Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 43589
City of Fort Worth 1000 Throckmorton Street Fort Worth, Texas 76102 CITY SECRETARY 112.<(t'Cf CONTRACT NO. _11.g"-~..:..-'-- PROJECT DEVELOPMENT AGREEMENT Between and Johnson Controls, Inc. 7461 Airport Freeway Richland Hills, Texas 76118 WHEREAS, the City of Fort Worth (City) desires Johnson Controls, Inc. (JCI) to conduct an energy and water conservation evaluation of certain City facilities to determine what measures can be taken to conserve natural resources and reduce operating costs; and WHEREAS, JCI is knowledgeable in providing professional consulting services directly related to electric, gas, and water conservation measures; and WHEREAS, Chapter 302, Texas Local Government Code, generally authorizes the execution of a contract whereby the cost of the contract is to be paid for from the savings incurred as a result of implementing the conservation measures recommended by a consultant. NOW, THEREFORE, KNOW ALL BY THE PRESENTS: The City of Fort Worth, acting herein by and through Fernando Costa, its duly authorized Assistant City Manager, hereinafter referred to as "City", and Johnson Controls , Inc., acting herein by and through Michael Crowe, its duly authorized South R~~~~Solution~er, hereinafter referred to as "JCI", enter into this Project Development Agreement this ~y of , 20 iY J 1. Definitions As used in this contract, the following terms shall mean: A) "Premises" shall mean the facilities as described in Attachment A -Scope of Work and any support buildings related to the energy consuming systems of these facilities. B) "Payback" shall mean the period of time needed for the cumulative savings the City realizes to offset the fully burdened project costs. C) "Savings" shall mean energy and "hard" operational costs avoided as a result of the project. D) "Revenues" shall mean revenues paid to the City as a result of the project. E) "Fully Burdened Final Project Costs" shall mean all costs to the City associated with implementing JCI's recommendations including but not necessarily limited to: the cost of Services, the cost to prepare the Study, the direct and indirect costs associated with designing and installing the measures accepted by the City, operations and maintenance (O&M) costs, financing costs and annual measurement and verification (M&V) costs. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX J9 -i3 -12 P13 :15 I N 2. Services of J CI The City hereby contracts with JCI as an independent contractor, and JCI agrees to perform with the professional standards customarily obtained for such services in the State of Texas, for energy consulting services ("Services") and the preparation of a Detailed Energy Study ("Study") of the City's Premises to determine the operational expenditures and characteristics of the Premises and to identify improvements, operational efficiency measures, procedures, installations and services that can be made to the Premises in order to improve the infrastructure, reduce the operating costs, and increase revenues on these existing Premises. The Services and Study shall include, but not necessarily be limited to: A) Descriptions of recommended Service Agreements (SAs). B) Descriptions of the specific Facility Improvements Measures (FIMs) that JCI recommends, including: scope of work, costs, equipment list, and implementation schedule. C) A breakdown of the utility, O&M and capital costs that can be avoided and increased revenues than can occur by implementing the SAs and FIMs. D) A statement of the amount of savings and revenues JCI guarantees that the City would realize for each recommended SA and FIM . E) The project payback shall be based upon the Fully Burdened Final Project Cost and shall be 20 years or less . 3. Attachments The following attachments are a part of this Project Development Agreement: Attachment A of this Agreement defines the Scope of Work for Services and the Study. Attachment B of this Agreement outlines special constraints applicable to the development of the FIMs and installation procedures . Attachment C of this Agreement is the City Design Guidelines that are to be followed and applied during the course of this work. Attachment D of this Agreement is the Phase VII Preliminary Report dated May 7 , 2012. Attachment E of this Agreement is the Mayor and Council Communication (M&C) Reference No. C-25751 dated July 24, 2012, authorizing execution of this project between the City and JCI. Attachment F of this Agreement is the project schedule which documents timeline s and completion dates for the various components of these services. 4. City Responsibilities During the work required by this contract, the City shall provide all criteria and full information as to City's requirements and designate an individual to act on the City's behalf on all matters concerning this contract. City will furnish to JCI upon its request, accurate and complete information concerning operational procedures and expenditures for the Premises, including but not limited to the following data: 1) Actual utility bills supplied by the utility and other relevant utility records; 2 2) Descriptions of relevant operational or maintenance procedures utili zed at the Premi ses; 3) Summary of annual operating expenditures; 4) Existing facility construction documents; 5) Prior efficiency a udit s or studies of the Pre mi ses and/or operati ng procedures. JCI agrees to work diligently to assess validity of information provided and to confirm or correct the information as needed . 5. Preparation of Performance Contracting Project Agreement Within 30 days after th e City decides to implement the SA s and FIMs recommended by JCI in the Study, JCI will prepare and submit to the City a Performance Contracting Project A greement (PCPA), which shall define the Scope of Work for implementation of the facility improvements and operationa l efficiency mea sure s, procedure s, and services recommended in the Study th a t will reduce the City's overall expense in operating the Premi ses. 6. Price and Payment Terms A. The fixed fee for impleme ntation of th e study and included services is $2 I 2 ,500 ("Fee"). B. The Fee shall be payable to JCI upon rec eipt of monthly billin g. C. The City shall require a study by a licen sed professional engineer mutually acceptable to the City and to JCI, who is not an officer or e mployee of the City or JCI or who is not otherwise associated with the City or JCI. Sa id lic e nsed profess ional engineer shall d etermine in its profess ional opinion that the costs of th e improvements a nd recommendations th at meet the requirements of Attachment B will be recovered in 20 years or Je ss throug h the guaranteed sav ings to be experienced. D . At any time during the performance of this Contract, should JCI determine th at s ufficient savin gs cannot be attained to meet the City's project criteria and the maximum payback period of 20 years, as allowed by Texas Local Government Code, Chapter 302, the contract will be terminated by written no ti ce from JCI to the City. 7. Indemnity To the extent allowed by law, JCI covenants and agrees to , and by the se prese nt s does hereb y defend, indemnify, and hold harmless the City, its officers, agents and employees, from and against any a nd all cla ims , suits or causes of action of any nature whatsoever, brought for or on acco unt of any perso nal injuri es or damages to person s or property, including death, to the extent caused by the negli gence or willful mi sconduct of JCI in connection with the performa nce of the work under this contract. 8. Insurance Requirements A. In surance coverage and limits: JCI shall provide to the City certificate(s) of insurance documentin g policie s of the following coverage at minimum limits that are to be in effect prior to commencement of work on under thi s co ntract: Commercial General Liability $1,000,000 each occuITence $1,000,000 aggregate 3 Automobile Liability $1,000 ,000 each accident (or reasonably equivalent limits of coverage if wr itte n o n a split limits basis). Coverage s ha ll be on a ny ve hi c le used in the course of performing this contract. Worker's Compensation Coverage A: statutory limits Coverage B : $100,00 0 each accident $500,000 ili sease -policy limit $100,000 ilisease -each employee Professional Liability $1,000 ,000 each claim/annu al aggregate B . Certificates of in surance evidencing that JCI has obtained all required insurance shall be delivered to the City prior to proceeding with the PCP A. (1) Applicable policies shall be endorsed to name the City an Additional Insured thereon, as it s interests may appear. The term City s hall include it s employees, officers, officials, age nts , an d vo lunteers as respects the contracted services. (2) Certificate(s) of insurance shall docu me nt th at insurance coverage specified herein are provided under applicab le policies docume nte d the reo n. (3) A ny failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements. (4) A minimum of thirty (30) days no ti ce of cancell ation or material cha nge in coverage shall be provided to th e City. A ten (I 0) d ays notice shall be acceptable in the event of non-payment of premium. Such terms shall be end orsed onto JCI's insurance policies. Notice s hal l be sent to Sam Steele, Administrator of Sustainability Programs, City of Fort Worth, 401 W 13 tl' Street, Fort Worth, Texas 76102. (5) Insurers for all policies mu st be authorized to do business in the state of Texas or be otherwise ap pro ved by the City and s uch insurers s hall be acceptable to the City in terms of their financial strength and so lvency . (6) Deductibl e limits, or self-in sured retentions, affectin g in surance required herei n shall be acceptabl e to the City in its so le di scretion; and, in lieu of traditional insurance, any alternative coverage maintained throug h in s urance pool s or ri sk retention grou ps must be also approved. Dedicated financial resources or letters of credit may also be acceptab le to the City. (7) Applicable policies s hall each be e ndorsed with a waiver of s ub rogation in favor of the City as respects the Project. (8) T he City s hall be entitled, upon it s request and without incurring expense, to review JCI's in suran ce policies including endorsements thereto and, at the City's discretion; JCI may be required to provide proof of in surance pre mium pay ments. (9) The Co mmerci al General Liability insurance policy shall have no exclusion s by endorsements unl ess the City approves such exclusion s in writing. (10) The Professional Liability insurance policy, if written on a claims made basis shall be maintained by JCI for a minimum two (2) year period s ub seq uent to the tem1 of this contract unl ess such coverage is provided JCI o n an occurrence basis. 4 • (11) The City shall not be respon sible for th e direct pay ment of any insurance premiums required by this agreement. It is understood that insurance cost is an allow a ble component of JCI's overhead. (12) All insurance required herein, except for the Professional Liability in surance policy, shall be written on an occurrence bas is in order to be approved by the City. (13) JCI's sub-con sultants, if any, shall be required to maintain the same or reaso nab ly equivalent insurance coverage as req uired for JCI. JCI shall provide City with document ation thereof on a certificate of insurance . Notwithstanding anythin g to th e contrary contained herein, in the event a s ub-consultant's insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by JCI of thi s agreement. 9. Assignment This Agreement cannot be ass igned by either party without the prior written consent of the other party. Any such attempted assignment sha ll be void. 10. Disputes Disputes will be resolved by liti gation. Venue of any litigation shall lie exclusively in Tarra nt County, Texas. 11. Notices Any notice to be given under this Contract shall be g iven as follows: If to City: Sam Steele Adminjstrator of Su sta in a bility Progra ms City of Fort Worth 401 W 13th Street Fort Worth, Texas 76102 If to JCI : Mike Crowe South Region Solution s Manager John so n Controls, Inc . 3021 West Bend Drive Irvin g, Texas 75063 12. Conflicts between Documents Any conflict between thi s contract, the Reques t for Proposa l, and JCI's Res pon se to the Request for Proposal shall be re so lved in this order: thls contract shall control over the Requ est for Proposal and the Respon se . The Reque st for Proposa l sha ll control over the Response. 13. Minority & Women Business Enterprise (MWBE) Participation In accord with City of Fort Worth Ordin ance No. 15530, the City has goa ls for the parti cip atio n of minority bu siness e nterpri ses and woman bu sine ss ent erprises in City contracts. JCI acknow led ges the MWBE goal established for this contract and its commitment to meet th at go al. Any mi sre prese nt ation of fac ts (other th an a negligent mi sreprese ntation) and/or the commission of fraud by JCI may result in the terrrunation of this agreement and debannent from participatin g in City contracts for a period of time of not le ss than thre e (3) years. 5 14. Miscellaneous Provisions A. JCI sha ll perform all work and se rvices hereu nd er as an indepe ndent contractor, a nd not as an officer, agent, se r va nt or e mployee of th e City. JCI sha ll have exclusive control of, and the exclusive ri g ht to control the detail s of th e work performed hereunder, and all perso ns performing same , and shall be so lely responsible for th e acts and omissions of its officers, age nt s, employees a nd sub-con su lt ant s. Nothin g herei n s hall be construed as creating a partnership or joint ve nture be tween the City and JCI , its officers, agent s, e mployees and sub-con sultan ts, and doctrin e of re spondent superior has no application as between the City and the JCI. B . The partie s acknowledge that each party and its counse l have reviewed a nd revi sed this contract and th at the norm al rul es of construction to the effect th at any a mbiguities are to be re so lv ed aga in st the draftin g party shall not be e mployed in the inte rpretation of this contract or exhibits here to. IN WITNE SS WHEREOF, the City of Fort Worth has caused thi s in strument to be signed in four counterparts in its na me a nd on its behalf by t he City Manager and at tes ted by its Secretary, with the corporate seal of the City of Fort Worth att ac hed. The Contractor has executed this in strument throu g h its duly authorized officers in four counterpart s with its corporate seal att ached . Done in Fort Worth, Texas, this the /~ay of~.D ., 20 __ _ By: ~ Contractor sig nature Mike Crowe Name South Region Solutions Manager Titl e Fernando Costa A ss ista nt City Manager ATTEST : By: lJ.LJ a,ce Doug las . Wiersig, PE Director, Tran sportation & Public By: APPRO~ALITY• By: Pl;\,,{ ( C -l, ~ ·"f $" \ Do~gl as : Black :i_ , "l. 4, l z__ Assistant City Attorney · 6 OFFICIAL RECORD CITY SECRETARY FT, WORTH, TX PROJECT DEVELOPMENT AGREEMENT Attachment A Scope of Work The JCI Energy Savings Performance Contract (ESPC) Phase VII Project Development Agreement (PDA) will include a detailed energy audit for the facilities listed in Table 1. The result of the Services and Study will be a report to the City that includes: baselines, existing conditions, proposed Service Agreements (SAs), proposed Facility Improvement Measures (FIMs), guaranteed maximum (GMAX) pricing for each SA and FIM, guaranteed annua l savings & revenues for each SA and FIM, measuring and verification (M&V) plan and project cas h flow ana ly sis (CFA). Scope of work will include analysis of the FIMs listed in Table 1 and SAs li sted in Table 2. The following describes the method the JCI Team will follow to execute this PDA. To accomplish the desired schedu le , the various SAs and FIMs wi ll be developed in parallel. 