basis for calculation of excess rain or weather days for projects with duration in calendar days. If the site records indicate that the Contractor was unable to carry out operations due to weather, it is counted as a weather day. If the number of weather days exceeds the number of average _. rain days plus the snow/ice-pellet days for a given month, the contract period will be adjusted by Change Order. PE FWCC Mechanical & Control Repairs of HVAC System (April 2012) Page 10 of 21 — Johnson Controls, Inc. (TXMAS) CITY OF FORT WORTH, TEXAS CONSTRUCTION CONTRACT THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT This agreement made and entered into this the 1st day of May A.D., 2012, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.D. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city, hereinafter called OWNER, and Johnson Controls, Inc. of the City of Richland Hills, County of Tarrant, State of Texas, hereinafter called CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Mechanical and Control Repairs of HVAC System Fort Worth Convention Center 1100 Commerce Street Fort Worth, Texas TPW Project No. 2012-08 That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Owner. City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for stated additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount shall be $822,641.00. Contractor agrees to complete the project, suitable for occupancy and beneficial use, within 270 calendar PE FWCC Mechanical & Control Repairs of HVAC System (April 2012) Page 11 of 21 Johnson Controls, Inc. (TXMAS) days. Attachments "A" and "B" are attached hereto and made a part of this - construction contract. Insurance Requirements: The Contractor shall not commence work under this contract until it has obtained all insurance required under the Contract Documents, and such insurance has been approved by the Owner. The Contractor shall be responsible for delivering to the Owner the sub -contractors' certificates of insurance for approval. The Contractor shall indicate on its certificate of insurance included in the documents for execution whether or not its insurance covers subcontractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all subcontractors + a. WORKER'S COMPENSATION INSURANCE: • Statutory limits • Employer's liability • $100,000 disease each employee • $500,000 disease policy limit • $100,000 each accident b. COMMERCIAL GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract public liability insurance coverage in the form of a Commercial General Liability insurance policy to cover bodily injury, including death, and property damage at the following limits: $1,000,000 each occurrence and $2,000,000 aggregate limit. • The insurance shall be provided on a project specific basis and shall be endorsed accordingly. • The insurance shall include, but not be limited to, contingent liability for independent contractors, XCU coverage, and contractual liability. c: BUSINESS AUTOMOBILE LIABILITY: • $1,000,000 each accident • The policy shall cover any auto used in the course of the project L d: BUILDER'S RISK OR INSTALLATION FLOATER: This insurance shall be applicable according to the property risks T associated with the project and commensurate with the contractual obligations specified in the contract documents. e. EXCESS LIABILITY UMBRELLA • $1,000,000 each occurrence; $2,000,000 aggregate limit. PE FWCC Mechanical & Control Repairs of HVAC System (April 2012) Page 12 of 21 Johnson Controls, Inc. (TXMAS) • This insurance shall provide excess coverage over each line of liability insurance required herein. The policy shall follow the form(s) of the underlying policies. f. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and its subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by it, against any insurable hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by insurance carriers satisfactory to the Owner. The form to be used shall be the current Accord certificate of insurance form or such other form as the Owner may in its sole discretion deem acceptable. All insurance requirements made upon the Contractor shall apply to the sub -contractors, should the Contractor's insurance not cover the subcontractor's work operations performed in the course of this contracted project. ADDITIONAL INSURANCE REQUIREMENTS: a. The Owner, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the Owner to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the Owner a minimum thirty days notice of cancellation, non -renewal, and/or material change in.policy terms or coverage. A ten days notice shall be acceptable in the event of non- payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A:VII or equivalent measure of financial strength and solvency. PE FWCC Mechanical & Control Repairs of HVAC System (April 2012) Page 13 of 21 Johnson Controls, Inc. (TXMAS) f. Deductible limits, or self -funded retention limits, on each policy must not exceed $10,000. per occurrence unless otherwise approved by the Owner. g. In lieu of traditional insurance, Owner may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The - Owner must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed - on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the Owner. i. Owner shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self -funded or commercial coverage maintained by Owner shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to Owner's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. I. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of Owner, Contractor shall provide complete copies of all insurance policies required by these contract documents. If this Contract is in excess of $25,000, the Contractor shall provide a Payment Bond in the full amount of the contract. If the contract is in excess of $100,000 Contractor shall provide both Payment and Performance Bonds for the full amount of the contract. Contractor shall apply for all City of Fort Worth Permits and for any other permits required by this project. City of Fort Worth Permit fees are waived. Separate permits will be required for each facility. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the liquidated damages outlined in the General Conditions, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in four counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The PE FWCC Mechanical & Control Repairs of HVAC System (April 2012) Page 14 of 21 Johnson Controls, Inc. (TXMAS) Contractor has executed this instrument through its duly authorized officers in four counterparts with its corporate seal attached. t Done in Fort Worth, Texas, this the day of A.D., 2012. JOHNSON CONTROLS, INC. APPROVED: CITY OF FORT WORTH/ By: -- By: Fernando Costa Assistant City Manage��.a YM I CAA EL G2o wE (ZE4110NAL, vP 501-Vn0nl S X,°°0 °O' APPRO RECOMMENDED: RECORDED: n r. 0 By: By. o v Doug W. Wiersig, PE Mary J. er °OOOO Direartment nsportation and ublic Works City Se etary aa�nn�h P APPR in TO FORM AND LEGALITY: M&C C-25583 (Mav 1, 2012) Contract Authorization By: a�p' Douglas W. Black Assistant City Attorney OFFICIAL RECORD . CITY SECRETARY FT. WORTH, TX PE FWCC Mechanical & Control Repairs of HVAC System (April 2012) Page 15 of 21 Johnson Controls, Inc. (TXMAS) Bond # PAYMENT BOND THE STATE OF TEXAS § § KNOW AL/,nn ESE PRESENTS: COUNTY OF TARRANT § That we, John on Controls, Inc., as "Principal" herein, and corporate surety (sureties), duly authorized to do business in the S to of Texas, known as "Serein (whether one or more), are held and firmly bound unto the City of F t Worth, a municipal cn created pursuant to the laws of the State of Texas, known as "City' herei in the penal sum ofundred and Twentv-Two Thousand and Six Hundred And Fortv-One and /00 Dollars ($82,J,641.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Te as, for the pa ent of which sum well and truly be made, we bind ourselves, our heirs, executors, admini rators, suc essors and assigns, jointly and severally, firmly by these presents: WHEREAS, Principal has entered into a cd of Mav , 2012, which Contract is hereby referr set forth herein, to furnish all materials, equipment, prosecution of the Work as provided for in said Repairs of HVAC Svstem at the Fort Worth Co written Contract with City, awarded the 15t day and made a part hereof for all purposes as if fully \n-n other accessories as defined by law, in the d designated as Mechanical and Control ter (TPW2012-08). NOW, THEREFORE, THE CONDITIO OF THIS OBL ATION is such that if Principal shall pay all monies owing to any (and all) payment b d beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the pros cution of the Work u der the Contract, then this obligation shall be and become null and void; otherwise/to remain in full force a effect. This bond is made and executed i compliance with the provisi1-rMined s of Chapter 2253 of the Texas Government Code, as amended, and all li bilities on this bond shall be in accordance with the provisions of said statute. \ PE FWCC Mechanical & Control Repairs of HVAC System (April 2012) Page 16 of 21 Johnson Controls, Inc. (TXMAS) Johnson 0 Controls DELEGATION OF AUTHORITY The undersigned, President of Johnson Controls, Inc., a Wisconsin corporation (the "Company"), pursuant to the authority vested in him by a certain resolution adopted by the Board of Directors of the Company on January 23, 1980 hereby authorizes Michael J. Crowe Regional Vice President & General Manager — Solutions to perform, on behalf of the Company, the acts described below: To execute and deliver any and all contracts for the performance of work, sale of goods, and furnishing of services, and any other instruments in connection therewith and in the ordinary course of business. This authority does not extend to: a. the execution of surety, performance or bid bonds; b. the collection, receipt and recovery of monies due or to become due to the Company and the issuance of receipts and releases for the payment thereof; C. the signing of any notes, contracts, or any other agreement to borrow money in the name of the Company, or any form of guaranty for the payment or performance of obligations of any subsidiary, affiliate, or joint venture of the Company; and d. the signing, on behalf of the company, of any deeds, abstracts, offers to purchase or -� any other instruments pertaining to the purchase or sale of real property. Any actions taken by such Delegate within the scope of acts authorized herein taken between the date of expiration of any prior delegation of authority and the date. hereof are hereby ratified, confirmed and approved as the acts and deeds of this Company. This authority shall remain in full force and effect until October 15 , 20 12. Signed at Milwaukee, Wisconsin, this 16th day of April , 20 12. ZJVCL-� President Bond # 268001141 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Johnson Controls. Inc., known as "Principal' herein, and Liberty Mutual Insurance Company , a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety' herein (wheth4 one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as'Cily" herein, in the penal sum of Eiaht Hundred and Twentv-Two Thousand and Six Hundred And Forty -One and 00100 Dollars ($822,641.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the 1s' day of Mav , 2012, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Mechanical and Control Repairs of HVAC Svstem at the Fort Worth Convention Center (TPW2012-08). NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. Pr- FWCC Mechanical & Control Repairs of HVAC System (April 2012) Page 16 of 21 Johnson Controls, Inc. (TXMAS) BOND NUMBER: 268001141 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this Instrument by duly authorized agents and officers on this the 5th day of June , 2012. ATTEST: SEE ATTACHED DELEGATION OF AUTHORITY (Principal) Secretary Witness as to Principal ATTEST: SEE ATTACHED POWER OF ATTORNEY (Surety) Secretary PRINCIPAL: JOHNSON CONTROLS, INC. BY: Signature Catherine B. Hutson; Attomey-In-Fact Name and Title Address: 5757 North Green Bay Avenue Milwaukee, WI 53209 SURETY: LIBERTY MUTUAL INSURANCE COMPANY Lucy A. Hantzsch; Attorney -In -Fact Name and Title Address: 175 Berkeley Street Boston, MA 02116 Wi#Hess as to surety Telephone Number: 866-548-7309 Note: if signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. PE FWCC Mechardcal & Control Rapalrs or HVAC System (April 2012) Page 17 of 21 Johnson Controls, Inc. (TXMAS) Bond # 268001141 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OFTARRANT § That we, Johnson Controls, Inc., known as "Principal" herein and Liberty Mutual Insurance company I a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Etaht Hundred and Twentv-Two Thousand and Six Hundred and Fortv-One and 00100 Dollars ($822,641,00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, wo bind ourselves, our heirs, executors, administrators, successors and assigns, Jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 1`t day of Mav , 2012, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Mechanical and Control Repairs of HVAC Svstem at the Fort Worth Convention Center (TPW2012- NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, Including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall tie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. This bond Is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined In accordance with the provisions of said statue. PE FWCC Mechanical & Control Repalrs of HVAC System (April 2012) Page 18 of 21 Johnson Controls, Inc. (TXMAS) BOND NUMBER: 268001141 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 5th day of June 120 12 ATTEST: SEE ATTACHED DELEGATION OF AUTHORITY (Principal) Secretary Witness as to Principal Ka�lern-g- CW11 /I Witness as to Surety PRINCIPAL: JOHNSON CONTROLS, INC. Signature Catherine B. Hutson; Attomey-In-Fact Name and Title Address: 5757 North Green Bay Avenue. Milwaukee, WI 53209 SURETY: LIBERTY MUTUAL INSURANCE COMPANY BY: e4A11l i • ie ignanature .0 Lucy A. Hantzsch; Attomey-In-Fact Name and Title Address; 175 Berkeley Street Boston, MA 02116 Telephone Number: 866-548-7309 'Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by -taws showing that this person has authority to sign such obligation, If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. PE FWCC Mechanical & Control Repalrs of HVAC System (April 2012) Page 19 of 21 Johnson Controls, Inc. (TXMAS) W W Johnson Controls, Inc. 5757 N. Green Bay Avenue Milwaukee, WI 53209 Johnson 01�O Controls DELEGATION OF AUTHORITY The undersigned, President of Johnson Controls, Inc., a Wisconsin corporation (the "Company"), pursuant to the authority vested in him by a certain resolution adopted by the Board of Directors of the Company on January 23, 1980, hereby authorizes: Catherine B. Hutson Hays Companies 1200 N. Mayfair Road, Suite 100 Milwaukee, WI 53226 to perform, on behalf of the Company, the acts described below: To execute, seal and deliver, as attomey-in-fact for the Company, surety bonds forwarded to Hays Companies by a Company authorized surety that do not exceed Two Million Dollars ($2,000,000.00) that are necessary and proper in carrying on the business of the Company. 17iis authority shall remain in full force and effect for six (6) months from the date of issue. Signed at Milwaukee, Wisconsin, this �5' day of Zane, Zc U, 1► 9 _- �corur` 1 t i gUKVE- �-` f Stephen A. Roe11, President THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 4958872 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint DANIEL J. KWIECINSKI, DANIEL J. SAPIRO, KATHLEEN A. CRARY, WENDY S. MILLER, KATHLEEN A. YOSS, KRISTIN N. SCHMIT, TRACY K. MATTHEWS, LISA M. SLAKES, CATHY HUTSON, LUCY A. HANTZSCH, ALL OF THE CITY OF MILWAUKEE, STATE OF WISCONSIN...................................................................................................................................... ................................................................................................................................................................................................................................................................................. , each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding TWO HUNDRED MILLION AND 00/100'«...... ... ** .. . ... " DOLLARS ($ 200,000,000.00"`"****«**«****-**`. ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. tM Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the Nchairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys- N in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and c i 1 execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if by by the 3 ,e y r signed the president and attested secretary. J? � By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: R ;M 1 Pursuant to Article XIII, Section 5 of the By -Laws, David M. Carey, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized C C v to appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. v m W c `0 > That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. CL IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty w eh Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this day of 28th day of OototV C 2011 m c f O II�A LIBERTY MUTUAL INSURANCE COMPANY 3 M O a �% _N cD By/ J= CD jl y M David . Carey, Assistant Secretary worn COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY O C r On this 28th day of October 2011 before me, a Notary Public, personally came David M. Carev, to me known, andCILm p p acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed > w >, the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said t q Nw v corporation. �, i .• Z v .. IN TESTIMONY WHER t t unto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. �eK :�, EN w Cn _ 0 CD Qn"" / OF jty By ^�� �"� I Teresa Pastella, Notary Public CERTIFICATE 1, the undersigned, Assist erty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, i ce and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys -in -fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. TIM NY WHEREO I,li v hereunto subscribed my name and affixed the corporate seal of the said company, this6day of Gregory W.Davenport, Assistant Secretary FACTORY MUTUAL INSURANCE COMPANY 300 S. Northwest Highway Suite 100 Park Ridge, IL 60068 847-430-7000 CERTIFICATE OF INSURANCE This document is issued as a matter of information only and confers no rights upon the document holder. This certificate does not amend, extend, or alter the coverage, terms, exclusions, conditions, or other provisions afforded by the policy. We hereby certify that insurance coverage is now in force with our Chan as outlined below. TITLE OF INSURED: JOHNSON CONTROLS, INC. Policy No: FD387 Effective: 01-Oct-2011 *' Account No: 1-02013 Expires: 01-Oct-2012 Description a Location of Property Covered: Index No: 000920.00 Personal Property Ins Loc: USIN U.S. Installation Floater BE Miscellaneous Unnamed Locations VARIOUS, US COVERAGE IN FORCE: (Subject to limits of liability, deductibles and all conditions in the policy) Insurance Provided: Peril: Limit of Liability: PROPERTY DAMAGE ALL RISK $882,641 ADDITIONAL INTERESTS: (See Page 2) Additional interests under the policy, consisting of, but not limited to mortgagees, _ lenders loss payees, loss payees, and additional named insureds, are covered in accordance with Certificates of Insurance issued to such interests and on file with this Company. Loss, if any, shall be payable to such additional interests, as their interests may appear, and in accordance with loss payment provisions of the policy. ATTN: PROPERTY INSURANCE DEPARTMENT TRANSPORTATION AND PUBLIC WORKS DEPT, CITY OF FORT WORTH 401 WEST 13TH STREET FORT WORTH, TX 76102 MP 7420(5/11) LDI COI 272556 05 11 Certificate: 00359-002 Effective . 07-1 2 BY �— Authorized Signat to TIMOTHY L KELLY - n-2012 1oft FACTORY MUTUAL INSURANCE COMPANY CERTIFICATE OF INSURANCE 300 S. Northwest Highway Suite•100 Park Ridge,'IL 60068 847-430-7000 This document is issued as a matter of information only and confers no rights upon the document holder. This certificate does not amend, extend, or alter the coverage, terms, exclusions, conditions, or other provisions afforded by the policy. We hereby certify that i�urance coverage is now in force with our Compan AMas outlined below. TITLE Ole Dt JOHNSON d OLS, INC. Policy No: FD387 Effective: 01-Oct-2011 Account No: 1-02013 Expires: 01-Oct-2012 FM ADDITIONAL INTZRBSTS: PM Type - Loss Payee in accordance with the Additional Interests clause stated above. Name - TRANSPORTATION AND PUBLIC WORKS DEPT, Address - CITY OF FORT WORTH 401 WEST 13TH STREET FORT WORTH, TX 76102 Lease: 2PYL-0009 As Respects Personal Property consisting of Belts, Filter Racks, Filters, Piping and Miscellaneous Control Parts(Valves, covers, sensors) situated at the following Location: 1100 Commerce Street Forth Worth, TX Effective Date: June 7, 2012 Estimated Completion Date: March 1, 2013 M CERTIFICATE: 00359-002 PM 7420(5/11) LDI COI 272556 05 11 2 of 2 qW CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Mechanical and Control Repairs of HVAC system at Fort Worth Convention Center (TPW2012-08) Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. TPW2012-08. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: 50OH601V Cor,rRoc,S� ! n!G Company _74V I A-Ife?69 - FIZEt WA'e Address tZ% cH(,A-,J D ffI LLe,) rx 7141I $ City/State/Zip Code THE STATE OF TEXAS § COUNTY OF TARRANT § By: /vl r c!f A CL GfZe W e as, P int) Signature:;le/ Title: fZc6 10"4/_ Vp S o [,u T1 O N s (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared 1 \ ( vy.�A C fir le � � , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that ne/she executed the same as the act and deed of for the purposes and consideration therein expressed and in the capacity there in stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this -L_day of \i �_i N_ , 20 Notary Public in Jad for the State of Texas �FaY Kimbcrl� Case NAY ubuc. } SM40 of Texas Gw". &P. 05-21-15 PE FWCC Mechanical & Control Repairs of HVAC System (April 2012) Page 21 of 21 Johnson Controls, Inc. (TXMAS) W"MWT "�it Johnson Controls, Inc. 7461 Airport Freeway Richland Hills, Texas 76118 Johnson* Tel.: (817) 548-2200 (Office) Controls (817) 548-2201 (Fax) March 10, 2012 Mr. Jack Durham City of Fort Worth Transportation & Public Works 401 W 13th Street Fort Worth, TX 76102 Ref: Fort Worth Convention Center Subject: Mechanical & Controls Repairs TXMAS Contract: TXMAS-6-840160 Dear Jack, JCI is pleased to. provide a proposal for the Fort Worth Convention Center utilizing the TXMAS contract requirements. This proposal covers mechanical and controls repairs required to be completed prior to performing the Commissioning project at the Convention Center. Total price for Mechanical & Controls Repairs is $ 822,641. These repairs are necessary to achieve the guaranteed energy savings associated with the Commissioning project and improve overall indoor environment at the Convention Center. Total DBE participation for this proposal is 7%. The attached scope of work is a complete list of all repair items identified' by Summit Consultants during the commissioning process. Some repair items have already been completed under other contracts. Even though it is difficult to determine if some of the VAV box issues are due to incomplete work associated with the ESPC Phase III project, JCI has agreed to handle some of these repairs as Phase III warranty items. The following provides clarifications to the Remarks column in the scope of work: Remarks Clarification Phase Vlb, Al - 24 Work completed for air handlers A17-24 under Phase Vlb contract JCI Service Work completed under JCI Service contract Not Included VAV boxes & associated supply diffusers are inaccessible. ,�.. 0, sultants is reviewing these issues with FWCC. Phase III y�)h ��� _ r,.' en identified as Phase III warranty item Once repairr�,�";,'n_ s construction update meetings every two weeks. Since the 11-29-11 Proposal, the following additional repair items have been identified: Category # of New Items Remarks Arena Air Handlers 31 Air Handlers 1 (Item #338) AHU-49 VAV Boxes 299 As requested, separate prices have been included for all new repair items in the attached scope of work. JCI has agreed.to handle the AHU-49 repairs as Phase III warranty items. City may want to consider adding an allowance for additional repairs items that may be discovered as other repairs are completed. For example, as recent repairs were completed on air handlers Al — 24, it was determined that the strainers needed to be replaced. Price proposal cost breakdowns: . 11-29-11 Proposal �. Total $662,441 Phase Vlb Contract ($60,000) 1 New Subtotal $602,441 New Items j Mechanical $72,667 1 Controls $118811 JCI Fee $28:722 1 Total $220,200 1 If you have any questions, please give me a call at 817-480-6953. Regards, Harry Romine, P.E. Account Manager Johnson Controls, Inc. Page 2 hyfNMWT 'lot' SUMMIT CONSULTANTS COMMISSIONING PUNCH LIST Site: Fort Worth Convention Center (Arena Air Handlers) ITEM # ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER MOTOR SHEAVES OUT OF LINE WITH SUPPLY FAN A-17,32,33,34,36,37,41,42 1 SHEAVES, ALIGN SHEAVES AS REQUIRED. UNIT DID NOT RESPOND TO ENABLE/DISABLE COMMAND FROM DDC FRONT END, TROUBLESHOOT A-17,26,29 CONTROL LOGIC AND CONTROL WIRING 2 RETURN AND OUTSIDE AIR DAMPER DID NOT FULLY CLOSE/OPEN IN ECONOMIZER MODE, A-18,19,44,45 TROUBLESHOOT CONTROL LOGIC AND CONTROL 3 WIRING, VERIFY DAMPER IS NOT BINDING. CLEAN COIL I A-17-46 4 REMOVE EXISTING FILTER ROIL, FILTER ADVANCE MECHANISM, AND BYPASS DAMPER BLADES. A-17-46 5 PROVIDE 2" PLEATED FILTER RACK. SUPPLY FAN BELTS ARE LOOSE, TIGHTEN/REPLACE A-19,24,28,38,41 6 BELTS AS REQUIRED. OPEN MANUAL OUTSIDE AIR DAMPER IN FULL OPEN POSITION. LOCK DAMPER IN PLACE BY ATTACHING DAMPER BLADE HANDLE TO OUTSIDE AIR A-17-46 DUCTWORK. VERIFY EACH INSTALLATION, SOME O/A DAMPER ASSEMBLIES ARE NO LONGER CONNECTED 7 TO THE DAMPER HANDLE. STRAINER BLOWDOWN VALVE IS BROKEN. REPLACE A 22 8 WITH NEW. OVERLOAD WAS TRIPPED ON CIRCUIT BREAKER A-23 9 UPON ARRIVAL. CHECK MOTOR OVERLOADS. RETURN ACCESS DOOR IS DAMAGED, REPAIR DOOR A-24,29 10 AS REQUIRED. OUTSIDE AIR DAMPER DID NOT FULLY OPEN, CHECK CONTROL LOGIC, CONTROL WIRING, AND VERIFY THE A-25 11 DAMPER IS NOT BINDING. MISSING CONTROL VALVE COVER, REPLACE WITH A-27,35,42,43,46 12 NEW. OUTSIDE AIR MANUAL DAMPER AIR IS BROKEN, 13 REPLACE WITH NEW. A 28 NO SUPPLY FAN BELTS, PROVIDE NEW SUPPLY FAN I A-29,43 14 BELTS. CHILLED WATER ISOLATION VALVES CLOSED. CHECK IF CHILLED WATER COIL IS FULLY INSTALLED. OPEN CHILLED WATER ISOLATION VALVES AND A-17,31,40,43 CHECK FOR ANY LEAKS. VERIFY ACTUATION OF 15 CONTROL VALVE. RETURN AIR DAMPER LACKS A MOTORIZED ACTUATOR. PROVIDE MOTORIZED ACTUATOR AND A-31 16 LINK ACTUATION TO DDC SYSTEM. SUPPLY ISOLATION VALVE HANDLE BROKEN. PROVIDE NEW VALVE HANDLE, VERIFY VALVE IS A-32 17 FULLY FUNCTIONAL. UNIT ORIGINALLY WAS DISABLED DUE TO LOW TEMPERATURE SENSOR. VERIFY LOW A-33 TEMPERATURE SENSOR IS FUNCTIONAL AND IS 18 ACCURATE ACCORDING TO TEMP4RATV� E SCALE. UNIT fttNTLY WOULD TURN ON AND OFF INTERMI WITHOUT A CONTROL COMMAND. TEST CONTROLS A-34,35,37 AND REPLACEIREPAIR DAMAGED PARTS AS 19 REQUIRED. FWCC Commission List RevB 03-10-12.xlsx WORK REMARKS 11/29/11 NEW ITEM PROPOSAL COST Mechanical 876 Controls Controls Mechanical Phase Vlb A17-24 Mechanical Phase Vlb A17-24 Mechanical Mechanical Phase Vlb A17-24 Mechanical Mechanical Mechanical Controls Controls Mechanical Mechanical Mechanical Controls Mechanical Controls Controls 938 1,200 13,973 x 876 3,260 318 1,080 1,524 313 156 635 318 635 1,250 318 625 2,500 1 of 46 ITEM # ITEMS TO BE ADDRESSED CHECK WIRING IN MOTOR STARTER/OVERLOADS. 20 POOR CONNECTIONS FOUND. CONTROLLER WOULD NOT ACTIVATE ECONOMIZER MODE. CHECK CONTROL LOGIC AND CONTROLS 21 CONNECTIONS WITH UNIT. DOOR HANDLE IS BROKEN, PROVIDE NEW 22 DOOR/DOOR HANDLE AS REQUIRED. BIRDS LOCATED IN OUTSIDE AIR INTAKE. MISSING SCREEN MATERIAL IN BUILDING OUTSIDE AIR SCREEN (ORIGINAL BUILDING CONSTRUCTION). PROVIDE NEW BIRD SCREEN IN OUTSIDE AIR INTAKE 23 WHERE OPENING EXISTS, 24 REPLACE MECHANICAL ROOM LIGHT. CONDENSATE PIPING IS DAMAGED. REPLACE CONDENSATE PIPING WITH NEW. PROTECT FROM 25 FOOT TRAFFIC DAMAGE. NO P-TRAP ON CONDENSATE DRAINS. PROVIDE P- TRAPS ON ALL AIR HANDLERS, SIZE TRAP ACCORDINGLY TO THE TOTAL STATIC PRESSURE OF THE UNIT. SUBMIT TYPICAL DETAIL PRIOR TO 26 INSTALLATION. EXCESSIVE NOISE FROM AIR HANDLER. REPLACE BEARINGS AND LUBRICATE AIR HANDLER AS 27 REQUIRED. WATER DISCOVERED ON FLOOR OF RETURN AIR SECTION NEAR COIL, VERIFY SOURCE OF WATER, 28 CLEAN CONDENSATE LINE OF ANY CLOGS. 29 AIR HANDLER WOULD NOT ACTIVATE IN AUTO MODE" r-r CONTROL LOGIC IS BACKWARDS FOR ECONOMIZER. i 30 REVERSE CONTROLS LOGIC AS REQUIRED. CONTROL VALVE WIRING NEEDS TO REPAIRED AND 31 PLACED IN NEW CONDUIT" FLUSH ALL STRAINERS, REPLACE ANY STRAINER BLOW DOWN VALVES THAT ARE NON FUNCTIONAL. PROVIDE HOSE AND HOSE CONNECTION TO ALLOW REGULAR MAINTENANCE BY CITY OF FORT WORTH 32 PERSONAL. CONTROLS CONTRACTOR NEEDS TO MODIFY GRAPHIC'S SCREEN TO SHOW STATUS (RUN, I ECONOMIZER MODE, TEMPERATURE, ALARM) OF ALL 30 UNITS ON ONE SCREEN. IT IS TOO CUMBERSOME FOR THE OPERATOR TO PAGE THRU 30 SCREENS i 33 FOR STATUS OF ALL UNITS. GAP IN BUILDING ENVELOPE FOUND NEAR r� SOUTHWEST AREA OF ARENA (VISIBLE THROUGH RETURN AIR GRILLE IN MECHANICAL MEZZAINE). GAP SHOULD BE SEALED WITH FOAM BACKER ROD AND 34 SEALANT OR SUITABLE ALTERNATIVE. 35 REPLACE STAINERS Site: Fort Worth Convention Center (Air Handlers) ENTHALPY WHEEL NOT TURNING ALTHOUGH CONTROLS INDICATE IT IS. PROBABLE BROKEN BELT. ENTHALPY WHEEL NEEDS TO BE CLEANED PER 1 MANUFACTURER. CONTROL DAMPERS (RETURN AIR, OUTSIDE AIR, RELIEF AIR) ARE NON FUNCTIONAL, REPAIR, LUBRICATE, AND ADJUST. REPLACE FILTERS (SA AND RA SIDE OF WHEEL) APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM PROPOSAL COST A-35 Mechanical 445 A-17,26,29,31,34,35,36,37,43 Controls 3,160 A-36 Mechanical 349 A-36,38 Mechanical 3,176 A-37 Mechanical 191 A-38 Mechanical 635 A-17-46 Mechanical Phase Vlb x At 7-24 - A-39 Mechanical 1,586 A-40 Mechanical 318 A-44 Controls 352 A744 Controls 352 A-44 Controls x- A-17-46 Mechanical Phase Vlb A17-24 876 A-17 - 46 Controls x Mechanical 4,636 A-17-46 Mechanical 27,811 MAU-7 Controls JCI Service FWCC Commission List RevB 03-10-12.xlsx 2 of 46 ITEM # ITEMS TO BE ADDRESSED ENTHALPY WHEEL NOT TURNING ALTHOUGH CONTROLS INDICATE IT IS. PROBABLE BROKEN BELT. ENTHALPY WHEEL NEEDS TO BE CLEANED PER 2 MANUFACTURER. CONTROL DAMPERS (RETURN AIR, OUTSDIE AIR, RELIEF AIR) ARE NON FUNCTIONAL, REPAIR, LUBRICATE, AND ADJUST. REPLACE FILTERS (SA AND RA SIDE OF WHEEL) WA FAN NOT WORKING. ENTHALPY WHEEL NOT TURNING ALTHOUGH CONTROLS INDICATE IT IS. PROBABLE BROKEN BELT. ENTHALPY WHEEL NEEDS 3 TO BE CLEANED PER MANUFACTURER. CONTROL DAMPERS (RETURN AIR, OUTSIDE AIR, RELIEF AIR) ARE NON FUNCTIONAL, REPAIR, LUBRICATE, AND ADJUST. REPLACE FILTERS (SA AND RA SIDE OF WHEEL)\ ENTHALPY WHEEL NOT TURNING ALTHOUGH CONTROLS INDICATE IT IS. PROBABLE BROKEN BELT. ENTHALPY WHEEL NEEDS TO BE CLEANED PER 4 MANUFACTURER. CONTROL DAMPERS (RETURN AIR, OUTSIDE AIR, RELIEF AIR) ARE NON FUNCTIONAL, REPAIR, LUBRICATE, AND ADJUST. REPLACE FILTERS (SA AND RA SIDE OF WHEEL) ENTHALPY WHEEL NOT TURNING ALTHOUGH CONTROLS INDICATE IT IS. PROBABLE BROKEN BELT. ENTHALPY WHEEL NEEDS TO BE CLEANED PER 5 MANUFACTURER. CONTROL DAMPERS (RETURN AIR, OUTSIDE AIR, RELIEF AIR) ARE NON FUNCTIONAL, REPAIR, LUBRICATE, AND ADJUST. REPLACE FILTERS (SA AND RA SIDE OF WHEEL) RETURN FAN RF-7 SERVES AHU-7. THERE ARE 3 FIRE/SMOKE DAMPERS AT THE FLOOR PENETRATION RETURN FEEDING THE RETURN FAN. 2 OF 3 6 FIRE/SMOKE DAMPERS WERE FOUND CLOSED. THE LINKAGE FOR THESE NEEDS TO BE ADJUSTED/REPAIRED AS REQUIRED TO BE OPEN IN NORMAL STATE. MAU-1 IS OFFLINE. SUPPLY FAN FUSES BLOW. IT APPEARS THAT THIS UNIT HAS VIRTUALLY NEVER RU 7 BASED UPON IYS LIKE NEW AND CLEAN CONDITION. FILTERS LOOKED BRAND NEW (FACTORY ORIGINAL) ENTHALPY WHEEL WAS CLEAN AS IF NEW. MAU-2 IS OFFLINE. SUPPLY FAN BEARING APPEARS BAD. IT APPEARS THAT THIS UNIT HAS VIRTUALLY 8 NEVER RU BASED UPON IYS LIKE NEW AND CLEAN CONDITION. FILTERS LOOKED BRAND NEW (FACTORY ORIGINAL) ENTHALPY WHEEL WAS CLEAN AS IF NEW. FIRE/SMOKE DAMPERS AT THE FLOOR PENETRATIONS FOR SUPPLY AIR AND RETURN AIR 9 FOR THIS UNIT ARE PARTIALLY CLOSED. THE LINKAGE FOR THESE NEEDS TO BE ADJUSTED/REPAIRED AS REQUIRED TO BE OPEN IN NORMAL STATE. SUPPLY FAN BELTS NEED ADJUSTMENT OR REPLACEMENT. THE FIRE SMOKE DAMPERS AT THE 10 FLOOR PENETRATION ARE PARTIALLY SHUT. THE LINKAGE FOR THESE NEEDS TO BE ADJUSTED/REPAIRED AS REQUIRED TO BE OPEN IN NORMAL STATE. FWCC Commission List Rev8_03-10-12.xlsx APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM PROPOSAL COST MAU-8 Controls JCI Service MAU-9 Controls JCI Service MAU-10 Controls JCI Service MAU-11 Controls JCI Service RF-7 Controls JCI Service MAU-1 Controls JCI Service MAU-2 Controls JCI Service MAU-2 Controls JCI Service AHU-4 Controls JCI Service 3 of 46 ITEM # ITEMS TO BE ADDRESSED THE RETURN AIR FAN RF-4 IS RUNNING AT A HIGHER i VOLUME THAN THE SUPPLY FAN FOR AHU-4. THIS CREATES A POSITIVE PRESSURE IN THE R/A MIXING 11 BOX. THIS PREVENTS ANY OUTDOOR AIR FROM COMING AND ACTUALLY CAUSES AIR TO BE RELIEVED OUT OF THE BUILDING THROUGH THE O/A DAMPER. RECOMMEND THAT THE RETURN FAN BE RE SHEAVED OR VFD ADDED. THERE ARE 3 FIRE/SMOKE DAMPERS AT THE FLOOR PENETRATION FOR SUPPLY AIR. 2 OF 3 FIRE/SMOKE 12 DAMPERS WERE FOUND CLOSED. THE LINKAGE FOR THESE NEEDS TO BE ADJUSTED/REPAIRED AS REQUIRED TO BE OPEN IN NORMAL STATE. THE OUTSIDE AIR DAMPER ASSEMBLY AND RETURN AIR DAMPER ASSEMBLY HAVE BEEN DAMAGED. IT APPEARS THAT AN EVENT OCCURRED WHERE THE 13 SUPPLY FAN WAS RUNNING AND THE DAMPERS WERE SUDDENDLY CLOSED DAMAGING THE r I DAMPERS. THE DAMPERS NEED TO BE REPAIRED OR REPLACED AS REQUIRED TO BE OPERABLE. THERE ARE 3 FIRE/SMOKE DAMPERS AT THE FLOOR PENETRATION FOR SUPPLY AIR. 1 OF 3 FIRE/SMOKE 14 DAMPERS WERE FOUND CLOSED. THE LINKAGE FOR THESE NEEDS TO BE ADJUSTED/REPAIRED AS REQUIRED TO BE OPEN IN NORMAL STATE. THE RETURN AIR FAN RF-6 IS RUNNING AT A HIGHER VOLUME THAN THE SUPPLY FAN FOR AHU-6. THIS CREATES A POSITIVE PRESSURE IN THE R/A MIXING 15 BOX. THIS PREVENTS ANY OUTDOOR AIR FROM COMING AND ACTUALLY CAUSES AIR TO BE -� RELIEVED OUT OF THE BUILDING THROUGH THE O/A . DAMPER. RECOMMEND THAT THE RETURN FAN BE RE SHEAVED OR VFD ADDED. RETURN FAN RF-6 SERVES AHU-6. THERE ARE 3 FIRE/SMOKE DAMPERS AT THE FLOOR PENETRATION RETURN FEEDING THE RETURN FAN. THE 16 FIRE/SMOKE DAMPERS WERE FOUND PARTIALLY CLOSED. THE LINKAGE FOR THESE NEEDS TO BE ADJUSTED/REPAIRED AS REQUIRED TO BE OPEN IN NORMAL STATE. RETURN FAN RF-7 SERVES AHU-7. THERE ARE 3 FIRE/SMOKE DAMPERS AT THE FLOOR PENETRATION RETURN FEEDING THE RETURN FAN. TWO OF THREE 17 FIRE/SMOKE DAMPERS WERE FOUND CLOSED. THE LINKAGE FOR THESE NEEDS TO BE ' ADJUSTED/REPAIRED AS REQUIRED TO BE OPEN IN NORMAL STATE. THIS CAUSES AN EXCESS AMOUNT OF OUTSIDE AIR TO BE BROUGHT IN. THERE IS A SMALL LEAK AT THE CHILLED WATER PIPING CONNECTION TO THE COOILING COIL. THIS 18 LEAK IS INSIDE THE UNIT BETWEEN THE HEATING AND COOLING COIL. FWCC HAS PLACED A BUCKET INSIDE THE UNIT TO COLLECT THE DRIP. 19 THE COOLING COIL IS NOT PERFORMING TO DESIGN. CHECK COOLING COIL STRAINER FOR BLOCKAGE. APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM PROPOSAL COST AHU-4 RF-4 Controls JCI Service AHU-5 Controls JCI Service AHU-5 Controls JCI Service AHU-6 Controls JCI Service AHU-6 RF-6 Controls JCI Service RF-6 Controls JCI Service RF-7 Controls JCI Service AHU-21 Controls JCI Service AHU-21 Controls JCI Service FWCC Commission List RevB 03-10-12.xlsx 4 of 46 ITEM # ITEMS TO BE ADDRESSED FAN SHAFT BEARING IS BAD. (BEARING ON SIDE 20 OPPOSITE FAN SHEAVE). CHECK SHAFT FOR DAMAGE. BALANCE FAN WHEEL 21 ILIQUID TIGHT CONDUIT CONNECTION AT SUPPLY FAN MOTOR IS BROKEN. REPAIR. MIXED AIR TEMPERATURE SHOWED TO BE 84 DEGREES. NEED TO CHECK MOTORIZED O/A DAMPER 22 AT FLOOR BELOW. RECOMMEND THAT ALL BALLROOM AIR HANDLING UNITS HAVE 0 % O/A UNLESS IN ECONOMIZER MODE. MAU UNITS CAN PROVIDE ALL O/A NEEDED FOE THE BALLROOM. 