Loading...
HomeMy WebLinkAboutContract 41648. .. THIS COPY IS FOR: __ CONTRACTOR r-r-.....--,-CONTRACTOR'S BONDING CO. THE CITY OF FORT WORTH, TEXA~ CITY SECRETARY __ SPONSORING DEPT Replace Air Handling Units __ PROJECT MANAGER at East Exhibit Hall (Annex) __ TPWFILEcoPv --Fort Worth Convention Center TPW2011-01 CITY SECRETARY CONTRACT NO . 4) ln4 Q MIKE MONCRIEF THOMAS HIGGINS MAYOR INTERIM CITY MANAGER Greg Simmons, PE, Acting Director Transportation & Public Works Department Kirk Slaughter Director, Public Events Department Summit Consultants, Inc. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Johnson Controls, Inc. (TXMAS) March 2011 '..l _.,,-11 >(l;:28 l ~ Replace AHUs at FWCC East Exhibit Hall Annex (March 2011) Johnson Controls, Inc. (TXMAS) Page 1 of23 liil City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 3/1/2011 ·Ord.No. 19564-03-2011 DATE: Tuesday, March 01, 2011 REFERENCE NO.: **C-24747 LOG NAME: 25JCI_AIRHANDLER SUBJECT: Adopt Supplemental Appropriation Ordinance Increasing Appropriations in the Culture and Tourism Fund in the Amount of $715,000.00 and Decreasing the Unaudited, Unreserved, Undesignated Culture and Tourism Fund Balance by the Same Amount and Authorize Execution of a Contract with Johnson Controls, Inc. to Replace the Air Handling Units in the East Exhibit Hall/Annex at the Fort Worth Convention Center (COUNCIL DISTRICT 9) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached supplemental appropriation ordinance increasing appropriations in the Culture and Tourism Fund by $715,000.00 and decreasing the unaudited, unreserved, undesignated fund balance by the same amount; and · 2. Authorize a contract with Johnson Controls, Inc. in the amount of $634,723.00 plus $74,277.00 in contingency and staff costs using a Texas Multiple Award Schedule Contract Number TXMAS-6-840160 to repla.ce the air handling units in the East Exhibit Hall/Annex at the Fort Worth Convention Center. DISCUSSION: A design agreement was previously executed in the amount of $6,000.00 to provide the design and . construction administration services to replace the twelve air handling units. The replacement of the air handling units is necessary due to the normal wear and tear of providing heating and cooling comfort to the clients at the many events scheduled in the East Exhibit Hall/Annex at the Fort Worth Convention Center. PRICE ANALYSIS -The vendor price was obtained using a Texas Multiple Award Schedule (TXMAS) Cooperative Contract Number TXMAS-6-840160. · The overall project cost is expected to be: · Design (Previously executed) Construction Contingency, Staff Total $ 6,000.00 $ 634,723.00 $ 74,277.00 $ 715,000.00 M/WBE -A waiver for the goal for M/WBE subcontracting requirements was requested by the Public Events Department and approved by the M/WBE Office because the purchase of goods and services is from sources where subcontracting or supplier opportunities are negligible. COOPERATIVE PURCHASE -State Law provides that a local government purchasing an item under a cooperative purchasing agreement satisfies State laws requiring that the local government seek competitive bids for purchase of the item. TXMAS was established by the State of Texas to provide a list - - - ..... - - of approved contracts that have been competitively bid and awarded by Federal, State or Local Government entities to increase and simplify the purchasing power-of governmental entities across the State of Texas. The project is physically located in COUNCIL DISTRICT 9 but will serve Fort Worth residents in ALL COUNCIL DISTRICTS. FISCAL INFORMATION/ CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendation and adoption of the attached supplemental appropriation ordinance, funds will be available in the current operating budget, as appropriated, of the Culture and Tourism Fund . Upon approval, the unaudited, unreserved, undesignated fund balance of the Culture and Tourism Fund will exceed the minimum reserve as outlined in the Financial Management Policy Statements .. FUND CENTERS: TO Fund/Account/Centers GG04 539120 0246000 FROM Fund/Account/Centers $715,000 .00 GG04 539120 0246000 CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 1. 25JCI AIRHANDLER AO.doc (Public) 2. AHU MWBE WAIVER.pdf (CFW Internal) 3. f un d i ngverificati on.doc (CFW Internal) Susan Alanis (8180) Kirk Slaughter (2501) James Horner (2505) $715,000 .00 TABLE OF CONTENTS INSTRUCTIONS TO OFFERORS PROPOSAL TABLE OF CONTENTS TEXAS SALES AND USE TAX EXEMPTION CERTIFICATE WAGES RATES WEATHER TABLE CONSTRUCTION CONTRACT PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW PROJECT SIGN Replace AIIUs at FWCC East Exhibit Hall Annex (March 2011) Johnson Controls , Inc . (TXMAS) Page 2 of23 INSTRUCTIONS TO OFFERORS 1. PROPOSAL REQUIREMENTS: This contact with Johnson Controls, Inc. is using a Texas Multiple Award Schedule (TXMAS) Contract No. TXMAS-6-840160. • If any conflict arises among the provisions in the TXMAS Contract No. TXMAS-6-840160 or the City's contract or the City's General Conditions, the terms of the TXMAS Contract No. TXMAS-6-840160 shall control. • In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the Untied States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the State of Texas and is the holder of a certificate of authority from the Untied States Secretary of the Treasury to qualify as a surety on obligations perm itted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion , will determine the adequacy of the proof required herein. 2 . MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) (BEST VALUE PROPOSAL): The M/WBE participation is waived for this project. 3. PAYMENT BOND AND PERFORMANCE BOND : For projects in excess of $25,000, the successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Texas Government Code Section 2253 , as amended. In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the State of Texas and is the holder of a certificate of authority from the Untied States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been competed and accepted by the City. If the contract is in excess of $25 ,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of $100,000, a Performance Bond shall also be provided, in the amount of the contract, conditioned on the faithful performance of the work in accordance with the plans, specification, and contract documents. Said bond shall be solely for the protection of the City of Fort Worth. 4. PRE-BID SITE INVESTIGATION: Prior to filing a response , the bidder shall examine the site(s) of the work and the details of the requirements set out in these specifications to satisfy itself as to Replace AIIUs at FWCC East Exhibit Hall Annex (March 2011) Page 3 of23 Johnson Controls , Inc . (T~S) the conditions which will be encountered relating to the character, quality, and quantity of the work to be performed and materials and equipment required. The filing of a response by the bidder shall be considered evidence that it has complied with these requ irements. 5 AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal , the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 6. WAGE RA TES : Not les s than the prevailing wage rates set forth in Contract Documents must be paid on this project. 7. PROPOSED SUBCONTRACTORS : Acceptance of the bid in no way requires the City to accept the qualifications of the subcontractors . The Subcontractor lists are for use by the City in preparing recommendations for award of the contract. The Contractor must provide and use subcontractors listed unless the City agrees to allow a substitute . 8. DISCREPANCIES AND ADDENDA: Should a Offeror find any discrepanc ies in the drawings and specifications, or should it be in doubt as to their meaning , it shall not ify the City at once. If required, the City will then prepare a written addendum that will be available to all Offerors at the place designated for distribution of Bid Documents by the Notice to Offerers. The Contractor is responsible for determining if addenda are available and for securing cop ies prior to submitting a response to this request for sealed bids. Oral instructions or decisions unless confirmed by written addenda will not be considered val id, legal or binding. No extras will be authorized because of failure of the contractor to include work called for in the addenda . Offeror must acknowledge addenda in the Proposal. Failure to acknowledge addenda may cause the Proposal to be ruled non-responsive. It is the Contractor's responsibility to obtain Addenda and include its information in the Proposal. 9. WORKERS COMPENSATION INSURANCE: Offerors will be required to demonstrate that coverage is in effect at time of Award of Contract. Sample Certificate of Insurance, or other proof that Workers Compensation Insurance will be obtained , must be submitted within five work ing days of bid opening 10. TAXES: Equ ipment and materials not consumed by or incorporated into the work are subject to State sales taxes under House Bill 11 , enacted August 15, 1991. 11. PERMITS: Contractor shall apply for all City of Fort Worth Permits and for any other permits required by this project. City of Fort Worth Building and Trade Permit fees are waived . Separate permits may be required for each work location. 12. UTILITIES AND IMPACT FEES: The City will pay water and sewer utilities tap fees and impact f ees . Unless shown otherwise, the City will coordinate and pay for water and sewer taps and meters to the property line. The Contractor will include all remaining fees from the electrical and gas companies in the base bid. The Contractor will be responsible for coordinating with City and utility companies for installation of util ities . Unless ind icated otherwise on the plans, the contractor will be responsible for costs and installations from the building side of the water meter and sewer tap. 13. BID DOCUMENTS : Copies of bidding documents will be sent electronically by the Engineer .. 14. MANUFACTURER'S REFERENCE: Catalog , brand names , and manufacturer's references are descriptive , not restrictive . Use of brands of like nature and quality will be considered . Upon Replace AIIUs at FWCC East Exhibit Hall Annex (March 20 11) Page 4 of 23 Johnson Controls, Inc . (TXMAS) 15. request of the architect or contractor, the contractor will submit a full sized sample and/or detailed information as required to allow the architect to determine the acceptability of proposed substitutions. Where equipment has been listed as "no substitute accepted ", the City will accept no alternates to the specified equipment. Also refer to spec ification section 01630 Product Options and Substitutions . PROJECT SCHEDULE: The Project Schedule to be submitted with the proposal will, at the minimum , include the following: quality control submittals and approvals, mobilization , site preparation, under slab utilities, foundation work, structural erection, interior finish , commissioning , and closeout. The Schedule may be submitted as a table or PERT di.agram . Replace AHUs at FWCC East Exhibit Hall Annex (March 2011) Johnson Controls , Inc. (TXMAS) Page 5 of23 TO : MR. THOMAS HIGGINS INTERIM CITY MANAGER ATTN: PURCHASING OFFICE 1000 THROCKMORTON PROPOSAL CITY OF FORT WORTH , TEXAS 76102 FOR : Replace A ir Handling Units East Exhibit Hall Annex Fort Worth Convention Center 1100 Commerce Street Fort Worth , Texas Project No . TPW2011-01 Pursuant to the forego ing "Instructions to Offerors ," the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of Transportation and Publ ic Works of the City of Fort Worth. Upon acceptance of this Proposal by the City Council , the bidder is bound to execute a contract and , if the contract amount exceeds $25,000 .00 , furnish acceptable Performance and/or Payment Bonds approved by the City of Fort Worth for perform ing and completing the Work within the time stated and for the following sum , to wit: DESCRIPTION OF ITEMS Refer to the attached Johnson Controls , Inc . letters and documents for this project as follows : A. Response to C ity of fort Worth Convention East Exhibit AHU Replacement ; Response by Johnson Controls, Inc, 2/14/2011 ; including a letter dated February 14 , 2011 and information on TXMAS-6- 840160 contract, 5 pages (Attachment "A ") B. Letter dated February 14 , 2011 , with proposal of $634 ,723 .00, 4 pages (Attachment "B") C . Documents regarding technical capability; comm itment to safety, health and environment ; submittal process ; completion phase; system turnover and equipment acceptance ; documentation; and project closeout ; 7 pages (Attachment "C ") D. Documents on solution air handling un it performance specification , 40 pages (Attachment "D") Total Proposal $634,723.00 Completion within 180 calendar days after date of Notice to Proceed . The un dersigned agrees to complete the Work within the calendar days specified above after the date of Notice to Proceed . A Project Schedule will be submitted as required in the Instructions to Offeror. The City reserves the right to accept or reject any and all bids or any combinat ion thereof proposed for the above work. Replace AHUs at FWCC East Exhibit Hall Annex (March 2011) Johnson Controls, Inc. (TXMAS) Page 6 of23 The undersigned assures that its employees and applicants for employment and those of any labor organization , subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance 7400 (Fort Worth City Code Section 13A-21 through 13A-29). Residency of Offerers : The 1985 Session of the Texas Legislature passed house Bill 620 relative to the award of contracts to non-resident bidders. The law provides that , in order to be awarded a contract as low bidder, non-resident bidders (out of state contractors whose corporate offices or principal place of business are outside of the State of Texas) that bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all non-resident bidders in order for your bid to meet specifications. The failure of out of state or non-resident bidders Failure to complete the forms may disqualify that bidder. Resident bidders must check the box in Section B. A. U Non-resident vendors in (give state), our principal place of business, are required to be __ percent lower than resident bidders by state law. U Non-resident vendors in (give state), are not required to underbid resident bidders . B. U Our principal place of business or corporate offices are in the State of Texas. Within ten (10) days of receipt of notice of acceptance of this bid , the successful bidder will execute the formal contract and will deliver approved Performance and Payment Bonds for the faithful performance of this contact. Respectfully submitted, By: Johnson Controls Inc . Company Name Refer to Attachments "A" through "D" c:2 · Signature 1) 4V 11) (. £2 / I.) Printed Name of Principal Jll(v IC c ~..f.AICtl d&&uwe_ Title Address: 707 North Freeway 1-35, Suite 111 Street Fort Worth Texas City Phone: (817) 870-2399 Fax: (817)870-1902 Email : ------------ Replace AHUs at FWCC East Exhibit Hall Annex (March 2011) Johnson Controls, Inc. (TXMAS) 76102 Zip Page 7 of23 ' TEXAS SALES AND USE TAX EXEMPTION CERTIFICATE Name of Purchaser, Firm or Agency: City of Fort Worth, Texas Address (Street & Number, P.O. Box or Route Number): 1000 Throckmorton City, State, Zip Code: "-F=orta...:...:..W.a.co=rt=h"'-'-T-=e=xa=s=-7"-6"""1"'"'0=2'----------- Telephone: (817) 392-8360 I, the purchaser named above , claim an exemption from payment of sales and use taxes for the purchase of taxable items described below or on the attached order or invoice from: All vendors Description of the items to be purchased, or on the attached order or invoice: All ftems except motor vehicles as listed below Purchaser claims this exemption for the following reason: Governmental Entity I understand that I will be liable for payment of sales or use taxes which may become due for failure to comply with the provisions of the state, city, and/or metropolitan transit authority sales and use tax laws and comptroller rules regarding exempt purchases . Liability for the tax will be detennined by the price paid for the taxable items purchased or the fair market rental value for the period of time used. I understand that it is a misdemeanor to give an exemption certificate to the seller for taxable items Which I know, at the time of purchase, will be used in a manner other than expressed in th is certificate and that upon conviction I may be fined not more than $500 per offense. \\..,.JJ\) Purchaser: . ~ Title : Purchasing Manager Date: February 1. 2007 Note: This certificate cannot be issued for the purchase, lease or rental of a motor vehicle. THIS CERTIFICATE DOES NOT REQUIRE A NUMBER TO BE VALID Sales and Use Tax "Exemption Numbers" or "Tax Exempt" Numbers do not exist. This certificate should be fumished to the supplier. Do not send the completed certificate to the Comptroller Of Public Accounts. Replace AIIUs at FWCC East Exhibit Hall Annex (March 2011) Johnson Controls, Inc. (TXMAS) Page 8 of23 PREVAILING WAGE RATES Health/ Avg . Hrl y Classification Rate Welfare AC Mechanic $25.92 $1 .01 AC Mechanic Helper $15 .81 $0 .00 Acoustical Ceiling Mechanic $15.56 $0 .57 Acoustical Ceiling Heloer $12 .27 $0.19 Abestos Worker $0 .00 $0 .00 Bricklayer /Stone Mason $18.54 $0 .24 Bricklayer/Stone Mason Helper $10.39 $0 .00 Carpenter $17 .08 $1 .62 Carpenter Helper $13.45 $0.75 Concrete Finisher $13.97 $0.41 Concrete Finisher Helper $12 .14 $0.43 Concrete Form Builder $14.03 $0.67 Concrete Form Builder Heloer $11.72 $0 .54 Drywall Mechanic $16 .10 $0 .56 Drywall Helper $12.43 $0 .33 Drywall Taper $15 .00 $0 .07 Drywall Taper Heloer $11.50 $0.07 Electrician (Journeyman) $21. 77 $1.08 Electrician Helper $15.32 $1 .09 Electronic Technician $20 .00 $0.00 Electronic Technician Helper $0 .00 $0.00 Floor Layer (Carpet) $0 .00 $0 .00 Floor Layer (Resilient) $18.00 $0 .00 Floor Layer Heloer $10.00 $0 .00 Glazier $18.53 $1 .92 Glazier Helper $13.49 $1 .20 Insulator $16.59 $0.29 Insulator Heloer $11.21 $0.36 Laborer Common $10.47 $0.70 Laborer Skilled $13 .24 $0 .98 Replace AIIUs at FWCC East Exhibit Hall Annex (March 2011) Johnson Controls , Inc . (TXMAS) Pension $0 .19 $0.00 $0.03 $0.00 $0.00 $0 .00 $0 .00 $0.17 $0.08 $0 .04 $0.04 $0.03 $0 .03 $0 .02 $0.00 $0 .00 $0 .00 $0 .05 $0.05 $0.00 $0 .00 $0.00 $0.00 $0.00 $0.38 $0.10 $0.12 $0 .11 $0 .06 $0 .06 Total Vacation Package $0 .83 $27.91 $0 .30 $16.77 $0.12 $16.26 $0.00 $12.46 $0 .00 $0.00 $0.00 $18. 78 $0 .00 $10 .39 $0 .81 $19 .69 $0 .71 $14. 99 $0 .14 $14 .55 $0.11 $12 . 72 $0 .15 $14.88 $0.10 $12 .39 $0.30 $16 . 98 $0.28 $13 .05 $0 .00 $15 .07 $0 .00 $11.57 $0 .38 $23.29 $0 .27 $16. 73 $0 .00 $20.00 $0 .00 $0 .00 $0.00 $0.00 $0.00 $18.00 $0.00 $10.00 $0.71 $21.54 $0.35 $15.13 $0.08 $17.08 $0.13 $11.81 $0.08 $11 .30 $0 .12 $14.41 Page 9 of23 Lather $17 .00 Lather Helper $15 .00 Metal Buildi ng Assembler $16.00 Metal Bu ilding Assembler Helper $12.00 Painter $12.57 Painter Helper $9.98 Pipefitter $21.14 Pipefitter Helper $14. 92 Plasterer $17 .24 Plasterer He l per . $12.85 Plumber $20.33 Plumber Helper $14.95 Reinforci ng Steel Setter $13.01 Reinforcing Steel Setter Helper $11.19 Roofer $16.78 Roofer Helper $12.33 Sheet Metal Worker $17.49 Sheet Metal Worker Helper $14.16 Sprinkler System Installer $19.17 Sprinkler System Installer Helper $14.15 Steel Worker Structural $19 .28 Steel Worker Structural Helper $13.74 Concrete Pump $18.50 Crane , Clamsheel , Backhoe , Derri ck , D"Line Shovel $17 .81 Forkli ft $12.96 Foundation Drill Operator $22.50 Front End Loader $13.21 Truck Driver $15.21 Welder $17 .81 Welder Helper $12.55 Replace AIIUs at FWCC East Exhibit Hall Annex (March 2011) Johnson Controls , Inc . (TXMAS) $0.00 $0 .00 $0.00 $17.00 $0.00 $0.00 $0 .00 $15.00 $1 .56 $0 .63 $0.00 $18.19 $1 .56 $0 .63 $0.00 $14.19 $0 .69 $0 .02 $0 .09 $13.37 $0 .61 $0 .02 $0.09 $10.70 $0 .90 $0.13 $0.45 $22.59 $0.58 $0.11 $0.23 $15.82 $0.05 $0.00 $0 .00 $17 .30 $0 .05 $0 .12 $0.43 $12 .90 $0 .69 $0.12 $0.43 $21.56 $0 .95 $0.11 $0.00 $16.42 $0 .36 $0.07 $0.23 $13 .67 $0.25 $0 .05 $0.16 $11.64 $1.25 $0.23 $0.17 $18.43 $1 .25 $0.23 $0.17 $13 .98 $0 .97 $0.10 $0.51 $19 .06 $1.40 $0 .17 $0.44 $16.15 $1.68 $0 .33 $0.33 $21.52 $1 .50 $0.00 $0.50 $16 .07 $1 .37 $0.55 $0 .12 $21.32 $1 .37 $0 .39 $0.09 $15.59 $0.00 $0 .00 $0 .00 $18.50 $1.30 $0.12 $0 .24 $19.48 $0.42 $0.04 $0.08 $13 .50 $0.00 $0 .00 $0.00 $22 .50 $0.36 $0.06 . $0 .17 $13.79 $0.65 $0.06 $0 .19 $16 .11 $0 .92 $0.12 $0.30 $19 .15 $0.75 $0.00 $0.33 $13 .64 Page 10 of23 (1) (2) (3) * WEATHER TABLE Month Average Inches of Days of Rainfall Rain January 7 February 7 March 7 April 8 May 8 June 6 July 5 August 5 September 7 October 5 November 6 December 6 I ANNUALLY I 77 I Mean number of days rainfall, 0.01" or more Average normal precipitation, in inches Mean number of days 1.0 inch or more Less than 0.5 inches 1.80 2.36 2.54 4.30 4.47 3.05 1.84 2.26 3.15 2.68 2.03 1.82 32 .30 I Snow/Ice Pellets 1 * * 0 0 0 0 0 0 0 * * 1 I This table is based on information reported from Dallas-Fort Worth Regional Airport, Texas . Latitude 32 deg 54 min north, longitude 97 deg 02 min West, elevation (ground) 551 ft. Average number of days of rain, snow, and ice are based on records covering 27 years . Precipitation is based on record of 1941-1970 period This table is to be used as a basis for calculation of excess rain or weather days for projects with duration in calendar days. If the site records indicate that the Contractor was unable to carry out operations due to weather, it is counted as a weather day. If the number of weather days exceeds the number of average rain days plus the snow/ice-pellet days for a given month, the contract period will be adjusted by Change Order. Replace AHUs at FWCC East Exhibit Hall Annex (March 2011) Johnson Controls , Inc. (TXMAS) Page 11 of23 CITY OF FORT WORTH, TEXAS CONSTRUCTION CONTRACT THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS: This agreement made and entered into this the 1st day of March AD., 2011, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas , organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.O. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city, hereinafter called OWNER, and Johnson Controls, Inc. of the City of Fort Worth, County of Tarrant, State of Texas, hereinafter called CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Replace Air Handling Units East Exhibit Hall Annex . Fort Worth Convention Center 1100 Commerce Street Fort Worth, Texas TPW Project No. 2011-01 That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Owner. City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for stated additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount shall b complete the project, suitable for occupancy an , Replace Alills at FWCC East Exhibit Hall Annex (March 2011) Johnson Controls , Inc . (TXMAS) o tractor agrees to R tiisIDIWI hin 180 calendar CITY SECRETARY FT. WORTH, TX Page 12 of23 days. Attachments "A" through "D" are attached hereto and made a part of this construction contract. Insurance Requirements: The Contractor shall not commence work under this contract until it has obtained all insurance required under the Contract Documents, and such insurance has been approved by the Owner. The Contractor shall be responsible for delivering to the Owner the sub-contractors' certificates of insurance for approval. The Contractor shall indicate on its certificate of insurance included in the documents for execution whether or not its insurance covers subcontractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all subcontractors a. WORKER'S COMPENSATION INSURANCE: • Statutory limits • Employer's liability • $100,000 disease each employee • $500,000 disease policy limit • $100,000 each accident b. COMMERCIAL GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract public liability insurance coverage in the form of a Commercial General Liability insurance policy to cover bodily injury, including death, and property damage at the following limits.: $1,000 ,000 each occurrence and $2,000,000 aggregate limit. • The insurance shall be provided on a project specific basis and shall be endorsed accordingly. • The insurance shall include, but not be limited to, contingent liability for independent contractors, XCU coverage, and contractual liability. c: BUSINESS AUTOMOBILE LIABILITY: • $1,000,000 each accident • The policy shall cover any auto used in the course of the project d: BUILDER'S RISK OR INSTALLATION FLOATER: This insurance shall be applicable according to the property risks associated with the project and commensurate wit e con ra obligations specified in.Jhe contract documents. OF FICIAL RECORD Replace AHU s at FWCC East Exhibit Hall Annex (March 2011) Johnson Controls , Inc . (TXMAS) CITY SECRETARY FT. WORTH, TX ael3of23 e. EXCESS LIABILITY UMBRELLA • $1,000,000 each occurrence; $2,000,000 aggregate limit. • This insurance shall provide excess coverage over each line of liability insurance required herein. The policy shall follow the form(s) of the underlying policies. f. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and its subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by it, against any insurable hazards which may be encountered in the performance of the Contract. g. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by insurance carriers satisfactory to the Owner. The form to be used shall be the current Accord certificate of insurance form or such other form as the Owner may in its sole discretion deem acceptable. All insurance requirements made upon the Contractor shall apply to the sub- contractors, should the Contractor's insurance not cover the subcontractor's work operations performed in the course of this contracted project. ADDITIONAL INSURANCE REQUIREMENTS: a. The Owner, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the Owner to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the Owner a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non- payment of premium. Replace AHUs at FWCC East Exhibit Hall Annex (March 2011) Johnson Controls, Inc. (TXMAS) OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 14 of23 e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A:VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000. per occurrence unless otherwise approved by the Owner. g. In lieu of traditional insurance, Owner may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The Owner must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed ori the proje,ct shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the Owner. i. Owner shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by Owner shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to Owner's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. I. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of Owner, Contractor shall provide complete copies of all insurance policies required by these contract documents. If this Contract is in excess of $25,000, the Contractor shall provide a Payment Bond in the full amount of the contract. If the contract is in excess of $100,000 Contractor shall provide both Payment and Performance Bonds for the full amount of the contract. Contractor shall apply for all City of Fort Worth Permits and for any other permits required by this project. City of Fort Worth Permit fees are waived. Separate permits will be required for each facility. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the liquidated damages outlined in · the General Conditions, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. Replace AHUs at FWCC East Exhibit Hall Annex (March 2011) Johnson Controls, Inc. (TXMAS) OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 15 of23 IN WITNESS WHEREOF, the City of Fort Wort~ has caused this instrument to be sighed in four counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in five counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the ~day of Yrla.vck A.O., 2011. JOHNSON CONTROLS, INC. By: ~a~==e--;y:::.:__:_-Z_!:====:=--::::> ___ _ David L. Reid Service Branch Manager :::P ~RM AND LEGALITY: · Douglas W. Black Assistant City Attorney Replace AHUs at FWCC East Exhibit Hall Annex (March 2011) Johnson Controls, Inc. (TXMAS) APPROVED: . CITY OF FORT WORTH By: ~~Ci-e Fernando Costa Assistant City Manager M&C C-24747 (March 2, 2011) Contract Authorization OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX !. Page 16 of23 Johnson · ~J, Controls DELEGATIO N OF AUTHO RITY The unders igned, President of Johnson Controls, Inc., a Wisconsin corporation, pursuant to the authority vested in him by a certain resolution · adopted by the Board of Directors. of the Company on January 23, 1980, hereby authorizes David L. Reid Branch Manager -Service to perform, on behalf of the Company, the ackdescribed below: To execute and deliver any and all contracts for the performance of work, sale of goods, and furnishing of services ; and·· :any other instruments in connection therewith and in the ordinary course of business . · This authority does not extend to: a. the execution of surety, performance or bid bonds; b. the signing of any notes, contracts, or any other agreement to borrow money in the name of the Company; c . the signing, on behalf of the company, of any deeds, abstracts, offers to purchase or any other instruments pertaining to the purchase or sale of real property; and · This authority shall remain in full force and effect until Ma rch 3 1, 2 0 11 Signed and sealed at Milwaukee, Wisconsin, this ~ day of August , 2010 Stephen A. Roell, President OFFICIAL RECO RD CITY SECRETARY FT. WORTH, TX PERFORMANCE BOND BOND NUMBER: 8220-71-96 THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS : That we, (1) Johnson Controls, Inc., as Principal herein, and (2) Federal Insurance Company; 15 Mountain View Road; Warren, NJ 07059 , a corporation organized under the laws of the State of (3) Indiana ---------and who is authorized to issue surety bonds in the State of Texas , Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas , Obligee herein , in the sum of Six Hundred Thirty-Four Thousand and Seven Hundred Twenty-Three and 00/100-----Dollars ($634,723.00) for the payment of which sum we bind ourselves, our heirs , executors , administrators, successors and assigns , jointly and severally , firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the 1st day of March, 2011, a copy of which is attached hereto and made a part hereof for all purposes , to Replace the Air Handling Units at the East Exhibit Hall Annex, at the Fort Worth Convention Center, 1100 Commerce Street, Fort Worth, Texas. NOW, THEREFORE, the condition of this obligation is such , if the said Principal shall faithfully perform the work in accordance with the plans , specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal 's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROV IDED, HOWEVER , that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended , and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein . IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. / BOND NUMBER: 8220-71-96 SIGNED and SEALED this _9th ____ day of March , 2011. JOHNSON CONTROLS, INC. ATTEST: PRINCIPAL B~tf¢¥ C dzp-- SEE ATTACHED DELEGATION OF AUTHORITY (Principal) Secretary Name: Lucy A. Hantzsch (SE AL) ATTEST: Title: Attorney-In-Fact Address: 5757 North Green Bay Avenue Milwaukee, WI 53209 FEDERAL INSURANCE COMPANY SURETY _;J-'-- By: Cttttir~~ SEE A TT ACHED POWER-OF-ATTORNEY Secretary Name : Cathy Hutson Attorney in Fact (SE AL) NOTE : (1) (2) (3) Address: 15 Moutain View Road Warren, NJ 07059 Telephone Number: 414-290-3583 Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated . In addition , an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. THE STATE OF TEXAS COUNTY OF TARRANT PAYMENT BOND BOND NUMBER: 8220-71-96 § § § KNOW ALL BY THESE PRESENTS : That we , (1) Johnson Controls, Inc., as Principal herein , and (2) Federal Insurance Company; 15 Mountain View Road; Warren, NJ 07059 a corporation organized and existing under the laws of the State of (3) __ 1n_d_ian_a ___ _ as surety , are held and firmly bound unto the City of Fort Worth , a municipal corporation located in Tarrant and Denton Counties , Texas , Obligee herein , in the amount of Six Hundred Thirty-Four Thousand and Seven Hundred Twenty-Three and 00/00----- Dollars ($634,723.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors , administrators , successors and assigns, jointly and severally , firmly by these presents : WHEREAS , the Principal has entered into a certain written contract with the Obligee dated the 1st day of March, 2011 , which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length , for the following project: Replace the Air Handling Units at the East Exhibit Hall at the Fort Worth Convention Center, 1100 Commerce Street, Fort Worth, Texas. NOW, THEREFORE , THE CONDITION OF THIS OBLIGATION IS SUCH , that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253 , Texas Government Code , as amended) supplying labor or materials in the prosecution of the work under the contract , then this obligation shall be void ; otherwise , to remain in full force and effect. PROVIDED , HOWEVER , that this bond is executed pursuant to Chapter 2253 of the Texas Government Code , as amended , and all liabilities on this bond shall be determined in accordance with the provisions of said statute , to the same extent as if it were copied at length herein . IN WITNESS WHEREOF , the duly authorized representatives of the Principal and the Surety have executed this instrument. BOND 8220-71-96 SIGNED and SEALED this __ 9t_h ___ day of _M_a_rc_h _______ , 2011 . JOHNSON CONTROLS, INC. PRINCIPAL ATIEST: By c51_"o/ C. L4 ~ SEE ATTACHED DELEGATION OF AUTHORITY (Principal) Secretary Name: Lucy A. Hantzsch (SE AL) ATIEST: Title: Attorney-In-Fact Address : 5757 North Green Bay Avenue Milwaukee, WI 53209 FEDERAL INSURANCE COMPANY SURETY By ~'MJttV: SEE ATTACHED POWER-OF-ATTORNEY Secretary Name : Cathy Hutson Attorney in Fact (SE AL) NOTE : (1) (2) (3) Address : 15 Mountain View Road Warren, NJ 07059 Telephone Number: 414-290-3583 Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition , an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Johnson Controls, Inc. 5757 N. Green Bay Avenue Milwaukee, WI 53209 DELEGATION OF AUTHORITY The undersigned, President of Johnson Controls, Inc., a Wisconsin corporation (the "Company''), pursuant to the authority vested in him by a certain resolution adopted by the Board of Directors of the Company on January 23, 1980, hereby authorizes: Lucy A. Hantzsch Hays Companies 1200 N. Mayfair Road, Suite 100 Milwaukee, WI 53226 to perform, on behalf of the Company, the acts described below: To execute, seal and deliver, as attorney-in-fact for the Company, surety bonds forwarded to Hays Companies by a Company authorized surety that do not exceed Two Million Dollars ($2,000,000.00) that are necessary and proper in carrying on the business of the Company. This authority shall remain in full force and effect for six ( 6) months from the date of issue. Signed at Milwaukee, Wisconsin, this C)'*' day of ~ 2-o l 1 • . POLICY NUMBER: HD0G25521390 COMMERICAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY This endorsement modifies insurance provided under the following : COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s) Or Orqanization(s): If required by contract, City Of FORT WORTH Location(s) Of Covered Operations As required by contract, Information required to complete this Schedule , if not shown above , will be shown in the Declarations . Endorsement #A2 ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -NAMED INSURED'$ ACTS OR OMISSIONS ONLY A. Section II -Who is An Insured is amended to B. With respect to the insurance afforded to these additional include as an additional insured the person(s) or insureds , the following additional exclusions apply : organization(s) shown in the Schedule , but only with respect to liability for "bodily injury", "property damage" or This insurance does not apply to "bodily injury" or "personal and advertising injury" caused solely by : "property damage" occurring after : 1. Your acts or omissions ; or 1. All work , includ ing materials , parts or equipment 2 . The acts or omissions of those acting on your behalf; furnished in connection with such work , on the project (other than service , maintenance or repa irs) to be performed by or on behalf of the additional in the performance of your ongoing operations for the insured(s) at the location of the covered operations additional insured(s) at the location(s) designated above . has been completed ; or 2 . That portion of "your work" out of which the in j ury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. Endorsement #A2A ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS - NAMED INSURED'$ ACTS OR OMISSIONS ONLY Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule , but only with respect to liability for "bodily injury" or "property damage" caused solely by "your work " at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products- completed operations hazard ." FACTORY MUTUA L INSURANCE COMPANY 300 S . Northwest Highway Suite 100 Park Ridge, IL 60068 847-430-7000 CERTIFICATE OF INSURANCE We hereby certify that insurance coverage is now in force with our Company as outlined below. This certificate does not amend, extend or alter the coverage afforded by the policy. TITLE OF INSURED: JOHNSON CONTROLS, INC. Policy No: FC936 Account No: 1-02013 Description & Location of Property Covered: Personal Property U.S. Installation Floater BE Miscellaneous Unnamed Locations VARIOUS, US Effective: 01-Apr-2010 Expires: 01-Apr-2011 Index No: 000920 .00 Ins Loe: USIN COVERAGE IN FORCE: (Subject to limits of liability, deductibles and all conditions in the policy) Insurance Provided: PROPERTY DAMAGE ADDITIONAL INTERESTS: Peril: ALL RISK Limit of Liability: $634,723 Additional interests under the policy, consisting of, but not limited to mortgagees, lenders loss payees, loss payees, and additional named insureds, are covered in accordance with Certificates of Insurance issued to such interests and on file with this Company. Loss, if any, shall be payable to such additional interests, as their interests may appear, and in accordance with loss payment provisions of the policy. Type -Loss Payee in accordance with the Additional Interests clause stated above . Name -TRANSPORTATION AND PUBLIC WORKS DEPARTMENT- CITY OF FORT WORTH Addr _ess_ -401 WEST 13TH STREET FORT WORTH, TX 76102 As respects Personal Property consisting of Air Handler replacement situated at 1100 Commerce Street, Fort Worth, TX. Estimated completion date: 15 August, 2011 Property Damage is on a Replacement Basis. Mailing: ATTN : PROPERTY INSURANCE DEPARTMENT TRANSPORTATION AND PUBLIC WORKS DEPARTMENT- CITY OF FORT WO RTH 401 WEST 13TH STREET FORT WORTH, TX 76102 Certificate: 00301-001 Effective Date: 01-Ma - BY ~ Authorized Signature /D TIMOTHY L KELLY 09-M w � � � � � � � � � � �.r w � � � w � CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor_certifies that it provides worker's compensation insurance coverage for all of its employees employed on City of Fort Worth project Replace Air Handling Units East Exhibit Hall Annex Fort Worth Convention Center 1100 Commerce Street Fort Worth, Texas TPW Project No. 2011-01 Johnson Controls, Inc. ST ATE OF TEXAS COUNTY OF TARRANT By: C2 ~A?' ? Date ~{*~~ti:t;::,, CINDY LORRAINE RICHARDSON ["}' \'."\ Notary Public. State of Texas \ .. }., .:~ff My Commission Expires ,,.,:lf,f,~,~~~'~ April 29, 2014 BEFORE ME, the undersi n authority, on this day personally appeared D \J \ f_,\ D , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he execute t e same a he act an deed of "Se... V\ n ' for the purposes and considerations therein expressed and in the c pacity therein stated. IVEN UNDER MY HAND AND SEAL OF OFFICE this __ t_fh ____ day of t , 2011. Not ey Public in and for the State of Texas (a) Contractor agrees to provide to the City a certificate showing that it has obtained a policy of workers compensation insurance covering each of its employees on the project in compliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this section. (b) Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of workers compensation insurance covering each employee employed on the project. Contractor will not permit any subcontractor to perform work on the project until such certificate has been acquired. · Contractor shall provide a copy of all such certificates to the City. Replace AHUs at FWCC East Exhibit Hall Annex (March 2011) .Johnson Controls, Inc. (TXMAS) Page 22 of23 I I I I Replace AfIUs at FWCC East Exhibit Hall Annex (March 2011) Johnson Controls, Inc. (TXMAS) Page 23 of23 City of Fort Worth, Texas Transportation Public Works Department Facilities Management Group/Architectural Services Division GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION LUMP SUM CONTRACT SECTION A DEFINITIONS, PROCEDURES AND INTERPRETATIONS A-1 CONTRACT DOCUMENTS: By the term Contract Documents is meant all of the written and drawn documents setting forth or affecting the rights of the parties, including but not necessarily limited to , the Contract, Notice to Bidders , Proposal, General Conditions, Special Conditions , Specifications , Plans , Bonds and all Addenda , Amendments signed by all parties, Change Orders, written Interpretations and any written Field Order for a minor change in the Work . A-2 ENTIRE AGREEMENT: The Contract Documents represent the entire agreement between the Parties , and no prior or contemporaneous, oral or written agreements , instruments or negotiations shall be construed as altering the terms and effects of the Contract Documents . After being executed, the Contract Documents can be changed only by a written Amendment signed by the Contractor and the Owner, or Change Order, or by a written Field Order for a minor change . A-3 WORK: By the term Work is meant all labor, supervis ion , materials and equipment necessary to be used or incorporated in order to produce the construction required by Contract Documents . A-4 EXECUTION OF THE CONTRACT DOCUMENTS: The Contract Documents shall be executed in six originals, with all required attachments, includ ing required bonds and insurance certificates , by the Contractor and the Owner in such form as may be prescribed by law and returned to the Owner with in ten business days of notification to Contractor . Failure to execute contracts and provide required enclosures will be grounds for revocation of award and taking of Bid Bond . A-5 FAMILIARITY WITH PROPOSED WORK: Before filing a Proposal , the bidder shall examine carefully the , plans , specifications , special provis ions, and the form of contract to be entered into for the work contemplated . He shall examine the site of work and satisfy himself as to the conditions that will be encountered relating to the character, quality and quantity of work to be performed and materials to be furnished. The filing of a bid by the bidder shall be considered evidence that he has complied with these requirements and has accepted the site as suitable for the work. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated by the plans will not be allowed . A-6 ONE UNIFIED CONTRACT: Insofar as possible , the Contract Documents will be bound together and executed as a single unified Contract. The intention of the Contract Documents being to provide for all labor, supervision , materials, equipment and other items necessary for the proper execution and completion of the Work . Words that have well-recognized technical or trade meanings are used herein in accordance with such recognized meanings. A-7 DIVISION OF WORK: The arrangement of Drawings and/or Specifications into Divisions , Sections , Articles , or other Subdivisions shall not be binding upon the Contractor in dividing the work among Subcontractors or Trades. A-8 INTERPRETATIONS: The Architect will furnish such Interpretations of the Plans and Specifications as may be necessary for the proper execution or progress of the work . Such Interpretations shall be furnished at the instance of the Architect or at the request of the Contractor, or Owner, and will be issued with reasonable promptness and at such times and in accordance with such schedule as may be agreed upon. Such Interpretations shall be consistent with the purposes and intent of the Plans and Specifications and may be effected by Field Order. In the event of any dispute between any of the parties to the Contract and the Architect or each other involving the interpretation of the Contract Documents, the evaluation of work or materials performed or furnished by the Architect Contractor, or any subcontractor or materialsman , or involving any question of fault or liability of any party, the decision of the Owner shall be final and binding . In the event of inconsistency in the contract documents , the following sequence for interpretation shall be used in order of precedence : Change Orders and/or Field Orders (by date of issuance): Addenda (by date of issuance); Drawings ; Notes and dimensions on Drawings ; Technical Specifications; Special Provisions ; Supplementary General Conditions ; General Conditions ; and, Construction Contract. A-9 COPIES OF WORKING DRAWINGS AND SPECIFICATIONS : The Arch itect will furnish to Contractor free of charge 15 sets of work ing Drawings and 15 sets of Specifications . Contractor shall pay the cost of reproduction for all other copies of Drawings and Specifications furnished to him . All Drawings , Specifications and copies thereof furnished by the Owner or the Architect are and shall remain the property of the Owner . They are not to be used on any other project and, with the exception of one Contract set for each Party to the Contract, are to be returned to the Owner on request at the completion of the work . General Conditions for Facility Construction Lump Sum Contract Replace AHUs at FWCC East Exhibit Hall Annex , JCI TXMAS (March 2011) Page 1 of 26 A-10 MINORITY AND WOMEN BUSINESS ENTERPRISE (M/W8El POLICY: The City of Fort Worth has goals for the participation of Minority and Women Business Enterprises (M/WBE) in City contracts . Compl iance with the policies designed to meet these goals is mandatory in order to be considered a responsive bidder. The City policy and procedures to be followed in submitting bids is included . The City of Fort Worth MWBE Program will take precedence over other subcontractor utilization programs on Block Grant and other federally funded Projects . A-11 CORRELATION AND INTENT: In general , the drawings indicate dimension, locations, positions , quantities, and kinds of construction ; the specifications indicate the quality and construction procedures required . Work indicated on the drawings and not specified of vice-versa , shall be furnished as though set forth in both . Work not detailed , marked or specified shall be the same as similar parts that are detailed , marked or specified. If the drawings are in conflict or conflict with the specifications the better quality or greater quantity or work or materials shall be estimated and shall be furnished or included . Dimensions on drawings shall take precedence over small -scale drawings . Drawings showing locations of equ ipment, piping , ductwork , electrical apparatus , etc., are diagrammatic and job conditions may not allow installation in the exact location shown . Relocation shall not occur without the Architects approval. A-12 AGE: In accordance with the policy ("Policy") of the Executive Branch of the federal government, Contractor covenants that neither it nor any of its officers, members, agents, employees , program participants or subcontractors , while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment. discriminate against persons because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members , agents, employees , subcontractors , program participants , or persons acting on their behalf, shall specify , in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification , retirement plan or statutory equipment. Contractor warrants it will fully comply with the Policy and will defend , indemnify and hold City harmless against any claims or allegations asserted by third par.ties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged fa il ure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. A-13 DISABILITY : In accordance with the provisions of the Americans W ith Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disabil ity in the provision of services to the general public , nor in the availability, terms and/or cond itions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors . Contractor warrants it will fully comply with ADA provisions and any other appl icable federal, state and local laws concerning disability and will defend , indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this agreement. SECTION 8 IDENTITY OF ARCHITECT 8-1 CONTRACT ADMINISTRATION: Where the term "Architect" is used in the "General Conditions of the Contract for Construction", it shall refer to the Director, Transportation and Public Works or his designated Building Construction Manager . The Director , Transportation will designate a Project Manager and Building Construction Manager (BCM) to adm inister this contract and perform the functions of the "Architect" as ind icated in the General Conditions . The design architect or engineer may also be designated to perform the duties of "Architect". The term "City" and "Owner" are used interchangeably and refer to the City of Fort Worth as represented by the Director of Transportation and Public Works or his designated representative . 