1. Project Initiation • Submit a request for information to City • Kick-off meeting with City 2. Site Visit o Visit the applicab le City facilities • Identify key documents needed • Develop a fundamental understanding of the existing systems 3. Review Meeting with City-Scope of Work 4. Data Logging • Energy use of selected pieces of equipment will be measured and/or monitored for use in establishing the energy baselines where applicab le 5. Engineering Analysis • Assess existing sit uatio n & the opportunities; assess the options • Assess constructio n costs; impact on O&M costs; other special requirements • Implementation requirements • Project savings • M&V requirements 6. Service and Implementation Costs • Pre-qualification of subcontractors & vendors • Finalize scope of work for eac h SA and FIM • Develop GMAX pricing for each SA and FIM 7. Savings • Finalize utility savi ngs for each SA and FIM • Finalize O&M cost impacts for each SA and FIM 7 .) 8. M&VPlan • Finalize M&V plan & co sts 9. Review Meeting with City -Cost & Savings 10. Financing • Finalize project financing 11. Submit Detailed Audit Report & Performance Contracting Project Agreement (PCP A) 12. Third Party Review • Coordinate with third party review engineer 13. Submit Final Detailed Audit Report & Performance Contracting Project Agreement (PCPA) 8 I TABLE 1 -FIM SUMMARY C") C") :I: ,, C") ;; 0 C") ::c r ~~ :cg co CC!) C :ii: 3 CT) :::, "C !2. "C ~ "C :I: en 3 ... en a. CT)-· CT) 1/1 ::E ::: r -(Q (Q -· (Q -· ~< C") CT) 0 Facility ... :::r [g. :;-CT) Ill ... :::, ... :::, -· ::c :m ~ == 0 -0 ... -Ill (Q Ill (Q Ill )> 0 1/1 CT) nm --· =~ CT) Q. ""C Q. ""C g. C") :::, !:!!. I ~c :::, ,, -·:::, -0 iii (Q ~ (Q --... CT) -CT) -... (Q = Ill-· 1/1 Ill 1/1 Ill Ill 0 :::, 0 3 0 :::, :::, "iii :::, :::, --:::, 12" (Q Southside Svc Center X X X X X James Ave Svc Center X X Brennan Svc Center X X Zipper Building X City Hall X X X X X X City Hall Annex X X X X Public Safety X X X X X Animal Care Center X X Central Library X X Commerce St Garage X X SW Regional Library X X East Regional Library X X X X TABLE 2 -SERVICE AGREEMENT SUMMARY Building Efficiency Specialist (BES) Assured Performance Guarantee (APG) Utility Billing & Account in g Annual Chiller PM Services Metasys FMS Software 9 FORT WORTH® Facilities Management Group Desi g n Guidelines for New and Existing facil ities Prepared by : Dalton Murayama, A.I.A., Manager, Architect ural Services Division Facilities Management Group Transportation & Public Works Department City of Fort Worth Publicatio n Da t e: 30 June 2010 Table of Contents Section Name Page No. Introductory Memo ______________________ 3 __________________ 9 I • Division 15, Mechanical _____________________ g , , _____________________ 15 Division 17, Telephone & Data _________________ 17 Revisions & Updates _____________________ 18 CSI MF95Divisions & Sections. _________________ 19 CSI MF04Divisions & Sections _________________ .21 TO: FROM: DATE: SUBJECT: TRANSPORTATION AND PUBLIC WORKS Facilities Management Group City of Fort Worth Contract Consultants, Engineers & Contractors Dalton Murayama, AJA, Manager, Architectural Services Division 30 June 2010 Design Guidelines for New And Existing Facilities The City of Fort Worth (City, CFW) has compiled the following guidelines for consideration by Architectural, Design, Construction and Maintenance groups to assure that City standards for cost effectiveness, quality and durability are met. These Design Guidelines have evolved through the experience of decades of in-house maintenance of City facilities. The information presented in the Design Guidelines is meant to be just that, guidelines. The City invites equal-or-better products in its bidding process. Each project is reviewed individually to ensure the appropriate application of these Design Guidelines. Consultants and contractors shall meet witti Facilities Management Group staff throughout the Schematic and Design Development phases to ensure the proper application and interpretation of these Design Guidelines for specific projects. All systems and equipment designed for City facilities shall be commercial-industrial grade; residential grades are unacceptable. Please note that City-preferred "design standards" are listed for guidance. These standards reflect equipment manufacturers that have proven reliable over the years by the City's Facilities Maintenance Division. Both the consideration of design equipment and the assessment of "approved equals" shall include l:>oth the engineer of record and Facilities Management staff. The City is committed to reducing energy and water resource costs and implementing more "sustainable" building technologies whenever possible. Please refer to USGBC's "LEED Building Rating System', EPA's "Energy Star Buildings Manual', and ANSI/ASHRAE/USGBC/IES Standard 189.1, "Standard for the Design of High Performance, Green Buildings ... " for details; City codes and applicable amendments and interpretations can be found at the following link: http://www. fortworthgov. org/pla n n inganddevelopment/perm its/ def au lt.aspx?id = 31710 The City's Design Guidelines are presented in Construction Specifications Institute (CSI) MasterFormat 1995 Edition (MF95) by division for ease of reference and referral. Listings of both CSI MF95and MF04 divisions and sections are provided at the end of these guidelines for reference. The City's Design Guidelines are considered for review and update on an regular basis. Revisions and Updates are listed at the end of this document for reference. Maintenance of these Guidelines is the responsibility of the Facility Management Group's Architectural Services Division (ASD). Comments and suggestions may be submitted in writing to the attention of the manager of the Architectural Services Division. City of Fort Worth Facilities Management Group Design Guidelines DIVISION 01 GENERAL DATA 1. The Architect shall be responsible for arranging for site utilities, including electricity, natural gas, water and sewer. 2. The Site Plan shall include Contact Information, including Company Name and Telephone Number. 3. Contractors shall be responsible for including in their bid all design service fees for the design as shown on the plans. Engineers shall coordinate their work well ahead of the bid date. 4. The City shall directly pay for water and sewer utility taps and meters, anct. for electricity and natural gas utility connection and service fees. 01300 Administrative Requirements 1. Shop Drawings shall be submitted directly to the Architect. The Architect shall review and return them directly to the Contractor with a copy directly to the Cons t r uction Manager. l 2. MEP and finish Shop Drawings shall be submitted to the Construction Manage r. f or coordination with the City's review requirements and then send comments to the Architect for inco[Roration into the Architect's review comments. The Construction Manager may reguest additional subfu ittals as necessary to assure the City's review prior to approval ov.: the Arc Qitect. " "· , I 3. Record Drawings shall be submitted directly to the Architect for editing and submittal to the Construction Manager. 4. Alternate materials shall be reviewed and approved as part of the shop drawing and submittal process. Bidders may request approval of alternates during bidding, but the Architect shall not be under any obligation to approve alternates without full review materiaJ presented in a timely manner. 01400 Quality Requirements 1. 2. 3. 1. 01700 ProtectiQn ... 1. Certificate of Occupancy (CO), Final Inspection, Waivers from Subs and Consent of Surety. 2. Field mark-up plans to Ar,c~i ect for editing to Record Drawings on Bond. Final Bond and Construction Documents to be submitted to City. " , 3. Contract time stops on CO, provided the facility is able to be fully used by Client. 4. All Record Drawings shall be submitted and approved prior to Final Payment. DIVISION 02 SITE CONSTRUCTION 1. Pavement shall be concrete with lime stabilized sub-grade. 2. Pavement edges shall have curbs. 3. Joint-filler shall be non-tacking. ASD_Design Guidelines_DRAFT_30JUN10 {6).doc Page 4 of 28 ,' City of Fort Worth Facilities Management Group Design Guidelines 4. Landscaping and irrigation shall be included in base bid, not as an alternate. 5. Fences preferred to be masonry for sound control and low maintenance. Fiberglass rail fencing shall be considered where applicable. 6. Porches, ramps and stairs shall have painted steel railings. 7. Accessibility ramps shall be concrete. 8. Concrete sub-slabs shall be provided for pave-stone or brick walkways. 9. New buildings shall be provided a bronze dedication plaque as directed. .. 10. References to City Standards or NCTCOG or TDH Standard Specifications shall not be used. Full specification language shall be used. 11. WATER CONTROL • .. 11.1. Buildings located in designated flood plains shall ha ve all ~civil design coordinated with the .. City's Transportation and Public Works Depart ~e:nt's Development Activitie l Division. 11.2. Downspouts from roofs shall be extended underground to storm drainage structur~s, wherever feasible. Lower-level clean-outs shall be provided. If not feasible, flo,ws shall direct water away from the structure and be provide~ with 3-foot concrete splash-blocks. 12. EROSION AND SEDEMENT CONTROL ... . 12.1. Building sites 5-acres and large shall ,e e permitted. Cur-rent.City ordinances prohibit discharges of dirt to the storm drain sv.stem, with the stre'et defined as a part of the storm drain system. 12.2. Structures to prevent dirt, silt, etc. frqn:i leaving the site shall be employed. Un- controlled/un-permitted discharges are a Class C criminal misdemeanor carrying fines. 02800 Site Improvements and Amenities 1. Limit tree and shruo plantings near building to prevent future damage to structure. Plant dwarf I shrubs at perimeter of building to prot;.ct foundation. 2. 3. Landscape design plan shall have trees and shrubs clearly identified so that plantings may be , ~ considered for supply fro City-stocks. ' 4. Flagpoles shall have internaj;_halyards. (One flagpole typical with Federal and State flags) 5. IRRIGATION SYSTEM / 5.1. Irrigation systems shall be commercial grade unless otherwise approved. The City's Department of Parks & Community Services shall be consulted regarding system design and equipment. 5.2. Systems with "pop-up" sprinkler heads are preferred by the City's Facilities Maintenance Division. 5.3. Systems shall utilize "rain sensors" to prevent system operation during and after area rains. 5.4. Pipe sleeves shall be provided for piping under concrete sidewalks and driveways. 5.5. Separate stations/zones shall be provided for grass and shrub areas. 5.6. Systems shall have water metering separate from the building meter to allow for sewer credits. 5.7. Controls shall be in locked box outside of building or in low-voltage LAN Room. ASD_Design Guidelines_DRAFT_30JUN10 (6).doc Page 5 of 28 City of Fort Worth Facilities Management Group Design Guidelines DIVISION 03 CONCRETE 1. Preferred foundations shall be a suspended structural slab on drilled piers. 2. Grade beams shall be poured separately and tied to slab with reinforcement. 3. Slab-on -grade floors shall be structural slabs unless soil tests indicate that the slab can be designed without movement. Slabs shall be fully-suspended on carton forms. DIVISION 04 MASONRY , 1. Glazed concrete block shall be used in -lieu-of ceramic tile on outside of building. , 2. The preferred exterior wall type shall be brick exterior with CMU back:-up. 3. If brick is not feasible, Hardi-panel siding, trim and soffits shall be the substitute. 4. Extend concrete sidewalks to curb to eliminate grass stri 8,af street. A 5. Pavers shall be set on concrete slab with concrete side strips. Fill shall be sand. DIVISION 05 METALS 1. Metal buildings shall be heavy gage; 22-ga. preferred. 2. Kitchen countertops shall be stainless steel wherever feasible, 1,1nless otherwise approved. DIVISION 06 WOOD AND PLASTICS 1. "Certified Wood" products shall be used whereyer possible. ~ 2. Countertops shall be solid surface laminate material with sinks to match. Integral sinks shall be considered. The City's Design Standard is "Form ·ca". 3. Laminate countertop substrate sliall be %-inch industrial-grade particleboard, or equal. Plywood substrate shall be unacceptable. The City's Design Standard is "Roseburg Ultrablend" . .- 4. ... ... 5. Particleboard in cabinet construction shall be unacceptable. 6. Cabinets shall have plastic laminate face-frames with no paint wherever possible. . l 7. Cabinet hinges shall be 17Q-degree overlay, with dowel and associated face-frame mounting plates. The City's Design Standard is "Salice" #C2RFA99 hinges with "Salice" #BAU3L19 mounting plates. I 8. Cabinet interiors shall be semj-gloss, clear-lacquer finish. DIVISION 07 THERMAL: AND MOISTURE PROTECTION 1. All thermal and moist re protection shall be in accordance with the International Code Council's (ICCs) International Energy Conservation Code (IECC) and all state and local codes. 2. All flashings, downspouts and gutters shall have a baked -enamel finish. 3. Gutters and downspouts shall be 24-gage minimum, of seamless construction with proper sealant and pitch to capture and direct rainfall away from the facility including sidewalks and driveways. 4. ROOFS 4.1. City roofing crews must be certified to repair and modify roof membranes and flashing. If not currently certified, training of City crews shall be provided by contract. ASD_Design Guidelines_DRAFT_30JUN10 (6).doc Page 6 of 28 City of Fort Worth Facilities Management Group Design Guidelines 4.2. Roofs shall be pitched wherever possible, or have a 20-year bondable roof system applied. City roofing crews are qualified to repair granular surfaced APP modified bitumen double-ply roofing. 