HomeMy WebLinkAboutContract 43333=-·Tras copy 1s FOR :
CONTRACTOR ""3-CITY SECRETARY
__ SPONSORING DEPT
THE CITY OF FORT WORTH, TEXAS _PROJECTMANAGER
Mechanical and Control Repairs
of HVAC System
at Fort Worth Convention Center
TPW2012-08
__ TPW FILE COPY
BETSY PRICE THOMAS HIGGINS
MAYOR CITY MANAGER
Douglas W. Wiersig, PE
Director, Transportation & Public Works Department
Kirk Slaughter
Director, Public Events Department
Summit Consultants, Inc.
Johnson Controls, Inc. (TXMAS)
May 2012
06 -20 -1 2 A10 :3 7 I N
OFFICIAL RECORD
CITY CRETARY
~ City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approvec.t on 5/t/2012 -Ordinance No. 20188-05-201.2
DATE: Tuesday, May 01 , 2012 REFERENCE NO.: **C-25583
LOG NAME: 25JCI MECHANICALREPAIRFWCC
SUBJECT:
Authorize Execution of a Contract with Johnson Controls, Inc., in the Amount of $822 ,641 .00 Plus
$97 ,359 .00 in Contingency and Staff Administration Costs for Repair of Mechanical and Controls for the
HVAC System at the Fort Worth Convention Center and Adopt a Supplemental Appropriation Ordinance
Increasing Appropriations in the Cul ture and Tourism Fund in the Amount of $920 ,000.00 and Decreasing
the Unassigned Culture and Tourism Fund Balance by the Same Amount (COUNCIL DISTRICT 9)
.,,.,,,,,. ·-···-··--· ·····-........ • .. · .............. ·.·····-·-......... _ ................ _ ........................... ---·---·-···=···• ==··········--···"·············-···"····-·············•···················-···············h••••" ....... , ................. -............................................................................. • .. •. • .................. · .......... -· ......................... , ... ········-···-···-·········-··--···
RECOMMENDATION:
It is recommended that the City Council :
1. Authorize the execution of a contract with Johnson Controls , Inc ., in the amount of $822 ,641.00 plus
$97 ,359.00 in contingency and staff costs using a Texas Multiple Award Schedule (TXMAS) Contract
Number TXMAS-6-840160 for repair of mechanical and controls of the HVAC system at the Fort Worth
Convention Center; and
2. Adopt the attached supplemental appropriation ordinance i ncreasing appropriations in the Culture and
Tourism Fund by $920,000.00 and decreasing the unassigned Culture and Tourism fund balance by t he
same amoun t.
DISCUSSION:
Du r ing the comm issioning portion of the Energy Savings Performance Contract (ESPC), Phase VI-B with
Johnson Controls Inc., it was discovered that various controls , thermostats, variable air volume boxes ,
variable speed fans , sensors and related equipment were not performing as required to operate the HVAC
system at the Fort Worth Convention Center in the most efficient manner to provide client comfort and
increase savings under the project. These items were outside the scope of the ESPC , therefore , a
· professional services Agreement was issued to Summit Consu ltants to review the HVAC system and
provide a detailed list of items that needed either replacement, recal ibration or repair.
The mechanical and controls work is required in order to complete the commissioning project for the
Convention Center under the ESPC, Phase VI-B. Once completed , the Convention Center w i ll be able to
increase the annual savings guaranteed under the ESPC project and improve comfort for the clients and
guests . The project is an t icipated to take 120 days.
PRICE ANALYSIS -The vendor prices were obtained using a Texas Multiple Award Schedule
Cooperative Contract Number TXMAS-6-840160.
The overall project cost is expected to be :
Construction $822 ,641 .00
Logname: 25JCI _ MECHANICALREP AIRFWCC Page 1 of 2
Cont ingency , Staff
Total
$ 971359 .00
$920 ,000.00
M/WBE - A waiver for the goal for M/WBE subcontracting requirements was requested by the
Transportation and Public Works Department and approved by the M/WBE Office because the purchase
of goods and services is from sources where subcontracting or supplier opportunities are negligible .
COOPERATIVE PURCHASE -State Law provides that a local government purchas ing an item under a
cooperative purchasing Agreement satisfies State laws requiring that the loca l government seek
competitive bids for purchase of the item. TXMAS was established by the State of Texas to provide a list
of approved contracts that have been competitively bid and awarded by Federal , State or Local
Government entities to increase and simplify the purchasing power of governmental entities across the
State of Texas.
The project is physically located in COUNCIL DISTRICT 9 but will serve Fort Worth residents in ALL ·
COUNCIL DISTRICTS .
FISCAL INFORMATION/ CERTIFICATION:
The Financial Management Services Director certifies that upon approval of the above recommendation
and adoption of the attached supplemental appropriation ordinance, funds will be available in the current
operating budget, as appropriated , of the Culture and Tourism Fund . Upon approval , the unassigned fund
balance of the Culture and Tourism Fund will exceed the min imum reserve as outlined in the Financial
Management Policy Statements.
FUND CENTERS:
TO Fund/Account/Centers
GG04 539120 0246000
CERTIFICATIONS:
FROM Fund/Account/Centers
$920 ,000 .00 GG04 539120 0246000
Submitted for City Manager's Office by: Susan Alanis (8180)
Kirk S laughter (2501)
James Horner (2505)
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
1. 25JC I M ECHANI CALREPAIRFWCC SA012.doc (Publ ic)
$920 1000 .00
2. PE FWCC Mech Contro ls Repair MWBE TXMAS Language Re vi s ion Apr12.pdf (CFW Internal)
Logname: 25JCI_MECHANICALREPAIRFWCC Page 2 of2
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
Mechanical & Control Repairs of HVAC at FWCC (April 2012)
Johnson Controls , Inc. (TXMAS)
Page 1 of 23
INSTRUCTIONS TO OFFERORS
1. PROPOSAL REQUIREMENTS: This contact with Johnson Controls, Inc. is using a Texas
Multiple Award Schedule (TXMAS) Cor,tract 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 obligati o ns 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 Treasu ry 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 discret ion, 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 obligat ions 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 th at
effect and the contractor shall immediately provide a new surety satisfactory to the City
If the total contract price is $25,000 or less , payment to the contractor shall be made in one lump
sum. Payment shall not be made for a period of 45 calendar days from the date the work has
been competed and accepted by the City.
If the contract is in excess of $25,000 , a Payment Bond shall be executed , in the amount of the
contract, solely for the protection of all claimants supplying labor and materials in the prosecution
of the work.
If the contract amount is in excess of $100 ,000 , a Performance Bond shall also be provided, in the
amount of the contract , conditioned on the faithful performance of the work in accordance with the
plans , specification , and contract documents . Said bond shall be solely for the protection of the
City of Fort Worth .
Mechanical & Control Repairs of HVAC at FWCC (April 20 12)
Johnson Controls, Inc. (TXMAS)
Page 2 of 23
4. ~-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
the conditions which will be encountered relating to the character , quality, and quantity of the work
to be performed and materials and equipment required . The filing of a response by the bidder
shall be considered evidence that it has complied with these requirements .
5 AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal , the City
reserves the right to adopt the most advantageous construction thereof to the City or to reject the
proposal .
6 . WAGE RATES: Not less than the prevailing wage rates set forth in Contract Documents must be
paid on this project.
7. PROPOSED SUBCONTRACTORS: Acceptance of the bid in no way requires the C ity to accept
the qualifications of the subcontractors . The Subcontractor lists are for use by the City in
preparing recommendations for award of the contract. The Contractor must provide and use
subcontractors listed unless the City agrees to allow a substitute .
8. DISCREPANCIES AND ADDENDA:
Should a Offeror find any discrepancies in the drawings and specifications , or should it be in doubt
as to their meaning , it shall notify the City at once. If required , the City will then prepare a written
addendum that will be available to all Offerers at the place designated for distribution of Bid
Documents by the Notice to Offerors . The Contractor is responsible for determining if addenda
are available and for securing copies prior to submitting a response to this request for sealed bids .
Oral instructions or decisions unless confirmed by written addenda will not be considered valid ,
legal or binding . No extras will be authorized because of failure of the contractor to include work
called for in the addenda .
Offerer must acknowledge addenda in the Proposal. Failure to acknowledge addenda may cause
the Proposal to be ruled non-responsive. It is the Contractor's responsibility to obtain Addenda
and include its information in the Proposal.
9. WORKERS COMPENSATION INSURANCE: Offerors will be required to demonstrate that
coverage is in effect at time of Award of Contract. Sample Certificate of Insurance, or other proof
that Workers Compensation Insurance will be obtained, must be submitted within five working
days of bid opening
10 . TAXES : Equipment and materials not consumed by or incorporated into the work are subject to
State sales taxes under House Bill 11 , enacted August 15, 1991 .
11 . PERMITS: Contractor shall apply for all City of Fort Worth Permits and for any other permits
required by this project. City of Fort Worth Building and Trade Permit fees are waived . Separate
permits may be required for each work location .
12. UTILITIES AND IMPACT FEES : The City will pay water and sewer utilities tap fees and impact
fees . Unless shown otherwise, the City will coordinate and pay for water and sewer taps and
meters to the property line . The Contractor will include all remaining fees from the electrical and
gas companies in the base bid. The Contractor will be responsible for coordinating with City and
utility companies for installation of utilities . Unless indicated otherwise on the plans, the contractor
will be responsible for costs and installations from the building side of the water meter and sewer
tap .
13 . BID DOCUMENTS : Copies of bidding documents will be sent electronically by the Engineer ..
Mechanical & Control Repairs of HVAC at FWCC (April 2012)
Johnson Controls , Inc. (TXMAS)
Page 3 of 23
14 . MANUFACTURER'S REFERENCE : Catalog, brand names , and manufacturer's refer~ces are
descriptive, not restr ictive. Use of brands of like nature and qual lty will be considered. Upon
request of the architect or contractor , the contractor will submit a full sized sample and/or detailed
information as required to allow the architect to determine the acceptability of proposed
substitutions . Where equipment has been listed as "no substitute accepted", the City will accept
no alternates to the specified equipment. Also refer to specification section 01630 Product
Options and Substi tutions .
15 . PROJECT SCHEDULE : The Project Schedule to be submitted with the proposal will, at the
minimum , include the following: quality control submittals and approvals , mobilization , site
preparation , under slab utilities, foundation work , structural erection , interior finish ,
commissioning , and closeout. The Schedule may be submitted as a table or PERT diagram .
Mechanical & Control Repairs of HVAC at FWCC (April 2012)
Johnson Controls, Inc. (TXMAS)
Page 4 of 23
TO : MR. THOMAS HIGGINS
INTERIM CITY MANAGER
ATTN: PURCHASING OFFICE
1000 THROCKMORTON
PROPOSAL
CITY OF FORT WORTH , TEXAS 76102
FOR: Mechanical and Control Repairs of HVAC System
Fort Worth Convention Center
1100 Commerce Street
Fort Worth , Te xa s
Project No . TPW2012-08
Pursuant to the foregoing "Instructions to Offerors ," the undersigned has thoroughly exam ined the plans ,
specifications and the site , understands the amount of work to be done , and hereby proposes to do all the
work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in
the plans and specifications , and subject to the inspection and approval of the Director of Transportation
and Public Works of the City of Fort Worth.
Upon acceptance of this Proposal by the City Council, the bidder is bound to execute a contract and, if the
contract amount exceeds $25,000.00 , furnish acceptable Performance and/or Payment Bonds approved
by the City of Fort Worth for performing and completing the Work within the time stated and for the
following sum, to wit:
DESCRIPTION OF ITEMS
Refer to the attached Johnson Controls, Inc. documents and GSA DGS-07F-7823C for this project as
follows :
A. Letter dated March 10, 2012 2 pages (Attachment "A ")
B. Summit Consultants Commissioning Punch List, dated Revision 8 , 03-10-12, 46 pages
(Attachment "B")
Total Proposal $822,641.00
Completion within 270 calendar days after date of Notice to Proceed.
The undersigned agrees to complete the Work within the calendar days specified above after the date of
Notice to Proceed. A Project Schedule will be submitted as required in the Instructions to Offeror .
The City reserves the right to accept or reject any and all bids or any combination thereof proposed for the
above work .
The undersigned assures that its employees and applicants for employment and those of any labor
organization , subcontractors or employment agency in either furnishing or referring employee applicants to
the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as
amended by City Ordinance 7400 (Fort Worth City Code Section 13A-21 through 13A-29}.
Residency of Offerors: The 1985 Session of the Texas Legislature passed house Bill 620 relative to the
award of contracts to non-resident bidders. The law provides that, in order to be awarded a contract as
low bidder , non-resident bidders (out of state contractors whose corporate offices or principal place of
business are outside of the State of Texas) that bid projects for construction , improvements, supplies or
PE FWCC Mechanical & Control Repairs of HVAC System (April 2012)
Johnson Controls, Inc. (TXMAS)
Page 5 of 21
services in Texas at an amount lower than the lowest Texas resident bidder by the same a miunt 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:
Address :
Johnson Controls Inc .
Company Name
Refer to Attachments "A" and "B"
Signature
rn /C#Af3L C.f2o w €.
Printed Name of Principal
7461 Airport Freeway
Street
Richland Hills Texas
City
Phone: (866) 589-9413
Fax: (866) 621-0399
gpt:,1 01\/A-l Vf7 S OL U -r1 ON 5
Title
76118
Zip
' '-' , ' ' Email: /'Yl t C,Yl tle.. •j , L [OW /!e ~j C.t ,CD M
PE FWCC Mechanical & Control Repairs of HVAC System (April 2012)
Johnson Controls , Inc. (TXMAS)
Page 6 of 21
TEXAS SALES AND USE TAX EXEMPTION CERTIFICATE
Name of Purchaser, Firm or Agency: City of Fort Worth , Texas
Address (Street & Number, P.O . Box or Route Number): 1000 Throckmorton
City, State , Z ip Code : _F_ort~W~o~rt~h.c.._cT'""'e'-'-x=a~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
invo ice from :
All vendors
Description of the items to be purchased , or on the attached order or invoice :
All items except motor vehicles as listed below
Purchaser claims this exemption for the following reason :
Governmental 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 detem,ined by the price paid for the taxable items purchased
or the fair market rental value for the period of time used.
I understand that it is a misdemeanor to give an exemption certificate to the seller for
taxable items which I know, at the time of purchase, will be used in a manner other than
expressed in this certificate and that upon conviction I may be fined not more than $500
per offense. \L,.,.,./ \)
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 furnished to the supplier. Do not send the completed
certificate to the Comptroller of Public Accounts.