8-2 TERMINATION AND SUSPENSION OF WORK: The Owner has the right to term inate the Project for any reason . If the proj ect is terminated , the Contractor shall: a) Stop work under the Contract on the date and to the extent specified on the notice of termination . b) Place no further orders or subcontracts except as may be necessary for the completion of the wo rk not term inated . c) Terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by the notice of termination . After termination as above, the City will pay the Contractor a proportionate part of the ccmtract price based on the work completed ; provided, however, that the amount of payment on termination shall not exceed the total contract price as reduced by the portion thereof allocatable to the work not completed and further reduced by the amount of payments, if, any otherwise made . Contractor shall submit its claim for amounts due after termination as provided in this paragraph within 30 days after rece ipt of such claim . In the event of any dispute or controversy as to the propriety or allowability of all or any portion of such claim under th is paragraph, such dispute or controversy shall be resolved and be decided by the City Council of the City of Fort Worth , and the decis ion by the City Council of the City of Fort Worth shall be final and bind ing upon all parties to th is contract. General Conditions for Facility Construction Lump Sum Contract Replace AH Us at FWCC East Exhibit Hall Annex, JCI TXMAS (March 2011) B-3 DUTIES OF THE ARCHITECT: As used herein , the term Architect means the Architect or his authorized representative . Nothing contained in these Contract Documents shall create any privily of Contract between the Architect and the Contractor. B-4 ARCHITECT AS REPRESENTATIVE OF THE OWNER: The Building Construction Manager will provide general adm inistration of the Contract on behalf of the Owner and will have authority to act as the representative of the Owner to the extent provided in the Contract Documents unless changed in writing by the Owner. The Architect will be available for conferences and consultations with the Owner or the Contractor at all reasonable times . B-5 ACCESS TO JOB SITES: The Architect shall at all times have access to the Work whenever it is in preparation and prog ress. The Contractor shall provide facilities for such access so the Architect may perform its assigned functions under the Contract Documents . The Architect will make periodic vis its to the Site to familiarize himself with the progress and quality of the work and to determine if the work is proceeding in accordance with the Contract documents . On the basis of on-site observations, the Architect will keep the Owner informed of the progress of the Work and will endeavor to guard the Owner against defects and deficiencies in the Work of the Contractor. Based upon such observations and the Contractor's applications for payments , the Building Construction Manager will make determinations and recommendations concerning the amounts owing to the Contractor and will issue certificates for payment amounts. B-6 INTERPRETATIONS: The Architect will be, in the first instance , the interpreter of the requirements of the Plans and Specifications and the judge of the performance thereunder by the Contractor, subject to the final decision of the Owner. The Architect's decisions in matters relating to artistic effect will be final if consistent with the intent of the Contract Documents . B-7 AUTHORITY TO STOP WORK: The BCM will have authority to reject work that does not conform to the Plans and Specifications . In addition, whenever, in its reasonable opinion , the BCM considers it necessary or advisable in order to insure .the proper realization of the intent of the Plans and Specifications , the BCM will have authority to require the Contractor to stop the Work or any portion thereof, or to require special inspection or testing of the Work whether or not such Work be then fabricated , installed or completed. B-8 MISCELLANEOUS DUTIES OF ARCHITECT Shop Drawings . The An;:hitect will review Shop Drawings and Samples . Two copies of each approved Shop Drawing and submittal will be provided to the Owner by the Arch itect. Three copies will be returned to the Contractor . Change Orders. Change Orders and Field Orders for Minor Changes in the Work will be issued by the Owner Guarantees. The Owner will receive all written guarantees and related documents required of the Contractor. Upon completion of the project the Contractor shall provide the Owner five copies of each guarantee. Inspections The Owner will conduct inspections for the purpose of determin ing and making his recommendations concerning the dates of substantial completion and final completion . The Architect will conduct the final acceptance inspection and issue the Certificate of Completion . Operation and Maintenance Manuals The Owner will receive six copies of all appl icable equipment installation , operation , and maintenance brochures and manuals required of the Contractor. B-9 TERMINATION OF THE ARCHITECT: In case of the termination of the employment of the Architect by the Owner, the Owner shall either assume the duties of the Architect through the Director of the Department of Transportation and Public Works, or shall appoint a successor Architect against whom the Contractor makes no reasonable objection. SECTION C OWNER C-1 IDENTIFICATION: By the term Owner is meant the City of Fort Worth acting herein by its duly authorized representatives in the manner provided by law. Authorized representatives include the City Manager, Assistant City Manager, the Director and of Transportation and Pl.!blic Works Department and members of the Facilities Management Division . Generally speaking a designated representative will be a Building Construction Manager identified from within the Facilities Management Group to act as a point of contact for day-to-day contract administration . C-2 DUTIES OF THE OWNER: The Owner shall furnish surveys describing the physical characteristics , legal limits and utility locations for the site of the Work; provided , however, that the Contractor hereby covenants that he has inspected the premises and familiarized himself therewith and that the locations of utilities and other obstacles to the prosecution of the Work as shown on the Owner's survey are for information only, are not binding upon the Owner, and the Owner shall not incur any liability for loss or damage by virtue of any inaccuracies or deficiencies in such surveys. The Owner shall secure and pay for title to the site and all necessary permanent or construction easements . The Owner will cooperate with the Contractor in the prosecution of the Work in such manner and to such extent as may be reasonable and shall furnish information under its control with reasonable promptness at the request of the Contractor. General Conditions for Facility Construction Lump Sum Contract Replace AH Us at FWCC East Exhibit Hall Annex, JCI TXMAS (March 2011) C-3 INSTRUCTIONS: The Owner shall issue all instructions to the Contractor through the BCM. C-4 . ACCESS TO JOB SITE: The Owner shall at all times have access to the Work whenever it is in preparation and progress . The Contractor shall provide facilities for such access so the Owner may perform its assigned functions under the Contract Documents. C-5 PROGRESS INSPECTIONS: The Owner will make visits to the Site to familiarize themselves with the progress and quality of the Work and to determine if the work is proceeding in accordance with the Contract documents . On the basis of on-site observations and reports concerning the progress and quality of the work, the Owner will approve and authorize the Contractor's applications for payments. C-6 AUTHORITY TO STOP WORK: The Owner will have authority to reflect work that does not conform to the Plans and Specifications . Whenever, in its reasonable opinion, the Owner considers it necessary or advisable in order to insure the proper realization of the intent of the Plans and Specifications, the Owner will have authority to require the Contractor to stop the work or any portion thereof, or to require the Contractor to stop the Work or any portion thereof, or to require special inspection or testing of the Work whether or not such Work be then fabricated, installed or completed . C-7 SUBSTANTIAL COMPLETION INSPECTION: Upon agreement of the Contractor and Architect that the Work is substantially complete, the Owner will schedule a Substantial Completion Inspection to be conducted by the Architect and attended by representatives of the Architect, Owner and Contractor. Items identified during this inspection as being incomplete, defective or deficient shall be incorporated into a punch list and attached to the AIA document G704, which is to be prepared and signed by the Contractor, and accepted, approved and signed by the Owner. C-8 RIGHT TO AUDIT: Contractor agrees that the City shall, until the expiration of three years after final payment under this contract, have access to and the right to examine any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor further agrees to include in all his subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract. The term "subcontract" as used herein includes purchase orders . Contractor agrees to photocopy such documents as may be requested by the city. The city agrees to reimburse Contractor for the costs of copies at the rate published in the Texas Administrative Code. SECTION D CONTRACTOR D-1 IDENTIFICATION: The Contractor is the person or organization identified as such in the Contract. The term Contractor means the Contractor or his authorized representative . D-2 INDEPENDENT CONTRACTOR: Contractor shall perform all work and services hereunder as an independent contractor, not as agent, or employee of the City. Contractor shall have exclusive control of and the exclusive right to control the details of the Work and services performed hereunder, and all persons performing same, and Contractor shall be solely responsible for the acts of its officers, agents, and employees . Nothing herein shall be construed as creating a partnership or joint enterprise between City and the Contractor, its officers, agents and employees, and the doctrine of respondeat superior shall not apply. D-3 SUBLETTING: It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of Transportation and Public Works of the City of Fort Worth. D-4 REVIEW OF CONTRACT DOCUMENTS: The Contractor shall carefully study and compare the Agreement, Conditions of the Contract, Drawings , Specifications, Addenda and modifications and shall at once report to the Owner and to the Architect any error, inconsistency or omission he may discover. The Contractor shall do no work without Drawings, Specifications and Interpretations . D-5 SUPERVISION: The Contractor shall supervise and direct the Work, using hi~ best skill and attention . He shall be solely responsible for all construction means, methods, safety, techniques, sequences and procedures and for coordinating all portions of the Work under the Contract Documents . D-6 LABOR AND MATERIALS: Unless otherwise specifically noted, the Contractor shall provide and pay for all labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation and other facilities and services necessary for the proper execution and completion of the Work . The successful low bidder will use its reasonable best efforts to hire local laborers, workmen and materialmen . The general condition is not to be constructed as limiting the right of any bidder to employee laborers, workmen or materialmen from outside local area . General Conditions for Facility Construction Lump Sum Contract Replace AH Us at FWCC East Exhibit Hall Annex, JCI TXMAS (March 2011) The Contractor shall at all times enforce strict discipline and good order among his employees, and shall not employ on the Work any unfit person or anyone not skilled in the task assigned to him . D-7 COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE RATE Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determ ined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 . Such prevailing wage rates are included in these contract documents. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall , upon demand made by the City , pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents . This penalty shall be retained by the City to offset its administrative costs , pursuant to Texas Government Code 2258.023 . Complaints of Violations and City Determination of Good Cause. On receipt of information , including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination , before the 31 st day after the date the City receives the information , as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates , such amounts being subtracted from successive progress payments pending a final determination of the violation . Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258 .023, Texas Government . Code , including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised Statutes) if the contractor or subcontractor and any affected worker do not reso lve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above . If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is requ ired, a district court shall appoint an arbitrator on the petition of any of the persons . The City is not a party in the arbitration . The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction . Records to be Maintained. The Contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the Work, mainta in records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to th is inspection. Pay Estimates. With each partial payment estimate or payroll period , whichever is less , the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of Wage Rates . The Contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above . On projects where special wage rates apply (e .g . Davis-Bacon) the Contractor agrees to meet all requ irements of such programs . D-8 WARRANTY: The Contractor warrants to the Owner and the Architect that all materials and equipment furnished under this Contract will be new unless otherwise specified, and that all work will be of good qual ity, free from faults and defects , and in conformance with the Contract Documents . All work not so conforming to these standards may be considered defective. If required by the Architect or the Owner, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. : ' · . · . The warranty provided in th is Section shall be in addition to and not in limitation of any other warranty or remedy provided by law or the Contract Documents. D-9 TAXES: The Contractor is exempt from State Sales Tax on material incorporated into the finished construction, Excise and Use Tax . D-10 LICENSES, NOTICES AND FEES: The Contractor shall obtain all Permits , Licenses , Certificates, and Inspections, whether permanent or temporary , required by law or these Contract Documents. The Contractor shall give all Notices and comply with all Laws, Ordinances , Rules , Regulations and Orders of any public authority bearing on the performance of the Work. If the Contractor observes or becomes aware that any of the Contract Documents are at variance therewith in any respect, he shall promptly notify the Architect Owner in writing and any necessary changes will be made. If the Contractor performs any Work knowing that it is in violation of, or contrary to , any of such Laws , Statutes, Charter, Ordinances, Orders or Directives, or Regulations without furnishing Notice to .the Owner, the Contractor will assume full responsibility therefore and bear all costs attributable thereto. General Conditions for Facility Construction Lump Sum Contract Rep lace AHUs at FWCC East Exhibit Hall Annex, JCI TXMAS (March 2011) D-11 CASH ALLOWANCES: The Contractor shall include in the Contract Sum all allowances stated in the Contract Documents . These allowances shall cover the net cost of the materials and equipment delivered and unloaded at the site , and all applicable taxes. The Contractor's handling costs on the site , labor, installation costs, overhead, profit and other expenses contemplated for the original allowance shall be included in the Contractor Sum and not in the allowance . The Contractor shall cause the Work covered by these allowances to be performed for such amounts and by such persons as the Owner may direct, but he will not be required to employ persons against whom he makes a reasonab le objection . If the cost, when determined, is more than or less than the allowance, the Contract Sum shall be adjusted accordingly by Change Order which will include additional handling costs on the site , labor, installation costs , field overhead , profit and other direct expenses resulting to the Contractor from any increase over the original allowance . D-12 SUPERINTENDENT: The Contractor shall employ a competent superintendent and necessary assistants who shall be in attendance at the Project site during the progress of the Work . The superintendent shall be satisfactory to the Contractor and the Owner. The superintendent shall represent the Contractor and all communications given to the superintendent shall be binding as if given to the Contractor. Important communications will be confirmed in writing. Other communications will be so confirmed on written request in each case . D-13 RESPONSIBILITIES FOR EMPLOYEES AND SUB-CONTRACTORS: The Contractor shall be responsible to the Owner for the acts and omissions of all his employees and all Sub-contractors , their agents and employees , and all other persons performing any of the Work under a contract with the Contractor. D-14 FAILURE TO COMMENCE WORK: Should the Contractor fail to begin the Work herein provided for with in the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans , Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the Work and complete same in accordance with the Contract Documents or to take charge of and complete the Work in such a manner as it may deem proper, and if, in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing , setting forth and specifying an itemized statement of the total cost thereof, said excess cost. D-15 PROGRESS SCHEDULE: The Contractor, immediately after being awarded the contract, shall prepare and submit for the Architect's approval, an estimated progress schedule for the Work. The progress schedule shall be related to the entire Proj ect. This schedule shall indicate the dates for the starting and completion of the various states of construction and shall be revised as required by the conditions of the Work , subject to the Architect's approval. It shall also indicate the dates for submission and approval of shop drawings and submittals as well as the delivery schedule for major pieces of equipment and/or materials. The Contractor shall submit an updated progress schedule the BCM at least monthly for approval along with the Contractor's monthly progress payment requests. D-16 DRAWINGS AND SPECIFICATIONS AT THE SITE: The Contractor shall maintain at the site for the Owner one copy of all Drawings , Specifications , Addenda, approved Shop Drawings, Change Orders, and other Changes and Amendments in good order and marked to record all changes made during construction . These shall also be available to the Architect. The Drawings , marked to record all changes made during construction , shall be delivered to the Owner upon completion of the Work. The Architect will prepare, and provide to the Owner, one complete set of reproducible record drawings of the Work . D-17 SHOP DRAWINGS AND SAMPLES: Shop Drawings are drawings, diagrams, illustrations, schedules, performance charts, brochures and other data which are prepared by the Contractor or any Subcontractor, manufacturer, supplier or distributor, and which illustrate some portion of the Work . Samples are physical examples furnished by the Contractor to illustrate materials , equipment or workmanship , and to establish standards by which the Work will be judged. The Contractor shall review, stamp with his approval and submit, with reasonable promptness and in orderly sequence so as to cause no delay in the Work or in the work of any other contractor, normally within the first 90 days of the work, six copies of all shop Drawings and Samples required by the Contract Documents or subsequently by the Architect as covered by changes or amendments . Shop Drawings and Samples shall be properly identified as specified, or as the Architect may require. At the time of submission the Contractor shall inform the Architect in writing of any deviation in the Shop Drawings or Samples from the requirements of the Contract Documents . By approving and submitting Shop Drawings and Samples, the Contr.::::tor thereby represents that he has determined and verified all field measurements , field construction criteria , materials , catalog numbers and similar data, and that he has checked and coordinated each shop drawing given in the Contract Documents: The Architect's approval of a separate item shall not indicate approval of an assembly in which the item functions . The Architect will review and approve Shop Drawings and Samples with reasonable promptness so as to cause no delay, but only for conformance with the design concept of the Project and with the information given in the Contract Documents . The Architect's approval of a separate item shall not indicate approval of an assembly in which the item functions. The Contractor shall make any corrections required by the Architect and shall resubmit the required number of corrected copies of Shop Drawings or new Samples until approved . The Contractor shall direct specific attention in writing or on resubmitted Shop Drawings to revisions other than the corrections requested by the Architect on previous submissions . General Conditions for Facility Construction Lump Sum Contract Replace AH Us at FWCC East Exhibit Hall Annex, JCI TXMAS (March 2011) The Architect's approval of Shop Drawings or Samples shall not relieve the Contractor of respons ibility for any deviation from the requi rements of the Contract Documents un less the Contractor has informed the Archi tect in writing of such deviation at the time of submission and the Arch itect has given written approval to the specific deviation. Architect's approval shall not relieve the Contractor from responsib ility for errors or omiss ions in the Shop Drawings or Samples . No portion of the Work requiring a Shop Drawing or Sample subm ission shall be commenced until the Architect has approved the submittal. All such portions of the Work shall be in accordance with approved Shop Drawings and Samples . D-18 SITE USE : The Contractor shall confine operations at"the site to areas perm itted by law, ordinances, permits and the Contract Documents and shall not unreasonably encumber the site with any materials or equipment. Until acceptance of the Work by the City Counci l of the City of Fort Worth , the entire site of the Work shall be under the exclus ive control , care and respons ibility of the Contractor. Contractor shall take every precaution against injury or damage to persons or property by the action of the elements or from any other cause whatsoever. The Contractor shall rebuild, repair , restore and make good at his own expenses all injuries or damages to any portions of the Work occasioned by any of the above , caused before acceptance. D-19 CUTIING AND PATCHING OF WORK: The Contractor shall do all cutting, fitting or patching of his Work that may requi red to make its several parts fit together properly , and shall not endanger any Work by cutting , excavating or otherwise altering the Work or any part of it. D-20 CLEAN UP: The Contractor at all times shall keep the premises free from accumulation of waste materials or rubbish . At the completion of the Work he shall remove all his waste materials and rubb ish from and about the Project as well as all his tools, cons t ruction equipment, machinery and surplus materials , and shall clean all glass surfaces and leave the Work "Broom-clean " or its equivalent, except at otherwise specified . In addition to removal of rubb ish and leaving the bu ildings "broom -clean ", Contractor shall clea n all glass , replace any broken glass , remove stains, spots , marks and dirt from .decorated work , clean hardware , remove paint spots and smears from all surfaces , clean fixtures and wash all concrete , tile and terrazzo floors . If the Contractor fails to clean up , the Owner may do so , and the cost thereof shall be charged to the Contractor. D-21 COMMUNICATIONS: As a general rule , the Contractor shall forward all commun ications to the Owner through the BCM. D-22 CONTRACTOR REQUIREMENTS ON FEDERALLY FUNDED PROJECTS: Contractor shall observe and comply with the requirements of the City of Fort Worth Fiscal Department, Intergovernmental Affairs and Grants Management as outlined in the Supplemental Cond itions contained in the Project Manual SECTION E SUBCONTRACTORS E-1 DEFINITION: A Subcontractor is a person or organ ization that has a direct contract with the Contractor to perform any of the Work at the site. The term Subcontractor is referred to throughout the Contract Documents as if singular in number and mascul ine in gender and means a Subcontractor or his authorized representative . Noth ing contained in the Contract, Documents shall create any contractual relation between the Owner and the Architect and any subcontractor or any of his sub-subcontractors or materialmen . E-2 AWARD OF SUBCONTRACTS: The bidder shall furnish a list of the names of the subcontractors or other persons or organizations (including those who are to furnish materials or equipment fabricated to a special design) proposed for such portions of the Work as may be designated in the bidding requirements , or if none is so designated in the bidd ing requirements , the names of the Subcontractors proposed for the principal portions of the Work . Prior to the award of the Contract, the Architect shall notify the successful bidder in writing if either the Owner or Architect, after due investigation , has reasonab le objection to any person or organization on such list. Failure of the Owner and Arch itect to make an obj ection to any person or organ ization on the list prior to the award of th is Contract shall not constitute acceptance of such person or organization. If, prior to the award of the Contract, the Owner or Architect has an objective to any person or organization on such list, and refuses to accept such person or organization , the apparent low bidder may, pri or to the award , withdraw his bid without forfeiture of bid security . If such bidder submits an acceptable substitute , the Owner may, at its discretion , accept the bid or he may disqualify the bid. If, after the award , the Owner or Architect objects in writing to any person or organization on such list, the Contractor shall provide an acceptable substi tute . The Contractor shall not make any substitution for any Subcontractor or person or organization that has been accepted by the Owner and the Architect, unless the substitution is also acceptable to the Owner and the Architect. E-3 TERMS OF SUBCONTRACTS: All work performed for the Contractor by a Subcontractor shall be pursuant to an appropriate agreement between the Contractor and the Subcontractor (and where appropriate between Subcontractors and Sub- subcontractors) which shall contain provisions that: 1. Preserve and protect the rights of the Owner and the Architect under the Contract with respect to the Work to be performed under the subcontract so that the subcontracting thereof will not prejud ice such rights; 2. Require that such Work be performed in accordance with the requirements of the Contract Documents ; General Conditions for Facility Construction Lump Sum Contract Rep lace AH Us at FWCC East Exhibit Hall Annex, JCI TXMAS (March 2011) 3 . Require submission to the Contractor of appl ications for payment under each subcontract to which the Contractor is a party, in reasonable time to enable the Contractor to apply for payment; 4 . Require that all claims for add itional costs , extensions of time , damages for delays or otherwise with respect to subcontracted portions of the Work shall be subm itted to the Contractor (via any Subcontractor or Sub -subcontractor where appropriate) in the manner provided in the Contract Documents for like cla ims by the Contractor upon the Owner ; 5 . Waive all rights the contracting parties may have against one another for damages caused by fire or other perils covered by the property insurance, except such rights , if any, as they may have to proceeds of such insurance held by the Owner, and, 6. Obligate each Subcontractor specifically to consent to the provisions of this Section All of the provisions set out in th is section shall be deemed to have been included in every subcontract, and every subcontract shall be so construed and applied as to the Owner and the Architect, whether or not such provisions are physically included in the sub- contract. E-4 MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE): Should the base bid be less than $25 ,000 , the requirements of this section do not apply. General : In accordance with City of Fort Worth Ordinance No 15530 (the "Ordinance"), the City of Fort Worth sets goals for the participation of minority and women bus iness enterprises (M/WBE) in City contracts . Ordinance No 15530 is incorporated in these General Conditions by reference . A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the Ordinance shall be a material breach of contract. .Prior to Award : The M/WBE documentation required by the procurement solicitation must be submitted with in five city business days after bid opening . Fa ilure to comply with the City's M/WBE Ordinance , or to demonstrate a "good faith effort", shall result in a bid being considered non-responsive. During Constructi on: Contractor shall provide cop ies of subcontracts or cosigned letters of intent with approved M/WBE subcontractors and or suppliers prior to issuance of the Notice to Proceed . Contractor shall also provide monthly reports on utilization of the subcontractors to the M/WBE Office and the Construction Manager. Contractor must provide the City with complete and accurate information regarding actual work performed by an M/WBE on the contract and proof of payment thereof. Contractor further agrees to perm it an audit and/or examination of any books , records or files in it's possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal , state, or local laws or ordinances relat ing to false statement. An offerer who intentionally and/or knowingly misrepresents material facts shall be determined to be an irresponsible offerer and barred from participating in City work for a period of time of not less than three (3) years . The failure of an offerer to comply with this ordinance where such non-compliance constitutes a material breach of contract as stated herein, may result in the offerer being determined to be an irresponsible offerer and barred from participating in City work for a period of time of not less than one (1) year. The Contractor may count toward the goal any tier of MWBE subcontractors and/or suppliers. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed . All subcontractors used in meeting the goals must be certified prior to the award of the Contract. Change Orders : Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work . Whenever a change order is $50 ,000 or more, the M/WBE Coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the Contractor shall : 1. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with the bid/proposal or during negotiation, without prior submission of the proper documentation for review and approval by the MWBE Office. 2. If substantial subcontracting and/or supplier opportunities arise during the term of any contract when the Contractor represented in its bid/proposal to the City that it alone would perform the subcontracting/supplier opportunity work , the Contractor shall notify the City before subcontracts for work and/or supplies are awarded and shall be required to comply with subsections 12.3 and 12.4 of the OOrdinance , exclusive of the time requirements stated in such subsections. 3 . The Contractor shall submit to the M/WBE Office for approval an M/WBE REQUEST FOR APPROVAL OF CHANGE FORM , if, during the term of any contract, the Contractor wishes to change or delete one or more M/WBE subcontractors or suppliers . Justification for change of subcontractors may be granted for the following : 1. An M/WBE 's failure to provide Workers ' Compensation Insurance evidence as required by state law; or 2 . An M/WBE 's-failure to provide evidence of general liability or other insurances under the same or similar terms as contained in the Contract Documents with limits of coverage no greater than the lower of 1) the limits required of the Contractor by the City ; or 2) the limits contained in the Contractor's standard subcontract or supply General Conditions for Facility Construction Lump Sum Contract Replace AH Us at FWCC East Exhib it Hall Annex, JCI TXMAS (March 2011) agreements used on other projects of similar size and scope and within the Contractor's normal business practice with non- M/WBE subcontractor's/subconsultant's or suppliers; or 3. An MWBE 's failure to execute the Contractor's standard subcontract form, if entering a subcontract is required by the Contractor in its normal course of business, unless such failure is due to: a) A change in the amount of the previously agreed to bid or scope of work; or b) The contract presented provides for payment once a month or longer and the Contractor is receiving payment from the City twice a month; or c) Any !imitation being placed on the ability of the M/WBE to report violations of the Ord inance or any other ordinance or violations of any state or federal law or other improprieties to the City or to provide notice of any claim to the Contractor's surety company or insurance company . d) Mediation shall be a consideration before the request for change is approved . 4 . An M/WBE defaults in the performance of the executed subcontract. In this event, the Contractor shall: a) Request bids from all M/WBE subcontractors previously submitting bids for the work, b) If reasonably practicable, request bids from previously non-bidd ing M/WBEs , and c) Provide to the M/WBE office documentation of compliance with (a) and (b) above . 5 . Any reason found to be acceptable by the M/WBE Office in its sole discretion . Within ten days after final payment from the City the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier , includ ing non-M/WBEs , used on the project. E-5 PAYMENTS TO SUBCONTRACTORS: The Contractor shall pay each Subcontractor, upon receipt of payment from the Owner, an amount equal to the percentage of completion allowed to the Contractor on account of such Subcontractor's Work. The Contractor shall also require each Subcontractor to make similar payments to his subcontractors. If the Owner refuses to issue a Certificate for Payment for any cause which is the fault of the Contractor and not the fault of a particular subcontractor, the Contractor shall pay that Subcontractor on demand, made at any time after the Certificate for Payment would otherwise have been issued, for his Work to the extent completed, less the retained percentage . The Contractor shall pay each Subcontractor a just share of any insurance monies received by the Contractor, and he shall require each Subcontractor to make similar payments to his Subcontractors . The Owner may, on request and at its discretion , furnish to any Subcontractor, if practicable , information regarding percentages of completion certified to the Contractor on account of Work done by such Subcontractors . Neither the Owner nor the Arch itect shall have any obligation to pay or to see to the payment of any monies to any Subcontractor. E-6 SUBCONTRACTOR REQUIREMENTS FOR EDA FUNDED PROJECTS: The Contractor will cause appropriate provisions to be insert~d in all subcontracts to bind subcontractors to FDA contract requirements as contained herein and to 15 CFR 24 or 0MB Circular A-110, as appropriate. Each subcontractor must agree to comply with all applicable Federal, State , and local requirements in addition to those set forth in this section. No subcontractor will be employed on this Project, except as specifically approved by the City, who is contained in the listing of contractors debarred, ineligible, suspended or indebted to the United States from contractual dealings with Federal government departments. The work performed by any such contractor or subcontractor will be ineligible for reimbursement wholly or partially from EDA grant fluids . All subcontracts in excess of $10 ,000 shall include , or incorporate by reference, the equal opportunity clause of Executive Order 11246 . All subcontracts must contain a nondiscrimination clause. Each subcontract must contain a requirement for compliance with the Davis -Bacon and related acts . Each subcontractor must submit weekly each weekly payroll record and a weekly statement of compliance . These documents will be submitted to the prime contractor who will compile them and submit to the City. The subcontractor can satisfy this requirement by submitting a properly executed Department of Labor Form WH-347 . General Conditions for Facility Construction Lump Sum Contract Replace AH Us at FWCC East Exhibit Hall Annex, JCI TXMAS (March 2011) Each subcontract with every subcontractor must contain a clause committing the subcontractor to employment of local labor to the maximum extent possib le. All subcontractors who employ more than 50 employees , and is a prime or first tier subcontractor, and has a subcontract or purchase order of $50 ,000 or more must submit a completed Standard Form 100 (Compliance Report) by March 30 of each year. Subcontractors performing work in areas covered by published goals for minorities will be required to report monthly on Form CC- 257 . SECTION F SEPARATE CONTRACTS F-1 OWNER'S RIGHT: The Owner reserves the right to award separate contracts in connection with other portions of the Work. When separate contracts are awarded for other portions of the Work , "the Contractor" in the Contract Documents in each case shall be the contractor who signs each separate contract. F-2 MUTUAL RESPONSIBILITY OF CONTRACTORS: The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and equipment and the execution of their work , and shall properly connect and coordinate his work with theirs. If any part of the Contractor's Work depends for proper execution or results upon the work of any other separate contractor, the Contractor shall inspect and promptly report to the Owner any apparent discrepancies or defects in such work that render it unsuitable for such proper execution and results . Failure of the Contractor to inspect and report shall constitute an acceptance of the other contractor's work as fit and proper to receive his Work, except as to defects which may develop in the other separate contractor's work after the execution of the Contractor's Work. Should the Contractor cause damage to the work or property of any separate contractor on the site , the Contractor shall , upon due notice , settle with such other contractor by agreement, if he will so settle . If such separate contractor sues the Owner on account of any damage alleged to have been so sustained, the Owner shall notify the Contractor who shall defend against such suit at the Contractor's expense, and if any judgment against the Owner arises therefrom, the Contractor shall pay or satisfy such judgment and shall reimburse the Owner for all attorney's fees , court costs and expenses which the Owner has incurred in connection with such suit. F-3 CUTTING AND PATCHING UNDER SEPARATE CONTRACTS: The Contractor shall do all cutting , fitting or patching of his Work that may be required to fit it to receive or be received by the work of other contractors shown in the Contract Documents . The Contractor shall not endanger any work or any other contractors by cutting, excavating or otherwise altering any work and shall not cut or alter the work of any other contractor except with the written consent of the Architect. Any costs caused by defective or ill-timed work shall be borne by the party responsible therefor. F-4 OWNER'S RIGHT TO CLEAN UP: If a dispute arises between the separate contractors as to their responsibility for cleaning up, the Owner may clean up and charge the cost thereof to the several contractors as the Director of the Department of Transportation and Public Works shall determine to be just. SECTION G MISCELLANEOUS PROVISIONS G-1 CONFLICT OF LAWS: The law of the place where the site is located shall govern the Contract. The Contractor must familiarize himself and strictly comply with all Federal , State, and County and City Laws, Statutes, Charter, Ordinances, Regulations , or Directives controlling the action or operation of those engaged upon the work affecting the materials used. He shall indemnify and save harmless the City and all of its officers and agents against any claim or liability arising from or based on the violation of any such Laws , Statutes, Charter, Ordinances, Regulations , or Directives, whether by himself, his employees, agents or subcontractors. G-2 GOVERNING LAWS: It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with reference to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with reference to and governing all matters affecting th is Contract, and the Contractor agrees to fully comply with all the provisions of the same . G-3 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In performing their duties under the Statutes of the State of Texas and the Charter and Ordinances of the City of Fort Worth in connection with this Contract, or in exercising any of the powers granted the Owner herein , the officers , agents and employees of the City of Fort Worth are engaged in the performance of a governmental function and shall not incur any personal liability by virtue of such performance hereunder, except for gross negligence or willful wrong . G-4 COMPLIANCE WITH LAWS. Contractor ~grees to comply with all laws, Federal, state and local , including all ordinances , rules and regulations of the City of Fort Worth, Texas . Materials incorporated into the finished Project are not subject to State Sales Tax. General Conditions for Facility Construction Lump Sum Contract Replace AHUs at FWCC East Exhibit Hall Annex, JCI TXMAS (March 2011) The Owner is responsible for obtaining the Building Permit. The Contractor and the appropriate subcontractor are responsible for obta ining all other construction permits from the governing agencies . Contractor shall schedule all code inspections with the Code Inspection Division in accordance with the permit requirements and subm it a copy of updated schedule to the Construction Manager weekly. Building, plumbing , electrical and mechanical building permits are issued without charge . Water and sewer tap, impact & access fees will be paid by the City. Any other permit fees are the responsibility of the Contractor. G-5 INDEMNIFICATION: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence . In addition , Contractor covenants and agrees to indemnify, hold harmless and defend , at its own expense , the Owner, its officers , servants and employees, from and against any and all cla ims or suits for property loss, property damage, personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers , agents , employees , subcontractors, licensees or invitees, whether or not any such iniury. damage or death is caused. in whole or in part. by the negligence or alleged negligence of Owner. its officers. servants. or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner. its officers. servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier . . , , The Director may, if he deems it appropriate, refuse to whom a claim for damages is outstand ing as a result of work per.formed under a City Contract. G-6 SUCCESSORS AND ASSIGNS: Except as provided in Paragraph E-2 , this contract shall be binding upon and insure to the benefit of the parties hereto , their Successors or Ass igns . Contractor shall not assign or sublet all or any part of this Contract or his rights or duties hereunder without the prior written consent of the Owner. Any such purported assignment or subletting without the prior written consent of Owner shall be void . G-7 WRITIEN NOTICE: Written Notice shall be deemed to have been duly served if delivered in person to the individual or member of the firm or to an officer of the corporation for whom it was intended, or if delivered at or sent by registered or certified mail to the last business address known to him who gives the notice . G-8 SURETY BONDS: Surety Bonds are required on all City contracts in excess of $25,000. The Contractor agrees, on the submittal of his Proposal to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the Work , such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas, as amended, in the form included in the Contract Documents , and such bonds shall be 100 percent of the total contract price, and the said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth . Bonds shall be made on the forms furnished by or otherwise acceptable to the City . Each bond shall be properly executed by both the Contractor and the Surety Company. Bonds required by the City shall be in compliance with all relevant local , state and federal statutes. To be an acceptable surety on the bond the name of the surety should be included on the current U.S. Treasury List of Acceptable Securities (Circular 570], and must be authorized to do business in Texas. Sureties not listed in Circular 570 may write performance and payment bonds on a project without reinsurance to the limit of 10 percent of its capital and surplus . Such a surety must reinsure any obligation over 10 percent. The amount in excess of 10 percent must be reinsured by reinsurers who are duly authorized, accredited , or trusteed to do business in the State of Texas. Should any surety for the contracted project be determined unsatisfactory at any time during same , the Contractor shall immediately provide a new surety bond satisfactory to the City . If the contract amount is less than $25,000, payment shall be made in one lump sum 30 calendar days after completion and acceptance of the Work . G-9 OWNER'S RIGHT TO CARRY OUT THE WORK: If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents or fails to perform any provision of the Contract, the Owner may, without prejudice to any other remedy he may have, enter the site and make good such deficiencies . In such case an appropriate Change Order shall be issued deducting from the payments then or thereafter due the Contractor the cost of correcting such deficiencies, including the cost of the Architect's additional services made necessary by such default, neglect or failure. If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contract shall pay the difference to the Owner. G-10 ROYAL TIES AND PATENTS: The Contractor shall pay all royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and shall save the Owner harmless from loss on account thereof and shall be responsible for all such loss when a particular design , process or the product of a particular manufacturer or manufacturers is specified; however, if the General Conditions for Facility Construction Lump Sum Contract Replace AH Us at FWCC East Exhibit Hall Annex, JCI TXMAS (March 2011) - Contractor has reason to believe that the design, process or product specified is an infringement of a patent , he shall be responsible for such loss unless he promptly gives such information to Owner. G-11 TESTS: If the Contract Documents, Laws , Ordinances, Rules, Regulations or Orders of any public authority having jurisdiction require any Work to be inspected , tested or approved , the Contractor shall give the Owner timely notice of its readiness and the date arranged so the Arch itect may observe such inspection , testing or approval. The Owner shall bear all costs of such inspection , tests and approvals unless otherwise provided . If after the commencement of the Work, the Owner determines that any work requires special inspection, testing or approval not included above , the Owner , upon written authorization from the Owner, will instruct the Contractor to order such special inspection , testing or approval, and the Contractor shall give notice as required in the preceding paragraph . If such special inspection or testing reveals a failure of the Work to comply (1) with the requirements of the Contract Documents or (2) with respect to the performance of the Work , with Laws , Statutes, Charter, Ordinances, Regulations or Orders of any public authority having jurisdiction, the Contractor shall bear all costs thereof, including the Architect's additional services made necessary by such costs ; otherwise the Owner shall bear such costs, and an appropriate Change Order shall be issued. The Contractor shall secure certificate of inspection, testing or approval , and three copies will be promptly delivered by him to the Owner. The Architect will review the certificates and forward one copy of each with his recommendation(s) to the Owner. If the Owner wishes to observe the inspections, tests or approvals required by this Section , they will do so promptly and , where practicable, at the source of supply. Neither the observations of the Architect or the Owner in their administration of the Construction Contract, nor inspections , tests or approvals by persons other than the Contractor shall relieve the Contractor from his obligations to perform the Work in accordance with the Contract Documents . G-12 INTERRUPTION OF EXISTING UTILITIES SERVICES: The Contractor shall perform the Work under this Contract with a minimum of outage time for all utilities . Interruption shall be by approved sections of the utility. In some cases, the Contractor may be required to perform the Work while the existing utility is in service . The existing utility service may be interrupted only when approved by the Owner . When it is necessary to interrupt the existing utilities, the Contractor shall notify the Owner in writing at least ten days in advance of the time that he desires the existing service to be interrupted. The interruption time shall be kept to a minimum. Depending upon the activities at an existing facility that requires continuous service from the existing utility, an interruption may not be subject to schedule at the time desired by the Contractor. In such cases, the interruption may have to be scheduled at a time of minimum requirements of demand for the utility . The amount of time requested by the Contractor of existing utility services shall be as approved by the Owner. G-13 LAYING OUT WORK: The Contractor shall verify dimensions and elevations indicated in layout of existing work. Discrepancies between Drawings, Specifications, and existing conditions shall be referred to Architect for adjustment before work affected is performed. Failure to make such notification shall place responsibility upon Contractor to carry out work in satisfactory workmanlike manner at the Contractor's sole expense . The Contractor shall be held responsible for the location and elevation of all the construction contemplated by the Construction Documents . Prior to commencing work , the Contractor shall carefully compare and check all Architectural, Structural, Mechan ical an Electrical drawings ; each with the other that in any affects the locations or elevation of the work to be executed by him , and should any discrepancy be found , he shall immediately report the same to the Architect for verification and adjustment. Any duplication of work made necessary by failure or neglect on his part to comply with this function shall be done at the Contractor's sole expense. G-14 MEASUREMENTS: Before ordering any material or doing any work, the Contractor shall verify all measurements at the site or at the building and shall be wholly responsible for the correctness of same. No extra charge or compensation will be allowed on account of any difference between actual dimensions and dimensions indicated on the drawings. Any difference that may be found shall be submitted to the Architect for consideration and adjustment before proceeding with the project. G-15 EXISTING OVERHEAD OR UNDERGROUND WORK: The Contractor shall carefully check the site where the project is to be erected and observe any existing overhead wires and equipment. Any such work shall be moved, replaced or protected , as required , whether or not shown or specified at the Contractor's sole expense. Attention is directed to the possible existence of pipe and other underground improvements that may or may not be shown on the Drawings. All reasonable precautions shall be taken to preserve and protect any such improvements whether or not shown on the Drawings . Location of existing underground lines , shown the Drawings are based on the best available sources , but are to be regarded as approximate only. Exercise extreme care in locating and identifying these lines before excavation in adjacent areas . G-16 ALIGNMENT OF JOINTS IN FINISH MATERIALS: It shall be the responsibility of the Contractor to make certain in the installation of jointed floor, wall and ceiling materials that: 1. Preserve and protect the rights of the Owner and the Architect under the Contrac;t with respect to the Work to be performed under the subcontract so that the subcontracting thereof will not prejudice such rights ; General Conditions for Facility Construction Lump Sum Contract Replace AH Us at FWCC East Exhibit Hall Annex, JCI TXMAS (March 2011) 2 . Place joints to relate to all opening and breaks in the structure and be symmetrically placed wherever possible. This includes heating registers , light fixtures, equipment, etc. If because of the non-related sizes of the various materials and locations of openings, etc., it is not possible to accomplish the above, the Contractor shall request the Architect to determine the most satisfactory arrangement. The Contractor shall establish centerlines for all trades . G-17 damages . INTEGRATING EXISTING WORK: The Contractor shall protect all existing street and other improvements from Contractor's operations shall be confined to the immediate vicinity of the new work and shall not in any interfere with or obstruct the ingress or egress to and from existing adjacent facilities . Where new site work is to be connected to existing work, special care shall be exercised by the Contractor not to disturb or damage the existing work more than necessary. All damaged work shall be replaced, repaired and restored to its original condition at no cost to the Owner. G-18 HAZARDOUS MATERIAL CERTIFICATION: It is the intent of the contract documents , whether expressly stated or not, that nothing containing hazardous materials, such as asbestos , shall be incorporated in to the project. The Contractor shall exercise every reasonable precaution to ensure that asbestos-containing materials are not incorporated into any portion of the project, including advising all materials suppliers and subcontractors of this requirement. The Contractor shall verify that components containing lead do not contact the potable water supply. G-19 LOCATION OF EQUIPMENT AND PIPING: Drawing showing location of equipment, piping, ductwork, etc. are diagrammatic and job conditions may not always permit their installation in the location shown. When this situation occurs, it shall be brought to the Architect's attention immediately and the relocation determined in a joint conference . The Contractor will be held responsible for the relocating of any items without first obtaining the Architect's approval. He shall remove and relocate such items at his own expense if so directed by the Architect. Where possible, uniform margins are to be maintained between parallel lines and/or adjacent wall, floor or ceiling surfaces . G-20 OVERLOADING: The Contractor shall be responsible for loading of any part or parts of structures beyond their safe carrying capacities by placing of materials, equipment, tools, machinery or any other item thereon. No loads shall be placed on floors or roofs before they have attained their permanent and safe strength . G-21 MANUFACTURER'S INSTRUCTIONS: Where it is required in the Specifications that materials, products , processes, equipment, or the like be installed or applied in accordance with manufacturer's instructions, direction or specifications, or words to this effect, it shall be construed to mean that said application or installation shall be in strict accordance with printed instructions furnished by the manufacturer of the material concerned for use under conditions similar or those at the job site. Six copies of such instructions shall be furnished to the Architect and his ·approval thereof obtained before work is begun. G-22 CLEANING UP: The Contractor shall keep the premises free from accumulation of waste material or rubbish caused by employees or as a result of the Work. At completion of work , the General Contractor shall, immediately prior to final inspection of complete building, execute the following final cleaning work with trained janitorial personnel and with material methods recommended by the manufactures of installed materials. 