23 ISUPPLY FAN NEEDS NEW BELTS 24 SUPPLY FAN AND RELIEF FAN BELTS NEED TO BE TIGHTENED OR REPLACED. 25 RETURN FAN BELTS NEED TO BE REPLACED WITH NEW. 26 CHILLED WATER AND HOT WATER COILS ARE DIRTY AND REQUIRE CLEANING. 27 CHILLED WATER AND HOT WATER PIPING SERVING COILS DO NOT HAVE BALANCING VALVES. 28 STANDING WATER IS PRESENT NEAR CONDENSATE PAN AND UNABLE TO DRAIN. 29 A SECTION OF THE CONDENSATE PAN DOES NOT DRAIN TOWARD CONDENSATE DRAIN. 30 SUPPLY FAN BELTS NEED TO BE REPLACED WITH NEW. STANDING WATER IS PRESENT NEAR CONDENSATE 31 PAN AND UNABLE TO DRAIN. CONDENSATE APPEARS TO BE SPLASHING OUT OF CONDENSATE PAN INTO BOTTOM OF AIR HANDLER. 32 jhLTERS WERE DIRTY AND NEED REPLACING. 33 LOOSE DUCT INSULATION IS PRESENT IN THE AIR HANDLER AND NEED) O BE REVOVED. RETURN FAN APPEARS TO BE OUT OF BALANCE 34 (EXCESSIVE VIBRATION AND MOVEMENT). BALANCE FAN TO REDUCE WEAR ON BEARINGS AND FAN BELTS. 35 RETURN FAN MOTOR CASING IS COVERED WITH DIRT. CLEAN/REMOVE DIRT FROM CASING. OUTSIDE AIR DUCT SERVING AHU-11 IS DAMAGED 36 AND OPEN TO MECHANICAL ROOM. REPAIR/REPLACE OUTSIDE AIR DUCT AS REQUIRED. REPAIR OR REPLACE MOTORIZED O/A DAMPER AS REQUIRED. 37 FILTERS WERE DIRTY AND NEED REPLACING. SUPPLY FAN CABINET DOORS NEED SEALS AND 38 DOOR LATCHES REPLACED/REPAIRED. EXCESSIVE LEAKAGE 39 REPLACE/ADJUST SUPPLY FAN BELTS AND RETURN FAN BELTS FILTERS DO NOT FIT WIDTH OF FILTER RACK, SHORT 40 BY ABOUT 4 INCHES. FABRICATE SPRING SPACER TO FIT AND SEAL OPENING. 41 ADJUST OUTSIDE AIR DAMPER TO BE FULLY CLOSED WHEN DAMPER ACTUATOR IS IN CLOSED POSITION FWCC Commission Ost Rev8_03-10-12.xlsx APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM PROPOSAL COST RF-13 Mechanical x AHU-15 Mechanical x AHU-15 Mechanical x MUA-4 Mechanical x MUA-3 Mechanical x AHU-10, 12, 18 I Mechanical x AHU-10, 11, 12, 16, 18 I Mechanical x AHU-18 Mechanical x AHU-16 Mechanical x AHU-16 Mechanical x AHU-12, 16 Mechanical x AHU-11, 12 Mechanical x AHU-11 I Mechanical I x AHU-11 Mechanical I x AHU-11 Mechanical x AHU-10 Mechanical x AHU-11 Mechanical x AHU-8 Mechanical x AHU-8 Mechanical x AHU-8 Mechanical I x AHU-8 Mechanical I x AHU-8 I Mechanical I x 5 of 46 T -�TEM # ITEMS TO BE ADDRESSED POWER SUPPLY CONDUIT FED FROM FLOOR TO SUPPLY FAN HAS BEEN DAMAGED BY BACK OF 42 HOUSE TRAFFIC. THIS 480 V POWER REPRESENTS A POTENTIAL HAZARD. THIS NEEDS TO BE REPAIRED AND PROTECTED FROM FUTURE DAMAGE. i RECOMMEND CONCRETE CURB OR BOLLARDS. 41 43 FILTERS WERE DIRTY AND NEED REPLACING. FILTERS DO NOT FIT WIDTH OF FILTER RACK, SHORT 44 BY ABOUT 4 INCHES. FABRICATE SPRING SPACER TO FIT AND SEAL OPENING. 45 1 OF 3 BELTS AT RETURN FAN IS MISSING. REPLACE ALL BELTS. CHECK FAN SHAFT BEARING AT RETURN FAN. ' 46 BALANCE FAN WHEEL AS REQUIRED. ACCESS DOOR FOR RELIEF DAMPER HAD BEEN 47 COVERED BY INSULATOR. REPAIR INSULATION AROUND NEWLY CUTOUT ACCESS DOOR. 48 CHILLED WATER AND HOT WATER COILS ARE DIRTY AND REQUIRE CLEANING. 49 CONDENSATE PAN NEEDS CLEANING SUPPLY FAN CABINET DOORS NEED SEALS AND 50 DOOR LATCHES REPLACED/REPAIRED. EXCESSIVE LEAKAGE CONDENSATE IS PULLING OFF OF COIL AND INTO FAN SECTION. INSULATION IN FLOOR OF PERFORATED FAN SECTION IS SATURATED. SOME CONDENSATE 51 LEAKS ONTO FLOOR. IT APPEARS THAT THE WATER IS BEING PULLED OFF OF TRAY AT BOTTOM OF UPPER COIL SUGGEST A FACTORY REP FOR RESOLUTION. FIRE/SMOKE DAMPERS AT THE FLOOR PENETRATIONS FOR RETURN AIR FOR THIS UNIT ARE 52 PARTIALLY CLOSED. THE LINKAGE FOR THESE NEEDS TO BE ADJUSTED/REPAIRED AS REQUIRED TO BE OPEN IN NORMAL STATE. 53 (COILS NEED TO BE CLEANED AND COMBED 54 (FILTERS WERE DIRTY AND NEED REPLACING. 55 (ADJUST OUTSIDE AIR DAMPER TO BE FULLY CLOSED WHEN DAMPER ACTUATOR IS IN CLOSED POSITION, I _ 56 CHILLED WATER AND HOT WATER COILS ARE DIRTY (AND REQUIRE CLEANING. 57 ICONDENSATE PAN NEEDS CLEANING POWER SUPPLY CONDUIT FED FROM FLOOR TO SUPPLY FAN HAS BEEN DAMAGED BY BACK OF 58 HOUSE TRAFFIC. THIS 480 V POWER REPRESENTS A POTENTIAL HAZARD. THIS NEEDS TO BE REPAIRED AND PROTECTED FROM FUTURE DAMAGE. RECOMMEND CONCRETE CURB OR BOLLARDS. SUPPLY FAN CABINET DOORS NEED SEALS AND 59 DOOR LATCHES REPLACED/REPAIRED. EXCESSIVE LEAKAGE 60 I1 OF 3 BELTS AT RETURN FAN IS MISSING. REPLACE l ALL BELTS. REPLACE/ADJUST SUPPLY FAN BELTS AND RETURN I 61 FAN BELTS 62 CHILLED WATER AND HOT WATER COILS ARE DIRTY AND REQUIRE CLEANING. APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM PROPOSAL COST AHU-8 Mechanical x AHU-9 Mechanical x - AHU-9 I Mechanical x RF-9 I Mechanical x - RF-9 Mechanical I x - AHU-9 Mechanical I x - AHU-9 Mechanical x - AHU-9 Mechanical x AHU-7 Mechanical x - AHU-7 Mechanical x RF-7 Mechanical x AHU-7 I Mechanical x AHU-7 Mechanical x AHU-7 I Mechanical I x AHU-1 I Mechanical I x - AHU-1 Mechanical I x - AHU-1 Mechanical x AHU-1 Mechanical x RF-1 Mechanical x AHU-2/ RF-2 I Mechanical I x - AHU-2 I Mechanical I x FWCC Commission List Rev8_03-10-12.xlsx 6 of 46 ITEM # ITEMS TO BE ADDRESSED O/A DAMPER ACTUATOR IS BROKEN OFF AT CONNECTION TO DAMPER LINKAGE. O/A DAMPER 63 MAY BE DAMAGED DUE TO DUCT COLLAPSE (STUCK OPEN) VERIFY AND REPAIR OR REPLACE AS REQUIRED. O/A DAMPER WAS FOUND 100% OPEN. COORDINATE REPAIR WITH CONTROLS SUPPLY FAN CABINET DOORS NEED SEALS AND 64 DOOR LATCHES REPLACED/REPAIRED. EXCESSIVE LEAKAGE INSULATION IN MIXING BOX AT O/A INTAKE HAS COME fl 65 LOOSE. THIS NEEDS TO BE REMOVED AND REPLACED. 66 REPLACE/ADJUST SUPPLY FAN BELTS AND RETURN FAN BELTS 67 REPLACE/REPAIR BROKEN VIBRATION ISOLATION SPRINGS AT DISCHARGE MOUNT OF SUPPLY FAN 68 CHILLED WATER AND HOT WATER COILS ARE DIRTY AND REQUIRE CLEANING. 69 FILTERS WERE DIRTY AND NEED REPLACING. INSULATION IN MIXING BOX AT O/A INTAKE HAS COME 70 LOOSE (LARGE SHEETS). THIS NEEDS TO BE REMOVED AND REPLACED. FILTERS DO NOT FIT WIDTH OF FILTER RACK, SHORT 71 BY ABOUT 4 INCHES. FABRICATE SPRING SPACER TO FIT AND SEAL OPENING. SUPPLY FAN CABINET DOORS NEED SEALS AND 72 DOOR LATCHES REPLACED/REPAIRED. EXCESSIVE LEAKAGE CONDENSATE IS PULLING OFF OF COIL AND INTO FAN SECTION. INSULATION IN FLOOR OF PERFORATED FAN SECTION IS SATURATED. SOME CONDENSATE 73 LEAKS ONTO FLOOR. IT APPEARS THAT THE WATER IS BEING PULLED OFF OF TRAY AT BOTTOM OF UPPER COIL. SUGGEST A FACTORY REP FOR RESOLUTION. 74 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH NEW. REMOVE FILTER MECHANISM AND REPLACE WITH 75 CONVENTIONAL FILTER RACK, FILTER RACK SHALL ACCEPT 2" FILTERS. REPLACE WOODEN PANEL (ACCESS TO 76 CHILLED/HEATING WATER COILS) WITH INSULATED (MINIMUM R-61 SHEET METAL PANEL. 77 CHILLED/HEATING WATER AND CONDENSATE LINES NEED TO BE REINSULATED 78 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT STATIC PRESSURE 79 HEATING/CHILLED WATER COILS ARE DIRTY AND REQUIRE CLEANING REPLACE EXISTING CONDENSATE PAN WITH NEW 80 AND SLOPE CONDENSATE PAN TOWARDS EXISTING DRAIN. §1 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITHI NEW. 'REMOVE FILTER MECHANISM AND REPLACE WITH 82 CONVENTIONAL FILTER RACK. FILTER RACK SHALL ACCEPT 2" FILTERS. REPLACE EXISTING RETURN GRILLES IN EXHIBIT 83 HALL WITH AN EQUIVALENT TO THE TITUS 33RL HEAVY DUTY BAR RETURN GRILLE. MATCH RETURN GRILLE SIZE TO EXISTING GRILLE SIZE. APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM PROPOSAL COST AHU-2 Mechanical x — AHU-2 Mechanical x AHU-2 Mechanical x AHU-3 Mechanical x AHU-3 Mechanical I x AHU-3 Mechanical I x AHU-3 Mechanical x AHU-3 Mechanical I x AHU-3 Mechanical I x AHU-3 Mechanical I x AHU-3 Mechanical x F&C B-17 Mechanical I I x F&C B-17 Mechanical I I x I T F&C B-17 Mechanical I x I I t F&C B-17 Mechanical I x I F&C B-17 Mechanical I II x I _, F&C B-17 Mechanical I x IIIII F&C B-17 Mechanical I x - F&C B-6 Mechanical x F&C B-6 Mechanical I x I r. F&C B-6 Mechanical x FWCC Commission List RevB 03-10-12.xlsx 7 of 46 —� ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM ITEM # PROPOSAL COST 84 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT F&C B-6 Mechanical x STATIC PRESSURE - 85 HEATING/CHILLED WATER COILS ARE DIRTY AND F&C B-6 Mechanical x REQUIRE CLEANING EXCESSIVE VIBRATION FROM FAN/MOTOR 86 F&C B-6 Mechanical x ASSEMBLY. BALANCE FAN TO ALLEVIATE VIBRATION. 87 jINSULATE CONDENSATE. PIPING F&C B-6 Mechanical I x FLEXIBLE ELASTOMERIC MATERIAL CONNECTING RETURN DUCTWORK TO UNIT IS DAMAGED/OPEN TO 88 SPACE. REPLACE FLEXIBLE ELASTOMERIC MATERIAL F&C B-6 Mechanical x WITH NEW. EXISTING CONDENSATE PAN WITH NEW 89 (REPLACE AND SLOPE CONDENSATE PAN TOWARDS EXISTING I F&C B-6 I Mechanical x j DRAIN. - FAN BELTS NEED TO BE REPLACED WITH 90 (SUPPLY I F&C B-7 I Mechanical I x NEW. - REPLACE EXISTING RETURN GRILLES IN EXHIBIT HALL WITH AN EQUIVALENT TO THE TITUS 33RL 91 F&C B-7 Mechanical x HEAVY DUTY BAR RETURN GRILLE. MATCH RETURN GRILLE SIZE TO EXISTING GRILLE SIZE. - 92 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH F&C B-7 Mechanical I x NEW. REMOVE FILTER MECHANISM AND REPLACE WITH 93 CONVENTIONAL FILTER RACK. FILTER RACK SHALL F&C B-7 Mechanical x ACCEPT 2" FILTERS. EATING/CHILLED WATER COILS ARE DIRTY AND 94 j REQUIRE CLEANING I F&C B-7 ( Mechanical x SUPPLY FAN BELTS ARE LOOSE AND NEED TO BE 95 REPLACED WITH NEW. F&C B-7 Mechanical x - 96 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT F&C B-7 Mechanical I x STATIC PRESSURE 97 CHILLED/HEATING WATER AND CONDENSATE LINES I F&C B-7 Mechanical I i� NEED TO BE REINSULATED x - EXISTING CONDENSATE PAN WITH NEW 98 �13EPLACE AND SLOPE CONDENSATE PAN TOWARDS EXISTING F&C B-7 Mechanical x DRAIN. ARE DIRTY AND NEED TO BE CHANGED WITH 99FILTERS NEW. F&C B-8 Mechanical x FILTER MECHANISM AND REPLACE WITH i 100 (REMOVE CONVENTIONAL FILTER RACK. FILTER RACK SHALL F&C B-8 Mechanical x ACCEPT 2" FILTERS. REPLACE EXISTING RETURN GRILLES IN EXHIBIT HALL WITH AN EQUIVALENT TO THE TITUS 33RL 101 HEAVY DUTY BAR RETURN GRILLE. MATCH RETURN F&C'B-8 Mechanical x i GRILLE SIZE TO EXISTING GRILLE SIZE. - r"+ HEATING/CHILLED WATER COILS ARE DIRTY AND 102 (REQUIRE CLEANING I F&C B-8 Mechanical x 103 EXCESSIVE VIBRATION FROM FAN/MOTOR F&C B-8 Mechanical x ASSEMBLY. BALANCE FAN TO ALLEVIATE VIBRATION. r� PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT 104 (STATIC PRESSURE F&C B-8 I ' Mechanical x HEATING WATER AND CONDENSATE LINES NEED TO 105 BE REINSULATED F&C B-8 I Mechanical x - CLEAN TRASH OUT OF SECONDARY PAN AND SLOPE PAN IN THE DIRECTION OF DRAIN OR WATER 106 SENSOR. IF THE PAN CAN NOT BE SLOPED DUE TO F&C B-8 Mechanical x DETERIORATION OF PAN REPLACE PAN WITH NEW. FWCC Commission List Rev8_03-10-12.xlsx 8 of 46 ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM ITEM # PROPOSAL COST CONDENSATE IS LEAKING INTO SUPPLY DUCTWORK. 107 DUCTWORK SHOULD BE REVIEWED FOR DAMAGE TO F&C B-8 Mechanical x INTERIOR INSULATION. REPLACE EXISTING CONDENSATE PAN WITH NEW 108 AND SLOPE CONDENSATE PAN TOWARDS EXISTING F&C B-8 Mechanical x DRAIN. 109 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITHI F&C B-9 Mechanical x NEW. REMOVE FILTER MECHANISM AND REPLACE WITH 110 CONVENTIONAL FILTER RACK. FILTER RACK SHALL F&C B-9 Mechanical x ACCEPT 2" FILTERS. REPLACE EXISTING RETURN GRILLES IN EXHIBIT -- 111 HALL WITH AN EQUIVALENT TO THE TITUS 33RL F&C B-9 Mechanical x HEAVY DUTY BAR RETURN GRILLE. MATCH RETURN GRILLE SIZE TO EXISTING GRILLE SIZE. 112 HEATING/CHILLED WATER COILS ARE DIRTY AND F&C B-9 Mechanical I x I '^ REQUIRE CLEANING REPLACE EXISTING CONDENSATE PAN WITH NEW 113 AND SLOPE CONDENSATE PAN TOWARDS EXISTING F&C B-9 Mechanical I x DRAIN. 114 CHILLED/HEATING WATER AND CONDENSATE LINES I F&C B-9 Mechanical x NEED TO BE REINSULATED 115 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT F&C B-9 Mechanical x STATIC PRESSURE - HOLE IN UNIT ON RETURN SIDE NEAR CONDENSATE I -- 116 PAN. PATCH/REPAIR/INSULATE/SEAL HOLE AIR I F&C B-9 Mechanical x 1 I TIGHT. t 17 CHILLED/HEATING WATER AND CONDENSATE LINES F&C B-10 Mechanical x NEED TO BE REINSULATED _ REPLACE EXISTING RETURN GRILLES IN EXHIBIT 118 HALL WITH AN EQUIVALENT TO THE TITUS 33RL F&C B-10 Mechanical x HEAVY DUTY BAR RETURN GRILLE. MATCH RETURN GRILLE SIZE TO EXISTING GRILLE SIZE. 119 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT I F&C B-10 Mechanical I x ( T STATIC PRESSURE CLEAN TRASH OUT OF SECONDARY PAN AND SLOPE 120 PAN IN THE DIRECTION OF DRAIN OR WATER F&C B-10 Mechanical x ... SENSOR. IF THE PAN CAN NOT BE SLOPED DUE TO DETERIORATION OF PAN REPLACE PAN WITH NEW. SUPPLY FAN BELTS NEED TO BE REPLACED WITH 121 NEW. WHEN BELTS ARE REPLACED PLACE EXISTING F&C B-10 Mechanical x FAN BELT SHROUD BACK ON UNIT. 122 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH F&C B-10 Mechanical x NEW. REMOVE FILTER MECHANISM AND REPLACE WITH 123 CONVENTIONAL FILTER RACK. FILTER RACK SHALL F&C B-10 Mechanical x ACCEPT 2" FILTERS. REPLACE EXISTING CONDENSATE PAN WITH NEW 124 AND SLOPE CONDENSATE PAN TOWARDS EXISTING I F&C B-10 Mechanical x DRAIN. - HEATING/CHILLED WATER COILS ARE DIRTY AND I 125 F&C B-10 Mechanical x REQUIRE CLEANING l I 126 REMOUNT BELT SHROUD ON AIR HANDLER. F&C B-11 Mechanical x REPLACE EXISTING RETURN GRILLES IN EXHIBIT ..- 127 HALL WITH AN EQUIVALENT TO THE TITUS 33RL F&C B-11 Mechanical x HEAVY DUTY BAR RETURN GRILLE. MATCH RETURN GRILLE SIZE TO EXISTING GRILLE SIZE. ALTERS ARE DIRTY AND NEED TO BE CHANGED WITH ` 178 I F&C B-11 Mechanical I x NEW. FWCC Commission List Rev8 03-10-12.xlsx 9 of 46 ITEM # ITEMS TO BE ADDRESSED REMOVE FILTER MECHANISM AND REPLACE WITH 129 CONVENTIONAL FILTER RACK. FILTER RACK SHALL ACCEPT 2" FILTERS. 130 HEATING/CHILLED WATER COILS ARE DIRTY AND REQUIRE CLEANING I 131 CHILLED/HEATING WATER AND CONDENSATE LINES NEED TO BE REINSULATED r t REPLACE EXISTING CONDENSATE PAN WITH NEW 132 AND SLOPE CONDENSATE PAN TOWARDS EXISTING DRAIN. FLEXIBLE ELASTOMERIC MATERIAL CONNECTING 133 RETURN DUCTWORK TO UNIT IS DAMAGED/OPEN TO SPACE. REPLACE FLEXIBLE ELASTOMERIC MATERIAL WITH NEW. i 134 I�UPPLY FAN BELTS NEED TO BE REPLACED WITH NEW. REPLACE EXISTING RETURN GRILLES IN EXHIBIT 135 HALL WITH AN EQUIVALENT TO THE TITUS 33RL HEAVY DUTY BAR RETURN GRILLE. MATCH RETURN GRILLE SIZE TO EXISTING GRILLE SIZE. 136 HEATING WATER AND CONDENSATE LINES NEED TO BE REINSULATED PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT 137 STATIC PRESSURE `1 138 (FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH NEW. EMOVE FILTER MECHANISM AND REPLACE WITH 139 CONVENTIONAL FILTER RACK. FILTER RACK SHALL ACCEPT 2" FILTERS. REPLACE EXISTING CONDENSATE PAN WITH NEW 140 AND SLOPE CONDENSATE PAN TOWARDS EXISTING i DRAIN. FLEXIBLE ELASTOMERIC MATERIAL CONNECTING 141 RETURN DUCTWORK TO UNIT IS DAMAGED/OPEN TO SPACE. REPLACE FLEXIBLE ELASTOMERIC MATERIAL j WITH NEW, 142 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH r�+ NEW. REMOVE FILTER MECHANISM AND REPLACE WITH 143 CONVENTIONAL FILTER RACK. FILTER RACK SHALL I ACCEPT 2" FILTERS, EPLACE EXISTING RETURN GRILLES IN EXHIBIT 144 HALL WITH AN EQUIVALENT TO THE TITUS 33RL HEAVY DUTY BAR RETURN GRILLE. MATCH RETURN GRILLE SIZE TO EXISTING GRILLE SIZE. 145 IIHEATING/CHILLED WATER COILS ARE DIRTY AND LREQUIRE CLEANING 146 ROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT STATIC PRESSURE 147 HEATING WATER AND CONDENSATE LINES NEED TO r-, BE REINSULATED FLEXIBLE ELASTOMERIC MATERIAL CONNECTING 148 RETURN DUCTWORK TO UNIT IS DAMAGED/OPEN TO SPACE. REPLACE FLEXIBLE ELASTOMERIC MATERIAL WITH NEW. 'hEPLACE EXISTING CONDENSATE PAN WITH NEW 149 AND SLOPE CONDENSATE PAN TOWARDS EXISTING I DRAIN. APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM 1 PROPOSAL COST F&C B-11 Mechanical x F&C B-11 Mechanical x F&C B-11 Mechanical x F&C B-11 Mechanical x F&C B-11 Mechanical x F&C B-12 I Mechanical x F&C B-12 Mechanical x F&C B-12 Mechanical I x F&C B-12 I Mechanical I x F&C B-12 I Mechanical x F&C B-12 I Mechanical jI I x F&C B-12 Mechanical I x. F&C B-12 Mechanical x F&C B-13 I Mechanical x F&C B-13 I Mechanical x F&C B-13 Mechanical x F&C B-13 Mechanical x - F&C B-13 I Mechanical I x F&C B-13 Mechanical I x F&C B-13 Mechanical x F&C B-13 I Mechanical x FWCC Commission List RevB 03-10-12.xlsx 10 of 46 ITEM # ITEMS TO BE ADDRESSED CLEAN TRASH OUT OF SECONDARY PAN AND SLOPE 150 PAN IN THE DIRECTION OF DRAIN OR WATER SENSOR. IF THE PAN CAN NOT BE SLOPED DUE TO DETERIORATION OF PAN REPLACE PAN WITH NEW. CHILLED/HEATING WATER LINES ARE VALVED OFF. 151 VERIFY CONDITION OF CHILLED/HEATING WATER COILS AND ACCESSORIES. REPLACE EXISTING hETURN GRILLES IN EXHIBIT 152 HALL WITH AN EQUIVALENT TO THE TITUS 33RL HEAVY DUTY BAR RETURN GRILLE. MATCH RETURN GRILLE SIZE TO EXISTING GRILLE SIZE. 153 HEATING WATER AND CONDENSATE LINES NEED TO BE REINSULATED 154 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT STATIC PRESSURE REPLACE EXISTING CONDENSATE PAN WITH NEW 155 AND SLOPE CONDENSATE PAN TOWARDS EXISTING DRAIN. 156 HEATING/CHILLED WATER COILS ARE DIRTY AND REQUIRE CLEANING REMOVE FILTER MECHANISM AND REPLACE WITH 157 CONVENTIONAL FILTER RACK. FILTER RACK SHALL ACCEPT 2" FILTERS. 158 (PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT STATIC PRESSURE 159 (HEATING WATER AND CONDENSATE LINES NEED TO BE REINSULATED 160 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITHI NEW. REMOVE FILTER MECHANISM AND REPLACE WITH 161 CONVENTIONAL FILTER RACK. FILTER RACK SHALL ACCEPT 2" FILTERS. REPLACE EXISTING RETURN GRILLES IN EXHIBIT 162 HALL WITH AN EQUIVALENT TO THE TITUS 33RL HEAVY DUTY BAR RETURN GRILLE. MATCH RETURN GRILLE SIZE TO EXISTING GRILLE SIZE. REPLACE EXISTING CONDENSATE PAN WITH NEW 163 AND SLOPE CONDENSATE PAN TOWARDS EXISTING DRAIN. 164 OUTSIDE AIR DAMPER IS DAMAGED AND LEAKS AIR WHEN IN THE FULL CLOSED POSITION. 165 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH NEW. 166 CHILLED WATER VISUAL THERMOMETER IS BROKEN. 167 RETURN FAN BELTS ARE LOOSE AND NEED TO BE REPLACED WITH NEW. LIGHT SWITCH, LOCATED ON THE EXTERIOR OF THE 168 UNIT IS LOOSE/DAMAGED. REPAIR SWITCH TO PREVENT WIRING FROM BEING EXPOSED TO THE ELEMENTS. 169 (SUPPLY FAN BELTS ARE LOOSE AND NEED TO BE IREPLACED WITH NEW. 170 EXCESSIVE VIBRATION FROM RETURN FAN/MOTOR ASSEMBLY. BALANCE FAN TO ALLEVIATE VIBRATION. 171 (FILTERS ARE DIRTY AND NEED TO BE CHANGED WITHI NEW. 172 (RETURN AIR EXTERIOR DOOR IS JAMMED AND WILL NOT OPEN. APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM PROPOSAL COST F&C B-13 Mechanical x F&C B-14 Mechanical x F&C B-14 Mechanical x F&C B-14 Mechanical x F&C B-14 Mechanical x F&C B-14 Mechanical x F&C B-14 Mechanical x F&C B-14 Mechanical x F&C B-15 Mechanical x F&C B-15 Mechanical x F&C B-15 Mechanical x F&C B-15 Mechanical x F&C B-15 Mechanical x F&C B-15 Mechanical I x AHU-25 Mechanical I x AHU-25 Mechanical I x AHU-25 Mechanical x AHU 25 Mechanical x AHU-25 AHU-24 AHU-24 AHU-24 AHU-24 Mechanical Mechanical Mechanical Mechanical Mechanical x FWCC Commission List Rev8 03-10-12.xlsx 11 of 46 ITEM # ITEMS TO BE ADDRESSED SUPPLY FAN BELTS ARE LOOSE AND NEED TO BE 173 REPLACED WITH NEW. 174 HEATING/CHILLED WATER COILS ARE DIRTY AND REQUIRE CLEANING 175 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH NEW. 176 HEATING/CHILLED WATER COILS ARE DIRTY AND REQUIRE CLEANING 177 I XTERIOR SUPPLY AIR DOOR IS JAMMED AND WILL NOT OPEN. 178 SUPPLY FAN BELTS ARE LOOSE AND NEED TO BE r+REPLACED WITH NEW. 179 1 OUNT BELT GUARD BACK ON AIR HANDLER. CONDENSATE IS POOLING IN PAN DUE TO THE BUILD UP OF CORROSION PARTICLES IN THE PAN AND 180 CORROSION OF THE PAN. REPLACE CONDENSATE PAN WITH NEW AND SLOPE PAN TOWARD CONDENSATE DRAIN. 181 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH NEW. 182 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT STATIC PRESSURE HEATING/CHILLED WATER COILS ARE DIRTY AND i 183 REQUIRE CLEANING 184 I HILLED/HEATING WATER AND CONDENSATE LINES NEED TO BE REINSULATED HEATING COIL IS VALVED OFF. CHECK FOR LEAKS IN 185 COIL AND PIPING ACCESSORIES. r- 186 (SUPPLY FAN BELTS ARE LOOSE AND NEED TO BE REPLACED WITH NEW. 187 IMOUNT BELT GUARD BACK ON AIR HANDLER. 188 (FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH NEW. TWO SEPARATE FILTER RACKS ARE CURRENTLY IN PLACE THAT LEAK AIR AROUND FILTERS. ABANDON CURRENT FILTER RACKS AND CONSTRUCT A FILTER 189 RACK THAT SPANS THE LENGTH AND WIDTH OF THE ` RETURN FOR THE AIR HANDLER TO HELP PREVENT AIR FROM TRAVELING AROUND THE FILTERS (MINIMUM 2" FILTERS). 190 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT STATIC PRESSURE CONDENSATE IS POOLING IN PAN DUE TO THE BUILD UP OF CORROSION PARTICLES IN THE PAN AND 191 CORROSION OF THE PAN. REPLACE CONDENSATE L PAN WITH NEW AND SLOPE PAN TOWARD CONDENSATE DRAIN. 192 CHILLED/HEATING WATER AND CONDENSATE LINES NEED TO BE REINSULATED '1'' 193 HEATING/CHILLED WATER COILS ARE DIRTY AND REQUIRE CLEANING 194 SUPPLY FAN BELTS ARE LOOSE (TWO ARE MISSING) AND NEED TO BE REPLACED WITH NEW. 195 JkILTERS ARE DIRTY AND NEED TO BE CHANGED WITH NEW. APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM PROPOSAL COST AHU-23 Mechanical x AHU-23 Mechanical x AHU-23 Mechanical x AHU-20 Mechanical x AHU-19 Mechanical x - F&C A-11 Mechanical x F&C A-11 Mechanical x F&C A-11 Mechanical x F&C A-11 Mechanical x F&C A-11 Mechanical I x F&C A-11 Mechanical x - F&C A-11 I Mechanical x I - F&C A-11 I Mechanical x - F&C A-10 I Mechanical x - F&C A-10 I Mechanical I x - F&C A-10 I Mechanical I x F&C A-10 Mechanical x F&C A-10 Mechanical I x F&C A-10 Mechanical x F&C A-10 Mechanical x F&C A-10 Mechanical x - F&C A-9 Mechanical x F&C A-9 Mechanical I I x FWCC Commission List Rev8_03-10-12.xlsx 12 of 46 ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM r ITEM # PROPOSAL COST TWO SEPARATE FILTER RACKS ARE CURRENTLY IN PLACE THAT LEAK AIR AROUND FILTERS. ABANDON CURRENT FILTER RACKS AND CONSTRUCT A FILTER 196 RACK THAT SPANS THE LENGTH AND WIDTH OF THE F&C A-9 Mechanical x RETURN FOR THE AIR HANDLER TO HELP PREVENT AIR FROM TRAVELING AROUND THE FILTERS (MINIMUM 2" FILTERS). .r PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT 197 STATIC PRESSURE F&C A-9 Mechanical x HEATING/CHILLED WATER COILS ARE DIRTY AND 198 REQUIRE CLEANING F&C A-9 Mechanical x CONDENSATE IS POOLING IN PAN DUE TO THE BUILD UP OF CORROSION PARTICLES IN THE PAN AND 199 CORROSION OF THE PAN. REPLACE CONDENSATE F&C A-9 Mechanical x PAN WITH NEW AND SLOPE PAN TOWARD CONDENSATE DRAIN. FLEXIBLE ELASTOMERIC MATERIAL CONNECTING SUPPLY DUCTWORK TO UNIT IS DAMAGED/OPEN TO 200 SPACE (CAUSING EXCESSIVE AIR LEAKAGE). F&C A-9 Mechanical x REPLACE FLEXIBLE ELASTOMERIC MATERIAL WITH NEW. 201 CHILLED/HEATING WATER AND CONDENSATE LINES I F&C A-9 Mechanical x NEED TO BE REINSULATED 202 UNIT WAS NOT OPERATIONAL AT THE TIME OF THE I AHU-49 Mechanical x I w SURVEY DUE TO DAMAGED COILS. 203 CHILLED/HEATING WATER AND CONDENSATE LINES F&C A-16 Mechanical x NEED TO BE REINSULATED EXCESSIVE AIR LEAKAGE AROUND CHILLED/HEATING � 204 WATER PIPING ENTRANCE TO UNIT. SEAL AREA F&C A-16 Mechanical x AROUND PIPING ENTRANCE AIR TIGHT. 205 SUPPLY FAN BELTS ARE LOOSE (ONE 1S MISSING) F&C A-16 Mechanical x 1 AND NEED TO BE REPLACED WITH NEW. 206 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT F&C A-16 Mechanical x STATIC PRESSURE 207 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH F&C A-16 Mechanical x NEW. TWO SEPARATE FILTER RACKS ARE CURRENTLY IN PLACE THAT LEAK AIR AROUND FILTERS. ABANDON CURRENT FILTER RACKS AND CONSTRUCT A FILTER 208 RACK THAT SPANS THE LENGTH AND WIDTH OF THE F&C A-16 Mechanical x RETURN FOR THE AIR HANDLER TO HELP PREVENT AIR FROM TRAVELING AROUND THE FILTERS (MINIMUM 2" FILTERS). CONDENSATE IS POOLING IN PAN DUE TO THE BUILD UP OF CORROSION PARTICLES IN THE PAN AND 209 CORROSION OF THE PAN. REPLACE CONDENSATE F&C A-16 Mechanical x PAN WITH NEW AND SLOPE PAN TOWARD CONDENSATE DRAIN. FLEXIBLE ELASTOMERIC MATERIAL CONNECTING FAN 210 AND COIL SECTION IS DAMAGED/OPEN TO SPACE. F&C A-15 Mechanical x REPLACE FLEXIBLE ELASTOMERIC MATERIAL WITH NEW. 211 CHILLED/HEATING WATER AND CONDENSATE LINES F&C A-15 Mechanical x NEED TO BE REINSULATED i 212 MOUNT BELT GUARD BACK ON AIR HANDLER. I F&C A-15 Mechanical x - 213 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITHI F&C A-15 Mechanical x NEW. FWCC Commission List RevB 03-10-12.xlsx 13 of 46 ITEM # ITEMS TO BE ADDRESSED TWO SEPARATE FILTER RACKS ARE CURRENTLY IN PLACE THAT LEAK AIR AROUND FILTERS. ABANDON M CURRENT FILTER RACKS AND CONSTRUCT A FILTER 214 RACK THAT SPANS THE LENGTH AND WIDTH OF THE RETURN FOR THE AIR HANDLER TO HELP PREVENT AIR FROM TRAVELING AROUND THE FILTERS rh (MINIMUM 2" FILTERS). CONDENSATE IS POOLING IN PAN DUE TO THE BUILD UP OF CORROSION PARTICLES IN THE PAN AND 215 CORROSION OF THE PAN. REPLACE CONDENSATE PAN WITH NEW AND SLOPE PAN TOWARD CONDENSATE DRAIN. PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT Ij 216 STATIC P ESyyS�URE r 217 HEATING/CHILLED WATER COILS ARE DIRTY AND REQUIRE CLEANING . HEATING/CHILLED WATER COILS ARE DIRTY AND 218 REQUIRE CLEANING I FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH NEW. OLD FILTERS HAVE FALLEN OFF OF FILTER 219 RACK AND INTO THE RETURN AIR SECTION OF DUCTWORK. REMOVE THESE FILTERS FROM RETURN AIR SECTION. 220 CHILLED/HEATING WATER AND CONDENSATE LINES yNEED TO BE REINSULATED PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT j 221 STATIC PRESSURE EXCESSIVE AIR LEAKAGE AROUND CHILLED/HEATING WATER PIPING ENTRANCE TO UNIT. SEAL AREA 222 AROUND PIPING ENTRANCE AIR TIGHT. HOLE IN SHEET METAL OF HOT DECK. SEAL HOLE IN SHEET METAL AIR TIGHT. rl:� CONDENSATE IS POOLING IN PAN DUE TO THE BUILD UP OF CORROSION PARTICLES IN THE PAN AND 223 CORROSION OF THE PAN, REPLACE CONDENSATE PAN WITH NEW AND SLOPE PAN TOWARD CONDENSATE DRAIN. 224 CHILLED/HEATING WATER AND CONDENSATE LINES NEED TO BE REINSULATED 225 HEATING/CHILLED WATER COILS ARE DIRTY AND REQUIRE CLEANING 226 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH NEW. CONDENSATE IS POOLING IN PAN DUE TO THE BUILD UP OF CORROSION PARTICLES IN THE PAN AND 1 ( 227 CORROSION OF THE PAN. REPLACE CONDENSATE PAN WITH NEW AND SLOPE PAN TOWARD CONDENSATE DRAIN. 228 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT STATIC PRESSURE 229 SUPPLY FAN BELTS ARE LOOSE AND NEED TO BE REPLACED WITH NEW. 230 HEATING/CHILLED WATER COILS ARE DIRTY AND REQUIRE CLEANING 231 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH NEW. 232 CHILLED/HEATING WATER AND CONDENSATE LINES NEED TO BE REINSULATED ~ 233 AROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT STATIC PRESSURE APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM PROPOSAL COST F&C A-15 Mechanical x F&C A-15 Mechanical x F&C A-15 Mechanical x F&C A-15 Mechanical x F&C A-4 Mechanical x F&C A-4 Mechanical x F&C A-4 Mechanical I x F&C A-4 Mechanical I x F&C A-4 Mechanical x F&C A-4 Mechanical x F&C A-5 Mechanical I x F&C A-5 `I Mechanical x - I F&C A-5 Mechanical x F&C A-5 Mechanical x F&C A-5 Mechanical I x F&C A-6 Mechanical I x F&C A-6 Mechanical I x - F&C A-6 Mechanical x F&C A-6 Mechanical x F&C A-6 Mechanical I x FWCC Commission List RevB 03-10-12.xlsx 14 of 46 ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM ITEM # PROPOSAL COST CONDENSATE IS POOLING IN PAN DUE TO THE BUILD UP OF CORROSION PARTICLES IN THE PAN AND 234 CORROSION OF THE PAN. REPLACE CONDENSATE F&C A-6 Mechanical x PAN WITH NEW AND SLOPE PAN TOWARD CONDENSATE DRAIN. FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH 235 NEW. F&C A-1 Mechanical x REPLACE CONDENSATE PAN WITH NEW AND SLOPE 236 F&C A-1 Mechanical x PAN TOWARD CONDENSATE DRAIN. HEATING/CHILLED WATER COILS ARE DIRTY AND 237 REQUIRE CLEANING F&C A-1 Mechanical x CHILLED/HEATING WATER AND CONDENSATE LINES 238 I F&C A-1 Mechanical I x NEED TO BE REINSULATED EXCESSIVE AIR LEAKAGE AROUND CHILLED/HEATING 239 WATER PIPING PENETRATIONS INTO UNIT. SEAL F&C A-1 Mechanical x PIPING PENETRATIONS AIR TIGHT. FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH 240 NEW. F&C A-2 Mechanical x HEATING/CHILLED WATER COILS ARE DIRTY AND 241 REQUIRE CLEANING F&C A-2 Mechanical x CONDENSATE IS POOLING IN PAN DUE TO THE BUILD UP OF CORROSION PARTICLES IN THE PAN AND 242 CORROSION OF THE PAN. REPLACE CONDENSATE F&C A-2 Mechanical x PAN WITH NEW AND SLOPE PAN TOWARD CONDENSATE DRAIN. $43 CHILLED/HEATING WATER AND CONDENSATE LINES F&C A-2 Mechanical I x NEED TO BE REINSULATED EXCESSIVE AIR LEAKAGE AROUND CHILLED/HEATING 244 WATER PIPING PENETRATIONS INTO UNIT. SEAL F&C A-2 Mechanical x PIPING PENETRATIONS AIR TIGHT. Ij 245 (FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH F&C A-13 Mechanical x (NEW. HEATING/CHILLED WATER COILS ARE DIRTY AND 246 REQUIRE CLEANING F&C A-13 Mechanical x RETURN DUCTWORK CONNECTION TO UNIT HAS A 247 HOLE IN THE CONNECTION. REPLACE ELASTOMERIC F&C A-13 Mechanical x CONNECTION WITH NEW AND SEAL AIR TIGHT. 248 SUPPLY FAN BELTS NEED TO BE REPLACED WITH I F&C A-13 Mechanical x NEW. - 249 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT F&C A-13 Mechanical I x STATIC PRESSURE CONDENSATE IS POOLING IN PAN DUE TO THE BUILD UP OF CORROSION PARTICLES IN THE PAN AND 250 CORROSION OF THE PAN. REPLACE CONDENSATE F&C A-13 Mechanical x PAN WITH NEW AND SLOPE PAN TOWARD CONDENSATE DRAIN. SUPPLY FAN BELTS NEED TO BE REPLACED WITH 251 F&C A-14 Mechanical x NEW ONE BELT IS MISSING). 252 CHILLED/HEATING WATER AND CONDENSATE LINES F&C A-14 Mechanical x NEED TO BE REINSULATED PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT 253 F&C A-14 Mechanical x STATIC PRESSURE - 254 HEATING WATER COIL IS VALVED OFF. CHECK FOR F&C A-14 Mechanical x LEAKS IN COIL AND PIPING A, CE$S RIES. EXCESSIVE AIR LEAKAGE AROUND HILLED/HEATING 255 WATER PIPING PENETRATIONS INTO UNIT. SEAL F&C A-14 Mechanical x PIPING PENETRATIONS AIR TIGHT. FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH 256 F&C A-14 Mechanical I x NEW, WATER COILS ARE DIRTY AND 257 (HEATING/CHILLED F&C A-14 Mechanical I x REQUIRE CLEANING - FWCC Commission List RevB 03-10-12.xlsx 15 of 46 T� ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER ITEM # CONDENSATE IS POOLING IN PAN 'DUE TO THE BUILD UP OF CORROSION PARTICLES IN THE PAN AND 258 CORROSION OF THE PAN. REPLACE CONDENSATE F&C A-14 PAN WITH NEW AND SLOPE PAN TOWARD CONDENSATE DRAIN. 1 259 SUPPLY FAN BELTS NEED TO BE REPLACED WITH F&C A 3 4 NEW ONE BELT IS MISSING). CHILLMHEATING WATER AND CONDENSATE LINES 260 F&C A-3 NEED TO BE REINSULATED FLEXIBLE CONNECTION BETWEEN AIR HANDLER AND 261 RETURN DUCTWORK IS DAMAGED (OPENING IN THE F&C A-3 CONNECTION TO THE SURROUNDINGS) AND REQUIRES REPLACEMENT. 262 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT I' F&C A-3 STATIC PRESSURE 263 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH( F&C A-3 NEW (MULTIPLE FILTERS ARE MISSING). 264 EXCESSIVE VIBRATION FROM FAN/MOTOR F&C A-3 ASSEMBLY. BALANCE FAN TO ALLEVIATE VIBRATION. CONDENSATE IS POOLING IN PAN DUE TO THE BUILD UP OF CORROSION PARTICLES IN THE PAN AND 265 CORROSION OF THE PAN, REPLACE CONDENSATE F&C A-3 PAN WITH NEW AND SLOPE PAN TOWARD CONDENSATE DRAIN. 266 (HEATING WATER STRAINER IS LEAKING WATER. F&C A-3 REPLACE WITH NEW. 267 HEATING/CHILLED WATER COILS ARE DIRTY AND F&C A 47 REQUIRE CLEANING CONDENSATE IS POOLING IN PAN DUE TO THE BUILD UP OF CORROSION PARTICLES IN THE PAN AND 268 CORROSION OF THE PAN. REPLACE CONDENSATE F&C A-47 PAN WITH NEW AND SLOPE PAN TOWARD CONDENSATE DRAIN. FLEXIBLE CONNECTION BETWEEN AIR HANDLER AND 269 1 SUPPLY DUCTWORK IS DAMAGED (OPENING IN THE CONNECTION TO THE SURROUNDINGS) AND F&C A-47 REQUIRES REPLACEMENT. r, WATER AND CONDENSATE LINES 270 1tHILLED/HEATING NEED TO BE REINSULATED F&C A-47 CONDENSATE LINE P-TRAP SIZED FOR UNIT 271 (PROVIDE STATIC PRESSURE F&C A-47 �+r 272 CHILLED/HEATING WATER AND CONDENSATE LINES F&C A 7 NEED TO BE REINSULATED 273 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT F&C A-7 STATIC PRESSURE REPLACE CARDBOARD PIPING CONNECTION UNIT 274 PANEL WITH AN INSULATED SHEET METAL PANEL. F&C A-7 NEW PANEL SHALL SEAL UNIT AIR TIGHT. SUPPLY FAN BELTS NEED TO BE REPLACED WITH .� 275 NEW (ONE BELT IS MISSING,. F&C A-7 (HEATING/CHILLED 276 WATER COILS ARE DIRTY AND F&C A 7 REQUIRE CLEANING CONDENSATE IS POOLING IN PAN DUE TO THE BUILD UP OF CORROSION PARTICLES IN THE PAN AND 277 CORROSION OF THE PAN. REPLACE CONDENSATE F&C A-7 PAN WITH NEW AND SLOPE PAN TOWARD I CONDENSATE DRAIN. FILTERS ARE DIRTY AND NEED TO BE CHANGED WITHI -� 278 NEW. F&C A-7 WORK REMARKS 11/29/11 NEW ITEM PROPOSAL COST Mechanical Mechanical Mechanical Mechanical Mechanical Mechanical Mechanical Mechanical Mechanical i x Mechanical x Mechanical x Mechanical x Mechanical x Mechanical I x Mechanical x Mechanical I x Mechanical x Mechanical x Mechanical I x Mechanical x Mechanical I x FWCC Commission List Rev8 03-10-12.xlsx 16 of 46 ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM ITEM # PROPOSAL COST EXISTING FILTER RACK SHALL BE ABANDONED AND 279 FILTERS REMOVED. PROVIDE NEW FILTER RACK IN F&C A-7 Mechanical x THE ENTRANCE OF THE RETURN AIR PLENUM BOX. 280 (CLEAN DIRT FROM RETURN AIR GRILLES. F&C A-7 Mechanical x AIR TEMPERATURE WAS NOT ACCURATE. 281 (MIXED MEASURED 75.1OF AND FRONT END READS 77.30F. MAU 3 Controls x SUPPLY AIR TEMPERATURE WAS NOT ACCURATE. 282 MEASURED 60.80F AND FRONT END READS 66.40F. MAU 3 Controls x OUTSIDE AIR TEMPERATURE WAS NOT ACCURATE. 283 MEASURED 79.6oF AND FRONT END READS 83.80F. MAU-3 Controls x RELATIVE HUMIDITY READING FOR OUTSIDE AIR IS 284 INACCURATE. FRONT END READS 1.4% RH, BUT MAU-3 Controls x ACTUAL WAS 30% RH. CALIBRATE OR REPLACE RELATIVE HUMIDITY SENSOR. AIR TEMPERATURE WAS NOT ACCURATE. 285 (MIXED MEASURED 71.1 OF AND FRONT END READS 73.30F. MAU-4 Controls x SUPPLY AIR TEMPERATURE WAS NOT ACCURATE. 286 MEASURED 56.70F AND FRONT END READS 58.20F. MAU-4 Controls x RELATIVE HUMIDITY READING FOR OUTSIDE AIR IS .. INACCURATE. FRONT END READS 1.4% RH, BUT 287 ACTUAL WAS 30% RH. CALIBRATE OR REPLACE MAU-4 Controls x RELATIVE HUMIDITY SENSOR. - RETURN FAN DOOR SAFETY DOES NOT TURN OFF RETURN FAN, BUT TURNS OFF HEAT WHEEL. �. 288 TROUBLESHOOT CONTROLS SO RETURN FAN IS MAU-4 Controls x TURNED OFF BY SAFETY SWITCH. - SUPPLY AIR TEMPERATURE WAS NOT ACCURATE. 289 MEASURED 53.1 of AND FRONT END READS 55cF. MAU 5 Controls x HOT WATER RETURN TEMPERATURE WAS NOT 290 ACCURATE. MEASURED 76.90F AND FRONT END MAU-5 Controls x READS 740F. SUPPLY STATIC PRESSURE WAS NOT ACCURATE. 291 MEASURED 0.8"w.c. AND FRONT END READS 0.9"w.c. MAU-5 Controls x NOT ACCURAc ACCURATE. OUTSIDE AIR TEMPERATFERE 292 DIU�jRQW AND NEED TO BEENWAS SUPPLY cFAN FILTERSANDREADS MAU-5 Controls x 293 CHANGED. MAU 5 Mechanical x RELATIVE HUMIDITY READING FOR OUTSIDE AIR IS 294 INACCURATE. FRONT END READS 1.4% PH, BUT MAU-5 Controls x ACTUAL WAS 30% RH. CALIBRATE OR REPLACE RELATIVE HUMIDITY SENSOR. - SUPPLY AIR TEMPERATURE WAS NOT ACCURATE. 95 MEASURED 54.70F AND FRONT END READS 58.30F. MAU 6 Controls x WATER RETURN TEMPERATURE WAS NOT 296 (CHILLED ACCURATE. MEASURED 58.30F AND FRONT END MAU-6 Controls x READS 53.30F. RETURN AIR STATIC PRESSURE READING WAS NOT 297 ACCURATE. MEASURED 0.55" W.C. AND FRONT END MAU-6 Controls x '— READS 0.7" W.C. - OUTSIDE AIR TEMPERATURE WAS NOT ACCURATE. 