PE FWCC Mechanical & Control Repairs of HVAC System (April 2012)
Johnson Controls, Inc. (TXMAS)
Page 7 of 21
PREVAILING WAGE RATES
Health/
Avg. Hrly
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 Helper $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 Helper $11 . 72 $0.54
Drywall Mechanic $16.10 $0 .56
Drywall Helper $ 12.43 $0.33
Drywall Taper $15.00 $0 .07
Drywall Taper Helper $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 Helper $10.00 $0 .00
Glazier $18.53 $1 .92
Glazier Helper $13.49 $1.20
Insulator $16.59 $0 .29
Insulator Helper $11.21 $0.36
Laborer Common $10.47 $0.70
Laborer Skilled $13.24 $0.98
Lather $17 .00 $0.00
PE FWCC Mechanical & Control Repairs of HVAC System (April 2012)
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.Q3
$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
$0.00
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
$0.00 $17.00
Page 8 of 21
7
Lather Helper $15 .00
Metal Build i ng Assembler $16 .00
Metal Building Assembler Helper $12 .00
Painter $12.57
Pa in ter Helper $9.98
Pipefitter $21.14
Pipefitter Helper $14.92
Pl asterer $17.24
Plasterer He lper $12 .85
Plumber $20.33
Plumber Helper $14 .95
Reinforcing Steel Setter $13 .01
Reinforcing Steel Setter He lper $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
Spr i nkler System Installer Helper $14.15
Steel Worker Structural $19.28
Steel Worker Structural Helper $13 .74
Concrete Pump $18 .50
Crane, Clamsheel , Backhoe , Derrick, D'Line
Shovel $17.81
Forklift $12. 96
Foundation Drill Operator $22 .50
Front End Loader $13 .21
Truck Driver $15 .21
Welder $17.81
Welder Helper $12 .55
PE FWCC Mechanical & Control Repairs of HVAC System (April 2012)
Johnson Controls , Inc. (TXMAS)
$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 .3 7
$0 .6 1 $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 .3 0
$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 .1 7 $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 9 of 21
( 1)
(2)
(3)
*
WEATHER TABLE
Month Average Inches of
Days of Rainfall
Ra in
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.
PE FWCC Mechanical & Control Repa irs of HVAC System (April 2012)
Johnson Controls , Inc. (TXMAS)
Page 10 of 21
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 May A.O ., 2012, by
and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County,
Texas , organized and existing under and by virtue of a special charter adopted by the
qualified voters within said City on the 11th day of December, A.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 Richland Hills, County of Tarrant, State of Texas, hereinafter called
CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements
hereinafter mentioned to be made and performed by the Owner, and under the
conditions expressed in the bond bearing even date herewith, the said Contractor
hereby agrees with the said Owner to commence and complete the construction of
certain improvements described as follows:
Mechanical and Control Repairs of HVAC System
Fort Worth Convention Center
1100 Commerce Street
Fort Worth, Texas
TPW Project No. 2012-08
That the work herein contemplated shall consist of furnishing as an independent
contractor all labor, tools, appliances and materials necessary for the construction and
completion of said project in accordance with the Plans and Specifications and Contract
Documents adopted by the City Council of the City of Fort Worth, which Plans and
Specifications and Contract Documents are hereto attached and made a part of this
contract the same as if written herein.
The Contractor hereby agrees and binds himself to commence the construction of said
work within ten (10) days after being notified in writing to do so by the Owner.
City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of
the aforesaid work, and for stated additions thereto or deductions therefrom , the price
shown on the Proposal submitted by the successful bidder hereto attached and made a
part hereof. Payment will be made in monthly installments upon actual work completed
by contractor and accepted by the Owner and receipt of invoice from the Contractor.
The agreed upon total contract amount shall be $822,641.00. Contractor agrees to
complete the project, suitable for occupancy and beneficial use , within 270 calendar
PE FWCC Mechanical & Control Repa irs of HVAC System (April 2012)
Johnson Controls , Inc. (TXMAS )
Page 11 of 21
days . Attachments "A" and "B" are attached hereto and made · a part of this
construction contract.
Insurance Requirements:
The Contractor shall not commence work under this contract until it has obtained
all insurance required under the Contract Documents , and such insurance has
been approved by the Owner. The Contractor shall be responsible for delivering
to the Owner the sub-contractors ' certificates of insurance for approval. The
Contractor shall indicate on its certificate of insurance included in the documents
for execution whether or not its insurance covers subcontractors. It is the
intention of the Owner that the insurance coverage required herein shall include
the coverage of all subcontractors
a. WORKER 'S COMPENSATION INSURANCE:
• Statutory limits
• Employer's liability
• $100,000 disease each employee
• $500,000 disease policy limit
• $100 ,000 each accident
b. COMMERCIAL GENERAL LIABILITY INSURANCE: The Contractor shall
procure and shall maintain during the life of this contract public liability insurance
coverage in the form of a Commercial General Liability insurance policy to cover
bodily injury, including death, and property damage at the following limits:
$1,000,000 each occurrence and $2,000,000 aggregate limit.
• The insurance shall be provided on a project specific basis and shall
be endorsed accordingly.
• The insurance shall include, but not be limited to, contingent liability for
independent contractors , XCU coverage , and contractual liability.
c: BUSINESS AUTOMOBILE LIABILITY:
• $1,000,000 each accident
• The policy shall cover any auto used in the course of the project
d: BUILDER'S RISK OR INSTALLATION FLOATER:
This insurance shall be applicable according to the property risks
associated with the project and commensurate with the contractual
obligations specified in the contract documents.
e. EXCESS LIABILITY UMBRELLA
• $1,000,000 each occurrence; $2,000,000 aggregate limit.
PE FWCC Mechan ical & Control Repa irs of HVAC System (April 2012 )
Johnson Controls , Inc. {TXMAS )
Page 12 of 21
• This insurance shall provide excess coverage over each line of liability
insurance required herein . The policy shall follow the form(s) of the
underlying policies.
f. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance
required under the above paragraphs shall provide adequate protection for the
Contractor and its subcontractors, respectively, against damage claims which
may arise from operations under this contract, whether such operations be by
the insured or by anyone directly or indirectly employed by it, against any
insurable hazards which may be encountered in the performance of the
Contract.
f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish
the owner with satisfactory proof of coverage by insurance required in these
Contract Documents in the amounts and by insurance carriers satisfactory to the
Owner. The form to be used shall be the current Accord certificate of insurance
form or such other form as the Owner may in its sole discretion deem
acceptable. All insurance requirements made upon the Contractor shall apply to
the sub-contractors, should the Contractor's insurance not cover the
subcontractor's work operations performed in the course of this contracted
project.
ADDITIONAL INSURANCE REQUIREMENTS:
a. The Owner, its officers, employees and servants shall be endorsed as an
additional insured on Contractor's insurance policies excepting employer's
liability insurance coverage under Contractor's workers' compensation insurance
policy.
b. Certificates of insurance shall be delivered to the City of Fort Worth,
contract administrator in the respective department as specified in the bid
documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to
commencement of work on the contracted project.
c. Any failure on part of the Owner to request required insurance
documentation shall not constitute a waiver of the insurance requirements
specified herein.
d. Each insurance policy shall be endorsed to provide the Owner a minimum
thirty days notice of cancellation, non-renewal, and/or material change in policy
terms or coverage. A ten days notice shall be acceptable in the event of non-
payment of premium.
e. Insurers must be authorized to do business in the State of Texas and
have a current A.M. Best rating of A:VII or equivalent measure of financial
strength and solvency.
PE FWCC Mechanical & Control Repairs of HVAC System (April 2012)
Johnson Controls , Inc. (TXMAS)
Page13of21
f . Deductible limits , or self-funded retention lim its , on each policy must not
exceed $10 ,000. per occurren ce unless otherwise approved by the Owner.
g. In lieu of traditional insurance , Owner may consider alternative coverage
or risk treatment measu res through insurance pools or risk retention groups. The
Owner must approve in writing any alternat ive coverage .
h. Workers' compensation insurance policy(s) covering employees employed
on the project shall be endorsed with a waiver of subrogation providing rights of
recovery in favor of t he 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 fa il to complete the work as set forth in the Plans and
Specifications and Contract Documents within the time so stipulated, plus any
additional time allowed as provided in the General Conditions, there shall be deducted
from any monies due or which may thereafter become due him, the liquidated damages
outlined in the General Conditions, not as a penalty but as liquidated damages, the
Contractor and his Surety shall be liable to the Owner for such deficiency.
IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be
signed in four counterparts in its name and on its behalf by the City Manager and
attested by its Secretary, with the corporate seal of the City of fort Worth attached. The
PE FWCC Mechan ica l & Cont rol Repa irs of HVA C System (April 2012)
John son Contro ls, In c . (TX MAS )
Pa g e 14 of 2 1
Contracto r has executed this inst r ument through its duly authorized officers in four
counterparts with its corporate seal attached .
Done in Fort Worth , Texas , this the ~day of _J~LlA\Q.,,~~----A.D ., 2012 .
JOHNSON CONTROLS , INC.
~·/7 a
By: _L!J_~.L
Qill Ghale,
Metro aervice Manager
I'>! I C.#-A E;L G-fZo wf=
(ZEb,oNAl-vP S<HJv71oAJ 5
APPRO . RECOMMENDED :
By :
~
CJ.lJ
W . Wiersig , PE
Direc r , Transportation and ublic Works
Department
:::PR~ AND LEGALITY
Douglas W. Black
Assistant City Attorney
PE FWCC Mechanical & Control Repai rs of HVAC System (April 2012 )
Johnson Con t rols , Inc . (TXMAS )
M&C C-25583 (May 1, 2012)
Contract Authorization
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 15 of 21
Bond# ______________ _
PAYMENT BOND
THE STATE OF TEXAS
COUNTY OF TARRAN T"
-'
That we ,
§
§
§
Controls Inc. as "Principal" herein , and
co r porate surety (sureties), duly
authorized to do business in the S te of Texas , known as "Su ty " here in (whether one or more), are held
and firmly bound unto t he City of F t Worth , a municipal co · oration created pursuant to the laws of the
in the penal sum of i ht Hundred and Twent -Two Thousand
bind ourselves , our he irs, executors , admini
by these presents:
641.00), .l~wful money of the United States , to
ent of wh ich sum well and truly be made , we
WHEREAS , Pr incipal has entered into a ce t written Contract with C ity , awarded the ...f:._ day
of May , 2012 , which Contract is hereby referre o and made a part hereof for all purposes as if fully
set forth herein , to furnish all materials, equipment, abo and other accessories as defined by law , in the
prosecution of the Work as provided for in said ontrac and des ignated as Mechanical and Control
Re airs of HVAC S stem at the Fort Worth Co
NOW, THEREFORE , THE CONDITIO OF THIS OBL ATION is such that if Principal shall pay
all monies owing to any (and all) payment b d beneficiary (as defined in Chapter 2253 of the Texas
Government Code , as amended) in the pros cution of the Work u der the Contract , then this obligation
shall be and become null and void ; otherwis to remain in full force a effect.
This bond is made and executed i compliance with the provisi ns of Chapter 2253 of the Texas
Government Code , as amended , and all Ii bilities on this bond shall bed ermined in accordance with the
provisions of said statute .
PE FWCC Mechanical & Con trol Repa irs of HVAC Syste m (April 20 12)
Johnson Controls, Inc. (TXM AS )
Page 16 of 21
DELEGATION OF AUTHORITY
Johnson ~j
Controls
The undersigned, President of Johnson Controls, Inc., a Wisconsin corporation (the "Company"),
pmsuant to the authority vested in him by a celiain resolution adopted by the Board of Directors of the
Company on Januruy 23, 1980 hereby authorizes
Michael J. Crowe
Regional Vice President & General Manager -Solutions
to perfonn, on behalf of the Company, the acts described below:
To execute and deliver any and all contracts for the performance of work, sale of goods, and
furnishing of services, and any other insh·uments in connection therewith and in the ordinruy
course of business.
This authority does not extend to :
a. the execution of surety, perfo1mance or bid bonds;
· b. the collection, receipt and recove1y of monies due or to become due to the Company
and the issuance of receipts and releases for the payment thereof;
c. the signing of ru1y notes, contracts, or any other agreement to b01rnw money in the
name of the Company, or any form of guaranty for the payment or performance of
obligations of any subsidiary, affiliate, or joint venture of the Company; and
d. the signing, on behalf of the company, of any deeds, abstracts, offers to purchase or
any other instrnments pe1taining to the purchase or sale ofreal property'.
Any actions taken by such Delegate within the scope of acts authorized herein taken betw.een the date of
expiration of any prior delegation of authority and the date . hereof are hereby ratified, confinned and
approved as the acts and deeds of this Company.
This authority shall remain in full force and effect until October 15 , 20__!1_.
Signed at Milwaukee, Wisconsin, this 16th day of __ __c.A_.p_r_i_l ____ , 20_11..
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
Bond # 2saoo 1 14 1
PAYMENT BOND
KNOW ALL BY THESE PRESENTS:
That we, Johnson Controls, Inc., known as "Principal" herein, and
Liberty Mutua l Insurance Company a corporate surety (sureties), duly
authorized to do business in the State of Texas, known as "Surety" herein (whethe} one or more), are held
and firmly bound unto the City of Fort Worth , a municipal corporation created pursuant to the laws of the
State of Texas, known as "City" herein, in the penal sum of Eight Hundred and Twenty-Two Thousand
and Six Hundred And Forty-One and 00/00 Dollars ($822,641.00), l~wful money of the United States, to
be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum weU and truly be made , we
bind ourselves, our heirs , executors, administrators, successors and assigns, jo intly and severally, firmly
by these presents:
WHEREAS , Principal has entered Into a certain written Contract with City , awarded the ....f:_ day
of May , 2012, which Contract is hereby referred to and made a part hereof for all purposes as If fully
set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the
prosecution of the Work as provided for in said Contract and designated as Mechanical and Control
Repairs of HVAC System at the Fort Worth Convention Center (TPW2012-08).
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay
all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas
Government Code , as amended) in the prosecution of the Work under the Contract, then this ob l igation
shall be and become null and void; otherwise to remain in full force and effect.
Th is bond is made and executed in compliance with the provis ions of Chapter 2253 of the Texas
Government Code , as amended , and all liabil ities on this bond shall be determined in accordance wit h the
provisions of said statute .
PF. FWCC Mechanical & Control Repa irs of HVAC S ys tem (Ap ri l 201 2)
Johnson Controls, Inc. (TXMAS)
Page 16 of 21
BOND NUMBER: 268001141
IN WITNESS WHEREOF, the Principal and Surely have each SIGNED and SEALED this
instrument by duiy authorized agents and officers on this the 5th day of
_J_u_n_e ______ , 20 12.
ATTEST:
SEE ATTACHED DELEGATION OF AUTHORITY
(Principal) Secretary
Witness as to Principal
ATTEST:
SEE ATTACHED POWER OF ATTORNEY
(Surety) Secretary
PRINCIPAL :
JOHNSON CONTROLS , INC.
Signature .
Catherine B . Hutson ; Attorney-In-Fact
Name and Title
Address: 5757 North Green Bay Avenue
Milwaukee , WI 53209
SURETY:
LIBERTY MUTUAL INSURANCE COMPANY
BY ~Q ,~
~re
Lucy A . Hantzsch ; Attorney-In-Fact
Name and Title
Address: _1_7_5_B_er_k_el~ey_S_t_re_et _____ _
Boston , MA 02116
Telephone Number: 866-548-7309
Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws
showing that this person has authority to sign such obligation. If Surety's physical address is different
from its mailing address, both must be provided. The date of the bond shall not be prior lo the dale the
Contract is awarded .
PE FWCC Mechanical & Control Repairs of HVAC System (April 2012)
Johnson Controls, Inc. (TXMAS)
Page 17 or21
THE STATE OF TEXAS
COUNTY OFT ARRANT
Bond# 2ssoo1141
PERFORMANCE BOND
§
§
§
KNOW ALL BY THESE PRESENTS:
That we, Johnson Controls, Inc., known as "Principal" herein and _Li_be_rty~M_u_tu_a1 ______ _
Insurance Company , a corporate surety(sureties, if more than one)
duly authorized to do business in lhe Slate of Texas, known as "Surely" herein (whether one or more), are
held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of
Texas, known as "City" herein, in tho penal sum of, Eight Hundred and Twenty-Two Thousand and Six
Hundred and Forty-One and 00/00 Dollars ($822,641 .00), lawful money of the United States, to be paid
in Fort Worth , Tarrant County, Texas for the payment of which sum well and truly to be made, wo bind
ourselves, our heirs, executors, administrators, successors and assigns, Jointly and severally, firmly by
these presents .