1. Sweep and buff resilient floors and base, and vacuum carpeting. 2. Dust all metal and wood trim and similar finished materials . 3. Clean all cabinets and casework. 4. Dust all ceilings and walls. 5 . Dust, and if necessary wash, all plumbing and electrical fixtures. 6. Wash all glass and similar non-resilient materials . 7 . All hardware and other unpainted metals shall be cleaned and polished and all equipment and paint or decorated work shall be cleaned and touched-up if necessary, and all temporary labels, tags , and paper coverings removed throughout the buildings. Surfaces that are waxed shall be polished . 8. The exterior of the building, the grounds, approaches, equipment, sidewalks , streets, etc. shall be cleaned similar to interior of buildings and left in good order at the time of final acceptance. All paint surfaces shall be clean and unbroken, hardware shall be clean and polished , all required repair work shall be completed and dirt areas shall be scraped and cleared of weed growth . 9. Clean all glass surfaces and mirrors of putty , paint materials, etc ., without scratching or injuring the glass and leave the work bright, clean and polished . Cost of this cleaning work shall be borne by Contractor. General Conditions for Facility Construction Lump Sum Contract Replace AHUs at FWCC East Exhibit Hall Annex, JCI TXMAS (March 2011) 10. Cleaning, polishing, scaling, waxing and all other finish operations indicated on the Drawings or required in the Specifications shall be taken to indicate the required condition at the time of acceptance of all work under the Contract. 11 . Burn ing : Burning of rubbish on the premises will not be permitted . G-23 DUST CONTROL: Precaution shall be exercised at all times to control dust created as a result of any operations during the construction period . If serious problems or complaints arise due to air-borne dust, or when directed by the Architect, operations causing such problems shall be temporarily discontinued and necessary steps taken to control the dust. G-24 FIRE PROTECTION: The Contractor shall at all times maintain good housekeeping practices to reduce the risk of fire damage or injury to workmen. All scrap materials, rubbish and trash shall be removed daily from in and about the building and shall not be permitted to be scattered on adjacent property. Suitable storage space shall be provided outside the immediate building area for storing flammable materials and paints; no storage will be permitted in the building . Excess flammable liquids being used inside the building shall be kept in closed metal container and removed from the building during unused periods . A fire extinguisher shall be available at each location where cutting or welding is being performed . Where electric or gas welding or cutting work is done, interposed shields of incombustible material shall be used to protect against fire damage due to sparks and hot metal. When temporary heating devices are used, a watchman shall be present to cover periods when other workmen are not on the premises . The Contractor shall provide fire extinguishers in accordance with the recommendations and NFPA Bulletins Nos . 10 and 241 . · , However, in all cases a minimum of two fire extinguishers shall be available for each floor of construction. G-25 CUTTING AND PATCHING: Wherever cutting and removal of portions of the existing work is indicated , such work shall be neatly sawed or cut by Contractor in a manner that will produce a neat straight line, parallel to adjacent surfaces or plumb for vertical surfaces. Care should be exercised not to damage any work that is to remain . At no time shall any structural members be cut without written consent from the Architect. G-26 PROJECT CLOSEOUT Final Inspection. Record Drawings: Attention is called to General Conditions Section entitled, "Substantial Completion and Final Payment". Maintenance Manual: Sheets shall be 8 Yi'' x 11 ", except pull out sheets may be neatly folded to 8 Y, "x 11 ". Manuals shall be bound in plastic covered, 3 ring, loose leaf binder with title of project lettered on front and shall contain: 1) Name, address and trade of all sub-contractors . 2) Complete maintenance instructions ; name, address, and telephone number of installing Contractor, manufacturer's local representative , for each piece of operative equipment. 3) Catalog data on plumbing fixtures, valves , water heaters , heating and cooling equipment, temperature control, fan , electrical panels, service entrance equipment and light fixtures. 4) Manufacturer's name, type, color designation for resilient floors , windows , doors , concrete block , paint, roofing, other materials . Submit six copies of Maintenance Manual , prior to request for final payment. Operational Inspection and Maintenance Instruction : The Contractor shall provide at his expense, competent manufacturer's representatives to completely check out all mechanical and electrical systems and items covered by the Drawings and Specifications. This requirement shall be scheduled just prior to and during the initial start up. After all systems are functioning properly the representatives shall instruct maintenance personnel of the Owner in the proper operation and maintenance of each item . G-27 GUARANTEE AND EXTENDED GUARANTEE: Upon completion of the Project, prior to final payment, guarantees required by technical divisions of Specifications shall be properly executed in quadruplicate by subcontractors and submitted through the Contractor to Architect. Delivery of guarantees shall not relieve Contractor from any obligation assumed under Contract. The Contractor shall guarantee the entire Project for one year. In addition , where separate guarantees, for certain portions of work, are for longer periods , General Contractor's guarantee shall be extended to cover such longer periods . Manufacturer's extended warrantees shall be included in this contract. Guarantees shall become valid and operative and commence upon issuance of Certificate of Inspection and Acceptance by Owner. Guarantees shall not apply to work where damage is result of abuse, neglect by Owner or his successor(s) in interest. The Contractor agrees to warrant his work and materials provided in accordance with this contract and the terms of the Technical Specifications contained herein . Unless supplemented by the Technical Specifications or the manufacturer's normal extended General Conditions for Facility Construction Lump Sum Contract Replace AHUs at FWCC East Exhibit Hall Annex, JCI TXMAS (March 2011) warrantees , the Contractor shall warrant all work materials, and equipment against defects for a period of one year from the date of final acceptance . The Contractor further agrees to bear all costs of making good all work that is found to be defective or not provided in accordance with the Contract Documents. Additionally if the facility or contents are damaged due to defective materials or workmanship of the Contractor, the Contractor further agrees to bear all cost of repairing and/or replacing damaged items and components to bring such items back to at least their original condition . G-28 RECORD DRAWINGS: Upon completion of the Work and prior to application for final payment, one print of each of the drawings accompanying this specification shall be neatly and clearly marked in red by the Contractor to show variations between the construction actually provided and that indicated or specified in the Contract Documents. The annotated documents shall be delivered to Architect. Where a choice of materials and/or methods is permitted herein and where variations in the scope or character of the work from the entire work indicated or specified are permitted either by award of bidding items specified for that purpose , or by subsequent change to the drawings , the record drawings shall define the construction actually provided . The representation of such variations shall conform to standard drafting practice and shall include supplementary notes , legends and details which may be necessary for legibi li ty and clear portrayal of the actual construction . The record drawings shall indicate, in addition , the actual location of all sub-surface utility lines, average depth below the surface and other appurtenances . G-29 CONSTRUCTION FENCE: At the Contractor's option, he may provide a substantial chain-link construction fence around all or a part of the site . The fences and gates must be maintained throughout the construction period. Remove the fences and gates upon completion of the Project and restore the site to the required original or contract condition. G-30 PRODUCT DELIVERY, STORAGE, HANDLING: The Contractor shall handle, store and protect materials and products , including fabricated components, by methods and means which will prevent damage, deterioration and loss, including theft (and resulting delays), thereby ensuring highest quality results as the work progresses . Control delivery schedules so as to minimize unnecessary long-term storage at project site prior to installation . G-31 REMOVAL OF SALVAGED MATERIAL: The Contractor shall remove salvaged material and equipment from the Project site and dispose of it in accordance with the law. Equipment or material identified in the Specifications or Plans for Owner salvage shall be carefully removed and delivered to the Owner at any location in within the City limits as directed by the City . G-32 MANUFACTURER'S REFERENCE: Catalog, brand names , and manufacturer's references are descriptive , not restrictive . Bids on brands of like nature and quality will be considered. Contractor shall inform the City of any substitutions intended for the project within 5 business days of bid opening . Failure to inform the City of substitute projects will obligate the Contractor to provide the specified material if awarded the contract. Within 14 days after bid opening and upon request of the Contractor, the Contractor will submit a full sized sample and/or detailed information as required to allow the architect to determine the acceptability of proposed substitutions . Where equipment has been listed as "no substitute accepted ", the City will accept no alternates to the specified equ ipment. H-1 DEFINITIONS SECTION H CONTRACT TIME The Contract Time is the period of time allotted in the Contract Documents for completion of the Work and is the number of calendar days elapsing between the date of commencement and the date of substantial Completion plus additional days assessed for failure to complete punch list items from the Final Inspection in a timely manner The Date of Commencement of the Work is the date established in the Notice to Proceed . If there is no notice to proceed , it shall be the date of the Agreement or such other date as may be established therein. The Date of Substantial Completion of the Work or designated portion thereof is the Date certified by the Architect with the approval of the Owner that construction is sufficiently complete, in accordance with the Contract Documents, so the Owner may occupy the Work or designated portion thereof for the use for which it is intended . Final acceptance of the completed work or any portion thereof can be made only by the Assistant City Manager, and no other form of acceptance will be binding upon the Owner. A Calendar Day constitutes 24 hours of time and is any one of the seven days of a week, including Sunday, regardless of whether a "Working Day" or not, and regardless of weather conditions or any situation which might delay construction. An extension of contract time shall be in accordance with this Section . Extensions of time will be as recommended by the BCM with final approval by City of Fort Worth. A Working Day is defined as a calendar day, not including Saturdays , Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of work for a continuous period of not less than seven hours between 7 :00 a .m. and 6 :00 p.m . However, nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturdays if he so desires . Legal holidays are defined as being New Year's Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day , Memorial Day , and Veteran 's Day . H-2 PROGRESS AND COMPLETION: All the time limits stated in the Contract Documents are of essence to the Contract. The Contractor shall begin the Work on the date of commencement as defined in this Section. He shall carry the Work forward expeditiously with adequate forces and shall complete it within the Contract Time. General Conditions for Facility Construction Lump Sum Contract Replace AH Us at FWCC East Exhibit Hall Annex, JCI TXMAS (March 2011) Johnson Controls -Building Efficiency 7461 Airport Freeway Richland Hills, TX 76118 Phone : 866-589-9413 FAX: 866-621-0399 February 14, 2011 Mr. James D. Horner City of Fort Worth Public Events Department Fort Worth Convention Center 1201 Houston Street Fort Worth, Texas 76102 817-392-2505 fax 817-392-2756 e-mail: james.homer@fortworthgov.org Johnson f J<, Controls REF: FORT WORTH CONVENTION CENTER EAST EXHIBIT HALL AHU REPLACEMENT Dear Mr. Horner: Johnson Controls is pleased to submit this Proposal in response to FORT WORTH CONVENTION CENTER EAST EXHIBIT HALL AHU REPLACEMENT . We are confident that our qualifications provide the best combination of experience, performance, capabilities, and resources to manufacture, install, and commission an AHU replacement for the City of Fort Worth . Johnson Controls understands that time is of the essence . JCI can dovetail this project with the chiller replacement project and the same experienced project team assembled that is very knowledgeable of the facility, the processes, and the equipment to assure COFW that the project will be executed professionally, timely, and with minimal disturbance. Our objective is to utilize the same project team with local contractors familiar with the City requirements of this facility and the COFW facility personnel. It is our goal to provide the COFW with a successful AHU replacement that will be beneficial for many years . If you have any questions about our proposal, please do not hesitate to call or email me at patrick.d.mooney@jci .com. Sincerely, Patrick D. Mooney Account Executive Johnson Controls, Inc. ilYORK Service· JOHNSON CONTROLS INC. -TXMAS Contract TXMAS-6-840160 Page 1 of 3 . Windo\v on State Go ernmcnt Susan Co.mbs lo.is Com ptrollcr of l'ublic kcount Search TXMAS Contracts: [ Search j Rebates: Pursuant to Texas Government Code§ 2155.510(b), rebates generated from TXMAS contract purchases made using federal funds must be reported to the federal funding agency for reporting and reconciliation purchases. Each quarter of the State's fiscal year, TXMAS contractors rebate .75% of their TXMAS sales to the State of Texas via the Texas Comptroller of Public Accounts (CPA). It is the purchasing entity's responsibility to report the amount of rebate using the above percent based on the total dollar value of the TXMAS purchase order. Example : A purchasing entity receives and uses federal funds of $50 ,000 to purchase items/services on a TXMAS contract. The purchasing entity must report to the federal fund-provider that a sales rebate of $375 ($50 ,000 * .75% = $375) will be paid to the State of Texas by the TXMAS contractor. ,l;p MAs JOHNSON CONTROLS INC. Contract TXMAS-6-840160 On-Line Catalog/Order Processing TOTAL SOLUTIONS FOR LAW ENFORCEMENT, SECURITY FACILITIES MANAGEMENT, FIRE, RESCUE, CLOTHING, MARINE CRAFT AND EMERGENCY /DISASTER RESPONSE Corporate Office: Delivery : 30 DAYS, BASED ON AVAILABILITY JOHNSON CONTROLS , OVERNIGHT AND 2-DAYDELIVERY ARE INC. AVAILABLE IF THE ITEMS ARE IN 507 EAST MICHIGAN STOCK STREET FOB Point: DESTINATION MILWAUKEE WI 53201 USA Terms: NET30 DAYS Send PO to: Remit To: JOHNSON CONTROLS INC. JOHNSON CONTROLS 507 EAST MICHIGAN STREET INC . MILWAUKEE WI 53202 507 EAST MICHIGAN USA STREET Vendor ID: MIL W AlJKEE WI 53202 USA Vendor ID: 15 826641308 Vendor ID: 15826641308 Business Type: Large Invoice From: JOHNSON CONTROLS DUNS#: 100363840 INC. Effective: 507 EAST MICHIGAN 7/27/2006 STREET Expires: 2/28/2011 MILWAUKEE WI 53202 USA http://portal.cpa.state.tx.us/txmas/txmasb.asp?CONTRACT=12346&dea1er=O 11/30/2010 JOHNSON CONTROLS INC. -TXMAS Contract TXMAS-6-840160 Vendor ID: CONTACT:MARKMERRlMAN Phone 512-973-3555 MARK.C .MERRlMAN@JCI.COM Page 2 of 3 Effective Date: This Texas Multiple Award Schedule (TXMAS) contract is effective beginning 7/27/2006 through 2/28/2011 and is automatically renewed on the date that the General Services Administration (GSA) exercises the renewal option. All State of Texas terms and conditions will continue and apply to all renewal periods by mutual agreement. The contractor has certified that the prices reflected in the contractor's catalog are the same as the prices contained in the most current modification to GSA Contract No. GS-07F-7823C. Placement of Orders: Purchasing entities must use both the instructions on the contractor's web page and the terms and conditions in the federal supply schedule to place orders . Purchasing entities may use a either a departmental purchase order or the contractor's on-line ordering system to place orders. Purchasing entities may opt out of using the contractor's on-line ordering system if it is incompatible with the entity's purchasing procedures. The contractor is not required to accept orders below the minimum listed below. Orders between the minimum and maximum listed below are subject to GSA preferred customer pricing. For orders above the maximum, purchasing entities are entitled to negotiate for lower prices than those listed on the on-line federal supply schedule price list. Order Limitation: Minimum Order: $50 Maximum Order: $100,000 TO $200,000 DEPENDING ON SIN Approved Products/Services: Only products or services listed in the CPA approved GSA contract may be purchased from this TXMAS contract, with one exception. Incidental, off-schedule items may be purchased as "best value, open market" items provided that they are necessary for product integration or product completeness. The purchasing entity is responsible for ensuring that the quoted price for such incidental items is fair and reasonable. These incidental items may be added to the TXMAS purchase order if they are clearly labeled as "open market (OM), best value" items. State Contracts: All Texas Council for Purchasing from People with Disabilities contracts and Texas Correctional Industries (TCI) term contracts take precedence over this TXMAS contract. If similar products or services are listed on this TXMAS contract and a CPA term contract, a determination should be made that will result in a best value purchase. Payment Due Date: Payment will be due on the thirtieth (30) calendar day after the later of: (a) the http ://portal.cpa.state. tx. us/txmas/txmasb.asp ?CONTRA CT= l 2346&dealer=O 11/30/2010 JOHNSON CONTROLS INC. -TXMAS Contract TXMAS-6-840160 Page 3 of 3 date the State actually receives a proper invoice at the office designated in the applicable purchase order to receive it; or (b) the date the State accepts the products or services. The post mark date on the envelope for the State warrant (State's equivalent to a check) or banking information showing when a direct deposit transaction was received will be considered the date payment is made. Interest starts accruing on the first day that payment is late. The rate of interest for late payments is set at one percent per month. Special Note: The State of Texas , including but not limited to its Agencies, cooperative purchasing members and any local governmental entity authorized by law to use the Texas Multiple Award Schedule method for purchasing is not obligated to procure any products or services from this TXMAS contract. This schedule contract shall not be construed to prevent the State from purchasing products or services using other procurement methods as authorized by law. Keywords: fire alarm systems, access control systems, locking devices , facility management, perimeter security, detection systems, Contact Us If you have any suggestions on how to improve TXMAS or this web site, please send an email to txmas@cpa.state.tx.us or call 512-463-3421. I State kink Policy J Texas Homeland Susan Combs, Texas Comptroller • Window on State Government • Contact Us Privacy and Security Policy I Accessibility Policy I Link Policy I Public Information Act I Compact with Texans http://portal.cpa.state.tx.us/txmas/txmasb.asp?CONTRACT=12346&dealer=O 11/30/2010 Johnson Controls -Building Efficiency 7461 Airport Freeway Richland Hills, TX 76118 Phone : 866-589-9413 FAX : 866-621-0399 February 14, 2011 Mr. James Homer City of Fort Worth Public Events Department Fort Worth Convention Center 120 Houston Street Fort Worth, Texas 76102 Re: Fort Worth Convention Center East Exhibit Hall Air Handler Replacement Subject: Change Order Add to Central Plant Chiller Replacement Project Dear Mr. Homer, Johnson Controls is pleased to propose a price of SIX HUNDRED THIRTY-FOUR THOUSAND SEVEN HUNDRED TWENTY THREE DOLLARS AND NO CENTS {$634,723.00) per the Plans and Specifications provided by Summit Engineering. The City of Fort Worth has twelve aging Air Handling Units Serving the Convention Center that need to be replaced. The Air Handling Units have relatively new Johnson Controls Metasys Digital controls, valves, and actuators that are still in good operational condition. The City of Fort Worth would like to reuse the controls on the new AHU' s. PERFORMANCE SCHEDULE 1. Prepare Submittals a. Assemble six (6) sets of equipment technical submittals and control drawings in binders for review. b. Provide Summit Engineering with six (6) sets of submittals. 2. Release Manufacturing of Major Equipment a. Release Johnson Controls/York Solution Air Handlers per submittals for manufacturing and engineering. b. Release specified equipment and materials per plans and specifications after Summit Engineering approval. 3. Delivery of Equipment a. Receive Twelve (12) York Solution Air Handlers . b. Receive pipe, valves, and fittings. 