Loading...
HomeMy WebLinkAboutContract 28405� i ' .l''.-. City of Fort Worth lODU Throckmorton Street Fort Worth, Texas i6102 Bet°ween ���� e���i����r� II ��N`��A��' � a � r. PROJECT DEVELOPMENT AGREEMENT Johnson Contrals, �nc. aud 3021 Wesk Send Drive �rving, Te�as 75063 Wi�ItEAS, City desires to obtain an energy aotllor water conaervation evaluation of certain of its facilities to det�rmine what measures can be taken ta cons�rve nahual resaurces and the associaied savings in the cost of heating, cooling and water usage; and WHEREAS, JCI is l�nowledgeable in pro�iding professional consulting services clirectly re�ated to electric, and water conservation measures; and WIIEREAS, Chapter 302, Texas Local Government Code, generally au#horizes the execntian of a con�raot whereby the cost of the cantract is to be paid for from the savings incurred as a result of irnplementing the conservation measures recommended hy a consultan#. NOW, THEREFORE, KNOW ALL BY TH� PRESENTS: The City of Fort Worth, acting herein by and through Marc Ott, its duly authorized assistank city manager, hereinafter referred to as "City", and Johnson Canirols, Inc., acting herein hy and through Rich Oliver, its duly a�thorized Texas Directar af Government Marketing, hereinafter re%rred to as "JCI", enter ir�to this Project Development Agreement this day of January, 2003. 1. Deiinitions As used in this contract, the following terms shall mean: A) "Premises" shaIl mean the Musucipal Building lacated at 1000 Thrackmorton St, the Public Safety Building Iocated at the corner of West 1D'�' and ThrockmortQn Streets, the Municipal Annex located at 908 Mcsnroe, and ti�e Meacham Airport Terminal Buiiding and, in each case, any suppart buildings relat�d to the anergy consuming systerns of these buildings. B) °GPavback" shall mean the perind of tiu�e needed for the cumulati�e savings tl�e City realizes to oifset the fulty burdened praject costs. C) "Savin�s" shall mean energy an� "hard" aperational Costs avoided as a result of tha project. D) "FullY Burdened Final Proieci Costs" shall mean all costs to th� City a,ssaciated witb implexx�enti.ng JGI's recommenc�ations including but not n�c�ssarily limited ta: the cost ta prepaxe the Study, the direct and indirect costs associated with designing and installing the n:�easures accepted by the City, the cost of the 3ra �ariy independent raview of the Study, aud iinancing costs. �. Services of dCI The City herehy coniraots �vith JCI as an independent contractor, and dCI agrees tv perfornx witla the pro%ssional standards custamarily obtained for such s�rvices in the State of '.I'exas, for the preparation of a Detailed Evaluation Study {"Study"} of the City's Premises to determine the operationa! expenditures and eharaeteristics of the Premises and to identify ixriprovements, operational efficiency measures, procedures, installations and ser�ices that can be made to th� Prem�ses in order to improve the infrastructure and reduce the operating costs on these existing Premises. 'I'he parties acknawledge that the Stuc� 11'1115[ t7G �UU11]iLt�q LU �1�, I Energy Savings Performance Conttact � , � [ Energy Conservakion Office of the state oi Texas an or before March 26, 2003 ("5uhmittal Date"). JCI shall submit the Study to City at least 20 calendar days prior to the Submittal Date. Th,e Study shall include, but not necessarily be limited to: A) Descriptions of ihe specific Facility Improvements Measures (FIMs) that JCI reconvnends £or implementation, scope of wark, management and engineering contraat costs, equipment list, and implementation schedule far each facility located on the Premises. B) A breakdown of the uiility, operations and rnaintenance (O&M} aud capital cogts of eaeh facility lacaked an the Premises that can he avaided by implementing the FIMs. C) A statemant of the amount of savings 7CI guarantees that tl�a City vc+�ould realize fox each racommended �'IM. D) Final proj�et costs will be determined by actual subcontract casts and contractual markups. The project paybaok shall be based upon the Fully Burden�d Final Project Cost and shall be l 0 years or Iess. 3. Attachments The foIlovcring attachments ar� a part of this Project Development Agreament: Attachment A of this Agreement defines the City Premises and the Saope of Wor�C for the study. Reference t3ie Initial Praposal for more detailed information about JCI's preliminary findings. Attachment B of khis agreement suminazizes the findings of the preliminary audit. Attachment C of this Agreement presents the Faci�ity Design Guidelines %r tl�e City of k'ort Worth that descri`be the minixnum acceptable equipment, materials, and worktnanship atandards that 7CI znust adhere to in the development of kha recommended �IMs. During the Study, JGI may submit the bene�its and detailed information of alterriate solutions to tke Design Guidelines. City must approve the alte�ate solu�ions before they can be included in the recommended FIMs. Attachment D of this Agreement outlines special constraints applicable to the d�veloprnent of the FIMs, inskallation proeedures and measurement & veriflcation (M&V) procedures. 4. City Responsihilities A. During the work required by ihis contract, the City shall provide all criteria and £ull informat�on as to City's requirem.enks and designate an inciividual to act oxi the Gity's behalf on all matters conc�iving this contract. City shall assist JCI in obtauung suah data as zs reasonahly available concerning utility expenditures for the Premises, iucIuding the following data for the most recent three years prior to the effec�i�e date oi this contract: 1} Iuformation regarding facility occupancy and usage; 2) Descriptions of any changes in the building envelope or its heating, ventilation and air-co�ditioning {HVAC), lightin.g, ar ather systems; 3) Actual electriciry, natural gas and water utili.ty bills and other relevant utility records; 4) Descripkions of operations and mainkenance (O&M) procedures; 5} Summary detail of both hudgeted and actuaI utility, O&M and capital expenditures; Energy Savings Performance Cantraet � ti p I � r 6) Copies of representative current tenant leases, if any; 7) Prior efficiency audits or studies of the premises or operating procedures, if any; 8) Such other information as may he requested that is in the possession of the City rCI agrees to work diligently to assess validity of information provided and to confaran or correct the information as needed. 5. Preparation af Perfarmance Contracting Pra,ject Agreeme�t Within 30 days aftez tlie submissian ta khe City oi the Study described uncier paragraph 1 of kl�is Agreement, 7CI wiIl prepaare and submit to the City a Performance Contracting Project Agreement, v�rhich sha11 de�ne the Scope of Wori� :for irnplementatian of the facility impravements and operational efficieney measures, procedures, and services recomxx�ended in the Study khat will reduce the City's overall expense in operating the premises. 