WHEREAS, the Principal has entered into a certain written contract w ith the City awarded the 1•1 day
of May , 2012, which Contract is hereby referred to and made a part hereof for all purposes as if fully
set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the
prosecution of the Work, including any Change Orders, as provided for in said Contract designated as
Mechanical and Control Repairs of HVAC System at the Fort Worth Convention Center (TPW2012-
.Qfil.
NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully
perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work,
Including Change Orders, under the Contract, according to the plans, specifications, and contract
documents therein referred to, and as well during any period of extension of the Contract that may be
granted on the part of the City, then this obligation shall be and become null and void, otherwise to remain
in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant
County, Texas or the United Stales District Court for the Northern District of Texas, Fort Worth Division.
This bond Is made and executed in compliance with the provisions of Chapter 2253 of the Texas
Government Code, as amended, and all liabilities on this bond shall be determined ln accordance with the
provisions of said statue.
PE FWCC Mechanical & Control Repairs of HVAC System (April 2012)
Johnson Controls, Inc. (TXMAS)
Page 18 of 21
BOND NUMBER: 26800114 1
· IN WITNESS WHEREOF, the Princ lpal and the Surety have SIGNED and SEALED this
instrument by duly authorized agents and officers on this the ~day of _J_u_ne ____ , 20__g_.
ATTEST :
SEE A TI ACHED DELEGATION OF AUTHOR ITY
(Principal) Secretary
«~fl~
Witness as to Principal
fuJt?Jeen~ ~,.
Witness as to Surety
PRINCIPAL:
JOHNSON CONTROLS . INC .
BY: Viltwurw 12 iL]jv
Signature
Catherine B . Hutson; Attorney-In-Fact
Name and Title
Address : 5757 North Green Bay Avenue .
Milwaukee. WI 53209
SURETY:
LIBERTY MUTUAL INSURANCE COMPANY
BY:~Q.~
ignature
Lucy A. Hantzsch ; Attorney-In-Fact
Name and Title
Address : 175 Berkeley Street
Boston , MA 02 116
Telephone Number: _8_6_6_-5_4_8-_73_0_9 ____ _
*Note : If signed by an officer of the Surety Company, there must be on file a certified extract from the
by-laws showing that this person has authority to sign such obligation . If Surety's physical address is
different from its mailing address, both must be provided. The date of the bond shall not be prior to the
date the Contract is awarded.
PE FWCC Mechanical & Control Repairs of HVAC System (April 2012)
Johnson Controls, Inc. (TXMAS)
Page 19 of 21
Johnson Controls, Inc.
5757 N. Green Bay Avenue
Milwaukee, WI 53209
Johnson f j
Controls
DELEGATION OF AUTHORITY
The undersigned, President of Johnson Controls, Inc., a Wisconsin corporation (the "Company"),
pursuant to the authority vested in him by a certain resolution adopted by the Board of Directors of
the Company on January 23, 1980, hereby authorizes:
Catherine B. Hutson
Hays Companies
1200 N. Mayfair Road, Suite 100
Milwaukee, WI 53226
to perform, on behalf of the Company, the acts described below:
To execute, seal and deliver, as attorney-in-fact for the Company, surety bonds
forwarded to Hays Companies by a Company authorized surety that do not exceed
Two Million Dollars ($2,000,000.00) that are necessary and proper in carrying on
the business of the Company.
This authority shall remain in full force and effect for six (6) months from the date of issue.
Signed at Milwaukee, Wisconsin, this !::J+' day of ;:f Une._ _2QJ1.,... __ .
-'in
0
L
I
I ,
!II
C: Q)
ra .! , C:
rE
~~ Lu Q) . :I •-I'll
~'i
:I
~:2 . rn
I Q)
ra~ ~
Q) o_
: I'll
" ...
tilt;
Q) ...
Q) .-!-=
THIS POWER OF ATTORNEY 15 NOT VALID UNLESS IT 15 PRINTED ON RED BACKGROUND. 4958872
Jhis Power of Attorney limits the acts of those named herein , and they have no authority to bind the Company except in the manner and to the
extent herein stated.
LIBERTY MUTUAL INSURANCE COMPANY
BOSTON,MASSACHUSETTS
POWER OF ATIORNEY
KNOW ALL PERSONS BY THESE PRESENTS : That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company,
pursuant to and by authority of the By-law and Authorization hereinafter set forth , does hereby name , constitute and appoint DANIEL J . KWIECINSKI,
DANIEL J. SAPIRO, KATHLEEN A. CRARY, WENDY S. MILLER , KATHLEEN A. YOSS, KRISTIN N. SCHMIT, TRACY K. MATTHEWS, LISA M. SLAKES, CATHY HUTSON,
LUCY A . HANTZSCH , ALL OF THE CITY OF MILWAUKEE, STATE OF WISCONSIN .................................................................................................................................... ..
, each individually if there be more than one named , its true and lawful attorney-in-fact to make , execute , seal, acknowledge and deliver, for and on its
behalf as surety and as its act and deed , any and all undertakings, bonds , recognizances and other surety obligations in the penal sum not exceeding
TWO HUNDRED MILLION AND 00/100********************0 *0 *******************'*********************** DOLLARS($ 200,000,000.00•************************ ) each , and the
execution of such undertakings, bonds , recognizances and other surety obligations , in pursuance of these presents , shall be as binding upon the Company
as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons .
That this power is made and executed pursuant to and by authority of the following By-law and Authorization :
ARTICLE XIII -Execution of Contracts : Section 5 . Surety Bonds and Undertakings .
Any officer of the Company authorized for that purpose in writing by the chairman or the president , and subject to such limitations as the
chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make ,
execute , seal , acknowledge and deliver as surety any and all undertakings , bonds , recognizances and other surety obligations . Such attorneys-
in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and
execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
By tlie following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact:
Pursuant to Article XIII , Section 5 of the By-Laws , David M. Carey, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized
to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute , seal, acknowledge and deliver as surety
any and all undertakings , bonds , recognizances and other surety obligations .
That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty
Mutual Insurance Company has been affixed thereto in Plymou th Meeting , Pennsylvania this day of 28th day of October
2011
LIBERTY MUTUAL INSURANCE COMPANY
~~,;~?ta,, Seo,etary
COMMONWEALTH OF PENNSYLVANIA ss
COUNTY OF MONTGOMERY
On this 28th day of October 2011 , before me , a Notary Public , personally came David M . Carey, to me known, and
acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation ; and that he executed
the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said
corporation.
IN TESTIMONY WHER • ~nto subscribed my name and affixed my notarial seal at Plymouth Meeting , Pennsylvania , on the day and year
first above written S O i,.,oNW€'..q(,,_ (<J J ., Ha• ,i "'o"' 1 ,,/--...,. d
,-.. (.J 5,:, I ~-cor.:is·,·l~ !'wt.::yrc~ 1 ~ ~
OF ·,1,,,,.,, ·, Twu Nln I~ n»Hy ·0,1,•ty j B I r~v ,mm·.~s,·~Fxo, c.-..1 ... >e..:<:1;13 y__, _____________________ _ ~ ~Y Tere~a Pastella , Notary Publ ic
CERTIFICATE 1' '-'V~\..'l~ 0
I, the undersigned , Assista S~'1re f!i f liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is
a full , true and correct copy, 1 i ul kfe ce and effect on the date of this certificate; and I do further certify that the officer or official who executed the said
power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII ,
Section 5 of the By-laws of Liberty Mutual Insurance Company.
This cert ifi cate and the above power of attorney may be signed b,y facsimile or mechanically reproduced signatures under and by authority of the following
vote of the board of directors of Liberty Mutual Insurance Compa ny at a meeting duly called and held on the 12th day of March, 1980.
VOTED that the facsimile or mecl'!anically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified
copy of any power of attorney issued by the company in connection with surety bonds , shall be valid and binding upon the company with the
same force and effect as though manually affixed.
~y WHER~Oz ldr~ereunto subscribed my name and affixed the corporate seal of the said company, this 5~ day of
!:.~~ ~~\~,:s·,)1)
'~5/
>,
I'll
"C
VI
VI
Q)
C:
VI
:I
.Q
>,
C:
I'll
C: =o
I'll t-u VJ
~w
EE
0 a.
t:!o <(cw,
'o~
... "C
Q) C: 3: I'll OE
Q. I'll
.!!lo ..c:o
:: c,;
0 C:
~al :§.!
-Q) ~ .Q
Clo
..c:°"" -N
ECI>
.!::~
~Cl>
00 u..-
0~ I-....
FACTORY MUTUAL INSURANCE COMPANY
•
CERTIFICATE OF INSURANCE
300 S. Northwest Highway
Suite 100
Park Ridge, IL 60068
847-430-7000
This document is issued as a matter of information only and confers no rights upon the
document holder. This certificate does not amend, extend, or alter the coverage, terms,
exclusions, conditions, or other provisions afforded by the policy. We hereby certify
that insurance coverage is now in force with our Company as outlined below.
TITLE OF INSURED:
JOHNSON CONTROLS, INC.
Policy No: FD387
Account No: 1-02013
Description & Location of Property Covered:
Personal Property
U.S. Installation Floater
BE
Miscellaneous Unnamed Loc a tions
VARIOUS, US
Effective: 01-0ct-2011
Expires: 01-0ct-2012
Index No: 000920.00
Ins Loe: USIN
COVERAGE IN FORCE: (Subject to limits of liabili ty, deductibles and all conditions in the
policy)
Insurance Provided: Peril:
PROPERTY DAMAGE ALL RISK
ADDITIONAL INTERESTS: (See Page 2)
Limit of Liability:
$882,641
Additional interests under the policy, consisting of, but not limited to mortgagees,
lenders loss payees, loss payees, and additional named insureds, are covered in
accordance with Certificates of Insurance issued to such interests and on file with this
Company. Loss, if any, shall be payable to such additional interests, as their interests
may appear, and in accordance with loss payment provisions of the policy.
ATTN: PROPERTY INSURANCE DEPARTMENT
TRANSPORTATION AND PUBLIC WORKS DEPT,
CITY OF FORT WORTH
401 WEST 13TH STREET
FORT WORTH, TX 76102
7420(5/11) LDI CO! 272556 05 11 1 of 2
Certificate: 00359-002
Ef _fec~ 07-J
BY.__ /':---=--
Authorized Signatu
TIMOTHY L KELLY
FACTORY MUTUA L I NSURANCE COMPANY 300 S. Northwest Highway
Suite .100
CERTIFICATE OF INSURANCE
Park Ridge, 1IL 60068
847 -430 -7000
This document is issued as a matter of information only and confers no rights upon the
document holder. This certificate does not amend, extend, or alter the coverage, terms,
exclusions, conditions, or other provisions afforded by the policy. We hereby certify
that insurance coverage is now in force with our Company as outlined below.
TITLE or DISURED:
JOHNSON CONTRO LS, I NC .
Policy No: FD38 7
Account No: 1-020 13
ADDITIONAL IRTERESTS:
Effective: 01 -0ct -2011
Expires: 01 -0ct-2012
Type - Loss Payee i n accordance with the Additional Interes t s clause stated above.
Name -TRANSPORTATION AND PUBLIC WORKS DEPT ,
Address -CI TY OF FORT WORTH
401 WEST 13TH STREET
FORT WORTH , TX 76102 Lease : 2PY L-0009
As Respects Personal Property consisting of Belts, Fi lter Racks ,
Filters, Pi pi ng and Miscellaneous Control Parts(Valves , covers , sensors)
si t uated a t the following Location:
11 00 Commerce Street
Forth Worth , TX
Effec t ive Date : June 7, 2012
Estimated Comp l eti on Date : March 1, 2013
7420(5/11) LDI COI 272556 05 11 2 of 2
CERTIFICATE: 003 59-002
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Mechanical and Control Repairs of HVAC system at Fort Worth Convention Center (TPW2012-08)
Pursuant to Texas Labor Code Section 406.096(a), as amended , Contractor certifies that it provides
worker's compensation insurance coverage for all of its employees employed on City Project No.
TPW2012-08 . Contractor further certifies that, pursuant to Texas Labor Code, Section 406 .096(b), as
amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation
coverage.
CONTRACTOR:
Company
1 % I A-c~ F'Dtz.i--FfZE€ <.,uA'(
Address
City/State/Zip Code
THE STATE OF TEXAS §
COUNTY OF TARRANT §
By: /Yllt!-HAeL C..~o W £ --Ii~ jfnt)()~
Signature:~~
Title: tze610NA-L vP 5oLu noAJ S
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared _______ _
M \( YY"~\ crt:Lv£ ' known to me to be the person
whose name is subscribed to the foregoing instrument, and acknowledged to me that b..§./she
executed the same as the act and deed of--------------------
for the purposes and consideration therein expressed and in the capacity there in stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this _ ___.,.~.,__day of ___ _
.~\1L(\L ,20 ¥--.
PE FWCC Mechanical & Control Repairs of HVAC System (April 2012)
Johnson Controls , Inc. (TXMAS)
Page 21 of 21
Johnson ~},
Controls
Mr. Jack Durham
City of Fort Worth
Transportation & Public Works
401 W 13 1h Street
Fort Worth, TX 76102
Ref: Fort Worth Convention Center
Subject: Mechanical & Controls Repairs
TXMAS Contract: TXMAS-6-840160
Dear Jack,
Johnson Controls, In c.
746 1 Airport Freeway
Rich land Hill s,_Texas 76 11 8
Tel.: (8 17 ) 54 8-2 20 0 (Office)
(8 17) 548-220 1 (Fax)
March 10 , 2012
• "i
JCI is pleased to provide a proposal for the Fort Worth Convention Center utilizing t he TXMAS
contract requirements. This proposal covers mechanical and controls repairs required to be
completed prior to performing the Commissioning project at the Convention Center.
Total price for Mechanical & Controls Repairs is$ 822 ,641.
These repairs are necessary to achieve the guaranteed energy savings associated with the
Commissioning project and improve overall indoor environment at the Convention Center.
Total DBE participation for this proposal is 7%.
The attached scope of work is a complete list of all repair items identified by Summit
Consultants during the commissioning process. Some repair items have already been
completed under other contracts. Even though it is difficult to determine if some of the VAV
box issues are due to incomplete work associated with the ESPC Phase Ill project, JCI has
agreed to handle some of these repairs as Phase Ill warranty items.
The following provides clarifications to the Remarks column in the scope of work :
Remarks Clarification
Phase Vlb, A 17 -24 Work com leted for air handlers A 17-24 under Phase Vlb contract
JCI Service Work com leted under JCI Service contract
Not Included VAV boxes & associated supply diffusers are inaccessible.
... · ... .Co sultants is reviewin these issues with FWCC.
Phase Ill
~
Since the 11-29-11 Proposal, the following additional repair items have been identified:
Cateaorv # of New Items Remarks
Arena Air Handlers 31
Air Handlers 1 (Item #338) AHU-49
VAV Boxes 299
As requested, separate prices have been included for all new repair items in the attached
·scope of work . JCI has agreed to handle the AHU-49 repairs as Phase Ill warranty items.