298 MEASURED 76.50F AND FRONT END READS 79.7°F. MAU-6 Controls x RELATIVE HUMIDITY READING FOR OUTSIDE AIR IS " 299 INACCURATE. FRONT END READS 1.4% RH, BUT MAU-6 Controls x ACTUAL WAS 30% RH. CALIBRATE OR REPLACE RELATIVE HUMIDITY SENSOR. FWCC Commission List RevB 03-10-12.xlsx 17 of 46 k ITEM # ITEMS TO BE ADDRESSED A GAP IN THE UNIT CABINET IS PRESENT, JUST -I BEFORE THE HEATING COIL, THAT IS NOT SEALED. 300 AIR IS INFILTRATING THE UNIT FROM THE MECHANICAL ROOM THROUGH THIS GAP. SEAL GAP AIR TIGHT. RETURN FAN DOOR SAFETY DOES NOT TURN OFF 301 RETURN FAN, BUT TURNS OFF HEAT WHEEL. TROUBLESHOOT CONTROLS SO RETURN FAN IS TURNED OFF BY SAFETY SWITCH. RETURN AIR INLETS, BIRD SCREENS COVERING 302 INLETS ARE COVERED WITH DIRT/DUST CAUSING LARGE PRESSURE DROP IN THE RETURN. 303 MIXED AIR TEMPERATURE WAS NOT ACCURATE. MEASURED 79.60F AND FRONT END READS 76.40F. 304 MIXED AIR TEMPERATURE WAS NOT ACCURATE. MEASURED 56.1 of AND FRONT END READS 53.70F. HOT WATER RETURN TEMPERATURE WAS NOT 305 ACCURATE. MEASURED 82.8oF AND FRONT END I READS 78.70F. (RETURN AIR STATIC PRESSURE WAS NOT 306 ACCURATE. MEASURED 0.7"W.C. AND FRONT END READS 1"W.C. SUPPLY AIR STATIC PRESSURE WAS NOT ACCURATE. 307 MEASURED 0.98"W.C. AND FRONT END READS 0.6"W.C. RELATIVE HUMIDITY READING FOR OUTSIDE AIR IS 308 INACCURATE. FRONT END READS 1.4% RH, BUT ACTUAL WAS 30% RH. CALIBRATE OR REPLACE RELATIVE HUMIDITY SENSOR. EXCESSIVE VIBRATION FROM EXHAUST FAN. 309 BALANCE EXHAUST FAN TO HELP REDUCE j VIBRATION. RETURN AIR INLETS, BIRD SCREENS COVERING 310 INLETS ARE COVERED WITH DIRT/DUST CAUSING LARGE PRE$SUR DROP IN THE RETURN. 311 SUPPLY FAN BELTS ARE BROKEN AND NEED REPLACEMENT. �- RETURN AIR INLETS, BIRD SCREENS COVERING 312 INLETS ARE COVERED WITH DIRT/DUST CAUSING LAR E PRESSURE DROP IN THE RETURN. 313 RETURN AIR TEMPERATURE WAS NOT ACCURATE. MEASURED 74.40F AND FRONT END READS 77.30F. 314 OUTSIDE AIR TEMPERATURE WAS NOT ACCURATE. MEASURED 93.50F AND FRONT END READS 91.5oF. 315 I UPPLY AIR TEMPERATURE WAS NOT ACCURATE. MEASURED 56.20F AND FRONT END READS 53.80F. CHILLED WATER RETURN TEMPERATURE WAS NOT 316 ACCURATE. MEASURED 64.30F AND FRONT END READS 67.1OF. (RETURN AIR STATIC PRESSURE READING WAS NOT 317 ACCURATE. MEASURED 0.6" W.C. AND FRONT END READS 1" W.C.. (SUPPLY AIR STATIC PRESSURE READING WAS NOT 318 ACCURATE. MEASURED 0.56" W.C. AND FRONT END READS 0.3" W.C.. 319 CLEAN OUT DIRT IN DRAIN PAN. RELATIVE HUMIDITY READING FOR OUTSIDE AIR IS 320 INACCURATE. FRONT END READS 1.4% RH, BUT ACTUAL WAS 30% RH. CALIBRATE OR REPLACE RELATIVE HUMIDITY SENSOR. FWCC Commission List RevB 03-10-12.xlsx APPLICABLE AIR HANDLER WORK REMARKS . 11/29/11 NEW ITEM PROPOSAL COST MAU-6 Mechanical x MAU-6 Controls x MAU-7 Mechanical I x MAU-7 I Controls I x MAU-7 I Controls x MAU-7 Controls x MAU-7 Controls x MAU-7 I Controls I x MAU-7 Controls x MAU-7 I Mechanical I I x MAU-8 I Mechanical I I x MAU-8 I Mechanical I x MAU-9 I Mechanical I x MAU-9 I Controls I I x MAU-9 I Controls I I x MAU-9 Controls x MAU-9 Controls x MAU-9 I Controls I I x MAU-9 Controls I ( x MAU-9 Mechanical I I x MAU-9 Controls I I x 18 of 46 Ir ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM ITEM 11 PROPOSAL COST 321 CONTROL WIRING/CONDUIT IS LOOSE ON HEATING MAU-9 Controls x WATER PUMP. AIR INLETS, BIRD SCREENS COVERING 322 (RETURN INLETS ARE COVERED WITH DIRT/DUST CAUSING MAU-10 Mechanical T x LARGE PRESSURE DROP IN THE RETURN. RETURN AIR TEMPERATURE WAS NOT ACCURATE. 323 MEASURED 70OF AND FRONT END READS 72.70F. MAU-10 Controls x CHILLED WATER RETURN TEMPERATURE WAS NOT 324 ACCURATE. MEASURED 60.30F AND FRONT END MAU-10 Controls x READS 62.50F. AIR STATIC PRESSURE READING WAS NOT 325 (RETURN ACCURATE. MEASURED 0.86" W.C. AND FRONT END MAU-10 Controls x ' READS 1" W.C.. SUPPLY AIR STATIC PRESSURE READING WAS NOT 326 ACCURATE. MEASURED 0.64" W.C. AND FRONT END MAU-10 Controls x READS 0.4" W.C.. -- OUTSIDE AIR DAMPER DID NOT FULLY CLOSE WHEN 327 COMMANDED BY THE FRONT END. TROUBLESHOOT MAU-10 Controls x DAMPER ACTUATOR AND DAMPER. RELATIVE HUMIDITY READING FOR OUTSIDE AIR IS 328 INACCURATE. FRONT END READS 1.4% RH, BUT MAU-10 Controls x ACTUAL WAS 30% RH. CALIBRATE OR REPLACE RELATIVE HUMIDITY SENSOR. RETURN AIR INLETS, BIRD SCREENS COVERING 329 INLETS ARE COVERED WITH DIRT/DUST CAUSING MAU-11 Mechanical x LARGE PRESSURE DROP IN THE RETURN. SUPPLY AIR TEMPERATURE WAS NOT ACCURATE. 330 MEASURED 61.7°F AND FRONT END READS 63.60F. MAU-11 Controls x LEAVING SUPPLY AIR SET POINT IS 55OF, BUT 331 ACTUAL LEAVING AIR TEMPERATURE IS 63.60F. MAU-11 Controls x TROUBLESHOOT CONTROLS. CHILLED WATER RETURN TEMPERATURE WAS NOT 332 ACCURATE. MEASURED 82.30F AND FRONT END MAU-11 Controls x READS 80.30F. CHILLED WATER RETURN TEMPERATURE WAS NOT 333 ACCURATE. MEASURED 790F AND FRONT END MAU-11 Controls x READS 830F. RETURN AIR STATIC PRESSURE READING WAS NOT 334 ACCURATE. MEASURED 0.96" W.C. AND FRONT END MAU-11 Controls x READS 1.1" W.C.. SUPPLY AIR STATIC PRESSURE READING WAS NOT 335 ACCURATE. MEASURED 0.55" W.C. AND FRONT END MAU-11 Controls x READS 0.4" W.C.. RELATIVE HUMIDITY READING FOR OUTSIDE AIR IS 336 INACCURATE. FRONT END READS 1.4% RH, BUT MAU-11 Controls x ACTUAL WAS 30% RH. CALIBRATE OR REPLACE RELATIVE HUMIDITY SENSOR. 337 HEATING CONTROL VALVE WIRING/CONDUIT IS MAU-11 Controls x LOOSE FROM CONTROL VALVE. ` 338 REPLACE CHILLED & HEATING WATER COILS. REPAIR AHU-49 Mechanical Phase III DDC CONTROLS Site: Fort Worth Convention Center (Controls) { ZONE TEMP READS 79.2 WHEN R/A TEMP READS 70.6 AHU-21 Controls JCI Service 1 2 MIXED AIR TEMP READS 250 DEG MUA-8 Controls JCI Service 3 MIXED AIR TEMP READS 250 DEG MUA-10 Controls JCI Service FWCC Commission List RevB 03-10-12.xlsx 19 of 46 rS ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM ITEM # PROPOSAL COST RELIEF FAN STATUS DOES NOT MATCH FAN ACTUAL MUA-11 Controls JCI Service 4 S/A TEMP MEASURES 56.3 AND READS 58.9 (SCREEN) AHU-4 Controls JCI Service 5 HW VALVE IS BEING COMMANDED OPEN WHEN AHU-5 Controls JCI Service 6 SPACE TEMP IS SATISFIED 7 M/A TEMP MEASURES 73 AND READS 83 f SCREEN) AHU-5 Controls JCI Service -� VFD SPEEDS ARE BEING SHOWN RPM UNITS AT AHU-19 Controls JCI Service 8 SCREEN. SHOULD BE % SPEED) 9 VFD SPEEDS ARE BEING SHOWN RPM UNITS AT SCREEN. (SHOULD BE % SPEED) AHU-20 Controls JCI Service CHILLED WATER COIL VALVE ACTUATOR HAS STRIPPED ITS TWO MOUNTING SCREWS. ACTUATOR AHU-14 Controls JCI Service 10 SPINS ON MOUNT AND DOES NOT MOVE COIL VALVE. SET SCREW COPLING AT FACE/BYPASS DAMPER SHAFT HAS SHEARED. REPAIR. THIS LEAVES THE FACE/BYPASS DAMPER AT 50% OPEN. ACTUATOR AHU-15 Controls JCI Service SEEMS TO DEFAULT TO SPRING RETURN CLOSED TO COIL, OPEN TO BYPASS. VERIFY DESIGN INTENT. 11 JCI CONTROLS TO PROVIDE EXPLANATION OF SEQUENCE OF OPERATION FOR ALL BALLROOM FACE AHU-17 Controls JCI Service 12 AND BYPASS AIR HANDLING UNITS. RETURN FAN MUST BE OVER RIDDEN TO RUN. RELIEF AIR, OUTSIDE AIR, AND RETURN AIR DAMPERS ARE ALL OPEN AT 100% AT THE SAME TIME. RETURN AIR DAMPER SHOULD NEVER BE OPEN 100% WHEN O/A AND RELIEF AIR DAMPERS ARE 100% OPEN. RELIEF MUA-4 Controls JCI Service DAMPER GOES ESSENTIALLY CLOSED WHEN COMMANDED TO 30%.THIS CAUSED THE RELIEF FAN TO BE OPERATING 100% AGAINST A CLOSED 13 DAMPER. CHECK CONTROL SEQUENCE. bOOLING VALVE STAYS OPEN 100% WITH UNIT IN MUA-4 Controls JCI Service 14 "OFF" STATUS. - JCI CONTROLS TO PROVIDE EXPLANATION OF SEQUENCE OF OPERATION FOR ALL MUA UNITS. MUA-4 Controls JCI Service NEED TO KNOW WHAT MODULATES RELIEF FAN 15 SPEED. - MUA-5 IS NOT RESPONDING TO THE CONTROLLER. MUA-5 Controls JCI Service 16 FANS WILL NOT START. NO RESPONSE. WHEN IN AUTO RELIEF FAN IS RUNNING 100%. SUPPLY FAN IS RUNNING 76% WHILE SCREEN SHOWS 100%. APPEARS THAT A MAX SPEED OF 76% MUA-6 Controls JCI Service HAS BEEN PROGRAMMED INTO VFD. NEED TO VERIFY 17 }INTENT. r ELIEF AIR, OUTSIDE AIR, AND RETURN AIR DAMPERS ARE ALL OPEN AT 100% AT THE SAME TIME. RETURN AIR DAMPER SHOULD NEVER BE OPEN MUA-6 Controls JCI Service 100% WHEN O/A AND RELIEF AIR DAMPERS ARE 1001% 18 OPEN. - UNIT STATUS SHOWS OFF WHEN UNIT IS ACTUALLY 19 ON MUA-6 Controls JCI Service - UNIT IS NOT IN CONTROL BY JCI CONTROLLER. SUPPLY FAN, RETURN FAN, ENTHALPY WHEEL, AND MUA'-6 Controls x CHILLED WATER VALVE HAD TO ALL BE OVER -RIDDEN I 20 OFF. - FWCC Commission List RevB 03-10-12.xlsx 20 of 46 ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM ITEM # PROPOSAL COST UNIT WAS NOT RESPONDING TO CONTROLLER. EQUIPMENT COULD BE OVERRIDDEN ON. WHEN TURNED OFF RELIEF FAN VFD STUCK AT 5.3 HZ. MUA-3 Controls x _ RETURN AIR DAMPERS STAY OPEN 100% WHEN 21 RELIEF AND CIA DAMPERS ARE AT 100% PUMP VFD IS NOT BEING CONTROLLED CORRECTLY. PUMP VFD SPEED STAYS AT 42 HZ WHEN PUMP IS B1 PUMP Controls x OFF. VERIFY SEQUENCE OF OPERATION. 22 C1 PUMP STAYS AT 47 HZ WHEN COMMAND IS 100%. Ci PUMP Controls x 23 VERFIY SEQUENCE OF OPERATION. COMMON SECONDARY CHILLED WATER RETURN 24 TEMP READS 331 DEGREES CHWR TEMP Controls x ZONE TEMP READS BELOW SETPOINT AND YET AHU B-18 Controls x 25 COOLING VALVE IS AT 100% ZONE TEMP READS ABOVE SETPOINT AND YET AHU B-19 Controls x 26 COOLING VALVE IS AT 0% ZONE TEMP READS BELOW SETPOINT AND YET 27 COOLING VALVE IS AT 100% AHU B-20 Controls x 28 JUNIT STATUS SHOWS OFFLINE AHU B-27 Controls x - VALVE IS OPEN DURING COOLING MODE. 29 IHEATING TROUBLESHOOT CONTROLS SEQUENCE. AHU-18 Controls x CONTROLS FRONT END DISPLAYS CHILLED WATER RETURN/SUPPLY AS NOT RELIABLE. TROUBLE AHU-18 Controls x 30 SHOOTLI RELIEF AIR DAMPER WAS FULL OPEN UPON ARRIVAL (UNIT WAS NOT IN ECONOMIZER MODE, 105oF AHU-12 Controls x OUTSIDE AIR TEMPERATURE). REVIEW CONTROLS 31 AND DAMPER OPERATION. OUTSIDE AIR DAMPER WAS SET TO FULL OPEN UPON ARRIVAL. OUTSIDE AIR DAMPER DID NOT RESPOND TO COMMANDS FROM THE FRONT END TO OPEN OR AHU-11 Controls x 32 CLOSE. 1009/. AND 0% REPRESENT TO DIFFERENT OPENING POINTS DEPENDING ON THE TYPE OF DAMPER. CONTROLS FRONT END NEEDS TO BE CHANGED TO AHU-10, 11, 12, 16, 18 Controls x REPRESENT ALL FULLY OPEN DAMPERS AS 100% AND FULLY CLOSED DAMPERS AS 0%. 33 RETURN FAN APPEARED TO BE OUT OF BALANCE (EXCESSIVE VIBRATION AND MOVEMENT). BALANCE FAN TO REDUCE WEAR ON BEARINGS AND FAN AHU-11 Mechanical x 34 BELTS. WHEN AIR HANDLER IS FIRST ENGAGED THE SUPPLY FAN MOTOR RAMPS UP SLOWER THAN RETURN FAN MOTOR. TROUBLESHOOT CONTROLS TO ELIMINATE AHU-10 Controls x 35 THIS OCCURANCE. A 90F DIFFERENCE WAS MEASURED IN THE SUPPLY AIR TEMPERATURE FROM WHAT THE CONTROLS AHU-10 Controls x FRONT END REPORTED. TROUBLESHOOT CONTROLS 36 AND SENSOR. DAMPER MAY BE DAMAGED DUE TO DUCT �6/A COLLAPSE (STUCK OPEN) VERIFY AND REPAIR OR AHU-11 Controls x 37 REPLACE AS REQUIRED - MIXED AIR TEMP SENSOR NEEDS TO BE REWORKED TO COVER ENTIRE UNIT AREA. MIXED AIR TEMP AHU-8 Controls x 38 SENSOR TO BE CALIBRATED. - COMMUNICATION OF UNIT OPERATION AT FRONT AHU-1 Controls x 39 END HAS BEEN LOST. - _ RETURN AIR DAMPER ACTUATOR (NEAR RELIEF DAMPER) WIRES HAVE BEEN DISCONNECTED OR AHU-1 Controls x 40 BROKEN. REPAIR AND TEST DAMPER ACTUATION. - FWCC Commission List RevB 03-10-12.xlsx 21 of 46 ITEM # ITEMS TO BE ADDRESSED I O/A DAMPER ACTUATOR IS BROKEN OFF AT CONNECTION TO DAMPER LINKAGE. O/A DAMPER MAY BE DAMAGED DUE TO DUCT COLLAPSE (STUCK OPEN) VERIFY AND REPAIR OR REPLACE AS 41 REQUIRED, O/A DAMPER WAS FOUND 100% OPEN COMMUNICATION OF UNIT OPERATION AT FRONT 42 END HAS BEEN LOST. CHILLED/HEATING WATER VALVE POSITIONS ARE NOT SHOWN ON CONTROLS FRONT END. CHILLED/HEATING WATER VALVES WOULD NOT ACTUATE WHEN COMMANDED. TROUBLESHOOT 43 CONTROLS. CONTROLS FRONT END DOES NOT DISPLAY ZONE TEMPERATURE/SET POINT, ONLY ON/OFF COMMAND. 44 HOW IS CHILLED/HEATING VALVE CONTROLLED. HEATING WATER CONTROL VALVE WAS 100% FULL OPEN ON ARRIVAL. CONTROL VALVE DOES NOT, RESPOND TO FRONT END CONTROLS COMMANDS. 45 TROUBLESHOOT CONTROLS FRONT END USER UNABLE TO RELEASE OPERATOR OVERRIDES ON HEATING/COOLING CONTROL 46 VALVES. TROUBLESHOOT CONTROLS. CONTROLS FRONT END DOES NOT DISPLAY ZONE TEMPERATURE ACCURATELY. CALIBRATE 47 TEMPERATURE SENSOR. MOTOR STARTER WAS IN THE OFF POSITION, BUT CONTROLS FRONT END SIGNALED UNIT TO BE 48 ENABLED. TROUBLESHOOT CONTROLS. ZONE TEMPERATURE SET POINT IS SET AT 720F AND ZONE TEMPERATURE SENSOR READ 740F, BUT CHILLED WATER CONTROL VALVE WAS FULLY 49 CLOSED. TROUBLESHOOT CONTROLS. HEATING WATER CONTROL VALVE WAS 50% OPEN, BUT FRONT END CONTROLS SIGNALED THE CONTROL VALVE WAS FULLY CLOSED. 50 TROUBLESHOOT CONTROLS FIRESTAT/FREEZESTAT COVERS ARE MISSING/REMOVED FROM THEIR ASSEMBLY. COVERS SHALL BE REINSTALLED ON THEIR 51 APPROPRIATE ASSEMBLY. ZONE TEMPERATURE SET POINT IS SET AT 720F AND ZONE TEMPERATURE SENSOR READS 81oF, BUT CHILLED WATER CONTROL VALVE WAS FULLY 52 CLOSED. TROUBLESHOOT CONTROLS. UNIT WOULD NOT ACTIVATE WHEN COMMANDED FROM FRONT END CONTROLS. MOTOR STARTER APPEARED TO BE DAMAGED. CHECK MOTOR STARTER FOR ELECTRICAL CONTINUITY AND ~' REPLACE AS REQUIRED. VERIFY CONTROLS OPERATIONS AFTER TROUBLESHOOTING MOTOR 53 STARTER. FRONT END CONTROLS DOES NOT RECEIVE r*-r COMMUNICATION FOR AIR HANDLER. 54 TROUBLESHOOT CONTROLS. APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM PROPOSAL COST AHU-2 Controls x AHU-2 Controls x F&C B-17 Controls x F&C B-17 Controls x F&C B-6 Controls x F&C B-6 Controls x F&C B-6 Controls x F&C B-7 Controls x F&C B-7 Controls x F&C B-7 Controls x F&C B-9 Controls x F&C B-10 Controls x F&C B-11 Controls x F&C B-13 Controls x FWCC Commission List Rev8_03-10-12.xlsx 22 of 46 ITEM # ITEMS TO BE ADDRESSED FRONT END CONTROLS DOES NOT RECEIVE COMMUNICATION FOR AIR HANDLER. MOTOR STARTER APPEARED TO BE DAMAGED. CHECK MOTOR STARTER FOR ELECTRICAL CONTINUITY AND REPLACE AS REQUIRED. VERIFY CONTROLS ARE OPERATIONAL AFTER TROUBLESHOOTING MOTOR 55 STARTER. UNIT WOULD NOT START BY CONTROLS SYSTEM OR BY HAND MODE AT MOTOR STARTER. TROUBLESHOOT ELECTRICAL AND VERIFY 56 FUNCTIONAL CONTROLS. FRONT END SHOWS O/A DAMPERS TO BE 100% OPEN, BUT ARE FULLY CLOSED. O/A DAMPERS DO NOT RESPOND TO FRONT END COMMANDS. 57 TROUBLESHOOT CONTROLS THE RETURN AND RELIEF DAMPERS DO NOT 58 ACTUATE WHEN COMMANDED BY THE FRONT END. FRONT END READS A MIXED AIR TEMPER TURt OF 800F, BUT MEASURED 760F FOR THE MIXED AIR. IBRF 59 C EAT[ NG CONYROL�ALVE WAS 100% OPEN UPON ARRIVAL. CHECK CONTROL SEQUENCE FOR WHY THE VALVE IS 100% OPEN IN COOLING MODE. 60 TROUBLESHOOT CONTROLS. FRONT END CONTROLS SHOWED OUTSIDE AIR DAMPER TO 15% OPEN, BUT DAMPERS WERE FULL CLOSED. CHECK CONTROLS AND CORRECT DAMPER 61 POSITION READING. RELIEF DAMPERS DID NOT RESPOND TO COMMANDS 62 FROM FRONT END CONTROLS. FRONT END CONTROLS SHOWED RETURN AIR DAMPER TO BE 15% OPEN, BUT DAMPERS WERE 100% FULL OPEN. CHECK CONTROLS AND CORRECT 63 DAMPER POSITION READING. FRONT END CONTROLS SHOWED RETURN AIR DAMPER TO BE 15% OPEN, BUT DAMPERS WERE 80% OPEN. CHECK CONTROLS AND CORRECT DAMPER 64 POSITION READING. FRONT END CONTROLS SHOWED RELIEF AIR DAMPER TO BE 15%OPEN, BUT DAMPERS WERE FULLY CLOSED. CHECK CONTROLS AND CORRECT 65 DAMPER POSITION READING. RELIEF DAMPERS DID NOT RESPOND TO COMMANDS 66 FROM FRONT END ONTROLS. O/A AND RELIEF DAMPERS DID NOT RESPOND TO COMMANDS FROM FRONT END CONTROLS. FRONT END SHOWED O/A DAMPER AT 15% OPEN, BUT 67 DAMPERS WERE FULLY CLOSED. RETURN DAMPERS DID NOT RESPOND TO COMMANDS FROM FRONT END CONTROLS. FRONT END SHOWED O/A DAMPER AT 15% OPEN, BUT 68 DAMPERS WERE FULLY OPEN. FRONT END SHOWS A MIXED AIR TEMPERATURE OF 97.70F, BUT ACTUAL IS 92.80F. CALIBRATE 69 TEMPERATURE SENSOR/CONTROLS. CHILLED WATER VALVE WAS STUCK OPEN WHEN UNIT WAS OFF. CONTROLS SHALL HAVE CHILLED 70 WATER VALVE FULLY CLOSED WHEN UNIT IS OFF. APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM PROPOSAL COST F&C B-14 Controls x F&C B-15 Controls x AHU-25 Controls x AHU-25 Controls x AHU-25 Controls x AHU-24 Controls x AHU-24 Controls x AHU-24 Controls x AHU-24 Controls x AHU-23 Controls x AHU-23 Controls x AHU-23 Controls x AHU-20 Controls x AHU-20 Controls x AHU-20 Controls x AHU-20 Controls x FWCC Commission List RevB 03-10-12.xlsx 23 of 46 ITEM # ITEMS TO BE ADDRESSED COIL DRAIN GUTTER AT BOTTOM OF UPPER COIL ON ENTERING AIR SIDE HAS BEEN PARTIALLY REMOVED. THIS ALLOWS CONDENSATE TO FALL IN THIS SECTION OF UNIT. CORROSION HAS OCCURRED IN FLOOR OF UNIT CAUSING LEAKS. REPAIR CORROSION AND REPLACE DRAIN GUTTER 71 ELEMENTS INSULATION IN RETURN AIR PLENUM HAS BEEN DAMAGED, PROBABLY DUE TO PREVIOUS REPORTS OF WATER LEAKING INTO UNIT THROUGH FAILED DOOR SEALS. LARGE SHEETS OF DUCT LINER HAVE SEPARATED AND ARE CLOGGING RETURN GRATE. ALSO LOOSE FIBERS HAVE BUILT UP ON RETURN FAN 72 BLADES. CLEAN AND REPAIR ALL A SHEET METAL PANEL HAS BEEN REMOVED AT THE PIPING END OF THE CHILLED WATER COIL. THIS 73 ALLOWS AIR TO BYPASS. REMAKE AND REPLACE. I WHEN FRONT END COMMANDED"O/A DAMPERS 70% OPEN THE DAMPERS ACTUALLY WENT 100% OPEN. 74 CALIBRATE DAMPER CONTROLS. 75 1 CO, SENSOR IN THE RETURN DUCTWORK DISPLAYED AN ERROR. TROUBLESHOOT CO, SENSOR. RETURN DAMPER SHOWS 0% AS BEING FULL OPEN AND 100% AS BEING FULLY CLOSED, REVERSE THIS 76 LOGIC. CHILLED/HEATING WATER VALVE DOES NOT APPEAR TO ACHIEVE ITS FULL CLOSED OR FULL OPEN. 77 CHECK VALVE AND CONTROLLER. HILLED WATER VALVE DOES NOT RESPOND TO COMMANDS FROM FRONT END. CHILLED WATER 78 VALVE IS STUCK IN THE FULL OPEN POSITION. TATIC PRESSURE SET POINTS ARE NOT MEET WITH THE SUPPLY FAN VFD REMAINING AT'20 HZ. I 79 TROUBLESHOOT VFD/CONTROLS. RETURN DAMPER SHOWS 0% AS BEING FULL OPEN AND 100% AS BEING FULLY CLOSED. REVERSE THIS I, 80 LOGIC. CONTROL WIRES AND CONDUIT ARE LOOSE AND NOT +� WELL CONNECTED TO UNIT. COVERS ARE REMOVED FOR MULTIPLE SENSORS AND SWITCHES AND THE CHILLED WATER CONTROL VALVE. CONTROL WIRES NEED TO BE RUN IN CONDUIT AND SECURED TO UNIT/STRUCTURE IN A NEAT/ORGANIZED MANNER. JUNCTION BOXES, SENSORS, SWITCHES, AND 81 CONTROL VALVES NEED TO HAVE COVERS. UNIT WOULD NOT TURN ON IN AUTO MODE. UNIT �-+ WOULD RUN IN AUTO MODE AFTER TURNING THE UNIT ON IN HAND MODE AND SWITCHING BACK TO 82 AUTO MODE. TROUBLESHOOT CONTROLSNFD, FRONT END CONTROLS COMMANDS RETURN AIR DAMPER TO OPEN/CLOSE, BUT A RETURN AIR DAMPER COULD NOT BE LOCATED ON UNIT. 83 PROVIDE RETURN AIR DAMPER AND ACTUATOR. UNIT WOULD NOT INCREASE SUPPLY FAN SPEED TO MEET STATIC PRESSURE SET POINT. TROUBLE 84 VFD/CONTROLS COVERS ARE REMOVED FOR CONTROLS (FIRESTATS, 85 FREEZESTATS, ETC). APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM PROPOSAL COST AHU-20 Mechanical x AHU-20 Mechanical x AHU-19 Mechanical x AHU-19 Controls x AHU-19 Controls x AHU-19 Controls x F&C A-11 Controls x F&C A-10 Controls x F&C A-10 Controls x F&C A-10 Controls x F&C A-9 Controls x F&C A-9 Controls x F&C A-9 Controls x F&C A-9 Controls x - F&C A-16 Controls x FWCC Commission List RevB 03-10-12.xlsx 24 of 46 ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM .- ITEM # PROPOSAL COST CHILLED WATER CONTROL VALVE DID NOT RESPOND TO FRONT END COMMAND FOR FULL OPEN OR.FULL F&C A-16 Controls x CLOSE. CHILLED WATER CONTROL VALVE WAS _ 86 STUCK IN FULL OPEN POSITION. RETURN DAMPER SHOWS 0% AS BEING FULL OPEN AND 100 / AS BEING FULLY CLOSED. REVERSE THIS F&C A-16 Controls x 87 LOGIC. VFD SUPPLY FAN RAMP UP/DOWN APPEARS TO BE TOO SLOW DURING STARTUP CONDITIONS. F&C A-16 Controls x 88 TROUBLESHOOT CONTROLS LOGIC. CHILLED WATER CONTROL VALVE DID NOT RESPOND TO FRONT END COMMAND FOR FULL COOL OR FULLY F&C A-15 Controls ` x CLOSED. CHILLED WATER CONTROL VALVE WAS STUCK IN FULL OPEN POSITION. 89 RETURN DAMPER SHOWS 0% AS BEING FULL OPEN AND 100% AS BEING FULLY CLOSED. REVERSE THIS F&C A-15 Controls x 90 LOGIC. VFD SUPPLY FAN RAMP UP/DOWN APPEARS TO BE TOO SLOW DURING STARTUP CONDITIONS. F&C A-15 Controls x 91 TROUBLESHOOT CONTROLS LOGIC. FREEZE/FIRE STAT COVERS ARE OFF. PUT STAT COVERS BACK ON FREEZE/FIRE STATS AND VERIFY F&C A-4 Controls x 92 OPERATION. FRONT END CONTROLS SET POINT FOR COLD DECK LEAVING AIR TEMPERATURE IS 550F, BUT ACTUAL LEAVING AIR TEMPERATURE IS 520F. CHECK F&C A-4 Controls x 93 TEMPERATURE SENSOR CALIBRATION. HOT WATER CONTROL VALVE DOES NOT APPEAR TO FULLY CLOSE WHEN COMMANDED BY FRONT END. F&C A-4 Controls x TROUBLESHOOT HOT WATER CONTROL VALVE AND 94 ACTUATOR. OUTSIDE AIR DAMPER/ACTUATOR REMAINS FULL OPEN WHEN UNIT SHUTS DOWN. OUTSIDE AIR DAMPER/ACTUATOR POSITION IS NOT SHOWN ON FRONT END CONTROLS. OUTSIDE AIR DAMPER F&C A-4 Controls x SHOULD MOVE TO FULLY CLOSED WHEN UNIT IS SHUT DOWN. TROUBLESHOOT CONTROLS/DAMPER 95 ACTUATOR. FREEZE/FIRE STAT AND HEATING WATER CONTROL VALVE COVERS ARE OFF. PUT STAT COVERS BACK F&C A-5 Controls x 96 ON AND VERIFY OPERATION. UNIT WOULD NOT TURN ON IN AUTO OR HAND MODE. ELECTRICAL CONTINUITY SHOULD BE VERIFIED FOR THE MOTOR STARTER. REPLACE MOTOR STARTER F&C A-5 Controls x WITH NEW IF REQUIRED. TROUBLESHOOT THE 97 CONTROLS. OUTSIDE AIR AND HOT/COLD DECK DAMPER F&C A-6 Controls x ACTUATORS ARE NOT CONTROLLED BY FRONT END. 98 HEATING WATER CONTROL VALVE WAS 50 % OPEN UPON ARRIVAL. HEATING WATER CONTROL VALVE IS F&C A-1 Controls x NOT RESPONSIVE TO COMMANDS FROM THE FRONT END CONTROLS. TROUBLESHOOT CONTROLS 99 _ HEATING WATER CONTROL VALVE HEAD/COVER WAS OFF. PROVIDE REPLACEMENT HEAD FOR CONTROL F&C A-1 Controls x 100 VALVE. COLD/HOT DECK SET POINT IS 55oF, BUT LEAVING AIR TEMPERATURE IS A MEASURED 660F. CHECK F&C A-1 Controls x CALIBRATION OF TEMPERATURE SENSOR AND 101 CONTROLS, FWCC Commission List RevB 03-10-12.xlsx 25 of 46 ITEM # ITEMS TO BE ADDRESSED CHILLED WATER CONTROL VALVE DOES NOT RESPOND TO COMMANDS FROM FRONT END CONTROLS. CHILLED WATER CONTROL VALVE IS 102 STUCK AT 100 % OPEN. MOTORIZED OUTSIDE AIR DAMPER COULD NOT BE LOCATED TO SHUTOFF OUTSIDE AIR DURING UNOCCUPIED MODE. ADD MOTORIZED OUTSIDE AIR DAMPER TO FULLY CLOSE DURING UNOCCUPIED 103 MODE. CONTROL WIRING IS EXPOSED/LOOSE IN JUNCTION BOXES. PROVIDE COVER PLATES FOR JUNCTION 104 BOXES. HEATING WATER CONTROL VALVE WAS 100% FULL OPEN ON ARRIVAL. HEATING WATER CONTROL VALVE APPEARS TO RESPOND BACKWARDS TO COMMANDS (FULL OPEN IS 0% AND FULLY CLOSED IS r" 105 100% . TROUBLESHOOT CONTROLS. HEATING WATER CONTROL VALVE HEAD IS 106 OFF/MISSING. PROVIDE CONTROL VALVE HEAD. HEATING WATER CONTROL VALVE DOES NOT RESPOND TO COMMANDS FROM FRONT END CONTROLS. HEATING WATER CONTROL VALVE IS STUCK IN THE FULL OPEN POSITION, 107 TROUBLESHOOT CONTROLS FRONT END CONTROLS SET POINT FOR COLD DECK LEAVING AIR TEMPERATURE IS 720F, BUT ACTUAL LEAVING AIR TEMPERATURE IS 57.70F. CHECK TEMPERATURE SENSOR CALIBRATION AND 108 TROUBLESHOOT CONTROLS. FRONT END CONTROLS DID NOT SHOW OUTSIDE AIR DAMPER CONTROUPOSITION. ADD CONTROL POINT AND VERIFY OUTSIDE AIR DAMPER CLOSES WHEN 109 UNIT IS IN UNOCCUPIED MODE. HEATING WATER CONTROL VALVE APPEARED TO BE PARTIALLY OPEN WHEN FRONT END CONTROLS COMMANDED VALVE TO FULL CLOSE. 110 TROUBLESHOOT VALVE/CONTROLS !� UNIT MOTOR STARTER IN AUTO MODE MAKES EXCESSIVE VIBRATION AND NOISE (HAND MODE WORKS). TROUBLESHOOT MOTOR STARTER AND 111 REPLACE AS REQUIRED. I COLD DECK SUPPLY AIR TEMPERATURE IS NOT SATISFIED, BUT CHILLED WATER CONTROL VALVE IS AT 33% OPEN AND DOES NOT INCREASE VALVE 112 POSITION. TROUBLESHOOT CONTROLS. SUPPLY FAN WAS RUNNING ON ARRIVAL, BUT FRONT END CONTROLS SHOWED THE SUPPLY FAN WAS 113 OFF. TROUBLESHOOT CONTROLS. HEATING WATER CONTROL VALVE APPEARED TO BE PARTIALLY OPEN WHEN FRONT END CONTROLS COMMANDED VALVE TO FULL CLOSE. 114 TROUBLESHOOT VALVE/CONTROLS CHILLED WATER CONTROL VALVE APPEARS TO GO TO FULLY CLOSED WHEN UNIT IS CALLING FOR 115 COOLING. TROUBLESHOOT CONTROLS. FRONT END COMMAND TO ENABLE SYSTEM DOES NOT ACTIVATE AIR HANDLER OR CONTROL SEQUENCE TO RUN AIR HANDLER. ENABLE SYSTEM COMMAND SHOULD START NORMAL SEQUENCE OR 116 OPERATIONS. APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM PROPOSAL COST F&C A-2 Controls x F&C A-2 Controls x F&C A-2 Controls x F&C A-13 Controls x F&C A-3 Controls x F&C A-3 Controls x F&C A-3 Controls x F&C A-3 Controls x F&C A-47 Controls x F&C A-47 Controls x F&C A-47 Controls x F&C A-7 Controls x F&C A-7 Controls x F&C A-7 Controls x MAU-3 Controls x FWCC Commission List Rev8 03-10-12.xlsx 26 of 46 ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM ITEM # PROPOSAL COST FRONT END SET POINT IS 67°F FOR A MAKE-UP AIR UNIT, A 67oF LEAVING AIR TEMPERATURE WILL NOT PROVIDE ADEQUATE DEHUMIDIFICATION FOR 100% MAU-3 Controls x _ OUTSIDE AIR UNIT. SET POINT SHALL BE ADJUSTED 117 TO 55OF LEAVING AIR TEMPFRATURE. FRONT END LEAVING AIR TEMPERATURE SET POINT IS 670F, BUT ACTUAL LEAVING AIR TEMPERATURE WAS 590F. SYSTEM DID NOT APPEAR TO MAINTAIN MAU-3 Controls x LEAVING AIR TEMPERATURE SET POINT. 118 TROUBLESHOOT CONTROLS. RETURN AIR DAMPER POSITION DID NOT CORRESPOND WITH FRONT END READING. FULLY CLOSED POSITION CORRESPONDED WITH 100% ON MAU-3 Controls x FRONT END. REVERSE READING SO FULLY CLOSED 119 CORRESPONDS TO 0%. HEAT WHEEL TURNS ON WITH SUPPLY FAN, BUT DEACTIVATED AFTER A FEW MINUTES. CHECK MAU-3 Controls x CONTROLS SEQUENCE AND WIRING OF HEAT WHEEL. 120 , OUTSIDE AND RELIEF AIR DAMPERS DID NOT OPEN MAU-3 Controls x 121 WHEN SYSTEM WAS ENABLED, HEATING VALVE WAS COMMANDED OPEN WHEN UNIT WAS IN COOLING MODE (80oF OUTSIDE AIR TEMPERATURE). HEATING VALVE SHOULD NOT BE MAU-3 Controls x COMMANDED OPEN UNLESS OUTSIDE AIR TEMPERATURE REQUIRES THE UNIT TO HEAT THE 122 INCOMING OUTSIDE AIR. FRONT END COMMAND TO ENABLE SYSTEM ONLY ACTIVATES SUPPLY FAN. RETURN/EXHAUST FAN MAU-4 Controls x 123 DOES NOT ACTIVATE. TROUBLESHOOT CONTROLS SUPPLY FAN STATUS IS NOT ACCURATE. UPON ARRIVAL THE SUPPLY FAN WAS VISUALLY (AND COMMANDED) OFF, BUT SUPPLY FAN STATUS MAU-4 Controls x REFLECTED THE SUPPLY FAN WAS ON. 124 TROUBLESHOOT CONTROLS. FRONT END SET POINT IS 67oF FOR A MAKE-UP AIR UNIT. A 670F LEAVING AIR TEMPERATURE WILL NOT PROVIDE ADEQUATE DEHUMIDIFICATION FOR 100% MAU-4 Controls x OUTSIDE AIR UNIT. SET POINT SHALL BE ADJUST TO 125 �AIVING POONT EN PNL APR TEMPERATURE SET POINT �. IS 670F, BUT ACTUAL LEAVING AIR TEMPERATURE WAS 560F. SYSTEM DID NOT APPEAR TO MAINTAIN MAU-4 Controls x LEAVING AIR TEMPERATURE SET POINT. 126 TROUBLESHOOT CONTROLS. RETURN AIR DAMPER POSITION DID NOT CORRESPOND WITH FRONT END READING. FULLY CLOSED POSITION CORRESPONDED WITH 100% ON MAU-4 Controls x FRONT END. REVERSE READING SO FULLY CLOSED 127 � HEATWHEPL CONTINUES TO RUN WHEN UNIT IS SHUT OFF. HEAT WHEEL MUST BE MANUALLY MAU-4 Controls x TURNED OFF. TROUBLESHOOT CONTROLS SO HEAT 128 WHEEL TURNS OFF WHEN UNIT IS DISABLED. FRONT END COMMAND TO ENABLE SYSTEM DOES NOT ACTIVATE AIR HANDLER OR CONTROL SEQUENCE TO RUN AIR HANDLER. ENABLE SYSTEM MAU-5 Controls x COMMAND SHOULD START NORMAL SEQUENCE OF 129 OPERATIONS. FWCC Commission List RevB 03-10-12.xlsx 27 of 46 ITEM # ITEMS TO BE ADDRESSED SUPPLY FAN STATUS IS NOT ACCURATE. UPON ARRIVAL THE SUPPLY FAN WAS VISUALLY (AND COMMANDED) OFF, BUT SUPPLY FAN STATUS REFLECTED THE SUPPLY FAN WAS ON. 130 TROUBLESHOOT CONTROLS. RETURN FAN WILL NOT TURN ON WHEN COMMANDED. USER MUST MANUALLY PRESS START ON VFD IN ORDER TO TURN ON RETURN FAN. RETURN FAN WILL TURN OFF FROM FRONT END. 131 TROUBLESHOOT CONTROLS. RETURN FAN STATUS IS NOT ACCURATE. UPON ARRIVAL THE RETURN FAN WAS VISUALLY (AND COMMANDED) OFF, BUT RETURN FAN STATUS REFLECTED THE RETURN FAN WAS ON. 132 TROUBLESHOOT CONTROLS. RETURN AIR DAMPER POSITION DID NOT CORRESPOND WITH FRONT END READING. FULLY CLOSED POSITION CORRESPONDED WITH 100% ON FRONT END. REVERSE READING SO FULLY CLOSED 133 C RRESPONDS TO 0%. r� EAT WHEEL DID NOT ACTIVATE WHEN UNIT WAS TURNED ON. HEAT WHEEL WOULD ACTIVATE WHEN TURNED ON MANUALLY, TROUBLESHOOT CONTROLS. HEAT WHEEL SHOULD ACTIVATE 134 WHENEVER THE UNIT IS TURNED ON. CHILLED WATER VALVE REMAINED 60% OPEN WHEN UNIT WAS SHUT DOWN, CHILLED WATER VALVE 135 SHALL FULLY CLOSE WHEN UNIT IS TURNED OFF. SUPPLY AND RETURN FAN OUTPUT STILL SHOW 100% WHEN UNIT IS SHUT DOWN. TROUBLESHOOT 136 CONTROLS. FRONT END COMMAND TO ENABLE SYSTEM DOES L NOT ACTIVATE AIR HANDLER OR CONTROL SEQUENCE TO RUN AIR HANDLER. ENABLE SYSTEM COMMAND SHOULD START NORMAL SEQUENCE OF 137 OPERATIONS. 1, FRONT END SET POINT IS 670F FOR A MAKE-UP AIR UNIT. A 670F LEAVING AIR TEMPERATURE WILL NOT PROVIDE ADEQUATE MDEHUMIDIFICATION FOR 100 138 RETURN AIR DAMPEN POSITI��RD DOUTSIDE AIR UNIT. SET POINT LNOT L BE ADJUST TO CORRESPOND WITH FRONT END READING. FULLY CLOSED POSITION CORRESPONDED WITH 100% ON FRONT END. REVERSE READING SO FULLY CLOSED 139 R1�ESPONDS TO 0%. EAT WHEEL DID NOT ACTIVATE WHEN UNIT WAS TURNED ON. HEAT WHEEL WOULD ACTIVATE WHEN TURNED ON MANUALLY. TROUBLESHOOT CONTROLS. HEAT WHEEL SHOULD ACTIVATE 140 WHENEVER THE UNIT IS TURNED ON. VARIABLE SPEED DRIVES OUTPUT CURRENTLY OFFLINE, RPM/HERTZ NOT SHOWN. TROUBLESHOOT CONTROLS SO HERTZ IS SHOWN AS THE DISPLAYED 141 OUTPUT. CHILLED WATER CONTROL VALVE DID NOT ACTUATE QUICKLY ENOUGH TO RESPOND TO SUPPLY AIR SET POINT AND OUTSIDE AIR CONDITIONS. TROUBLESHOOT ACTUATION TIME OF CHILLED 142 WATER CONTROL VALVE. APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM PROPOSAL COST MAU-5 Controls x MAU-5 Controls x MAU-5 Controls x MAU-5 Controls x MAU-5 Controls x MAU-5 Controls x MAU-5 Controls x MAU-6 Controls x MAU-6 Controls x MAU-6 Controls x MAU-6 Controls x MAU-6 Controls x MAU-7 Controls x FWCC Commission List RevB 03-10-12.xlsx 28 of 46 ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM ITEM # PROPOSAL COST RETURN AIR DAMPER WAS STUCK IN THE FULL OPEN POSITION. CHECK IF DAMPER POSITION MAU-7 Controls x CORRESPONDS TO 100% BEING FULL OPEN AND 0% 143 BEING FULL CLOSED. SUPPLY AND RETURN FAN OUTPUT SHOW 87% ON FRONT END WHEN SUPPLY FAN VFD IS AT 60 HZ. MAU-7 Controls x 144 TROUBLESHOOQT CONTROLS. HEATING CONTROL VALVE IS COMMANDED FULL OPEN DURING INITIAL STARTUP OF THE UNIT. MAU-7 Controls x HEATING CONTROL VALVE CLOSES AFTER 5-1.0 145 MINUTES OF OPERATION. - RELIEF DAMPER/ACTUATOR DID NOT MOVE TO -- COMMANDED POSITION. TROUBLESHOOT MAU-9 Controls x 146 DAMPER/ACTUATOR FOR FULL MOVEMENT. CONTROLS PROGRAMMING IS TOO SLOW TO CHANGE DISCHARGE AIR TEMPERATURE TO CURRENT CONDITIONS. REVIEW SEQUENCE TO MAU-9 Controls x 147 ADJUST ACTUATION TIME. HEAT WHEEL WAS NOT ACTIVATED WHEN UNIT WAS ACTIVATED. HEAT WHEEL CAN BE ACTIVATED MAU-9 Controls x 148 MANUALLY. HEATING CONTROL VALVE IS COMMANDED FULL OPEN DURING INITIAL STARTUP OF THE UNIT. HEATING CONTROL VALVE CLOSES AFTER 5-10 MAU-9 Controls x 149 MINUTES OF OPERATION. RETURN DAMPER OPENED TO 49% DURING STARTUP WITH THE OUTSIDE AIR AND RELIEF DAMPERS AT 100% OPEN. TROUBLESHOOT CONTROLS SEQUENCE, EXPLAIN WHY RETURN DAMPER WOULD MAU-9 Controls x BE 49% OPEN WITH OUTSIDE AND RELIEF AIR 150 DAMPERS FULLY OPEN? - CHILLED WATER CONTROL VALVE DID NOT ACTUATE QUICKLY ENOUGH TO RESPOND TO SUPPLY AIR SET POINT AND OUTSIDE AIR CONDITIONS. MAU-9 Controls x TROUBLESHOOT ACTUATION TIME OF CHILLED 151 WATER CONTROL VALVE. - RETURN AIR DAMPER POSITION DID NOT CORRESPOND WITH FRONT END READING. FULLY CLOSED POSITION CORRESPONDED WITH 100% ON MAU-10 Controls x FRONT ENQQD. REVERSE READING SO FULLY CLOSED 152 REOLIEF�AMPER/ACTUATOR DID NOT MOVE TO COMMANDED POSITION. TROUBLESHOOT _ MAU-10 Controls x 153 DAMPER/ACTUATOR FOR FULL MOVEMENT. HEATING CONTROL VALVE IS COMMANDED FULL OPEN DURING INITIAL STARTUP OF THE UNIT. HEATING CONTROL VALVE CLOSES AFTER 5-10 MAU-10 Controls x 154 MINUTES OF OPERATION. - HEATING VALVE WAS COMMANDED OPEN WHEN UNIT WAS IN COOLING MODE (80oF OUTSIDE AIR TEMPERATURE). HEATING VALVE SHOULD NOT BE MAU-11 Controls x ! COMMANDED OPEN UNLESS OUTSIDE AIR TEMPERATURE REQUIRES THE UNIT TO HEAT THE 155 INCOMING OUTSIDE AIR. RETURN AIR DAMPER POSITION DID NOT .. CORRESPOND WITH FRONT END READING. FULLY CLOSED POSITION CORRESPONDED WITH 100% ON MAU-11 Controls x FRONT END. REVERSE READING SO FULLY CLOSED 156 CORRE P NDS TO 0%. RELIEF DAMPER WAS 30% OPEN ON ARRIVAL, BUT FRONT END SHOWS DAMPER IS FULLY CLOSED. MAU-11 Controls x 157 TROUBLESHOOT CONTROLS. FWCC Commission List RevB 03-10-12.xlsx 29 of 46 ITEM # ITEMS TO BE ADDRESSED HEATING CONTROL VALVE IS COMMANDED FULL OPEN DURING INITIAL STARTUP OF THE UNIT. HEATING CONTROL VALVE CLOSES AFTER 5-10 158 MINUTES OF OPERATION. APPLICABLE AIR HANDLER WORK MAU-11 Site: Fort Worth Convention Center (VAV Boxes) HEATER FAN DID NOT ACTIVATE. TROUBLESHOOT VAV BOX ADDRESS 120A 159 CONTROLS / FAN. SMOKE DAMPER APPEARED TO BE CLOSED IN DUCT MAIN, UPSTREAM OF THE LAST THREE DIFFUSERS VAV BOX ADDRESS 117A 160 PROGRAM BOXES TO REMAIN IN MINIMUM COOLING MODE WHEN BOILERS ARE NOT ACTIVATED. ALL SINGLE DUCT VAV BOXEf 161 HEATING WATER VAVVE HAD DIFFICULTY ACTUATING FULLY OPEN, TROUBLESHOOT VALVE VAV BOX ADDRESS 101A 162 ACTUATORNALVE. LOW LEAVING AIR TEMPERATURE DURING HEATING VAV BOX ADDRESS 103A 163 MODE, TROUBLESHOOT HEATING VALVE/CONTROLS. ON FRONT END, VAV BOX IS NOT REPORTING ANY AIRFLOW, BUT AIRFFOW APPEARS TO BE CORRECT VAV BOX ADDRESS 103A AT THE VAV BOX CONTROLLER. TROUBLESHOOT 164 CONTROLS. VAV BOX DOES NOT APPEAR TO RESPOND TO COMMANDS FOR DAMPER ACTUATOR TO VAV BOX ADDRESS 105A OPEN/CLOSE. BOX APPEARS TO BE IN THE FULL 165 CLOSED POSITION. VAV BOX DID NOT APPEAR TO RESPOND TO INCREASES/DECREASES IN AIRFLOW REQUIREMENTS. TROUBLESHOOT ACTUATOR/VAV VAV BOX ADDRESS 106A 166 BOX. VERIFY FIRE/SMOKE DAMPER IS OPEN. COULD NOT ACCESS BOX TO VERIFY COOLING VAV BOX ADDRESS 108A 167 AIRFLOW. COULD NOT CONNECT TO BOX OR TEMPERATURE SENSOR. RECEIVED ERROR CANNOT UPLOAD CONTROLLER: NO APPLICATION LOADED. FRONT VAV BOX ADDRESS 122A END STATES COMMON SETPOINT IS UNRELIABLE. WHEN FINISHED TROUBLESHOOTING VERIFY IF 168 TEMPERATURE SENSOR IS FUNCTIONAL. COULD NOT LOG INTO CONTROLLER FROM TEMPERATURE SENSOR, TROUBLESHOOT VAV BOX ADDRESS 113A 169 SENSOR/CONTROLLER. ILL COULD NOT ACCESS BOX TO VERIFY HEATING VAV BOX ADDRESS 112A 170 CONTROL VALVE OPERATION OR COOLING AIRFLOW. VAV BOX DID NOT APPEAR TO RESPOND TO rl+ INCREASES/DECREASES IN AIRFLOW VAV BOX ADDRESS 112A REQUIREMENTS. TROUBLESHOOT ACTUATOR/VAV 171 BOX. OULD NOT ACCESS BOX TO VERIFY COOLING VAV BOX ADDRESS 105E 172 AIRFLOW. ^E' ONTROLLER STATES VAV BOX IS ADD 105 (FRONT END STATES VAV BOX AS ADD 109). CLARIFY ON VAV BOX ADDRESS 105E i 173 FRONT END OR RENAME. BOX WOULD NOT REACH MAXIMUM OF AIRFLOW OF 2010 CFM (STATIC AT 0.3387) VERIFY NO VAV BOX ADDRESS 119A OBSTRUCTIONS PRESENT UPSTREAM OF THE VAV 174 BOX, FWCC Commission List Rev8_03-10-12.xlsx Controls REMARKS 11/29/11 NEW ITEM PROPOSAL COST Controls Phase III Controls Controls Controls Controls Controls Controls Controls Controls Controls Controls NA Not Included Controls NA Not Included Controls Controls Phase III x 351 351 351 351 351 966 1,141 351 966 351 351 351 30 of 46 ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM I = ITEM # PROPOSAL COST AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BE OVERRIDDEN TO 100 CFM AND CANNOT BE VAV BOX ADDRESS 119A Controls 175 RELEASED. TROUBLESHOOT CONTROLS. 351 HEATER FAN DID NOT ACTIVATE WHEN CALLED ON. VAV BOX ADDRESS 120A Controls Phase III I .. 176 TROUBLESHOOT FAN/CONTROLS - VAV BOX AIRFLOW SETPOINT IS OVERRIDDEN TO 300 CFM AND CANNOT RELEASE SETTING. VAV BOX ADDRESS 124 Controls TROUBLESHOOT CONTROLS TO RELEASE FIXED 177 AIRFLOW SETPOINT. 351 VAV BOX COULD NOT OBTAIN MAXIMUM COOLING VAV BOX ADDRESS 126A Controls 178 AIRFLOW1 VERIFY NO BLOCKAGES IN VAV BOX. 351 VAV BOX HAS NO AIRFLOW, DAMPER ACTUATOR �.. DOES NOT APPEAR TO MOVE WHEN COMMANDED. ALSO, VERIFY SMOKE DAMPER IS OPEN ONCE VAV BOX ADDRESS 100 Controls 179 DAMPER ACTUATOR IS FUNCTIONING. 351 COULD NOT LOCATE BOX ON FRONT END, VAV BOX ADDRESS 100 Controls 180 TROUBLESHOOT CONTROLS 351 COULD NOT CONNECT TO VAV BOX TEMPERATURE SENSOR, TROUBLESHOOT VAV BOX ADDRESS 100 Controls 181 CONTROLS/TEMPERATURE SENSOR CONNECTION. 