4. Removal and Installation of Air Handlers a. Coordinate meeting with facilities personnel and develop MS project schedule to minimize impact on events. b. Begin mobilization of equipment in owner specified area for demolition and removal of the existing air handlers . c. Lock Out and Tag Out per OSHA regulations all power sources to Air Handler. d. Disconnect electrical power wiring to Air Handler. e . Disconnect control wiring and conduit to Chiller Air Handler Controls. f. Isolate CHW and HW piping to Air Handlers. g. Disconnect CHW and HW piping to existing chillers. Page 1 of 4 ilYORK Service· JOHNSON CONTROLS, INC. h. Secure area for demolition and removal of Air Handlers . i. Disassemble new Air Handlers as needed for installation. j. Rig and install new Air Handlers. k. Re-assemble Air Handlers per factory and seal with factory sealant. I. Air Handlers will be installed with new steel I-beam supports and channel iron. m . Install new CHW and HW isolation valves at branch piping to AHU. n. Install pipe and fittings to Air Handler coil connections per plans. o. Install existing CHW and HW control valves. p . Modify and install new L-hard copper condensate piping from Air Handler to existing. q . Insulate CHW piping with 2" fiberglass insulation and service jacket. r. Insulate HW piping with 1-1/2" fiberglass insulation and service jacket. s. Fabricate duct transitions for return and supply air. t. Modify and install return and supply air duct work for Air Handlers. u. Seal all duct connections with duct sealer. v. Modify and reconnect electrical power wiring to Air Handlers. w. Clean up work area and remove all debris. x . Repeat process for additional Air Handlers. 5 . Metasys Controls and Start Up a . Reconnect and modify control wiring as needed to end devices. b. Terminate control wiring at end devices. c. Perform pre start up inspection of Air Handlers. d. Check motor rotation and start up Air Handlers. e. Log Air Handler voltage, amperage, and temperatures. 6. Test, Balance, and Commission a . Test and Balance CHW and HW flows to Air Handlers . b. Test and Balance air side performance of Air Handlers. c . Verify sequence of operation and programming. d. Commission Metasys DDC controls and conjunction with Test and Balance. 7. Project Close Out Documentation a. Perform customer walk through inspection. b. Provide Six (6) sets of Air Handler IOM manuals. c. Provide Test and Balance reports . d. Provide Air Handlers start up reports. INCLUSIONS 1. Twelve (12)York Solution Indoor Air Handlers a. 460/3/60 Fan Motor ODP Premium Efficient b. Supply Air Fan Forward Curve c . Fan and Motor Vibration Isolation d . Galvanized Double Wall Construction e. Foam Filled Panels R-13 f. 6" Base Rail g. IAQ Stainless Steel Drain Pan h. Primary Air Filter MERV 8 i. Coil Access Door j. Heating Water Coil k. Chilled Water Coil I. Eighteen (18) Month Parts and Labor Warranty from Date of Ship Page 2 of 4 ilYORK Service· JOHNSON CONTROLS, INC. 2. Ductwork a. Return Air Ductwork Transitions b. Supply Air Ductwork Transitions c. New Canvas Connectors at Air Handler Connections d. Secondary Drain Pans 3. Pipe Insulation a. 1-1/2"HW Pipe Insulation b. 2" CHW Pipe Insulation c. Jacketing of New Pipe Insulation 4. Demo and Removal a. Demo and Removal of Twelve (12) AHU's b. CHW and HW Piping c . Ductwork 5 . Pipe Valves and Fittings a. Pipe Supports and Hangers b. Air Handler Isolation Valves c. SCH 40 Steel Pipe and Fittings d. L-Hard Copper Pipe and Fittings e. Pipe Labeling 6 . Test and Balance a. CHW and HW Test and Balance to AHU's b. Supply and Return Ductwork for AHU's c. Verification and Adjustment d. Test and Balance Reports 7. Metasys Controls a. Disconnect Metasys Controls b. Reconnect Metasys Controls c. Termination of Control Wiring d. Sequence Verification e. Controls Commissioning 8. Installation Labor 9. Project Management 10. Equipment Submittals 11. Operation and Maintenance Manuals 12. Owner Operator Training ALTERNATE PRICING 1. Add $199,903.00 to remove existing HW main piping for AHU B19-B29 and install new HW main piping for AHU B19-B29. Please Note: Currently we do not have access above the sheet rock ceiling for the HW piping back to the pump room. We exclude entirely the piping that extends below the mezzanine. 2. Add $8,125.00 to perform ultra sound flow measurements to determine the integrity of the Hot Water Piping at eight owner specified location and repair thermal insulation. Page 3 of 4 ilYORK Service· JOHNSON CONTROLS, INC. EQUIPMENT LEAD TIME 1. Estimated Air Handler equipment lead times are: 8-10 weeks from the date of order. EXCLUSIONS 1. State and Local Taxes 2. Over Time Labor 3. Payment and Performance Bonds 4. Painting 5. Water Treatment 6. Structural Engineering 7. Structural Modifications 8. Asbestos Abatement 9. Fire Alarm 10. Smoke Detector Wiring to Fire Alarm Panel If you have any questions regarding our performance schedule please feel free to contact Patrick D. Mooney at (214) 797-9831. We would like to thank you for the opportunity to be of service. Page 4 of 4 ilYORK Service· Response to COFW East Exh ib it Hall AHU Rep lacemen t TECHNICAL CAP ABILITY At Johnson Controls, our core values revolve around customer satisfaction. As part of our effort to provide our customers with the Ultimate Service Experience, we survey our customers on a regular basis using the Net Promoter Score methodology. This is largely considered a best practice among large companies worldwide. We strive for service excellence and work to continuously improve based on customer feedback. Custolller surveys are conducted by an independent third party firm via a telephone interview. Customers are contacted to answer survey about their overall relationship with Johnson Controls or a specific service visit at their facility . These survey results are used by the account team , as well as regionally and nationally, to look for trends and identification of improvement initiatives . The survey questions were developed through customer focus groups and are organized around the following service attributes: -Knowing your customer, your site and your equipment Keeping you informed Being professional and committed Responding quickly Delivering expertise and resources Fixing the problem the first time Invoicing you quickly, accurately and completely Being a solid business partner Technical Capability has a direct relationship to the delivery of quality products and services . JCI Quality Program consists of quality assurance, quality control, and configuration management. Each component represents an interactive and interrelated discipline that when effectively executed ensures the success of a project. JCI utilizes its technical capability to execute a Project Quality Plan (PQP) to achieve the quality requirements applicable for the implementation of the Project. JCI Quality Program is based upon the following principles : Quality is the top priority: The success of the Project depends upon the quality of the work product and services delivered. Quality is free: The cost of avoiding defects is less than the cost of finding and correcting them. Quality is internal: Quality must be designed and built into the products and services. Improvement is a continuous process: To improve work products and services you must improve processes by continual program evaluation and implementation of program upgrades where deemed necessary. Results must be measured: You must be able to assess the results of your improvement efforts through objective measurement. Quality is a function of every level of the work process: Each individual involved with the work process understands the needs of the Client and the importance of meeting and exceeding those needs. The importance of "do the job right the first time" and process improvement, is understood. Quality improvement is a team issue: Continuous improvement will occur if employees and management work as a team with common beliefs, objectives and goals. R esp onse t o C OFW East Exhib it Hall AHU Replacem en t Johnson ~ Controls The purpose of the PQP is to establish a program to ensure that Project Scope identified in the RFP and subsequent design documents, submittals and other documents are properly implemented in accordance with the Contract requirements. By monitoring the quality of the design, procurement, installation, start-up, and final commissioning of each system the quality of the project can be assured. It is the goal of this plan not only to delineate individual quality control personnel responsibilities, but also to reinforce with each worker the belief that attention to .quality at all times is paramount. As part of our corporate mission to exceed our customers increasing expectations, JCI is committed to providing a superior Quality Program for all phases of the Project. Through mentoring and training, and a procedural system of inspection, testing, and commissioning a quality product is assured. Our subcontractors demonstrate this same commitment to quality by performing work in a "partnering" environment. Subcontractors are fully aware of the requirements and are actively , involved with this process assuring a timely and quality installation. Installations performed either by subcontractor or self-installation must undergo the same rigorous validation processes. It is the responsibility of JCI to provide and maintain an effective Quality Control Program throughout the duration of the contract. To accomplish the goal of properly implementing the scope of work under the PQP, JCI will perform inspections and tests of items of work, including that of subcontractors, to ensure the quality of materials, workmanship, functional performance and conformance to contract requirements. COMMITMENT TO SAFETY, HEALTH & THE ENVIRONMENT As stated in JCI corporate vision, "Our products, services and workplaces reflect our belief that what is good for the safety and health of all people is good for JCI." In support of this vision, the JCI management team is strongly committed to providing a safe work environment for all employees where injuries are prevented through management and employee involvement, regular safety training, safety plan implementation, and hazard recognition, control and elimination. The emphasis placed on safety not only applies to JCI employees working on the job, but to subcontractor employees as well. The philosophy and objectives behind this commitment are: The safety and health of all employees is a top priority, one that is critical to the success of the business. The only acceptable level of safety performance is one that prevents employee injury and accidents. Safety is the responsibility of every employee, equal to customer satisfaction, quality, profitability and efficiency. As a condition of employment, each individual within the organization will be expected to conduct his or her daily activities in a manner that is consistent with this policy. Our Environmental policy indicates that "Johnson Controls will demonstrate world-class leadership in environmental management. We will exceed applicable requirements as well as promote pollution prevention and continual improvement through our global environmental management systems ." To further this policy we adhere to the following guidelines: Response to COFW East Exhibit Hall AHU Replacement Recognize the importance of environmental management. Advise and hold all employees accountable. Johnson ~ Controls Design and manage operations to minimize environmental impacts . Comply with all relevant laws and regulations. Monitor, evaluate, and report on environmental activities. Safety Program Record Data Experience Modification Rate Year 2008 0.72 Year2007 0.72 Year2006 0.65 Number of Lost Workday Cases 2 Number of Lost Work Days 93 Number of Restricted Workday Cases 6 Number of Cases with Medical Attention 9 only Number of Fatalities 0 Hours Worked 3,237,035 JCI Safety Plan is available upon request SUBl\fiTTAL PROCESS Submittal Process includes receiving, reviewing, approving, and forwarding submittals for customer approval and acknowledgment. It also includes records management and retention of all submittals as required by the contract documents. The client may request submittals in addition to those provided when deemed necessary to adequately describe the work. Each submittal will be complete and in sufficient detail to easily establish compliance with contract requirements . Any proposals for alternates to the contract requirements will be clearly identified . Prior to submittal, documents will be approved by the Johnson Controls, Inc . Project Manager. All change order requests and value engineering will be documented and will not be executed until properly approved by client. The submittal program applies to JCI manufacturer's, or fabricator's drawings; descriptive literature including (but not limited to) catalog cuts, diagrams, operating charts or curves; test reports; test cylinders; samples; O&M manuals (including parts list); certifications; warranties; and other documents as required for the implementation of the Co1\tract. Submittals requiring customer approval will be scheduled, submitted, and approved prior to the acquisition of the material or equipment included in the submittal. Submittals will be reviewed in accordance with the following process: Response to COFW East Exhibit Hall AHU Replacement Johnson ~} Controls When issuing purchase orders or subcontracts to suppliers or subcontractors, JCI will note the requirement to provide submittals as required by the contract documents in accordance with this procedure. - The subcontractors/supplier/action group prepares the required submittals and transmits five copies of the submittals under cover of one original and one copy of transmittal, to JCI. If submittals are received from subcontractors/suppliers/action group that are not in conformance with the contract they will be returned to the subcontractor/supplier/action group unless a variance is being requested and is documented. A letter listing any and all variances will accompany the submittal. The subcontractor/supplier will also provide certification that the submittal has been reviewed and is correct' and in conformance with contract documentation unless noted otherwise. The Project Manager or designated representative will receive the submittal and make an entry in the submittal log. The submittal log is a sequential/numerical record of all submittals. The Project Manager or designated representative will review the submittal in a timely manner to ascertain conformance with the Contract requirements. Each submittal will be marked to indicate if it is for client approval or information only. Project Manager or designated representative shall certify the submittal in compliance and sign and date the submittal form. The original and required number of copies or the submittal shall then be forward to the customer. Upon completion of the customer review, one copy of the transmittal form shall be returned to the JCI project department with the client's action notes and any comments on a separate sheet. In the event of required revisions, one marked copy of the submittal shall be returned with the transmittal form. JCI Project department will note the approval or the action required in the submittal log. Sufficient copies of the submittal will be made, one filed in the project records, and others distributed to the appropriate parties for required for action. In the event that a re-submittal is required, the re-submittal will be made under the original submittal number but a letter suffix in alphabetical order is added for each re-submittal. J CI has established a process that provides for purchasing materials, equipment, subcontracting, and processing of shop drawings . This process includes the establishment of responsibilities to assure adequate review, approval, timely delivery and proper storage of submittal materials. A log of all submittals will be maintained and a complete set of files shall be maintained for all project submittals in the project files. Submittal records will contain as a minimum the following : A copy of the submittal as received from the Subcontractor/Supplier/ Action group. A copy of the submittals as sent to the Client. A copy of the submittal as received from the Client. A copy of the submittal returned to the subcontractor or applicable action group. Response t o C O FW East Exhibit Hall AHU R eplacement COMPLETION PHASE Johnson f j(f Contro ls The completion phase includes the final inspections required to ensure that the definable feature of work is complete and meets contract requirements pertaining to form , fit , and function. For installations of components or systems , Project personnel inspect the component or system to meet design requirements . Specific completion phase inspections are documented on the applicable inspection report with "completion phase" checked on the first page of the inspection form . The identification of non-conforming materials, installations , or work processes, is the responsibility of ev ery JCI employee or sub-contractor although the ultimate responsibility for quality compliance resides with the Project Manager. Nonconforming conditions are defined as features of work that hav e been installed and inspected and do not conform to the drawings , specifications, or other contract documents. Please note that items of work that are installed, have been inspected, and are marked as unsatisfactory on the inspection report do not require an Non Conformance Report (NCR). These items should be re w orked in accordance with the PQP. JCI will perform system start-up and commissioning in accordance with the appro v ed JCI Project Commissioning Plan. JCI will provide the services of technically competent and qualified technicians for the commissioning and start-up of each system. Each system will be validated and certified by a qualified technical representative to be in accordance with the sequence of operations for the system and contract requirements . Operations and Maintenance manuals for the systems being commissioned will be provided to the Client's Representativ e within 30 days following system testing and acceptance. JCI will perform component testing of new and reconfigured systems in accordance with the contract documents and the JCI approved Project Commissioning Plan. JCI will provide the services of technically competent and qualified technicians at start-up to check out the system and input required data and place the system in operation. Johnson Controls Inc . will check out each system for function through the entire sequence and will v erify proper operation of each item in the sequences of operation, including all hardware and software. For equipment installed under this contract, JCI will calibrate field equipment, adjust all parameters and logic (virtual) points including control loops, gain constants and integral constraints and verify data communications before the system is placed on-line. For control points provided under this Contract, JCI will check each control point within the control network by making a comparison between the control command at the central station and field- controlled device . For systems provided under this contract, Johnson Controls Inc. will verify operation of all systems in the specified failure modes upon network failure or loss of power, and verify that all systems return to control automatically upon resumption of network operation or return of power. Response to COFW East Exhib it Hall AHU Replacement Johnson ~j, Controls JCI Project Manager will review system-commissioning data to ensure compliance with Contract requirements . JCI will provide written certification to the customers representative that the installed complete system has been tested, validated and meets contract requirements. SYSTEM TURNOVER AND EQUIPMENT ACCEPTANCE Upon completion of the installation, testing and commissioning of the applicable system, an acceptance inspection will be performed. The COTR will be provided with a written notification of the scheduled system acceptance inspection five business days prior to the planned date. JCI will inspect the function and operability for the installed system as required in the presence of the customer representative. The inspection will be documented on the System Acceptance Report. Acceptance of the system by the customer representative will be documented on the inspection report with the customer representatives signature. The signature indicates that the customer has accepted custody of the system, and that all warranties for the system shall commence on the date of acceptance .. DOCUMENTATION Inspections, project submittals, non-conformances, test results, and other quality related documents that ascertain the quality of products, processes or services will be maintained as permanent project documentation and shall be logged on the appropriate quality logs and file with the project document filing system. Examples of documents that are completed by or reviewed under the direction of the Project Quality Manager are as noted in the following list: Preparatory Phase Checklist Inspection Report • Initial Phase Inspection Report • Follow up Phase Inspection Report • Completion Phase Inspection Report • Dated Quality Control Inspection Report • Non-Conformance Report • Engineering and construction drawings • Engineering and construction procedures • Test and commissioning data • Equipment and material • Project submittals PROJECT CLOSEOUT Upon completion of the installation, testing and commissioning, and system acceptance of the entire scope of work for the project Johnson Controls, Inc., the Project Manager will close out the project. Project closeout consists of transferring the project from the construction/ installation phase to customer ownership and service. The following are components of project closeout: • As -built drawings • Operations and maintenance manuals • Plans, drawings and specifications • Equipment list • Spare parts list • Software delivered/ archived Response to COFW East Exhibit Hall AHU Rep lacement • Inspection reports • Testing and commissioning reports • System turnover and acceptance reports • Non-conformance reports • Certificates of completion • Training records • Certification of customer training • Certificate of occupancy • Change orders • Final invoices • Closed punch list • Final waivers/release of liens Johnso n ~j Controls Project closeout is a seamless effort when proper project documentation is maintained throughout the life of a project. The phased approach of design controls , submittal review, installation inspection, system testing, commissioning, and system turnover are the means of closing out the project in a comprehensiv e approach. The Project Manager will ensure that each component of project closeout has been completed and will transmit the complete documentation package to the customer and the J CI Service Department. The COTR' s written acceptance of the turnov er package shall indicate that the obligations set forth in the contract documents hav e been met and the project is closed. Executive Able Machinery Project Organization Chart Terry Difarrio VP Central Region David Reid Service Branch Manager Patrick D. Mooney ervice Account Executive Lone Star Electrical Contractors Mike Oats enior Project Manager I Freer Mechnical Contractors ------------------------------------··-------------------------------------------------------·--------·-, --UN!TCCtf,iiV11.uc'fioN ---- r a,r-r#M"I IT ~ ul±========t1 r 1,------1 - REAR (OUTLET) END VIE W PRODUCT DRAWING SOlUTION AIR HA.NOL.ING UNIT DETAIL MODEL: So1utk>n-XTI-S4x102 NOT FOR CONSTRUCTION I Prolaet N111n•: Fort Wotlh Conwnllon C.nlllr LOQ.tion: EnginNr: Conlraa:)r. For.NIA. '. PLAN VIEW TIER 1 ELEVATION VIEW . !Sold To· !Oat.: 1/1 1/201114:30;10 ;Cual~Otd«t; V--'orl:1.1.0.6902 ;;' C;;;"';:;""::;,c"'c,.------------l Form No.; 100.0lil-EG'I j~fg 8-18 1g::~~TS FRONT (INLET) ENO VIEW j s.ria!Number. ! SQ Oatab ... Numl»r: i YORKYll'Olb R•u•: I~:~=~: ,....,,w..-x"ll-Stlltl ~:~ r:~¢(!]¢r: .. -0- ~ !11M1 ......................... ,11uct / =':".:::-._olllRltMCIINI ... l '-_ _,__ .... ,.._....._ i=_,., ...................... ... j0..11 .......... _fr. .......... ,... I:...-=::::-.=:....-:-:,:,· ;CN-,MIS..~L......-ff..,..w,J 1 .... , ... a.. .... _.,. ..... .,_ =~--unit. !Cffllinillllll,-,t ..... M1'fl'llr.MINl...,IIMJ ; .......... : .............. --..~ , .................. .,.,..