City may want to consider adding an allowance for additional repairs items that may be
discovered as other repairs are completed. For example, as recent repairs were completed
on air handlers A 17 -24, it was determined that the strainers needed to be replaced.
Price proposal cost breakdowns:
11-29-11 Proposal
Total $662,441
Phase Vlb Contract ($60,000)
New Subtotal $602,441
New Items
Mechanical $72,667
Controls $118,811
JCI Fee $28,722
Total $220,200
If you have any questions, please give me a call at 817-480-6953.
Regards,
Harry Romine, P.E.
Account Manager
Johnson Controls, Inc.
Page 2
SUMMIT CONSULTANTS COMMISSIONING PUNCH LIST
Site: Fort Worth Convention Center (Arena Air Handlers)
ITEMSTO BE ADDRESSED APPLICABLE AIR HANDLER WORK REM-ARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
MOTOR SHEAVES OUT OF LINE WITH SUPPLY FAN A-17 ,32 ,33 ,34 ,36 ,37 ,41,42 Mechanical 1 SHEAVES , ALIGN SHEAVES AS REQUIRED . 876
UNIT DID NOT RESPOND TO ENABLE/DISABLE
COMMAND FROM DOC FRONT END, TROUBLESHOOT A-17 ,26 ,29 Contro ls
2 CONTROL LOGIC AND CONTROL WIRING 938
RETURN AND OUTSIDE AIR DAMPER DID NOT FULLY
CLOSE/OPEN IN ECONOMIZER MODE, A-18 , 19 ,44.45 Controls TROUBLESHOOT CONTROL LOGIC AND CONTROL
3 WIRING, VERIFY DAMPER IS NOT BINDING. 1,200
CLEAN COIL A-17-46 Mechanical Phase Vlb
4 A17-24 13 ,973
REMOVE EXISTING FILTER ROIL, FILTER ADVANCE Phase V lb MECHANISM, AND BYPASS DAMPER BLADES. A-17-46 Mechanical A17-24 X
5 PROVIDE 2" PLEATED FILTER RACK.
SUPP LY FAN BELTS ARE LOOSE , TIGHTEN/REPLACE A-J 9,24,28 ,38 ,41 Mecha nical 6 BEL TS AS REQUIRED. 876
OPEN MANUAL OUTSIDE AIR DAMPER IN FULL OPEN
POSITION. LOCK DA MPER IN PLACE BY ATTACHING
DAM P ER BLADE HANDLE TO OUTSIDE AIR A-17-46 Mechanical Phase Vlb
DUCTWORK. VER IFY EAC H INSTALLATION, SOM E 0 /A A17-24
DAMPER ASSEMBLIES ARE NO LONGER CONNECTED
7 TO THE DAMPER HANDLE. 3,260
STRAINER SLOWDOWN VALVE IS BROKEN. REPLACE A-22 Mechanical 8 WITH NEW . 3 18
OV E RLOAD WAS TRIPPED ON CIRCUIT BREAKER A-23 Mechanical 9 UPON ARRIVAL. CH ECK MOTOR OVERLOADS. 1,08 0
RETURN ACCESS DOOR IS DAMAGED , RE PAIR DOOR A-24,29 Mechanical 10 AS REQUIRED. 1,524
OUTSIDE AIR DAMPER DID NOT FULLY OPEN, CHECK
CONTROL LOGIC , CONTROL WIRING, AND VERIFY THE A-25 Controls
11 DAMPER IS NOT BINDING. 313
MISSING CONTROL VALVE COVER, RE PLAC E WITH A-27,35.42.43 ,46 Controls 12 NEW . 156
OUTSIDE AIR MANUAL DAMPER AIR IS BROKEN, A-28 Mechanical 13 REPLACE WITH NEW. 63 5
NO SUPPLY FAN BELTS , PROVIDE NEW SUPPLY FAN A-29,43 Mechanical 14 BELTS. 318
CHILLED WATER ISOLATION VALVES CLOSED.
CH ECK IF CHILLED WATER COIL IS FULLY INSTALLED.
OPEN CHILLED WATER ISOLATION VALVES AND A-17 ,31.40.43 Mechanical
CHECK FOR ANY LEAKS. VERI FY ACTUATION OF -
15 CONTROL VAL VE . 635
RETURN AIR DAMPER LACKS A MOTORIZED
ACTUATOR. PROVIDE MOTORIZED ACTUATOR AND A-31 Controls
16 LINK ACTUATION TO DOC SYSTEM . 1,250
SUPPLY ISOLATION VALVE HANDLE BRO K EN .
PROVIDE NEW VALV E HANDLE , VERIFY VALVE IS A-32 Mechanical
17 FULLY FUNCTIONAL. 318
I UNI T ORIGINALLY WAS DISABLED DUE TO LOW
TEMPERATURE SENSOR. VERIFY LOW A-33 Controls TEMPERATURE S ENSOR IS FUNCTIONAL AND IS
18 ACCURATE ACCORDING TO TEMPERATURE SCALE. 625
UNIT WOULD TURN ON AND OFF INTERMITTENTLY
WITHOUT A CONTROL COMMAND. TEST CONTROLS A-34,35 ,37 Controls AND REPLACE/REPAIR DAMAGED PARTS AS
19 REQUIRED. 2,500
FWCC Commission List Rev8_03-10-12 .xlsx 1 of 46
I ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
(ITEM# PROPOSAL COST
CHECK WIRING IN MOTOR STARTER/OVERLOADS. A-35 Mechanical 20 POOR CONNECTIONS FOUND. 445
I CONTROLLER WOULD NOT ACTIVATE ECONOM IZER
MOD E. CHECK CONTROL LOGIC AN D CONTROLS A-17,26 ,29,3 1,34,35 ,36 ,37 ,43 Contro ls
2 1 CONNECTIONS WITH UNIT. 3,160
DOOR HANDLE IS BROKEN . PROVIDE NEW A-36 Mechanical 22 DOOR/DOOR HANDLE AS REQUIRED. 349
I BIRDS LOCATED IN OUTSIDE AIR INTAKE. MISSING
i
SCREEN MATERIAL IN BUILDING OUTSIDE AIR
SCREEN (OR IGINAL BUILDING CONSTRUCTION). A-36 ,38 Mechan ical
PROVIDE NEW BIRD SCR EE N IN OUTSIDE AIR IN T AK E
23 WHERE OPENING EX ISTS . 3,176
24 REPLACE MECHANICAL ROOM LIGHT. A-37 Mechanical 191
CONDENSATE PIPING IS DAMAGED. REPLACE
CONDENSATE PIPING WITH NEW . PROTECT FROM A-38 Mechanical
25 FOOT TRAFFIC DAMAGE. 635
NOP-TRAP ON CONDENSATE DRAINS. PROVIDE P-
1 TRAPS ON ALL AIR HANDLERS, SIZE TRAP Phas e Vlb ACCORDINGLY TO THE TOTAL STATIC PRESSURE OF A-17-46 · Mechanical A17-24 X
THE UNIT. SUBMIT TYPICAL DETAIL PRIOR TO
26 INSTALLATION. -
EXC ESSIVE NOISE FROM AIR HANDLER. RE PLACE
BEARINGS AND LUBRICATE AIR H ANDLER AS A-39 Mechanical
27 REQUIRED. 1,588
I WATER DISCOVERED ON FLOO R OF RETURN AIR
~ I
SECTION NEAR COIL, VERIFY SOURCE OF WATER, A-40 Mechanical
28 CLEAN CONDENSATE LINE OF ANY CLOGS. 318
29 AIR HANDLER WOULD NOT ACTIVATE IN AUTO MOD E. A-44 Controls 352
CONTROL LOGIC IS BACKWAR DS FOR ECONOMIZER . A,44 Controls
30 REVERSE CONTROLS LOGIC AS REQUIRED . 352
I CONTROL VALVE WIRING NEEDS TO REPAIRED AND A-44 Controls 31 PLACED IN NEW CONDUIT. X--
1 FLUSH ALL STRAINERS, REPLACE ANY STRAINER
BLOW DOWN VALVES THAT ARE NON FUNCTIONAL. Phase Vlb PROVIDE HOSE AND HOSE CONNECTION TO ALLOW A-17-46 Mechanical A17-24 REGULAR MAINTENANCE BY CITY OF FORT WORTH
32 PERSONAL. 876 r CONTROLS CONTRACTOR NEEDS TO MODIFY
. GRAPHIC'S SCREEN TO SHOW STATUS (R UN ,
ECONOMIZER MODE, TEMPERATURE, ALARM) OF ALL A-17 -46 Controls X 30 UNITS ON ONE SCREEN. IT IS TOO CUMBERSOME
"r' FOR THE OPERATOR TO PAGE THRU 30 SCREENS .
33 FOR STATUS OF ALL UNITS. -
! GAP IN BUILDING ENVELOPE FOUND NEAR
SOUTHWEST AREA OF ARENA (VISIBLE THROUGH
RETURN AIR GRILLE IN MECHANICAL MEZZAINE). GAP Mechanical y 34
SHOULD BE SEALED WITH FOAM BACKER ROD AND
SEALANT OR SUITABLE ALTERNATIVE . 4,636
I 35 REPLACE STAINERS A-17-46 Mechanical 27,811
YY /''.· /: _.\._, '_-J\'G .. ;c) '' ... '\'/,:, .;,.·,::-' -</ '·<\'.'. ·,,," +.c;wv<<<·''-,i>f < ; -i_,, Y;:c; ·.•+, ,,,; t <,Tr i .h. . ·:·>) i, :,,• ... . ' F· ,· ,· x.·,
I
Site: Fort Worth Convention Center (Air -
Handlers)
·1
r ENTHALPY WHEEL NOT TURNING AL THOUGH
CONTROLS INDICATE IT IS. PROBABLE BROKEN BELT.
ENTHALPY WHEEL NEEDS TO BE CLEANED PER
1 MANUFACTURER. CONTROL DAMPERS (R ETURN AIR, MAU-7 Controls JCI Service
OUTSIDE AIR, RELIEF AIR) ARE NON FUNCTIONAL,
T' REPAIR, LUBRICATE, AND ADJUST. REPLACE FILTERS
(SA AND RA SIDE OF WHEEL) -
FWCC Commission List Rev8_03-10-12.xlsx 2 of 46
ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
ENTHALPY WHEEL NOT TURNING AL THOUGH
CONTROLS INDICATE IT IS. PROBABLE BROKEN BELT.
ENTHALPY WHEEL NEEDS TO BE CLEANED PER
2 MANUFACTURER. CONTROL DAMPERS (R ETURN AIR , MAU-8 Controls JCI Service
OUTSDIE AIR , RELIEF AIR) ARE NON FUNCT IO NA L,
REPAIR , LUBRICATE , AND ADJUST . REPLACE FILTERS
'SA AND RA S IDE OF WHEEL) .
RIA FAN NOT WORKING . ENTHALPY WHEEL NOT
TURNING ALTHOUGH CONTRO LS INDICATE IT IS .
PROBABLE BROKEN BELT. ENTHALPY WHEEL N EEDS
3 TO BE CLEANED PER MAN UFACTURER. CONTROL MAU-9 Controls JCI Service DAMPERS (RETURN AIR, OUTSIDE AIR, RELIEF AIR)
ARE NON FUNCTIONAL, REPAIR , LUBRICATE , AND
ADJUST. REPLACE FILTERS (S A AND RA SIDE OF
WHEEL) .
ENTHALPY WHEEL NOT TURNING AL THOUGH
CONTROLS INDICATE IT IS. PROBABLE BROKEN BELT .
ENTHALPY WHEEL NEEDS TO BE CLEANED PER
4 MANUFACTURER. CONTROL DAMPERS (R ETURN AIR, MAU-10 Contro ls JCI Service
OUTS IDE AIR , RELIEF AIR) ARE NON FUNCT IONA L,
.REPA IR , LUBRICATE, AND ADJUST. REPLACE FILTERS
i(SA AND RA SIDE OF WHEEL) .
ENTHALPY WHEEL NOT TURNING A L THOUGH
CONTROLS IND ICATE IT IS. PROBABLE BROKEN BELT .
ENTHALPY WHEEL NEEDS TO BE CLEANED PER
5 MANUFACTURER. CONTROL DAMPERS (RETURN AIR , MAU-11 Controls JCI Service
OUTSIDE AIR , RELIEF AIR) ARE NON FUNCTIONAL,
RE PAIR , LUBRICATE, AND ADJUST. REPLACE FILTER S
(S A AND RA SIDE O F WHEEL) .
RETURN FAN RF-7 SERVES AHU-7 . THERE ARE 3
FIRE/SMOKE DAMPERS AT THE FLOOR PENETRATION
RETURN FEEDING THE RETURN FAN . 2 OF 3
6 FIRE/SMOKE DAMPERS WERE FOUND CLOSED . THE RF-7 Controls JCI Service
LINKAGE FOR THESE NEEDS TO BE
ADJUSTED/REPAIRED AS REQUIRED TO BE OPEN IN
NORMAL STATE . -
MAU-1 IS O FFLINE. SUPPLY FAN FUSES B LOW . IT
APPEARS THAT TH IS UN IT HAS VIRTUALLY NEVER RU
7 BASED UPON IVS LIKE NEW AND CLEAN CONDITION . MAU-1 Controls JCI Service
FILTERS LOOKED BRAND NEW (FACTORY ORIGINAL)
ENTHALPY WHEEL WAS CLEAN AS IF NEW . -
MA U-2 IS OFFLINE. SUPPLY FAN BEARING A PPEARS
BAD. IT APPEARS THAT THIS UNIT HAS VIRTUALLY
8 NEVER RU BASED UPON IYS LIKE NEW AND CLEAN MAU-2 Controls JCI Service
CONDITION . FILTERS LOOKED BRAND NEW (FACTORY
ORIGINAL) ENTHALPY WHEEL WAS CLEAN AS IF NEW. -
FIRE/SMOKE DAMPERS AT THE FLOOR
PENETRATIONS FOR SU PPLY AIR AND RETURN AIR
9 FOR THIS UNIT ARE PARTIALLY CLOSED . THE MAU-2 Controls JCI Service LINKAGE FOR THESE NEEDS TO BE
ADJUSTED/REPAIRED AS REQUIRED TO BE O PEN IN
NO RMA L STATE. .
SUPPLY FAN BELTS NEED ADJUSTMENT OR
REPLACEMENT. THE FIRE SMOKE DAMPERS AT THE
10 FLOOR PENETRATION ARE PARTIALLY SHUT. THE AHU -4 Controls JCI Service LINKAGE FOR THESE NEEDS TO BE
ADJUSTED/REPAIRED AS REQUIRED TO BE OPEN IN
NORMAL STATE .
FWCC Commission List Rev8_03-10-12.xlsx 3 of 46
I ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
THE RETURN AIR FAN RF-4 IS RUNNING AT A HIGHER
I VOLUME THAN THE SUPPLY FAN FOR AHU -4 . THIS
CREATES A POSITIVE PRESSURE IN THE RIA MIXING
11 BOX. THIS PREVENTS ANY OUTDOOR AIR FROM AHU-4 RF-4 Controls JCI Service COMING AND ACTUALLY CAUSES AIR TO BE
J RELIEVED OUT OF THE BUILDING THROUGH THE 0 /A
DAMPER .RECOMMENDTHATTHERETURNFANBERE
., SHEAVED OR VFD ADDED . -
1 THERE ARE 3 FIRE/SMOKE DAMPERS AT THE FLOOR
.I PENETRATION FOR SUPPLY AIR. 2 OF 3 FIRE/SMOKE
12 DAMPERS WERE FOUND CLOSED . THE LINKAGE FOR AHU-5 Controls JCI Service
THESE NEEDS TO BE ADJUSTED/REPAIRED AS
• J REQUIRED TO BE OPEN IN NORMAL STATE .