351 WHEN DISCONNECTED FROM TEMPERATURE SENSOR ERR 6 SHOWN ON TEMPERATURE SENSOR, NO APPARENT OUTPUT FROM THE TEMPERATURE SENSOR. COULD NOT RECONNECT TO VAV BOX ADDRESS 132A Controls TEMPERATURE SENSOR AND VAV BOX WAS UNAVAILABLE ON FRONT END. FRONT END REPORTS 182 VAV BOX AS OFFLINE. TROUBLESHOOT CONTROLS. 351 ON FRONT END, VAV BOX IS NOT MEETING THE AIRFLOW SETPOINT, BUT AIRFFOW APPEARS TO BE VAV BOX ADDRESS 128A Controls MET AT THE VAV BOX CONTROLLER. 183 TROUBLESHOOT CONTROLS. 351 HEATING WATER CONTROL VALVE APPEARS TO BE STUCK OPEN. TROUBLESHOOT VALVE. ISOLATION VALVES ON HEATING COIL ARE TURNED OFF, VERIFY VAV BOX ADDRESS 139A Controls IF A LEAK IS PRESENT. ACCESS IS LIMITED TO 184 REACH ISOLATION VALVES. 351 COULD NOT ACCESS BOX TO VERIFY HEATING CONTROL VALVE OPERATION OR COOLING AIRFLOW. VAV BOX ADDRESS 142A Controls AIRFLOW DID NOT APPEAR TO CHANGE AS VAV BOX 185 ACTUATOR9PEN A/CLOSED. 351 VAV BOX D(D NO?NPEAR TO BE ABLE TO MEET MAXIMUM COOLING AIRFLOW REQUIREMENTS, 1 VAV BOX ADDRESS 138A Controls 186 TROUBLESHOOT VAV BOX/ACTUATOR. 351 COULD NOT ACCESS BOX TO VERIFY COOLING 1 VAV BOX ADDRESS 138A Controls 187 AIRFLOW. 351 HEATING DOES NOT TURN OFF WHEN COMMANDED OFF, TROUBLESHOOT HEATING CONTROL VALVE AND 1 VAV BOX ADDRESS 138A Controls 188 CONTROLS 737 UNABLE TO CONNECT TO VAV BOX CONTROLLER, TROUBLESHOOT TEMPERATURE VAV BOX ADDRESS 144A Controls .- 189 SENSOR/CONTROLLER. 351 COULD NOT ACCESS BOX TO VERIFY HEATING CONTROL VALVE OPERATION OR COOLING AIRFLOW. VAV BOX ADDRESS 143A Controls AIRFLOW DID NOT APPEAR TO CHANGE AS VAV BOX ,f 190 ACTUATOR OPENED/CLOSED. 527 COULD NOT ACCESS BOX TO VERIFY COOLING AIRFLOW. AIRFLOW DID NOT APPEAR TO CHANGE AS VAV BOX ADDRESS 145A Controls 191 VAV BOX ACTUATOR OPENED/CLOSED. 527 HEATING VALVE DID NOT APPEAR TO CLOSE, HEAT WOULD NOT TURNOFF. TROUBLESHOOT VAV BOX ADDRESS 145A Controls 192 VALVE/CONTROLS 527I FWCC Commission List RevB_03-10-12.xlsx 31 of 46 r� ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM ITEM # PROPOSAL COST AIRFLOW SETPOINT WILL NOT RELEASE (CURRENTLY 193 SET AT 1500 CFM) VAV BOX ADDRESS 170A Controls 351 r VAV BOX DAMPER ACTUATOR DOES NOT APPEAR TO RESPOND TO COMMANDS FOR FULL OPEN/FULL VAV BOX ADDRESS 147A Controls CLOSED. TROUBLESHOOT CONTROLS/VAV BOX. 194 527 1 195 (COVER IS MISSING FROM TEMPERATURE SENSOR VAV BOX ADDRESS 153A Controls 194 r� SETPOINT, ON FRONT END, APPEARS TO BE (AIRFLOW OVERRIDDEN TO 1000 CFM AND CANNOT BE VAV BOX ADDRESS 153A Controls 196 RELEASED. TROUBLESHOOT CONTROLS. 176 BACKDRAFT DAMPER NEAR VAV FAN CONTINUES TO BANG BACK IN FORTH. INVESTIGATE SOLUTION VAV BOX ADDRESS 190 I Controls Phase III 197 FURTHER. COULD NOT ACCESS BOX TO VERIFY COOLING VAV BOX ADDRESS 134B Controls 198 AIRFLOW. 351 STORAGE ROOMS SERVED BY 380 AND 381 DID NOT REPORT ANY AIR. CHECK FIRE/SMOKE DAMPERS VAV BOX ADDRESS 141 B Controls 199 AND VERIFY DAMPERS ARE OPEN. 702 HEATING CONTROL VALVE AND VAV FAN DID NOT APPEAR TO RESPOND TO CALL FOR HEATING, TROUBLESHOOT CONTROLS AND VAV BOX. VAV FAN CAME ON WHEN SET FOR COOLING AND THEN VAV BOX ADDRESS 147B Controls TURNED OFF, CHECK TIME DELAY FOR HEATING 200 MODE SEQUENCE. 527 (PARALLEL FAN POWERED BOX BUT HAS NO HEATING VAV BOX ADDRESS 149B Controls Phase III 201 COILS. - FAN POWERED BOX BUT HAS NO HEATING 202 IPARALLEL COILS. VAV BOX ADDRESS 146B I Controls Phase III COULD NOT VERIFY HEATING CONTROL VALVE ACTUATION DUE TO LACK OF ACCESS. AN INCREASE IN TEMPERATURE WAS NOT MEASURED AT THE VAV BOX ADDRESS 150A NA Not Included 203 SUPPLY AIR DEVICES. 351 UNABLE TO CONNECT TO TEMPERATURE SENSOR/VAV BOX CONTROLLER, TROUBLESHOOT VAV BOX ADDRESS 159A Controls TEMPERATURE SENSOR/CONTROLS. FRONT END 204 STATES VAV BOX IS OFFLINE. 966 COULD NOT CONNECT TO TEMPERATURE SENSOR/CONTROLLER, STATES CAN NOT UPLOAD CONTROLLER: DEVICE IS NOT OPERATIONAL. FRONT VAV BOX ADDRESS 161A Controls STATES Cy�OM�M�OjN S91E`TP�OIINT IS UNRELIABLE. 205 966 HEOATING CUBLEONTROL VALVE AND VAV FAN DOES NOT APPEAR TO RESPOND TO DEMAND FOR FULL VAV BOX ADDRESS 163A Controls Phase III 206 HEATING. TROUBLESHOOT CONTROLS FRONT END DOES NOT APPEAR TO ACCEPT CHANGES MADE AT THE CONTROLLER (SET HEATING/COOLING MINIMUM AIRFLOW TO 50 CFM DOES NOT APPEAR ON FRONT END). AIRFLOW VAV BOX ADDRESS 163A Controls SETPOINT APPEARS TO BE OVERRIDDEN TO MAXIMUM AIRFLOW (CANNOT BE RELEASED). 207 TROUBLESHOOT CONTROLS. 351 VAV BOX DID NOT RESPOND TO A CALL FOR COOLING, TROUBLESHOOT DAMPER/VAV BOX. FRONT END STATES VAV BOX IS UNRELIABLE. VAV BOX ADDRESS 165A Controls 208 TROUBLESHOOT CONTROLS. 966 bAN NOT GET ACCESS TO BOX DUE TO BOX 209 LOCATION. VAV BOX ADDRESS 165A NA Not Included 352 AIRFLOW SETPOINT ON FRONT END IS FIXED TO SET CFM, WILL NOT RELEASE FROM FRONT END. VAV BOX ADDRESS 169A Controls 210 TROUBLESHOOT CONTROLS. 351 FWCC Commission List Rev8_03-10-12.xlsx 32 of 46 ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM ITEM # PROPOSAL COST SUPPLY DIFFERENTIAL PRESSURE/AIRFLOW DOES NOT REGISTER ON BOX. CHECK VAV BOX ADDRESS 172 Controls 211 CONTROLS/DIFFERENTIAL PRESSURE SENSOR. 966 FLOW SETPOINT APPEARS TO BE LOCKED AT 780 VAV BOX ADDRESS 172 Controls 212 CFM. TROUBLESHOOT CONTROLS 351 VAV BOX DAMPER ACTUATOR DOES NOT SEEM TO RESPOND TO COOLING COMMANDS. DIFFERENTIAL PRESSURE SENSOR STATES TO BE ABOUT W W.C., VAV BOX ADDRESS 196 Controls ACTUAL AIRFLOW READING DOES NOT CHANGE. TROUBLESHOOT CONTROLS AND DIFFERENTIAL 213 PRESSURE SENSOR/ACTUATOR. 351 COULD NOT CONNECT TO VAV BOX, BOX IS LISTED AS OFFLINE ON THE FRONT END. TROUBLESHOOT VAV BOX ADDRESS 216 Controls 214 CONTROLS. 966 FLOW SETPOINT APPEARS TO BE LOCKED AT A SET VAV BOX ADDRESS 216 Controls 215 AIRFLOW. TROUBLESHOOT CONTROLS. 351 DIFFUSER 4 SERVING KITCHEN WASH AREA IS TAPPED OFF OF MEDIUM PRESSURE DUCTWORK INSTEAD OF VAV BOX. CONNECT DIFFUSER TO VAV BOX ADDRESS 220 Mechanical COORESPONDING VAV BOX, CAP AND REINSULATE 216 MEDIUM PRESSURE DUCTWORK. 1,588 ON FRONT END, VAV BOX IS NOT REPORTING ANY AIRFLOW, BUT AIRFFOW APPEARS TO BE CORRECT VAV BOX ADDRESS 220 Controls AT THE VAV BOX CONTROLLER. TROUBLESHOOT 217 CONTROLS. 351 UNABLE TO CONNECT TO TEMPERATURE SENSORNAV BOX CONTROLLER. FRONT END VAV BOX ADDRESS 221 Controls STATES VAV BOX IS OFFLINE. TROUBLESHOOT 218 TEMPERATURE SENSOR/CONTROLS. 966 VAV BOX CONTROLLER WENT 6FFLINE AFTER COMPLETION, TROUBLESHOOT CONTROLS. FRONT VAV BOX ADDRESS 225 Controls 219 END STATES VAV BOX IS OFFLINE. 966 VAV BOX DOES NOT APPEAR TO RESPOND TO CHANGES IN AIRFLOW SETPOINT, TROUBLESHOOT VAV BOX ADDRESS 230 Controls 220 CONTROLS AND CONTROL ACTUATOR. 351 CONTROLLER DID NOT APPEAR TO CHANGE OVER INTO HEATING MODE, TROUBLESHOOT CONTROLS VAV BOX ADDRESS 230 Controls 221 AND VERIFY HEATING VALVE ACTUATES. 351 HEAT DOES NOT APPEAR TO WORK, VERY LITTLE VAV BOX ADDRESS 207 Controls 222 TEMPERATURE RISE AT VAV BOX 351 ACTUATOR STATES ???, REILIABILITY STATES VAV BOX ADDRESS 207 Controls STALLED DURING POS. TROUBLESHOOT CONTROLS. _ 223 966 VAV BOX ACTUATOR/CONTROLLER DOES NOT APPEAR TO BE RESPONDING TO CHANGES IN VAV BOX ADDRESS 209 Controls AIRFLOW SETPOINT. TROUBLESHOOT DAMPER 224 ACTUATOR AND CONTROLS. 351 COULD NOT VERIFY AIRFLOW DUE TO HEIGHT OF VAV BOX ADDRESS 210 NA Not Included 225 VAV BOX. - COULD NOT VERIFY HEATING CONTROL VALVE AND VAV BOX ADDRESS 213 NA Not Included 226 AIRFLOW DUE TO HEIGHT OF VAV BOX. VAV BOX ACTUATOR/CONTROLLER DOES NOT APPEAR TO BE RESPONDING TO CHANGES IN AIRFLOW SETPOINT, DAMPER ACTUATOR IS VAV BOX ADDRESS 213 Controls REPORTED AS UNRELIABLE ON FRONT END. TROUBLESHOOT DAMPER ACTUATOR AND 227 CONTROLS. 966 VAV BOX ACTUATOR/CONTROLLER DOES NOT APPEAR TO BE RESPONDING TO CHANGES IN VAV BOX ADDRESS 214 Controls AIRFLOW SETPOINT. TROUBLESHOOT DAMPER 228 ACTUATOR AND CONTROLS. 351 FWCC Commission List RevB 03-10-12.xlsx 33 of 46 ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM ITEM # PROPOSAL COST COULD NOT VERIFY HEATING CONTROL VALVE AND VAV BOX ADDRESS 214 NA Not Included 1 229 AIRFLOW DUE TO HEIGHT OF VAV BOX. COULD NOT VERIFY AIRFLOW DUE TO HEIGHT OF VAV BOX ADDRESS 215 NA Not Included 230 VAV BOX. - HEAT DOES NOT APPEAR TO WORK, TROUBLESHOOT I VAV BOX ADDRESS 215 Controls 231 VAV BOX. COULD NOT VERIFY AIRFLOW DUE TO HEIGHT OF 351 L� I VAV BOX ADDRESS 206 NA Not Included 232 VAV BOX. MINIMUM AIRFLOW, ON FRONT END, APPEARS TO BE OVERRIDDEN TO 1000 CFM (NEEDS TO BE SET TO 0 CFM) AND CANNOT BE RELEASED. TROUBLESHOOT VAV BOX ADDRESS 206 Controls 233 CONTROLS. 351 FRONT END STATES DAMPER ACTUATOR IS 1 VAV BOX ADDRESS 206 Controls 234 UNRELIABLE. TROUBLESHOOT CONTROLS. 966 COULD NOT VERIFY HEATING CONTROL VALVE AND I VAV BOX ADDRESS 205 NA Not Included 235 AIRFLOW DUE TO HEIGHT OF VAV BOX. MINIMUM AIRFLOW, ON FRONT END, APPEARS TO BE OVERRIDDEN TO 1000 CFM (NEEDS TO BE SET TO 0 VAV BOX ADDRESS 205 Controls CFM) AND CANNOT BE RELEASED. TROUBLESHOOT 236 CONTROLS. 351 FRONT END STATES DAMPER ACTUATOR IS 1 VAV BOX ADDRESS 205 Controls 237 UNRELIABLE. TROUBLESHOOT CONTROLS. 966 �'OULD NOT VERIFY HEATING CONTROL VALVE AND 238 AIRFLOW DUE TO HEIGHT OF VAV BOX. VAV BOX ADDRESS 204 NA Not Included VAV BOX AIRFLOW IS VERY DIFFICULT TO CONTROL, TAP EXTENDS OFF OF THE END OF THE DUCT MAIN. VAV BOX ADDRESS 149C Controls MOVE DUCT TAP FROM END OF DUCT MAIN TO GAIN 239 CONTROLLABILITY. 527 VAV BOX ACTUATOR/CONTROLLER DOES NOT ^"+ APPEAR TO BE RESPONDING TO CHANGES IN AIRFLOW SETPOINT. FRONT END REPORTS VAV BOX VAV BOX ADDRESS 150E Controls AS OFFLINE. TROUBLESHOOT DAMPER ACTUATOR 240 AND CONTROLS. 790 VAV BOX APPEARS TO BE SERVED BY AHU-10 INSTEAD OF AHU-20 AS INDICATED BY THE FRONT VAV BOX ADDRESS 154B Controls Phase III END. CHANGE DESCRIPTION OF VAV BOX ON FRONT 241 END. AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BE OVERRIDDEN TO 1500 CFM AND CANNOT BE VAV BOX ADDRESS 154E Controls 242 RELEASED. TROUBLESHOOT CONTROLS. 351 CHECK BACKDRAFT DAMPER ON VAV BOX FAN, APPEARS TO OPEN AND CLOSE (WHEN FAN IS OFF) VAV BOX ADDRESS 168 Controls Phase III 243 MAKING A NOISE. TROUBLESHOOT CONDITION. - ACTUAL COOLING SETPOINT READS 1120F, COMMON AND COOLING SETPOINT ARE BELOW THIS JI„ TEMPERATURE, VAV BOX WILL NOT RESPOND TO VAV BOX ADDRESS 170B Controls FULL COOLING COMMAND. TROUBLESHOOT 244 CONTROLS. 351 VAV BOX AIRFLOW DOES NOT APPEAR TO CHANGE WHEN DAMPER POSITION, ON THE CONTROLS, OPENS/CLOSES. TROUBLESHOOT VAV VAV BOX ADDRESS 105C Controls BOX/CONTROLS AND VERIFY FIRE/SMOKE DAMPERS 245 ARE OPEN. 702 VAV TEMPERATURE SENSOR DID NOT APPEAR TO HAVE POWER, COULD NOT CONNECT INTO VAV BOX CONTROLLER. CORRESPONDING VAV BOX COULD NOT BE LOCATED THAT IS CONNECTED TO THE VAV BOX ADDRESS 110C Controls TEMPERATURE SENSOR, PLEASE VERIFY IF SENSOR IS FUNCTIONAL. IF FUNCTIONAL PLEASE 246 TROUBLESHOOT CONTROLS. 351 FWCC Commission List Rev8_03-10-12.xlsx 34 of 46 ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM ITEM # PROPOSAL COST COULD NOT ACCESS DUCTWORK/GRILLE TO GET AN VAV BOX ADDRESS 137B NA Not Included 247 AIRFLOW MEASUREMENT. - STATIC PRESSURE IS NOT REGISTERING AT VAV BOX, BOX IS NOT PICKING UP ANY AIRFLOW AS A RESULT. VAV BOX ADDRESS 112B Controls 248 TROUBLESHOOT VAV BOX/CONTROLS. 351 VAV BOX WAS SLOW TO TURN OFF VAV BOX FAN AND SWITCH TO FULL COOLING MODE. TROUBLESHOOT VAV BOX ADDRESS 115B Controls Phase III 249 CONTROLS. - TWO VAV BOXES SERVING MEETING ROOM 107, BUT CAN ONLY CALIBRATE ONE THROUGH TEMPERATURE SENSOR. RECOMMEND PLACING TEMPERATURE V BOX ADDRESS 106D AND 1( Controls Phase III SENSOR ON OPPOSITE SIDE OF ROOM FOR ACCESS 250 TO THE OTHER VAV BOX COLD DECK ACTUATOR APPEARS TO CYCLE BETWEEN FULL OPEN AND CLOSED WHEN VAV BOX ADDRESS 106D Controls COMMANDED TO ITS MAXIMUM POSITION, 251 TROUBLESHOOT CONTROLS 351 HOT DECK VALVE DOES NOT APPEAR TO RESPOND TO CHANGES IN AIRFLOW SETPOINT, ACTUATOR VAV BOX ADDRESS 106D Controls Phase III INCREASED TO MAXIMUM AND MAINTAINS 0 CFM. 252 HOT DECK DOES NOT RESPOND TO CALLS FOR VAV BOX ADDRESS 109D Controls HEATING, TROUBLESHOOT VAV BOX AND CONTROLS. 253 351 TWO VAV BOXES SERVING MEETING ROOM 109, BUT CAN ONLY CALIBRATE ONE THROUGH TEMPERATURE SENSOR. RECOMMEND PLACING TEMPERATURE VAV BOX ADDRESS 109A & B Controls Phase III SENSOR ON OPPOSITE SIDE OF ROOM FOR ACCESS 254 TO THE QTH/ER VAV BOX bOLD DECK G66ULD NOT ACHIEVE MAXIMUM - 255 AIRFLOW. TROUBLESHOOT VAV BOX. VAV BOX 109D. Controls Phase III - HOT DECK AIRFLOW SHOWS 500 CFM WHEN ACTUATOR REPORTS IT IS FULLY CLOSED. VAV BOX ADDRESS 105D Controls Phase III 256 TROUBLESHOOT VAV BOX/CONTROLS. TWO VAV BOXES SERVING MEETING ROOM 109, BUT CAN ONLY CALIBRATE ONE THROUGH TEMPERATURE SENSOR. RECOMMEND PLACING TEMPERATURE VAV BOX ADDRESS 104 & 105 Controls Phase III SENSOR ON OPPOSITE SIDE OF ROOM FOR ACCESS 257 TO THE OTHER VAV BOX - VAV BOX HAD TO BE MANUALLY OVERRIDDEN TO COOLING MODE IN ORDER FOR CHANGE OVER TO OCCUR. TROUBLESHOOT CONTROLS TO LESSEN VAV BOX ADDRESS 119C Controls THE TIME REQUIRED TO CHANGE OVER. TROUBLESHOOT CHANGE OVER IF IT IS 258 PROGRAMMED TO OCCUR. 351 VAV BOX DOES NOT APPEAR TO RESPOND TO CALLS FOR AN INCREASE IN AIRFLOW, CURRENLTY HAS 0 VAV BOX ADDRESS 132B Controls Phase III CFM TO THE BOX. TROUBLESHOOT VAV BOX AND 259 CONTROLS. - HOT DECK IS ALWAYS SHOWING AT LEAST 300 CFM EVEN WHEN ACTUATOR IS FULLY CLOSED, VAV BOX ADDRESS 11 OD Controls Phase III 260 TROUBLESHOOT VAV BOX/CONTROLS. TWO VAV BOXES SERVING MEETING ROOM 11OB, BUT CAN ONLY CALIBRATE ONE THROUGH TEMPERATURE SENSOR. RECOMMEND PLACING TEMPERATURE VAV BOX ADDRESS 114D Controls Phase III SENSOR ON OPPOSITE SIDE OF ROOM FOR ACCESS 261 TO THE OTHER VAV BOX - TEMPERATURE SENSOR APPEARED TO BE FIXED TO 800F ON FRONT END, TROUBLESHOOT CONTROLS. VAV BOX ADDRESS 114D Controls 262 351 FWCC Commission List Rev8 03-10-12.xlsx 35 of 46 A ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM ITEM # PROPOSAL COST VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 117E Controls 263 BOX/CONTROLS. 351 BOX DOES NOT APPEAR TO RESPOND FOR CALL JVAV FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 116E Controls I 264 BOX/CONTROLS. 351 I VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 101E Controls 265 BOX/CONTROLS. 351 VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 102E Controls 266 BOX/CONTROLS. 351 VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 103E Controls 267 BOX/CONTROLS. 351 VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 104E Controls 268 BOX/CONTROLS. 351 COULD NOT UPLOAD CONTROLLER INFORMATION FROM TEMPERATURE SENSOR. TROUBLESHOOT JIB CONTROLS. FRONT END REPORTS VAV BOX AS VAV BOX ADDRESS 106E Controls 269 UNRELIABLE f TEMPERATURE READS 0°F .. 966 SUPPLY DAMPER ACTUATOR POSITON STATES ???, RELIABILITY STATES "STALLED DURING POS", VAV BOX ADDRESS 137C Controls TROUBLESHOOT CONTROLS. STATES UNRELIABLE 270 ON THE FRONT END. 966 271 NO HEAT PRODUCED WHEN COMMANDED ON. TROUBLESHOOT CONTROLS. 1 VAV BOX ADDRESS 137C Controls 351 IMEDIUM PRESSURE DUCT HAS COME LOOSE FROM I VAV BOX ADDRESS 137C Controls 272 VAV BOX, NEED TO REPAIR. 702 VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 138C Controls 273 BOX/CONTROLS. 351 VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 125C Controls 274 BOX/CONTROLS. 351 SUPPLY DAMPER ACTUATOR POSITON STATES ???, RELIABILITY STATES "STALLED DURING POS", VAV BOX ADDRESS 134C Controls TROUBLESHOOT CONTROLS. STATES UNRELIABLE 275 ON THE FRONT END. 966 BOX ONLY WENT TO 1160 CFM, DESIGNED FOR 276 IVAV 1600 CFM, TROUBLESHOOT BOX, CONTROLS. VAV BOX ADDRESS 134C Controls 351 IVAV BOX ONLY WENT TO 1078 CFM, DESIGNED FOR I VAV BOX ADDRESS 136C Controls 277 1560 CFM, TROUBLESHOOT BOX. CONTROLS. 351 VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 128C Controls 278 BOX/CONTROLS. 351 VAV BOX MAXIMUM AIRFLOW ACHIEVED WAS 559 CFM, NEEDS TO REACH 2O80 CFM, TROUBLESHOOT VAV BOX ADDRESS 129E Controls VAV BOX, AND REVIEW POSSIBLE FIRE DAMPERS 279 BEING CLOSED. 702 SUPPLY DAMPER ACTUATOR POSITON STATES ???, RELIABILITY STATES "STALLED DURING POS", TROUBLESHOOT CONTROLS. STATES UNRELIABLE VAV BOX ADDRESS 130E Controls 280 ON THE FRONT END. 966 VAV BOX NEVER CHANGED FROM COOLING TO HEATING MODE WHEN COMMANDED, HAD TO VAV BOX ADDRESS 130E Controls 281 INITIATE MANUALLY, TROUBLESH90TPONTROLS 351 SUPPLY DAMPER ACTUATOR POSITON STATES ???, RELIABILITY STATES "STALLED DURING POS", TROUBLESHOOT CONTROLS. STATES UNRELIABLE VAV BOX ADDRESS 133E Controls I 282 ON THE FRONT END. 966 FWCC Commission List RevB_03-10-12.xlsx 36 of 46 ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM ITEM # PROPOSAL COST PLENUM SPACE ACCESS DOOR IS RUSTED SHUT, VAV BOX ADDRESS 133E Mechanical 283 NEEDS TO BE REPLACED WITH NEW. 826 ONLY PRODUCED 83°F HEAT OFF OF VAV BOX, VERIFY VALVE ACTUATES AND COIL IS CLEAN AND VAV BOX ADDRESS 133E Controls 284 WATER FLOWS FREE. VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 151C 285 BOX/CONTROLS. COULD NOT UPLOAD CONTROLLER INFORMATION FROM TEMPERATURE SENSOR. TROUBLESHOOT VAV BOX ADDRESS 150C 286 CONTROLS. CHANGE OVER FROM HEATING/COOLING DID NOT OCCUR, HAD TO PERFORM MANUALLY, VAV BOX ADDRESS 126D 287 TROUBLESHOOT CONTROLS, HOT DECK VAV WILL NOT REACH MAXIMUM AIRFLOW VAV BOX ADDRESS 130D 288 HOT DECK DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV BOX ADDRESS 132D 289 VAV BOX/CONTROLS. SLAVED OFF OF AN AJACENT DUAL DUCT BOX. NEEDS TO BE PUT ON ITS OWN TEMPERATURE VAV BOX ADDRESS 133D 290 SENSOR DUE TO ROOM DIVIDERS. COLD DECK COULD NOT ACHIEVE MAXIMUM VAV BOX ADDRESS 133D 291 AIRFLOW. VAV CONTROLLER/CONTROLS ARE INACCESSABLE IN CURRENT LOCATION. BOX DOES NOT APPEAR TO VAV BOX ADDRESS 131 D HAVE A CONTROLLER AND APPEARS TO BE RUNNING 292 FULL OPEN. VAV CONTROLLER/CONTROLS ARE INACCESSABLE IN CURRENT LOCATION. BOX DOES NOT APPEAR TO VAV BOX ADDRESS 129D HAVE A CONTROLLER AND APPEARS TO BE RUNNING 293 FULL OPEN. HOT DECK DID NOT RESPOND TO CALL FOR HEAT BY RAISING AIRFLOW, HAD TO BE DONE MANUALLY, VAV BOX ADDRESS N2-22 294 TROUBLESHOOT CONTROLS. CONTROLLER STATED "CANNOT INITIALIZE COMMISSIONING MODE: CONFIGURATION HARDWARE SETUP FOR BO-1 DOES NOT MATCH DEFINITION IN VAV BOX ADDRESS 117D CONTROLLER. (COULD NOT CONNECT TO TEMPERATURE SENSOR, BUT COULD CONNECT TO 295 VAV BOX.)- DURING FLL COOLING MODE VAV BOX OVERSHOT AIRFLOW SETPOINT AND REMAINED OVERSHOT, VAV BOX ADDRESS 117D DAMPER WOULD NOT READJUST TO REDUCE 296 AIRFLOW. TROUBLESHOOT CONTROLS. VAV BOX WOULD NOT CHANGE OVER INTO HEATING VAV BOX ADDRESS 117D 297 MODE WHEN CALLED TO BY SETPOINTS. HOT DECK PRESSURE DID NOT RESPOND TO INCREASE IN AIRFLOW, TROUBLESHOOT VAV BOX ADDRESS 117D 298 CONTROLSNAV BOX. VAV BOX WOULD NOT SWITCH INTO HEATING MODE, I VAV BOX ADDRESS 116D 299 HAD TO BE DONE MANUALLY. HOT DECK PRESSURE IS NOT READING (REPORTS ???), NO AIRFLOW READING AS A RESULT, ACTUATOR VAV BOX ADDRESS 116D APPEARS TO RESPOND, JUST NO AIRFLOW FEEDBACK. TROUBLESHOOT CONTROLSNAV BOX. 300 VAV BOX WAS OVERRIDDEN INTO COOLING MODE, 301 TROUBLESHOOT CONTROLS. VAV BOX ADDRESS 116D HOT DECK DOES NOT APPEAR TO RESPOND TO INCREASES/DECREASES IN AIRFLOW, SIMILAR VAV BOX ADDRESS 125D 302 AIRFLOW AT FULL OPEN AND FULL CLOSED. Controls Controls 351 351 351 Controls Phase III Controls Phase III 1 Controls Phase III Controls 885 Controls Phase III Controls Phase III Controls Phase III Controls Phase III Controls Phase III Controls Phase III Controls Phase III Controls Phase III Controls Phase III Controls 966 Controls 351 Controls Phase III FWCC Commission List RevB 03-10-12.xlsx 37 of 46 i �+ ITEM # ITEMS TO BE ADDRESSED COLD DECK PRESSURE APPEARS TO BE READING INCORRECTLY, LEADING TO HIGH AIRFLOW AT LOW .11 PRESSURE, TROUBLESHOOT BOX/CONTROLS. ACTUATOR/CONTROLS APPEARS TO BE UNSTABLE, BOUNCE AROUND SETPOINT, CONTINUE TO 303 OPEN/CLOSE. HOT DECK ACTUATOR APPEARS TO RESPOND TO NEED FOR HEATING, BUT AIRFLOW RESPONDS WITH 304 0 CFM, TROUBLESHOOT CONTROLS/VAV BOX. 1 CONTROLLER STATED "CANNOT INITIALIZE COMMISSIONING MODE: CONFIGURATION HARDWARE SETUP FOR BQ-1 DOES NOT MATCH DEFINITION IN CONTROLLER. (COULD NOT CONNECT TO TEMPERATURE SENSOR, BUT COULD CONNECT TO VAV BOX.)" TROUBLESHOOT TEMPERATURE 305 SENSOR. VAV BOX APPEARED TO BE LOCKED INTO SATISFIED 306 MODE. CONTROLLER STATED "CANNOT INITIALIZE JI, COMMISSIONING MODE: CONFIGURATION HARDWARE SETUP FOR BO-1 DOES NOT MATCH DEFINITION IN CONTROLLER. (COULD NOT CONNECT TO TEMPERATURE SENSOR, BUT COULD CONNECT TO VAV BOX.)" TROUBLESHOOT TEMPERATURE 307 SENSOR. HOT DECK DOES NOT RESPOND TO DEMANDS FOR HEATING, AIRFLOW REMAINS AT 0 CFM, BUT ACTUATOR SHOWS IT IS FULL OPEN, TROUBLESHOOT 308 BOX/CONTROLS y COULD NOT UPLOAD CONTROLLER INFORMATION FROM TEMPERATURE SENSOR. TROUBLESHOOT I 309 CONTROLS. STATES OFFLINE ON FRONT END. I COULD NOT UPLOAD CONTROLLER INFORMATION 1 FROM TEMPERATURE SENSOR. TROUBLESHOOT 310 CONTROLS. VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV 311 BOX/CONTROLS. VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV 312 BOX/CONTROLS. FRONT END DOES NOT APPEAR TO ACCEPT CHANGES MADE AT THE CONTROLLER., 313 TROUBLESHOOT CONTROLS. TEMPERATURE SENSOR READ 100oF (MEASURED 68.9oF) ON ARRIVAL VERIFY TEMPERATURE SENSOR IS FUNCTIONING AS DESIGNED. TROUBLESHOOT 314 TEMPERATURE SENSOR AND REPLACE IF REQUIRED VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV 315 BOX/CQNTR, S. VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV 316 BOX/CONTROLS. VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV 317 BOXICONTROLS. TEMPERATURE SENSOR WORKS, BUT CASING IS DAMAGED, NEEDS TO BE REPLACED AND RELOCATED TO HIGHER OR LESS DAMAGE PRONE 318 AREA, APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM PROPOSAL COST VAV BOX ADDRESS 102D Controls Phase Ill VAV BOX ADDRESS 102D Controls Phase III VAV BOX ADDRESS 102D Controls Phase III VAV BOX ADDRESS 102D Controls 351 VAV BOX ADDRESS 103D Controls Phase III VAV BOX ADDRESS 103D Controls Phase III VAV BOX ADDRESS 130C Controls 351 VAV BOX ADDRESS 103C Controls 351 VAV BOX ADDRESS 104C Controls 351 VAV BOX ADDRESS 105E Controls 351 VAV BOX ADDRESS 105E Controls VAV BOX ADDRESS 113C Controls 351 351 VAV BOX ADDRESS 113C Controls 351 VAV BOX ADDRESS 117C Controls 351 VAV BOX ADDRESS 118C Controls VAV BOX ADDRESS 118C Controls FWCC Commission List RevB 03-10-12.xlsx 38 of 46 351 765 ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM ITEM # PROPOSAL COST COULD NOT UPLOAD CONTROLLER INFORMATION FROM TEMPERATURE SENSOR. TROUBLESHOOT VAV BOX ADDRESS 107B Controls 319 CONTROLS. 351 VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 159E Controls BOX/CONTROLS. DAMPER POSITION IS REPORTED 320 AS UNRELIABLE ON FRONT END. 351 MINIMUM COOLING AIRFLOW ON THE FRONT END APPEARED TO BE OVERRIDDEN (500 CFM) AND VAV BOX ADDRESS 159B Controls CANNOT BE RELEASED. RELEASE OVERRIDE AND 321 SET MINIMUM COOLING AIRFLOW TO 0 CFM. 351 COULD NOT UPLOAD CONTROLLER INFORMATION FROM TEMPERATURE SENSOR. TROUBLESHOOT VAV BOX ADDRESS 160E Controls 322 CONTROLS. 351 VAV BOX APPEARS TO STUCK ON SUPPLING 990 CFM, TROUBLESHOOT VAV BOX/ACTUATOR/CONTROLS. VAV BOX ADDRESS 158E Controls ACTUATOR SHOWS DAMPER IS FULLY CLOSED,BUT 323 BOX IS STILL SUPPLING AIR. 351 MEDIUM PRESSURE DUCT SERVING VAV BOX HAS COME OFF AND BLOWING AIR INTO THE PLENUM VAV BOX ADDRESS 173 Controls 324 SPACE. 351 VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 176 Controls 325 BOX/CONTROLS. 351 �UPPLY DAMPER ACTUATOR POSITON STATES ???, RELIABILITY STATES "STALLED DURING POS", VAV BOX ADDRESS 179 Controls 326 TROUBLESHOOT CONTROLS. 351 VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 178 Controls 327 BOX/CONTROLS. 351 VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 141 C Controls 328 BOX/CONTROLS. 351 BOX NEVER SWITCHED FROM COOLING TO HEATING, TROUBLESHOOT CONTROLS (CHANGEOVER HAD TO VAV BOX ADDRESS 141 C Controls 329 BE DONE MANUALLY . 351 VAV BOX DAMPER DES NOT MOVE AS DAMPER ACTUATOR IS REPORTED, DAMPER ACTUATOR NOT VAV BOX ADDRESS 140C Controls ATTACHED OR NOT INSTALLED? TROUBLESHOOT 330 DAMPER ACTUATOR. 966 VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 184 Controls 331 BOX/CONTROLS. 351 VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 186 Controls 332 BOX/CONTROLS. 351 ATTEMPTED TO DECREASE TEMPERATURE SENSOR OFFSET BY 3.1OF, BUT TEMPERATURE SENSOR RENAy�DIINj�G/(REMAINED FIXED AT 720F. TROUBLESHOOT VAV BOX ADDRESS 188 Controls 333 351 OSITION OF ACTUATOR IS NOT REPORTING (???), STATES "STALLED DURING POS." TROUBLESHOOT CONTROLS, VAV BOX WILL NOT VAV BOX ADDRESS 191 Controls ! INCREASE/DECREASE AIRFLOW WHEN CALLED UPON. ACTUATOR IS NOT ATTACHED TO VAV BOX, 334 SPINS IN PLACE. 966 SUPPLY DAMPER ACTUATOR POSITON STATES ???, R RELIABILITY STATES "STALLED DURING POS", NO VAV BOX ADDRESS 185 Controls AIRFLOW OUT OF VAV BOX. FRONT END STATES 335 UNRELIABLE. TROUBLESHOOT CONTROLS. 351 FWCC Commission List RevB 03-10-12.xlsx 39 of 46 ^� ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM ITEM # PROPOSAL COST SUPPLY DAMPER ACTUATOR POSITON STATES ???, RELIABILITY STATES "STALLED DURING POS", VAV BOX ADDRESS 127C Controls TROUBLESHOOT CONTROLS. STATES UNRELIABLE rll 336 ON THE FRONT END. 790 ACTUATOR IS NOT CONNECTED TO VAV BOX AND SPINS IN PLACE, CORRECT ISSUE AND VERIFY VAV BOX ADDRESS 126C Controls 337 DAMPER STROKES FULL OPEN AND CLOSED. 351 TEMPERATURE SENSOR PORT IS DAMAGE, REPLACE TEMPERATURE SENSOR TO CONNECT TO VAV BOX ADDRESS 144F Controls CONTROLLER. VERIFY ABILITY TO CONNECT TO 338 CONTROLLER. 351 TEMPERATURE SENSOR PORT IS DAMAGE, REPLACE TEMPERATURE SENSOR TO CONNECT TO VAV BOX ADDRESS 142C Controls CONTROLLER. VERIFY ABILITY TO CONNECT TO 339 CONTROLLER. 351 AIRFLOW FROM VAV BOX DOES NOT APPEAR TO INCREASE/DECREASE WHEN ACTUATOR GOES FROM VAV BOX ADDRESS 137E Controls FULL OPEN TO FULL CLOSED, TROUBLESHOOT VAV 340 BOX/CONTROLS. 351 TEMPERATURE SENSOR READ 100OF UPON ARRIVAL. SENSOR STAYS FIXED ON 1000F. TROUBLESHOOT VAV BOX ADDRESS 141 E Controls 341 TEMPERATURE SENSOR/CONTROLS. 230 VAV BOX DID NOT FULLY CLOSE WHEN COMMANDED, VAV BOX ADDRESS 141 E Controls 342 TROUBLESHOOT DAM PER/ACTUATOR/CONTROLS. 351 TEMPERATURE SENSOR READ 100OF UPON ARRIVAL. SENSOR STAYS FIXED ON 1000F. TROUBLESHOOT VAV BOX ADDRESS 140E Controls 343 TEMPERATURE SENSOR/CONTROLS. 230 VAV BOX NEVER SWITCHED FROM COOLING TO HEATING MODE, HAD TO BE DONE MANUALLY, VAV BOX ADDRESS 146E Controls 344 TROUBLESHOOT CONTROLS. 351 SUPPLY DAMPER ACTUATOR POSITON STATES ???, RELIABILITY STATES "STALLED DURING POS", VAV BOX ADDRESS 145E Controls TROUBLESHOOT CONTROLS. STATES UNRELIABLE 345 ON THE FRONT END. 351 NO AIRFLOW OUT 6F VAV BOX, TROUBLESHOOT VAV BOX/CONTROLS, VERIFY FIRE/SMOKE DAMPER IS VAV BOX ADDRESS 153C Controls i 346 FULL OPEN. 351 CLEAN RETURN AIR GRILLE SERVING STORAGE AREA 347 COVER IN DQl�,5T/DIRT VAV BOX NEVE13 wSW(TCHED FROM COOLING TO VAV BOX ADDRESS 153 Controls 351 HEATING MODE, HAD TO BE DONE MANUALLY, VAV BOX ADDRESS 142E Controls 348 TROUBLESHOOT CONTROLS. 351 SUPPLY DAMPER ACTUATOR POSITON STATES ???, RELIABILITY STATES "STALLED DURING POS", VAV BOX ADDRESS 232 Controls 349 TROUBLESHOOT CONTROLS. 966 VAV BOX WOULD NOT CHANGE FROM COOLING MODE TO HEATING MODE, HAD TO BE DONE VAV BOX ADDRESS 232 Controls MANUALLY. TROUBLESHOOT CONTROLS OR TIMING 350 TO ACTUATION. 351 SUPPLY DAMPER ACTUATOR POSITON STATES ???, RELIABILITY STATES "STALLED DURING POS", TROUBLESHOOT CONTROLS. STATES UNRELIABLE VAV BOX ADDRESS 165E Controls 351 ON THE FRONT END. 966 VAV BOX COULD NOT OBTAIN MAXIMUM COOLING AIRFLOW. TROUBLESHOOT VAV BOX FOR ANY VAV BOX ADDRESS 165E Controls 352 BLOCKAGES UPSTREAM OR AT THE DAMPER. 702 V BOX DOES NOT APPEAR TO RESPOND FOR CALL R INCREASED AIRFLOW, TROUBLESHOOT VAV EX/CONTROLS. VAV BOX ADDRESS 183 Controls 353 351 FWCC Commission List RevB 03-10-12.xlsx 40 of 46 am ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM ITEM # PROPOSAL COST VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW. FRONT END DISPLAYS VAV BOX ADDRESS 199 Controls THE VAV BOX ACTUATOR TO BE "100%CLOSED". 354 TROUBLESHOOT VAV BOX/CONTROLS. 351 VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 198 Controls 355 BOX/CONTROLS. 351 VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW. DAMPER POSITION VAV BOX ADDRESS 200 Controls STATES TO BE UNRELIABLE ON THE FRONT END. TROUBLESHOOT VAV BOX/CONTROLS. 356 351 OIL APPEARED TO BE VALVED OFF, VERIFY NO I 357 LEAKS IN VAV BOX/COIL VAV BOX ADDRESS 200 Mechanical 1 635 VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 201 Controls 1 358 BOX/CONTROLS. 351 VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 202 Controls 359 BOX/CONTROLS. 351 ONE OF THE TWO SUPPLY GRILLES FIRE/SMOKE DAMPERS WAS CLOSED, TROUBLESHOOT VAV BOX ADDRESS 135C Controls 360 FIRE/SMOKE DAMPER. 351 VAV BOX NEVER SWITCHED FROM COOLING TO HEATING MODE, HAD TO BE DONE MANUALLY, VAV BOX ADDRESS 231 Controls 361 TROUBLESHOOT CONTROLS. 351 SUPPLY DAMPER ACTUATOR POSITON STATES ???, RELIABILITY STATES "STALLED DURING POS", VAV BOX ADDRESS 224 Controls 362 TROUBLESHOOT CONTROLS. 966 VAV BOX NEVER SWITCHED FROM COOLING TO HEATING MODE, H�(RAD TO BE DONE MANUALLY, VAV BOX ADDRESS 224 Controls 363 351 PEARS TO BE AT 100% OPEN VAVO BOX ACTUATOAR BUT PRESSURE/AIRFLOW MEASUREMENT SHOWS MINIMAL AIRFLOW THROUGH VAV BOX, VAV BOX ADDRESS 125A Controls TROUBLESHOOT BOX AND CONTROLS, VERIFY 364 FIRE/SMOKE DAMPER IS OPEN. 351 COULD NOT UPLOAD CONTROLLER INFORMATION FROM TEMPERATURE SENSOR. FRONT END STATES VAV BOX ADDRESS 135A Controls CONTROLLER IS OFFLINE. TROUBLESHOOT 365 CONTROLS. 966 HEATING VALVE ACTUATES, BUT ISOLATION VALVE IS IN THE OFF POSITION, VERIFY NO LEAKS AT COIL VAV BOX ADDRESS 141A Controls 366 WHEN OPENING VALVE. 351 VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 140A Controls 367 BOX/CONTROLS. 351 COULD NOT UPLOAD CONTROLLER INFORMATION FROM TEMPERATURE SENSOR. TROUBLESHOOT VAV BOX ADDRESS 136A Controls 368 CONTROLS. 351 SUPPLY GRILLE SERVING THE STAIR CASE WAS NOT RECEIVING ANY AIRFLOW, VERIFY FIRE/SMOKE VAV BOX ADDRESS 146A Controls 369 DAMPER IS OPEN. 351 ON FRONT END, VAV BOX IS NOT REPORTING ANY AIRFLOW, BUT AIRLFOW APPEARS TO BE CORRECT VAV BOX ADDRESS 146A Controls AT THE VAV BOX CONTROLLER. TROUBLESHOOT 370 CONTROLS. 351 VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 131 B Controls 1 371, BOX/CONTROLS. 351 FWCC Commission List RevB 03-10-12.xlsx 41 of 46 ITEM # ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER BOTH FIRE/SMOKE DAMPERS ARE CLOSED AT THE DIFFUSERS PREVENTING AIRFLOW FROM COMING VAV BOX ADDRESS 108B 372 OUT, TROUBLESHOOT FIRE/SMOKE DAMPERS. HEATING DID NOT WORK, TROUBLESHOOT HOT VAV BOX ADDRESS 108E 373 WATER VALVE/COILS. VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 110B BOX/CONTROLS. COMMON SETPOINT IS SHOWN AS 374 UNRELIABLE ON THE FRONT END. AIR DEVICE 371 IS DISCONNECTED FROM MAIN, BRANCH IS SUPPLYING AIR TO THE PLENUM SPACE. VAV BOX ADDRESS 121A REATTACH OR CAP BRANCH TO AIR DEVICE 371. 375 NO POWER TO CONTROLLER/TEMPERATURE I VAV BOX ADDRESS 122E 376 SENSOR. STATES OFFLINE ON FRONT END, FIRE/SMOKE DAMPER IS CLOSED ON THE SUPPLY SIDE GRILLE PREVENTING AIR MOVEMENT, VAV BOX ADDRESS 160 377 TROUBLESHOOT FIRE SMOKE DAMPER. FRONT END INDICATES CONTROLS ARE OVERRIDDEN AND DO NOT APPEAR TO ACCEPT CHANGES MADE AT VAV BOX ADDRESS 160 378 THE CONTROLLER. TROUBLESHOOT CONTROLS. ONE OF THE SUPPLY DIFFUSERS FIRE/SMOKE DAMPER IS CLOSED, TROUBLESHOOT FIRE/SMOKE VAV BOX ADDRESS 123B 379 DAMPER. FRONT END REPORTS VAV BOX AS BEING OFFLINE. VAV BOX ADDRESS 123E 380 TROUBLESHOOT CONTROLS. HEAT DOES NOT APPEAR TO WORK, ONLY r"I MEASURED 75oF DURING COOLING MODE, AHU-25 VAV BOX ADDRESS 157A 381 SUPPLY AIR TEMP OF 750F (SETPOINT OF 650F. . HEATING DID NOT WORK, TROUBLESHOOT HO� VAV BOX ADDRESS 1356 382 WATER CONTROL VALVES/COIL COULD NOT ACCESS BOX TO VERIFY COOLING I VAV BOX ADDRESS 133C 383 A AIRFLOW. MINIMUM AIRFLOW WILL NOT DECREASE BELOW 400 384 CFM TROUBLESHOOT VAV BOX VAV BOX ADDRESS 175 HEATING WATER CONTROL VALVE APPEARS TO BE STUCK OPEN OR WILL NOT FULLY CLOSE, VAV BOX ADDRESS 174 385 TROUBLESHOOT CONTROL VALVE. HEAT DOES NOT APPEAR TO WORK, TROUBLESHOOT VAV BOX ADDRESS 127B 386 VAV BOX/CONTROLS. VAV BOX IS REPORTED AS OFFLINE ON FRONT END. VAV BOX ADDRESS 143C 387 TROUBLESHOOT CONTROLS. VAV BOX WOULD NOT CHANGE FROM COOLING MODE TO HEATING MODE, HAD TO BE DONE MANUALLY. TROUBLESHOOT CONTROLS/TIMING TO VAV BOX ADDRESS 143C 388 ACTUATION. COULD NOT LOG INTO CONTROLLER, TROUBLESHOOT VAV BOX/CONTROLS. REPORTED VAV BOX ADDRESS 124E 389 AS OFFLINE ON THE FRONT END. r+, DAMPER POSITION ON FRONT END IS STATED AS UNRELIABLE TROUBLESHOOT VAV BOX/CONTROLS VAV BOX ADDRESS 139C i 390 DAMPER POSITION ON FRONT END IS STATED AS 391 UNRELIABLE. TROUBLESHOOT VAV BOX/CONTROLS. bIFFERENTIAL PRESSURE SENSOR DOES NOT APPEAR TO CORRESPOND WITH ACTUAL AIRFLOW (APPROXIMATELY 600 CFM), TROUBLESHOOT 392 SENSOR. FWCC Commission List Rev8 03-10-12.xlsx WORK Controls Controls Controls Mechanical Controls Controls Controls Controls Controls Controls Controls Controls Controls Controls Controls Controls Controls Controls Controls VAV BOX ADDRESS 155C I Controls VAV BOX ADDRESS 163E I Controls REMARKS 11/29/11 NEW ITEM PROPOSAL COST 351 351 351 351 381 351 351 527 351 351 351 351 351 351 351 351 351 966 966 966 351 42 of 46 ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM ITEM # PROPOSAL COST ACTUATOR RELIABILITY STATES STALLED DURING POS, TROUBLESHOOT CONTROLS/ACTUATOR, OUTPUT DOES NOT REGISTAR ???, AIRFLOW DOES VAV BOX ADDRESS 163B Controls NOT APPEAR TO CHANGE WHEN ACTUATOR SETPOINTS ARE CHANGED, TROUBLESHOOT 393 ACTUATOR. 966 DAMPER POSITION ON FRONT END IS STATED AS VAV BOX ADDRESS 164B Controls UNRELIABLE. TROUBLESHOOT VAV BOX/CONTROLS. 394 966 VAV BOX WAS OVERRIDDEN INTO HEATING MODE, VAV BOX ADDRESS 109C Controls 395 TROUBLESHOOT CONTROLS. 351 FRONT END DOES NOT APPEAR TO ACCEPT CHANGES MADE AT THE CONTROLLER. fAV BOX ADDRESS 165 (AHU-� Controls 396 TROUBLESHOOT CONTROLS. 351 AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BE OVERRIDDEN TO 100 CFM AND CANNOT BE VAV BOX ADDRESS 111 B Controls 397 RELEASED. TROUBLESHOOT CONTROLS. 351 AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BE OVERRIDDEN TO 100 CFM AND CANNOT BE VAV BOX ADDRESS 119E Controls 398 RELEASED. TROUBLESHOOT CONTROLS. 351 AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BE OVERRIDDEN TO 1000 CFM AND CANNOT BE VAV BOX ADDRESS 120B Controls 399 RELEASED. TROUBLESHOOT CONTROLS. 351 AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BE OVERRIDDEN TO 1000 CFM AND CANNOT BE VAV BOX ADDRESS 121A Controls 400 RELEASED. TROUBLESHOOT ONTROLS. 351 VAV BOX CONTROLLER STATtb ADDRESS AS ADD 146, BUT ON THE FRONT END VAV BOX APPEARS TO VAV BOX ADDRESS 146C Controls CORRESPOND WITH ADD 107. TROUBLESHOOT 401 CONTROLS. 351 MAXIMUM AIRFLOW, ON FRONT END, APPEARS TO BE OVERRIDDEN TO 225 CFM (NEEDS TO BE SET TO 130 VAV BOX ADDRESS 112C Controls CFM) AND CANNOT BE RELEASED. TROUBLESHOOT 402 CONTROLS. 351 FRONT END DOES NOT APPEAR TO ACCEPT CHANGES MADE AT THE CONTROLLER (SET HEATING/COOLING MINIMUM AIRFLOW TO 50 CFM VAV BOX ADDRESS 139B Controls DOES NOT APPEAR ON FRONT END). 403 TROUBLESHOOT CONTROLS. 351 COOLING MINIMUM AIRFLOW, ON FRONT END, APPEARS TO BE OVERRIDDEN TO 1000 CFM AND CANNOT BE RELEASED (MINIMUM WAS SET AT 240 VAV BOX ADDRESS 140B Controls CFM AT THE CONTROLLER). TROUBLESHOOT 404 CONTROLS. 351 VAV BOX CONTROLLER STATED ADDRESS AS ADD 144(E), BUT ON THE FRONT END VAV BOX APPEARS AV BOX ADDRESS 124 (AHU-2 Controls TO CORRESPOND WITH ADD 124. TROUBLESHOOT 405 CONTROLS. 351 VAV BOX WAS UNABLE TO ACHIEVE MAXIMUM AIRFLOW, VERIFY NO DUCT BLOCKAGE IS PRESENT AV BOX ADDRESS 125B & 126 Controls Phase III AND THE FIRE/SMOKE DAMPER IS FULL OPEN. 406 - AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BE OVERRIDDEN TO 1000 CFM AND CANNOT BE VAV BOX ADDRESS 151A Controls 407 RELEASED. TROUBLESHOOT CONTROLS. 