4.3. Pitched -roofs shall use light-colored, 25 -to 30-year architectural shingles. The City's Design Standard is "Owens Corning, Oakridge II Driftwood." 4.4. Flat-roofs shall use white or light-colored, 2-ply, 20-year, APP modified-bitumen-type (torch- down) material with embedded granular surface. The system shall be provided a 20-year labor and material replacement cost warranty that is not pro-rated. The City's Design Standard is "U.S. Ply." FM 03-04-10 4.5. Roof penetrations and rooftop equipment shall be minim ized. Use of plastic cement is unacceptable. M-Weld Curbs, filled with 1 part Chem Link Pourable Sealer, are to be used on all roof pipe penetrations. FM 03-04-10 4.6. The City's Design Preference for roof penetration pitch-pan systems is "Chemcurb." 4.7. Low -slope roofs shall be pitched at a minimum of one-quarter inch -per-foot of slope. 4.8. Low -slope roofs shall be protected with walking surfaces for access to any serviceable equipment located on the roof. 4.9. "Cool -Roof" and other such innovative roofing systems shall be considered for energy conservation. DIVISION 08 DOORS AND WINDOWS 1. Overhangs and porches shall have stainless-steel bird repellant spikes. 2. EXTERIOR DOORS 2.1. Doors and door jambs shall be primed, paint-able, galvanized -metal unless otherwise approved; wood doors shall be unacceptable. 2.2. Entrance-or metal storefront-doors shall be anodized, fully-insulated, hollow-or galvanized- metal with welded frames and jambs. 2.3. Doors shall have canopy/covering for weather protection of entry/ex it areas where not covered by a porch or sufficient overhang. 2.4. Limit overhead beams at entries to reduce possibility of damage for buildings with ex posed-to- traffic canopies. 2.5. Vestibule areas shall be included as part of primary entry/exit design wherever possible. 2.6. Sectional overhead doors for Fire Stations shall be aluminum with one-or two-rows of 1/8-inch glass, and 3-inch tracks with long-stem rollers. Door operators shall utilize electric-eye controls. The City's Design Standard is "Finishline" model 450, with "Lift Master" operators including those for overhead doors as well as for sliding-and swing-gates. The City's Design Standard for slide and swing gates is: Sliding-gates, "Liftmaster" Heavy Duty 115V SL 570-50 -11-GL. Swing- gates, "Liftmaster" Heavy Duty 11 SV SW 490-50-11-GL. FM 03-04-10 3. INTERIOR DOORS 3.1. Doors shall be laminate-covered, solid-core wood. 3.2. The City's Design Standard for door jambs is "Timely." 4. WINDOWS 4.1. Exterior window glazing shall be double-pane, thermally insulated units. ASD_Design Guidelines_DRAFT_30JUN10 (6).doc Page 7 of 28 City of Fort Worth Facilities Management Group Design Guidelines 4.2. Exterior w indow glazing shall be low-emissivity (low-E) type, tinted and designed to set high on the wall, with architectural horizontal projections and/or vertical fins to limit solar heat-gain. 5. LOCKSETS 5.1. Locksets shall be utilize ADA-compliant, lever-type handles. The City's Design Standard is "Schlage." 5.2. Locksets shall have master and sub-master keying. 5.3. Locksets shall include a minimum of two sets of keys provided to the City. 5.4. Full-mortise locksets shall be unacceptable. DIVISION 09 FINISHES 1. Lay-in ceiling grids shall be 2'x2' with non-directional tiles; recessed or shadow-line type tiles shall be unacceptable. The City's Design Standard is "Armstrong", model #770. 2. Lay-in ceiling tiles in high-hum idity areas (e.g. kitchen areas) shall be vinyl-wrapped gypsum board. 3. Wall corner-guards (4-inch) shall be required in high-traffic, heavy-use areas. 4. Chair-rails shall be wall -mounted plastic. Chair rail shall be required where damage to walls is likely (e.g. kitchens and break-rooms). The City's Design Standard is "Pawlings", model #770. 5. The City's Design Standard for floor tiles is "Armstrong." 6. Carpeting shall be non-adhesive, tile-type, 26-oz or better. Architect sha ll confirm preferred manufacturer with City. 7. Flooring for heavy-use areas such as corridors, entries or foyers shall be terrazzo -type. Ceramic tile, slate or premium vinyl composition tile (VCT) may be acceptable alternates. Roll goods are unacceptable. FM 03-04-10 8. Base moldings shall be continuous-roll, dark-colored, rubber base-type, with pre foFA'led outside corAers . Vinyl product and light colors shall be unacceptable. The City's Design Standard is "Roppe." FM 03-04-10 9. Vinyl wall covering/vinyl rock shall not be used. 10. Interior sheetrock surfaces shall be roll texture slick finish . Acoustic, spray-on, splatter, and sandtex finishes shall be unacceptable. FM 03 -04-10 11. Interior wall paint shall be latex-base with egg shell or satin finish; colors are to be approved by Facilities Management Group staff. 12. Interior doors/frames/woodwork/trim paint shall be oil-base with semi-gloss finish; colors are to be approved by Facilities Management Group staff. 13. Soffits shall be constructed of cementitous board. The City's Design Standard is "Hardi-Panel." DIVISION 10 SPECIAL TIES 1. Restroom partitions shall be of solid plastic or stainless-steel. 2. Shower area pans shall be cast-in-place or terrazzo; pan liners shall be sealed. The City's Design Standard for pan liner sealing is "Red Guard." 3. Shower area backer boards shall be cementitious board; "green rock" shall be unacceptable. The City's Design Standard is "Hardi-Board." 4. Metal lockers and cabinets shall be utilized in all fire station truck rooms. ASD_Design Guidelines_DRAFT_30JUN10 (6).doc Page 8 of 28 City of Fort Worth Facilities Management Group Design Guidelines 5. ADA shower seats must have folding legs for added support. FM 03 -04-10 DIVISION 11 EQUIPMENT 1. Kitchen appliance space shall be designed to accommodate standard industrial food service equipment. A cash-allowance shall be provided in the bid. Contracts shall be adjusted to reimburse contractor for actual purchase price of equipment. 2. Athletic equipment is generally purchased by City using a cash allowance part of base bid. DIVISION 12 FURNISHINGS 1. Casework shall be solid-or laminated-wood. 2. Blinds shall be part of the General Construction bid. Blinds for Fire Station Sleep Rooms shall be light-blocker type. The City's Design Standard is "Levolor." 3. Library, Office and General Furniture shall be bid through the City Finance Department's Purchasing Division using specifications prepared by the Architect, in consultation with the City. DIVISION 13 SPECIAL CONSTRUCTION 1. Pre-engineered buildings shall have 24-gauge, treated-metal walls and roof for durability. 2. Pre-engineered buildings shall utilize insulated metal panel construction. 3. Pre-engineered buildings shall be bid as part of overall project, not piece-meal. 4. Portable buildings and classrooms may be acceptable, provided they are State -certified. 5. Security access systems shall provide a link to the City by modem, automatic dialer or on the network to allow remote monitoring and control. Coordinate design and construction with the City's Information Technology Solutions Department (ITS). DIVISION 14 CONVEYING SYSTEMS 1. Elevators shall be required for all buildings with multiple floor levels. 2. Elevators shall include solid-state, programmable controls compatible with Facility Management Systems where present or anticipated. DIVISION 15 MECHANICAL 1. All mechanical systems and equipment shall be in accordance with the International Code Council's (ICCs) International Energy Conservation Code (IECC) and all applicable state and local codes. 1.1. Specifications shall require Manuals prior to issuance of Certificate of Occupancy in accordance with 803.3.8.3. 1.2. Energy analyses and supporting documentation shall be required in accordance with 806.5, and shall be included in final design submittals. 2. Engineering design and construction consideration shall be given to all current American Society of Heating, Refrigerating and Air-conditioning Engineers' (ASHRAEs) guidelines and standards. During the Design Phase, all HVAC redundancy issues shall be addressed, especially as related to critical- needs areas (e.g. equipment cooling and odor control issues.) ASD_Design Guidelines_DRAFT_30JUN10 (6).doc Page 9 of 28 City of Fort Worth Facilities Management Group Design Guidelines 3. Perform Life-Cycle Cost (LCC) analyses of alternative systems and equipment including first-cost, operations and maintenance components. Submit alternatives for consideration by Facilities Management Group staff that are both technically feasible and financially viable. 4. All mechanical system equipment and accessories shall be specified, supplied and installed in accordance with accepted industry best-practice. Independent systems commissioning shall be provided separate from design engineering and installation contracts. 5. Engineer shall contact the applicable local utilities to coordinate necessary services to the facility. Points of demarcation and utility contacts shall be clearly indicated on the plans for reference. 6. Unless otherwise directed, all temporary and final utility connections and metering devices shall be requested and paid for by the General Contractor. 7. Plans shall clearly indicate the limit of the Contractors responsibility for water and sewer service. The Contractor shall be responsible for all costs to connect to water on the building side of the meter and to sewer at the property line. City shall pay for water and sewer taps to the property line and to the meter. Engineer shall contact the Water Department to have them design and estimate the cost for water and sewer services. 15000 Basic Mechanical Materials & Methods 1. Mechanical equipment motors shall be premium-efficiency as opposed to standard-or high-efficiency. 2. Mechanical equipment & systems shall be evaluated for sound, vibration and seismic impacts and shall be addressed as necessary in plans and specifications. 3. Major mechanical equipment, components and accessories shall be clearly labeled in accordance with industry standards for ease of identification by operations and maintenance staff. 4. Mechanical-, duct-, equipment-and pipe-insulation specifications shall include materials and methods appropriate to their application . 5. Refrigerant piping shall be as short as possible, appropriately protected and insulated, and shall not be buried . FM 03-04-10 (SEE 15600.6) 15100 Building Services Piping 1. Provide scuttle holes in floors on pier & beam foundations, and in each cell in areas with underground piping, including additional access in ki tchen areas and restrooms. The intent is to keep from having to cut holes in floors for plumbing and other trades. Strap plumbing pipes to underside of slab . 2. Service water supply piping and fittings shall be polyurethane of the type appropriate for the application, and provided support and protection as recommended for the application . FM 03-04-10 3. Garbage disposals are generally unacceptable and shall only be considered only on a case-by case basis. 4. Service sink drains (e.g. kitchen, custodial) shall utilize 3" trapped drain pipe at a minimum, and restrictive drain baskets . 5. All floor drains and plumbing traps shall be primed to ensure effective water seals. 6. Provide for drainage in restrooms, mechanical rooms and kitchens as follows: 6.1. Dish floor for 2' diameter around drain to catch water, or 6.2. Depress floor slab in tiled restrooms and have the tile contractor thick set the tile to provide slope to floor drains. 7. Wall-hung plumbing fi xtures shall be supported by "chairs" specific to both the application and the fixture manufacturer. ASD_Design Guidelines_DRAFT_30JUN10 {6).doc Page 10 of 28 City of Fort Worth Facilities Management Group Design Guidelines 8. Flu id pumping equipment shall be "Bell & Gossett", "Grundfos", "Armstrong", or approved equal. FM 03-04-10 9. All water lines shall be provided isolation valves at both branches and terminal devices. FM 03-04-10 10. Allowance for meters and gages shall be provided including temperatures and pressures to provide adequate operations and maintenance monitoring. Th is is to include thermometers, thermo-wells, pressure gages, and t est plugs. Instrumentation ranges and gradations shall be appropriate to the temperatures and pressures anticipated, with locations allowing for ease of field monitoring. 15200 Process Piping 1. Materials and methods shall be discussed with Facilities Management Group staff pr ior to the preparation of any plans and specifications. 2. All service water lines are to be done in polyurethane pipe or approved equal. FM 03-04-10 15300 Fire Protection Piping 1. The City's Design Preference for sprinkler systems shall be .. et t) ~e dry-type, unless otherwise required. FM 03-04-10 2. The City's current annual agreement requires the Fire Sprinkler Contractor to perform an inspection with the City Fire Marshal at job completion. FM 03-04-10 15400 Plumbing Fixtu res & Equipment 1. All restroom fi xtures and equipmen t shall conform to ADA accessibility requirements. 2. Plumbing fi xtures and equipment shall have water supply shut-off valves for fi xture isolation. 3. Plumb ing fi xtures and equipment shall be as listed allowing for approved equals. Listings represent Facilities Maintenance Division standards; design alternates shall be listed only w ith their concurrence, and shall be approved prior to bid by addendum. Alternates may be approved subsequent to bid only when approved alternates are not available. 4. Plumbing fi xtures and equipment shall be "low-flow" type for water conservation; water-free urinals may be considered as acceptable alternatives on a case-by-case basis. 5. Consideration shall be given to "touch -free restroom" design as an alternate bid. This initiative shall include but not be limited to automatic, sensor-operated faucets, soap-dispensers, hand-dryers, flush-valves and door-operators. All such equipment shall be hard-wired wherever possible, with battery-powered and "light-powered" considered on a case-by-case basis. 6. Clean-outs shall be installed outside the footing line at 80 -foot intervals, maximum. FM 03-04-10 7. Drinking fountain locations shall include one standard-height, and one wheelchair-accessible drinking fountain each, or as in accordance with ADA requirements. The City's Design Standard is "Hawsey- Taylor." 8. Garage and equipment service bays shall include oil interceptor/separator systems allow ing no free- drainage/discharge to surrounding areas. All such systems shall be designed and installed in accordance with current codes and EPA regulations. 9. LAVATORIES & FAUCETS 9.1. Lavatories for all wall-hung, self-rimming and service applications shall be cast-iron. The City's Design Standard is "American Standard." 