6. Price and Paymenf Terms A. The fuced %e for the preparation of the Study is $43,4�0 (`�ee"). B. The Fee shall be payable to 7CI if and only if (1} after careful review of the Study by a licensed �rofessional engineer mutually acceptable to the City and to JCT, who is not an officer or employee of the City oz JCI oz who is not otlierwise associated with the City �r JCI, said licensed professional engineer deterraines in its professional opinion that the costs of the improvements and recornrnendations that meet the requirements of Attachments G and D will be recovered in 10 years or less through the guaranteed savin.gs to be experienced and the City decid�s not to implemen# the improvements recommended by ]CI; or (2) the City implements the improvements recommended by JCI. City represents to JCI that it intends to employ the ium oE Kinsman and Associates ta perform ihe review contemplated herein. 7CI represents to City that Kinsman and Associates is acceptable to it. C. The City shall require the a%resaid engineer ta document its, �ndings, a�ad conclusions, and the basis therefore, in a written report {"Engineer's Report"} and shall fixrther require such engineaz to transmit one (1) ghotocopy of the report to 7CI within three (3} days oi its pzeparation. D. In the event of the occur�rence of paragraph S{1), Ciry will make payment to JCI within 90 days of the date of the City's decision not to implement the impravements and recommendations af the 5tudy but no later than 1 SO days from the date of subxz�ission of the Detailed Evaluation Study by JCI. E. In the evez�t of the occurrence of paragraph B(2), the Fec; shall be included in the addifianal fee for the implemantation of the Pezfarmance Coatracting Proj e�t Agreement and shall be payable in accordance with the terms ko 6� contained therein. F. In the event of that the aforesaid licensed G. At any time during the perform�iee of this Cantract, should JCI determi�e that suf£icient savings cannot be attained to meet the City's project criteria and the maxunuin payback period of 10 years, the conrsact will be tetminated by written notice irom JCI to the City. In �uch e�ent, this Agraement sha11 be terminated and the City shall have no obligation to pay, in whole or in part, the amount specified. 7. Indemnity JCI covenants and agrees to, and by khese pxesents daes hereby defend, indeznnify, and hold harmless the City, its officers, agents and employees, fra�n and against any and all claims, suits or causes pf action of any nature whatsoever, broug�t for ar on account of any perso�al it�juri�s or damages to persons ar properly, including Energy Savin�s Performance Contract deatka, to the �xt�nt caused by the neglagence or williul mis�onduct of JCI in connectivn with the p�rfarmance of the wozk wadez tlus contract. S. Right to Andit A. JCI agrees that the City shall, uniil the expiration of three {3) years after final payment under this agreemeni, �ave access to and the righi to examine anc3 photocapy any directly pertinent baoks, documents, papers and records of 7CI involving transactions relating to this contract. JCI agrees ihai the City shall have aceess during normal warking hours to all necessary facilities under iCs control and shall be provided adequate and appropriate workspace in order to conc�uct audiis in compliance with the provisions of tlus saction. The City shall give JCI reasonable advanae notice of iniended audits. B. JCI ftirther agrees to include in all its sub-consultant agzeements, if any, hereunder a provision ta the effect that the sub-consultant agrees that the City shall, until the expiz-ation of three {3} yeaxs after fmal payznent �nder the subcontract, have access to and the right to exainine and photocopy any direct�y pertinent books, documents, papers and records of such sub-consultant, in.volving transactions to the subcontract, and £�rther, that the City shall have accass during normal working hpurs to all sub-consulkant facilities, and sha11 be pro�ided adequate and appropria#e work space, in order to conduct audits in compliance with the provisians of this article togethar with subsection {3) hereof. City shaIl give sub-consnitant reasonable advance notice of intended audits. C, dGI agreas to photocopy such documents as may be requested by City, and shall further include in any sub- caosultant contracts the obligation that the sub-consul�ant will do the same. City agrees to reimburse JCI or its sub-consultants at the rate published in the Texas Adxninistrative Code in effect as of the time the copying is performed. 9. Insuranc� Reqnirements A. Insutance coverage and Iimits: 7CT shall provide to the City certiiicate(s) of insurance docur�enting policies af the %Ilowing coverage at minYmum limits that ar� to he in effect prior to commencement oiwork on under this conttaet; Commerci�l G�neral Liability $1,QOQ,QOp each occurr�nce $1,000,000 aggtegate Aukomobile Liahility $1,OOO,D00 �ach accidant {or reasonably �quivalent limits of coverage if written an a split limits basis). Coverage shall be an any vehicle used in the course of perfornvng this cantract. Worker's Cornpensation Coverage A:statutory liznits Coverage B: $100,000 each accident $SOO,fl00 disease - policy limit $ l OQ,000 disease - each etnpIoyee Professional Liability $1,0OO,OQO each elaim/annual aggregate B. Certificates of insurance evidencing that the JCI has obtained all required insurance sha11 be delivered to the City prior to proceeding with the Froject. - Energy Savings I'erfortnance Cnntract r {I) Applicabie polieies shall ba eadorsed tq name the City an Adc3itionaI Insured tlzereon, as its interests may appear. The term City shall include its employees, offioers, officials, agents, and voiunt�ers as respects the Contracted services. (2) Certificate(s) of iusurance shall dacumenk that insutance coverage specified herein are provided uzider applica6le policies documented thereon. (3) Any failure on part of the City to request requued insuraace dacumen�tion shail not cunstitnte a wai.ver of tl�e insurance requirem�nts. (4) A minimum af thirty {30) days not�ce af cancellation or material change in coverage shall be provided to the City. A ten (10) days notice shall be acceptable in the evenk of non payment oi premium. Such terms shall be endorsed onto dCI's inswramce policies. Notice shall be sent to Creg Sirnmons, Facilities Manager, City af Fort Woz�th, l OD0 Throckmorton, Fort Worth, T�xas 76102. (5) Insurers for a11 policies must be autho�rized to do business in the stat� of Texas or ba otherwise approved by the City and such insurers shall be