I THE OUTSIDE AIR DAMPER ASS EMBLY AND RETURN
AIR DAMPER ASSEMBLY HAVE BEEN DAMAGED. IT
APPEARS THAT AN EVENT OCCURRED WHERE THE
13 SUPPLY FAN WAS RUNNING AND THE DAMPERS AHU-5 Controls JCI Service
I WERE SUDDENDL Y CLOSED DAMAGING THE
DAMPERS. THE DAMPERS NEED TO BE REPAIRED OR
REPLACED AS REQU IRED TO BE OPERABLE. r THERE ARE 3 FIRE/SMOKE DAMPERS AT THE FLOOR
PENETRATION FOR SUPPLY AIR. 1 OF 3 FIRE/SMOKE
14 DAMPERS WERE FOUND CLOSED . THE LINKAGE FOR AHU -6 Controls JCI Service
~ THESE NEEDS TO BE ADJUSTED/REPAIRED AS
REQUIRED TO BE OPEN IN NORMAL STATE. -
! THE RETURN AIR FAN RF-6 IS RUNNING AT A HIGHER
VOLUME THAN THE SUPPLY FAN FOR AHU-6 . THIS
CREATES A POSITIVE PRESSURE IN THE RIA MIXING
I 15 BOX. THIS PREVENTS ANY OUTDOOR AIR FROM AHU-6 RF-6 Controls JCI Service COMING AND ACTUALLY CAUSES AIR TO BE
RELIEVED OUT OF THE BUILDING THROUGH THE 0 /A
DAMPER. RECOMMEND THAT THE RETURN FAN BE RE .... SHEAVED OR VFD ADDED. -
I RETURN FAN RF-6 SERVES AHU-6 . THERE ARE 3
FIRE/SMOKE DAMPERS AT THE FLOOR PENETRATION
RETURN FEEDING THE RETURN FAN . THE r 16
FIRE/SMOKE DAMPERS WERE FOUND PARTIALLY RF-6 Controls JCI Service
CLOSED. THE LINKAGE FOR THESE NEEOS TO BE
ADJUSTED /REPAIRED AS REQUIRED TO BE OPEN IN
"J NORMAL ST ATE . -
r RETURN FAN RF-7 SERVES AHU -7. THERE ARE 3
FIRE/SMOKE DAMPERS AT THE FLOOR PENETRATION
RETURN FEEDING THE RETURN FAN . TWO OF THREE
17 FIRE/SMOKE DAMPERS WERE FOUND CLOSED. THE RF -7 Controls JCI Service LINKAGE FOR THESE NEEDS TO BE
ADJUSTED/REPAIRED AS REQUIRED TO BE OPEN IN
NORMAL STATE. THIS CAUSES AN EXCESS AMOUNT
OF OUTSIDE AIR TO BE BROUGHT IN . -
THERE IS A SMALL LEAK AT THE CHILLED WATER
I PIPING CONNECTION TO THE COOILING COIL. THIS
18 LEAK IS INSIDE THE UNIT BETWEEN THE HEATING AHU-21 Controls JCI Service
AND COOLING COIL. FWCC HAS PLACED A BUCKET
INSIDE THE UNIT TO COLLECT THE DRIP. -
I 19 THE COOLING COIL IS NOT PERFORMING TO DESIGN . AHU-21 Controls JCI Service CHECK COOLING COIL STRAINER FOR BLOCKAGE. -
FWCC Commission List Rev8_03-10-12 .xlsx 4 of 46
ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
FAN SHAFT BEARING IS BAD. (BEARING ON SIDE
20 OPPOSITE FAN SHEAVE). CHECK SHAFT FOR RF-13 Mechanical X
DAMAGE. BALANCE FAN WHEEL -
21 LIQUID TIGHT CONDUIT CONNECTION AT SUPPLY FAN . AHU-15 Mechanical X MOTOR IS BROKEN . REPAIR . -
MIXED AIR TEMPERATURE SHOWED TO BE 84
DEGREES . NEED TO CHECK MOTORIZED 0 /A DAMPER
22 AT FLOOR BELOW . RECOMMEND THAT ALL AHU-15 Mechanical BALLROOM AIR HANDLING UNITS HAVE 0% 0 /A X
UNLESS IN ECONOMIZER MODE . MAU UNITS CAN
PROVIDE ALL 0 /A NEEDED FOE THE BALLROOM. -
23 SUPPLY FAN NEEDS NEW BEL TS MUA-4 Mechanical X -
24 SUPPLY FAN AND RELIEF FAN BELTS NEED TO BE MUA-3 Mechanical TIGHTENED OR REPLACED . X -
25 RETURN FAN BEL TS NEED TO BE REPLACED WITH AHU-10 , 12, 1!! Mechanical NEW. X -
26 CHILLED WATER AND HOT WATER COILS ARE DIRTY AHU-10 , 11, 12, 16, 18 Mechanical AND REQUIRE CLEANING. X -
27 CHILLED WATER AND HOT WATER PIPING SERVING AHU-18 Mechanical COILS DO NOT HAVE BALANCING VALVES . X -
28 STANDING WATER IS PRESENT NEAR CONDENSATE AHU-16 Mechanical PAN AND UNABLE TO DRAIN . X
29 A SECTION OF THE CONDENSATE PAN DOES NOT AHU-16 Mechanical DRAIN TOWARD CONDENSATE DRAIN . X -
30 SUPPLY FAN BELTS NEED TO BE REPLACED WITH AHU-12,_16 Mechanical NEW . X -
STANDING WATER IS PRESENT NEAR CONDENSATE
31 PAN AND UNABLE TO DRAIN . CONDENSATE APPEARS AHU-11 , 12 Mechanical TO BE SPLASHING OUT OF CONDENSATE PAN INTO X
BOTIOM OF AIR HANDLER. -
32 FILTERS WERE DIRTY AND NEED REPLACING . AHU-11 Mechan ical X -
33 LOOSE DUCT INSULATION IS PRESENT IN THE AIR AHU-11 Mechanical HANDLER AND NEEDS TO BE REMOVED . X -
RETURN FAN APPEARED TO BE OUT OF BALANCE
34 (EXC ESSIVE VIBRATION AND MOVEMENT). BALANCE AHU-11 Mechanical X FAN TO REDUCE WEAR ON BEARINGS AND FAN
BELTS. -
35 RETURN FAN MOTOR CASING IS COVERED WITH AHU-10 Mechanical DIRT. CLEAN /REMOVE DIRT FROM CASING . X -
OUTSIDE AIR DUCT SERVING AHU-11 IS DAMAGED
36 AND OPEN TO MECHANICAL ROOM . REPAIR/REPLACE AHU-11 Mechanical OUTSIDE AIR DUCT AS REQUIRED. REPAIR OR X
REPLACE MOTORIZED 0 /A DAMPER AS REQUIRED. -
37 FIL TEAS WERE DIRTY AND NEED REPLACING. AHU-8 Mechanical X -
SUPPLY FAN CABINET DOORS NEED SEALS AND
38 DOOR LATCHES REPLACED/REPAIRED . EXCESSIVE AHU-8 Mechanical X
LEAKAGE -
39 REPLACE/ADJUST SUPPLY FAN BELTS AND RETURN AHU-8 Mechanical FAN BELTS X -
FIL TEAS DO NOT FIT WIDTH OF FILTER RACK , SHORT
40 BY ABOUT 4 INCHES. FABRICATE SPRING SPACER TO AHU-8 Mechanical X
FIT AND SEAL OPENING. -
41 ADJUST OUTSIDE AIR DAMPER TO BE FULLY CLOSED AHU-8 Mechanical WHEN DAMPER ACTUATOR IS IN CLOSED POSITION X
-
FWCC Commission I.isl Rev8_03-10-12.xlsx 5 of 46
_!
ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
I
POWER SUPPLY CONDUIT FED FROM FLOOR TO
SUPPLY FAN HAS BEEN DAMAGED BY BACK OF
· HOUSE TRAFFIC. THIS 4 80 V POWER REPRESENTS A y 42 POTENTIAL HAZARD. THIS NEEDS TO BE REPAIRED AHU-8 Mechanical X
AND PROTECTED FROM FUTURE DA MAGE.
RECO M MEND CONCRETE CURB OR BOLLARDS . --· 43 FILTERS WERE DIRTY AND NEED REPLACING . AHU-9 Mechan ical X -
FILTERS DO NOT FIT WIDTH OF FILTER RACK, SHORT
i 44 BY ABOUT 4 INCHES . FABRICATE SPRING SPACER TO AHU-9 Mechanical X
FIT AND SEAL OPENING .
! . 1 OF 3 BELTS AT RETURN FAN IS MISSING . REPLACE 45 RF -9 Mechanical X ALL BELTS. -
,, 46 CHECK FAN S HAFT BEARING AT RETURN FAN . RF-9 Mechanical BALANCE FAN WHEEL AS REQUIRED . X -
I ACCESS DOOR FOR RELIEF DAMPER HAD BEEN
47 COVERED BY INSULATOR. RE PA IR INSULATION AHU-9 Mechanical X . AROUND NEWLY CUTOUT ACCESS DOOR. -T 48
CHILLED WATER AND HOT WATER COILS ARE DIRTY AHU-9 Mechan ical AND REQUIRE CLEANING . X -
49 CONDENSATE PAN NEEDS CLEAN ING AHU-9 Mechanical X
SUPPLY FAN CABINET DOORS NEED SEALS AND i' 50 DOOR LATCHES REPLACED/REPAIRED . EXCESSIVE AHU -7 Mechanical X
LEAKAGE -
: CONDENSATE IS PULLING OFF OF COIL AND INTO FAN
SECTION. INSULATION IN FLOOR OF PERFORATED
i FAN SECTION IS SATURATE D. SOME CONDENSATE
5 1 LEA KS ONTO FLOOR. IT APPEARS THAT THE WATER AHU-7 Mechanical X
IS BEING PULLED OFF OF TRAY AT BOTTOM OF
UPPER COIL. SUGGEST A FACTORY REP FOR
RESOLUTION. -
T 52
FIRE/SMOKE DAMPERS AT THE FLOOR
PE NETRATIONS FOR RETU RN AIR FOR THIS UNIT ARE
PARTIALLY CLOSED. THE LINKAGE FOR THESE RF-7 Mechanical X
NEEDS TO BE ADJUSTED/REPAIRED AS REQUIRED TO
t..l BE OPEN IN NORMA L STATE . -
I 53 COILS NEED TO BE CLEANED AND COMBED AHU-7 Mechan ical X -
J 54 FILTERS WERE DIRTY AND NEED REPLACING. AHU-7 Mechanical X -
'r 55
ADJUST OUTSIDE AIR DAMPER TO BE FULLY CLOSED AHU-7 Mechanical WHEN DAMPER ACTUATOR IS IN CLOSED POSITION X
-
I 56 CH ILLED WATER AND HOT WATER COILS ARE DIRTY AHU-1 Mechan ical X AND REQUIRE CLEANING . -
57 CONDENS ATE PAN NEEDS CLEANING AHU-1 Mechanical X -r POWER SUPPLY CONDUIT FED FROM FLOOR TO
SUPPLY FAN HAS BEEN DAMAGED BY BACK OF
58 HOUSE TRAFFIC. THIS 480 V POWER REPRESENTS A AHU-1 Mechanical POTENTIAL HAZARD . THIS N EEDS TO BE REPAIRED X r AND PROTECTED FROM FUTURE DAMAGE.
RECOMMEND CONCRETE CURB OR BOLLARDS .
SUPPLY FAN CABINET DOORS NEED SEALS AND
~59 DOOR LATCH ES REPLACED /REPAIRED . EXCESSIVE AHU-1 Mechanical X
LEAKAGE
I 60 1 OF 3 BELTS AT RETURN FAN IS MISSING. REPLACE RF-1 Mechanical ALL BELTS . X
f 61 REPLACE/ADJUST SUPPLY FAN BELTS AND RETUR N AHU-2/ RF-2 Mechanical FAN BELTS X -
I 62 CHILLED WATER AND HOT WATER COILS ARE DIRTY AHU-2 Mechanical X AND REQUIRE CLEANING . -
FWCC Commission List Rev8_03-10-12 .xlsx 6 of 46
ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /2 9/11 NEW ITEM
ITEM# PROPOSAL COST
0 /A DAMPER ACTUATOR IS BROKEN OFF AT
CONNECTION TO DAMPER LINKAGE. 0 /A DAMPER
63 MAY BE DAMAGED DUE TO DUCT COLLAPSE (STUCK AHU-2 Mechanical X OPEN) VERIF Y AND REPAIR OR REPLACE AS
REQUIRED. 0 /A DAMPER WAS FOUND 100% OPEN .
COORDINATE RE PAIR WITH CONTROLS -
SUPPLY FAN CABINET DOORS NEED SEALS AND
64 DOOR LATCHES REPLACED /REPAIRED. EXCESSIVE AHU-2 Mechanical · X
LEA KAGE
INSULATION IN MIXING BOX AT 0 /A INTAKE HAS COME
65 LOOSE. THIS NEEDS TO BE REMOV ED AND AHU -2 Mechan ical X
REPLACED . -
66 REPLACE/ADJUST SUPPLY FAN BELTS AND RETURN AHU-3 Mechanic al FAN BELTS X -
67 REPLACE/REPAIR BROKEN VIBRATION ISOLATION AHU-3 Me c hani ca l SPRINGS AT DISCHARGE MOUNT OF SU PPLY FAN X -
68 CHI LLED WATER AND HOT WATER COILS ARE DIRTY AHU-3 Mechanical AND REQUIRE C LEANING . X -
69 FILTERS WERE DIRTY AND NEED REPLACING. AHU -3 Mechanical X -
INSULATION IN MIXING BO X AT 0 /A INTAKE HAS COME --
70 LOOSE (LARGE SHE ETS ). THIS NEEDS TO BE AHU-3 Mechanical X
REMOVED AND REPLACED. -
FILTERS DO NOT FIT WIDTH OF FILTER RACK, SHORT
71 BY ABOUT 4 INCHES. FABRICATE SPRING SPACER TO AHU-3 Mechanical X
FIT ANO SEAL OPENING . -
SUPPLY FAN CABINET DOORS NEED SEALS AND
72 DOOR LATCHES RE PLACED /REPAIRED . EXC ESSIVE AHU-3 Mechanical X
LEAKAGE -
CONDENSATE IS PULLI NG OFF OF COIL AND INTO FAN
S ECTI ON. INSULATION IN FLOOR OF PERFORATED
FAN SECTION IS SATURATED . SOME CONDENSATE
73 LEAKS ONTO FLOOR. IT APPEARS THAT THE WAT ER AHU -3 Mechanical X
IS BEIN G PULLED OF F OF TRAY AT BOTTOM OF
UPPER COIL. SUGG EST A FACTORY REP FOR
RESO LUTI ON. -
74 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH F&C 8-17 Mechanical NEW. X -
REMOVE FILTER MECHANISM AND REPLACE WITH
75 CONVENTIONAL FILTER RACK. FILTER RACK SHALL F&C 8 '17 Mechanical X
ACCEPT 2" FILTERS .