*- CC MPT I.di 1R T I IC MPT h fl ......,,R 1 • ! I Johnson ~j, Controls Johnson @~, Controls ~,, Unit Ta SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Model AirFlow CF B-18 ... B-24 7 Solution Indoor Air Handler 54 x 102 12400 Unit Sequence Tier 1 Basic Unit Options Insulation Type: Base Rail Height: Performance: Unit Special Quotes None (Refer to Each Segment) 6" High Performance FS <<< HC <<< XA <<< CC <<< FF *Note:Component locations are listed as Segment Hand (Unit Hand) : ex. Left (Right) See Submittal Drawinl! for additional details Segments Listed Starting At Air Inlet FF -Flat Filter Segment Filter Media Detail (Quantity)Filter Sizes : Filter Loading: Filter Depth: Filter Media Type: Filter Area (ft2 ): Filter Air Pressure Drop (in. w.g .): Dirty Filter Allowance (in. w .g.): (2)20x20 ; (6)24x20 Side 2" Pleated 30% (MERV 8) 25.6 0.32 0.25 Project Name: Fort Worth Convention Center Printed: 1/28 /2011 at 9:07 Unit Folder: B-18 Filter Segment Options Interior Galvanized Liner Insulation: R-13 Foam Insulation Galvanized Floor Liner STD Gauge Exterior Galvanized Liner Access Door on Left Side(Left) 48H x lOW Standard Door Latch, No Lock, Outward Opening 1/11/201114:30:10 York Contract No.: B-18 ... B-24Performance Page 1 of7 Johnson f~ Controls ~,, Unit Ta B-18 ... B-24 CC -Cooling Coil Segment 7 Coil Segment Details Coil Space: UV Surface Decontamination Detail None XA Access Segment Access Segment Details Segment Length: HC -Heating Coil Segment Coil Segment Details Coil Space: Project Name: Fort Worth Convention Center Printed: 1/28/2011 at 9:07 Unit Folder: B-18 SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Model AirFlow CF Solution Indoor Air Handler 54 x 102 12400 13" 21" 7" Coil Segment Options Interior Galvanized Liner Insulation : R-13 Foam Insulation Galvanized Floor Liner STD Gauge Exterior Galvanized Liner 22" IAQ Coil Drain Pan Left (Left) Stainless Steel Bulkhead Material Galvanized Coil Supports Galvanized Access Segment Options Interior Galvanized Liner Insulation: R-13 Foam Insulation Galvanized Floor Liner STD Gauge Exterior Galvanized Liner Access Door on Left Side(Left) 48H x 18W Standard Door Latch, No Lock, Outward Opening 16" Additional Core Growth Coil Segment Options Interior Galvanized Liner Insulation: R-13 Foam Insulation Galvanized Floor Liner STD Gauge Exterior Galvanized Liner Bulkhead Material Galvanized Coil Supports Galvanized 1/11 /2011 14:30:10 York Contract No.: B-18 ... B-24Performance Page 2 of7 Johnson ~j ~ Controls ~,, Unit Ta SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Model AirFlow CF B-18 ... B-24 7 Solution Indoor Air Handler 54 x 102 12400 FS -Supply Fan Segment Segment Details Segment Air Pressure Drop (in. w.g.): 0.00 12400 0 2 .17/1.00 Front(Front) Rear(Rear) Air Flow (CFM): Altitude (ft.): TSP/ESP (in. w.g.): Air Inlet: Fan Discharge: Type: Size: Construction: Bearing Options: Fan RPM: BHP: Fan BHP w/ Belt Loss: Outlet Velocity (ft/min): Fan Detail FC 20-20 II None 756 7.79 8.21 2617 Motor Detail Motor Type: HP Voltage/Phase/Frequency: Motor RPM: Frame Size: Location: Drive Type: Belt Drive Type: Drive Options : Full Load Amps (FLA): Efficiency: ODP Premium Efficiency 10.0 460/3/60 Hz 1800 215 Left(Left) Belt Drive Fixed Multiple Belt 12.9 91.7% Fan Segment Options l" Spring Isolator Interior Galvanized Liner Insulation: R-13 Foam Insulation Galvanized Floor Liner STD Gauge Exterior Galvanized Liner Access Door on Left Side(Left) 48H x 18W Standard Door Latch, No Lock, Outward Opening Coils & Spacers Listed Starting In Direction Of Air Flow CC Coil-01 Coil General/Phvsical Details Location : 0 Rows : Project Name: Fort Worth Convention Center Printed: 1/28/2011 at 9:07 Unit Folder: B-18 Air Side Performance 8 Air Flow (CFM): 12400 1/11/2011 14 :30:10 Fluid Side Performance EWT (°F): 44 .0 L WT (°F): 58.0 GPM: 81.0 WPD (ft): 7.1 FPS: 29 Fluid Tvoe: Water York Contract No.: B-18 ... B-24Performance Page 3 of7 Johnson ~J~, Controls ~,, SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Unit Tae: I Qty I Model I Air Flow (CFM) I B-18 ... B-24 I 7 I Solution Indoor Air Handler 54 x 102 I 12400 I Tag: Application: Coil Type: AirCoil Cooling Water Full 1/2" BDW Copper .016" Corrugated .008" Aluminum Galvanized Steel* Fins Per Inch: 8 Altitude (ft.): Tubes Per Circuit: 6 EAT-DB (°F): Finned Height (in .): 45 .00 EAT-WB (°F): 0 Fluid Weight(lb): 80 .0 Fluid Volume(ft3): 67 .0 207.0 3.3 Face Type: Tube Diameter: Tube Material: Tube Wall Thickness: Fin Type : Fin Thickness: Fin Material : Casing Material: Connection Material: Connection Type: Coating: MPT None Finned Length (in.): 90 LAT-DB (°F): Coil Face Area (ft2): 28.1 LAT-WB (°F): Coil Conn . Loe.: Left(Left) FV (ft/min): Supp Conn Size: 3" SMBH: Rtn Conn Size: 3" TMBH: # of Supply 1 APD (in. w .g.): Conn. (per coil): 52.2 51.8 441 383.5 569.4 0.51 *York suggests using red brass or copper connectors when the coil is to be attached to a copper or brass piping system. ARl Messages: Coil is within the scope of the ARI 410 Certification Program. HC Coil-01 Coil General/Physical Details Location: 0 Rows: Tag: AirCoil Fins Per Inch: Application: Heating Tubes Per Circuit: Coil Type : Water Finned Height (in .): Face Type : Full Finned Length (in .): Tube Diameter: 1/2" BDW Coil Face Area (ft2): Tube Material: Copper Coil Conn. Loe.: Tube Wall Thickness: .016" Supp Conn Size: Fin Type: Corrugated Rtn Conn Size: Fin Thickness: .006" # of Supply Fin Material : Aluminum Conn. (per coil): Casing Material: Galvanized Connection Material: Steel* Connection Type: MPT Coating: None 2 8 4 45 .00 90 28.1 Left(Left) 2-1/2" 2-1/2" 1 Air Side Performance Air Flow (CFM): 12400 Altitude (ft.): 0 EAT-DB (°F): 60 .0 LAT-DB (°F): 102.8 FV (ft/min): 441 TMBH: 577.0 APD (in. w.g .): 0.09 Fluid Side Performance EWT (°F): 180.0 LWT (°F): 140.1 GPM: 29.7 WPD (ft): 3.4 FPS : 2.8 Fluid Type: Fluid Weight(lb): Fluid Volume(ft3): Water 62.0 1.0 *York suggests using red brass or copper connectors when the coil is to be attached to a copper or brass piping system. ARl Messages: Coil is within the scope of the ARI 410 Certification Program. Project Name: Fort Worth Convention Center Printed: 1/28 /2011 at 9:07 Unit Folder: B-18 1/11 /2011 14:30:10 York Contract No .: B-18 ... B-24Performance Page 4 of7 Johnson f~, Controls ~,, SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Unit Ta B-18 ... B-24 Segment FF Flat Filter CC Variable Length Cooling Coil HC Heating Coil 7 Model Solution Indoor Air Handler 54 x 102 Static Pressure Summarv Component 2" Pleated 30% (MERV 8) Dirty Filter Allowance Cooling 8 rows 8 fins Heating 2 rows 8 fins AirFlow CF 12400 Supply Return (in. Fan w.2.) (in. w.2.) 0 .32 0.25 0.51 0.09 FS-DWDI Supply Fan External Static Pressure -User Entered Pressure Drop 1.00 Total 2.17 0.00 Air handling unit parameters vary depending on conditions. Parameters such as airflows, air pressure drops, and coil capacities are shown for design conditions. 1mens1on e121 ts ·o· &w·h s ummary Length* Width** Height Weight Section (in.) (in.) (in.) (lbs.) FF Flat Filter Segment 13 102 54 431 CC Variable Length Cooling Coil Segment 22 102 54 1396 XA Variable Length Access Segment 21 102 54 242 HC Heating Coil Segment 10 102 54 491 FS-DWDI Supply Fan Segment 46 102 54 1409 Overall: 112 102 54 3969 *The length includes bottom tier segments only. **The width does not include coil connection extensions or door latches that extent beyond the unit casing. The width does not include the deoth of anv oioe chases. Project Name: Fort Worth Convention Center Printed: 1/28/2011 at 9:07 Unit Folder: B-18 1/11/2011 14:30:10 York Contract No .: B-18 ... B,24Performance Page 5 of7 Johnson ~j ~ Controls ~,. SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Unit Ta Model AirFlow CF B-18 ... B-24 7 Solution Indoor Air Handler 54 x 102 12400 Sh" Skid S IPPIIl2 ummary Length* Width** Height*** Weight Shippin!!: Skid (in.) (in.) (in.) (lbs.) (FS-DWDI HC) 57 109 64 1900 (XACCFF) 56 109 64 2069 Ship Loose: None *The length includes any mounted rain-hoods, discharge flanges, tie-down brackets, shipping wood-blocks, front dampers, split connectors, electrical/control components, out rigging HW supports **The width includes any door handles, coil connections, drain connections, lifting lugs, mounted pipe-chases, electrical/control components, tie-down brackets, side dampers ***The height includes any base-rails, shipping wood-blocks, roof peak, discharge flanges , mounted gas-furnace flue pipes Shipping Skid Sequence Tier Project Name: Fort Worth Convention Center Printed: 1/28 /2011 at 9:07 Unit Folder: B-18 (FS < HC) 1/11/2011 14:30:10 < (XA < cc < FF) York Contract No.: B-18 ... B-24Performance Page 6 of7 Johnson ~j ~ Controls ~,, Unit Ta B-18 ... B-24 Ducted Discharge Rear-1 , FS Return Air INLET, FF 7 SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Model AirFlow CF Solution Indoor Air Handler 54 x 102 12400 Sound Summar Octave Band Sound Power Levels (dB Re . 1 picowatt) 63 125 250 500 1000 2000 4000 8000 dBA 97 90 88 86 -W-83 8Cl 75 90 85 83 80 82 78 70 61 Sound data tested in accordance with ARl-260 (2000), Standard for Sound Ratin of Ducted Air Movin and Conditionin E ui ment. Notes : 1. The overall A-weighted sound power level is only applicable to sound radiation outdoors and casing radiated sound . This metric does not apply to ducted components 2. Return air sound powers are estimated usin 100% of unit flow. Project Name: Fort Worth Convention Center Printed: 1/28 /2011 at 9:07 Unit Folder : B-18 1/11 /2011 14:30:10 York Contract No.: B-18 ... B-24 Performance Page 7 of7 ~--------------------------------·-·-----·--·-·---·--·--·--·------------------------------·----UH!T C0NU1tvetioti rn,r-r···-, p ~L -------·-------- REAR (OUTLET) END V IEW PRODU CT DRAWING SOlUTION AIR HANDLING UNIT DETAIL "'10DEL:Solulion-XT...Oidl4 NOT FOR CONSTRUCTION I P!Ofld Nam•: Fort Worth ConVllnlon Cenlw l.o<atlon: EnginMr: Conlraclor: For.NIA I ----------, I ----------' -------'\ \ ~~ ,,/ ...__ .. ,,"1":";,.\... ~J .. n ! ! I ; I I I I Ii' l:s l '1 ! l I!! I I I I i ,ti ..JUJ.--- PLAN VI EW TlER1 _.., llj I I I I I I ' I ~ AA Unlt lM,fll,ltf'" ELEVATION V IEW . r-; ... 1l " I I " " I I " ,, I I " I I " I 1 ! " ... " " I ~ ! " " IJ " " I ! ! " " ... I I " " " I Il l J I II ~T"!~ u L, UY ;i r--ci 1l ,{ I I ,, ,, ,, ,, I I ,, IJ I I ,, I I ,, I H I I ,, h ,, ,, -;J.. "' " I ;Sold lo; 10•19_:1111/201114:30:49 j C~tPurchonlerf: V.-n:1.1.0.5Q02 i,""""'=="~' -----------< FoimNo.:100.c»-EG 1 i~:g, B-25 1g:::~~TS 1-,.-n ,r ~n ", u / -, ,_ '-, I " I r .. FRONT (INLET) END VIEW js.rtai Numbtr. I!~°:=~=::: Dwg, Nam•: , Ow.I -Location: ! ·=·=:--· _ .... IIMW.ii,,.;tmLU. ltlflW -0- t:l.&t -,A.,~,'\_, .... I ""' ,_"'<'le..J ',I"" .. i -0- i ~ 1"'-.................... _..,..,Duct I ._.....Mtl ....... lolllMlfllllll.MI.._ ... .._...,N ..... l .......... .,..._. ....... fw ...... IM1......,,-,_oftlli""-s1"1Me!NIM.A ................... ..,.._ ........... ! -·,:::i:.wu~ .. -,. l'-"_...,.........,,......... ... ,~ ...................... .. !~~=-~=~ 1==-~~ ... -=~ ·1 ....,_. ......... c.....•-·_,.·__.~ ....... ._._ !~="" ........ litlol~el.-icll ; ............... tl'i.l~- ! Mf'l Loll 15oa1R i ! ' "~--SECllOIIIUST Ftn •1J.111JWDl -5.10i'P v · "-.. I i ffn• ....... I Johnson f j(i Controls Johnson f~ Controls ~,. Unit Ta SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Model Air Flow CF B-25 1 Solution Indoor Air Handler 48 x 84 8400 Unit Sequence Tier 1 Basic Unit Options Insulation Type: Base Rail Height: Performance: Unit Special Quotes None (Refer to Each Segment) 6" High Performance FS <<< HC <<< XA <<< CC <<< FF *Note:Component locations are listed as Segment Hand (Unit Hand) : ex. Left (Right) See Submittal Drawin!!: for additional details Segments Listed Starting At Air Inlet FF -Flat Filter Segment Filter Media Detail (Quantity)Filter Sizes: Filter Loading: Filter Depth: Filter Media Type: Filter Area (ft:2): Filter Air Pressure Drop (in . w.g .): Dirty Filter Allowance (in. w.g.): (3)24x12; (3)24x24 Side 2" Pleated 30% (MERV 8) 18.0 0.30 0.25 Project Name: Fort Worth Convention Center Printed: 1/28/2011 at 9:09 Unit Folder: B-25 Filter Segment Options Interior Galvanized Liner Insulation: R-13 Foam Insulation Galvanized Floor Liner STD Gauge Exterior Galvanized Liner Access Door on Left Side(Left) 42H x lOW Standard Door Latch, No Lock, Outward Opening 1/11/2011 14:30:49 York Contract No.: B-25Performance Page 1 of7 Johnson ~J~, Controls ~,, Unit Ta 8-25 CC -Cooling Coil Segment 1 Coil Segment Details Coil Space: UV Surface Decontamination Detail None XA Access Segment Access Segment Details Segment Length: HC -Heating Coil Segment Coil Segment Details Coil Space: Project Name: Fort Worth Convention Center Printed: 1/28/2011 at 9:09 Unit Folder: B-25 SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Model Air Flow CF Solution Indoor Air Handler 48 x 84 8400 10" 18 II 7" Coil Segment Options Interior Galvanized Liner Insulation: R-13 Foam Insulation Galv anized Floor Liner STD Gauge Exterior Galvanized Liner 19" IAQ Coil Drain Pan Left (Left) Stainless Steel Bulkhead Material Galvanized Coil Supports Galvanized Access Segment Options Interior Galvanized Liner Insulation: R-13 Foam Insulation Galvanized Floor Liner STD Gauge Exterior Galvanized Liner Access Door on Left Side(Left) 42H x 18W Standard Door Latch, No Lock, Outward Opening 16" Additional Core Growth Coil Segment Options Interior Galvanized Liner Insulation: R-13 Foam Insulation Galvanized Floor Liner STD Gauge Exterior Galvanized Liner Bulkhead Material Galvanized Coil Supports Galvanized 1/11/2011 14:30:49 York Contract No.: B-25Performance Page 2 of7 Johnson ~j f;-1 Controls ~\• Unit Ta SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Model AirFlow CF B-25 1 Solution Indoor Air Handler 48 x 84 8400 FS -Supply Fan Segment Segment Details Segment Air Pressure Drop (in. w.g.): 0.00 8400 0 2.02/ 1.00 Front(Front) Rear(Rear) Air Flow (CFM): Altitude (ft.): TSP/ESP (in. w .g.): Air Inlet: Fan Discharge: Type: Size: Construction: Bearing Options: Fan RPM: BHP: Fan BHP w / Belt Loss: Outlet Velocity (ft/min): Fan Detail FC 18-18 II None 815 4 .67 5 .00 2667 Motor Detail Motor Type: HP Voltage/Phase/Frequency: Motor RPM: Frame Size: Location: Drive Type: Belt Drive Type: Full Load Amps (FLA): Efficiency: ODP Premium Efficiency 5.0 460/3/60 Hz 1800 184 Left(Left) Belt Drive Fixed 6.5 89.5% Fan Segment Options l" Spring Isolator Interior Galvanized Liner Insulation: R-13 Foam Insulation Galvanized Floor Liner STD Gauge Exterior Galvanized Liner Access Door on Left Side(Left) 42H x 18W Standard Door Latch, No Lock, Outward Opening Coils & Spacers Listed Starting In Direction Of Air Flow CC Coil-01 Coil General/Phvsical Details Location: 0 Rows: Project Name: Fort Worth Convention Center Printed: 1/28 /2011 at 9:09 Unit Folder: B-25 Air Side Performance 6 Air Flow (CFM): 8400 1/11/2011 14:30:49 Fluid Side Performance EWT (°F): 44.0 LWT (°F): 58.0 GPM: 42.5 WPD (ft): 3.9 FPS : 2.4 Fluid Type: Water Fluid Weight(lb): 113.0 York Contract No.: B-25Performance Page 3 of7 Johnson ~j ~ Controls ~,. Unit Tag B-25 Tag: Application: Coil Type: Face Type: Tube Diameter: Tube Material: Tube Wall Thickness: Fin Type: Fin Thickness: Fin Material: Casing Material: Connection Material: Connection Type: Coating: AirCoil Cooling Water Full 1/2" BDW Copper .016" Corrugated .006" Aluminum Galvanized Steel* MPT None SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION I Qty I Model I I 1 I Solution Indoor Air Handler 48 x 84 I Fins Per Inch: 8 Altitude (ft.): Tubes Per Circuit: 6 EAT-DB (°F): Finned Height (in.): 37.50 EAT-WB (°F): Finned Length (in .): 72 LAT-DB (°F): Coil Face Area (ft2): 18.8 LAT-WB (°F): Coil Conn. Loe.: Left(Left) FV (ft/min): Supp Conn Size: 3" SMBH: Rtn Conn Size: 3" TMBH: # of Supply 1 APD (in. w.g.): Conn. (per coil): 0 80.0 67.0 56.8 55.6 448 216.7 299.0 0.37 Air Flow (CFM) 8400 Fluid Volume(ft3): I I 1.8 *York suggests using red brass or copper connectors when the coil is to be attached to a copper or brass piping system. ARI Messages: Coil is within the scope of the ARI 410 Certification Program. HC Coil-01 Coil General/Physical Details Location: Tag: Application: Coil Type: Face Type: Tube Diameter: Tube Material: Tube Wall Thickness: Fin Type: Fin Thickness: Fin Material: Casing Material: Connection Material: Connection Type: Coating: 0 Rows: AirCoil Fins Per Inch: Heating Water Full 1/2" BDW Copper .016" Corrugated .006" Aluminum Galvanized Steel* MPT None Tubes Per Circuit: Finned Height (in.): Finned Length (in.): Coil Face Area (ft2 ): Coil Conn. Loe .: Supp Conn Size: Rtn Conn Size: # of Supply Conn. (per coil): 2 8 4 37.50 72 18.8 Left(Left) 2" 2" 1 Air Side Performance Fluid Side Performance Air Flow (CFM): 8400 EWT (°F): 180.0 Altitude (ft.): 0 LWT (°F): 140.0 EAT-DB (°F): 67.0 GPM: 18.2 LAT-DB (°F): 105.8 WPD (ft): 1.7 FV (ft/min): 448 FPS: 2.1 TMBH : 354 .4 Fluid Type: Water APD (in. w.g.): 0 .10 Fluid Weight(lb): 40.0 Fluid Volume(ft3): 0.6 *York suggests using red brass or copper connectors when the coil is to be attached to a copper or brass piping system. ARI Messages: Coil is within the scope of the ARI 410 Certification Program. Project Name: Fort Worth Convention Center Printed: 1/28/2011 at 9:09 Unit Folder: B-25 1/11 /2011 14:30:49 York Contract No.: B-25Performance Page4 of7 Johnson ~j~ Controls ~,, SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Unit Ta B-25 Segment FF Flat Filter CC Variable Length Cooling Coil HC Heating Coil 1 Model Solution Indoor Air Handler 48 x 84 Static Pressure Summarv Component 2" Pleated 30% (MERV 8) Dirty Filter Allowance Cooling 6 rows 8 fins Heating 2 rows 8 fins AirFlow CF 8400 Supply Return (in. Fan w.2.) (in. w.2.) 0.30 0.25 0.37 0.10 FS-DWDI Supply Fan External Static Pressure -User Entered Pressure Drop 1.00 Total 2.02 0.00 Air handling unit parameters vary depending on conditions. Parameters such as airflows, air pressure drops, and coil capacities are shown for design conditions. 1mens1on e12 ts ff &W"h S ummarv Length* Width** Height Weight Section (in.) (in.) (in.) (lbs.) FF Flat Filter Segment 13 84 48 352 CC Variable Length Cooling Coil Segment 19 84 48 900 XA Variable Length Access Segment 18 84 48 179 HC Heating Coil Segment 10 84 48 394 FS-DWDI Supply Fan Segment 41 84 48 952 Overall: 101 84 48 2777 *The length includes bottom tier segments only . **The wi dth does not include coil connection extensions or door latches that extent beyond the unit casing. The width does not include the depth of any pipe chases. Project Name: Fort Worth Convention Center Printed: 1/28 /2011 at 9:09 Unit Folder: B-25 1/11 /2011 14:30:49 York Contract No.: B-25Performance Page 5 of7 Johnson ~j ~ Controls ~\• SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Unit Ta Mo del Air Flow CF B-25 1 Solution Indoor Air Handler 48 x 84 8400 Sh ' Ski d S IPPllll! ummary Len gth* Wi dth ** Height*** W ei ght Shiooine Ski d (in .) (in.) (in .) (lb s.) (FS-DWDI HC XA CC FF) 102 91 58 2777 Ship Lo ose: None *The length includes any mounted rain-hoods, discharge flanges, tie-down brackets, shipping wood-blocks, front dampers, split connectors, electrical/control components, out rigging HW supports **The width includes any door handles, coil connections, drain connections, lifting lugs, mounted pipe-chases, electrical/control components, tie-down brackets, side dampers ***The height includes any base-rails, shipping wood-blocks, roof peak, discharge flanges, mounted gas-furnace flue pipes Shippin g Skid Sequen ce Tier P roject Name: Fort Worth Convention Center Printed: 1/28 /2011 at 9:09 Unit Folder: B-25 (FS < HC 1/11/2011 14:30:49 < XA < cc < FF) York Contract No.: B-25 Performance Page 6 of7 Johnson ~j ~ Controls ~,, Unit Ta B-25 Ducted Discharge Rear-1, FS Return Air INLET, FF 1 SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Model AirFlow CFM Solution Indoor Air Handler 48 x 84 8400 Sound Summar Octave Band Sound Power Leve ls (dB Re. 1 picowatt) 63 125 250 500 1000 2000 4000 8000 dBA 93 90 86 87 84 80 ---=r=T ---=t2 82 78 75 77 79 76 69 63 Sound data tested in accordance with AR/-260 (2000), Standard for Sound Ratin of Ducted Air Movin and Conditionin E ui ment. Notes : 1. The overall A-weighted sound power level is only applicable to sound radiation outdoors and casing radiated sound .. This metric does not apply to ducted components 2 . Return air sound owers are estimated u sin 100 % of unit flow. Project Name: Fort Worth Convention Center Printed: 1/2 8/2 011 at 9:09 Unit Folder : B-25 1/1 1/2 011 14 :30:49 York Contract No.: B-25P erformance Page 7 of7 ---------------··-----·-·------------·-----------------------------------------------------------UN1TeON1111ucTION -- r .. w-ra=, rT [_ J r2J =1 l\ __ :_J REAR (OUTLET) END VIEW PRODUCT DRAWING SOLUTION AR HANDLING UNIT DETAIL MODEL: Soluion-XTl-3'1xe<I HOT FOR CONSTRUCTION r--1 ~-, ' l ! I l ! f! I -, I I i l !! It.Ir ,· ! ! I l ~ l I! \, ~ T t f-...----_-_-_--_-_;_~~-~-"-i-1_: _14j: .... · -1111 _____ 1W..i-U1_1 .... 1-1---11 J~·r -----:-i• I i I I :1 :u~=;i.1 lrrn t1-r1 L: ~--------+..~~---!.! u ~ L! ,JV r-=-,ur $ f L I ----.. ,\ ) -,---~~,.~,, {( (§) :y ': ..... --,t~ " PLAN VI EW TIER 1 r-"1 I ! ' ' : ' ' I ' ' I •o "' "' u..lll .......... ELEVATION VI EW r·cil ' \l i l I i' !! :! I~ iur \J J! c' 0 ~ "' " I 1 .... ,. !Date: 1/11/201114:31:25 t:u.tPwctt Ord.rt: v~ 1.1.0.5902 '"'Con""'"""-""''~----------FoimNo.: 100.~G1 I ¥~:Jc B-26 I g:: ~-"°.:rs FRONT (INLET) END Vl EW l!Wa:~ ~w- ~ .. =¢ EFi ¢r: .... -0--u... ................ _......,_ ·----... Ml-.lf ..... Mltvsll ___ ., ......... -"'11'iciaN.,.......,. ... Wlilfw,__,. ................ wa1 .. ,.... .... lftl.,. ......... ~ ................ .... _.,...... ..... ~ ........ . . ....... i,,,.-. c-_ _,........._~..., ,~ ........... -. ........... .. o..• ........ -11r. ....... ...,.,... .,,,_,.., __ ....... ......,p,ockop ............. __...... ............. "' dlt-,Mt$.ll,...,..,ut,1L'"'-•~w.J w.. .. 11.1n ...... c.wy ...... .,.. ,..._,.. .. ... CftW!llloai-, ...... ~...,........._ .....,., .... -....i,.. ................ .................... .,... .. I Joh nson ~j Contro ls Johnson ~J~, Controls ~,, Unit Ta SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Model AirFlow CF B-26 ... B-27 2 Solution Indoor Air Handler 39 x 60 4400 Unit Sequence Tier 1 FS <<< BC <<< XA <<< CC <<< FF Basic Unit Options Insulation Type: (Refer to Each Segment) Base Rail Height: 6" Performance: H igh Performance Unit Special Quotes None *Note:Component locations are listed as Segment Hand (Unit Hand) : ex. Left (Right) See Submittal Drawin!! for additional details Segments Listed Starting At Air Inlet FF -Flat Filter Segment Filter Media Detail (Quantity)Filter Sizes : Filter Loading: Filter Depth: Filter Media Type: Filter Area (ft2): Filter Air Pressure Drop (in. w.g .): Dirty Filter Allowance (in. w.g.): (2)24x24 Side 2" Pleated 30% (MERV 8) 8.0 0.37 0.25 Project Name: Fort Worth Convention Center Printed : 1/28/2011 at 9 :10 Unit Folder: B-26 Filter Segment Options Interior Galvanized Liner Insulation : R-13 Foam Insulation Galvanized Floor Liner STD Gauge Exterior Galvanized Liner Access Door on Left Side(Left) 33H x lOW Standard Door Latch, No Lock, Outward Opening 1/11 /2011 14:31 :25 York Contract No.: B-26 ... B-27Performance Page 1 of7 Johnson ~j ~ Controls ~\• Unit Ta B-26 ... B-27 CC -Cooling Coil Segment 2 Coil Segment Details Coil Space: UV Surface Decontamination Detail None XA Access Segment Access Segment Details Segment Length: HC -Heating Coil Segment Coil Segment Details Coil Space: Project Name: Fort Worth Convention Center Printed: 1/28/2011 at 9 :10 Unit Folder: B-26 SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Model AirFlow CFM Solution Indoor Air Handler 39 x 60 4400 10" 18 II 7" Coil Segment Options Interior Galvanized Liner Insulation: R-13 Foam Insulation Galvanized Floor Liner STD Gauge Exterior Galvanized Liner 19" IAQ Coil Drain Pan Left (Left) Stainless Steel Bulkhead Material Galvanized Coil Supports Galvanized Access Segment Options Interior Galvanized Liner Insulation: R-13 Foam Insulation Galvanized Floor Liner STD Gauge Exterior Galvanized Liner Access Door on Left Side(Left) 33H x 18W Standard Door Latch, No Lock, Outward Opening 16" Additional Core Growth Coil Segment Options Interior Galvanized Liner Insulation: R-13 Foam Insulation Galvanized Floor Liner STD Gauge Exterior Galvanized Liner Bulkhead Material Galvanized Coil Supports Galvanized 1/11/2011 14:31 :25 York Contract No.: B-26 ... B-27Performance Page 2 of7 Johnson ~j ~ Controls ~,, Unit Ta SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Model Air Flow CF B-26 ... B-27 2 Solution Indoor Air Handler 39 x 60 4400 FS -Supply Fan Segment Segment Details Segment Air Pressure Drop (in. w.g.): 0 .00 4400 0 2.18/ 1.00 Front(Front) Rear(Rear) Air Flow (CFM): Altitude (ft.): TSP/ESP (in. w.g.): Air Inlet : Fan Discharge: Type: Size: Construction: Bearing Options: Fan RPM: BHP : Fan BHP w/ Belt Loss: Outlet Velocity (ft/min): Fan Detail FC 12-12 II Extended Lube 1244 2.94 3.14 2649 Motor Detail Motor Type: HP Voltage/Phase/Frequency: Motor RPM : Frame Size: Location: Drive Type: Belt Drive Type: Full Load Amps (FLA): Efficiency: ODP Premium Efficiency 3.0 460/3/60 Hz 1800 182 Left(Left) Belt Drive Fixed 4.1 89.5% Fan Segment Options 1" Spring Isolator Interior Galvanized Liner Insulation: R-13 Foam Insulation Galvanized Floor Liner STD Gauge Exterior Galvanized Liner Access Door on Left Side(Left) 33H x 18W Standard Door Latch, No Lock, Outward Opening Coils & Spacers Listed Starting In Direction Of Air Flow CC Coil-01 Coil General/Physical Details Location: 0 Rows : Project Name: Fort Worth Convention Center Printed: 1/28/2011 at 9 : 10 Unit Folder: B-26 Air Side Performance 6 Air Flow (CFM): 4400 1/11/2011 14:31 :25 Fluid Side Performance EWT (°F): 44 .0 L WT (°F): 58 .0 GPM : 34.0 WPD (ft): 5.9 FPS: 3.2 Fluid Type: Water Fluid Weight(lb): 62.0 York Contract No.: B-26 ... B-27Performance Page 3 of7 Johnson ~j ft, Controls ~,, UnitTa2 8-26 ... B-27 Tag: AirCoil Application: Cooling Coil Type: Water Face Type: Full Tube Diameter: 1/2" BDW Tube Material: Copper Tube Wall Thickness: .016" Fin Type: Corrugated Fin Thickness: .006" Fin Material: Aluminum Casing Material: Galvanized Connection Material: Steel* Connection Type: MPT Coating: None SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION I Qty I Model I I 2 I Solution Indoor Air Handler 39 x 60 I Fins Per Inch: IO Altitude (ft.): Tubes Per Circuit: 8 EAT-DB (°F): Finned Height (in.): 30.00 EAT-WB (°F): Finned Length (in.): 48 LAT-DB (°F): Coil Face Area (ft2): 10 .0 LAT-WB (°F): Coil Conn . Loe.: Left(Left) FV (ft/min): Supp Conn Size: 2-1 /2" SMBH: Rtn Conn Size: 2-1 /2" TMBH: # of Supply 1 APD (in. w .g.): Conn. (per coil): 0 87.5 71.5 55 .8 54.9 440 155.5 239.2 0.47 Air Flow (CFM) 4400 Fluid Volume(ft3): I I 1.0 *York suggests using red brass or copper connectors when the coil is to be attached to a copper or brass piping system. ARI Messages: Coil is within the scope of the ARI 410 Certification Program. HC Coil-01 Coil General/Physical Details Location: Tag: Application: Coil Type : Face Type: Tube Diameter: Tube Material: Tube Wall Thickness : Fin Type: Fin Thickness: Fin Material: Casing Material: Connection Material: Connection Type: Coating: 0 Rows: AirCoil Fins Per Inch: Heating Water Full 1/2" BDW Copper .016" Corrugated .006" Aluminum Galvanized Steel* MPT None Tubes Per Circuit: Finned Height (in.): Finned Length (in.): Coil Face Area (ft2): Coil Conn. Loe.: Supp Conn Size: Rtn Conn Size: #of Supply Conn. (per coil): 2 8 6 30.00 48 10.0 Left(Left) 1-1/2" 1-1/2" 1 Air Side Performance Fluid Side Performance Air Flow (CFM): 4400 EWT (°F): 180.0 Altitude (ft.): 0 L WT (°F): 139.9 EAT-DB (°F): 46.0 GPM: 11.8 LAT-DB (°F): 94.4 WPD (ft): 2.6 FV (ft/min): 440 FPS: 2.5 TMBH: 230.5 Fluid Type: Water APD (in. w.g.): 0.09 Fluid Weight(lb): 21.0 Fluid Volume(ft3): 0 .3 *York suggests using red brass or copper connectors when the coil is to be attached to a copper or brass piping system. ARI Messages: Coil is within the scope of the ARI 410 Certification Program. Project Name: Fort Worth Convention Center Printed: 1/28/2011 at 9:10 Unit Folder: B-26 1/11/2011 14:31 :25 York Contract No.: B-26 ... B-27Performance Page4 of7 Johnson f~ Controls ~,. SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Unit Ta B-26 ... B-27 Segment FF Flat Filter CC Variable Length Cooling Coil HC Heating Coil 2 Model Solution Indoor Air Handler 39 x 60 Static Pressure Summarv Component 2" Pleated 30% (MERV 8) Dirty Filter Allowance Cooling 6 rows 10 fins Heating 2 rows 8 fins AirFlow CFM 4400 Supply Return (in. Fan w.2.) (in. w.2.) 