9.2. Kitchen sinks shall be 17-ga. stainless-steel, dual-tub type with a minimum depth of 9-inch. The City's Design Standard is "Elkay." ASD_Design Guidelines_DRAFT_30JUN10 (6).doc Page 11 of 28 City of Fort Worth Facilities Management Group Design Guidelines 9.3. Lavatory faucets shall be sensor-operated type, hard-wired type preferred with standard, manual-operated type considered as alternate bid, unless otherwise approved. 9.4. The City's Design Standard for manually-operated, dual-handle lavatory faucets, 8" OC, is "Delta" model 3549 WFL.CHDF (ADA.) 9.5. The City's Design Standard for manually-operated, single-handle lavatory faucets, 4" OC, is "Delta" model 501. 9.6. The City's Design Standard for "gooseneck" faucets is "Delta" model 400. 9.7. Exterior water faucets shall be freeze-proof hose-bibs with removable faucet. 9.8. Exterior water faucets shall have isolation valves. FM 03-04-10 9.9.AII faucets and showerheads shall include flow aerators. 10. TOILETS, URINALS & FLUSH VALVES 10.1. Toilets shall be floor-mounted, vitreous china, low-flow design, unless otherwise approved. The City's Design Standard is "American Standard." 10.2. Urinals shall be wall-mounted, vitreous china, low-flow design, unless otherwise approved. The City's Design Standard is "American Standard." 10 .3. Flush valves shall be auto-flush type, with manual -flush-type considered as alternate bid, unless otherwise approved. Design flow shall be appropriate to the fixture design (e.g. low-flow flush valves for low-flow fixtures). The City's Design Standard is "Sloan." 11. SHOWER HEADS & VALVES 11.1. Showers shall have provision for positive shut-off without changing valve position such that persons can maintain temperature setting while shutting off flow for water conservation. 11.2. Shower heads shall be low-flow design. 11.3. Shower valves shall be designed and installed such that persons can operate these valves without standing in front of the showerhead for personal safety. 11.4. Shower valves shall be single-handle type with integral stops unless otherwise approved. Anti- scald protection shall be provided. The City's Design Standard is "Delta" model 1724 WS. 12. SERVICE WATER HEATERS 12.1. Service water heaters (SWH) shall be instantaneous, non-storage type unless otherwise approved. Either central-station or point-of-use types will be considered depending on application. Storage-type SWH equipment shall be considered as alternate bid, unless otherwise approved. 12.1.1. Natural Gas SWH Equipment 12.1.1.1. Equipment shall be high-efficiency, instantaneous, central-station type. 12 .1.1.2. Storage-type equipment shall be high-efficiency, "power-vented" type. Tanks shall be welded steel with glass or 10-mil. phenolic liner. The City's Design Standard is "State." 12.1.1.3. Tanlcless water l'leaters sl'lould be considered wl'lere gas is used. FM 03-04- 10 12.1.2. Electric SWH Equipment 12.1.2.1. Equipment shall be instantaneous, point-of-use type, accessibly-mounted in- line, and hard-wired to dedicated breakers. ASD_Design Guidelines_DRAFT_30JUN10 (6}.doc Page 12 of 28 City of Fort Worth Facilities Management Group Design Guidelines " 12.1.2.2. Storage-type service water heating equipment shall be factory pre -wired, high -efficiency type. Tanks shall be welded steel with glass or 10-mil. phenolic liner. The City's Design Standard is "State." 12.2. Central SWH systems with pumped circulation/distribution shall have time -clocks installed and set to operate equipment only during occupied hours. 12.3. SWH equipment for process loads shall be designed and installed based on their specialty requirements. Booster heaters shall be installed for processes that require SHW hotter than 130-deg.f. 15500 Heat Generation Equipment 1. All heat generation equipment shall be sized appropriate to its application including its time-& type- of-use and design heating load profile. Consideration shall be given to the use of multiple units, multi-stage units and/or units with high turn-down ratios to satisfy anticipated load variability. 2. Heat generation equipment shall be high-efficiency, natural gas-fired with electronic ignition and forced-draft flue, unless otherwise approved. 3. Heat generation equipment shall be either forced-draft, condensing-type or high-efficiency, non - condensing-type. Full consideration shall be given to both depending on the application. 4. Garage, service bay and open workshop area heat generation equipment shall be power-ex hausted radiant-type systems with appropriate zoning . Fan -powered unit heaters shall be considered as alternate bid, depending on application . 5. Heat generation equipment for process loads shall be designed and instalfed based on their specialty requirements. Engineers and contractors shall coordinate design and installation requirements with Facilities Management Group staff. 15600 Refrigeration Equipment 1. All refrigeration equipment shall be sized appropriate to its application including its time-& type-of- use and design heating load profile. Consideration shall be given to the use of multiple units, multi - stage units and/or units with high turn-down ratios to satisfy anticipated load variability. 2. The City's Design Standard for refrigeration equipment for HVAC systems includes "Carrier", "Trane", "York" or "McQuay" only, to reduce necessity for personnel training and maintenance parts stocking. FM 03-04-10 3. Refrigeration equipment compressors shall have 5-year warranties, minimum. 4. Refrigeration equipment shall utilize refrigerants that are anticipated to be commercially produced and available during the anticipated service life of the equipment. 5. Refrigeration equipment for process loads shall be designed and installed based on their specialty requirements. Engineers and contractors shall coordinate design and installation requirements with the Facilities Management Group. 6. Refrigeration equipment shall be located to minimize refrigerant piping length, and to eliminate buried refrigeration piping. FM 03-04-10 15700 HVAC Equipment 1. All HVAC systems and equipment shall be zoned and sized appropriate to their time-& type-of-use, design load profile and designed appropriate to its application. Consideration shall be given to the use of multiple units, multi-stage units and/or units with high turn-down ratios to satisfy anticipated load variability. 2. The City's Design Standard for HVAC equipment includes "Carrier", "Trane", "York" or "McQuay" only, to reduce necessity for personnel training and maintenance parts stocking. Custom specialty air ASD_Design Guidelines_DRAFT_30JUN10 (6).doc Page 13 of 28 , City of Fort Worth Facilities Management Group Design Guidelines handling equipment may include 'Temptrol", "Air Wise", "Hunt Air", and other as approved. FM 03- 04-10 3. HVAC equipment compressors shall have 5-year warranties, minimum. 4. Variable -volume fan-and pump-systems shall be the preferred design approach, utilizing variable frequency drives (VFDs) for control with full-bypass capability provided for ease of maintenance. 5. HVAC equipment water-and DX -coils shall include drain pans pitched and piped to sanitary drain to minimize problems due to natural condensate colle ction and coil cleaning maintenance. 6. HVAC equ ipment shall utili ze dry-bulb type economizers; enthalpy-type are not acceptable . 7. HVAC equipment shall utili ze CO2-based ventilation air controls to limit the unnecessary conditioning of outdoor air. 8. HVAC equipment shall utilize low-ambient controls. 9. HVAC equipment shall be supplied with factory-curbs that meet all current industry-standards. 10. HVAC equipment curb-caps shall be constructed of proper gage metal according to current industry standards. Plans shall clearly detail the curb -cap design and installation. 11. HVAC terminal equipment shall be prov ided side-access. Top-or bottom-access shall not be acceptable. Adequate clearances shall be provided to ensure ease of maintenance. 12 . HVAC equipment for process loads shall be designed and installed based on their specialty requirements. Engineers and contractors shall coordinate design and installation requirements with the Facilities Management Group. 15800 Air Distribution 1. Engineering design and construction consideration shall be given to all current Sheet Metal & Air- conditioning Contractors' National Association (SMACNA) guidelines and standards. 2. All ductwork shall be sheet metal of the appropriate gage. Spiral duct is preferred with fle x ible run - out lengths kept to a minimum; "fiberboard" ductwork shall not be acceptable. 3. Syst ems shall be fully ducted, though plenum -returns may be considered on a case-by case basis. 4. Supply-air distribution ductwork systems designs shall minimi ze 'system effects' and shall utilize trunk lines with branch circuits containing locking balance dampers as well as dampers at each run -out. 5. Supply-air shall be properly distributed through lay-in, step-down, aspiration -type diffusers with volume dampers. Perforated supply-and return -air grilles and diffusers are not acceptable. 6. Air filtration systems shall utilize pleated, anti-microbial filter media. 15900 HVAC Instrumentation & Controls 1. CONTROL SYSTEMS/EQUIPMENT 1.1. All new control systems and components shall be electric/electronic; pneumatic control systems and components shall be unacceptable. 1.2. The City's Design Standard for HVAC control includes "Alerton", "Johnson Controls"," Seimens", ~ or "Tridium" or equal. only, to reduce necessity for personnel training and maintenance parts stocking. Note that where an ex isting facility has standardized on one controls manufacturer, that manufacturer's equipment shall be the des ign specification as fully integrated with the existing systems. FM 03-04-10 1.3 . The City's Design Standard for HVAC control sys t em actuators is "Belimo." ASD_Design Guidelines_DRAFT_30JUN10 (6).doc Page 14 of 28 City of Fort Worth Facilities Management Group Design Guidelines 1.4. Control systems for all new construction and major renovation projects shall be by facility management systems (FMS.) (For purposes of consideration, major renovations shall loosely be defined as projects where more than "'30% of the value of HVAC equipment is to be replaced or where the facility area is being ex panded by more than "'30%.) 1.5. HVAC control equipment for all lesser renovation project shall be by dedicated, seven-day programmable thermostat that automatically correct for daylight-savings time changes. FMS control systems shall be considered as alternate bid, unless otherwise approved. 1.6. Control systems shall be BACnet compatible, fully capable of networking with all system equipment through this accepted communication protocol. 1.7. FMS controls shall provide programmable, password-limited, and web-accessible through the City's Local -& Wide -Area Networks (LAN/WAN), where available. Coordinate design and construction with the City's Information Technology Soluti6ns Department (ITS). 1.8. At a minimum, FMS Controls shall provide optimum start/stop of primary HVAC equipment including all chiller, boiler, pump and fan systems. $y stem control paramet ers shall be monitored through the FMS including space-and outdoor-air temperatures. If conditions are outside of established parameters, automatic larming capabi lity shall be provided both locally and remotely. • . 1.9. Control system drawings shall clearly indicate the sequence of operations for all controlled systems, including but not li mited t ~ mechanical and electrical systems. 2. HVAC SYSTEM TESTING & BALANCING ', .... 2.1. All mechanical systems shall be tested and balanceq..(TAB) according to engineers' specifications and in accordance with accepted industry best-practice, '(Y ith final reporting to the City. 2.2. Mechanical systems installed that result in unger-design after TAB shall not be acceptable. HVAC system design shall allow over-sizing of equipment only to overcome typical 'system effects' due to actual field conditions. 2.3. Mechanical sy stems shall be balanced in both cooling and heating modes where applicable. 2.4 . Air-handling systems shall ,utilize in-line adjustable balancing dampers specific to that purpose to facilitate system balancing." Dampers stiall be adjusted, locked and marked to positions meeting ~ ~ design flows. ... ... 2.5. Ci rculating-water systerps shall utiliz~·in-line adjustable balancing valves specific to that purpose • to fa~ilitate system balancing. Valves shall be adjusted, locked and marked to positions meeting design flows. " 2.6. Installing contractors shall fully balance installed individual mechanical systems to design specifications prior to project commissioning to be completed under separate contract and subsequent suostantial completion. T 2.7. Final commissionin g shall be separate from all other mechanical system subcontracts, performed by a company different from the installing contractor. Commissioning contract costs shall be included in the Schedule of Prices. DIVISION 16 ELECTRICAL 1. All electrical systems and equipment shall be in accordance with the International Code Council's (ICCs) International Energy Conservation Code (IECC) and all applicable state and local codes. 2. Equipment and materials shall be commercial/industrial grade, as-listed or as approved equals. 16010 Intrusion Alarms ASD_Design Guidelines_DRAFT_30JUN10 (6).doc Page 15 of 28 City of Fort Worth Facilities Management Group Design Guidelines 1. The City's Information Technology Services (ITS) Department shall be the design proponent for all Intrusion Alarm Systems. 2. Facilities Intrusion Alarms shall be stand-alone systems. 3. Intrusion Alarms shall be dialed out over dedicated land-lines. 4. Construction contractors shall install contacts and conduits to the electronics closet and control box in the assigned closet. ITS shall install controls and dialer under separate contract. 5. FIRE STATION SYSTEMS 5.1. Windows and doors shall be alarmed. .. 5.2. Master alarm shall be tied into the station alert system so that he ~big red button" activates the intrusion system with an adjustable delay. .. .. 5.3. Reset buttons shall be provided so stay-behind personnel can override t~e setting of the system. ~ 5.4. Construction contractors shall install contacts and conduits to the electronics closet and control box in the assigned closet. ITS shall install the control system under separate c ontract. . .. 5.5. Fire stations shall not have motion detectors as part of Intrusion Alarm Systems . . 5.6. Central Fire-Dispatch shall be able to deactivate intrusion alarm systems. 16200 Electrical Power .... 1. Electrical wire shall be installed in EMT th 1ough ].:_boxes to feed fixtures and other equipment. Drops of less than 6-ft as whips to fixtures and equipment al e generally acceptable. Conduits shall be required for exterior wall wiring; MC is not ac~eptable in eX!_erior walls. ,. . 2. J-boxes shall be secured with all-thread rod to structures above ceilings. A ... 