351 AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BE OVERRIDDEN TO 250 CFM AND CANNOT BE RELEASED. VAV BOX APPEARED TO BE IN COOLING VAV BOX ADDRESS 162A Controls MODE WHEN HEATING WAS REQUIRED. 408 TROUBLESHOOT CONTROLS. 351 FWCC Commission List RevB 03-10-12.xlsx 43 of 46 ITEM # ITEMS TO BE ADDRESSED COOLING MINIMUM AIRFLOW, ON FRONT END, APPEARS TO BE OVERRIDDEN TO 300 CFM AND CANNOT BE RELEASED (MINIMUM WAS SET AT 240 CFM AT THE CONTROLLER). TROUBLESHOOT 409 CONTROLS. COOLING MAXIMUM AIRFLOW, ON FRONT END, APPEARS TO BE OVERRIDDEN TO 800 CFM AND CANNOT BE RELEASED (MAXIMUM WAS SET AT 2135 CFM AT THE CONTROLLER). TROUBLESHOOT 410 CONTROLS. DAMPER POSITION ON FRONT END IS STATED AS 411 UNRELIABLE. TROUBLESHOOT VAV BOX/CONTROLS. COOLING MAXIMUM AIRFLOW AND AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BE OVERRIDDEN TO 3000 CFM AND 2000 CFM. SETPOINTS CANNOT BE RELEASED (MAXIMUM AIRFLOW WAS SET AT 2130 CFM AT THE 412 CONTROLLER). TROUBLESHOOT CONTROLS. COOLING MAXIMUM AIRFLOW AND AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BE OVERRIDDEN TO 3000 CFM AND 2000 CFM. SETPOINTS CANNOT BE RELEASED (MAXIMUM AIRFLOW WAS SET AT 2130 CFM AT THE 413 CONTROLLER. TROUBLESHOOT CONTROLS. COOLING MAXIMUM AIRFLOW AND AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BE OVERRIDDEN TO 3000 CFM AND 2000 CFM. SETPOINTS CANNOT BE RELEASED (MAXIMUM AIRFLOW WAS SET AT 2130 CFM AT THE 414 CONTROLLER . TROUBLESHOOT CONTROLS. COOLING MINIMUM AIRFLOW, ON FRONT END, APPEARS TO BE OVERRIDDEN TO 100 CFM AND CANNOT BE RELEASED (MINIMUM WAS SET AT 220 CFM AT THE CONTROLLER). TROUBLESHOOT 415 CONTROLS. I THE VAV BOX SHOWN ON THE FRONT END TO BE ADD ,•1� 197, TEMPERATURE SENSOR IS BROKEN/MISSING FROM WALL REPLACE TEMPERATURE SENSOR WITH NEW AND MOVE 7 FEET ABOVE FINISHED 416 FLOOR. I , COULD NOT LOG INTO VAV BOX CONTROLLER. 417 TROUBLESHOOT CONTROLSNAV BOX. ITHE VAV BOX SHOWN ON THE FRONT END TO BE ADD 418 212, TEMPERATURE SENSOR IS MISSING FROM WALL THE VAV BOX SHOWN ON THE FRONT END TO BE ADD 217, TEMPERATURE SENSOR IS BROKEN/MISSING FROM WALL REPLACE TEMPERATURE SENSOR WITH NEW AND MOVE 7 FEET ABOVE FINISHED 419 FLOOR. THE VAV BOX SHOWN ON THE FRONT END TO BE ADD 219, TEMPERATURE SENSOR IS BROKEN/MISSING FROM WALL REPLACE TEMPERATURE SENSOR WITH NEW AND MOVE 7 FEET ABOVE FINISHED 420 FLOOR. COULD NOT LOG INTO VAV BOX CONTROLLER, FRONT END STATES CONTROLLER IS OFFLINE. 421 TROUBLESHOOT CONTROLSNAV BOX. APPLICABLE AIR HANDLER WORK VAV BOX ADDRESS 168 Controls VAV BOX ADDRESS 169B Controls VAV BOX ADDRESS 181 Controls VAV BOX ADDRESS 189 Controls VAV BOX ADDRESS 190 Controls VAV BOX ADDRESS 192 Controls VAV BOX ADDRESS 193 Controls VAV BOX ADDRESS 197? Controls VAV BOX ADDRESS 208 Controls VAV BOX ADDRESS 212? Controls VAV BOX ADDRESS 217? Controls VAV BOX ADDRESS 219? Controls VAV BOX ADDRESS 229 Controls REMARKS 11/29/11 NEW ITEM PROPOSAL COST FWCC Commission List RevB_03-10-12.xisx 44 of 46 351 351 351 351 351 351 351 765 351 351 765 765 966 ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER ITEM # COULD NOT LOG INTO VAV BOX CONTROLLER AT THE TEMPERATURE SENSOR. FRONT END REPORTS VAV VAV BOX ADDRESS 116A BOX AS BEING OFFLINE. TROUBLESHOOT 422 CONTROLS. NOT LOG INTO VAV BOX CONTROLLER. (bOULD VAV BOX ADDRESS 121? 423 TROUBLESHOOT CONTROLSNAV BOX. COULD NOT LOG INTO VAV BOX CONTROLLER. VAV BOX ADDRESS 131A 424 TROUBLESHOOT CONTROLSNAV BOX. ON FRONT END, VAV BOX IS NOT REPORTING ANY AIRFLOW, BUT AIRLFOW APPEARS TO BE CORRECT VAV BOX ADDRESS 223 AT THE VAV BOX CONTROLLER. TROUBLESHOOT 425 CONTROLS. AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BEI OVERRIDDEN TO 1500 CFM AND CANNOT BE VAV BOX ADDRESS 226 426 RELEASED. TROUBLESHOOT CONTROLS. AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BEI OVERRIDDEN TO 1500 CFM AND CANNOT BE VAV BOX ADDRESS 227? 427 RELEASED. TROUBLESHOOT CONTROLS. COULD NOT LOG INTO VAV BOX CONTROLLER. I VAV BOX ADDRESS 227? 428 TROUBLESHOOT CONTROLSNAV BOX. COULD NOT LOG INTO VAV BOX CONTROLLER. VAV BOX ADDRESS 228? 429 TROUBLESHOOT CONTROLSNAV BOX. ON FRONT END, VAV BOX IS NOT REPORTING ANY AIRFLOW, BUT AIRLFOW APPEARS TO BE CORRECT VAV BOX ADDRESS 111A AT THE VAV BOX CONTROLLER. TROUBLESHOOT 430 CONTROLS. SETPOINT, ON FRONT END, APPEARS TO BE (AIRFLOW OVERRIDDEN TO 1200 CFM AND CANNOT BE I VAV BOX ADDRESS 123A 431 RELEASED. TROUBLESHOOT CONTROLS. ON FRONT END, VAV BOX IS NOT MEETING THE AIRFLOW SETPOINT, BUT AIRLFOW APPEARS TO BE VAV BOX ADDRESS 127A MET AT THE VAV BOX CONTROLLER. 432 TROUBLESHOOT CONTROLS. ON FRONT END, VAV BOX IS NOT MEETING THE AIRFLOW SETPOINT, BUT AIRLFOW APPEARS TO BE VAV BOX ADDRESS 129A MET AT THE VAV BOX CONTROLLER. 433 TROUBLESHOOT CONTROLS. ON FRONT END, VAV BOX IS NOT MEETING THE AIRFLOW SETPOINT, BUT AIRLFOW APPEARS TO BE VAV BOX ADDRESS 137A MET AT THE VAV BOX CONTROLLER. 434 TROUBLESHOOT CONTROLS, AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BE OVERRIDDEN TO 1500 CFM AND CANNOT BE VAV BOX ADDRESS 148E 435 RELEASED. TROUBLESHOOT CONTROLS. AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BE OVERRIDDEN TO 1500 CFM AND CANNOT BE VAV BOX ADDRESS 149A 436 RELEASED. TROUBLESHOOT CONTROLS. AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BEI OVERRIDDEN TO 500 CFM AND CANNOT BE VAV BOX ADDRESS 151 B 437 RELEASED. TROUBLESHOOT CONTROLS. AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BE OVERRIDDEN TO 1000 CFM AND CANNOT BE VAV BOX ADDRESS 133A 438 RELEASED. TROUBLESHOOT CONTROLS. ACTUAL COOLING SETPOINT READS 112oF, COMMON AND COOLING SETPOINT ARE BELOW THIS VAV BOX ADDRESS 170E TEMPERATURE, VAV BOX WILL NOT RESPOND TO 439 FULL COOLING COMMAND. 440 HOT DECK COULD NOT REACH MAXIMUM AIRFLOW. I VAV BOX ADDRESS 111D COLD DECK COULD NOT REACH MAXIMUM AIRFLOW. VAV BOX ADDRESS 135D 441 442 HOT DECK COULD NOT REACH MAXIMUM AIRFLOW. VAV BOX ADDRESS 135D WORK REMARKS 11/29/11 NEW ITEM PROPOSAL COST Controls 351 Controls 351 Controls 351 Controls Controls 351 351 Controls 351 Controls 351 Controls 351 Controls Controls Controls Controls Controls Controls Controls Controls Controls 351 351 351 351 351 351 351 351 351 Controls Phase III Controls Phase III Controls Phase III Controls Phase III FWCC Commission List RevB 03-10-12.xlsx 45 of 46 ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM ITEM* PROPOSAL COST 443 COLD DECK COULD NOT REACH MAXIMUM AIRFLOW. VAV BOX ADDRESS 139D Controls Phase III �. 444 HOT DECK COULD NOT REACH MAXIMUM AIRFLOW. VAV BOX ADDRESS 139D Controls Phase III 445 HOT DECK COULD NOT REACH MAXIMUM AIRFLOW. VAV BOX ADDRESS 136D Controls Phase III VAV BOX APPEARS TO BE OVERRIDDEN TO COOLING MODE ON THE FRONT END. TROUBLESHOOT VAV BOX ADDRESS 127D Controls J 446 CONTROLS. 351 447 HOT DECK COULD NOT REACH MAXIMUM AIRFLOW. VAV BOX ADDRESS 127D Controls Phase III - 448 1HOT DECK COULD NOT REACH MAXIMUM AIRFLOW. VAV BOX ADDRESS 118D Controls Phase III - SUPPLY DAMPER ACTUATOR STATES IT IS 100% OPEN BUT MINIMAL AIRFLOW IS BEING SUPPLIED, VAV BOX ADDRESS 222 Controls 449 TROUBLESHOOT DAMPER ACTUATOR/CONTROLS. 351 SUPPLY DAMPER ACTUATOR POSITON STATES ???, RELIABILITY STATES "STALLED DURING POS", TROUBLESHOOT CONTROLS. STATES UNRELIABLE VAV BOX ADDRESS 148 Controls Phase III 450 ON THE FRONT END. DAMPER ACTUATOR REPORTS IT WENT 100%OPEN BUT AIRFLOW CHANGED VERY LITTLE, VAV BOX ADDRESS 147 Controls 451 TROUBLESHOOT VAV BOX. 351 COULD NOT VERIFY AIRFLOW DUE TO HEIGHT OF VAV BOX ADDRESS 132C Controls I 452 VAV BOX. 351 MINIMUM COOLING AIRFLOW ON THE FRONT END APPEARED TO BE OVERRIDDEN (500 CFM) AND VAV BOX ADDRESS 161 B Controls OVERRIDECANNOT BE RELEASED. RELEASE AND 453 SET MINIMUM COOLING AIRFLOW TO CFM. 351 TEMPERATURE SENSORS MOUNTED IN THE SECOND FLOOR SERVICE CORRIDOR ARE PRONE TO DAMAGE. RELOCATE TEMPERATURE SENSORS AT LEAST 7 122A, 127A, 128A, 129A, 153A, Controls FEET ABOVE FINISHED FLOOR (COORDINATE HEIGHT WITH FIELD CONDITIONS AND STORAGE EQUIPMENT). 454 4,761 1 ISEENSOR.COULD LOG VAV BOX TEMPERATURE OTROUB 121C Controls I I 455 ET SOHOOT CONTROLS. 351 TEMPERATURE IS DAMAGED. PROVIDE NEW TEMPERATURE SENSOR AND VERIFY IT IS VAV BOX ADDRESS 194 Controls CONNECTED TO VAV BOX AND COMMUNICATES WITH 456 CONTROLLER. 405 COULD NOT LOG INTO VAV BOX. TROUBLESHOOT VAV BOX ADDRESS 165B Controls 457 CONTROLS. 351 INEW ITEM TOTAL 191,478 FWCC Commission List Rev8_03-10-12.xlsx 46 of 46 City of Fort Worth, Texas Transportation Public Works Department Facilities Management Group/Architectural Services Division GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION LUMP SUM CONTRACT SECTION A DEFINITIONS, PROCEDURES AND INTERPRETATIONS A-1 CONTRACT DOCUMENTS: By the term Contract Documents is meant all of the written and drawn documents setting forth or affecting the rights of the parties, including but not necessarily limited to, the Contract, Notice to Bidders, Proposal, General R Conditions, Special Conditions, Specifications, Plans, Bonds and all Addenda, Amendments signed by all parties, Change Orders, written Interpretations and any written Field Order for a minor change in the Work. A-2 ENTIRE AGREEMENT: The Contract Documents represent the entire agreement between the Parties, and no prior or contemporaneous, oral or written agreements, instruments or negotiations shall be construed as altering the terms and effects of the Contract Documents. After being executed, the Contract Documents can be changed only by a written Amendment signed by the Contractor and the Owner, or Change Order, or by a written Field Order for a minor change. A-3 WORK: By the term Work is meant all labor, supervision, materials and equipment necessary to be used or incorporated in order to produce the construction required by Contract Documents. A-4 EXECUTION OF THE CONTRACT DOCUMENTS: The Contract Documents shall be executed in six originals, with all required attachments, including required bonds and insurance certificates, by the Contractor and the Owner in such form as may be prescribed by law and returned to the Owner within ten business days of notification to Contractor. Failure to execute contracts and ` provide required enclosures will be grounds for revocation of award and taking of Bid Bond. A-5 FAMILIARITY WITH PROPOSED WORK: Before filing a Proposal, the bidder shall examine carefully the, plans, specifications, special provisions, and the form of contract to be entered into for the work contemplated. He shall examine the site of work and satisfy himself as to the conditions that will be encountered relating to the character, quality and quantity of work to be performed and materials to be furnished. The filing of a bid by the bidder shall be considered evidence that he has complied with these requirements and has accepted the site as suitable for the work. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated by the plans will not be allowed. A-6 ONE UNIFIED CONTRACT: Insofar as possible, the Contract Documents will be bound together and executed as a single unified Contract. The intention of the Contract Documents being to provide for all labor, supervision, materials, equipment and other items necessary for the proper execution and completion of the Work. Words that have well -recognized technical or trade meanings are used herein in accordance with such recognized meanings. A-7 DIVISION OF WORK: The arrangement of Drawings and/or Specifications into Divisions, Sections, Articles, or other Subdivisions shall not be binding upon the Contractor in dividing the work among Subcontractors or Trades. A-8 INTERPRETATIONS: The Architect will furnish such Interpretations of the Plans and Specifications as may be necessary for the proper execution or progress of the work. Such Interpretations shall be furnished at the instance of the Architect or at the request of the Contractor, or Owner, and will be issued with reasonable promptness and at such times and in accordance with such rt schedule as may be agreed upon. Such Interpretations shall be consistent with the purposes and intent of the Plans and Specifications and may be effected by Field Order. In the event of any dispute between any of the parties to the Contract and the Architect or each other involving the interpretation of the Contract Documents, the evaluation of work or materials performed or furnished by the Architect Contractor, or any subcontractor or materialsman, or involving any question of fault or liability of any party, the decision of the Owner shall be final and binding. In the event of inconsistency in the contract documents, the following sequence for interpretation shall be used in order of precedence: Change Orders and/or Field Orders (by date of issuance); Addenda (by date of issuance); Drawings; Notes and dimensions on Drawings; Technical Specifications; Special Provisions; Supplementary General Conditions; General Conditions; — and, Construction Contract. A-9 COPIES OF WORKING DRAWINGS AND SPECIFICATIONS: The Architect will furnish to Contractor free of charge 15 sets of working Drawings and 15 sets of Specifications. Contractor shall pay the cost of reproduction for all other copies of — Drawings and Specifications furnished to him. All Drawings, Specifications and copies thereof furnished by the Owner or the Architect are and shall remain the property of the Owner. They are not to be used on any other project and, with the exception of one Contract set for each Party to the Contract, are to be returned to the Owner on request at the completion of the work. General Conditions for Facility Construction Lump Sum Contract Page 1 of 26 Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) A-10 MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) POLICY: The City of Fort Worth has goals for the participation of Minority and Women Business Enterprises (MWWBE) in City contracts. Compliance with the policies designed to meet these goals is mandatory in order to be considered a responsive bidder. The City policy and procedures to be followed in submitting bids is included. The City of Fort Worth MWBE Program will take precedence over other subcontractor utilization programs on Block Grant and other federally funded Projects. A-11 CORRELATION AND INTENT: In general, the drawings indicate dimension, locations, positions, quantities, and kinds of construction; the specifications indicate the quality and construction procedures required. Work indicated on the drawings and not specified of vice -versa, shall be furnished as though set forth in both. Work not detailed, marked or specified shall be the same as similar parts that are detailed, marked or specified. If the drawings are in conflict or conflict with the specifications the better quality or greater quantity or work or materials shall be estimated and shall be furnished or included. Dimensions on drawings shall take precedence over small-scale drawings. Drawings showing locations of equipment, piping, ductwork, electrical apparatus, etc., are diagrammatic and job conditions may not allow installation in the exact location shown. Relocation shall not occur without the Architects approval. A-12 AGE: In accordance with the policy ("Policy") of the Executive Branch of the federal government, Contractor covenants that neither it nor any of its officers, members, agents, employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory equipment. Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement A-13 DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above -referenced laws concerning disability discrimination in the performance of this agreement. SECTION B IDENTITY OF ARCHITECT B-1 CONTRACT ADMINISTRATION: Where the term "Architect" is used in the "General Conditions of the Contract for Construction", it shall refer to the Director, Transportation and Public Works or his designated Building Construction Manager. The Director, Transportation will designate a Project Manager and Building Construction Manager (BCM) to administer this contract and perform the functions of the "Architect" as indicated in the General Conditions. The design architect or engineer may also be designated to perform the duties of "Architect". The term "City" and "Owner" are used interchangeably and refer to the City of Fort Worth as represented by the Director of Transportation and Public Works or his designated representative. B-2 TERMINATION AND SUSPENSION OF WORK: The Owner has the right to terminate the Project for any reason. If the project is terminated, the Contractor shall: a) Stop work under the Contract on the date and to the extent specified on the notice of termination. b) Place no further orders or subcontracts except as may be necessary for the completion of the work not terminated. c) Terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by the notice of termination. After termination as above, the City will pay the Contractor a proportionate part of the contract price based on the work completed; provided, however, that the amount of payment on termination shall not exceed the total contract price as reduced by the portion thereof allocatable to the work not completed and further reduced by the amount of payments, if, any otherwise made. .Contractor shall submit its claim for amounts due after termination as provided in this paragraph within 30 days after receipt of such claim. In the event of any dispute or controversy as to the propriety or allowability of all or any portion of such claim under this paragraph, such dispute or controversy shall be resolved and be decided by the City Council of the City of Fort Worth, and the decision by the City Council of the City of Fort Worth shall be final and binding upon all parties to this contract. General Conditions for Facility Construction Lump Sum Contract Page 2 of 26 Mechanical,& Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) B-3 DUTIES OF THE ARCHITECT: As used herein, the term Architect means the Architect or his authorized representative. Nothing contained in these Contract Documents shall create any privity of Contract between the Architect and the Contractor. B-4 ARCHITECT AS REPRESENTATIVE OF THE OWNER: The Building Construction Manager will provide general administration of the Contract on behalf of the Owner and will have authority to act as the representative of the Owner to the extent provided in the Contract Documents unless changed in writing by the Owner. The Architect will be available for conferences and consultations with the Owner or the Contractor at all reasonable times. .. B-5 ACCESS TO JOB SITES: The Architect shall at all times have access to the Work whenever it is in preparation and progress. The Contractor shall provide facilities for such access so the Architect may perform its assigned functions under the Contract Documents. The Architect will make periodic visits to the Site to familiarize himself with the progress and quality of the work and to determine if the work is proceeding in accordance with the Contract documents. On the basis of on -site observations, the Architect will keep the Owner informed of the progress of the Work and will endeavor to guard the Owner against defects and deficiencies in the Work of the Contractor. Based upon such observations and the Contractor's applications for payments, the Building Construction Manager will make determinations and recommendations concerning the amounts owing to the Contractor and will issue certificates for payment amounts. B-6 INTERPRETATIONS: The Architect will be, in the first instance, the interpreter of the requirements of the Plans and Specifications and the judge of the performance thereunder by the Contractor, subject to the final decision of the Owner. The Architect's decisions in matters relating to artistic effect will be final if consistent with the intent of the Contract Documents. B-7 AUTHORITY TO STOP WORK: The BCM will have authority to reject work that does not conform to the Plans and Specifications. In addition, whenever. in its reasonable opinion, the BCM considers it necessary or advisable in order to insure the proper realization of the intent of the Plans and Specifications, the BCM will have authority to require the Contractor to stop the Work or any portion thereof, or to require special inspection or testing of the Work whether or not such Work be then fabricated, installed or completed. B-8 MISCELLANEOUS DUTIES OF ARCHITECT Shoo Drawinos. The Architect will review Shop Drawings and Samples. Two copies of each approved Shop Drawing and submittal will be provided to the Owner by the Architect. Three copies will be returned to the Contractor. Chanoe Orders. Change Orders and Field Orders for Minor Changes in the Work will be issued by the Owner Guarantees. The Owner will receive all written guarantees and related documents required of the Contractor. Upon completion of the project the Contractor shall provide the Owner five copies of each guarantee. Inspections The Owner will conduct inspections for the purpose of determining and making his recommendations concerning the dates of substantial completion and final completion. The Architect will conduct the final acceptance inspection and issue the Certificate of Completion. Ooeration and Maintenance Manuals The Owner will receive six copies of all applicable equipment installation, operation, and maintenance brochures and manuals required of the Contractor. B-9 TERMINATION OF THE ARCHITECT: In case of the termination of the employment of the Architect by the Owner, the Owner shall either assume the duties of the Architect through the Director of the Department of Transportation and Public Works, or shall appoint a successor Architect against whom the Contractor makes no reasonable objection. SECTION C OWNER C-1 IDENTIFICATION: By the term Owner is meant the City of Fort Worth acting herein by its duly authorized representatives ' in the manner provided by law. Authorized representatives include the City Manager, Assistant City Manager, the Director and of Transportation and Public Works Department and members of the Facilities Management Division. Generally speaking a designated representative will be a Building Construction Manager identified from within the Facilities Management Group to act as a point of contact for day -today contract administration. �. C-2 DUTIES OF THE OWNER: The Owner shall furnish surveys describing the physical characteristics, legal limits and utility locations for the site of the Work; provided, however, that the Contractor hereby covenants that he has inspected the premises and familiarized himself therewith and that the locations of utilities and other obstacles to the prosecution of the Work as shown on the Owner's survey are for information only, are not binding upon the Owner, and the Owner shall not incur any liability for loss or damage by virtue of any inaccuracies or deficiencies in such surveys. The Owner shall secure and pay for title to the site and all necessary permanent or construction easements. The Owner will cooperate with the Contractor in the prosecution of the Work in such manner and to such extent as may be reasonable and shall furnish information under its control with reasonable promptness at the request of the Contractor. General Conditions for Facility Construction Lump Sum Contract Page 3 of 26 Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) C-3 INSTRUCTIONS: The Owner shall issue all instructions to the Contractor through the BCM. C-4 ACCESS TO JOB SITE: The Owner. shall at all times have access to the Work whenever it is in preparation and progress. The Contractor shall provide facilities for such access so the Owner may perform its assigned functions under the Contract Documents. C-5 PROGRESS INSPECTIONS: The Owner will make visits to the Site to familiarize themselves with the progress and quality of the Work and to determine if the work is proceeding in accordance with the Contract documents. On the basis of on -site observations and reports concerning the progress and quality of the work, the Owner will approve and authorize the Contractor's applications for payments. C-6 AUTHORITY TO STOP WORK: The Owner will have authority to reflect work that does not conform to the Plans and Specifications. Whenever, in its reasonable opinion, the Owner considers it necessary or advisable in order to insure the proper realization of the intent of the Plans and Specifications, the Owner will have authority to require the Contractor to stop the work or any portion thereof, or to require the Contractor to stop the Work or any portion thereof, or to require special inspection or testing of the Work whether or not such Work be then fabricated, installed or completed. C-7 SUBSTANTIAL COMPLETION INSPECTION: Upon agreement of the Contractor and Architect that the Work is substantially complete, the Owner will schedule a Substantial Completion Inspection to be conducted by the Architect and attended by representatives of the Architect, Owner and Contractor. Items identified during this inspection as being incomplete, defective or deficient shall be incorporated into a punch list and attached to the AIA document G704, which is to be prepared and signed by the Contractor, and accepted, approved and signed by the Owner. C-8 RIGHT TO AUDIT: Contractor agrees that the City shall, until the expiration of three years after final payment under this contract, have access to and the right to examine any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor further agrees to include in all his subcontracts hereunder a provision to the effect that the subcontractor agrees that the r City shall, until the expiration of three years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract. The term "subcontract" as used herein includes purchase orders. Contractor agrees to photocopy such documents as may be requested by the city. The city agrees to reimburse Contractor for the costs of copies at the rate published in the Texas Administrative Code. SECTION D CONTRACTOR D-1 IDENTIFICATION: The Contractor is the person or organization identified as such in the Contract. The term Contractor means the Contractor or his authorized representative. D-2 INDEPENDENT CONTRACTOR: Contractor shall perform all work and services hereunder as an independent contractor, not as agent, or employee of the City. Contractor shall have exclusive control of and the exclusive right to control the details of the Work and services performed hereunder, and all persons performing same, and Contractor shall be solely responsible for the acts of its officers, agents, and employees. Nothing herein shall be construed as creating a partnership or joint enterprise between City and the Contractor, its officers, agents and employees, and the doctrine of respondeat superior shall not apply. D-3 SUBLETTING: It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of Transportation and Public Works of the City of Fort Worth. D-4 REVIEW OF CONTRACT DOCUMENTS: The Contractor shall carefully study and compare the Agreement, Conditions of the Contract, Drawings, Specifications, Addenda and modifications and shall at once report to the Owner and to the Architect any error, inconsistency or omission he may discover. The Contractor shall do no work without Drawings, Specifications and Interpretations. D-5 SUPERVISION: The Contractor shall supervise and direct the Work, using his best skill and attention. He shall be solely responsible for all construction means, methods, safety, techniques, sequences and procedures and for coordinating all portions of the Work under the Contract Documents. D-6 LABOR AND MATERIALS: Unless otherwise specifically noted, the Contractor shall provide and pay for all labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation and other facilities and services necessary for the proper execution and completion of the Work. The successful low bidder will use its reasonable best efforts to hire local laborers, workmen and materialmen. The general condition is not to be constructed as limiting the right of any bidder to employee laborers, workmen or materialmen from outside local area. General Conditions for Facility Construction Lump Sum Contract Page 4 of 26 Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) The Contractor shall at all times enforce strict discipline and good order among his employees, and shall not employ on the Work any unfit person or anyone not skilled in the task assigned to him. D-7 COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE RATE Dutv to Dav Prevailino Waoe Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. Penaltv for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. ComDlaints of Violations and Citv Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an ^- initial determination, before the 31" day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and _ wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained. The Contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the Work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pav Estimates. With each partial payment estimate or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Govemment Code. Postino of Waoe Rates. The Contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Subcontractor ComDliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. On projects where special wage rates apply (e.g. Davis -Bacon) the Contractor agrees to meet all requirements of such programs. D-8 WARRANTY: The Contractor warrants to the Owner and the Architect that all materials and equipment furnished under this Contract will be new unless otherwise specified, and that all work will be of good quality, free from faults and defects, and in conformance with the Contract Documents. All work not so conforming to these standards may be considered defective. If required by the Architect or the Owner, the Contractor shall furnish satisfactoryevidence as to the kind and quality of materials and equipment. The warranty provided in this Section shall be in addition to and not in limitation of any other warranty or remedy provided by law or the Contract Documents. Contractor warrants that the Work shall be free from defects in material and workmanship arising from normal usage for a period of one (1) year from the Completion Date and that its Services will be free from defects in workmanship, design and material until the end of the Term, or for one (1) year, whichever is earlier. These warranties shall not extend to any Work or Services that have been abused, altered, misused or repaired by the Owner or third parties without the supervision of and prior written approval of Contractor. Owner understands that except to the extent that Contractor is providing the Work, Contractor shall be considered a service provider and not a merchant or a vendor of goods. D-9 TAXES: The Contractor is exempt from State Sales Tax on material incorporated into the finished construction, Excise and Use Tax. D-10 LICENSES. NOTICES AND FEES: The Contractor shall obtain all Permits, Licenses, Certificates, and Inspections, whether permanent or temporary, required by law or these Contract Documents. General Conditions for Facility Construction Lump Sum Contract Page 5 of 26 Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) The Contractor shall give all Notices and comply with all Laws, Ordinances, Rules, Regulations and Orders of any public authority bearing on the performance of the Work. If the Contractor observes or becomes aware that any of the Contract Documents are at variance therewith in any respect, he shall promptly notify the Architect Owner in writing and any necessary changes will be made. If the Contractor performs any Work knowing that it is in violation of, or contrary to, any of such Laws, Statutes, Charter, Ordinances, Orders or Directives, or Regulations without furnishing Notice to the Owner, the Contractor will assume full responsibility therefore and bear all costs attributable thereto. D-11 CASH ALLOWANCES: The Contractor shall include in the Contract Sum all allowances stated in the Contract Documents. These allowances shall cover the net cost of the materials and equipment delivered and unloaded at the site, and all applicable taxes. The Contractor's handling costs on the site, labor, installation costs, overhead, profit and other expenses contemplated for the original allowance shall be included in the Contractor Sum and not in the allowance. The Contractor shall cause the Work covered by these allowances to be performed for such amounts and by such persons as the Owner may direct, but he will not be required to employ persons against whom he makes a reasonable objection. If the cost, when determined, is more than or less than the allowance, the Contract Sum shall be adjusted accordingly by Change Order which will include additional handling costs on the site, labor, installation costs, field overhead, profit and other direct expenses resulting to the Contractor from any increase over the original allowance. D-12 SUPERINTENDENT: The Contractor shall employ a competent superintendent and necessary assistants who shall be in attendance at the Project site during the progress of the Work. The superintendent shall be satisfactory to the Contractor and the Owner. The superintendent shall represent the Contractor and all communications given to the superintendent shall be binding as if given to the Contractor. Important communications will be confirmed in writing. Other communications will be so confirmed on written request in each case. D-13 RESPONSIBILITIES FOR EMPLOYEES AND SUB -CONTRACTORS: The Contractor shall be responsible to the Owner for the acts and omissions of all his employees and all Sub -contractors, their agents and employees, and all other persons performing any of the Work under a contract with the Contractor. D-14 FAILURE TO COMMENCE WORK: Should the Contractor fail to begin the Work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the Work and complete same in accordance with the Contract Documents or to take charge of and complete the Work in such a manner as it may deem proper, and if, in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. D-15 PROGRESS SCHEDULE: The Contractor, immediately after being awarded the contract, shall prepare and submit for the Architect's approval, an estimated progress schedule for the Work. The progress schedule shall be related to the entire Project. This schedule shall indicate the dates for the starting and completion of the various states of construction and shall be revised as required by the conditions of the Work, subject to the Architect's approval. It shall also indicate the dates for submission and approval of shop drawings and submittals as well as the delivery schedule for major pieces of equipment and/or materials. The Contractor shall submit an updated progress schedule the BCM at least monthly for approval along with the Contractor's monthly progress payment requests. D-16 DRAWINGS AND SPECIFICATIONS AT THE SITE: The Contractor shall maintain at the site for the Owner one copy of all Drawings, Specifications, Addenda, approved Shop Drawings, Change Orders, and other Changes and Amendments in good order and marked to record all changes made during construction. These shall also be available to the Architect. The Drawings, marked to record all changes made during construction, shall be delivered to the Owner upon completion of the Work. The Architect will prepare, and provide