0 .37 0.25 0.47 0.09 FS-DWDI Supply Fan External Static Pressure -User Entered Pressure Drop 1.00 Total 2.18 0.00 Air handling unit parameters vary depending on conditions. Parameters such as airflows, air pressure drops, and coil capacities are shown for design conditions. 1mens1on e12 ts o· &W. h S ummary Length* Width** Height Weight Section (in.) (in.) (in.) (lbs.) FF Flat Filter Segment 13 60 39 241 CC Variable Length Cooling Coil Segment 19 60 39 679 XA Variable Length Access Segment 18 60 39 141 HC Heating Coil Segment 10 60 39 292 FS-DWDI Supply Fan Segment 39 60 39 683 Overall: 99 60 39 2036 *The length includes bottom tier segments only. **The width does not include coil connection extensions or door latches that extent beyond the unit casing. The width does not include the depth of anv pipe chases. Project Name: Fort Worth Convention Center Printed: 1/28/2011 at 9:10 Unit Folder: B-26 1/11 /2011 14:31 :25 York Contract No.: B-26 ... B-27Perforrnance Page 5 of7 Johnson ~j ~ Controls ~,, SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Unit Ta Mod el AirFlow CF B-26 ... B-27 2 Solut ion Indoor Air Handler 39 x 60 4400 Sh" I PP1Il2 Ski d S ummary Length * W idth ** H eight*** W eight Shinnin!! Ski d (in .) (in.) oii .) Obs.) (FS-DWDI HC XA CC FF) 100 67 49 2036 Ship Loose: None *The length includes any mounted rain-hoods, discharge flanges, tie-down brackets, shipping wood-blocks, front dampers, split connectors, electrical/control components, out rigging HW supports **The width includes any door handles, coil connections, drain connections, lifting lugs, mounted pipe-chases, electrical/control components, tie-down brackets, side dampers ***The height includes any base-rails, shipping wood-blocks, roof peak, discharge flanges, mounted gas-furnace flue pipes Shipping Skid Sequence Tier Project Name: Fort Worth Convention Center Printed: 1/28 /2011 at 9:10 Unit Folder: B-26 (FS < HC 1/1 1/2011 14 :31 :25 < XA < cc < FF) York Contract No.: B-26 ... B-27Performance Page 6 of7 Johnson ~J~ Controls ~A\• Unit Ta B-26 ... B-27 Ducted Discharge Rear-1, FS Return Air INLET, FF 2 SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Model AirFlow CFM Solution Indoor Air Handler 39 x 60 4400 Sound Summar Octave Band Sound Power Levels (dB Re . 1 picowatt) 63 125 250 500 1000 2000 4000 8000 dBA 91 88 86 84 84 81 78 73 80 78 74 75 78 76 69 59 Sound data tested in accordance with ARl-260 (2000), Standard for Sound Ratin of Ducted Air Movin and Conditionin E ui ment. Notes : 1. The overall A-weighted sound power level is only applicable to sound radiation outdoors and casing radiated sound. This metric does not apply to ducted components 2. Return air sound owers are estimated usin 100% of unit flow. Project Name: Fort Worth Convention Center Printed: 1/28/20 11 at 9:10 Unit Folder: B-26 1/11/2011 14 :3 1 :25 York Contract No.: B-26 ... B-27Perfonnance Page 7 of7 ~---------------------·---------------------------------------------------------,-NifCNasffWCTio~ ~ r---, r--;-1 ' \l ro "' I z ! ,, I~! ,, I ' :l I ,, l g ! ,, :U'" ___ ln ,, "' I ~ I ,, \Jr 'I ,, --t-I ;:: I ,, r -----t.. l ~ ! ,, 1""1 1 I ' Q ' ,, -_________ J ,,.,., I ' ,o I -Lt 1r.~:/J ~ m I ~rrTI ,, ,, ,rm L{ I ' ' ' ' u ...1------u Ll .,\.--/ J,.. - PLAN VIEW TI ER1 r "·w-9 r ... w IT~P1-+-----r--;I tlt--t-----H~ L :_J RE A R (O UTLET) ENO VIEW PRODUCT DRAWING SOLUTION AIR HANDLING UNIT DETAIL MODEL: So1uiort-X'H-3lhc38 NOT FOR CONSTRUCTION r-· _ ---------, r. -1. r---,~ rl 11 l 1~L-el ) ! ! ! ! r·l---+1--·---~-~=~-/-,_-=.::,_e,_=-'11:,""----'-lll ------l""---'-!-':,'c..!-,H\,,J<SJ a .,r ,,,.~---~~, I i I :(,~,JI I ' l,o I ! I l-:.'...~-.,.p I) I • ! u aL !--'----------------'o'-----~--t-;:r._ __ I _.. -,-~,M--M _"' ____..~ I ELEVATION VI EW ! Profeet Nam.: Fort Worth Convention Canter l oc:ation: EnglllNr: """"""" For.NIA ISoldTo: I Oalil:1/11/2011 14:29:i CwtPurchOn:ld: Venkln: 1.1.0.5902 ,.,eon=""~"'~·=-----------< FoonNo.: 100.DD-E G1 I ~~~ B-28 I g:: ~ ';".:TS -a~-1 -~ FRONT (INLET) ENO VIEW Serial Number: SQ Oa\abue M.imber. YORKYIIIOrkeRIIINH: Owg.NMle: Dw;.Locsliori : j lWol:s...,..rn.lllll C-Wdion:MIIM' 1::-:.:-w. .. ! -0- 1 ~ ..::¢[5)¢~ .. I ~ llnill ........... Mlll,bcll ......... ,Ouct 1 ........................ ., ....... ..... .... -. .. ........ • .,."' -fer .... ;-....,_ .,., ., .... I .... co.ct ... t±U .:\ I "' FF n:a flllflw I Johnson ~j, Controls ./ Johnson ~Jrr,, Controls ~\• Unit Ta SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Model AirFlow CF B-28 1 Solution Indoor Air Handler 36 x 36 2000 Unit Sequence Tier 1 Basic Unit Options Insulation Type: Base Rail Height: Performance: Unit Special Quotes None (Refer to Each Segment) 6" High Performance FS <<< HC <<< XA <<< CC <<< FF *Note:Component locations are listed as Segment Hand (Unit Hand) : ex. Left (Right) See Submittal Drawin2 for additional details I Segments Listed Starting At Air Inlet I FF -Flat Filter Segment Filter Media Detail (Quantity)Filter Sizes: Filter Loading: Filter Depth: Filter Media Type: Filter Area (ft2): Filter Air Pressure Drop (in. w .g.): Dirty Filter Allowance (in. w.g.): (1)24x24 Side 2" Pleated 30% (MERV 8) 4 .0 0 .33 0.25 Project Name: Fort Worth Convention Center Printed: 1/28 /2 011 at 9:12 Unit Folder: B-28 Filter Segment Options Interior Galvanized Liner Insulation : R-13 Foam Insulation Galvanized Floor Liner STD Gauge Exterior Galvanized Liner Access Door on Left Side(Left) 30H x lOW Standard Door Latch, No Lock, Outward Opening 1/11 /2 011 14:29:9 York Contract No.: B-28Performance Page 1 of7 Johnson ~j ~ Controls 9.l\' Unit Ta B-28 CC -Cooling Coil Segment 1 Coil Segment betails Coil Space: UV Surface Decontamination Detail None XA Access Segment Access Segment Details Segment Length : HC -Heating Coil Segment Coil Segment Details Coil Space: Project Name: Fort Worth Convention Center Printed: 1/28/2011 at 9 :12 Unit Folder: B-28 SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Model AirFlow CF Solution Indoor Air Handler 36 x 36 2000 10" 18 II 7" Coil Segment Options Interior Galvanized Liner Insulation: R-13 Foam Insulation Galvanized Floor Liner STD Gauge Exterior Galvanized Liner 19" IAQ Coil Drain Pan Left (Left) Stainless Steel Bulkhead Material Galvanized Coil Supports Galvanized Access Segment Options Interior Galvanized Liner Insulation: R-13 Foam Insulation Galvanized Floor Liner STD Gauge Exterior Galvanized Liner Access Door on Left Side(Left) 30H x 18W Standard Door Latch, No Lock, Outward Opening 16" Additional Core Growth Coil Segment Options Interior Galvanized Liner Insulation: R-13 Foam Insulation Galvanized Floor Liner STD Gauge Exterior Galvanized Liner Bulkhead Material Galvanized Coil Supports Galvanized 1/11/2011 14 :29:9 York Contract No .: B-28Performance Page 2 of7 Johnson ~Jf;, Controls ~,. Unit Ta SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Model AirFlow CF B-28 1 Solution Indoor Air Handler 36 x 36 2000 FS -Supply Fan Segment Segment Details Segment Air Pressure Drop (in. w.g.): 0.00 2000 0 2 .18/ 1.00 Front(Front) Rear(Rear) Air Flow (CFM): Altitude (ft.): TSP/ESP (in . w .g.): Air Inlet: Fan Discharge: Type: Size: Construction: Bearing Options: Fan RPM: BHP: Fan BHP w/ Belt Loss: Outlet Velocity (ft/min): Fan Detail FC 10-10 II Extended Lube 1362 1.11 1.21 1661 Motor Detail Motor Type: HP Voltage/Phase/Frequency: Motor RPM: Frame Size : Location: Drive Type: Belt Drive Type: Full Load Amps (FLA): Efficiency : · ODP Premium Efficiency 1.5 460/3/60 Hz 1800 145 Left(Left) Belt Drive Fixed 2 .1 86.5% Fan Segment Options l" Spring Isolator Interior Galvanized Liner Insulation: R-13 Foam Insulation Galvanized Floor Liner STD Gauge Exterior Galvanized Liner Access Door on Left Side(Left) 30H x 18W Standard Door Latch, No Lock, Outward Opening Coils & Spacers Listed Starting In Direction Of Air Flow CC Coil-01 Coil General/Phvsical Details Location : 0 Rows : Project Name : Fort Worth Convention Center Printed: 1/28 /2011 at 9:12 Unit Folder: B-28 Air Side Performance 6 Air Flow (CFM): 2000 1/11/2011 14 :2 9:9 Fluid Side Performance EWT {°F): 44.0 L WT (°F): 58.0 GPM: 18 .0 WPD (ft): 4.4 FPS : 2.8 Fluid Type: Water Fluid Wei!!ht(lb): 32.0 York Contract No.: B-28Performance Page 3 of7 Johnson ~j ~ Controls 91''' SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION UnitTae: 8 -28 Tag: Application: Coil Type: Face Type: Tube Diameter: Tube Material : Tube W al l Thickness: Fin Type: Fin Thickness: Fin Material: Casing Material : Connection Material: Connection Type: Coating: AirCoil Cooling Water Full 1/2" B DW Copper .016" Corrugated .006" Aluminum Galvanized Steel* MPT None I Q ty I Model I Air Flow (CFM) I I 1 I Solutio n Indoor Air Hand ler 36 x 36 I 2000 I Fins Per Inch: 11 Altitude (ft.): 0 Fluid Volume(ft3): 0.5 Tubes Per Circuit: 12 EAT-DB (°F): 92 .0 Finned Height (in.): 27.50 EAT-WB (°F): 74 .0 Finned Length (in .): 24 LAT-DB (°F): 56.2 Coil Face Area (ft2): 4 .6 LAT-WB (°F): 55.4 Coil Conn. Loe.: Left(Left) FV (ft/min): 436 Supp Conn Size: 2" SMBH: 80 .0 Rtn Conn Size: 2" TMBH: 126.1 # of Supply 1 APD (in. w .g .): 0.51 Conn. (per coil): *York suggests using red brass or copper connectors when the coil is to be attached to a copper or brass piping system. ARI Messages: Coil is within the scope of the ARI 410 Certification Program. H C Coil-01 Coil General/Physical D etails Location : Tag: Application: Coil Type : Face Type: Tube Diameter: Tube Material: Tube Wall Thickness: Fin Type: Fin Thickness: Fin Material : Casing Material: Connection Material : Connection Type: Coating: 0 Rows: AirCoil Fins Per Inch : Heating Water Full 1/2" BDW Copper .016" Corrugated .006" Aluminum Galvanized Steel* MPT None Tubes Per Circuit: Finned Height (in.): Finned Length (in .): Coil Face Area (ft2): Coil Conn. Loe .: Supp Conn Size: Rtn Conn Size: # of Supply Conn. (per coil): 2 8 8 27.50 24 4.6 Left(Left) 1-1/2" 1-1/2" 1 Air Side Performance Air Flow (CFM): 2000 Altitude (ft.): 0 EAT-DB (°F): 42.0 LAT-DB (°F): 86.3 FV (ft/min): 436 TMBH: 96.0 APD (in. w.g.): 0.09 Fluid Side Performance EWT (°F): 180.0 LWT (°F): 140.1 GPM: 4 .9 WPD (ft): 0 .9 FPS: 1~ Fluid Type: Fluid Weight(lb): Fluid Volume(ft3): Water 12 .0 0 .2 *York suggests using red brass or copper connectors when the coil is to be attached to a copper or brass piping system. ARI Messages: Coil is within the scope of the ARI 410 Certification Program. Project Name: Fort Worth Convention Center Printed: 1/28/2011 at 9 : 12 Unit Folder: B-28 1/11/2011 14:29 :9 York Contract No.: B-28Performance Page4 of 7 Johnson ~j~ Controls ~,. SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Unit Ta 8-28 Segment FF Flat Filter CC Variable Length Cooling Coil HC Heating Coil 1 Model Solution Indoor Air Handler 36 x 36 Static Pressure Summary Component 2" Pleated 30% (MERV 8) Dirty Filter Allowance Cooling 6 rows 11 fins Heating 2 rows 8 fins Air Flow CF 2000 Supply Return (in. Fan w.g.) (in. w.2.) 0.33 0.25 0.51 0.09 FS -DWDI Supply Fan External Static Pressure -User Entered Pressure Drop 1.00 Total 2.18 0.00 Air handling unit parameters vary depending on conditions. Parameters such as airflows, air pressure drops, and coil capacities are shown for design conditions. 1mens1on e12 s D" & w. ht s ummary Length* Width** Height Weight Section (in.) (in.) (in.) Obs.) FF Flat Filter Segment 13 36 36 160 CC Variable Length Cooling Coil Segment 19 36 36 528 XA Variable Length Access Segment 18 36 36 108 H C Heating Coil Segment 10 36 36 230 FS-DWDI Supply Fan Segment 44 36 36 504 Overall: 104 36 36 1530 *The length includes bottom tier segments only. **The width does not include coil connection extensions or door latches that extent beyond the unit casing. The width does not include the deoth of anv pipe chases. Project Name: Fort Worth Convention Center Printed: 1/28/2011 at 9: 12 Unit Folder: B-28 1/11/2011 14:29:9 York Contract No .: B-28Performance Page 5 of7 Johnson ~j l,;1 Controls ~,. SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Unit Ta Mo del AirFlow CFM B-28 1 Solution Indoor A ir Handler 36 x 36 2000 Sh " Skid S IPP IIl 2 um m ary Length* Width** Height*** Weigh t Shippin 2 Skid (i n.) (in.) (in.) Obs.) (FS-DWDI HC XA CC FF) 105 43 46 1530 Ship Lo ose: None *The length includes any mounted rain-hoods, discharge flanges, tie-down brackets, shipping wood-blocks, front dampers, split connectors, electrical/control components, out rigging HW supports **The width includes any door handles, coil connections, drain connections, lifting lugs, mounted pipe-chases, electrical/control components, tie-down brackets, side dampers ***The height includes any base-rails, shipping wood-blocks, roof peak, discharge flanges, mounted gas-furnace flue pipes Shipping Skid Sequen ce Tier Project Name: Fort Worth Convention Center Printed: 1/28 /2011 at 9:12 Unit Folder: B-28 (FS < HC 1/11 /2011 14:29 :9 < XA < cc < FF) York Contract No.: B-28Performance Page 6 of7 Johnson 1)J~ Controls ~A'• Unit Ta B-28 Ducted Discharge Rear-1 , FS Return Air INLET, FF 1 SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Model AirFlow CFM Solution Indoor Air Handler 36 x 36 2000 Sound Summar Octave Band Sound Power Levels (dB Re. 1 picowatt) 63 125 250 500 1000 2000 4000 8000 dBA 89 83 82 83 81 77 ---=t2 70 77 73 68 67 71 67 61 54 Sound data tested in accordance with AR/-260 (2000), Standard for Sound Ratin of Ducted Air Movin and Conditionin E ui ment. Notes: 1. The overall A-weighted sound power level is only applicable to sound radiation outdoors and casing radiated sound. This metric does not apply to ducted components 2. Return air sound owers are estimated usin 100% of unit flow. Project Name: Fort Worth Convention Center Printed : 1/2 8/2011 at 9: 12 Unit Folder: B-28 1/11 /2011 14:29 :9 York Contract No.: B-28Performance Page 7 of7 -.. -----·---------... -------------··-------·-·--------·--·----------·--------.. ------------.. -----------------·------·---------··---·-··-· , ... ·----1n1rtcoNSTIIUC'iiciif ____ _ ruw·-r··~, REAR (OUTLET) ENO VIEW PLAN VIEW TIER1 r-·1 i I .I I " I I ,, I I ,, I I ,, ' I ,, ' i ' ,, I I ,, I ' ,, I 8 I ,, I I ,, u I n I ~ I I I I I I !: I I I : !i I ' ~r-d ~ I LI LI _,/ ~ -----~ r-01 r--(1 11 i J ,ur .c::i ,, I ', I, I, :,• ,,: i, ---,_ _ -_-:; I l l I l : \ ~ u . r r'ij:I ---~ -_,;_f ~-- ' " 1 1 ,, 1 I ! M \ ~ I :((,3)}) I I I I 11 _J ~L r'----->~_--_--_f_'i _'~-'---~-t_i __ , _,_: _"""l- ,_I~~-~-~~_, ELEVATION VIEW PRODUCT DRAWING SOLUTION AIR HANDLING UNIT DETAIL MODEL; So1ulion-XTl---42x66 NOT FOR CONSTRUCTION I Projtct Nam•: Fort Worth Convention C9019r Location: EnglnMJ: Contracior: For:NIA I Sold To: Date: 1/1 1/201114:37:2 I g::r=~-~ Order#: ~::io~~.~ -~:.:.~G1 1"~"':"=,~~B~-~2-9 _________ _,g::~~TS FRONT (INLET) ENO VIEW 1 UnilJ 1lliloaa..-iiON1 1 bol•lptMl:ll,,,a !c..........,lkdl,1llil,h.,_dlftl,Mtll,lolt ! ................. t rNmtlar 1<AIINOi!L !_....._.,,_ .................. ...;,,, ; ... _,,.,_. ...... ._,_"' ....... " i .....,.,.._..,..to .... _olhlril ·--~ .. Hlhlifuolhullit'-' ......... 11n .. .-. rc.v-~w~..., !~olal...,,....N ... Wlnumalmil 1 =-=:=~~,.::. !=~~~~ ;i...., •. ., ....... _,.., ... _ .... ·~-.. ...... I =.a~::=~..::-.:=:"' ! ........... ,..,....,...._ ;lti:). T """ CC IFT Ldt '~"'111: 21'2" "lit" HC MPT LIii 1:.uo1R 111T' 111:z• 0 0ri111 11/<II" Sr:M• ~ ~ I Johnson fj Controls Johnson 1)1~ Controls ~A'' Unit Ta SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Model AirFlow CFM B-29 1 Solution Indoor Air Handler 42 x 66 5300 Unit Sequence Tier 1 Basic Unit Options Insulation Type: Base Rail Height: Performance: Unit Special Quotes None (Refer to Each Segment) 6" High Performance FS <<< HC <<< XA <<< CC <<< FF *Note:Component locations are listed as Segment Hand (Unit Hand) : ex. Left (Right) See Submittal Drawine: for additional details Segments Listed Starting At Air Inlet FF -Flat Filter Segment Filter Media Detail (Quantity)Filter Sizes: (2)24x12 ; (2)24x20 Filter Loading : Side Filter Depth: 2" Filter Media Type: Pleated 30% (MERV 8) Filter Area (ft2): 10.7 Filter Air Pressure Drop (in . w .g .): 0.33 Dirty Filter Allowance (in . w .g .): 0 .25 Project Name: Fort Worth Convention Center Printed: 1/28/2011 at 9 : 13 Unit Folder: B-29 Filter Segment Options Interior Galvanized Liner Insulation : R-13 Foam Insulation Galvanized Floor Liner STD Gauge Exterior Galvanized Liner Access Door on Left Side(Left) 36H x lOW Standard Door Latch, No Lock, Outward Opening 1/11 /2011 14 :37 :2 York Contract No.: B-29Performance Page 1 of7 Johnson f~ Controls ~,. Unit Ta B-29 CC -Cooling Coil Segment 1 Coil Segment Details Coil Space: UV Surface Decontamination Detail None XA Access Segment Access Segment Details Segment Length : HC -Heating Coil Segment Coil Segment Details Coil Space: Project Name: Fort Worth Convention Center Printed: 1/28/2011 at 9:13 Unit Folder: B-29 SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Model Air Flow CF Solution Indoor Air Handler 42 x 66 5300 10" 18" 7" Coil Segment Options Interior Galvanized Liner Insulation: R-13 Foam Insulation Galvanized Floor Liner STD Gauge Exterior Galvanized Liner 19" IAQ Coil Drain Pan Left (Left) Stainless Steel Bulkhead Material Galvanized Coil Supports Galvanized Access Segment Options Interior Galvanized Liner Insulation: R-13 Foam Insulation Galvanized Floor Liner STD Gauge Exterior Galvanized Liner Access Door on Left Side(Left) 36H x 18W Standard Door Latch, No Lock, Outward Opening 16" Additional Core Growth Coil Segment Options Interior Galvanized Liner Insulation: R-13 Foam Insulation Galvanized Floor Liner STD Gauge Exterior Galvanized Liner Bulkhead Material Galvanized Coil Supports Galvanized 1/11/2011 14 :37:2 York Contract No .: B-29Performance Page 2 of7 Johnson 1)j~ Controls ~_A\• Unit Ta SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Model AirFlow CFM B-29 1 Solution Indoor Air Handler 42 x 66 5300 FS -Supply Fan Segment Segment Details Segment Air Pressure Drop (in. w.g.): 0.00 5300 0 2.02/ 1.00 Front(Front) Rear(Rear) Air Flow (CFM): Altitude (ft.): T SP/ESP (in. w.g.): Air Inlet: Fan Discharge: Type: Size: Construction: Bearing Options: Fan RPM: BHP: Fan BHP w / Belt Loss: Outlet Velocity (ft/min): Fan Detail FC 15-15 II Extended Lube 915 2.79 2.98 2315 Motor Detail Motor Type: HP Voltage/Phase/Frequency : Motor RPM: Frame Size: Location: Drive Type: Belt Drive Type: Full Load Amps (FLA): Efficiency: ODP Premium Efficiency 3 .0 460/3/60 Hz 1800 182 Left(Left) Belt Drive Fixed 4 .1 89.5% Fan Segment Options l II Spring Isolator Interior Galvanized Liner Insulation: R-13 Foam Insulation Galv anized Floor Liner STD Gauge Exterior Galvanized Liner Access Door on Left Side(Left) 36H x 18W Standard Door Latch, No Lock, Outward Opening Coils & Spacers Listed Starting In Direction Of Air Flow CC Coil-01 Coil General/Physical Details Location: 0 Rows: Project Name: Fort Worth Convention Center Printed: 1/28/2011 at 9:13 Unit Folder: B-29 Air Side Performance 6 Air Flow (CFM): 5300 1/11/2011 14:37:2 Fluid Side Performance EWT (°F): 44 .0 LWT (°F): 58 .0 GPM: 26.9 WPD (ft): 4 .1 FPS: 2.4 Fluid Type: Water Fluid Weight(lb): 72 .0 York Contract No.: B-29Performance Page 3 of7 Johnson ~J~, Controls ~,, SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION UnitTa11: I Qty I Model I B-29 I 1 I Solution Indoor Air Handler 42 x 66 I Tag: AirCo il Fins Per Inch : 8 Altitude (ft.): Application: Cooling Tubes Per Circuit: 8 EAT-DB (°F): Coil Type: Water Finned Height (in .): 32.50 EAT-WB (°F): Face Type : Full Finned Length (in .): 54 LAT-DB (°F): Tube Diameter : 1/2 " BDW Coil Face Area (ft2): 12 .2 LAT-WB (°F): Tube Material: Copper Coil Conn. Loe.: Left(Left) FY (ft/min): Tube Wall Thickness: .016" Supp Conn Size: 2-1 /2" SMBH: Fin Type: Corrugated Rtn Conn Size: 2-1/2" TMBH: Fin Thickness: .006" # of Supply 1 APD (in. w.g .): Fin Material : Aluminum Conn. (per coil): Casing Material: Galvanized Connection Material : Steel* Connection Type: MPT Coating: None 0 80.0 67 .0 56 .8 55 .6 435 136.7 188 .8 0.35 Air Flow (CFM) 5300 Fluid Volume(ft3): I I 1.2 *York suggests using red brass or copper connectors when the coil is to be attached to a copper or brass piping system. ARI Messages: Coil is within the scope of the ARI 410 Certification Program. HC Coil-01 Coil General/Physical Details Location: Tag: Application: Coil Type: Face Type: Tube Diameter: Tube Material: Tube Wall Thickness: Fin Type: Fin Thickness: Fin Material: Casing Material: Connection Material: Connection Type: Coating: 0 Rows: AirCoil Fins Per Inch : Heating Water Full 1/2" BDW Copper .016" Corrugated .006" Aluminum Galvanized Steel* MPT None Tubes Per Circuit: Finned Height (in.): Finned Length (in.): Coil Face Area (ft2): Coil Conn . Loe.: Supp Conn Size: Rtn Conn Size : # of Supply Conn . (per coil): 2 8 6 32 .50 54 12 .2 Left(Left) 1-1 /2" 1-1/2" 1 Air Side Performance Air Flow (CFM): 5300 Altitude (ft.): 0 EAT-DB (°F): 65.0 LAT-DB (°F): 102 .3 FV (ft/min): 435 TMBH : 215 .0 APD (in. w .g.): 0 .09 Fluid Side Performance EWT {°F): 180.0 LWT (°F): 139.9 GPM : 11.0 WPD (ft): 2.4 FPS: 2.4 Fluid Type: Fluid Weight(lb): Fluid Volume(ft3): Water 23.0 0.4 *York suggests using red brass or copper connectors when the coil is to be attached to a copper or brass piping system. ARI Messages : . Coil is within the scope of the ARI 410 Certification Program. Project Name : Fort Worth Convention Center Printed : 1/28 /2011 at 9:13 Unit Folder: B-29 1/11 /2011 14 :37:2 York Contract No.: B-29Performance Page4 of7 Johnson ~J~ Controls ~,. SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Unit Ta B-29 Segment FF Flat Filter CC Variable Length Cooling Coil HC Heating Coil 1 Model Solution Indoor Air Handler 42 x 66 Static Pressure Summary Component 2" Pleated 30% (MERV 8) Dirty Filter Allowance Cooling 6 rows 8 fins Heating 2 rows 8 fins AirFlow CFM 5300 Supply Return (in. Fan w.2.) (in. w.2.) 0.33 0.25 0.35 0.09 FS-DWDI Supply Fan External Static Pressure -User Entered Pressure Drop 1.00 Total 2.02 0.00 Air handling unit parameters vary depending on conditions. Parameters such as airflows, air pressure drops, and coil capacities are shown for design conditions. D' &W. ht S 1mens1on e12 s ummary Length* Width** Height Weight Section (in.) (in.) (in.) (lbs.) FF Flat Filter Segment 13 66 42 274 CC Variable Length Cooling Coil Segment 19 66 42 720 XA Variable Length Access Segment 18 66 42 152 HC Heating Coil Segment 10 66 42 311 FS-DWDI Supply Fan Segment 39 66 42 761 Overall: 99 66 42 2218 *The length includes bottom tier segments only. **The width does not include coil connection extensions or door latches that extent beyond the unit casing. The width does not include the depth of any pipe chases. Project Name: Fort Worth Convention Center Printed: 1/28 /2011 at 9 : 13 Unit Folder: B-29 1/11 /2011 14 :37 :2 York Contract No .: B-29Performance Page 5 of7 Johnson ~Jf;, Controls ~\• SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Unit Ta Model AirFlow CFM B-29 1 Solution Indoor Air Handler 42 x 66 5300 Sh" Skid S IDDIIl!! ummarv Length* Width** Height*** Weight Shinnin2 Skid (in.) (in.) (in.) (lbs.) (FS-DWDI HC XA CC FF) 100 73 52 2218 Ship Loose: None *The length includes any mounted rain-hoods, discharge flanges, tie-down brackets, shipping wood-blocks , front dampers, split connectors, electrical/control components, out rigging HW supports **The width includes any door handles, coil connections , drain connections, lifting lugs , mounted pipe-chases, electrical/control components, tie-down brackets, side dampers ***The height includes any base-rails, shipping wood-blocks, roof peak, discharge flanges , mounted gas-furnace flue ·pipes Shipping Skid Sequence Tier Project Name: Fort Worth Convention Center Printed: 1/28/2011 at 9:13 Unit Folder: B-29 (FS < HC 1/11 /2011 14 :37 :2 < XA < cc < FF) York Contract No.: B-29Performance Page 6 of7 John son ~j~ Controls ~,, Unit Ta B-29 Ducted Discharge Rear-1, FS Return Air INLET, FF 1 SOLUTION AIR HANDLING UNIT PERFORMANCE SPECIFICATION Model AirFlow CFM Solution Indoor Air Handler 42 x 66 5300 Sound Summar Octave Band Sound Power Levels (dB Re . 1 picowatt) 63 125 250 500 1000 2000 4000 8000 dBA 92 92 85 84 80 77 74 70 82 81 70 71 69 70 65 55 Sound data tested in accordance with AR/-260 (2000), Standard for Sound Ratin of Ducted Air Movin and Conditionin E ui ment. Notes: 1. The overall A-weighted sound power level is only applicable to sound radiation outdoors and casing radiated sound . This metric does not apply to ducted components 2 . Return a ir sound powers are estimated usin 100% of unit flow. Project Name: Fort Worth Convention Center Printed: 1/28/2011 at 9: 13 Unit Folder: B-29 1/11/2 011 14:37 :2 York Contract No.: B-29Performance Page 7 of7