acceptable to th� City in terms af theit financial strength and solvency. {6) DeductiUle limits, or self-instued ret�nki0ns, affecting insuranee requited herein shail be acceptabl.e ta tk�e City in ite sale diacretion; and, in Sieu of traditional insutance, any altemarive coverage rnaintaix�ed tUzoagh insuz'ance paols or risk retantion groups must be also approved. Dedicated fzzza�cial �cesources ar letters of credit may also be acceptable to t�e City. (7) AppIicabla policies shall each he endorsed with a vvazver of subroga�ion in favor of the City as cespects the Project. (8) The City shall be entitled, upon its request and without incurring e�ense, Yo review JCI's insurance policies including endorsements thareto and, at the City's diseretion, JCT may be required to provide proof of insurance premium payments. (9) The Commarcial General Liability insurance policy shall have no exclt�sions by endorsements unless the City approves suah exclusions in writing. (10) The Pmfessional Liability ins�rance poliey, if wtitten on a claims made basis shall be maintained by IGI for a minimum two (2) yeat period subsequent to the term of �tris coniract unless such caveraga is provide� JCI ou an occurranee basis. (11} The City shall not 6e responsihle for the direct paytnent of any insurance premiums required by tbis agreement. It is underskoo� that insurance cost is an allowable component of JCI's overhead. (12} All insurance requited herein, except for the Professional Liability insurance policy, shaIl be written on an pccurrence basis in order to be approved by The City. (].3) dCI's sub-cansultants, if any, shall be required to mainkain the same or reasonably equivalent insura�ace coverage as requir�d for 7CI. JCI shall provide City with ciocumentation thereof on a certi£'icake of insurance. Notwithstanding anything to the contrary contained herein, in tlze event a sub-consultant's insurance coverage is canceled or terminated, such eancellation or termination shall not constitute a breaCh by JCI of this agreement. Energy Savings Performance Cantract 1�. Assignmen# This Agreement cannot be assigned by either party without the prior written consent of the other party. Any such attempted assignment sha1l be void. 11. Disputes Disputes will be resolved by li�igation. Venua of any litigation shail lie exclusively in Tarrant County, Texas. 1�. Natices Any notice to be given under this Contract sha11 be gzven as follows: If to City: Greg Simmons, Faciliiies Manager City of Fart Worth lOQO Throcktnortan Fort Worth, Texas 76102 If to JCI: Mr. Rich Oliver Texas Dizector — Govez�nznent Marketi�g John Controls, Inc. 3021 West Bend Drive Itving, Texas 75�63 13. Conflicts between Documents Any confi�ict between this contract, tha Request Eor Proposal, and ]CI's Response to the Request fr�r Propasal shail be resolved in ttus order: this contract shall cantrol over the Request for Proposal and tkie Respons�. The Request far Proposal shall control over the Response. 14. Minoriiy and �Yoxnen Susiness Entarprises A waiver of Minority and Women Business Enterprises (1VI/WBE) has been appraved for tYfis contract. In tl3e event that a Perforfnance Cantracting Project Agreemeni is negotiated, a MIWBE goal �vill be established to be included in such agreement 1�. Miscellanenus Pro^visions A. rCI shall perForm all work and services hereunder as an independent contractor, amd not as az� officer, agent, servant or employee of the City. JCI shall have exclusiv� control of, and the exclusive right to control tha details af the wark performed hereunder, and aIl persons performing same, and shall be solely responsi6le for the acts and omissions oF its officers, agents, employees and sub-consultants. Nothing herein shaIl be constnaed as creating a partnership or joint venture between. the City and dCI, its o££cers, agants, employees and sub-consultants, and doctrine of respondent superior h�s no appIication as between the City and tlie 7CI. B. The parties acknvwledg� that each party and its connseI hav� reviewed and revised this contract and ihat the normal rules oi cnnstruction to the effect that any ambiguities are to be resolved against the drafting party shall not be emgloyed in the interpretation of this contract or exiubits �ereto. IN WITNESS WHEREOF, the Cify nf Fnrt Worth has caused this instrum�nt to be signed in four counterparts in �ts name and on its behalf by the City Manager and attestad by its Secretary, with the corporate seal a£ the City of Fort Energy Savings Performance Contract � duly authorizeci officers in four Contractar signature By; Rich Oliver APPROV . Name Texas Director - Gov. Market By: Office Marc Ott. Assistant City Manager Worth attached. The Contractar has executed khis inskrumenk through its counterparts with its corporate seal attached. �� j � DQne in F Wo ;'T�1cas, this the � day of �'�� ; A.D., 20�. �� APPROVAL RECOMMENDED: � - r By: �'�'`. _ Robert D.Goode, �'. �., Director Transportation and Public Works APPROVED AS TO FO A1�TD L�GALITY: By: �- i��� - - . Assistant C�y Attorney ATTEST: i By: � c��a Pear�in City Secretary �,�,�,,��. i � -- - Date C�- �� 3�� �o�tra�t �u�ha�i��,�iaaa --. � � l__.` __a—�_-_'���.p� __ ��te Energy Savings Performance Contract � '•' ' ,� # � I � ' � �� �'' i� � � PROJECT DEVELOPMENT AGREEMENT Attachinent A Al. City Premises JCI and ihe Gity agree tllat the falIawing City facilities shall be included in the ref�renced Detailed Evaluation Study (5tudy): ➢ City Hail, 1060 Throckmarton 5treet, Fort Wortl�, Texas ➢ City Hall Annex, 908 Monroe Street, Fort Wortlj, Texas ➢ Publie Safety Bnilding, IOth & Throckmorton Streets, Fort Worth, Texas i' Meacham Inkernational Airport Termin�l, 42Q1 NorthMain �treet, Fort Worth, Texas A2. Scope of Work 7CI and the City agree that the foilawing Sco�e of Work shall apply ko the referenced Detailed Evaluation Study (Stady): Li�htinE — Eauiument IIusradex 5� Applicable facilities as follows: City Hall, City Hall Annex, Pubiic Safety, Meacham Terminal; ➢ Surv�y all Lighting System Equipment including Fi�ctures, Lamps, Ballasts and nther system components; � Review applicable Codes and Standards with the City as necessary; ➢ Detern�ine site-specifie upgrades, including viable options, for review witln the City; ➢ Datermine sike-sp�cific vtility, operatinns and managament {O&M} and capital cost impacts to City budgets; ➢ Determine sike-specific implementation costs associated v�rith selected upgrade options; y Complete preliminary scope of wark far review and approval by the Cify. Ligh#in� — Controls iTp�rades ➢ Applicable facilities as foliows: City HaII, City Hall Annex, Public Safety, Meacham Terrninal; ➢ Survey all Lighting �ystem Controls including Circuiting and Switching and other system cornponents; ➢ Review applicab�e Codes