REPLACE WOODEN PA NE L (AC CESS TO
76 CHILLED/HEATING WATER COILS) WITH INS ULATED F&C 8-17 Mechanical X
(M INIMU M R-6 ) SHEET METAL PANEL. -
77 CHILLED/HEATING WATER AND CONDENSATE LINES F&C B-17 Mechanical NEED TO BE REINSULATED X
78 PROVIDE CONDENSATE LI NE P-TRAP SIZED FOR UNIT F&C 8-17 Mechanical STATIC PRESSURE X -
79 HEATING/CHILLED WATER COI LS ARE DIRTY AND F&C 8 -17 Mechanical REQU IRE CLEANING X
REPLACE EXISTING CONDENSATE PAN WITH NEW
80 AND SLOPE CONDENSATE PAN TOWARDS EXISTING F&C B-17 Mechanical X
DRAIN.
81 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH F&C 8-6 Mechanical NEW. X -
REMOVE FILTER MECHANISM AND REPLACE WITH
82 CONVENTIONAL FILTER RACK. FILTER RACK SHALL F&C B-6 Mechan ical X
ACCEPT 2" FILTERS .
REPLACE EXI STING RETURN GRILLES IN EXHIBIT
83 HA LL W ITH AN EQUIVALENT TO THE TITUS 33RL F&C B-6 Mechanical HEAVY DUTY BAR RETURN GRILLE. MATCH RETURN X
GRILLE SIZE TO EXISTING GRILLE SIZE.
FWCC Commis·sion List Rev8 _03-10-12 .xls x 7 of 46
I ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29/11 NEW ITEM
ITEM# PROPOSAL COST
84 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT F&C B-6 Mechanical STATIC PRESSURE X -
I 85 HEATING/CHILLED WATER COILS ARE DIRTY AND F&C B-6 Mechanical REQUIRE CLEANING X -
86 EXC ESSIVE VIBRATION FROM FAN/MOTOR
ASSEMBLY. BALANCE FA N TO ALLEVIATE VIBRATION. F&C B-6 Mechanical X
--· 87 INSULATE CONDENSATE PIPING F&C B-6 Mechanical X -
FLEXIBLE ELASTOMERIC MATERIAL CONNECTING
i 88 RETURN DUCTWORK TO UNIT IS DAMAGED /OPEN TO F&C B-6 Mechanical SPACE . REPLACE FLEXIBLE ELASTOMERIC MATERIAL X
WITH NEW. -
REPLACE EXI STING CONDENSATE PAN WITH NEW
,' 89 AND SLOPE CONDENSATE PAN TOWARDS EXISTING F&C B-6 Mechanical X
DRAIN. -
I 90 SUPPLY FAN BELTS NEED TO BE REPLACED WITH F&C B-7 Mechanical X NEW. -• REPLACE EXISTING RETURN GRILLES IN EXHIBIT
91 HALL WITH AN EQUIVALENT TO THE TITUS 33RL F&C B-7 .-Mechanical HEAVY DUTY BAR RETURN GRILLE. MATCH RETURN X
GRILLE SIZ E TO EXISTING GRILLE SIZE. -
92 FILTERS AR E DIRTY AND NEED TO BE CHANGED WITH F&C B-7 Mechanical NEW. X -
! REMOVE FILTER MECHANISM AND REPLACE WITH
93 CONVENTIONAL FILTER RACK . FILTER RACK SHALL F&C B-7~ Mechanical X
ACCEPT 2" FILTERS. -
'i 94 HEATING/CHILLED WATER COI LS ARE DIRTY AND F&C B-7 Mechanical REQUIRE CLEANING X -
l 95 SUPPLY FAN BEL TS ARE LOOSE AND NEED TO BE F&C B-7 Mechanical X REPLACED WITH NEW . -
IT' 96 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT F&C B-7 Mechanical STATIC PRESSURE X
! 97 CHILLED/HEATING WATER AND CONDENSATE LI NES F&C B-7 Mechanical NEED TO BE REINSULATED X
~-
-
RE PLACE EX ISTI NG CONDENS ATE PAN WITH NEW
98 AND SLOPE CONDENSATE PAN TOWARDS EXISTING F&C B-7 Mechanical X
DRAIN. -
! 99 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH F&C B-8 Mechanical NEW. X -r 100
REMOVE FI LTER MECHANISM AND REPLACE WITH
CONVENTIONAL FILTER RACK. FILTER RACK SHALL F&C B-8 Mechani cal X
ACCEPT 2 " FILTERS ..
REPLACE EXISTING RETURN GRILLES IN E XHIBIT .
1 101
HALL WITH AN EQUIVALENT TO THE TITUS 33RL F&CB-8 Mechanic al HEAVY DUTY BAR RETURN GRILLE. MATCH RETURN X
GRILLE SIZE TO EXISTING GRILLE SIZE. -
' HEATIN G/CHILLED WATER COILS ARE DIRTY AND 102 REQUIRE CLEANING F&C B-8 Mechanical X -
! 103 EXCESSIVE VIBRATION FROM FAN/M OTOR F&C B-8 Mechanical ASSEMBLY . BALANCE FAN TO ALLEVIATE VIBRATION . X
-
ij 104 PROVIDE CONDENSATE LINE P-TRA P SIZED FOR UNIT F&C B-8 Mechanical STATIC PRESSURE X -
, . 105 HEATING WATER AND CONDENSATE LINES NEED TO F&C B-8 Mechanical BE REINSULATED X -
. CLEAN TRASH OUT OF SECONDARY PAN AND SLOPE
r 106
PAN IN THE DIRECTION OF DRAIN OR WATER F&C B-8 Mechanic al SENSOR. IF THE PAN CAN NOT BE SLOPED DUE TO X
DETERIORATION OF PAN REPLACE PAN WITH NEW. -
FWCC Comm ission List Rev8_03-10-12.xlsx 8 of 46
ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
CONDEN SA TE IS LEAKIN G INTO SUPPLY DUCTWO RK.
107 DUCTWORK SHOULD BE REVIE W ED FOR DAMAG E TO F&C 8-8 Me c hanical X
INTERIOR INSULATION.
REPLAC E EXISTING CONDENSATE PAN WI TH NEW
108 AND S LOP E CO N DE NSATE PAN TO WA RDS EXISTING F&C B-8 Mec hanica l X
DRAIN .
109 FILTERS A RE DIRTY A ND NEED TO BE CHANG ED WITH F&C B-9 Me ch anic al NEW. X
REMOVE FILTER MECHANISM AND REPLACE WITH
110 CONVENTI O NAL FILTER RAC K. FILTER RACK SHALL F&C 8-9 Mechani cal X
ACCEPT 2" FILTERS . .
REPLACE EXISTING RETURN GRILLES IN EX HIB IT
111 HALL WITH AN EQUIVAL ENT T O THE TITU S 33R L F&C B-9 Me chan ical HEAVY DUTY BAR RETURN GRILLE. MATCH RETURN X
GRILLE SI Z E TO EXISTING GRILLE SIZE .
112 HEATING/CHILLED WATER COILS ARE DIRTY AND F&C B-9 Mechanical REQUIRE CLEANI NG X
REPLACE EXISTING CONDE NSATE PAN WITH NEW
113 AND SLO PE CONDENS ATE PAN TOWARDS EXISTING F&C B-9 Mec hanical X
DRAIN. .
114 CHILLED/HEATING WATER AND CONDENSATE LINES F&C B-9 Mechanical NEED TO BE REINSULATED X
115 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT F&C 8-9 Me c hanical STATIC PRESSURE X .
HOLE IN UNIT ON RETURN SIDE NEAR CONDENSATE
116 PAN . PATCH /REPAIR/INSULAT E/SEAL HOLE AIR F&C B-9 Mechanical X
TIGHT.
117 CHILLED/HEATING WATER AND CONDENSATE LINES F&C B-10 Mechan ical NEED TO BE REINSULATED X
REPLACE EXISTING RETURN GRILLES IN EXHIBIT
118 HALL WITH AN EQUIVALENT TO THE TITUS 33RL F&C B-10 Mechanical HEAVY DUTY BAR RETURN GRILLE. MATCH RETURN X
GRILLE SI Z E TO EXISTING GRILLE SIZE. .
119 PROVID!= CONDENSATE LINE P-TRAP SIZED FOR UNIT F&C 8-10 Mechanical X STATIC PRESSURE
CLEAN TRASH OUT OF SECONDARY PAN AND SLOPE
120 PAN IN THE DIRECTION OF DRAIN OR WATER F&C 8-10 Mechanical SENSOR. IF THE PAN CAN NOT BE SLOPED DUE TO X
DETERIORATION OF PAN REPLACE PAN WITH NEW .
SUPPLY FAN BELTS NEED TO BE REPLACED WITH
121 NEW. WHEN BELTS ARE REPLACED PLACE EXISTING F&C B-10 Mechanical X
FAN BELT SHROUD BACK ON UNIT. .
122 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH F&C B-10 Mechanical NEW. X .
REMOVE FILTER MECHANISM AND REPLACE WITH
123 CONVENTIONAL FILTER RACK . FILTER RACK SHALL F&C B-10 Mechanical X
ACCEPT 2" FILTERS .
REPLACE EX ISTING CONDENSATE PAN WITH NEW
124 AND SLOPE CONDENSATE PAN TOWARDS EXISTING F&CB-10 Mechanical X
DRAIN.
125 HEATING/CHILLED WATER COILS ARE DIRTY AND F&C 8-10 Mechanical REQUIRE CLEANING X
126 REMOUNT BELT SHROUD ON AIR HANDLER. F&CB-11 Mechanical X
REPLACE EXISTING RETURN GRILLES IN EXHIBIT
127 HALL WITH AN EQUIVALENT TO THE TITUS 33RL F&CB-11 Mechanical HEAVY DUTY BAR RETURN GRILLE . MATCH RETURN X
GRILLE SIZE TO EXISTING GRILLE SIZE. .
128 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH F&CB-11 Mechanical NEW. X
FWCC Comm iss ion List Rev8 _03-10-12 .xls x 9 of 46
I ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
I ITEM# PROPOSAL COST
I REMOVE FILTER MECHAN ISM AN D REPLACE WITH
129 CONVENTIONAL FILT ER RAC K. FILTER RACK SHALL F&C B-11 Mec hanical X
ACCEPT 2" FILTERS .
130 HEATING/CHILLED WATER CO IL S ARE DIRTY AN D F&C B-11 Mec hanical X REQUIRE CLEANING -
1 131 CHILLED/HEATING WATER AND CON DENSATE LI NES F&C B-11 Mec hanica l X NEED TO BE RE INSULATED -
~ REPLACE EXISTI NG CON DENSATE PAN WITH NEW
132 AND SLOPE CONDENSATE PAN TOWARDS EXISTING F&CB-11 Mec ha nical X
1.:-J DRAIN . -
I FLE XIBLE ELASTOMERIC MATERIAL CO NNECTING
RETURN DUCTWORK T O UNIT IS DAMAGED/OPEN TO 133 SPACE . REPLACE FLE XIBLE ELASTOMERIC MATERIAL F&CB-11 Mecha nical X
• I WITH NEW . -.,
134 SUPPLY FAN BELTS NEED TO BE REPLACED WITH F&C B-12 Mechani ca l X NEW. -
REPLACE EXISTING RETURN GRILLES IN EXH IBIT
135. HALL WITH AN EQUIVALENT TO THE TITUS 33RL F&C B-12 Mechanical X HEAVY DUTY BAR RETURN GRILLE. MATCH RETURN
GRILLE SIZE TO EXISTING GRILLE SIZE . ..
136 HEATING WATER AND CONDENSATE LINES NEED TO F&C B-12 Mechanical X BE REINSULATED -
137 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT F&C B-12 Mech ani cal X STATIC PRESSURE -
138 FILTERS ARI;: DIRTY AND NEED TO BE CHANGED WITH F&C B-12 Me chani cal X NEW. -
1 REMOVE FILTER MECHANISM AND REPLACE WITH
139 CONVENTIONAL FILTER RACK . FILTER RACK SHALL F&C B-12 Me chanical X
ACCEPT 2" FILTERS . -
REPLACE EXISTING CONDENSATE PAN WITH NEW
I,' 140 AND SLOPE CONDENSATE PAN TOWARDS EXISTING F&C B-12 Mechanical X
DRAIN .
! FLE XIBLE ELASTOMERIC MATERIAL CONNECTING
RETURN DUCTWORK TO UNIT IS DAMAGED/OPEN TO 141 SPACE . REPLACE FLE X IBLE ELASTOMERIC MATERIAL F&C B-12 Mechanical X
&.J WITH NEW . -
I 142 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH F&C B-13 Mechanical X NEW . -
REMOVE FILTER MECHANISM AND REPLACE WITH
143 CONVENTIONAL FILTER RACK . FILTER RACK SHALL F&CB-13 Mechanical X
ACCEPT 2" FILTERS.
I REPLACE EXISTING RETURN GRILLES IN EXHIBIT
144 HALL WITH AN EQUIVALENT TO THE TITUS 33RL F&C B-13 Mechanical X HEAVY DUTY BAR RETURN GRILLE. MATCH RETURN
GRILLE SIZE TO EXISTING GRILLE SIZE.
I 145 HEATING/CHILLED WATER COILS ARE DIRTY AND F&C B-13 Mechanical X REQUIRE CLEANING -
~ 146
PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT F&C B-13 Mechanical X STATIC PRESSURE -
r 147 HEATING WATER AND CONDENSATE LINES NEED TO F&C B-13 Mechan ical X BE REINSULATED -
FLEXIBLE ELASTOMERIC MATERIAL CONNECTING
148 RETURN DUCTWORK TO UNIT IS DAMAGED/OPEN TO F&C B-13 Mechanical X SPACE. REPLACE FLEXIBLE ELASTOMERIC MATERIAL
' WITH NEW. -
REPLACE EXISTING CONDENSATE PAN WITH NEW
,.. 149 AND SLOPE CONDENSATE PAN TOWARDS EXISTING F&C B-13 Mechan ical X
DRAIN . -
FWCC Commiss ion List Rev8_03-10-12 .xls x 10 of 46
ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
CLEAN TR AS H O UT OF S ECON DA RY PAN AND SLOPE
150 PAN IN THE DI RECTI ON OF DRAIN OR WATER
SENSOR . IF T HEPAN CAN NOTBE S LO P ED DUETO F&C B-13 Mec hanical X
DETERIORAT ION O F PA N REPLA C E PA N WI TH NEW . -
C HILLED/HEATI NG WAT ER LIN ES ARE VA LV ED O FF .
151 VER IFY CONDITION OF CHILLED/HEATI NG W ATER F&C B-1 4 Mechani cal X
COILS AND ACC ESSO RIES.
REPLA C E EXIST ING RETURN GRILLES IN EXHIBIT
152 HALL WITH AN EQU IVALE NT TO T HE TITUS 33 RL F&C 8 -14 Me ch anic al · HEAVY DUTY BAR RETU RN GRI LLE . MAT CH RETURN X
GRILLE SIZE TO EXI ST IN G G RILLE S IZE. -
153 HEATING WATER AND COND ENS ATE LI NE S N EED TO F&C B-1 4 Mech anical BE REINSU LATED X -
15 4 PROVIDE CONDEN SAT E LINE P-TRAP SIZED FOR UNIT F&C 8-14 Mech anical STATIC PRESSURE X -
REPLACE EXISTING CONDENSATE PAN WITH NEW
155 AND SLO PE CON DENSATE PAN TOWARDS EXI STING F&C B-14 Mech ani cal X
DRAIN .