to the Owner, one complete set of reproducible record drawings of the Work. D-17 SHOP DRAWINGS AND SAMPLES: Shop Drawings are drawings, diagrams, illustrations, schedules, performance charts, brochures and other data which are prepared by the Contractor or any Subcontractor, manufacturer, supplier or distributor, and which illustrate some portion of the Work. Samples are physical examples furnished by the Contractor to illustrate materials, equipment or workmanship, and to establish standards by which the Work will be judged. The Contractor shall review, stamp with his approval and submit, with reasonable promptness and in orderly sequence so as to cause no delay in the Work or in the work of any other contractor, normally within the first 90 days of the work, six copies of all shop Drawings and Samples required by the Contract Documents or subsequently by the Architect as covered by changes or amendments. Shop Drawings and Samples shall be properly identified as specified, or as the Architect may require. At the time of submission the Contractor shall inform the Architect in writing of any deviation in the Shop Drawings or Samples from the requirements of the Contract Documents. By approving and submitting Shop Drawings and Samples, the Contractor thereby represents that he has determined and verified all field measurements. field construction criteria, materials, catalog numbers and similar data, and that he has checked and coordinated each shop drawing given in the Contract Documents. The Architect's approval of a separate item shall not indicate approval of an assembly in which the item functions. General Conditions for Facility Construction Lump Sum Contract Page 6 of 26 Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) The Architect will review and approve Shop Drawings and Samples with reasonable promptness so as to cause no delay, but only for conformance with the design concept of the Project and with the information given in the Contract Documents. The Architect's approval of a separate item shall not indicate approval of an assembly in which the item functions. The Contractor shall make any corrections required by the Architect and shall resubmit the required number of corrected copies of Shop Drawings or new Samples until approved. The Contractor shall direct specific attention in writing or on resubmitted Shop Drawings to revisions other than the corrections requested by the Architect on previous submissions. The Architect's approval of Shop Drawings or Samples shall not relieve the Contractor of responsibility for any deviation from the requirements of the Contract Documents unless the Contractor has informed the Architect in writing of such deviation at the time of submission and the Architect has given written approval to the specific deviation. Architect's approval shall not relieve the Contractor from responsibility for errors or omissions in the Shop Drawings or Samples. No portion of the Work requiring a Shop Drawing or Sample submission shall be commenced until the Architect has approved the submittal. All such portions of the Work shall be in accordance with approved Shop Drawings and Samples. D-18 SITE USE: The Contractor shall confine operations at the site to areas permitted by law, ordinances, permits and the Contract Documents and shall not unreasonably encumber the site with any materials or equipment. Until acceptance of the Work by the City Council of the City of Fort Worth, the entire site of the Work shall be under the exclusive control, care and responsibility of the Contractor. Contractor shall take every precaution against injury or damage to persons or property by the action of the elements or from any other cause whatsoever. The Contractor shall rebuild, repair, restore and make good at his own expenses all injuries or damages to any portions of the Work occasioned by any of the above, caused before acceptance. D-19 CUTTING AND PATCHING OF WORK: The Contractor shall do all cutting, fitting or patching of his Work that may required to make its several parts fit together properly, and shall not endanger any Work by cutting, excavating or otherwise altering the Work or any part of it. D-20 CLEAN UP: The Contractor at all times shall keep the premises free from accumulation of waste materials or rubbish. At the completion of the Work he shall remove all his waste materials and rubbish from and about the Project as well as all his tools, -- construction equipment, machinery and surplus materials, and shall clean all glass surfaces and leave the Work "Broom -clean" or its equivalent, except at otherwise specified. Ih addition to removal of rubbish and leaving the buildings "broom -clean", Contractor shall clean all glass, replace any broken glass, remove stains, spots, marks and dirt from decorated work, clean hardware, remove paint spots and smears from all surfaces, clean fixtures and wash all concrete, tile and terrazzo floors. If the Contractor fails to clean up, the Owner may do so, and the cost thereof shall be charged to the Contractor. D-21 COMMUNICATIONS: As a general rule, the Contractor shall forward all communications to the Owner through the BCM. D-22 CONTRACTOR REQUIREMENTS ON FEDERALLY FUNDED PROJECTS: Contractor shall observe and comply with the requirements of the City of Fort Worth Fiscal Department, Intergovernmental Affairs and Grants Management as outlined in the Supplemental Conditions contained in the Project Manual SECTION E SUBCONTRACTORS E-1 DEFINITION: A Subcontractor is a person or organization that has a direct contract with the Contractor to perform any of the Work at the site. The term Subcontractor is referred to throughout the Contract Documents as if singular in number and masculine in gender and means a Subcontractor or his authorized representative. Nothing contained in the Contract, Documents shall create any contractual relation between the Owner and the Architect and any subcontractor or any of his sub -subcontractors or materialmen. E-2 AWARD OF SUBCONTRACTS: The bidder shall furnish a list of the names of the subcontractors or other persons or organizations (including those who are to furnish materials or equipment fabricated to a special design) proposed for such portions of the Work as may be designated in the bidding requirements, or if none is so designated in the bidding requirements, the names of the Subcontractors proposed for the principal portions of the Work. Prior to the award of the Contract, the Architect shall notify the successful bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to any person or organization on such list. Failure of the Owner and Architect to make an objection to any person or organization on the list prior to the award of this Contract shall not constitute acceptance of such person or organization. If, prior to the award of the Contract, the Owner or Architect has an objective to any person or organization on such list, and refuses to accept such person or organization, the apparent low bidder may, prior to the award, withdraw his bid without forfeiture of bid security. If such bidder submits an acceptable substitute, the Owner may, at its discretion, accept the bid or he may disqualify the bid. If, after the award, the Owner or Architect objects in writing to any person or organization on such list, the Contractor shall provide an acceptable substitute. The Contractor shall not make any substitution for any Subcontractor or person or organization that has been accepted by the Owner and the Architect, unless the substitution is also acceptable to the Owner and the Architect. " General Conditions for Facility Construction Lump Sum Contract Page 7 of 26 Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) E-3 TERMS OF SUBCONTRACTS: All work performed for the Contractor by a Subcontractor shall be pursuant to an appropriate agreement between the Contractor and the Subcontractor (and where appropriate between Subcontractors and Sub - subcontractors) which shall contain provisions that: 1. Preserve and protect the rights of the Owner and the Architect under the Contract with respect to the Work to be performed -under the subcontract so that the subcontracting thereof will not prejudice such rights; 2. Require that such Work be performed in accordance with the requirements of the Contract Documents; 3. Require submission to the Contractor of applications for payment under each subcontract to which the Contractor is a party, in reasonable time to enable the Contractor to apply for payment; 4. Require that all claims for additional costs, extensions of time, damages for delays or otherwise with respect to subcontracted portions of the Work shall be submitted to the Contractor (via any Subcontractor or Sub -subcontractor where appropriate) in the manner provided in the Contract Documents for like claims by the Contractor upon the Owner; 5. Waive all rights the contracting parties may have against one another for damages caused by fire or other perils covered by the property insurance, except such rights, if any, as they may have to proceeds of such insurance held by the Owner, and, 6. Obligate each Subcontractor specifically to consent to the provisions of this Section All of the provisions set out in this section shall be deemed to have been included in every subcontract, and every subcontract shall be so construed and applied as to the Owner and the Architect, whether or not such provisions are physically included in the sub- contract. E-4 MINORITY AND WOMEN BUSINESS ENTERPRISE (MIWBE): Should the base bid be less than $25,000, the requirements of this section do not apply. General: In accordance with City of Fort Worth Ordinance No 15530 (the "Ordinance"), the City of Fort Worth sets goals for the participation of minority and women business enterprises (MWWBE) in City contracts. Ordinance No 15530 is incorporated in these General Conditions by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the Ordinance shall be a material breach of contract. Prior to Award: The MWWBE documentation required by the procurement solicitation must be submitted within five city business _ days after bid opening. Failure to comply with the City's MWWBE Ordinance, or to demonstrate a "good faith effort", shall result in a bid being considered non -responsive. During Construction: Contractor shall provide copies of subcontracts or cosigned letters of intent with approved MWWBE subcontractors and or suppliers prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors to the MWWBE Office and the Construction Manager. Contractor must provide the City with complete and accurate information regarding actual work performed by an MWWBE on the contract and proof of payment thereof. Contractor further agrees to permit an audit and/or examination of any books, records or files in it's possession that will substantiate the actual work performed by an MWWBE. The misrepresentation of facts and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state, or local laws or ordinances relating to false statement. An Offeror who intentionally and/or knowingly misrepresents material facts shall be determined to be an irresponsible offeror and barred from participating in City work for a period of time of not less than three (3) years. The failure of an offeror to comply with this ordinance where such non-compliance constitutes a material breach of contract as stated herein, may result in the offeror being determined to be an irresponsible offeror and barred from participating in City work for a period of time of not less than one (1) year. The Contractor may count toward the goal any tier of MWBE subcontractors and/or suppliers. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the MWWBE participation in the joint venture for a clearly defined portion of the work to be performed. All subcontractors used in meeting the goals must be certified prior to the award of the Contract. Change Orders: Whenever a change order affects the work of an MWWBE subcontractor or supplier, the MWWBE shall be given an opportunity to perform the work. Whenever a change order is $50,000 or more, the MWWBE Coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the Contractor shall: 1. Make no unjustified changes or deletions in its MWWBE participation commitments submitted with the bid/proposal or during negotiation, without prior submission of the proper documentation for review and approval by the MWBE Office. 2. If substantial subcontracting and/or supplier opportunities arise during the term of any contract when the Contractor represented in its bid/proposal to the City that it alone would perform the subcontracting/supplier opportunity work, the Contractor shall notify the City before subcontracts for work and/or supplies are awarded and shall be required to comply with subsections 12.3 and 12.4 of the 00rdinance, exclusive of the time requirements stated in such subsections. _ 3. The Contractor shall submit to the MWWBE Office for approval an MWWBE REQUEST FOR APPROVAL OF CHANGE FORM, if, during the term of any contract, the Contractor wishes to change or delete one or more MWWBE subcontractors or suppliers. ` General Conditions for Facility Construction Lump Sum Contract Page 8 of 26 Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) Justification for change of subcontractors may be granted for the following: 1. An M/WBE's failure to provide Workers' Compensation Insurance evidence as required by state law; or ' 2. An M/WBE's-failure to provide evidence of general liability or other insurance. under the same or similar terms as contained in the Contract Documents with limits of coverage no greater than the lower of 1) the limits required of the Contractor by the City; or 2) the limits contained in the Contractor's standard subcontract or supply •- agreements used on other projects of similar size and scope and within the Contractor's normal business practice with non- M/WBE subcontractor's/subconsultant's or suppliers; or 3. An MWBE's failure to execute the Contractor's standard subcontract form, if entering a subcontract is required by the Contractor in its normal course of business, unless such failure is due to: a) A change in the amount of the previously agreed to bid or scope of work; or b) The contract presented provides for payment once a month or longer and the Contractor is receiving payment from the City twice a month; or c) Any limitation being placed on the ability of the M/WBE to report violations of the Ordinance or any other ordinance or violations of any state or federal law or other improprieties to the City or to provide notice of any claim to the Contractor's surety company or insurance company. d) Mediation shall be a consideration before the request for change is approved. 4. An M/WBE defaults in the performance of the executed subcontract. In this event, the Contractor shall: a) Request bids from all MNVBE subcontractors previously submitting bids for the work, b) If reasonably practicable, request bids from previously non -bidding MNVBEs, and t c) Provide to the MNVBE office documentation of compliance with (a) and (b) above. 5. Any reason found to be acceptable by the M/WBE Office in its sole discretion. Within ten days after final payment from the City the Contractor shall provide the MNVBE Office with documentation to reflect final participation of each subcontractor and supplier, including non-M/WBEs, used on the project. E-5 PAYMENTS TO SUBCONTRACTORS: The Contractor shall pay each Subcontractor, upon receipt of payment from the Owner, an amount equal to the percentage of completion allowed to the Contractor on account of such Subcontractor's Work. The Contractor shall also require each Subcontractor to make similar payments to his subcontractors. If the Owner refuses to issue a Certificate for Payment for any cause which is the fault of the Contractor and not the fault of a particular subcontractor, the Contractor shall pay that Subcontractor on demand, made at any time after the Certificate for Payment would otherwise have been issued, for his Work to the extent completed, less the retained percentage. The Contractor shall pay each Subcontractor a just share of any insurance monies received by the Contractor, and he shall require each Subcontractor to make similar payments to his Subcontractors. The Owner may, on request and at its discretion, furnish to any Subcontractor, if practicable, information regarding percentages of completion certified to the Contractor on account of Work done by such Subcontractors. Neither the Owner nor the Architect shall have any obligation to pay or to see to the payment of any monies to any Subcontractor. E-6 SUBCONTRACTOR REQUIREMENTS FOR EDA FUNDED PROJECTS: The Contractor will cause appropriate provisions to be inserted in all subcontracts to bind subcontractors to FDA contract requirements as contained herein and to 15 CFR 24 or OMB Circular A-110, as appropriate. Each subcontractor must agree to comply with all applicable Federal, State, and local requirements in addition to those set forth in this section. No subcontractor will be employed on this Project, except as specifically approved by the City, who is contained in the listing of contractors debarred, ineligible, suspended or indebted to the United States from contractual dealings with Federal government departments. The work performed by any such contractor or subcontractor will be ineligible for reimbursement wholly or partially from EDA grant fluids. , All subcontracts in excess of $10,000 shall include, or incorporate by reference, the equal opportunity clause of Executive Order 11246. All subcontracts must contain a nondiscrimination clause. General Conditions for Facility Construction Lump Sum Contract Page 9 of 26 Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) Each subcontract must contain a requirement for compliance with the Davis -Bacon and related acts. Each subcontractor must submit weekly each weekly payroll record and a weekly statement of compliance. These documents will be submitted to the prime contractor who will compile them and submit to the City. The subcontractor can satisfy this requirement by submitting a properly executed Department of Labor Form WH-347. Each subcontract with every subcontractor must contain a clause committing the subcontractor to employment of local labor to the maximum extent possible. All subcontractors who employ more than 50 employees, and is a prime or first tier subcontractor, and has a subcontract or purchase order of $50,000 or more must submit a completed Standard Form 100 (Compliance Report) by March 30 of each year. Subcontractors performing work in areas covered by published goals for minorities will be required to report monthly on Form CC- 257. SECTION F SEPARATE CONTRACTS F-1 OWNER'S RIGHT: The Owner reserves the right to award separate contracts in connection with other portions of the Work. When separate contracts are awarded for other portions of the Work, "the Contractor' in the Contract Documents in each case shall be the contractor who signs each separate contract. F-2 MUTUAL RESPONSIBILITY OF CONTRACTORS: The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and equipment and the execution of their work, and shall properly connect and coordinate his work with theirs. If any part of the Contractor's Work depends for proper execution or results upon the work of any other separate contractor, the Contractor shall inspect and promptly report to the Owner any apparent discrepancies or defects in such work that render it unsuitable for such proper execution and results. Failure of the Contractor to inspect and report shall constitute an acceptance of the other contractor's work as fit and proper to receive his Work, except as to defects which may develop in the other separate contractor's work after the execution of the Contractor's Work. Should the Contractor cause damage to the work or property of any separate contractor on the site, the Contractor shall, upon due notice, settle with such other contractor by agreement if he will so settle. If such separate contractor sues the Owner on account of any damage alleged to have been so sustained, the Owner shall notify the Contractor who shall defend against such suit at the Contractor's expense, and if any judgment against the Owner arises therefrom, the Contractor shall pay or satisfy such judgment and shall reimburse the Owner for all attorney's fees, court costs and expenses which the Owner has incurred in connection with such suit. F-3 CUTTING AND PATCHING UNDER SEPARATE CONTRACTS: The Contractor shall do all cutting, fitting or patching of his Work that may be required to fit it to receive or be received by the work of other contractors shown in the Contract Documents. The Contractor shall not endanger any work or any other contractors by cutting, excavating or otherwise altering any work and shall not cut or alter the work of any other contractor except with the written consent of the Architect. Any costs caused by defective or ill-timed work shall be bome by the party responsible therefor. F-4 OWNER'S RIGHT TO CLEAN UP: If a dispute arises between the separate contractors as to their responsibility for cleaning up, the Owner may clean up and charge the cost thereof to the several contractors as the Director of the Department of Transportation and Public Works shall determine to be just. SECTION G MISCELLANEOUS PROVISIONS G-1 CONFLICT OF LAWS: The law of the place where the site is located shall govern the Contract. The Contractor must familiarize himself and strictly comply with all Federal, State, and County and City Laws, Statutes, Charter, Ordinances, Regulations, or Directives controlling the action or operation of those engaged upon the work affecting the materials used. He shall indemnify and save harmless the City and all of its officers and agents against any claim or liability arising from or based on the violation of any such Laws, Statutes. Charter, Ordinances, Regulations, or Directives, whether by himself, his employees, agents or subcontractors. G-2 GOVERNING LAWS: It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with reference to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with reference to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. G-3 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In performing their duties under the Statutes of the State of Texas and the Charter and Ordinances of the City of Fort Worth in connection with this Contract, or in exercising any of the powers granted the Owner herein, the officers, agents and employees of the City of Fort Worth are engaged in the performance of a governmental General Conditions for Facility Construction Lump Sum Contrail Page 10 of 26 Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) function and shall not incur any personal liability by virtue of such performance hereunder, except for gross negligence or willful wrong. G-4 COMPLIANCE WITH LAWS. Contractor agrees to comply with all laws, Federal, state and local, including all ordinances, rules and regulations of the City of Fort Worth, Texas. Materials incorporated into the finished Project are not subject to State Sales Tax. The Owner is responsible for obtaining the Building Permit. The Contractor and the appropriate subcontractor are responsible for obtaining all other construction permits from the governing agencies. Contractor shall schedule all code inspections with the Code Inspection Division in accordance with the permit requirements and submit a copy of updated schedule to the Construction Manager weekly. Building, plumbing, electrical and mechanical building permits are issued without charge. Water and sewer tap, impact & access fees will be paid by the City. Any other permit fees are the responsibility of the Contractor. G-5 INDEMNIFICATION: Contractor covenants and agrees to indemnify City's engineer and architect, and Owner and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not anv such iniurv. damage or death is caused. in whole or in Part. by the negliaence or alleged negligence of Owner, its s officers, servants, or emplovees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not anv such iniury or damage., is caused in whole or in part by the pealictence or alleged negligence of Owner. its officers, servants or emplovees. Except for claims for the completion of the Work in accordance with the Contract Documents, the Contractor's liability for any claims, losses, and/or damages related to or arising out of its work under this Agreement, is specifically and expressly limited to the proceeds from the coverage provided by the Contractor's Commercial General Liability policy as required under this Agreement. Neither party shall be liable for punitive, special, exemplary, incidental or consequential damages. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to whom a claim for damages is outstanding as a result of work performed under a City Contract. G-6 SUCCESSORS AND ASSIGNS: Except as provided in Paragraph E-2, this contract shall be binding upon and insure to the benefit of the parties hereto, their Successors or Assigns. Contractor shall not assign or sublet all or any part of this Contract or his rights or duties hereunder without the prior written consent of the Owner. Any such purported assignment or subletting without the prior written consent of Owner shall be void. G-7 WRITTEN NOTICE: Written Notice shall be deemed to have been duly served if delivered in person to the individual or member of the firm or to an officer of the corporation for whom it was intended, or if delivered at or sent by registered or certified mail to the last business address known to him who gives the notice. G-8 SURETY BONDS: Surety Bonds are required on all City contracts in excess of $25,000. The Contractor agrees, on the -- submittal of his Proposal to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the Work, such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas, as amended, in the form included in the Contract Documents, and such bonds shall be 100 percent of the total contract price, and the said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. Bonds shall be made on the forms furnished by or otherwise acceptable to the City. Each bond shall be properly executed by both the Contractor and the Surety Company. Bonds required by the City shall be in compliance with all relevant local, state and federal statutes. To be an acceptable surety on the bond the name of the surety should be included on the current U. S. Treasury List of Acceptable Securities [Circular 570], and must be authorized to do business in Texas. Sureties not listed in Circular 570 may write performance -� and payment bonds on a project without reinsurance to the limit of 10 percent of its capital and surplus. Such a surety must reinsure any obligation over 10 percent. The amount in excess of 10 percent must be reinsured by reinsurers who are duly authorized, accredited, or trusteed to do business in the State of Texas. Should any surety for the contracted project be determined unsatisfactory at any time during same, the Contractor shall immediately provide a new surety bond satisfactory to the City. If the contract amount is less than $25,000, payment shall be made in one lump sum 30 calendar days after completion and acceptance of the Work. ` General Conditions for Facility Construction Lump Sum Contract Page 11 of 26 Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) G-9 OWNER'S RIGHT TO CARRY OUT THE WORK: If the Contractor defaults or neglects to cant' out the Work in accordance with the Contract Documents or fails to perform any provision of the Contract, the Owner may, without prejudice to any other remedy he may have, enter the site and make good such deficiencies. In such case an appropriate Change Order shall be issued deducting from the payments then or thereafter due the Contractor the cost of correcting such deficiencies, including the cost of the Architect's additional services made necessary by such default, neglect or failure. If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contract shall pay the difference to the Owner. G-10 ROYALTIES AND PATENTS: The Contractor shall pay all royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and shall save the Owner harmless from loss on account thereof and shall be responsible for all such loss when a particular design, process or the product of a particular manufacturer or manufacturers is specified; however, if the Contractor has reason to believe that the design, process or product specified is an infringement of a patent, he shall be responsible for such loss unless he promptly gives such information to Owner. G-11 TESTS: If the Contract Documents, Laws, Ordinances, Rules, Regulations or Orders of any public authority having jurisdiction require any Work to be inspected, tested or approved, the Contractor shall give the Owner timely notice of its readiness and the date arranged so the Architect may observe such inspection, testing or approval. The Owner shall bear all costs of such inspection, tests and approvals unless otherwise provided. If after the commencement of the Work, the Owner determines that any work requires special inspection, testing or approval not included above, the Owner, upon written authorization from the Owner, will instruct the Contractor to order such special inspection, testing or approval, and the Contractor shall give notice as required in the preceding paragraph. If such special inspection or testing reveals a failure of the Work to comply (1) with the requirements of the Contract Documents or (2) with respect to the performance of the Work, with Laws, Statutes, Charter, Ordinances, Regulations or Orders of any public authority having jurisdiction, the Contractor shall bear all costs thereof, including the Architect's additional services made necessary by such costs; otherwise the Owner shall bear such costs, and an appropriate Change Order shall be issued. The Contractor shall secure certificate of inspection, testing or approval, and three copies will be promptly delivered by him to the Owner. The Architect will review the certificates and forward one copy of each with his recommendation(s) to the Owner. If the Owner wishes to observe the inspections, tests or approvals required by this Section, they will do so promptly and, where practicable, at the source of supply. Neither the observations of the Architect or the Owner in their administration of the Construction Contract, nor inspections, tests or approvals by persons other than the Contractor shall relieve the Contractor from his obligations to perform the Work in accordance with the Contract Documents. G-12 INTERRUPTION OF EXISTING UTILITIES SERVICES: The Contractor shall perform the Work under this Contract with a minimum of outage time for all utilities. Interruption shall be by approved sections of the utility. In some cases, the Contractor may be required to perform the Work while the existing utility is in service. The existing utility service may be interrupted only when approved by the Owner. When it is necessary to interrupt the existing utilities, the Contractor shall notify the Owner in writing at least ten days in advance of the time that he desires the existing service to be interrupted. The interruption time shall be kept to a minimum. Depending upon the activities at an existing facility that requires continuous service from the existing utility, an interruption may not be subject to schedule at the time desired by the Contractor. In such cases, the interruption may have to be scheduled at a time of minimum requirements of demand for the utility. The amount of time requested by the Contractor of existing utility services shall be as approved by the Owner. G-13 LAYING OUT WORK: The Contractor shall verify dimensions and elevations indicated in layout of existing work. Discrepancies between Drawings, Specifications, and existing conditions shall be referred to Architect for adjustment before work affected is performed. Failure to make such notification shall place responsibility upon Contractor to carry out work in satisfactory workmanlike manner at the Contractor's sole expense. The Contractor shall be held responsible for the location and elevation of all the construction contemplated by the Construction Documents. Prior to commencing work, the Contractor shall carefully compare and check all Architectural, Structural, Mechanical an Electrical drawings; each with the other that -in any affects the locations or elevation of the work to be executed by him, and should any discrepancy be found, he shall immediately report the same to the Architect for verification and adjustment. Any duplication of work made necessary by failure or neglect on his part to comply with this function shall be done at the Contractor's sole expense. G-14 MEASUREMENTS: Before ordering any material or doing any work, the Contractor shall verify all measurements at the site or at the building and shall be wholly responsible for the correctness of same. No extra charge or compensation will be allowed on account of any difference between actual dimensions and dimensions indicated on the drawings. Any difference that may be found shall be submitted to the Architect for consideration and adjustment before proceeding with the project. G-15 EXISTING OVERHEAD OR UNDERGROUND WORK: The Contractor shall carefully check the site where the project is to be erected and observe any existing overhead wires and equipment. Any such work shall be moved, replaced or protected, as required, whether or not shown or specified at the Contractor's sole expense. General Conditions for Facility Construction Lump Sum Contract Page 12 of 26 Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) Attention is directed to the possible existence of pipe and other underground improvements that may or may not be shown on the Drawings. All reasonable precautions shall be taken to preserve and protect any such improvements whether or not shown on the Drawings. Location of existing underground lines, shown the Drawings are based on the best available sources, but are to be regarded as approximate only. Exercise extreme care in locating and identifying these lines before excavation in adjacent areas. G-16 ALIGNMENT OF JOINTS IN FINISH MATERIALS: It shall be the responsibility of the Contractor to make certain in the installation of jointed floor, wall and ceiling materials that: 1. Preserve and protect the rights of the Owner and the Architect under the Contract with respect to the Work to be performed under the subcontract so that the subcontracting thereof will not prejudice such rights; 2. Place joints to relate to all opening and breaks in the structure and be symmetrically placed wherever possible. This includes heating registers, light fixtures, equipment, etc. If because of the non -related sizes of the various materials and locations of openings, etc., it is not possible to accomplish the above, the Contractor shall request the Architect to determine the most satisfactory arrangement. The Contractor shad establish centerlines for all trades. G-17 INTEGRATING EXISTING WORK: The Contractor shall protect all existing street and other improvements from damages. Contractor's operations shall be confined to the immediate vicinity of the new work and shall not in any interfere with or obstruct the ingress or egress to and from existing adjacent facilities. Where new site work is to be connected to existing work, special care shall be exercised by the Contractor not to disturb or damage the existing work more than necessary. All damaged work shall be replaced, repaired and restored to its original condition at no cost to the Owner. G-18 HAZARDOUS MATERIAL CERTIFICATION: It is the intent of the contract documents, whether expressly stated or not, that is Consistent with applicable laws, Owner shall supply Contractor with any information in its possession relating to the presence of asbestos -containing materials ("ACM") at any of its facilities where Contractor undertakes any Work or Services that may result in the disturbance of ACM. If either Owner or Contractor becomes aware of or suspects the presence of ACM that may be disturbed by Contractor's Work or Services, it shall immediately stop the Work or Services in the affected area and notify the other's contacts. As between Owner and Contractor, Owner shall be responsible at its sole expense for addressing the potential for or the presence of ACM in conformance with all applicable laws and addressing the impact of its disturbance before Contractor continues with its Work or Services, unless Contractor had actual knowledge that ACM was present and acted in disregard of that knowledge, in Mich case (i) Contractor shall be responsible at its sole expense for remediating areas impacted by the disturbance of the ACM, ti and (ii) Owner shall resume its responsibilities for the ACM after Contractor's remediation has been completed. Contractor shall be responsible for removing or disposing of any Hazardous Materials that it uses in providing Work or Services ("Contractor Hazardous Materials") and for the remediation of any areas impacted by the release of Contractor Hazardous Materials. For other Hazardous Materials that may be otherwise present at its facilities ("Non -Contractor Hazardous Materials"), Owner shall supply Contractor with any information in its possession relating to the presence of such materials if their presence may affect Contractor's performance of the Work or Services. If either Owner or Contractor becomes aware of or suspects the presence of Non -contractor Hazardous Materials that may interfere with Contractor's Work or Services, it shall immediately stop the Work or Services in the affected area and notify the other's contacts. As between Owner and Contractor, Owner shall be responsible at its sole expense for removing and disposing of Non -Contractor Hazardous Materials from its facilities and the remediation of any areas impacted by the release of the Non -Contractor Hazardous Materials, unless Contractor had actual knowledge that Non -Contractor Hazard Materials were present and acted in disregard of that knowledge, in which case (1) Contractor shall be responsible at its sole expense for the remediation of any areas impacted by its release of such Hazard Materials, and (ii) Owner shall remain responsible at its sole expense for the removal of Hazardous Materials that have not been released and for releases not resulting from Contractor's performance of the Work and Services. Nothing containing Hazardous Materials, such as asbestos, shall be incorporated into the project. The Contractor shall exercise every reasonable precaution to ensure that asbestos -containing materials are not incorporated into any portion of the project, including advising all materials suppliers and subcontractors of this requirement. The Contractor shall verify that components containing lead do not contact the potable water supply. G-19 LOCATION OF EQUIPMENT AND PIPING: Drawing showing location of equipment, piping, ductwork, etc. are diagrammatic and job conditions may not always permit their installation in the location shown. When this situation occurs, it shall be brought to the Architect's attention immediately and the relocation determined in a joint conference. The Contractor will be held responsible for the relocating of any items without first obtaining the Architect's approval. He shall remove and relocate such items at his own expense if so directed by the Architect. Where possible, uniform margins are to be maintained between parallel lines and/or adjacent wall, floor or ceiling surfaces. G-20 OVERLOADING: The Contractor shall be responsible for loading of any part or parts of structures beyond their safe carrying capacities by placing of materials, equipment, tools, machinery or any other item thereon. No loads shall be placed on floors or roofs before they have attained their permanent and safe strength. G-21 MANUFACTURER'S INSTRUCTIONS: Where it is required in the Specifications that materials, products, processes, equipment, or the like be installed or applied in accordance with manufacturer's instructions, direction or specifications, or words to General Conditions for Facility Construction Lump Sum Contract Page 13 of 26 !' Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) this effect, it shall be construed to mean that said application or installation shall be in strict accordance with printed instructions furnished by the manufacturer of the material concerned for use under conditions similar or those at the job site. Six copies of such instructions shall be furnished to the Architect and his approval thereof obtained before work is begun. G-22 CLEANING UP: The Contractor shall keep the premises free from accumulation of waste material or rubbish caused by employees or as a result of the Work. At completion of work, the General Contractor shall, immediately prior to final inspection of complete building, execute the following final cleaning work with trained janitorial personnel and with material methods recommended by the manufactures of installed materials. 1. Sweep and buff resilient floors and base, and vacuum carpeting. 2. Dust all metal and wood trim and similar finished materials. 3. Clean all cabinets and casework. 4. Dust all ceilings and walls. 5. Dust, and if necessary wash, all plumbing and electrical fixtures. 6. Wash all glass and similar non -resilient materials. 7. All hardware and other unpainted metals shall be cleaned and polished and all equipment and paint or decorated work shall be cleaned and touched -up if necessary, and all temporary labels, tags, and paper coverings removed throughout the buildings. Surfaces that are waxed shall be polished. 8. The exterior of the building, the grounds, approaches, equipment, sidewalks, streets, etc. shall be cleaned similar to interior of buildings and left in good order at the time of final acceptance. All paint surfaces shall be clean and unbroken, hardware shall be clean and polished, all required repair work shall be completed and dirt areas shall be scraped and cleared of weed growth. 9. Clean all glass surfaces and mirrors of putty, paint materials, etc., without scratching or injuring the glass and leave the work bright, clean and polished. Cost of this cleaning work shall be borne by Contractor. 10. Cleaning, polishing, scaling, waxing and all other finish operations indicated on the Drawings or required in the Specifications shall be taken to indicate the required condition at the time of acceptance of all work under the Contract. 11, Burning: Burning of rubbish on the premises will not be permitted. G-23 DUST CONTROL: Precaution shall be exercised at all times to control dust created as a result of any operations during the construction period. If serious problems or complaints arise due to air-bome dust, or when directed by the Architect, operations causing such problems shall be temporarily discontinued and necessary steps taken to control the dust. G-24 FIRE PROTECTION: The Contractor shall at all times maintain good housekeeping practices to reduce the risk of fire damage or injury to workmen. All scrap materials, rubbish and trash shall be removed daily from in and about the building and shall not be permitted to be scattered on adjacent property. Suitable storage space shall be provided outside the immediate building area for storing flammable materials and paints; no storage will be permitted in the building. Excess flammable liquids being used inside the building shall be kept in closed metal container and removed from the building during unused periods. A fire extinguisher shall be available at each location where cutting or welding is being performed. Where electric or gas welding or cutting work is done, interposed shields of incombustible material shall be used to protect against fire damage due to sparks and hot metal. When temporary heating devices are used, a watchman shall be present to cover periods when other workmen are not on the premises. The Contractor shall provide fire extinguishers in accordance with the recommendations and NFPA Bulletins Nos. 10 and 241. However, in all cases a minimum of two fire extinguishers shall be available for each floor of construction. G-25 CUTTING AND PATCHING: Wherever cutting and removal of portions of the existing work is indicated, such work shall be neatly sawed or cut by Contractor in a manner that will produce a neat straight line, parallel to adjacent surfaces or plumb for vertical surfaces. Care should be exercised not to damage any work that is to remain. At no time shall any structural members be cut without written consent from the Architect. G-26 PROJECT CLOSEOUT Final Inspection. Record Drawinas: Attention is called to General Conditions Section entitled, "Substantial Completion and Final Payment. General Conditions for Facility Construction Lump Sum Contract Page 14 of 26 Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) Maintenance Manual: Sheets shall be B W x 11 ", except pull out sheets may be neatly folded to 8 %: " x 11 ". Manuals shall be bound in plastic covered, 3 ring, loose leaf binder with title of project lettered on front and shall contain: 1) Name, address and trade of all sub -contractors. 2) Complete maintenance instructions; name, address, and telephone number of installing Contractor, manufacturer's local representative, for each piece of operative equipment. 3) Catalog data on plumbing fixtures, valves, water heaters, heating and cooling equipment, temperature control, fan, electrical panels, service entrance equipment and light fixtures. 4) Manufacturer's name, type, color designation for resilient floors, windows, doors, concrete block, paint, roofing, other materials. Submit six copies of Maintenance Manual, prior to request for final payment. Operational Inspection and Maintenance Instruction: The Contractor shall provide at his expense, competent manufacturer's — representatives to completely check out all mechanical and electrical systems and items covered by the Drawings and Specifications. This requirement shall be scheduled just prior to and during the initial start up. After all systems are functioning properly the representatives shall instruct maintenance personnel of the Owner in the proper operation and maintenance of each item. G-27 GUARANTEE AND EXTENDED GUARANTEE: Upon completion of the Project, prior to final payment, guarantees required by technical divisions of Specifications shall be properly executed in quadruplicate by subcontractors and submitted through the Contractor to Architect. Delivery of guarantees shall not relieve Contractor from any obligation assumed under Contract. The Contractor shall guarantee the entire Project for one year. In addition, where separate guarantees, for certain portions of work, are for longer periods, General Contractor's guarantee shall be extended to cover such longer periods. Manufacturer's extended warrantees shall be included in this contract. Guarantees shall become valid and operative and commence upon issuance of Certificate of Inspection and Acceptance by Owner. Guarantees shall not apply to work where damage is result of abuse, neglect by Owner or his successors) in interest. The Contractor agrees to warrant his work and materials provided in accordance with this contract and the terms of the Technical Specifications contained herein. Unless supplemented by the Technical Specifications or the manufacturers normal extended warrantees, the Contractor shall warrant all work materials, and equipment against defects for a period of one year from the date of final acceptance. The Contractor further agrees to bear all costs of making good all work that is found to be defective or not provided in accordance with the Contract Documents. Additionally if the facility or contents are damaged due to defective materials or workmanship of the Contractor, the Contractor further agrees to bear all cost of repairing and/or replacing damaged items and — components to bring such items back to at least their original condition. G-28 RECORD DRAWINGS: Upon completion of the Work and prior to application for final payment, one print of each of the drawings accompanying this specification shall be neatly and clearly marked in red by the Contractor to show variations between the construction actually provided and that indicated or specified in the Contract Documents. The annotated documents shall be delivered to Architect. Where a choice of materials and/or methods is permitted herein and where variations in the scope or character of the work from the entire work indicated or specified are permitted either by award of bidding items specified for that purpose, or by subsequent change to the drawings, the record drawings shall define the construction actually provided. The representation of such variations shall conform to standard drafting practice and shall include supplementary notes, legends and details which may be necessary for legibility and clear portrayal of the actual construction. The record drawings shall indicate, in addition, the actual location of all sub -surface utility lines, average depth below the surface and other appurtenances. G-29 CONSTRUCTION FENCE: At the Contractor's option, he may provide a substantial chain -link construction fence around all or a part of the site. The fences and gates must be maintained throughout the construction period. Remove the fences and gates upon completion of the Project and restore the site to the required original or contract condition. G-30 PRODUCT DELIVERY, STORAGE, HANDLING: The Contractor shall handle, store and protect materials and products, including fabricated components, by methods and means which will prevent damage, deterioration and loss, including theft (and resulting delays), thereby ensuring highest quality results as the work progresses. Control delivery schedules so as to minimize unnecessary long -tern storage at project site prior to installation. G-31 REMOVAL OF SALVAGED MATERIAL: The Contractor shall remove salvaged material and equipment from the Project site and dispose of it in accordance with the law. Equipment or material identified in the Specifications or Plans for Owner salvage shall be carefully removed and delivered to the Owner at any location in within the City limits as directed by the City. G-32 MANUFACTURER'S REFERENCE: Catalog, brand names, and manufacturer's references are descriptive, not restrictive. Bids on brands of like nature and quality will be considered. Contractor shall inform the City of any substitutions intended for the project within 5 business days of bid opening. Failure to inform the City of substitute projects will obligate the Contractor to provide the specified material if awarded the contract. Within 14 days after bid opening and upon request of the Contractor, the Contractor will submit a full sized sample and/or detailed information as required to allow the architect to determine the acceptability of proposed substitutions. Where equipment has been listed as "no substitute accepted", the City will accept no alternates to the ! specified equipment. General Conditions for Facility Construction Lump Sum Contract' Page 15 of 26 Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) SECTION H CONTRACT TIME H-1 DEFINITIONS The Contract Time is the period of time allotted in the Contract Documents for completion of the Work and is the number of calendar days elapsing between the date of commencement and the date of substantial Completion plus additional days assessed for failure to complete punch list items from the Final Inspection in a timely manner The Date of Commencement of the Work is the date established in the Notice to Proceed. If there is no notice to proceed, it shall be the date of the Agreement or such other date as may be established therein. The Date of Substantial Completion of the Work or designated portion thereof is the Date certified by the Architect with the approval of the Owner that construction is sufficiently complete, in accordance with the Contract Documents, so the Owner may occupy the Work or designated portion thereof for the use for which it is intended. Final acceptance of the completed work or any portion thereof can be made only by the Assistant City Manager, and no other form of acceptance will be binding upon the Owner. A Calendar Dav constitutes 24 hours of time and is any one of the seven days of a week, including Sunday, regardless of whether a "Working Day" or not, and regardless of weather conditions or any situation which might delay construction. An extension of contract time shall be in accordance with this Section. Extensions of time will be as recommended by the BCM with final approval by City of Fort Worth. A Workina Dav is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of work for a continuous period of not less than seven hours between 7:00 a.m. and 6:00 p.m. However, nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturdays if he so desires. Legal holidays are defined as being New Year's Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, Memorial Day, and Veteran's Day. H-2 PROGRESS AND COMPLETION: All the time limits stated in the Contract Documents are of essence to the Contract. The Contractor shall begin the Work on the date of commencement as defined in this Section. He shall carry the Work forward expeditiously with adequate forces and shall complete it within the Contract Time. H-3 DELAYS AND EXTENSIONS OF TIME: If the Contractor is delayed at any time in the progress of the Work by any act or neglect of the Owner or the Architect, or by any employee of the Owner, or by any separate contractor employed by the Owner, or by any separate contractor employed by the Owner, or by changes ordered in the Work, or by labor disputes, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the Contractor's control, or by any cause which the Architect determines may justify the delay, then the contract time may be extended by Change Order for such reasonable time as recommended by the Architect and approved by the Owner. When the Contractor is delayed due to abnormal weather conditions, the weather table provided as WT-1 in these Contract Documents shall be used as the basis for providing a fair and equitable adjustment of the contract time. All claims for extension of time shall be made in writing to the Architect no more than fifteen days after the occurrence of the delay; otherwise they shall be waived. If no schedule or agreement is made stating the dates upon which written interpretations shall be furnished, then no claim for delay shall be allowed on account of failure to furnish such interpretation until fifteen days after demand is made for them, and not then unless such a claim is reasonable. H-4 NO DAMAGE FOR DELAY: No payment, compensation or adjustment or any kind (other than the extensions of time provided for) shall be made to the Contractor for damages because of hindrances or delays from an cause in the progress of the work, whether such hindrances or delays be avoidable or unavoidable, and the Contractor agrees that he will make no claim for compensation, damages or mitigation of liquidated damages for any such delays, and will accept in full satisfaction for such delays said extension of time. SECTION I PAYMENTS AND COMPLETION 1-1 CONTRACT SUM: The Contract Sum is stated in the contract and is the total amount payable by the Owner to the Contractor for the performance of the Work under the Contract Documents. 1-2 SCHEDULE OF VALUES: Before the first Applicable for Payment, the Contractor shall submit to the Architect a Schedule of Values of the various portions of the Work, including quantities if required by the Architect, aggregating the total Contract Sum, divided so as to facilitate payments to Sub -contractors, prepared in such form as specified or as the Architect and the Contractor may agree upon, and supported by such data to substantiate its correctness as the Architect may require. Each item in the Schedule of Values shall include its proper share of overhead and profit. This Schedule, when approved by the Architect and the Owner, shall be used as a basis for the Contractor's Applications for Payment. General Conditions for Facility Construction Lump Sum Contract Page 16 of 26 Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) 1-3 ADJUSTMENT OF QUANTITIES 1-4 PROGRESS PAYMENTS: On the first day of each month after the first month's work has been completed, the Contractor will make current estimates in writing for review by the Architect of materials in place complete and the amount of work performed during the preceding month or period and the value thereof at the prices contracted for as shown on the approved Schedule of Values and Progress Schedule. If payments are to be made on account of materials or equipment not incorporated in the Work but delivered and suitably stored at the site or in an independent, bonded warehouse such payments shall be conditioned upon submission by the Contractor of bills of sale or such other procedures satisfactory to the Owner to establish the Owner's title to such materials or equipment or otherwise protect the Owner's interest including applicable insurance and transportation to the site. The Contractor warrants and guarantees that title to all Work, materials and equipment covered by an Application for Payment, whether incorporated in the Project or not, will pass to the Owner upon the receipt of such payment by the Contractor, free and clear of all liens, claims, security interests or encumbrances hereinafter referred to as "liens and that no Work, materials or equipment covered by an Application for Payment will have been acquired by the Contractor, or by any other persons performing the Work at the site or furnishing materials and equipment for the Work, subject to an agreement under which an interest therein or an encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such other person. The Contractor shall prepare each application for payment on AIA Document G702, "Application and Certificate for Payment", and attached thereto AIA Document G703, "Continuation Sheet", to indicate the progress made to date and the period or month for which payment is requested for each Item listed in the Schedule of Values. A copy of the revised monthly work progress schedule must be attached before the pay request can be accepted. 1.5 CERTIFICATES FOR PAYMENT: If the Contractor has made Application for Payment as above, the above, the Architect will, with reasonable promptness but not more than seven days after the receipt of the Application, prepare a Certificate of Payment, with a copy to the Contractor, for such amount determined to be properly due, or state in writing reasons for withholding a Certificate. The issuance of a Certificate for Payment will constitute a representation by the Owner, based on the BCM's observations at the site and the data comprising the Application for Payment, that the Work has progressed to the point indicated; that the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole upon Substantial Completion, to the results of any subsequent tests required by the Contract Documents, to minor deviations from the Contract Documents correctable prior to completion, and to any specific qualifications stated in the Certificate); and recommendations to the Owner that the Contractor be paid in the amount certified. In addition, the Architect's approval of final payment assures the Owner that the conditions precedent to the Contractor's being entitled to final payment as set forth in this Section have been fulfilled. After the Architect has issued a Certificate for Payment, the Owner shall approve or disapprove same within ten days after it has been delivered to the Director of the Department of Transportation and Public Works. For contracts less than $400,000, Owner shall pay 90% of the approved estimate to the Contractor within seven days after its approval, and the remaining 10% of each such estimate will be retained by the Owner until the final estimate is approved and the Work is accepted by the City Council of the City of Fort Worth. For contracts in excess of $400,000, the Owner will retain only 5% of each estimate until the final estimate is approved and work accepted by the City Council of the City of Fort Worth. No Certificate for a progress payment, nor any progress payment, nor any partial or entire use or occupancy of the Project by the Owner, shall constitute an acceptance of any Work not in accordance with the Contract Documents, or relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall promptly remedy any defects in the Work and pay for any damage to other work resulting therefrom that shall appear within a period of one year from the date of final acceptance of the Work unless a longer period is specified. 1-6 PAYMENTS WITHHELD: The BCM may decline to approve an Application for Payment and may withhold his Certificate in whole or in part if in his opinion he is unable to make the representations to the Owner as provided in this Section. The Architect may also decline to approve any Applications for Payment or, because of subsequently discovered evidence or subsequent inspections, may nullify the whole or any part of any Certificate for Payment previously issued to such extent as may be necessary in his opinion to protect the Owner from loss because of: —' 1) Defective work not remedied; 2) Claims filed or reasonable evidence indicating probable filing of claims; 3) Failure of the Contractor to make payments properly to Subcontractors, or for labor, materials or equipment; 4) Reasonable doubt that the Work can be completed for the unpaid balance of the Contract Sum; 5) Damage to another contractor: 6) Reasonable indication that the Work will not be completed within the Contract Time; or 7) Unsatisfactory prosecution of the Work by the Contractor. General Conditions for Facility Construction Lump Sum Contract Page 17 of 26 Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) When such grounds for the refusal of payment are removed, payment shall be made for amounts withheld because of them. The Owner reserves the right to withhold the payment of any monthly estimate, without payment of interest, if the Contractor fails to r� perform the Work in accordance with the specifications. 1-7 NOT USED 1-8 LIQUIDATED DAMAGES: The deduction for liquidated damages shall be as follows: Amount of Contract Liquidated Damages Per Day $15,000 or less $45 $15,001 to $25,000 $ 63 $25,001 to $50,000 $105 $50,001 to $100,000 $154 $100,000 to $500,000 $210 $500,001 to $1,000,000 $315 $1,000,001 to $2,000,000 $420 $2,000,001 to $5,000,000 $630 $5,000,001 to $10,000,000 $840 over $10,000,000 $980 1-9 FAILURE OF PAYMENT: If, without fault on the part of the Contractor, the BCM should fail to issue any Certificate for Payment within seven days after receipt of the Contractor's Application for Payment, if the Contractor's Application for Payment, or if, without fault on the part of the Contractor, the Owner should fail to approve such estimate or to pay to the Contractor 90% or 95% (as applicable) of the amount thereof within the period of time specified, then the Contractor may, upon seven (7) days additional written notice to the Owner and to the Architect, stop the Work until payment of the amount owing has been received. 1-10 SUBSTANTIAL COMPLETION AND FINAL PAYMENT: Prior to the request for final payment, the Contractor must meet all provisions for Project Closeout. When the Contractor determines that the Work is substantially complete, the Construction Manager shall inspect the project with the Contractor and prepare a "Preliminary Punch List". When the Architect, on the basis of a subsequent inspection, determines that the Work is substantially complete, he then will prepare a Certificate of Substantial Completion (G704) which, when approved by the Owner, shall allow the Contractor to request a Certificate of Occupancy which will establish the Date of Substantial Completion. The Certificate of Final Completion shall state the responsibilities of the Owner and the Contractor for maintenance, heat, utilities, and insurance, shall set forth the remaining work as a "final punch list". The Contractor shall complete the remaining work listed therein within 60 calendar days. When the Certificate of Occupancy has been issued, the retainage will be reduced to 4%. Upon completion of the work listed on the final punch list to the satisfaction of the City of Fort Worth, the retainage may be reduced to 2.5%. Should the Contractor fail to complete all contractual requirements of the contract, including submittals and final pay request within the fixed time, the contract time will again commence. Should the Contractor fail to complete the work within the contract duration, liquidated damages will be assessed Upon receipt of written notice that the Work is ready for final inspection, the City will conduct a joint inspection and certify completion of the final punch list by cosigning it with the Contractor. The Contractor shall submit the following items to the City prior to requesting final payment: 1) Contractor's Affidavit of Payment of Debts and Claims (G706) stating that all payrolls, bills for materials and equipment, and other indebtedness connected with the Work for which the Owner or his property might in any way be responsible, have been paid or otherwise satisfied, 2) Consent of Surety to Final Payment (G707), if any, to final payment, 3) Contractor's Affidavit of Release of Liens (G706A), and, 4) Other data establishing payment or satisfaction of all such obligations, such as receipts, releases, and waivers of liens arising out of the Contract, to the extent and in such form as may be designated by the Owner. 5) Contractor's Warranty 6) Statement that all outstanding work has been completed 7) Issuance of the Final Certificate of Substantial Completion 8) Final acceptance by the City of Fort Worth. If any Subcontractor, materialman or laborer refuses to furnish a Contractor's Affidavit of Release of Liens, the Contractor may, at the election of the Owner, furnish a bond satisfactory to the Owner to indemnify him against any right, claim or lien which might be asserted by such Subcontractor, materialman or laborer. If any such right, claim or lien remains unsatisfied after all payments are made. The Contractor shall refund to the Owner all monies that the latter may be compelled to pay to discharging such right, claim or lien, including all costs and reasonable attorney's fees. General Conditions for Facility Construction Lump Sum Contract Page 18 of 26 Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) The Contractor may then request final payment. The acceptance of final payment shall, constitute a waiver of all claims by the Contractor except those previously made in writing and still unsettled. The Contractors one-year warranty will commence upon final acceptance of the Project by the City of Fort Worth. The designated representative of the City Council of the City of Fort Worth will make final acceptance and no other form of acceptance will be binding upon the Owner. Final payment and release of the retainage amount will become due within fifteen days following acceptance. 1-11 FINAL PAYMENT FOR UN -BONDED PROJECTS: Final payment will not be made for a period of 30 calendar days and until all requirements have been met, with the exception of Consent of Surety for Final Payment. SECTION J PROTECTION OF PERSONS AND PROPERTY J-1 SAFETY PRECAUTIONS AND PROGRAMS: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. The Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent unless otherwise designated in writing by the Contractor to the Architect. J-2 SAFETY OF PERSONS AND PROPERTY: The Contractor shall take, all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury or loss to: (1) All employees on the Work and all other persons who may be affected thereby; (2) All the Work and all materials and equipment to be incorporated therein, whether in storage on or -off the site, under the care, custody or control of the Contractor or any of his Subcontractors or Sub -contractors; and (3) Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. Until acceptance of the Work, it shall be under the charge and care of the Contractor, and he shall take every precaution against injury or damage to the Work by the action of the elements or from any other cause whatsoever, whether arising from the execution or from the non -execution of the Work. The Contractor shall rebuild, repair, restore and make good, at his own expense, all injuries or damages to any portion of the Work occasioned by any of the above, caused before its completion and acceptance. The Contractor shall comply with all applicable Laws, Ordinances, Rules, Regulations and Orders of any public authority having �• jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the Work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. When the use or storage of explosives or other hazardous materials or equipment is necessary for the execution of the Work, the Contractor shall exercise the utmost care and shall carry on such activities under the supervision of properly qualified personnel. All damage or loss to any property referred to in the preceding paragraphs caused in whole or in part by the Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, shall be remedied by the Contractor, including damage or loss attributable to faulty Drawings or Specifications and acts or omissions of the Architect or anyone employed by him or for whose acts he may be liable, and not attributable to the fault or negligence of the Contractor or anyone claiming through the Contractor for such damage or loss. The Contractor shall not load or permit any part of the Work to be loaded so as to endanger its safety. J-3 HARD HATS: Hard Hats will be required at all construction sites included in this Contract from start to completion of work. Each Contractor, employee and visitor at any construction site included in the Contract will be required to wear a hard hat. —' The Contractor shall enforce the wearing of hard hats by Contractor, employees and visitors. Contractor shall provide ten hard hats for use by the consulting Architects and Engineers and visitors. J-4 EMERGENCIES: In any emergency affecting the safety of persons or property, the Contractor shall act at his discretion to prevent threatened damage, injury or loss. Any additional compensation or extension of time claimed by the Contractor on account of emergency work shall be determined as provided in Changes in the Work. J-5 SAFE WORK PRACTICES: The Contractor shall employ safe practices in handling materials and equipment used in performing required work so as to insure the safety of his workmen, City employees and the public. The Contractor shall keep the premise free at all times from accumulation of waste materials or rubbish. At the completion of the work, the Contractor shall remove all his wastes and rubbish from and about the work area, as well as his tools, equipment and surplus materials and shall leave the area as clean and free of spot, stains, etc., as before the work was undertaken. General Conditions for Facility Construction Lump Sum Contract Page 19 of 26 Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) J-6 TRENCH SAFETY: The Contractor shall be responsible for all design and implementation of trench shoring and stabilization to meet regulatory requirements. If the Proposal requires, the Contractor shall include a per -unit cost for trench safety aw measures in his bid. If not included in the Proposal, the Contractor shall include a cost for trench safety measures for all trenches over 5 feet in depth in his Schedule of Values. SECTION K - INSURANCE K-1 INSURANCE REQUIRED: The Contractor shall not commence work under this Contract until he has obtained all insurance required under this Section and such insurance has been approved by the City of Fort Worth, nor shall the Contractor allow any Subcontractor to commence work to be performed under this Contract until all similar insurance of the Subcontractor has been so obtained and approved. The City of Fort Worth will be listed as an "additional insured" on all policies except Worker's Compensation. K-2 WORKERS' COMPENSATION INSURANCE 1) General a) Contractor's Worker's Compensation Insurance. Contractor agrees to provide to the Owner (City) a certificate showing that it has obtained a policy of workers compensation insurance covering each of its employees employed on the project in compliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this section. b) Subcontractor's Worker's Compensation Insurance. Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of workers compensation insurance covering each employee employed on the project. Contractor will not permit any subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy of all such certificates to the Owner (City). c) By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the City that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the Texas Worker's Compensation Commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. d) The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the City to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the City. 2) Definitions: a) Certificate of Coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self -insure issued by the Texas Workers' Compensation Commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC- 84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. b) Duration of the Project. Includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the City. c) Persons providing services on the project ("subcontractor" in section 406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food beverage vendors, office supply deliveries, and delivery of portable toilets. 3) Requirements a) The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services of the project, for the duration of the project. b) The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. c) If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the City showing that coverage has been extended. d) The Contractor shall obtain from each person providing services on a project, and provide to the City: i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage shoving coverage for all persons providing services on the project; and General Conditions for Facility Construction Lump Sum Contract Page 20 of 26 Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. e) The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. f) The Contractor shall notify the City in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. g) The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. h) The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: i) provide coverage, based on proper reporting on the classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; ii) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; _ iii) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; iv) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; v) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. vi) notify the City in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and vii) contractually require each person with whom it contracts, to perform as required by paragraphs h-i) - vii), with the certificates of coverage to be provided to the person for whom they are providing services. 4) Posting of Required Worker's Compensation Coverage a) The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". _ Call the Texas Workers Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employers failure to provide coverage." K-3 LIABILITY INSURANCE: The Contractor shall procure and maintain during the term of this Contract such Liability Insurance as shall protect him, the City of Fort Worth and any Subcontractor performing work covered by this Contract, from claims of damage which may arise from operations under this Contract, including blasting, when blasting is done on, or in connection with the Work of the Project, whether such operations be by himself or by any Subcontractor or by anyone directly or indirectly employed by either of them and the limits of such insurance shall be not less than the following: 1) Automobile Liability: $1,000,000 each accident or reasonably equivalent split limits for bodily injury and property damage. Coverage shall be on "any auto" including leased, hired, owned, non -owned and borrowed vehicles used in connection with t. this Contract. 2) Commercial General Liability: $1,000,000 each occurrence. Coverage under the policy shall be as comprehensive as that provided in a current Insurance Services Office (ISO) policy form approved for use in Texas and the policy shall have no exclusions by endorsement unless such are approved by the City. General Conditions for Facility Construction Lump Sum Contract Page 21 of 26 Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) 3) Asbestos Abatement Liability Insurance: When the Project specifically requires the removal of Asbestos Containing Materials, the Contractor, or subcontractor performing the removal, shall be required to maintain Asbestos Abatement Liability Insurance as follows: $1,000,000 per occurrence; $2,000,000 aggregate limit. The coverage shall include any pollution exposure, including environmental impairment liability, associated with the services and operations performed under this contract in addition to sudden and accidental contamination or pollution liability for gradual emissions and clean-up costs. K-4 BUILDER'S RISK INSURANCE: Unless stated otherwise in the Proposal or Invitation, the Contractor shall procure, pay for and maintain at all times during the term of this Contract, Builder's Risk Insurance against the perils of fire, lightning, windstorm, hurricane, hail, riot, explosion, civic commotion, smoke, aircraft, land vehicles, vandalism, and malicious mischief, at a limit equal to 100% of the Contract Sum. The policy shall include coverage for materials and supplies while in transit and while being stored on or off site. If specifically required in the Instructions to Bidders, the policy shall include coverage for flood and earthquake. Different sub -limits for these coverages must be approved by the City. Consequential damage due to faulty workmanship and/or design performed by the Contractor or his agents shall be covered. Upon completion of the Work, the Contractor shall notify the City of Fort Worth in writing before terminating this insurance. K-5 PROOF OF CARRIAGE OF INSURANCE: The Contractor shall provide a certificate of insurance documenting the Transportation and Public Works Department, City of Fort Worth as a "Certificate Holder", and noting the specific project(s) covered by the Contractor's insurance as documented on the certificate of insurance. More than one certificate may be required of the Contractor depending upon the agents and/or insurers for the Contractor's insurance coverages specified for the project(s). K-6 OTHER INSURANCE RELATED REQUIREMENTS 1) The City of Fort Worth shall be an additional insured, by endorsement, on all applicable insurance policies. 2) Applicable insurance policies shall each be endorsed with a waiver of subrogation in favor of the City of Fort Worth. 3) Insurers of policies maintained by Contractor and its subcontractor(s), if applicable, shall be authorized to do business in the State of Texas, or otherwise approved by the City of Fort Worth, and such shall be acceptable to the City of Fort Worth insofar as their financial strength and solvency are concerned. Any company through which the insurance is placed must have a rating of at least A:VII, as stated in current edition of A. M. Best's Key Rating Guide. At the City's sole discretion, a less favorable rate may be accepted by the City. 4) Deductible limits on insurance policies and/or self -insured retentions exceeding $10,000 require approval of the City of Fort Worth as respects this Contract. 5) The City of Fort Worth shall be notified in writing a minimum of thirty days prior to an insurer's action in the event of cancellation, non -renewal or material change in coverage regarding any policy providing insurance coverage required in this Contract. 6) Full limits of insurance shall be available for claims arising out of this Contract with the City of Fort Worth. 7) The Contractor shall provide certificates of insurance to the City prior to commencement of operations pursuant to this Contract. Any failure on part of the City of Fort Worth to request such documentation shall not be construed as a waiver of insurance requirements specified herein. 8) The City of Fort Worth shall be entitled, upon request and without incurring expense, to review the insurance policies including endorsements thereto and, at its discretion, to require proof of payment for policy premiums. 9) The City of Fort Worth shall not be responsible for paying the cost of insurance coverages required herein. 10) Notice of any actual or potential claim and/or litigation that would affect insurance coverages required herein shall be provided to the City in a timely manner. 11) "Other insurance" as referenced in any policy of insurance providing coverages required herein shall not apply to any insurance policy or program maintained by the City of Fort Worth. 12) Contractor shall agree to either require its subcontractors to maintain the same insurance coverages and limits thereof as specified herein or the Contractor shall provide such coverage on the Contractors subcontractors. SECTION L CHANGES IN THE WORK L-1 CHANGE ORDER: The Owner, without invalidating the Contract, may order Changes in the Work within the general scope of the Contract consisting of additions, deletions or other revisions, the Contract Sum and the Contract Time being adjusted - General Conditions for Facility Construction Lump Sum Contract Page 22 of 26 Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) am accordingly. All Such Changes in the Work shall be authorized by Change Order, and shall be executed under the applicable conditions of the Contract Documents. A Change Order is a written order to the Contractor signed by the Contractor, Owner and the Architect, issued after the execution of the Contract, authorizing a Change in the Work or adjustment in the Contract Sum or the Contract Time. The Contract Sum and the Contract Time may be changed only by Change Order. Any changes in work required due to changed or unforeseen conditions, or by request of either the Contractor or the City, shall be coordinated with the Director, Department of Transportation and Public Works. A change order must be written and duly negotiated and executed prior to performing changed work. The cost or credit to the Owner resulting from a Change in the work shall be determined in one or more of the following ways: 1) by mutual acceptance of a lump sum property itemized, including the allowance to Contractor for overhead and profit stipulated in the original contract proposal; 2) by unit prices stated in the Contract Documents or subsequently agreed upon; or 3) by cost and a mutually acceptable fixed or percentage fee. If none of the methods set forth herein above is agreed upon, the Contractor, provided he receives a Change Order, shall promptly proceed with the Work involved. The cost of such work shall then be determined on the basis of the Contractor's reasonable expenditures and savings, including a reasonable allowance for overhead and profit as indicted in the original contract proposal. In such cases, the Contractor shall keep and present, in such form as the Architect shall prescribe, an itemized accounting together with appropriate supporting data. Pending final determination of cost to the Owner, payments on account shall be made on the Architect's Certificate of Payment as approved by the Owner. If after the Contract has been executed, the Architect, requests a price proposal from the Contractor for a proposed change in scope of the work, Contractor shall process such proposal within seven days of receipt and return the price quote to the Architect in writing. .. The Architect shall review the price quotation and if approval is recommended, forward the proposed change order request and price proposal to the Owner for approval. If approval is not recommended, the Architect will attempt to negotiate with Contractor to revise the proposal to a figure which is fair and reasonable and forward it on to the Owner for approval. If the negotiations do not result in an equitable solution, the Architect shall prepare a cost-plus type Change Order with a price -not -to -exceed figure for approval by the City and require specific documentation to be provided by Contractor in accordance with the paragraph above. General Conditions for Facility Construction Lump Sum Contract Page 23 of 26 Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) Contractor is advised that according to City of Fort Worth Charter, that, the City Council must approve all Change Orders and Work Orders which results in an increase in cost of the contract amount by over $25,000. Normal processing time for the City Staff to obtain City Council approval, once the recommended change order has been received at the City, is approximately thirty days. Owner and Contractor shall endeavor to identify Change Order items as early in the Construction process as possible to minimize their impact on the construction schedule. If unit prices are stated in the Contract Documents or subsequently agreed upon, and if the quantities originally contemplated are so changed in a proposed Change Order that application of the agreed unit prices to the quantifies of Work proposed will create a hardship on the Owner or the Contractor, the applicable unit prices shall be equitably adjusted to prevent such hardship. If the Contractor claims that additional cost or time is involved because of (1) any written interpretation issued pursuant to Section A, (2) any order by the Architect or Owner to stop the Work pursuant to Section B, where the Contract was not at fault, or (3) any written order for a minor change in the Work, the Contractor shall make such claim. L-2 CLAIMS FOR ADDITIONAL COST OR TIME: If the Contractor wishes to make a claim for an increase in the Contract Sum or an extension in the Contract Time, he shall give the Architect written notice thereof within a reasonable time after the occurrence of the event that gave rise to such claim. This notice shall be given by the Contractor before proceeding to execute the Work, except in an emergency endangering life or property in which case the Contractor shall proceed in accordance with Section J. No such claim shall be valid unless so made. Any change in the Contract Sum or Contract Time resulting from such claim, if approved by the Owner, shall be authorized by Change Order. L-3 OVERHEAD ALLOWANCES FOR CHANGES: Should any change in the work or extra work be ordered, the following applicable percentage shall be added to Material and Labor costs to cover overhead and profit: 1. Allowance to the Contractor for overhead and profit for extra work performed by the Contractor's own forces shall not exceed fifteen percent Ll5M. 2. Allowance to the Contractor for overhead and profit for extra work performed by a Subcontractor and supervised by the Contractor shall not exceed ten percent 10% . L-4 MINOR CHANGES IN THE WORK: The Architect shall have authority to order minor changes in the Work not involving an adjustment in the Contract Sum or an extension of the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be confirmed in writing by the Architect and shall be binding on the Owner and the Contractor. L-5 FIELD ORDERS: The Architect may issue written Field Orders which interpret the Contract Documents, or which order minor changes in the Work without change in Contract Sum or Contract Time. The Contractor shall carry out such Field Orders promptly. SECTION M UNCOVERING AND CORRECTION OF WORK M-1 UNCOVERING OF WORK: If any Work should be covered contrary to the request of the Owner, it must be uncovered for observation and replaced, at the Contractor's expense. If any other work has been covered which the Owner has not specifically requested to observe prior to being covered, the Architect or the Owner may request to see such work and it shall be uncovered by the Contractor. If such Work be found in accordance with the Plans and Specifications, the cost of uncovering and replacement shall, by appropriate Change Order, be charged to the Owner. If such work be found not in accordance with the Plans and Specifications, the Contractor shall pay such costs unless it is found that this condition was caused by a separate contractor employed by the Owner. M-2 CORRECTION OF WORK: The Contractor shall promptly correct all work rejected by the Owner as defective or as failing to conform to the Plans and Specifications whether observed before or after Substantial Completion and whether or not fabricated, installed or completed. The Contractor shall bear all costs of correcting such rejected Work, including the cost of the Architect's additional service thereby made necessary. If, within one year after the Date of Substantial Completion or within such longer period of time as may be prescribed by law or by the terns of any applicable special guarantee required by the Contract Documents, any of the work is found to be defective or not in accordance with the Contract Documents, the Contractor shall correct it promptly after receipt of a written notice from the Owner to do so, unless the Owner has previously given the Contractor a written acceptance of such condition, describing same specifically and not generally. The Owner shall give such notice promptly after discovery of the condition. All such defective or non -conforming work under the preceding paragraphs shall be removed from the site where necessary and the work shall be corrected to comply with the Contract Documents without cost to the Owner. The Contractor shall bear the cost of making good all work of separate contractors destroyed or damaged by such removal or correction. General Conditions for Facility Construction Lump Sum Contract Page 24 of 26 Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) If the Contractor does not remove such defective or non -conforming work within a reasonable time fixed by written notice from the Owner, the Owner may remove it and may store the materials or equipment at the expense of the Contractor. If the Contractor does not pay the cost of such removal and storage within ten days thereafter, the Owner may upon ten additional days' written notice sell such work at auction or at private sale and shall account for the net proceeds thereof, after deducting all the costs that should have been borne by the Contractor including compensation for additional architectural services. If such proceeds of sale do not cover all costs that the Contractor should have borne, the difference shall be charged to the Contractor and an appropriate Change Order shall be issued. If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contractor shall pay the difference to the Owner. If the Contractor fails to correct such defective or non -conforming work, the Owner may correct it in accordance with Section G. The obligation of the Contractor under this Section shall be in addition to and not in limitation of any obligations imposed upon him " by special guarantees required by the Contract Documents or otherwise prescribed by law. M-3 ACCEPTANCE OF DEFECTIVE OR NON -CONFORMING WORK: If the Owner prefers to accept defective or non- conforming work, he may do so instead of requiring its removal and correction, in which case a Change Order will be issued to reflect an appropriate reduction in the Contract Sum, or, if the amount is determined after final payment, it shall be paid by the Contractor. SECTION N TERMINATION OF THE CONTRACT N-1 TERMINATION BY THE CONTRACTOR: If the work is stopped for a period.of 30 days under an order or any court or other public authority having jurisdiction, through no act or fault of the Contractor or a Subcontractor or their agents or employees or any other persons performing any of the work under a contract with the Contractor, or if the work should be stopped for a period of 30 days by the Contractor for the Owner's failure to make payment thereon as provided in Section I, then the Contractor may after the end of such period of 30 days and upon seven additional days' written notice to the Owner , terminate the Contract. N-2 TERMINATION BY THE OWNER: If the Contractor is adjudged as bankrupt, or if he makes a general assignment for the ;. benefit of his creditors, or if a receiver is appointed on account of his insolvency, of if the Contractor refuses, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials, or if he fails to make prompt payment to Subcontractors or for materials or labor, or fails to comply with al Laws, Statutes, Charter, Ordinances, Regulations or Orders of any public authority having jurisdiction, or otherwise is guilty of a substantial violation of a provision of the Contract Documents, then the Owner, on its own initiative that sufficient cause exists to justify such action, may, without prejudice to any rights or remedy and after giving the Contractor and his surety, if any, seven (7) days' written notice, terminate the employment of the Contractor and take possession of the site and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor and may finish the work by whatever method he may deem expedient. In such case the Contractor shall = not be entitled to receive any further payment until the Work is finished. If the costs of finishing the Work, including compensation for the Architect's additional services. exceed the unpaid balance of the Contract, the Contractor shall pay the difference to the Owner. The City of Fort Worth may terminate this contract in whole, or from time to time, in part, whenever such termination is in the best interest of the City. Termination will be effected by delivering to the Contractor a notice of termination specifying to what extent performance of the work of the contract is being terminated and the effective date of termination. After receipt of termination the Contractor shall: a) Stop work under the Contract on the date and to the extent specified on the notice of termination. b) Place no further orders or subcontracts except as may be necessary for the completion of the work not terminated. c) Terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by the notice of termination. After termination as above, the City will pay the Contractor a proportionate part of the contract price based on the work completed; provided, however, that the amount of payment on termination shall not exceed the total contract price as reduced by the portion thereof allocatable to the work not completed and further reduced by the amount of payments, if, any otherwise made. Contractor shall submit its claim for amounts due after termination as provided in this paragraph within 30 days after receipt of such claim. In the event of any dispute or controversy as to the propriety or allowability of all or any portion of such claim under this paragraph, such dispute or controversy shall be resolved and be decided by the City Council of the City of Fort Worth, and the decision by the City Council of the City of Fort Worth shall be final and binding upon all parties to this contract SECTION O SIGNS The Contractor shall construct and install the project designation sign as required in the Contract Documents and in strict accordance with the Specifications for "Project Designation Signs." This sign shall be a part of this Contract and shall be included in the Contractor's Base Bid for the Project. General Conditions for Facility Construction Lump Sum Contract Page 25 of 26 Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) SECTION P TEMPORARY FACILITIES P-1 SCOPE: The Contractor shall furnish, erect, and maintain facilities and perform temporary work required in the performance of this Contract, including those shown and specified. P-2 USE OF TEMPORARY FACILITIES: All temporary facilities shall be made available for use by all workmen and subcontractors employed on the project, subject to reasonable directions by the Contractor as to their proper and most efficient utilization. P-3 MAINTENANCE AND REMOVAL: The Contractor shall maintain temporary facilities in a proper, safe operating and sanitary condition for the duration of the Contract. Upon completion of the Contract, all such temporary work and facilities shall be removed from the premises and disposed of unless otherwise directed or specified hereunder. P-4 FIELD OFFICES AND SHED: The Contractor is not required to provide a temporary field office or telephone for projects under $1,000,000, Contractor shall equip the Project Superintendent with a pager and provide 24-hour contacts to the City. The Contractor shall provide a temporary field office building for himself, his subcontractors and use by the Architect. For construction contracts with a bid price in excess of $1,000,000.00, the Contractor shall provide a separate field office for the City's field representative (but the separate office may be in the same structure). The buildings shall afford protection against the weather, and each office shall have a lockable door, at least one window, adequate electrical outlets and lighting, and a shelf large enough to accommodate perusal of the project drawings. Openings shall have suitable locks. Field offices shall be maintained for the full time during the operation of the work of the Contract. During cold weather months, the field offices shall be suitably insulated and equipped with a heating device to maintain 70 degree Fahrenheit temperature during the workday. During warm weather the offices shall be equipped with an air conditioning device to maintain temperature below 75 degrees F. Upon completion of the work of the Contract, the Contractor shall remove the building from the premises. In addition to the drawing shelf, provide for the City field representatives office: one deck, four chairs, plan rack and a four drawer filing cabinet (with lock). Each office shall contain not less than 120 square feet of floor space. The Contractor shall provide and maintain storage sheds other temporary buildings or trailers on the project site as required for his use. Location of sheds and trailers shall be as approved by the Owner. Remove sheds when work is completed, or as directed. P-5 TELEPHONE: The Contractor shall provide and pay for telephone installation and service to the field offices described above. Service shall be maintained for the duration of operations under this contract. The Contractor shall provide for and pay for an automatic telephone -answering device at the site office for the duration of the project. Contractor will install separate fax lines and instruments for the City and the Contractor. P-6 TOILET FACILITIES: The Contractor shall provide proper, sanitary and adequate toilet facilities for the use of all workmen and subcontractors employed on the project. P-7 UTILITIES: Contractor shall make all necessary arrangements and provide for temporary water and electricity required during the construction. Contractor shall provide and install temporary utility meters during the contract construction period. These meters will be read and the Contractor will be billed on this actual use. The Contractor shall provide all labor and materials required to tap into the utilities. The Contractor shall make the connections and extend the service lines to the construction area for use of all trades. Upon completion of the work all utility lines shall be removed and repairs made to the existing lines. Only utilities at existing voltages, pressures, frequencies, etc. will be available to the Contractor. Water. Provide an ample supply of potable water for all purposes of construction at a point convenient to the project or as shown on the Drawings. Pipe water from the source of supply to all points where water will be required. Provide sufficient hose to carry water to every required part of the construction and allow the use of water facilities to subcontractors engaged on the work. Provide pumps, tanks and compressors as maybe required to produce required pressures. Electric Service. Provide adequate electric service for power and lighting to all points where required. Temporary, electric service shall be of sufficient capacity and characteristics to supply proper current for various types of construction tools, motors, welding machines, lights, heating plant, air conditioning system, pumps, and other work required. Provide sufficient number of electric outlets so that 50 foot long extension cords will reach all work requiring light or power. Lighting. Supply and maintain temporary lighting so that work of all trades may be properly and safely performed, in such areas and at such time that day -lighting is inadequate. Provide at least 0.75 watts of incandescent lighting per squgr4e foot and maintain a socket voltage of at least 110 volts. Use at least 100-watt lamps. In any event, the lighting intensity shall not be less than 5 foot candles in the vicinity of work and traffic areas. P-8 HEATING: Heating devices required under this paragraph shall not be electric. The Contractor shall provide heat, ventilation, fuel and services as required to protect all work and materials and to keep the humidity down to the extent required to prevent corrosion of any metal and to prevent dampness or mildew which is potentially damaging to materials and finishes. All such heating, ventilation and services shall be provided and maintained until final acceptance of all work. In addition, the Contractor shall provide heat ventilation prior and during the following work operations as follows: ,. a) At all times during the placing, setting and curing of concrete provide sufficient heat to insure the heating of the spaces involved to not less than 40 F. General Conditions for Facility Construction Lump Sum Contract Page 26 of 26 Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012) b) From the beginning of the application of drywall and during the setting and curing period, provide sufficient heat to produce a temperature in the spaces involved of not less than 55 F. F c) For a period of seven (7) days previous to the placing of interior finish materials and throughout the placing of finish painting, decorating and laying of resilient flooring materials, provide sufficient heat to produce a temperature of not less than 60 F. P-9 TEMPORARY CONSTRUCTION. EQUIPMENT AND P13OTECTION: The Contractor shall provide, maintain, and remove upon completion of the work all temporary rigging, scaffolding, hoisting equipment, rubbish chutes, ladders to roof, barricades around openings, and all other temporary work as required to complete all work of the Contract. Contractor shall coordinate the use and furnishing of scaffolds with his sub -contractors. The Contractor shall provide, maintain, and remove upon completion of the work, or sooner, if authorized by the Owner, all fences, barricades, lights, shoring, pedestrian walkways, temporary fire escapes, and other protective structures or devices necessary for the safety of workmen, City employees, equipment, the public and property. All temporary construction and equipment shall conform to all regulations, ordinances, laws and other requirements of the authorities having jurisdiction, including insurance companies, with regards to safety precautions, operation and fire hazard. The Contractor shall provide and maintain pumping facilities, including power, for keeping the site, all times, whether from underground seepage, rainfall, drainage of broken lines. The Contractor shall maintain provision for closing and locking the building at such time as possible to do so. If this is not feasible, maintain a night The Contractor shall provide and maintain all barricades or enclosures, required to protect the work in progress from outside elements, dusts, and other disturbances as a result of work under this Contract. Such protection shall be positive, shall meet the approval of the Owner and shall be maintained for the duration of the construction period or as required to provide for the protection as specified. P-10 PROJECT BULLETIN BOARD: The Contractor shall furnish, install and maintain during the life of the project a weather - tight bulletin board approximately 3 feet high by 5 feet wide having not less than two hinged or sliding glass doors with provisions for locking. The bulletin board shall be mounted where and as approved by the Owner, in a prominent place accessible to employees of the Contractor and sub -contractors, and to applicants for employment. The bulletin board shall remain the property of the Contractor and shall be removed by him upon completion of the Contract work. The following information which will be furnished by the City to the Contractor shall be posted on the bulletin board and shall be maintained by the Contractor in easily readable condition at all times for the duration of the Contract. a. The Equal Opportunity Poster and Notice Nondiscrimination of Employment (Standard Form 38). b. Wage Rate Information Poster (Form SOL 155), with the Contract Schedule of minimum wage rates as required by the Davis -Bacon Act. C. Safety Posters. SECTION Q VENUE Should any action arise out of the terms and conditions of this contract, venue for said action shall lie in Tarrant County, Texas. General Conditions for Facility Construction Lump Sum Contract Page 27 of 26 Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)