and 5tandards with the City as necessary; ➢ Detertt�ne site-specific upgrades, including viable options, for review with the City; � Determine site-specific utility, opera�ions a�ad znanagement (C3&M) and capital cost impacts to City budgets; ➢ Determine site-speci�ic implennentation costs assaaiated with selected upgrade options; Energy Savings Performance Conttact ,� ➢ Complete prelimitiaty scope of work for revieW and approval by the City. HVAC — Plant Upsrades ➢ Applicable facilities as follows: City Hall, City Ha11 Annex, Public Safety; ➢ Survey all HVAC Plant Systerns including Chiller and Bc�iler Equipment and other system camponents; Y� Review appIicable Codes and Standards with the City as necessary; Y Determine site-speci�ic upgrades, including viahle options, %r review with tha City; ➢ Determine site-speciiic utility, operations and management (D&M) and capital cost impacts to City budgets; ➢ Deteruziue site-specifie implementatian costs associated with selected upgrade options; ➢ Complete prelinaivazy scvpe of work for review and approval by the City. IIVAC — �vstem Upsrades ➢ Applica6la facilities as follows: City Hall, City Hall Annex, Public Safety; Meacham 'I'erminal ➢ Survey all HVAC Sysiems including Air Handling and Terminal Unit Equipment and other syste�x3. components; ➢ Investigat� the viability of integrafing the Municipal Complex into a common heating and cooling laop. ➢ Review applicable Codes and Standards with the City as necessary; ➢ Determine site-specific upgrades, including viable options, for review v�itb kl�e City; ➢ Deterrnine saite-specific utility, aperatio�s and ffianagement (O&1Vn and capital cost impacts to City budgets; ➢ Determine site-specific implementatio$ casts ass�ciated vvi�h selected u�grade options; ➢ Complete preLiminary scope of warl� for review and approval by the City. HVAC -- Control5 Unsrades ➢ Applicahle facilities aa follows: Ci.ty Hall, Czty Hall Annex, �'ublic Safety; Meacham Terminal ➢ Survey all HVAC Controls zr�cluding Pneumatic and Electric/Electronic Equipment and oti�er system companents; ➢ Aeview agplicable Codes and Skandards vvith the City as necessary; ➢ Datermine site-specific upgrades, including viable options, for review with ihe City; ➢ Determine site-specifie utility, operations and mana�emeni (O&M} and capital cost irapacts to City buc�gets; Energy Savings Performance Contract r � ➢ Detarmine site-specific implementation costs associated with selected upgrade optinns; ➢ Completa pzeliminary scope of wark for review and agproval by the City. Water - Couservxtion l� Applicable facilitzes as foll�ws: City Hall, Public Safety; Meacham Terminal ➢�urvey all Water System Ec�uipment including Plumbing Fixtures and Control Valves and other system components; ➢ Review applicab�e Codes and Standards with the City as necessary; ➢ Determin.a site-specific upgrades, including viable options, for review with the City; ➢ Determine site-specific utility, operations and management (O&M} and capital cost impacts to City budgets; 9 Determine si#e-specific implem�ntatian costs associated with selseted upgrade options; A Complete preliminary scopa of vcrark for raview and approval by the City. �xclusions ➢ Utility SOP rebata deposzt. Energy Savings P�rformance Contract � Atiachrrient B Preliminary Audit Energy Savings PerForniance Cont,ract r ' Aftachmen� C Facility Design Guidelines Ol DO GENEItAi. REQUTREMENTS Utility 5ervice: the Architect, tlsrough tha mechanical engineer, is responsible iar atranging site utilities, including eleetrical, gas, wat�r and sewer. Contact information, including name, company, phone, will be provided on the Site Plan. The Contractar will be responsiUle for including in his bid all service fees fnr the design shown on the pIans. This requires th� enginear to coordinate well ahead of bid date. 0110 Overhead and Miscellaneous Data 0130 Submittals 1. Shop Drawin�s will be submitted directly ta the Architect. Ai'chiteet will review and return the� directly to ihe contrackor with a copy directly to the Construction Manager. 2. MEP and finish Shop Drawirigs will also be submitted tv the Construction Manager who will coordinate the City's review and send comments to the Architect for incorparation into the Ar�hitect's review comments. 'I'he constructian Manager may requsst additioaal submittals as necessary to assure City's xeview priar to approval by the Architect. 3. All record drawings to architect direetly far editing and submittal to the construction Manager 4. Alternate mate�:'lals will he revzewed ancl approved as part of shop drawing and submittal process. Bidders may request approval of alternate during bidding but archicect wi�l not be pushed to approve alternates tivithaut full revievw material or at the last minute. l40 Quality Control 1. City constructiQn manager to inspect and administer the Project. 2. Warranty inspeckion at 1 Qth month with architect and contractor 3. Unlass otherwise directed, all rnat�rials testing will tae under a separate con[ract paid fdr by the City O 150 Constructian Facilities and Temporary Controls 0160 Material and Equipment 170 Contract close-out l. Will raquire CO, Final Inspection, Waivers from Snbs and Consant of Surety 2. Field marked-up plans to Architect so he can edit to Record Drawirjgs on Sepia. 3. Time stops on CO provided iacility is able to be fully used by Client 4. All Record Drawings must be submitked and approved prior ta final payment. 0180 Maintenance 0200 Site 1. Pavement to be concrete vrith lime stabilized sub-grade. 2. Curbs on a11 edges. 3. Non-tacking joint filler. 4. Landscaping and irrigation will he in base bid, not an alternate 5. Fences to be masonry for sound controi and low maintenance 6. Steel railings on all porches, ramps ar�d stairs 7. Accessibility ramps to be concrete, not �vood S. No pavestone or brick wallcways without concrete sub-s1ab. 9. Limit shru6s, trees near building to prevent future damage to siding. Plant dwarf shrubs at perimeter of building to protect foundatian. 10. Water cantrol: I0.1. If the facility is located in a fl.00d plairi, coordinate a11 civil design with Transportatian and Yublic Works Develapment Activities Division. 10.2. All nevv buildings shall receive a bronze dedication plaque as directed. Energy Savings Performance Coniract 10.3. Where feasible, extend downspouts from roof underground to storm dtainage structures to prevent water infiltration under the building. pro�ide lower lavel clean-outs. 11. Erosion Control: 11.1. While it is true that the EPA passed the niles about 1-acre sites last February (knotivn as Phase In, they do not go into effect until khe year 2003. I 1.2. At this time, a site must be 5 acres or larger to need a permit. Current City ordinances prohibit discharges of dirt to the starm drain system (and the street is defined as a part o€the storm drain). 