3. BX cabling shall not be acceptable. 4. Existing wiring that is unused 5. 5.1. Back y p generator1 shall 15e natural gas-fired. Diesel fuel-fired generators may be acceptable . .. 5.2. e:ontractors shall ' purchase, furnish an,.d install generator(s) and transfer switch(s). > • 5.3. The c;:ity's Design Sta dard for geperators and transfer switches is "Onan." . "' 6. The City's. De~ign Standard for. standard transformers, switch gear, contactors, relays, and limit switches is "Square D." •• 7. The City's Design Standard for electrical panels is "Square D" model NQOD. . .. . 8. The City's Design Standard for timeclocks and photocells is "TORK." 9. The City's Design Standard for power plugs and switches is "Hubbel." 16500 Lighting 1. Lighting design consideration shall be given to all current Illuminating Engineering Society (IES) guidelines and standards. 2. The City's Design Standard for light fixtures is "Metalux", unless otherwise noted. 3. Ballasts for fluorescent and high-intensity discharge (HID) systems shall be electronic-type; fluorescent system ballasts shall have total harmonic distortion (THD) of less than 20%. The City's Design Standard is "Advance." ASD_Design Guidelines_DRAFT_30JUN10 (6).doc Page 16 of 28 City of Fort Worth Facilities Management Group Design Guidelines 4. Lighting system technologies shall be selected based on efficacy (lumens/Watt) using ballast and/or lamp equipment readily and cost-effectively available to the City addressing maintenance concerns. 5. Where consideration is being given to architectural lighting fi xtures that require specialty ba llast and/or lamp equipment, fixture specifications including operations and maintenance information, shall be submitted to the City for consideration and approval prior to specification and installation. 6. EXTERIOR LIGHTING SYSTEMS 6.1. Systems shall be high-efficiency type with high-pressure sodium (HPS) lamps unless otherwise approved. 6.2. Metal halide (MH) lamp/ballast systems shall be utilized where color rendition is important and shall be considered as alternate bid to HPS systems. 6.3. Security pole light fi xtures shall be single-lamp with mogul-base, unless otherwise approved. The City's Design Standard is "Wide-Lite" Large Round Supra-Lyte. 6.4. "Wall-pack" light fixtures shall include heat-and shock-resistant glass refractors, unless otherwise approved. The City's Design Standard is "Genlyte-Thomas" 500 Large Wallcube series. 6.5. Fi xtures shall be designed and configured to prevent night-sky illumination. 6.6. Control shall be by either by astronomical time clock, photocell, a combination of the two or through the facility management system, as available. 7. INTERIOR LIGHTING SYSTEMS 7.1. Systems shall be high efficiency-type with TS fluorescent lamps unless otherwise approved. 7.2. TS fluorescent lamp/ballast systems shall be considered as alternate bid to TS systems. 7.3. General area lighting shall be by recessed, 2x4, 2-lamp fixtures with white-polished reflectors. Where necessary, 4-foot, 2-lamp "wrap" fixtures may be used. 7.4. Compact fluorescent systems shall be 2-piece, nard-wired units w ith separate lamp and ballast. 7.5. Incandescent lighting snail be utilized only where dimming is necessary or based on architectural necessity. · 7.6. Recessed fluorescent fi xtures shall be Type IC (sealed) wherever ceiling insulation is present, with insulation laid on tops and sides to prevent warm moist air in attic from entering and condensing inside the fixture (Model Energy Code 1995, 502.3.4 and 602.3.3) 7.7. Ex it signs shall be light-emitting diode (LED) lamp-type with battery back-up. 7.8. Local control shall be by wall and/or ceiling-mounted occupancy sensor with dual-action, detecting movement, sound and/or heat as suitable to the application. Manual-only control shall be considered as alternate bid to occupancy-sensor -based systems. One point of control is unacceptable; each room to be independent. FM 03-04-10 DIVISION 17 TELEPHONE AND DATA 1. Dedicated telephone and data rooms shall be served by dedicated HVAC systems. Such HVAC systems shall be wired to emergency power circuits whenever possible. 2. Dedicated HVAC equipment for telephone and data rooms shall be connected and alarmed through the FMS where present or anticipated, with local override controls provided nearest the room door. ASD_Design Guidelines_DRAFT_30JUN10 (6).doc Page 17 of 28 City of Fort Worth Facilities Management Group Design Guidelines 3. Telephone and data installations shall be coordinated with both the City's Communications Services Division and the City's Facilities Management Group in order to determine equipment support requirements. 4. Telephone and data conduits, connection jacks, computers and associated communications equipment shall be clearly indicated on all contract documentation, where feasible. 5. Telephone and data equipment rooms shall include specialty equipment racks as necessary and be devoid from all power panels, mechanical equipment and combustibles. 6. Contractor shall install all conduits, ducts and raceways with pull lines and J-boxes in walls. 7. The City's Information Technology Services (ITS) Department shall provide and pull all communications and data wire and install all jacks and equipment. 8. Public address (PA) system paging shall be performed through the telephone system. 9. FIRE STATIONS 9.1. Fire Station PA systems shall have speakers in every area with speaker volume controls mounted adjacent to the room light switches. 9 .2. Fire Stations shall have dual speakers with 'call-alerts' dedicated to the second speaker. 'Call- alert' speakers shall have no volume adjustment. Revisions & Updates -, , Date Section Descriotion 2010, June 30 ~ Memo, Divisions 07, Arch.Svcs., Fac.Maint. & Res.Cons. Updates 08 09. 10. 15. 16 2007, May 31 Divisions 02, 07, 08, Arch.Svcs., Fac.Maint. & Res.Cons. Updates 09 12. 15. 16. 17 -.., Di v isions 02, 67, 08, 2007, J;ily 27 ., 09 f2. 15. 16. 17 Arch.Svcs., Fac.Maint. & Res.Cons. Updates 2006": July 30 ~ All Divisions Arch.Svcs .. Fac.Maint. & Res.Cons. Uodates 2005 Julv 26 All Divisio ns ... Arch.Svcs .. Fac.Maint. & Res.Cons. Uodates 2004, July 13 Divisions 09 & 15 Finishes & Air Conditionina 2004 Mav 13 Division 16 Sealed Recessed Liaht Fixtures 2003 March 04 NA NA 2003 February 19 NA NA 2002 October 14 1 'NA Fire Station 8 Revisions 2002 September 09 • NA Fac.Maint. Updates from ESPC Phase 1 The Design Guidelines are the responsibility of the Facility Management Group's Architectural Services Division Manager. Comments and suggestions may be submitted to their attention at Architectural Services, 401 West 13th Street, Fort Worth, Texas 76102. ASD_Design Guidelines_DRAFT_30JUN10 (6).doc Page 18 of 28 Construction Specifications Institute Divisions & Sections CSI MasterFormat 1995 (MF95) 01000 General Data 06000 Wood & Plastics 01100 NA 06100 Rough Carpentry 01200 Price & Payment Procedures 06200 Finish Carpentry 01300 Administrative Requirements 06300 NA 01400 Quality Requirements 06400 Architectural Woodwork 01500 Controls 06500 Structural Plastics 01600 Delivery. .. 06600 Plastic Fabrications 01700 Protection. .. 06700 NA 01800 Facility Operation 06800 NA 01900 NA 06900 WoodLPlastic Restoration & Cleaning 02000 Site Construction 07000 Thermal & Moisture Protection 02100 Site Remediation 07100 Waterproofing & Damp-proofing 02200 Site Preparation 07200 Thermal Protection 02300 Earthwork 07300 Shingles, Roof Tiles & Roof Coverings 02400 Tunneling, Boring & Jacking 07400 Roofing & Siding Panels 02500 Utility Services 07500 Membrane Roofing 02600 Drainage & Containment 07600 Flashings & Sheet Metal 02700 Base, Ballasts, Pavements & Appurtenances 07700 Roof Specialties & Accessories 02800 Site Improvements & Amenities 07800 Fire & Smoke Protection 02900 Planting 07900 Sealants Caulking_ & Seals ... 03000 Concrete 08000 Doors & Windows 03100 Concrete Formwork 08100 Metal Doors & Frames 03200 Concrete Reinforcement 08200 Wood & Plastic Doors & Frames 03300 Cast-in -Place Concrete 08300 Specialty Doo rs 03400 Pre-cast Concrete 08400 Entrances & Storefronts 03500 Cementitious Decks 08500 Windows 03600 Grout 08600 Skylights 03700 Mass Concrete Placement 08700 Hardware 03800 NA 08800 Glazing 03900 Concrete Restoration & Cleaning , 08900 Glazed Curtain Walls 04000 Masonry 09000 Finishes 04100 Materials & Methods ... 09100 Metal Support Assembl ies 04200 Masonry Units 09200 Plaster & Gypsum Board 04300 NA 09300 Tile 04400 Stone 09400 Terrazzo 04500 Refractories ... 09500 Ceilings 04600 Corrosion-resistant Masonry 09600 Flooring 04700 Simulated/Manufactured Masonry 09700 Wall Finishes 04800 Masonry Assemblies 09800 Acoustical Treatments 04900 Masoni:y Restoration & Cleaning 09900 Paints & Coatings 05000 Metals 10000 Specialties 05100 Structural Metal Framing 10100 Boards, Partitions, Cubicles ... 05200 Metal Joists 10200 Louvers & Vents 05300 Metal Decking 10300 Fireplaces & Stoves 05400 Cold-formed Metal Framing 10400 Identification Devices 05500 Metal Fabrications 10500 Lockers 05600 Hydraulic Fabrication 10600 Gates, Screens, Panels, Partitions ... 05700 Ornamental Metal 10700 Sun Control, Telephone Specialties ... 05800 Ex pansion Control 10800 Toilet, Bath & Laundry Accessories 05900 Metal Restoration & Cleaning ... 10900 Wardrobe & Closet Specialties ASD_Design Guidelines_DRAFT_30JUN10 (6).doc Page 19 of 28 Construction Specifications Institute Divisions & Sections 11000 Equipment 16000 Electrical 11100 Mercantile Equipment .. 16100 Power & Communications ... 11200 Water Supply & Treatment Equipment 16200 Electrical Power 11300 Fluid Waste Treatment & Disposal Equip. 16300 Transmission & Distribution 11400 Food/Fitness Service Equipment .. 16400 Low-voltage Distribution 11500 Industrial & Process Equipment 16500 Lighting 11600 Laboratory Equipment 16600 NA 11700 Medical & Hospital Equipment 16700 Communications 11800 Public Safety & Agricultural Equipment .. 16800 Sound & Video 11900 NA 16900 NA 12000 Furnishings 17000 Telephone & Data 12100 Artwork 17100 NA 12200 NA 17200 NA 12300 Manufactured Casework 17300 NA 12400 Furnishings & Accessories 17400 NA 12500 Furniture 17500 NA 12600 Multip le Seating 17600 NA 12700 Systems Furniture 17700 NA 12800 Interior Plants & Planters 17800 NA 12900 NA 17900 NA 13000 Special Construction 13100 Lighting Protection, Pre-engineered .. 13200 Liquid & Gas Storage Tanks & Basins ... 13300 NA 13400 Measurement & Control Instrumentation 13500 Recording Instrumentation 13600 Solar & Wind Energy Equipment 13700 Security Access & Surveillance 13800 Bu ilding Control & Automation 13900 Fire Suppression 14000 Conveying Systems 14100 Dumbwaiters 14200 Elevators 14300 Escalators ... 14400 Lifts 14500 Materials Handling 14600 Hoists & Cranes 14700 Turntables 14800 Scaffolding 14900 Transportation 15000 Mechanical 15100 Building Services Pip ing 15200 Process Piping 15300 Fire Protection Piping 15400 Plumbing Fixtures & Equipment 15500 Heat Generation Equipment 15600 Refrigeration Equipment 15700 HVAC Equipment 15800 Air Distribution 15900 HVAC Instrumentation & Controls ASD_Design Guidelines_DRAFT_30JUN10 (6).doc Page 20 of 28 Construction Specifications Institute CSI MasterFormat 2004 (MF04) PROCUREMENT & CONTRACTING REQUIREMENTS GROUP Div.00 Procurement & Contracting Requirements SPECIFICATIONS GROUP General Requirements Subgroup Div.01 General Requirements Facilities Construction Subgroup Div.02 Ex isting Construction Div.03 Concrete Div.04 Masonry Div.OS Metals Div.06 Wood, Plastics & Composites Div.07 Thermal & Moisture Protection Div.08 Openings Div.09 Finishes Div.10 Specialties Div.11 Equipment Div.12 Furnishings Div.13 Special Construction Div.14 Conveying Equ ipment Facility Services Subgroup Div.21 Fire Suppression Div.22 Plumbing Div.23 HVAC Div.25 Integrated Automation Div .26 Electrical Div.27 Communications Div.28 Electronic Safety & Security Site & Infrastructure Subgroup Div.31 Earthwork Div.32 Exterior Improvements Div.33 Utilities Div.34 Transportation Div.35 Waterway & Marine Construction Process Equipment Subgroup Div.40 Process Integration Div.41 Material Processing & Handling Equipment Div.42 Process Heating, Cooling & Drying Equipment Divisions & Sections Div.43 Process Gas & Liquid Handling, Purification, and Storage Equipment Div.44 Pollution Control Equipment Div.45 Industry-Specific Manufacturing Equipment Div.48 Electrical Power Generation ASD_Design Guidelines_DRAFT_30JUN10 (6).doc Page 21 of 28 Construction Specifications Institute PROCUREMENT & CONTRACTING REQUIREMENTS GROUP Div.00 Procurement & Contracting Requirements 00.00 Introductory Information 00.10 Solicitation 00.20 Instructions for Procurement 00.30 Available Information 00.40 Procurement Forms & Supplements 00.50 Contracting Forms & Supplements 00.60 Project Forms 00.70 Conditions of the Contract 00. 90 Revisions, Clarifications, & Modifications SPECIFICATIONS GROUP General Requirements Subgroup Div.01 General Requirements 01.00 General Requirements 01.10 Summary 01.20 Price & Payment Procedures 01.30 Administrative Requirements 01.40 Quality Requirements 01.50 Temporary Facil ities & Controls 01.60 Product Requirements 01.70 Execution & Closeout Requirements 01.80 Performance Requirements 01.90 Life Cycle Activities Facilities Construction Subgroup Div.02 Div.03 Existing Construction 02.00 Existing Conditions 02.20 Assessment 02.30 Subsurface Investigation 02.40 Demolition & Structure Moving 02.50 Site Remediation 02.60 Contaminated Site Material Removal 02.70 Water Remediation 02.80 Facility Remediation Concrete 03.00 Concrete 03.10 Concrete Forming & Accessories 03.20 Concrete Reinforcing 03.30 Cast-In-Place Concrete 03.40 Precast Concrete 03.50 Cast Decks & Underlayment 03.60 Grouting 03. 70 Mass Concrete 03.80 Concrete Cutting & Boring ASD_Design Guidelines_DRAFT_30JUN10 (6).doc Divisions & Sections Page 22 of 28 Construction Specifications Institute Div.04 Div.OS Div.06 Div.07 Masonry 04.00 Masonry 04.20 Unit Masonry 04.40 Stone Assemblies 04.50 Refractory Masonry 04.60 Corrosion-Resistant Masonry 04.70 Manufactured Masonry Metals 05.00 Metals 05.10 Structural Metal Framing 05.20 Metal Joists 05.30 Metal Decking 05.40 Cold-Formed Metal Framing OS.SO Metal Fabrications 05.70 Decorative Metal Wood, Plastics & Composites 06.00 Wood Plastics & Composites 06.10 Rough Carpentry 06.20 Finish Carpentry 06.40 Architectural Woodwork 06.50 Structural Plastics 06.60 Plastic Fabrications 06.70 Structural Composites 06.80 Composite Fabrications - Thermal & Moistur:e Protection 07.00 Thermal & Moisture Protection 07.10 Dampproofing & Waterproofing 07.20 Thermal"Protection}Weather Barriezy- 07.30 Steep Slope Roofing 07.40 Roofing &' Siai ~g Panels .,(f7,.,50 Membrane Roofi ng ,.