HEATIN G/CHILLED WAT ER COILS A RE DIRTY AND . ..
156 REQUIRE CLEANING F&C B-14 Mechanic al X -
REMOVE FILTER MECHANISM AND REPLACE WITH
157 CONVENTIONAL FILTER RACK . FILTER RAC K SHALL F&C B-14 Mec hanic al X
ACCEPT 2" FILTERS.
158 PROVIDE CO NDENSATE LI N E P-TRAP S IZED FOR UNIT F&C B-15 Mech anical STATIC PRESSURE X -
159 HEATING WATER AND CONDENSATE LINES NEED TO F&C B-15 Mechanical BE REINSULATED X -
160 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH F&C 8-15 Mechanical NEW. X -
REMOVE FILTER MECHANISM AND REPLACE WITH
161 CONVENTIO NAL FILTER RAC K. FILTER RACK SHALL F&C 8-15 Mechan ical X
ACCEPT 2" FILTERS .
REPLACE EXISTING RETURN GRILLES IN EXHIBIT
162 HALL WITH AN EQUIVALENT TO THE TITUS 33RL
HEAVY DUTY BAR RETURN GRILLE. MATCH RETURN F&C B-15 Mechani c al X
GRILLE SIZE TO EXISTING GRILLE SIZE.
REPLACE EXISTING CONDENSATE PAN WITH NEW
163 AND SLOPE CONDENSATE PAN TOWARDS EXISTING F&C 8 -15 Mechanical X
DRAIN . -
164 OUTSIDE AIR DAMPER IS DAMAGED AND LEAKS AIR
WHEN IN THE FULL CLOSED POSITION . AHU-25 Mechanical X
165 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH AHU-25 Mechanical NEW. X -
166 CHILLED WATER VISUAL THERMOMETER IS BROKEN. AHU-25 Mechanical X
167 RETURN FAN BEL TS ARE LOOSE AND NEED TO BE AHU -25 Mechan ical REPLACED WITH NEW. X -
LIGHT SWITCH , LOCATED ON THE EXTERIOR OF THE
168 UNIT IS LOOSE/DAMAGED. REPAIR SW ITCH TO
PREVENT WIRING FROM BEING EXPOSED TO THE AHU-25 Mechanical X
ELEMENTS .
169 SUPPLY FAN BELTS ARE LOOSE AND NEED TO BE
REPLACED WITH NEW . AHU -24 Mechan ical X
170 EXCESSIVE VIBRATION FROM RETURN FAN /MOTOR AHU-24 Mechan ical ASSEMBLY. BALANCE FAN TO ALL:.EVIATE VIBRATION . X
171 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH AHU-24 Mechan ical NEW. X -
172 RETURN AIR EXTERIOR DOOR IS JAMMED AND WILL AHU-24 Mechanical NOT OPEN. X -
FWCC Commiss ion List Rev8 _03-10-12 .xls x 11 of 46
-I ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29/11 NEW ITEM
ITEM# PROPOSAL COST
173 SUPPLYFANBELTSARELOOSEAND NEEDTOBE AHU -23 Mec han ic al REPLACED WITH NEW . X -
174 HEATING/CHILLED WATER COILS ARE DIRTY AND AHU -23 Mechanical X REQUIRE C LE ANING -
175 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH AHU -23 Mec hanic al NEW. X -
l 176 HEATING/CHI LLED WATER COILS ARE DIRTY AND AHU -20 Mechan ical REQUIRE CLEANING X -
177 EXTER IOR SUPPLY AIR DOOR IS JAMMED AND WILL AHU -19 Mechanical NOT OPEN. X -
I 178 SUPPLY FAN BELTS ARE LOOSE AND NEED TO BE F&C A-11 Mechanical REPLACED WITH NEW . X -
179 MOUNT BELT GUARD BACK ON AIR HANDLER. F&CA-11 Mechanical X -
1 COND ENSATE IS POOLING IN PAN DUE TO THE BUILD
UP OF CORROSION PARTICLES IN THE PAN AND
180 CORROSION OF THE PAN. REPLACE CONDEN.SATE F&C A-11 Mechanical X
L
PAN WITH NEW AND S LOPE PAN TOWARD
CONDENSATE DRAIN . -
1 181 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH F&CA-1 1 Mechanical NEW . X -
182 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT F&CA-11 Mechanical STATIC PRESSURE X -
183 HEATI NG/CHILLED WATER COILS ARE DIRTY AND F&CA-11 Mechanical REQUIRE CLEANING X -
I CHILLED/HEATING WATER AND CONDENSATE LINES 184 NE ED TO BE REINSULATED F&C A-11 Mechanical X -
'T' 185
HEATING COIL IS VALVED OFF . CHECK FOR LEAKS IN F&C A-11 Mechanical COIL AND PIPING ACCESSORIES. X -
I 186 SUPPLY FAN BELTS ARE LOOSE AND NEED TO BE F&C A-10 Mechanical X REPLACED WITH NEW. -
187 MOUNT BELT GUARD BACK ON AIR HANDLER. F&C A-10 Mechanical X -
j 188 FILTERS ARE DIRTY AN D NEED TO BE CHANGED WITH F&C A-10 Mechanical NEW. X -
' TWO SEPARATE FILTER RACKS ARE CURRENTLY IN
T 189
PLACE THAT LEA K AIR AROUND FILTERS . ABANDON
CURRENT FILTER RACKS AND CONSTRUCT A FILTER
RAC K THAT SPANS THE LENGTH AND WIDTH OF THE F&C A-10 Mechanical X
RETURN FOR THE A IR HANDLER TO HELP PREVENT
AIR FROM TRAVELING AROUND THE FILTERS
'r (M INIMUM 2" FILTERS ). -
I 190 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT F&C A-10 Mechan ical X STATIC PRESSURE -
CONDENSATE IS POOLING IN PAN DUE TO THE BUILD
I
UP OF CORROSION PARTICLES IN THE PAN AND
191 CORROSION O F THE PAN. REPLACE CONDENSATE F&C A-10 Mechanical X
PAN WITH NEW AND SLOPE PAN TOWARD
CONDENSATE DRAIN . -
r "192 CHILLED/HEATING WATER AND CONDENSATE LINES F&C A-10 Mechanical NEED TO BE REINSULATED X -
I HEATIN G/CHILLED WATER COILS ARE DIRTY AND 193 REQUIRE CLEANING F&C A-10 Mechanical X y 194
-
SUPPLY FAN BELTS ARE LOOSE (TWO ARE M ISSI NG) F&C A-9 Mechanical X AND NEED TO BE REPLACED WITH NEW. -
! 195 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH F&C A-9 Mechanical NEW. X -
FWCC Commission List Rev8 _03-10-12.xlsx 12 of 46
ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
TWO SEPARATE FILTER RACKS AR E CURRENTLY IN
PLACE THAT LEAK AIR AROUND FILTERS. ABANDON
CURRENT FILTER RACKS AND CONSTRUCT A FILTER
196 RACK THAT SPANS THE LENGTH AND WIDTH OF THE F&C A-9 Mechanical X
RETURN FOR THE AIR HANDLER TO HELP PREVENT
AIR FROM TRAVELING AROUND THE FILTERS
(MINIMUM 2" FILTERS). -
197 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT F&C A-9 Mechanical STATIC PRESSURE X -
198 HEATING/CHILLED WATER COILS ARE DIRTY AND F&C A-9 Mechanical REQUIRE CLEANING X -
CONDENSATE IS POOLING IN PAN DUE TO THE BUILD
UP OF CORROSION PARTICLES IN THE PAN AND
199 CORROSION OF THE PAN . REPLACE CONDENSATE F&CA-9 Mechanical X
PAN WITH NEW AND SLOPE PAN TOWARD
CONDENSATE DRAIN . -
FLEXIBLE ELASTOMERIC MATERIAL CONNECTING
SUPPLY DUCTWORK TO UNIT IS DAMAGED/OPEN TO
200 SPACE (CAUSING EXCESSIVE AIR LEAKAGE). F&C A-9 Mechanical ...
X
REPLACE FLEXIB LE ELASTOMERIC MATERIAL WITH
NEW. -
20 1 CHILLED/HEATING WATER AND CONDENSATE LINES F&C A-9 Mechanical NEED TO BE REINSULATED X -
202 UNIT WAS NOT OPERATIONAL AT THE TIME OF THE AHU-49 Mechanical SURVEY DUE TO DAMAGED COILS. X -
203 CHI LLE D/HEATING WATER AND CONDENSATE LI NES F&C A-16 Mechanical NEED TO BE REINSU LATED X -
EXCESSIVE AIR LEAKAGE AROUND CHILLED/HEATING
204 WATER PIPING ENTRANCE TO UNIT. SEAL AREA F&CA-16 Mechanical X
AROUND PIPING ENTRANCE AIR TIGHT. -
20 5 SUPPLY FAN BEL TS ARE LOOSE (O NE IS MISSING) F&C A-16 Mechanical X AND NEED TO BE REPLACED WITH NEW . -
206 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT F&C A-16 Mechanical STATIC PR ESSURE X -
207 FILTERS A RE DIRTY AND NEED TO BE CHANGED WITH F&C A-16 Mechanical NEW. X -
TWO SE PA RATE FILTER RACKS ARE CURREN.TL YIN
PLACE THAT LEAK AIR AROUND FILTERS. ABANDON
CURRENT FI LTER RACKS AND CONSTRUCT A FILTER
208 RACK THAT SPANS THE LENGTH AND WIDTH OF THE F&C A-16 Mechanical X
RETURN FOR THE A IR HANDLER TO HELP PREVENT
AIR FROM TRAVELING AROUND THE FILTERS
{MINIMUM 2" FILTERS). -
CONDENSATE IS POOLING IN PA N DUE TO THE BU ILD
UP OF CORROSION PARTICLES IN THE PAN AND
209 CORROSION OF THE PAN. REPLACE CONDENSATE F&CA-16 Mechanical X
PAN WITH NEW AND SLOPE PAN TOWARD
CONDENSATE DRAIN. -
FLEXIBLE ELASTOMERIC MATERIAL CONNECTING FAN
21 0 AND COIL SECTION IS DAMAGED/OPEN TO SPACE. F&C A-15 Mechanical REPLACE FLEXIBLE ELASTOMERIC MATERIAL WITH X
NEW .
211 CHILLED/HEATING WATER AND CONDENSATE LINES F&C A-15 Mechanical NEE D TO BE REINSULATED X -
212 MOUNT BELT GUARD BACK ON AIR HANDLER. F&C A-15 Mechanical X -
213 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH F&C A-15 Mechanical NEW. X -
FWCC Commission List Rev8_0 3-10-12 .x ls x 13 of 46
I ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
1 TWO SEPARATE FILTER RACKS ARE CURRENTLY IN
PLACE THAT LEAK AIR AROUND FI LTERS . ABANDON
CURRENT FILTER RACKS AND CONSTRUCT A FILTER
214 RACK THAT SPANS THE LENGTH AND WIDTH OF THE F&C A-1 5 Mechanical X
J RETURN FOR THE AIR HANDLER TO HELP PREVENT
AIR FROM TRAVELING AROUND THE FILTERS
(MINIMUM 2" FILT ERS ). .
I CONDENSATE IS POOLING IN PAN DUE TO THE BUILD i 2 15
UP OF CORROSION PARTICLES IN THE PAN AND
CORROSION OF THE PAN . REPLACE CONDENSATE F&CA-15 Mechanical X
PAN WITH NEW AND SLOPE PAN TOWARD
CONDENSATE DRAIN .
2 16 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT F&C A-15 Mechanical STATIC PRESSURE X .
I 217 HEATING/CHILLED WATER COILS ARE DIRTY AND F&C A-15 Mec han ical X REQUIRE CLEANING .
"T' 218
HEATING/CHILLED WATER COILS ARE DIRTY AND F&C A-4 Mechanical REQUIRE CLEANING X .
I FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH
NEW. OLD FILTERS HAVE FALLEN OFF OF FILTER
219 RACK AND INTO THE RETURN AIR SECTION O F F&C A-4 Mechanical X
' DUCTWORK. REMOVE THESE FILTERS FROM
RETURN AIR SECTION . .
I 220 CHILLED/HEATING WATER AND CONDENSATE LINES F&C A-4 Mechanical NEED TO BE REINSULATED X . r 221
PROVIDE CONDENSATE LINE P-TRAP SIZ ED FOR UNIT F&C A-4 Mechanical STATIC PRESSURE X .
I EXCESS IVE AIR LEAKAGE AROUND CHILLED/HEATING
WATER PIPING ENTRANCE TO UNIT. SEAL AREA
222 AROUND PIPING ENTRANCE AIR TIGHT. HOLE IN F&C A-4 Mechan ical X
' SHEET METAL OF HOT DECK. SEAL HOLE IN SHEET
METAL AIR TIGHT. .
CONDENSATE IS POOLI NG IN PAN DUE TO THE BUILD
UP OF CORROSION PARTICLES IN THE PAN AND
223 CORROSION OF THE PAN . REPLACE CONDENSATE F&C A-4 Mechanical X
I PAN WITH NEW AND SLO PE PAN TOWARD
CONDENSATE DRAIN.
224 CHILLED/HEATING WATER AND CONDENSATE LINES F&C A-5 Mechanical NEED TO BE REINSULATED X .
I 22 5 HEATING/CHILLED WATER COILS ARE DIRTY AND F&C A-5 Mechanical REQUIRE CLEAN ING X .
22 6 FILTERS ARE DIRTY AND NEED TO BE CHANG ED WITH F&C A-5 Mechanical NEW. X .
T CONDENSATE IS POOLING IN PAN DUE TO THE BUILD
UP OF CORROSION PARTICLES IN THE PAN AND
227 CORROSION OF THE PAN . REPLACE CONDENSATE F&C A-5 Mechan ical X
PAN WITH NEW AND SLOPE PAN TOWARD
i,.J CONDENSATE DRAIN. .
I 228 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT F&C A-5 Mechan ical STATIC PRESSURE X .
._J 229 SUPPLY FA N BEL TS ARE LOOSE AND NEED TO BE F&C A-6 Mechanical REPLACED WITH NEW. X .
I 230 HEATING/CHILLED WATER COILS ARE DIRTY AND F&C A-6 Mechanical REQUIRE CLEANING X
231 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH F&C A-6 Mechanical NEW . X .
I 232 CHILLED/HEATING WATER AND CONDENSATE LINES F&C A-6 Mechanical NEED TO BE REINSULATED X .