11.3. While the site may not need a permit, they will still have to install whatever structures they may ne�d to pra�ent dirt, silt, ete. from leaving the site. Such discharges are a Class C criminal misdemeanor carrying a$2,ODQ fine, per violation. i2. References to Ciry Standard or NCTCOG or TDH Standard Specifications will not be used. Full speci�ca�ion language will be included 300 CONCRET� FOUNDA'I'ION 1. Suspended structural slxb on drilled piers is preferred foundation 2, Grade bearns poured separately and tied to slab with reinforcament. 3. Slabs fully suspended an carton forms 3_I. Unless the sail �ests indicate that a slab on grada can he designed wzthout movement, a11 floors shall be s�ructural slabs. 0400 MASONRY 1. Use giazed conerete blocl� in lieu of ceramic tile on outside of building. 2. Brick exterior wit.� CMU back up pre�erred for exterior walls. 3. Hardi pane� siding, trim and soffits is preferable if brick is not feasible 0500 METALS 1. Metal builc�ings use heavy gage 2. Stainless steel cauntertops where feasihle. 0600 WOOD AND PLASTICS 1. Solid surface material hy Wilsonart, Nevamar, �ormica with sinks to match. Clarify, integral sink? 2. Laminate tops made using exterior grade'/a" AC Fir plyGvood as sabstrata. Particleboard substrate is nat aceeptable. 3. No melamine is to be used. 4. No type of particle board is alIowed in cabinet constr�ction 5. Face-frame all eabinets when passible. iTse plastic laminate face, no paint. 5. No Europeau Yiinges. 7. Use real wood instead of venaers whenever possible. 4700 THERMA'L AND MOI3TURE PROTEG'.I'ION I. Shingle roofs to be 25-30 year architectuxal shingles on pitched roofs. {color and brand?} 2. Flat roofs to be 2-ply APP rr�odified bitumen (Torch down) with embedded grannlar snrface, 20 year non pro-rated system Iabor and �naterial replacement �ost warranty (Intec) 3. City roofing crews must be certified to rapair and modify roof inembran�s and flashing. 4. Roofs A�. I. All mofs shall he pitched if possible, or ha�e a 20 year bondable raof applied. City roofing creuvs are quaIified to repair granular surfaced APP modified bitumen double-ply roofing �.2. Minimize roof penetr�tions and roaftop equipznant. �i.3. Prefer side disaharge units for roof tap units 4.4. All low slope roofs shall have a minimum pitch of one-quarter inch per foot slope. 4.5. All low slope roofs shall receive wallcing surfaces to any equipment located on the roof (to protect the roo�ing). 4.6. Aii flashing ta he bal�ed enamel. 0$00 DOORS .AND WINDDWS Energy Savings PerFvrmance Contract 1 T�emial insulated glass thraughout. (Triple pane} 2 Keep windows high with nv�rhangs on �est side of building to limit solar gain 3 Metal doorjambs with paint grade wood doors. No stained doors. 4 Standard locksets, Schlage or Corbin, iever handles S No fuU martzse locksets. 6 Mastaz an.d sub-master keying. 7 No axierior wood dovrs. 8 Solid core, galvanized metai doors and jaxnbs on all exterior ent�aiaces or rnetal storefz-onts (anodized)AlI exter7ior doo�rs to hava canopylcovering for weather protection of door and enfiry area 9 All buildings with exposed-to-fraffic canopies, limit-overhead beams at entriea ta reduce vendor damage 10 OVERHEAD DO�RS Fire statioris- "Finisbline 3S4" alumiuum doors with 1/8" glass. One oz two rows of glass oniy. Door operators to be Link or Powe�astez-. Electx-ic eye operati.on. (**radio operators 11 ADA COII�IPLIANCE 11.1 Lever handles on al1 daors 0900 FIlVISHES 1. A111ay-in ceiling grid to Ue 2x2. No recessed or sk�adow liane ti�Ies. (Tile type and z�umber ?) 2. Pawlings plastic chair rail on u�a11s where chair damag� may oecur, Azrack, Axmstrong or Kentile floor tile. 3. Carpet tiles preferred. (Manr�ington Carpet has 1998 contract. Architect to canfirm preferred manufacturer) 4. No carpet in heavy-use cozridors, entries ar foy�rs. Prefer terrazo but may use ceramic tile, slate or premium VCT S. Rubber base to be Roppe, continuous roll, with pre-formed comers. (Na vinyl ot Iight colors.) 6. Limik vinyl wall coveringl vinyl rock. 7. No acoustic, sandtex finishe,s on interiors or exterior. {Specify iinish} 8. Iukerior wall paint to be serni-gloss. 9. Inkerior waIl paint to be EggSh�ll/Satin. 10. Soifits to be constructed of Hardi-Panel cementious board of appraved aqual. 1000 SPECIALTIES 1. Solid plastic or Stainless steel restroom partitions, 1100 EQUIPMENT 1. Design kitchen appliance space to accommodate standard industrial equipment. Provide cash allowance in bid. Contract adjusted to reimburse contractor for aetual purehase priee. 2. Athletic eqtupment is generally purehased by city using � cash allowanee part af base bid. 1200 FURNISHINGS 1. Cas�work: Solid wood, iaminat�d. 2. Blinds ta be part of genaral construction bid. Lite-Blocker 11tini-Blinds by Levvlor for Fire Station sleep rooms. 3. Library, o£fice and general iu�nitut� to be bid through Purchasing using spacs prepared by archiiect. 1300 SPEGIAL, CONSTRUC`I'ION I. Pre-engit�eered buildings: make sure walls and roof are heavy gauge for durability. 2. Insulation zequized. 3. Always bid as part of overall projeat, not piecemeal. 4. Portable buildings and classraorns raay be acceptable providad certif'ied by the Stat�. 5. Security access: provide linic to City by modem, dialer or on the network. Provide for remote monitoring and control via rnodem. Coordinate with ITS. 1�400 CONVEY7NG SYSTEMS Energy Savings Perfarmance Cantract i. Elevators are required for a11 buildings nat on one f�oor. 15Q0 MECHAIVICAL 1. Apply the International Energy Can�ervatian Code 1.1. Speci�ications must require Manuals priar to Certificate af �ccupancy in accordance with $03.3.$,3. 1.2. Energy analyses with supporkiug ciocumentation in accordance with 806.5 shall be submitted with final design submittal. 2. Investigate khe feasibility of using thermal storage for air-conditioning systems. 3. In�estigate geothermal in new iacilities. 4. Unless otherwise directed, all temporary and Final utility connectinns and metering devices wilI be requested and paid for by the General Contractor. 5. L7se variable inlet dampers instead of variable speed drives on fa�s. 6. Use pleated filters. 7. Products manufactured by the followiug compaoies are not acceptable for TPW managed Projects: McQuay International. 8. The plans will cleatly indicate the limit of the Conf�-actoars respvns�bility for water and sewer serrrice. The Contractor will be responsible for ail costs to connect ta watez on the building side of the meter and to sewer at the property line. The City will pay for water and sewer taps to the property Line and to the meter. The Engineer wiIl contact the VVater Department to have khem design and estimate the cost for water and sewer service. 