~, 07.60 Flash i ng .. & Shee ~ Metal .. ~ .... k-~ • • ... ., • .,/' 07.70 Roof &'Wall Spec1alt~es & Accessories Div.OS 07.80 Fire & Smok:e Protection . . Ol. 90 Jo int Protection I Iii Openings 1111 08.00 0Rening ~ '/ 08.10 Doors & Frames 08.30 Speci 91ty Doors & Frames 08.40 Entrances, Storefronts, & Curtain Walls 08.50 Windows 08.60 Roof Windows & Skylights 08.70 Hardware 08.80 Glazing 08. 90 Louvers & Vents ASD_Design Guidelines_DRAFT_30JUN10 (6).doc Divisions & Sections Page 23 of 28 Construction Specifications Institute Div.09 Div.10 Div.11 Div.12 Div.13 Finishes 09.00 Finishes 09.20 Plaster & Gypsum Board 09.30 Tiling 09.50 Ceilings 09.60 Flooring 09.70 Wall Finishes 09.80 Acoustic Treatment 09.90 Painting & Coating Specialties 10.00 Specialties 10.10 Information Specialties 10.20 Interior Specialties 10.30 Fireplaces & Stoves 10.40 Safety Specialties 10.50 Storage Specialties 10.70 Exterior Specialties 10.80 Other Specialties Equipment 11.00 Equipment 11.10 Vehicle/Security Equipment 11.20 Commercial Equipment 11.30 Residential Equipment 11.40 Foodservice Equipment 11.50 Educational & Scientific Equipment 11. 60 Entertainment/Athletic/Recreational Equipment " 11.70 Healtt\care Equipm ent 11.80 Collection & Disposal Equipment ~ 11. 90 Other Equipment ~ Casework Furnishings & Accessories Furniture Multiple Seating Other Furnishings Special Construction 13.00 Special Construction 13.10 Special Facility Components 13.20 Special Purpose Rooms 13.30 Special Structures 13.40 Integrated Construction 13.50 Special Instrumentation ASD_Design Guidelines_DRAFT_30JUN10 (6).doc Divisions & Sections Page 24 of 28 Construction Specifications Institute Divisions & Sections Div.14 Conveying Equipment 14.00 Conveying Equipment 14.10 Dumbwaiters 14.20 Elevators 14.30 Escalators & Moving Walks 14.40 Lifts 14.70 Turntables 14.80 Scaffolding 14.90 Other Conveying Equipment Facility Services Subgroup Div.21 Div.22 Div.23 Div.25 Div.26 Fire Suppression 21.00 Fire Suppression 21.10 Water-Based Fire-Suppression Systems 21.20 Fire-E xtinguishing Systems 21.30 Fire Pumps 21.40 Fire -Suppression Water Storage Plumbing 22.00 Plumbing 22.10 Plumbing, Piping, & Pumps 22.30 Plumbing Equipment 22.40 Plumbing Fi xtures 22.50 Pool & Fountain Plumbing Systems 22 .60 Gas & Vacuum Systems ... " Heating, Ventilating, & Air-Conditioning 23.00 HVAC 23.10 Facility Fuel Systems 23.20 HVAC Piping & Pumps 23.30 HVAC Air Distribution 23.40 HVAC Air Cleaning Devices 23.50 Central Heating Equipment 23.60 Central Cooling Equipment 23.70 Central HVAC Equipment 23.80 Decentralized HVAC Equipment Integrated Automation 25.00 Integrated Automation 25.10 Integrated Automation Network Equipment 25.30 Integrated Automation Instrumentation & Terminal Devices 25.50 Integrated Automation Facility Controls 25.90 Integrated Automation Control Sequences Electrical 26.00 Electrical 26.10 Medium -Voltage Electrical Distribution 26.20 Low-Voltage Electrical Transmission 26.30 Facility Electrical Power Generating & Storing Equipment 26.40 Electrical & Cathodic Protection 26.50 Lighting ASD_Design Guidelines_DRAFT_30JUN10 (6).doc Page 25 of 28 Construction Specifications Institute Div.27 Div.28 Communications 27.00 Communications 27.10 Structured Cabling 27.20 Data Communications 27.30 Voice Communications 27.40 Audio-Video Communications 27.50 Distributed Communications & Monitoring Systems Electronic Safety & Security 28.00 Electronic Safety & Security 28.10 Electronic Access Control & Intrusion Detection 28.20 Electronic Surveillance 28.30 Electronic Detection & Alarm 28.40 Electronic Monitoring & Control Site & Infrastructure Subgroup Div.31 Div.32 Div.33 Earthwork 31.00 Earthwork 31.10 Site Clearing 31.20 Earth Moving 31.30 Earthwork Methods 31.40 Shoring & Underpinning 31.50 Excavation Support & Protection 31.60 Special Foundations & Load-Bearing Elements 31.70 Tunneling & Mining Exterior Improvements 32.00 Exterior Improvements 32.10 Bases, Ballasts, & Paving 32.30 Site Improvements 32.70 Wetlands 32.80 Irrigation 32. 90 Planting Utilities 33 .00 Utilities 33.10 Water Utilities 33.20 Wells 33.30 Sanitary Sewerage Utilities 33.40 Storm Drainage Utilities 33.50 Fuel Distribution Utilities 33.60 Hydronic & Steam Energy Utilities 33.70 Electrical Utilities 33.80 Communications Utilities ASD_Design Guidelines_DRAFT_30JUN10 (6).doc Divisions & Sections Page 26 of 28 Construction Specifications Institute Divisions & Sections Div.34 Div.35 Transportation 34.00 Transportation 34.10 Guideways/Railways 34.20 Traction Power 34.40 Transportation Signaling & Control Equipment 34.50 Transportation Fare Collection Equipment 34.70 Transportation Construction & Equipment 34.80 Bridges Waterway & Marine Construction 35.00 Waterway & Marine Construction 35.10 Waterway & Marine Signaling & Control Equipment 35.20 Waterway & Marine Construction & Equipment 35.30 Coastal Construction 35.40 Waterway Construction & Equipment 35.50 Marine Construction & Equipment 35.70 Dam Construction & Equipment Process Equipment Subgroup Div.40 Process Integration 40 .00 Process Integration Div.41 Div.42 Div.43 40.10 Gas & Vapor Process Piping 40.20 Liquids Process Piping 40 .30 Solid & Mi xed Materials Piping & Chutes 40.40 Process Piping & Equipment Protection 40.80 Commissioning of Process Systems 40.90 Instrumentation & Control for Process Systems Material Processing & Handling Equipment 41.00 Material Processing & Handling Equipment 41.10 Bulk Material Processing Equipment 41.20 Piece Material Handling Equipment 41.30 Manufacturing Equipment 41.40 Container Processing & Packaging 41.50 Material Storage 41.60 Mobile Plant Equipment Process Heating, Cooling & Drying Equipment 42.00 Process Heating, Cooling & Drying Equipment 42.10 Process Heating Equipment 42.20 Process Cooling Equipment 42.30 Process Drying Equipment Process Gas & Liquid Handling, Purification, and Storage Equipment 43.00 Process Gas & Liquid Handling, Purification, and Storage Equipment 43 .10 Gas Handling Equipment 43.20 Liquid Handling Equipment 43.30 Gas & Liquid Purification Equipment 43.40 Gas & Liquid Storage ASD_Design Guidelines_DRAFT_30JUN10 (6).doc Page 27 of 28 Construction Specifications Institute Div.44 Div.45 Div.48 Pollution Control Equipment 44.00 Pollution Control Equipment 44.10 Air Pollution Control 44.20 Noise Pollution Control 44.40 Water Treatment Equipment 44.50 Solid Waste Control Industry-Specific Manufacturing Equipment 45 .00 Industry-Specific Manufacturing Equipment Electrical Power Generation 48.00 Electrical Power Generation 48.10 Electrical Power Generation Equipment 48.70 Electrical Power Generation Testing ASD_Design Guidelines_DRAFT_30JUN10 (6).doc Divisions & Sections ,. Page 28 of 28 PROJECT DEVELOPMENT AGREEMENT Attachment D Preliminary Report 12 Energy Savings Performance Contract Phase VII Preliminary Report For The City of Fort Worth May 7, 2012 Submitted to: The City of Fort Worth 1000 Throckmorton Fort Worth, Texas 76102 Johnson ?/Jj Controls Submitted by: Johnson Controls, Inc. 7 461 Airport Freeway Richland Hills, Texas 76118 TABLE OF CONTENTS Section 1 -Table of Contents ................................................................. 1 Section 2 -Executive Summary ............................................................. 2 Section 3 -Performance Services Consolidation .......................... .4 Section 4 -Municipal Lease Refinancing ............................................... 6 Section 5 -FIM Opportunities ................................................................ ? Section 6 -Facility Baselines ................................................ 12 Section 7 -FIM Savings ...................................................... 14 Section 8 -Financial Analysis ............................................... 16 Section 9-Photo Tour. ......................................................... 18 Johnson ~j , Controls Intellectual property © 2012 , Johnson Controls. Confidential. All rights reserved . Page 1 - Executive Summary Preliminary Analysis City instructed JCI to conduct a preliminary analysis to develop an Energy Sa · s Performance Contract (ESPC) Phase VII project that would incorporate all of the following: • Consolidate the current guaranteed utility savings of ESPC Phases 1,11,111,IV,IVb into one one (1) total Assured Performance Guarantee (APG) • Identify opportunities to reduce the current ESPC Phases 1,11,111,IV,Vlb annual service agreement costs to assist with TPW budget constraints • Extend the guarantee terms of ESPC Phases 1,11,111 to fund additional infrastructure improvements • Refinance the existing ESPC Phase IV municipal lease due to current lower interest rates The results of this report are based upon preliminary audits, cost estimates, utility savings and debt service analysis. Co-Authored Solutions JCI develops solutions with its customer, not for its customer. This ensures that the City of Fort Worth' concerns and requirements are identified at each step along the performance contracting process. This proposal was developed in conjunction with the TPW Department. Key personnel involved were Mr. Glenn Balog, Mr. Sam Steele, Mr. Sam Gunderson and many other people within the various departments. It should be noted that without the help of these dedicated employees, this Preliminary Analysis Report would not have been possible. Recommendation Based on the analysis summarized in this Preliminary Analysis Report, Johnson Controls recommends that the City of Fort Worth proceed with the Detailed Audit phase. The preliminary results clearly indicate an excellent opportunity to develop a self-funded project. Johnson ~j , Controls Intellectual property © 2012 , Johnson Controls . Confidential. All rights reserved. FORT WORTH ~ Page 2 n (1) V, n 0 ::J V, 0 ~ ---· c.. DJ rt ---· 0 ::J Table 1 provides the total project costs & savings over a 10-year term. Table 1 -Project Summary -10 Year Totals Utility Cost Savings $29,809,421 ESPC Phase I -Lease ($98,460) ESPC Phase I & II -SECO Loan ($1,997,800) ESPC Phase Ill -SECO Loan ($3,444,997} ESPC Phase IV -Refinanced Lease ($8 ,866,720} ESPC Phase VII -Lease ($7 ,915,598) ESPC All Phases APG Services ($2,154,550) 10-Year Cumulative Savings $5,331,297 Benefits of this project include the following: • Additional $7 ,000,000 for self-funded infrastructure improvements • Total savings of over $1,200,000 through refinancing existing ESPC Phase IV municipal lease • Reduced annual service agreement costs Just as JCI has been successful in acquiring utility rebates on behalf of the City for previous ESPC Phase projects, JCI will make every attempt to secure additional utility rebates for the Phase VII improvement measures . The implementation of this self-funded project will result in infra structure improvements, reduced operating costs, improved indoor comfort and reduced air pollution. Cost to Proceed In order to implement the above recommendations, the City of Fort Worth needs to commit to Johnson Controls' performance of a Detailed Audit. The cost to the City to conduct the Detailed Audit for the opportunities included in this report is $212,500. The ESPC Phase I Performance Contract between the City and Johnson Controls allows the City to proceed directly to the Detailed Audit phase, pending Council approval for the audit cost. Johnson ~j, Controls Intellectual property © 2012 , Johnson Controls. Confidential. All rights reserved. FORT WORTH ~ Page 3 -, -lo\ 0 -, 3 OJ :::J n ([) V, n 0 :::J V, 0 ,--...... c.. DJ rt ...... 0 :::J Performance Services Consolidation As part of the ESPC Phase VII project, JCI proposes to consolidate the current guaranteed utility savings Phases 1,11,111,IV,Vlb into one (1) total annual Assured Performance Guarantee (APG). Guarantee term will be O years beginning on 09/01/2012. Current APG for Phases 1,11,11 will be extended and current APG for Phases IV & Vlb reduced. Table 2 summarizes the consolidated guaranteed utility savings. Table 2 -Guaranteed Savings Consolidation Phase VII FY13 FY14 FY15 FY16 FY17 FY18 FY19 FY20 FY21 FY22 Savings Guar. Gua r . Guar. Guar. Guar. Guar. Guar . Guar. Guar. Guar. Guar. Curre nt Uti l ity Utility Utility Utility Util ity Util ity Utility Util ity Utilit y Utility Extension/R Phase Year Term Savings Savings Savin gs Savin gs Sav i ngs Savings Savings Savings Savings Savings eduction I 8 10 $319,333 $328,913 $338,780 $348 ,944 $359,412 $370,194 $381,300 $392,739 $404 ,521 $416 ,657 8 years II 4 10 $353 ,597 $364,205 $375 ,131 $386,38 5 $397,977 $409 ,916 $422,213 $434,880 $447 ,926 $461,364 4 years Ill 4 10 $756 ,983 $779,692 $803 ,083 $827,176 $851,991 $877,551 $903,877 $930,994 $958,923 $987 ,691 4 years IV 3 15 $1 ,010 ,391 $1 ,010 ,597 $1,034,067 $1 ,058,314 $1 ,073 ,362 $1 ,089 ,235 $1 ,118,463 $928 ,566 $752,073 $796,519 (2 .5 years) Vlb 0 15 $173 ,794 $179 ,008 $184,378 $189 ,909 $195 ,607 $201,475 $207,519 $213,745 $220 ,157 $226,762 (5 years) Total $2,614,098 $2,662,415 $2 ,735,440 $2,810,728 $2,878,348 $2,948,371 $3,033,373 $2,900,923 $2,783,601 $2,888,993 Notes: 1. Assumes Phase VII 10-yea r guarantee beg i ns on 09/01/2012 2. Annual Guaranteed Utility Savings remain the same as the existing ESPC contract amounts until each current respective contract term expires. After each contract term expires, utility savings are escalated 3% each year. Johnson ~j Controls Intellectual property © 2012 , Johnson Controls . Confidential. All r i ghts reserved . Page 4 .., ...... 0 .., 3 DJ ::J n m V, n 0 ::J V, 0 ,--...... c.. DJ rt ...... 0 ::J Table 3 summarizes the current FY13 service agreements for Phases 1,11 , 11,IV ,Vlb. Table 3 -Current FY13 Service Agreements Assured Building Chiller Performance Efficiency Preventative Phase Year Term Guarantee Specialist Maintenance I 9 10 $35,863 $0 $4,712 II 5 10 $35,295 $0 $10,163 Ill 5 10 $52,582 $56,836 $0 IV 3 15 $63,760 $29,527 $6,949 Vlb 1 15 $12 ,070 $0 $0 Subtotals $199,570 $86,363 $21,824 Total $307,757 As part of the ESPC Phase VII project, JCI proposes to consolidate the current APG service costs for previous Phases 1,11,111 ,IV ,Vlb into one (1) total annual APG service cost. The estimated annual APG service cost will $215,455. The new APG service cost will begin on 09/01/2102 and remain constant for the 10-year term. JCI believes that the additional APG services associated with the ESPC Phase VII improvements can also be included in this cost. To assist with current TPW budget constraints, JCI proposes to finance the following additional 10-year service agreements beginning on 09/01/2012: • Full time Building Efficiency Specialist (BES) • Chiller Preventative Maintenance Services Johnson ~J(, Controls Intellectual property © 2012, Johnson Controls . Confi dential. All rights reserved . Page 5 -, ~ 0 -, 3 DJ :J n (1) V, n 0 :::s V, 0 ,,,,,_ ..... c.. DJ rt ..... 