9. The Engineer will contact Ehe gas, telephone, cable and electric utilities ta coordinate the services to the huilding and list f.he contacts on the plans. 1514 PIPING I. Provide more scuttle holes in floors on pier & beam founc�ations, and in each cell in areas with underground piging, %r kitchen areas and restrQoms. This will keep from having to cut holes in floors for plumbers. 2. Minimum 3" drain line from garbage disposals. 3. AIl floor drair�s primed. 4. Provide for drainage in restrooms, mechanical roorns and kitchens 4,1, Dish floor for 2' diameter araund drain to catch water, or 4.2. Depress floor slab in tiled restrooms and have the tile contractor thick set the tile to provide sIope to floor drains. S, All sink and fixture plumbing in vs+all to be supported hy chairs. 6. Cast iz'on piping preferred outside of builciing line. 1520 PLLTMBING FIXTi]RES 1. Spacing of appliances is critical fnr ADA and TAS 2. All ne�v restroams to be accessible 3. Drinking fountains provide one standard height and one wheel chair height. 4. Oil interceptors/separators to be provided in all equipment bays. No free drainage to suxrounding area. 5. Integral staps to be installed at shower valves. 1530 PLUMBING APPLIANCES 1. General 2. Specifications shall list Ciiy apprav'ed manufacturer as first using that manufacturer's product numbers. Approved alternates shall be listed with concurreace of City. Additional alternates may be approved prior to bid by addendum. AItarnates may be approved snbsequent to bid only when approvad aiternates are anat available. Z. I. Tterns as listed or approved eyual. Energy 5avings Performance Contract 2.2. U�derslab piping: Cast iron 2.3. Cleanauts: Outside footing line 3. AIl sinks and vvall-hung Eixtures on chairs. Wall carriers are not acceptable 4. Mount showers on sidewa3l so that person can operate water fixtures without standing in front of the head. 5. Materials 51. 5ingle handle shower valve- Delta 172� WS 5.2. Dual handle lavatory, S" OC- Delta 3549 WFL.CHDF (ADA) S3. SicFgle handle lavatory, 4" OC- Delta 501 5.4. Gooseneck faucat— Delta 400 5.5. 5tainless steel double ki�chen sink- Elkay L2D3322-4 5.6. Toilet flush ualve- Auto Flusn {electric with batierias) 5,7. Urinal flush valve- Autn Flush {electric with batteries} S.$. Toilets- Kahler K-4350, 14" H. {standard} 5.9. Tailets- Kohler K-4368, 17" H. (ADA} 5.10. Urinals- Kohl�r K-4972-T, blowout urinal (standard} 5.11. Urinals- Ko�ler K-4960-T, blowoat jet superior (ADA) S.I2. Service sinlc Kohlet K-b716, 20"xl6" basin with 3" I.P.�. trap outlet. 5,13. Lavatory- Wall-hung, �nameled cast iran 5.14. Kohler- K28�61, 4" CC 5.15. Kohler- K2863, 8" CC 5.16. Lavatory- Self rimming, enameled cast iron 5.17. Kohler- K2916, 4" CC 5.18. Kohler- 2417, 8" CC 5.19. Electric Water Heaters, Lochinvar, State, Bradford White, or A.O. Smi�h. Welded steel tank with gIass or 10 mil phenolic liner. Factory prewired. 1540 FTRE PROTECTION 1. Avoid wat systerns where not required. 1550 HEATING 1. Use gas hearing where possible 2. Gas heaters to be fan powered with poser exhaust 3. Do not use lube-infrared or Tube/Radiating heaters 1560 HVAC PIPTNG 1. Use trunk Line vcrith Bra�ch Circuits co�taining balancing dampers 2. Use step dovcm type �ayin grilles. No perorated supply grilles 1570 ATR CONDITIONiNG AND VENTILATION 1. Use multiple units (I.E. Rooftops, split systems, ete.} over one Iarge unit. Use local distributor brands (Carrier, Trane, York) for parts availability. 2. Specify 5-year compressor warranty. 3. Ducted return is preferable to planum reiurn 4. Use unit heaters (fan powered witlz power exhaust & electranic ignition). 5. Access panels on VAV Yraxes wiIl be an the side, not bottom. 6. Use balaneing dampers in alI supply air branch ducts. 7. On roof�op uttits specify side discharge with solid welded cur�i caps. (Eliminates water prohlefns in the building due to stopped up drains, frozen coils or evaporator coil cleaning). 8. On 10 ton and larger units, specify serni-hermetic compressnrs. 9. On all HVAC equipment, specify low ambient controIs. 10. Oversize HVAC units by 10°/n and provide control through in line duct dampers ta meet design. Do not allow under design variation during TAB. 1 I. Cantraator to engage TAB confraotor and fizlly balance tlte systein before substantial completion. TAB costs te be in 5chedule of Ptices. En�rgy Savings Performance Cantracfi 12. Use Multistage units an Variable loads. 13. Require Enthalpy on all HVAC units when available 14. Require baelcup H�AC units for rooms with Eemperature sensitive ec�ipment. 15. AlI HVAC units to be mounted on Factary Curbs. �6. All curb caps to be constructed of 22 gauge. 17. Add drawing of curb cap design. 1600 ELECTRiCAL 1. Desi�n must meet Inkernational Conservation Code and City Electrical Code 2. :411 electrical wire will be installed in EMT up to 7-bax feading �ixtures anci other equipment. Drops to fsxtures and equipment less than 6-ft can he in whips 3. Secure J-boxes to structure above ceiling with all-thread rod. 4. No BX or MC cable is allowed. 5. Clean out existing conduit to panels in renovation projects. 6. Metal loakers and cabinets in any fire station truck rooms. 7. Items must be furnished as listed or approved aqual. 8. Generators- 8.1. Backup generator to be gas or diesel. 8.2. City will purchase generatar and transfer switch 9. Equipment LIST TWO OR THREE EQUAL 9.1. Generator:Onan 9.2. Transfer switches: �nan 9.3. Panels- Square D, NQOD 9.4. Fixtures- Metalux, Luuiark 9.5. Transformers- Square D 9.6. Relays- �quare D 9.7. Contactors- Square � 9.$. Switch Gear- Square D 9.9. L'unit switches- Square D 9.10, Time cIocks & photocells- TORK 4.11. Plugs &a switehes- Arrouv Hart, Hubbel Commercial Grade 4.12. Exit signs- Metalux w/ hatt�ry & LED lamps 4.13. Lamps- Alto lamps, T-$ fluoresceat 9.14. Ballast Fluorescent- El�ctronic ballast Advance 9.15. HID- Advanae 160i0 IlVTRUSION ALARMS 1. ITS is fY�e design praponent far Intsusion Alarm Systems 2. Fire Station Intrusion Alarms 2.1. Windows and doors are alarmed . 2.2. Master alarm tied in. to skation alert system so that the "hig red button" activates the intrusian system with an adjnstable delay 2.3. Reset button is provided so stay behind persannel can ovemde the setting of the system 2.4. Construction contractor installs contacts, conduits to electronics claset, and contral box in the closet. IT'S installs the control system under a separate oontract. 2.5. Fire stations do not have naotion detectors. 2.6. Central dispatching can deact�vate intrusion alarm system. 3. All other facilities 3.1. Faciiities are stand alona 3.2. Calls are dialed aver landline 3.3. Conirac�or instails contacts, conduits to electronics roozn, and boxes. IT� installs controls and dialer. i7000 TELEPHON� ANU DATA Energy Savings �erformance Contract 1. Electronic equipment room to have separate HVAC unit. HVAC unit wi1l be wi�ed to emergency power system. 2. Install went fan with switch at doar and temperature switch. 3. All telephone installations will be coordinated with tl�e City Communications Services Division to dete�nine equipment support requirements. Wt�ere %asible, fhe contract dacuments will include all conduit, and jacks for teleghones, computers and eommunications equipment. 4. Electronic Equiprnent room shall house Telephone and Data r�cks. Room v�rill be separate from all power panels and mechanical equipment S. CQIIiY$CtOr 1C1Si$I1S 311 C�llCt W1t}1 �71111 Ill1e5� bnxes in �valls 6. ITS provides and pu11s all com�no/data wire and instaIls jacks and equipment. 7. PA Systam. Paging will be done through the phone system. In Fire Stations ihe phone paging will couple with t1�e PA system which will have speakers in every area. The PA speakers wi11 have volume controls nlaunted adjacent to the room light switches. $. Fire Statians will have dual speakers with the call alerts to the second speaker which will have no volume adjustment. 00 LANDSCAPE 1, Irrigation l.i. T�R� Residential (pfastic risers). 1.2. Contaroller to be Toro Visiqn II 1,3. Install pipe sleeves under concrete sidewalks and driveways. 1.4, Stream rotary head. 1.5. Separate stations for grass and shrubs. 1.6. Separate met�r for imgation from building meter. 1.7. Cantrol5 to be in locked box outside of huilding or in low vol[age LAN Room. 2. Extend concrete sidewalk to curb ta eliminate grass strip at street. 3. Ext�rier security light fiixtures- Wide-�,ite, Large Round 5upra-Lyte, Single Lamp 400 Watt BTlE37 En�elope Mogul Base, #RSLM-400-(2)-{*}-DB. 4. Landscape design plan to have trees and shrubs identified, so if city-supplied, could use what is in stack. 5. Flagpoles to have intemal halyards. (Three flags tiypical- U.S., State, City} 6. Exterior water iauce�s tn have locked Y�oxes (Cast boxes). 7. Pavers to be set on concrete slab vs+ith cancrete side sfrips. Fill to be sand. ao0oo Energy Savings PerForimance Contract „� Attaclunent D Project Cons#raints 1. Ofiice temperature setpoints will be based on a to he determined 4 degree range in both heating and cnoling modes. 2. All HVAC setbacks for evenings and nou-woricdays must be approved by the City. 3. Light intensities for offices, confer�nce rooms, hallways and administrati�e/public space will meet Illumination Engineering Society standards 4. Any Q&M savings included in khe guarankeed savings amount must be "hard” savings (i.e. clearly defwable savings in parts, materials, and/or contract services} as compared to actual O&M costs associated with the skatus qua systam. 5. All facilities must rnaintain normal operations during renavatzc�ns so FIM casts must accaunt €og whatever accommodations are ne,�essa�ry (io be determined an a case by case basis} to ensure tlus, 6. All movement of office fiarniture will be dane by the cantractor 7. One week advance noti�e will normally be required before moving into a new area of a facility. More advance notice may he required if the area of work is sensitive or secure. 8. Utiliry shutdo�vns must be after-hours or on non-workdays with at least two waeks advance notice. 9. During installation of approved FIMs, .TCI and City shall coordinate the activities o� re� and JCI's subcontractors with City employeea andlor agents. 7CI shall nnt commit or permit any act that �vill int�rfere with the pexfornaance af �usin�ss activities conducted by the City or its employees without prior written approval of City. 10. Savimgs cannot include: � In-house lahor costs avoided o Deferred maintenance eosts 11. The procedures/systenas foz- establishing base year consnmption and calculating future year's savings are suhject to the City's review and approval. If computer sunulation is used, the Study shall inelude a short descripiian and state key input data. Ii requested by the City , access will be provided to the simulation program and a11 assuznptions and inPuts used, andlor printouts shall be provided af all input filss and important output files az�d ia�cluded in the Study report with dncumentation fhat explains how the iuial savings figares are derived from khe simulation program. 12. Pracurements will coixiply with the Minority and Wnmen Owned Business Enterprise requirements of tk�e , City of Fort Workh Ordiaance, 13. �CI will use ciry of Fort Worth General Conditions for Construction oz- approved altarnate for procurement of subcontracts and purchases. I4. Open boak pricing will be renuired, such tkiat JCI �vi.II fully diselosa ali costs, including all subcontractor and vendor costs. JCI will maintain cast accounting recorda an autk�arized wark performed under actual costs �ar labor and material, or ather basis requiring records. JCI will afFord City of Fort Warth access to these records and preserve them for a period of three (3) years afker final payment. Casts will be evaluated through price ana�ysis to compare eosts with reasc�nable criteria such as established catalog and market prices or historical prices. Energy Savings Performance Contract �� 15. Construction contractors must carry Builders Risk �overage. I� addition, performance and payment honds that conform of the requirments of Chapfer 2253, Texas Government Code, are required. Contraciors sha11 also catry insurance in euch anzounts as may he determined by the City in its sole discretion. Eaergy 5a�+ings Performance Contract �ity a f �'��� T T�a�•�l�, ��xu� ���a� a�� �au���� ���n���������� DaA�� --i������C�1C'E IVl]i�hL��R L.�G PlAhri� I'ACSE 'I � ��6��� "*C',..� ���� S�J�H�l��N � � of 2 su�.�Ec:T AlJTH�RfZ�ITI�fV TO �f�7�R Ih1T� ���E�TRA�T V1f lT� .l�Hi�S�i� ��f��R���, li��, T� PER�Df�N1 A� D�T�11L�� ������' �UDIT AND E�1��f����IC�C C1�A�UA�`1�� ��R E��f��1` �A�I��� ��Ul��vl�f�� RETR���� Th� �it}� h�s se�eral �pfio�� und�r li�� #e�ms af #Y��s c�ntrack; I� the �i�� ultirrEat�ly a�ts k� �xecu#e th� pra�osed pro�e�t v�� �r� ���� wi#h Johr�s�ri �or��r��s, Inc, kh� �ost �f the �l�ia�led ��r�rgy audii �nd �n�ir��eri�g �valua�i�r� will �e r�1��d Ir�t� the vv�fsll pr�Je�� c�st� and ��i� f�f ir�m Env�r��m����! Pr�xe�tion F�� revenu�s irr an �nr�ual �rt�o�r�i �alculate� b���c� �n t�re ��aarantoed energy �av�ngs; �r�d * li J�hr��on �ontr�l�, Ir�c. propo��s a pe�je�k t�ax �h� �it� ��ree� me�#s th� pay��c1� ��it�rion buR �h� �l�y ���Id�S r1s�t t0 C�r�tfaC! U�+�l�t ,101�1�50� �ontrOiS, In�. f�r �ra��ct �xe�utio�, then #1ze cos� o� the detail�� �n�rg� �uc�l� �nd �n�ine�flr�c� evalu�tlotr vvill E�e �aEd �ror� khe �r�rrira�nrr�ental i�a��ge�n�r�t F�e�d. A Nt���r and �ouncil ��r�ry-��,t�i�a#i�n v�+ill be fo�+arde� lo ihe �i�y �oun�fl �o ap�ropriat� f��ds fc�� �a�rener�t ir� tl�e amo��nt �f $9�,�0� �I���€d #Y�is o���r; ar�c� •��ould the d�taiE�d audwt �nd �r�gineeriric� result in s�rap���d pro�eci ih�� does r��k meet tYr� 1�-year p��b�ck c�ateri�r� #h�rr ih� �3l� w�ll n�t �ay f�r 11�e d�tail�ri �r��rgy ��dit anc� �n�in�ar�r�g �vaa��tl�ri t�or wiik ai�er� be any furth�r of��ir�ation o�r �#�� part ot �h� �+ty� to ca�ki�ue to urork tov�ard a� �SP� wiih ,�o1��so� �ar�trols, anc. To v�riF� Joh�n�o� �ontr�ls, Inc.'s prapas�l, the �tty v�ill hire �n �ngln�ering c�nst�lkan� io revi�w th� proposal r�sulling frorn th� ��t�iEed energy a�,dit and angin��rin� evalua�aor� �E�rig witi� the assa�tate�l �o�t and ener��€ savir��� pro�ec#ions. N1�WBE - A� wa�ve� af the goa� for iV1�UVB� ���c�n�rs��ir�g r�q�ir�m�rit� was r�q��sked ��+ tl�� depar�rri��t a�d ��pro►��� b� �l�� �.