0 :::s - - Municipal Lease Refinancing As part of the ESPC Phase VII project, JCI proposes to refinance the exis ·ng ESPC Phase IV municipal lease. Based on current market conditions, City can save over $1,200,000 by refinancing remaining 12 years of the existing lease (4.79%) into a new 10-year municipal lease beginning on 09/01/2012. Savings is based on an estimated interest rate of 2.45%. Johnson ~J(, Controls Intellectual property © 2012, Johnson Controls . Confidential. All rights reserved. FORT WORTH ~ Page 6 l (1) ...... ...... ::J QJ ::J n ...... ::J UQ FIM Opportunities During the preliminary analysis , Johnson Controls discovered many i opportunities. For this Preliminary Analysis Report , Johnson Controls is reco ending infrastructure improvements at some facilities which were included in previous phases and also some additional facilities. Table 4 summarizes the expected distribution between buildings . Southside Svc Center X X X X James Ave Svc Center X Brennan Svc Center X X Zipper Building X X City Hall X X X X X City Hall Annex X X X Public Safety X X X Animal Care Center X Central Library X Commerce St Garage X X SW Regional Library X X East Regional Library X X City Wide Facilities Lighting Re t rofits and Controls Southside Service Center. Brennan Service Center • Replace T-12 Office Lighting with High Output T-8 Lighting • Replace High Bay Metal Halide Lighting with High Bay T-5 Lighting • Install occupancy sensors in office areas James Avenue Service Center • Replace High Bay Metal Halide Lighting with High Bay T-5 Lighting X Johnson f J(, Controls FORT WORTH ~ Intellectual property © 2012 , Johnson Controls . Conf i dential. All r i ghts reserved. Page 7 Commerce Street Garage • Replace T-8 Lighting with LED lighting • Install daylight controls Cooling Plant Upgrades City Hall Central Plant • Replace 200-ton chiller with larger VFD chiller (for tie-in to City Hall Annex) • Add new cooling tower cell to increase capacity • Refurbish existing cooling towers • Replace existing cooling tower fan motors & gear drives with direct drive motors & VFD's • Add automatic isolation valves to existing cooling towers (3 cells) • Add VFD's to primary chilled water & condenser water pumps (many existing balance valves are throttled) • Check & repair makeup water/expansion tank systems City Hall Annex • Tie-in existing AHU's to City Hall Central Plant • Remove existing air-cooled chiller & pumps Heating Plant Upgrades City Hall Central Plant • Replace existing boilers with high efficiency condensing boilers • Convert heating water distribution to variable flow • Check & repair makeup water/expansion tank systems HVAC Upgrades City Hall • Convert large constant-volume AHU with reheat to VAV with new boxes • Replace induction units with new HVAC system & eliminate 2-pipe system • Replace existing AHU coils • Provide new DX system for IT area & eliminate air-cooled chiller & pumps Johnson ~j, Controls FORT WORTH ~ Intellectual property © 2012, Johnson Controls . Confidential. All rights reserved. Page 8 ...... m V, Public Safety • Provide new DX system for 24-hour area • Steam trap retrofit Animal Care & Control Center • Replace existing chiller, pump & AHU's with multiple DX rooftops with heat recovery wheels Central Library • Replace existing Aaon RTU with new VAV rooftop AHU FMS Controls Southside Service Center, City Hall, City Hall Annex, Public Safety • Replace a ll existing pneumatic controls with new DOC controls • Demand ventilation • Optimize efficiency LEED Certification Southwest Regional Library. East Regional Library !mplementation of this task will provi.de services to attempt certification of the FWCC through the United States Green Building Council's (USGBC) Leadership in Energy & Environmental Design Existing Building: Operations and Management (LEED ® EB: O&M) program. The following consulting services will be necessary for the City of Fort Worth to successfully submit a complete LEED ® -Online Certification package to the USGBC: • LEED ® Accredited Professional(s) will manage and deliver the LEED ® process from the initial review through LEED ® certification submission. • LEED® Certification process will be followed through effective management and technical guidance of the JCI/Fort Worth team to include submission of proper documentation to the USGBC. • Collect, edit, and approve all documentation in USGBC format including the fielding of all questions, the submitting of credit interpretations to the USGBC, as needed, Johnson ~j , Controls Intellectual property © 2012 , Johnson Controls . Confidential. All rights reserved . FORT WORTH ~ Page 9 and the managing of post-submission and USGBC review and re-su if required . JCI does not guarantee LEED ® certification of the project. The USGBC is compromised of Third Party reviewers who will accept or reject dits which could adversely affect the level of certification or certification in general. In s JCI is not liable for any decision the USGBC rules favorable or unfavorable towards the certification of the City of Fort Worth's Facilities. Recommissioning Zipper Building, City HalL City Hall Annex, Public Safety, Southwest Regional Library, East Regional Library The purpose of recommissioning a facility is take an objective holistic approach to improving the facility operation. The following have been identified as the primary objectives of this commissioning project: • Bring equipment to its proper operational state • Reduce comfort calls • Reduce energy and demand costs • Increase equipment life • Improve indoor air quality • Reduce staff time spent on emergencies • Determine if staff training is required • Identify and gather any missing critical system documentation This project will primarily focus on the operation side of O&M, with attention being paid mainly to maintenance issues that will significantly impact indoor air quality, building operation, and energy consumption. Computer Power Management Citywide Facilities Installation and deployment of a new computer power management system on City computers will save energy and extend the life of the computer systems. Further investigation will be required regarding applicability to the city computers . Johnson ~J'(, Controls Intellectual property © 2012 , Johnson Controls. Confidential. All rights reserved. FORT WORTH ~ Page 10 ..... C1) V, Other Scope Wackenhut Facility Investigation of possible energy improvement measures in this facility. lnve ·gation of the Wackenhut facility is dependent on the city's decision to move forward acquisition . City Utility Evaluation Services ...... JCI will investigate available software and systems to allow the City to audit utility billing (1) as well as automatically import utility data to the EPA's Portfolio manager system . v, Johnson ~j , Controls Intellectual property © 2012, Johnson Controls. Confidential. All rights reserved . FORT WORTH ~ Page 11 ..... Facility Baselines Table 5 and Table 6 summarize the FY11 annual utility history provided by he City of Fort Worth. City of Fort Worth Area Electric Natural Water I Total Department Name (SF) ($) Gas Sewer ($/SF) ($) ($) Southside Service Center 41,808 $71 ,030 $13 ,820 $18 ,573 $2.47 James Ave . Service Center 175,535 $74 ,314 $17,571 $6 ,916 $0 .56 30,411 $3 ,051 $342 $1 ,548 $0.16 70 ,000 $74 ,917 $0 $1,100 $1.09 300 ,500 519 ,632 66,470 n/a $1 .95 56 ,500 113,682 1,766 n/a $2.04 Public Safet 82 ,900 82 ,823 23 ,248 n/a $1.28 Animal Care Center 22,100 79,877 27,047 n/a $4 .84 211,400 228 ,337 2 ,850 n/a $1 .09 247 ,968 169 ,018 $0 n/a $0 .68 25 ,000 32,286 2,430 $1 ,264 $1.44 24,000 26 ,351 1,708 $7 ,096 $1 .46 1,288,122 $1,475,318 $157,252 $36,497 $1.30 • City of Fort Worth Area Electric Natural Water Electric Natural Electric Facility (SF) (kWh) Gas (ccf) (kWh Gas I Gas (MCF) / SF) (MMBtu (Btu Southside Service Ctr 41 ,808 1 ,060,110 2,110 James Ave Service Ctr 175 ,535 1 ,104,270 2763.8 30,411 34,978 9 70 ,000 1,101 ,000 0 300 ,500 6 ,661,803 9,650 56 ,500 1,405,170 238 Public Safet 82 ,900 1 ,091,000 3,231 Animal Care & Center 22 ,100 993,360 4,025 Central Librar 211,400 2 ,877 ,815 555 247 ,968 2 ,030 ,727 0 25,000 390 ,720 359 24,000 288 ,800 233 1,288,122 19,039,753 23,174 Table 5 & 6 Notes: 1. Facility water bills not included due to relevance Johnson ~J<, Controls 8633 3205 715 507 n/a n/a n/a n/a n/a n/a 583 2391 16,034 Intellectual property © 2012, Johnson Controls. Confidential. All rights reserved . / SF) / SF) 25.4 0 .050 136 ,982 6 .3 0 .016 37 ,210 1.2 0 .000 4 ,234 15 .7 0 .000 53 ,668 22.2 0 .032 107 ,757 24 .9 0 .004 89 ,073 13.2 0.039 83 ,880 44 .9 0.182 335,497 13.6 0 .003 49 ,075 8 .2 0 .000 27 ,944 15.6 0 .014 67,688 12 .0 0 .010 50 ,768 14.8 0.018 68,425 Page 12 In order to convert calculated energy savings to dollars it is necessary to stablish utility cost conversion factors. These conversion factors are listed in Table 7 y utility. An average unit cost for each energy category was utilized for all facilities . During the detailed audit, more accurate unit cost for each facility will be established. Southside Service Center $0 .05127 $0.01573 $6.55 $2 .23 $3 .56 James Ave Service Center $0.05127 $0.01603 $6 .36 $2 .23 $3 .56 Brennan Service Center $0 .05127 $0.03596 $36 .38 $2 .23 $3 .56 Zipper Building $0 .05127 $0.01677 n/a $2.23 $3 .56 City Hall $0 .05127 $0.02673 $6 .89 $2.23 $3 .56 City Hall Annex $0 .05127 $0.02963 $7.42 $2.23 $3 .56 Public Safety $0 .05127 $0 .02464 $7 .20 $2 .23 $3 .56 Animal Care Center $0 .05127 $0.02914 $6 .72 $2 .23 $3 .56 Central Library $0 .05127 $0.02807 $5 .14 $2 .23 $3.56 Commerce Street Garage $0 .05127 $0 .03196 n/a $2 .23 $3 .56 Southwest Regional Library $0 .05127 $0 .03136 $6 .77 $2 .23 $3.56 East Regional Library $0.05127 $0 .03997 $7 .33 $2.23 $3 .56 All FIM's that generate kW demand savings, avoided cost includes TDU Delivery Charges and REP Supply Charges. All FIM's that generate kWh consumption savings only, avoided cost includes REP Supply Charges. Johnson ~}, Controls Intellectual property © 2012, Johnson Controls . Confidential. All rights reserved. FORT WORTH ~ Page 13 I ' - FIM Savings As compared to the baselines established in Table 6, the utility impact , by shown in Tables 8 and 9. Table 8 -Annual Utility Impact Summary -Additional Buildings Southside Service Center 212 ,022 20% 211 10% 1726.6 20% James Ave Service Center 22 ,085 2 % 0 0 % 0 0 % Brennan Service Center 700 2 % 0 0 % 0 0 % Zipper Building 88 ,080 8% 0 0% 0 0 % Totals 322,887 10% 211 4% 1,727 13% T able 9 -Annual Utility Impac t Summary -B uildings in P revious Phases City of Fort Worth Building Name City Hall City Hall Annex Pub li c Safety Animal Care Cent er Central Library Commerce Street Garage Southwest Regional Library East Regional Library Totals Johnson ~), Controls Electric Savings (kWh) 333 ,090 281 ,034 109 ,100 198,672 57 ,556 162.458 39 ,072 14.440 1,195,423 Electric kWh Savings (%) 5 % 20% 10% 20% 2 % 8% 10% 5% 8% Natural Natural Gas Gas Savings MCF (MCF) Savings (%) 1930 20% 0 0 % 323 10% 805 20% 0 0% 0 0 % 36 10% 12 5% 3,106 17% Intellectual property © 2012, Johnson Controls. Confidential. All rights reserved . Water Water Savings kgal (ccf) Savings (%) 0 0 % 0 0 % 0 0 % 0 . 0 % 0 0 % 0 0 % 0 0% 0 0 % 0 0% FORT WORTH ~ Page 14 Estimated annual utility cost savings are shown in Tables 10 and 11 . Table 10 -Utility Cost Saving s -Addition a l Bids Southside Serv ice Center $19 ,784 James Ave Service Center $1 ,486 Brennan Service Center $61 Zipper Building $5 ,993 Totals $27,324 Table 11 -Utility Cost Savings -Bldgs in Previous Phases City Hall $39 ,276 City Hall Annex $22 ,736 Public Safety $10,607 Animal Care & Control Center $21,385 Central Library $4 ,567 Commerce Street Garage $13 ,521 Sout hwest Regional Library $3,472 East Regional Library $1,403 Totals $116,967 Johnson ~J, Controls FORT WORTH ~ Intellectual property © 2012 , Johnson Controls . Confidential. All rights reserved. Page 15 ...... Financial Analysis Total Project Benefits over the 10-year period is $29 ,809,421. Total project price is $7,000,000. A municipal lease purchase loan will fund this over a 10-year period . Project price includes the following: • Additional FIM's • Full time BES services for 10-year term • Chiller PM maintenance services for 10-year term The remaining purchase price of $7,842,906 of the existing ESPC Phase IV municipal ...... lease will be refinanced over a 10-year term. V, Total Project Costs over the 10-year period is $24,478,124. These costs include financing debt services and the annual APG service agreement. Estimated financing debt services are based on a 2.45% interest rate, a 12-month construction period and quarterly payments in arrears. Annual ESPC Phase 1,11,111,IV,Vlb Guaranteed Utility Savings remain the same as the existing ESPC contract amounts until each current respective contract term expires. After each contract term expires, utility savings are escalated 3% each year. All additional ESPC Phase VII Guaranteed Utility Savings are escalated 3% each year . Annual APG services remain constant each year . The cumulative cashflow amount of $5,331,297 over the 10 years exceeds the ESPC Phase Vlb contract price of $3,085,591 which was funded by an ARRA grant (EECBG). Project financial analysis for each year is shown in the following Business Case Analysis. Johnson ~j , Controls Intellectual property © 2012, Johnson Controls . Confidential. All rights reserved. FORT WORTH ~ Page 16 Rew.l .S Pro Benefits Util ity Cost Avoidance ESPC Pha se l,ll,IIl,IV,Vlb ESPC Phase VII -Previous Bldgs ESPC Phase Vll • Additional Bldgs Sub-Totals: O&M Cost Avo idance ESPC Phase I,ll,III,IV,Vlb Sub-Totals: Utility I ncentive ESPC Phase l,ll,IIl,IV,Vlb Sub-Totals: other Contribution ESPC Phase I,ll,III,IV,Vlb Sub-Totals: Utility Revenue Impact ESPC Phase I,ll,IIl,IV,Vlb b-To als: Pro Costs Project Fina ncing ESPC Phase I • Loan ESPC Phase I • Lease ESPC Phase I & II · SECO Loan ESPC Phase III . SECO Loan ESPC Phase IV • Refinanced Lease ESPC Phase VII • Lease ub-T tals: Annua l Service Agreements ESPC Phase I,ll,III,IV,Vlb,Vll APG -T I Rs;Syrn SHJ 1nvmm~ns 'Rf2!l iA•;:, i' 5i~hl;~iwFl2w ,~Be,N!f/t Ana!l!f! Rna!ldna Crftsria ESPC Phase IV -Refinanced Lease ESPC Phase VII · Lease Total Net Fi nanced An nual I nterest Rate ESPC Phase IV . Refinanced Lea se ESPC Phase Vll • Lease Project Fi nance Terms ESPC Phase IV · Refinanced Lease ESPC Phase Vll • Lease Johnson ~j , Controls E I i n Annlllll % 3.0% 3.0% 3.0% 3.0% 3.0% 3.0% 0.0% : 7,842,906 JC! 7 000 000 JC! $ 14,842,906 2.45% JC! 2.45% JC! 10 years JC! 10 years JC! FY13$ 2,614,098 2,662,415 2,735,440 35,090 120,476 124,090 8,197 28,144 28,988 2 7 85 2 8110 5 2 8 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 $ $ 0 0 0 (78,000) 0 0 (726,473) (544,855) 0 (599,130) (599,130) (599,130) (886,672) (886,672) (886,672) (125,309) (478,528) (1,004,573) 2 41 4 1 4 24 7 ~.go{1il 4 ~0/11 Si12°t'i! ! ~t:m l 11:~! tIB~1 m:i~~ Intellectual property © 2012, Johnson Controls . Confidential. All rights reserved. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ..... $ V, 0 0 0 0 0 (98,460) 0 0 (1,997,800) (599,130) (449,347) (3,444,997) (886,672) (886,672) (8,866,720) (1,004,573) (1,004,573) (7,915,598) 24 7 2 4 2 22 23 5 4 7 §0{1j1 ,11 ~Ot'i!I llii ,~'ii ,2 Z0t'i! ~~ go{1i! ~! ~o{'i! ~~ go111 I i:1~1 1i:m l ~:ffl:i~ ~it :~11 4i:;1~ ~ffi:!~~ I i:At:ilf I I Page 17 Photo Tour Johnson Controls has conducted a walk-through and preliminary evaluat n of City facilities associated with this report . The photo tour is designed to introduc specific concerns that were observed during the walk-through. These concerns should t be addressed under a comprehensive program. The examples shown in the photo tour just a few of the identified improvement opportunities for the City of Fort Worth. We are sure that many of the items mentioned in this report have been brought to your attention before. We are offering a solution that will address all of these needs under one comprehensive program. Johnson ~J<, Controls Intellectual property © 2012 , Johnson Controls . Confidential. All rights reserved . FORT WORTH ~ Page 18 Lighting Improvements Existing inefficient T-12 lighting in the Southside s ·ervice Center and Brennan Service Center can be retrofitted with energy efficient lamps and ballasts, which will greatly reduce energy consumption and maintenance costs. The lighting changes will also help enhance indoor environments. New lighting controls and occupancy sensors will shutdown lights in areas that are unoccupied , resulting in reduced operating costs and extended equipment life. Several emergency light fixtures will continue to operate in each area to maintain safety and security. Johnson ~j, Controls Intellectual property © 2012 , Johnson Controls . Confidential. All rights reserved. FORT WORTH ~ Page 19 Lighting Improvements Existing inefficient Metal Halide lighting in the James Avenue Service Center, Southside Service Center, and Brennan Service Center can be retrofitted with energy efficient lamps and ballasts, which will greatly reduce energy consumption and maintenance costs. The li g hting changes w ill also help enhance indoor environments. Johnson ~j, Controls Intellectual property © 2012, Johnson Controls . Confidential. All rights reserved . FORT WORTH ~ Page 20 Water Conservation Old inefficient water closets will be replaced with new low flow fixtures and flush valves. New eq uipment will reduce operating costs and improvement restroom environments in the Southside Service Center. Water conservation improvements will show the residents of Fort Worth that the City is doing their part in conserving valuable water. Johnson ~} Controls Intellectual property © 2012 , Johnson Controls . Confidenti al. All rights reserved. FORT WORTH ~ Page 21 HV AC Improvements The boilers serving City Hall are older, inefficient boilers which require constant full operation in order to keep the tubes from corroding . These boilers do not have the modulation capabilities available in today's boilers. The scope of this detailed audit will include investigation of upgrading the existing city hall boilers. Johnson ~Jc, Controls Intellectual property © 2012 , Johnson Co ntrols . Confidential. All rights reserved . FORT WORTH ~ Page 22 HV AC Improvements The existing 200 ton chiller in the city hall central plant will be replaced with a larger VFD chiller that can be tied into the City Hall Annex building. The increased chiller size will require addition of one cell to the cooling tower. Isolation valves and VFD's for chilled water pumps will also be investigated. Johnson ~j, Controls Intellectual property © 2012 , Johnson Controls . Confidential. All rights reserved. FORT WORTH ~ Page 23 HV AC Improvements Existing constant volume air handling units serving City Hall will be converted to variable flow units with VA V boxes. Johnson ~} Controls Intellectual property © 2012 , Johnson Controls . Confidential. All rights reserved . FORT WORTH ~ Page 24 HV AC Improvements Old Inefficient induction units will be recommended for replacement w ith new HVAC system, and 2-pipe system will be eliminated. Johnson ~j, Controls Intellectual property © 2012, Johnson Controls. Confidential. All rights reserved. FORT WORTH ~ Page 25 ;. - Facility Management System Replacement of old HV AC controls at the Southwest Service Center with new FMS will optimize the operation of the existing chiller, boiler, pumps, air handling units and VAV boxes , resulting in substantial energy savings. Johnson ~J, Controls Intellectual property © 2012 , Johnson Controls. Confidential. All rights reserved. FORT WORTH ~ Page 26 Facility Management System Upgrades tat I BROK tu ' ! Tonn Do • • } Existing outdated temperature controls will be upgraded with new FMS to improve indoor comfort and reduce operating costs. Johnson ~j, Controls Intellectual property © 2012, Johnson Controls. Confidential. All rights reserved . FORT WORTH ~ Page 27 - Computer Power Management Installation of a city wide computer power management system will be evaluated. This system could allow for substantial reduction in PC operation hours resulting in significant energy savings city wide . · Johnson ~J(, Controls Intellectual property © 2012 , Johnson Controls . Confidential. All r ights reserv ed. FORT WORTH ~ Page 28 PROJECT DEVELOPMENT AGREEMENT Attachment E Mayor and Council Communication (M&C) Reference No . C-25751 13 M&C Review' Page 1 of2 Official si te of the City of Fort Worth , T exa s CITY COUNCIL AGENDA FORT WORTH -.....,....- a DATE: CODE: SUBJECT: 7/24/2012 C ™=== utJI! C7flf'!! COUNCIL ACTION: Approved on 7/24/2012 REFERENCE NO.: **C-25751 LOG NAME: 20ESPC7 DES TYPE: CONSENT PUBLIC HEARING: NO Authorize Execution of a Project Development Agreement with Johnson Controls, Inc., in the Amount Not to Exceed $212,500.00, to Perform a Detailed Energy Study of City Facilities in Consolidation of Existing City Energy Savings Performance Contract Projects (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize the execution of a Project Development Agreement with Johnson Controls, Inc., in the amount not to exceed $212,500.00 to,conduct a detailed energy study of City facilities in consolidation of existing City Energy Savings Performance Contract projects. DISCUSSION: On November 26, 2002, (M&C C-19369) the City Council authorized its first Detailed Energy Study with JC!. This action was taken after a competitive selection of Johnson Controls, Inc., (JC!) as the City's Energy Savings Company (ESC) of record. There were seven respondents to the City's Request for Qualifications (RFQ) for such services. Since 2003, there have been eight phases included in the resulting Energy Savings Performance Contract (ESPC), all were developed by first conducting a Detailed Energy Study. On May 7, 2012, JCI completed a no-cost, no-obligation Preliminary Energy Assessment of select City facilities as requested by Staff. With the assistance of Staff, JCl's assessment has identified facilities management opportunities that would result in cost avoidance of $29,809,421.00 over a 10 year period. The cost to implement the new energy improvements and consolidate the previous phases would be $24,478,124.00, resulting in a net benefit of $5,331,297 over the 10 year period. On May 8, 2012, the City's Infrastructure and Transportation Committee members were informed of Staff's interest in consolidating five previously contracted projects into one, in order to increase City service benefits and reduce City operating costs. These initial projects were implemented, and continue to be tracked, as part of the City's Energy Conservation Program under its current ESPC with JCI. In order to finalize guaranteed costs and benefits of another potential ESPC amendment, JCI needs to conduct a Detailed Energy Study. Funding for the study is to be provided by the City's Conservation R~serve Account of utility incentives secured by the City for implementing energy efficiency. Following JCl's submission of the study, the City will not be under any obligation to continue to work toward an ESPC with JCI. The scope of the recommended study includes, but is not limited to, the following facility management opportunities: project consolidation, lighting systems, air-conditioning systems, water conservation, building system re-commissioning, LEED® certification, energy accounting, and computer power management. The study does not include Water Department opportunities which are being considered as another separate project. There are over 1 00 City facilities planned as part of the study, most all of which have been included in the current ESPC. The intent of the recommended study is to identify opportunities to increase cost savings as guaranteed to the City by JCI, and to decrease City operating budget costs, primarily through a consolidation of services included in previous ESPC phases. One known cost-saving opportunity http://apps.cfwnet.org/ council __packet/me _review .asp?ID= 17096&councildate=7/24/2012 8/17/2012 "' - M&CReview Page 2 of2 involves refinancing of the current ESPC Phase IV municipal lease-purchase Agreement. The planned contract consolidation includes existing services that are currently paid for through guaranteed ·cost avoidance to the City's operating budget. There are currently nine separate contracts that provide three types of services: Assured Performance Guarantee Services, Building Efficiency Specialist Services, and Primary Air-Conditioning Equipment $ervices. Consolidating all of these previous contracts into one will result in reduced administrative burden and lower costs. It is planned that Conservation Reserve Account funds would be used to fund an existing Staff position to manage implementation of such a project. Staff is evaluating other funding sources that may be available . All project costs would be offset by JCl-guaranteed cost avoidance to the City's operating budget. The consolidated contracts shall be: ESPC Phase I Phase II Phase Ill Date Ref. CSC No. 02-Sep -03 C-19739 29110 07-Feb-0 6 C-21289 33347 26-Sep-06 C-21737 34222 Phase IV 17-Jun-OB C-22868 37226 29110- Phase Vlb 25-Jan-11 C-24718 A7 Contract Name City of Fort Worth Performance Contract City of Fort Worth -Phase II Performance Contract City of Fort Worth -Phase Ill Performance Contract City of Fort Worth -Phase IV Performance Contract City of Fort Worth -Phase Vlb Performance Contract Johnson Controls, Inc., is in compliance with the City's MWBE ordinance by committing to 10 percent M/WBE participation . The City goal in this proj ect is 1 O percent. The City facilities included in the study are located in ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current operating budget, as appropriated, of the Special Trust Fund. TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS FROM Fund/Account/Centers FE72 531200 020543008000 $212,500.00 Fernando Costa (6122) Douglas W. Wiersig (7801) Glenn Balog (2028) Samuel C. Steele (1276) http://apps.cfwnet.org/council _packet/me _review .asp?ID= 17096&councildate=7/24/2012 8/17/2012 PROJECT DEVELOPMENT AGREEMENT Attachment F Project Sc hedule 14 City of Fort Worth, Texas JCI ESPC Phase VII PDA Schedule 10/28 i ID ' �Task Name I Duration i Start i Finish 06/03 I 06/10nIe06/17 I 06 Julv ��29 � 08/05 I 8/12 l 08/19 1 08/26 � 09/02 I 09/09 ,i_ 09/16 I 09/23 09/30 i 10/07 O'I 10/�14 I 10/21 i, � qust September /24 I 07/01 I 07/08 I 07/15 I 07/22 � 0 I 1 ' Cifiy of Fort Worth - ESPC Phase VII - PDA 106 days Tue 06/05/12 Tue 10/30/12 �r�---��- . 2 ��. Kick-off ineeting with COFW 1 day Tue 06/05/12 Tue 06/05/12 p ; j � •. I I _ ---- - ' : 3 � Site Visit 50 days Mon 06/11/12 Fri 08/17/12 � � , , . � � , , � . � ' ----- � � � i � � � o, Request for information , 19 days Mon 06/11/12 Thu 07/05/12 � _--- -_----, � ' � ,� ; �I _ _ _ _ _ -- -- : i 5 i� Receive requested information from City 23 days Fri 06/15/12 Tue 07/17/12 ��° � ' 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 � Visit the applicable facilities 48 days Wed 06/13/12 Fri 08/17/12 Detailed Scope 40 days Mon 07/02/12 Fri OS/24/12 _-- _ - � All Facilities - Lighting Improvements 20 days Mon 07/02/12 Fri 07/27/12 _- - o. East Regional Library - HVAC Upgrades ' 5 days Wed 08/01/12 Tue 08/07/12 o, South Service Center - HVAC Upgrades & FMS 8 days Mon 08/06/12 Wed 08/15/12 � , Regional Libraries - LEED Gap Analysis 28 days Wed 07/18/12 Fri 08/24/12 o. South Service Center and James Ave - Water Retrofits 8 days Mon 08/06/12 Wed O8/15/12 � Downtown Facilities - HVAC Upgrades, FMS & Recomm. 23 days Wed 07/18/12 Fri 08/17/12 _. � Animal Care & Central Library - HVAC Upgrades 16 days Fri 07/20/12 Fri OS/10/12 _ � Regional Libraries - Recommissioning 13 days Wed 08/01/12 Fri 08/17/12 � Review Meeting with City - Detailed Scope of Work 1 day Thu 08/16/12 Thu 08/16/12 Data Logging 40 days Mon 07/09/12 Fri 08/31/12 � Data logging of selected equipment 40 days Mon 07/09/12 Fri 08/31/12 - -- -- Engineering Analysis 34 days Mon 07/30/12 Thu 09/13/12 -- -- � A l l F a c i li t i e s Li g h ti ng Improvemen ts 1 3 days Mon 0 7/ 3 0/ 1 2 We d 0 8/ 1 5/ 1 2 _ _ - - __ � East Regional Library - HVAC Upgrades 15 days Wed OS/08/12 Tue OS/28/12 � South Service Center - HVAC Upgrades & FMS , 15 days Thu 08/16/12 Wed 09/05/12 � Regional Libraries - LEED Gap Analysis 10 days Mon 08/27/12 Fri 09/07/12 � South Service Center and James Ave - Water Retrofits 12 days Thu 08/16/12 Fri 08/31/12 � Downtown Facilities - HVAC Upgrades, FMS & Recomm. 15 days Mon 08/20/12 Fri 09/07/12 ,� Animal Care & Central Library - HVAC Upgrades 15 days Mon 08/13/12 Fri 08/31/12 � Regional Libraries - Recommissioning 15 days Mon 08/20/12 Fri 09/07/12 - -�� - � � - - - - - _ - - _ .. _,.,_J i � , ' � ,� ���_ _ = � - � �-"-...__ � �iia� , �� 28 �. Develop M&V requirements & costs 4 days Mon OS/27/12 Thu 08/30/12 . __. 29 Preliminary Cash Flow Analysis (CFA) 2 days Mon 09/10/12 Tue 09/11/12 -- 30 �� Review Meeting with City - Cost & Savings 1 day Thu 09/13/12 Thu 09/13/12 �-- _ �31 Financing 35 days Wed 08/01/12 Tue 09/18/12 �..- --- 32 �� Select Financing Partner 35 days Wed 08/01/12 Tue 09/18/12 � __ — . 33 PDA Deliverables 1 day Fri 09/21/12 Fri 09/21/12 34 ��� Submit Utility Assessment Report (UAR) 1 day Fri 09/21/12 Fri 09/21/12 35 � Submit Performance Contract Agreement ', 1 day Fri 09/21/12 Fri 09/21/12 -- - 36 Third Party Review 15 days Mon 09/24/12 Fri 10/12/12 ,� -- _ 37 �C� Coordinate with third party review engineer 15 days Mon 09/24/12 Fri 10/12/12 38 Finalize Contracts 5 days Mon 10/15/12 Fri 10/19/12 39 �; Finalize Performance Contract & Finance Contract 5 days Mon 10/15/12 Fri 10/19/12 40 Council Approval 1 day Tue 10/30/12 Tue 10/30/12 41 i�� Council Approval 1 day Tue 10/30/12' Tue 10/30/12 �� r -� ----- I =�..� i i � - P Thu 08/16/12 � . _.�-I'= _ . ' I I �L � J� -�-�_ -- I- I— I I-- �� � - ��--: . , ;i � �� :� I I � � 1 _�_:�:� -� _ '— .=�„^i �+ �� � � ; . I _ - -�' "' '. �1�.' r-- .I• � � 0 � � G u G � ; � � 0 � _.___ --- --�- , ,� 1 �� vQ i�; Gi L_