+1l1�VB� �Ff��� be��use sUbc��r�r�cti�7g and s�ppli�r opp��luni��le� ��� n�rgligib�e. �I��AL I�F�Riv1ATE0�l��f�T1�1��TI�EV: Th� �in��ce Dir��tor ��rtlfi�� that thi� ac��ori wilM h�v� n� rnate�ial �ff�ct ar� ��#y func#� at t�is time. LV1f :I{ Su��millecl fur C'i�,y R1efl:�ger's E'[JNE� I AC'CUISh�'I' I ��J,:NT'l.lt I ��41�)t Ily't� � CE'I`Y SC�`RF','I':11�Y ilflire �y: �to} I Lih�y Wr,lson bC�i — -- — � Origint�iMr�� Rrpairtntient l��ad; _ f��INri ��O�rnea� 8�79 {1"rrFi3i} � Additio�Hl Infnrn��lion CaosncF: ❑Cc� $irFvnons � 7$�i� ` ! City of'�F'ar� W'or�th� Texas ����r �r�d Cou�cil Comrrnu�ic�-�ion DAi� REFER�iVCE NUMBER LOG NAME � � Iz�loz **G-� 93�9 52,]OHN50N F'AG� 1 of 2 SUBJECT AUTHORIZATION TO ENTER INTO A CONTRACT VIIITH J�HN50N C�NTROLS, INC. TO PERFORM A DETAlLEU ENERGY AUDIT AN❑ ENGINEERING EVALUATION FOR ENERGY SAVINGS EQUIPMENT RETROFlT RECOMMENDATION: It is recommended that the City Council auth�rize the City Manager to execute a contract with Johnson Cantrols, lnc, to conduct a detailed energy audit and engineering eval�ation af the Cifiy's Municipal Camplex (City Hall, Public 5afety Building, and City Hall Annex) and Fort Worth Meacham Internafional Airpart t�rminal building far an estimated cost af $93,400. DISCUSSION: As described in Informal Report No. 8359 dated October 30, 2001 and Informal Report No. 8386 dated �ebruary 26, 2Q�2, City staff has be�n moving farward with #he En�rgy Sa�ings Performance Cantrac# (ESPC) process. For many years the ESPG fiaol has been beneficially used by numerous gavernment and private arganizations to allow #or the immediate upgrade of the energy systems while allowing realizat�on of fund�ng for said improvements from guarar�teed energy sa�ings. No upfront capital expenditure is required. The ESPC is endorsed by t�e 5tate Energy Conservation Office and is expected to �e an exfremely �aluabl� taal in #he City's energy consprvaiion program. Additionaliy, the ESPC will b� extr�mely impartant as the City strir�es to reduc� unnecessary aperational expenses and ensure compliance with the Texas State Legislature, Senate Bill No. 5 of the 77th Sessian. After a two-phase panel selection process, City staff selected Joh�son Cantrols, Ir�c. as the most qualitied Energy Savings Compa�y (ESCO) ofi the s��en ESCOs that responded to the Request for Qualifications. Johnson Controls, Inc. was issued a"Letter of Intent" that asked them to conduct a preliminary en�rgy audit af the dawntown Municipal Complex and Fart Warth Meacham International Airport terminal, stating the City's intent to enter into an ESPC with them far the design and execution of any projecfis that they demonstrate will result in an acceptable payback period. Thes� phases of the project ha�e been cample#ed at no cost to the City af Fort Worth. Johnson Controls, Inc. has conducted �he prel€minary audit and provided the Ci#y with a repar� of their #indings. Their report describes in general a$3,300,000 facility system retrofii project thai, if implemented, wauld pay far ifself in fess than 10 years from the energy savings generat�d. This proj�ct would include heatinglventilationlair cor�difiioning, lighting, and water system retrofits in each of the facilities. Exact detaiEs af the project would be developed in the detailed energy audit and engineering eva[uation recammended by this Mayor and Council Communication. Johnson Controls, Inc. states they are confide�t that the project cast and �n�rgy savings estimates in fiheir preliminary energy audii report are conservative and that the ultimate payback period they wil! eventually guarantee prior to project execution will be shorter, City o�1G'oNt �o�ih9 Texas i�i�yor ��d Cou��if Co��u�ic��ti�� DATE REFERENCE NUMB�R LOC NAM� PAGE 11126/02 �*��� ��69 52JOHNsoN 2 af 2 SUBJEC� AUTHORIZATION TO ENTER INTO A C4NTRACT WiTH 4HNSON CONTR�LS, INC. TO PERFORM A DETAILED ENERGY AUDIT AND ENGINEERING EVALUATION FOR ENERGY SAVINGS EQUIPMENT RETROFiT The City has se�eral options under the terms vf this contract: o If the City ultimately opts to execute the praposed project via an ESPC with Johnson Controls, Inc. the cvsi of the detailed energy audit and e�gineering evaluation will be rolled into ihe overali project costs and paid for from Environmental Protection Fee re�enues in an annual amount caEculated based on the guaranteed en�rgy savin�s; and • lf Johnson Confrols, Inc. pra�oses a project that the City agrees meefs the payback criterion but the C�ty decides nat to contract with Johnson Controls, Inc. for project execution, fihen the cost of the detailed energy audit and engir�eering evaluatian will be paid from the Environm�ntal Martagement Fund. A Mayor and Council Communication will b� farwarded to the City Council to appropriate funds for payment in the amount af $93,400 shoufd this occur; and � Shou[d the detailed audit and engine�ring result in a proposed project that does noi meet th� 1 a-year payback criterion then the City will not pay for the detaiied energy audit and engineering evaluation nor will there be any further abligation or� the part of the City ta continue to work toward an ESPC witf� Jof�nson Controls, Inc. To verify Johnson Cantrols, Inc.'s proposal, the City wilN �ire an engineering consuliant to review ths proposal resulting from the detailed energy audit and engineerir�g e�aluation along with the associafed cost and energy sa�ings projections. MIWBE - A waiver of the goal �or MIWBE subcontracting requirements was requested by the department and appra�ed by the M11NBE Office because subcontracting and supplier oppartunities are negligible. FlSCAL INFORMATIONICERTIFICATION: The Finance Director certifies thai this action will have no material effect an City funds at this time. LW:k Submitted for City Manager's FUND I ACCOUNT I C�nTEI� I AMOONT CITY SECRETARY Dffice by: (to) Libby Watson 6183 Originating Deparkment Head: Brian Boerner $079 (from) APPROVED 1 I12G/02 Additianal Information Cnntact: Greg Simmn��s 7862