233 PROVIDE CONDENSATE LINE P-TRA P SIZED FOR UNIT F&C A-6 Mechanical STATIC PRESSURE X . -
FWCC Comm ission List Rev8 _03-10-12 .xl sx 14 of 46
ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29/11 NEW ITEM
ITEM# PROPOSAL COST
CONDENSATE IS POOLING IN PAN DUE TO THE BUILD
UP OF CORROSION PARTICLES IN THE PAN AND
234 -CORROSION OF THE PAN . REPLACE CONDENSATE F&C A-6 Mechanical X
PAN WITH NEW AND SLOPE PAN TOWARD
CONDENSATE DRAIN. -
235 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH F&CA-1 Mechanical NEW. X
236 REPLACE CONDENSATE PAN WITH NEW AND SLOPE F&C A-1 Mechanical PAN TOWARD CONDENSATE DRAIN. X -
237 HEATING/CHILLED WATER COILS ARE DIR TY AND F&C A-1 Mechanical REQUIRE CLEANING X -
238 CHILLED/HEATING WATER AND CONDENSATE LINES F&CA-1 Mechanical NE ED TO BE REINSULATED X -
EXCESSIVE AIR LEAKAGE AROUND CHIL LE Di HEATING
239 WATER PIPING PENETRATIONS INTO UNIT. SEAL F&C A-1 Mechanical X
PIPING PENETRATIONS AIR TIGHT. -
240 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH F&C A-2 Mechanical NEW. X -
241 HEATING/CHILLED WATER COILS ARE DIRTY AND F&C A-2 Mechanical REQUIRE CLEANING X -
CONDENSATE IS POOLING IN PAN DUE TO THE BUILD
UP OF CORROS ION PARTICLES IN THE PAN AND
242 CORROSION OF THE PAN . REPLACE CONDENSATE F&C A-2 Mechanical X
PAN WITH NEW AND SLOPE PAN TOWARD
CONDENSATE DRAIN. -
243 CHILLED/HEATING WATER AND CONDENSATE LINES F&C A-2 Mechanical NEED TO BE REINSULATED X -
EXCESSIVE AIR LEAKAGE AROUND CHILLED/HEATING
244 WATER PIP ING PENETRATIONS INTO UNI T. SEAL F&C A-2 Mechanical X
PIPI NG PENETRATIONS A IR TIGHT. -
245 FILTERS ARE DIRTY AND NEED TO BE CHANG ED WITH F&C A-13 Mechanical NEW . X -
246 HEATING/CHILLED WATER COILS ARE DIRTY AND F&C A-13 Mechanical REQUIRE CLEA NING X -
RETURN DUCTWORK CONNECTION TO UNIT HAS A
247 HOLE IN THE CONNECTION . REPLACE ELASTOMERIC F&C A-13 Mechanical X
CONNECTION WITH NEW AND SEAL AIR T IGHT. -
248 SUPPLY FAN BEL TS NEED TO BE REPLACED WITH F&C A-13 Mechanical NE W. X -
249 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UN IT F&C A-13 Mechanic al STATIC PRESS URE X -
CONDENSATE IS POOLING IN PAN DUE TO THE BUILD
UP OF CORROSION PARTICLES IN THE PAN AND
250 CORROSION OF THE PAN. REPLACE CONDENSATE F&C A-13 Mechanical X
PAN WITH NEW AND SLOPE PAN TOWARD
CONDENSATE DRAIN . -
25 1 SUPPLY FA N BELTS NEED TO BE REPLACED WITH F&C A-14 Mechanical NEW (ONE BELT IS MISSING). X -
252 CHILLED/HEATING WATER A ND CONDENSATE LINES F&C A-14 Mechanical X NEED TO BE REINSULATED -
253 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT F&C A-14 Mechanical STATIC PRESSURE X -
254 HEATING WATER COIL IS VALVED OFF . CHEC K FOR F&C A-14 Mechanical X LEAKS IN COIL AND PIP ING ACCESSORIES. -
EXCESSIVE AIR LEAKAGE AROUND CHILLED /HEATING
255 WATER PIPING PENETRATIONS INTO UNIT. SEAL F&C A-14 Mechanical X
PIPING PENETRATI ONS AIR T IGHT. -
256 FILTERS ARE DIRTY AND NEED TO BE CHANGED W ITH
NEW . F&CA-14 Mechanical X
257 HEATING/CHILLED WATER COI LS ARE DIRTY AND F&C A-14 Mechanical X REQUIRE C LEANING
FWCC Comm iss ion List Rev8_03-10-12 .xl sx 15 of 46
I ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
CONDENSATE IS POOLING IN PAN DUE TO THE BUILD
UP OF CORROSION PARTICLES IN THE PAN AND
258 CORROSION OF THE PAN . REPLACE CONDENSATE F&C A-14 Mechanical X
PAN WITH NEW AND SLOPE PAN TOWARD
CONDENSATE DRAIN. -
1 259 SUPPLY FAN BELTS NEED TO BE REPLACED WITH F&C A-3 Mechanical NEW (ONE BELT IS MISSING). X -
26 0 CHILLED/HEATING WATER AND CONDENSATE LINES F&CA-3 Mechanical NEED TO BE REINSULATED X -
1 26 1 FLE XIBLE CONNECTION BETWEEN AIR HANDLER AND
RETURN DUCTWORK IS DAMAGED (OP ENING IN THE F&CA-3 Mechanical X CONNECTION TO THE SURROUNDINGS) AND
REQUIRES REPLACE MENT.
262 PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT F&C A-3 Mechanical STATIC PRESSURE X -
I 26 3 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH F&C A-3 Mechanical NEW (MULT IPLE FILTERS ARE MISSING). X -
264 EXC ESSIVE VIBRATION FROM FAN/MOTOR F&CA-3 Mechan ical ASSEMBLY. BALANCE FAN TO ALLEVIATE VIBRATION . X --.. -
CONDENSATE IS POOLING IN PAN DUE TO THE BUILD
UP OF CORROSION PARTICLES IN THE PAN AND
1 265 CORROSION O F THE PAN . REPLAC E CONDENSATE F&C A-3 Mechanical X
PAN WITH NEW AND SLOPE PAN TOWARD
CONDENSATE DRAIN. -
I 266
HEATING WATER STRAINER IS LEAKING WATER. F&C A-3 Mechanical REPLACE WITH NEW. X -
I 267 HEATING/CHILLED WATER COILS ARE DIRTY AND F&C A-47 Mechanical REQUIRE CLEANING X -
CONDENSATE IS POOLING IN PAN DUE TO THE BUILD
1268
UP OF CORROSION PARTICLES IN THE PAN AND
CORROSION OF THE PAN . REPLACE CONDENSATE F&C A-47 Mechanical X
PAN WITH NEW AND SLOPE PAN TOWARD
I CONDENSATE DRAIN.
FLEXIBLE CONNECTION BETWEEN AIR HANDLER AND T 269
SUPPLY DUCTWORK IS DAMAGED (OPENING IN THE F&C A-47 Mechanical X CONNECTION TO THE SURROUNDINGS ) AND
REQUIR ES REPLACEMENT. -
270 CHILLED/HEATING WATER AND cpNDENSATE LINES F&C A-4 7 Mechanical X NE ED TO BE REINSULATED -
I 271 PROVIDE CONDENSATE LINE P-TRAP S IZ ED FOR UNIT F&C A-47 Mechanical STATI C PR ESSURE X -
272 CHILLED/HEATING WATER AND CONDENSAT E LINES F&C A-7 Mechanical NEED TO BE REINSULATED X -T 273
PROVIDE CONDENSATE LINE P-TRAP SIZED FOR UNIT F&C A-7 Mechanical STATIC PRESSURE X -
I REPLACE CARDBOARD P IPING CONNECTION UNIT
274 PANEL WITH AN INSULATED SHEET META L PANEL. F&C A-7 Mechanical X .,,, NEW PA NEL SHALL SEAL UNIT AIR T IGHT. -
I 275 SUPPLY FAN BELTS NEED TO BE REPLACED WITH F&C A-7 Mechanical NEW (ONE BELT IS MISSING). X -
i...J 276
HEATIN G/CHI LLED WATER COILS ARE DIRTY AND F&C A-7 Mechanical REQUIRE CLEANING X -
! CONDENSATE IS PO OLING IN PAN DUE TO THE BUILD
UP OF CORROSION PARTICLES IN THE PAN AND
277 CORROSION OF THE PA N. REPLACE CONDENSATE F&C A-7 Mechanical X
i' PAN WITH N EW AND SLO PE PAN TOWARD
CONDENSATE DRAIN. -
I_ 278 FILTERS ARE DIRTY AND NEED TO BE CHANGED WITH F&C A-7 Mechanical NEW. X
FWCC Commiss ion List Rev8_03-10-12 .x ls x 16 of 46
ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM # PROPOSAL COST
EXISTING FILTER RACK SHALL BE ABANDONED AND
279 FILTERS REMOVED. PROVIDE NEW FILTER RACK IN F&C A-7 Mechanical X
THE ENTRANCE OF THE RETURN AIR PLENUM BOX. -
280 CLEAN DIRT FROM RETURN AIR GRILLES. F&C A-7 Mec hanical X -
281 M IXED AIR TEMPERATURE WAS NOT ACCURATE. MAU-3 Controls
MEASURED 75.1 °F AND FRONT END READS 77.3°F.
X -
282 SUPPLY AIR TEMPERATURE WAS NOT ACCURATE . Controls
MEASURED 60.8 °F AND FRONT END READS 66 .4°F. MAU-3 X -
283 OUTSIDE AIR TEMPERATURE WAS NOT ACCURATE . MAU -3 Contro ls
MEASURED 79 .6°F AND FRONT END READS 83.8 °F.
X -
RELATIVE HUMIDITY READING FOR OUTSIDE AIR IS
284 INACCURATE. FRONT END READS 1.4% RH, BUT MAU-3 Controls X ACTUAL WAS 30 % RH . CALIBRATE OR REPLACE
RELATIVE HUMIDITY SENSOR. -
28 5
MIXED AIR TEMPERATURE WAS NOT ACCURATE . Controls
MEASURED 71.1 °F AND FRONT END READS 73.3°F. MAU-4 X -
286 SUPPLY AIR TEMPERATURE WAS NOT ACCURATE . MAU-4 Controls
MEASURED 56 .7°F AND FRONT END READS 58 .2°F.
X -
RELATIVE HUMIDITY READING FOR OUTSIDE AIR IS
287 INACCURATE. FRONT END READS 1.4% RH, BUT MAU-4 Contro ls X ACTUA L WAS 30 % RH . CALIBRATE OR REPLACE
RELATIVE HUMIDITY SENSOR. -
RETURN FAN DOOR SAFETY DOES NOT TURN OFF
288 RETURN FAN, BUT TURNS O FF HEAT WHEEL. MAU-4 Controls X TROUBLESHOOT CONTROL.S SO RETURN FAN IS
· TUR NED OFF BY SAFETY SWITCH. -
289 SUPPLY AIR TEMPERATURE WAS NOT ACCURATE . MAU-5 Controls
MEASURED 53.1 °F AND FRONT END READS 55°F.
X -
HOT WATER RETURN TEMPERATURE WAS NOT
290 ACCURATE. MEASURED 76.9°F AND FRONT END MAU-5 Controls X
READS 74 °F. -
291 SUPP.LY STATIC PRESSURE WAS NOT ACCURATE . MAU-5 Controls MEASURED 0.8"w.c . AND FRONT END READS 0.9"w.c. X
292 OUTSIDE AIR TEMPERATURE WAS NOT ACCURATE. MAU-5 Controls
MEASURED 84.7°F AND FRONT END READS 88.9°F.
X -
293 SUPPLY FAN FILTERS WERE DIRTY AND NEED TO BE MAU-5 Mechan ical CHANGED. X -
RELATIVE HUMIDITY READING FOR OUTSIDE AIR IS
294 INACCURATE. FRONT END READS 1.4% RH , BUT MAU-5 Controls ACTUAL WAS 30% RH. CALIBRATE OR REPLACE X
RELATIVE HUMIDITY SENSOR. -
29 5
SUPPLY AIR TEM PERATURE WAS NOT ACCURATE. MAU-6 Controls
MEASURED 54 .7°F AND FRONT END READS 58 .3°F.
X
CHILLED WATER RETURN TEMPERATURE WAS NOT
296 ACCURATE. MEASURED 58 .3°F AND FRONT END MA U-6 Controls X
READS 53 .3°F.
RETURN AIR STATIC PRESSURE READING WAS NOT
297 ACCURATE. MEASURED 0.55" W .C. AND FRONT END MA U-6 Controls X
READS 0.7" W .C.
298
OUTSIDE AIR TEMPERATURE WAS NOT ACCURATE. MAU-6 Controls
MEASURED 76.5°F AND FRONT END READS 79.7°F.
X -
RELATIVE HUMIDITY READING FOR OUTSIDE AIR IS
299 INACCURATE. FRONT END READS 1.4% RH , BUT MAU-6 Controls ACTUAL WAS 30% RH . CALIBRATE OR REPLACE X
RELATIVE HUMIDITY SENSOR. -
FWCC Comm is sion List Rev8_03-10-12 .xlsx 17 of 46
I ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS . 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
1 300
A GAP IN THE UNIT CABINET IS PRESENT , JUST
BEFORE THE HEATING COIL, THAT IS NOT SEALED .
AIR IS INFILTRATING THE UNIT FROM THE MAU -6 Mechanical X
MECHANI CAL ROOM THROUGH THIS GAP . SEAL GAP
I AIRTIGHT. -
1 301
RETURN FAN DOOR SAFETY DOES NOT TURN OFF
RETURN FAN, BUT TURNS OFF HEAT WHEEL. MAU-6 Controls X TROUBLESHOOT CONTROLS SO RETURN FAN IS
TURNED OFF BY SAFETY SWITCH. -r 302
RETURN AIR INLETS , BIRD SCREENS COVERING
INLETS ARE COVERED WITH DIRT/DUST CAUSING MAU-7 Mechanical X
LARGE PRESSURE DROP IN THE RETURN . -
303
MIXED AIR TEMPERATURE WAS NOT ACCURATE . MAU-7 Controls
MEASURED 79.6°F AND FRONT END READS 76.4°F.
X
l -
I 304 MIXED AIR TEMPERATURE WAS NOT ACCURATE. MAU-7 Controls
MEASURED 56 .1°F AND FRONT END READS 53 .7°F.
X -
HOT WATER RETURN TEMPERATURE WAS NOT
1 305 ACCURATE . MEASURED 82 .8°F AND FRONT END MAU-7 Controls X
READS 78.7°F. .. -
I RETURN AIR STATIC PRESSURE WAS NOT
306 ACCURATE. MEASURED 0.7"W.C. AND FRONT END MAU-7 Controls X
READS 1"W.C. -T 307
SUPPLY AIR STATIC PRESSURE WAS NOT ACCURATE.
MEASURED 0.98 "W.C. AND FRONT END READS MAU-7 Controls X
0.6"W .C . -
RELATIVE HUMIDITY READING FOR OUTSIDE AIR IS
, 308 INACCURATE. FRONT END READS 1.4% RH , BUT MAU-7 Controls X ACTUAL WAS 30 % RH . CALIBRATE OR REPLACE
RELATIVE HUMIDITY SENSOR . -
EXCESSIVE VIBRATION FROM EXHAUST FAN .
¥309 BALANCE EXHAUST FAN TO HELP REDUCE MAU-7 Mechanical X
VIBRATION . -
I RETURN AIR INLETS, BIRD SCREENS COVERING
310 INLETS ARE COVERED WITH DIRT/DUST CAUSING MAU-8 Mechanical X
LARGE PRESSURE DROP IN THE RETURN. -
T 311
SUPPLY FAN BEL TS ARE BROKEN AND NEED MAU-8 Mechanical REPLACEMENT. X -
I RETURN AIR INLETS, BIRD SCREENS COVERING
312 INLETS ARE COVERED WITH DIRT/DUST CAUSING MAU-9 Mechanical X
u . LARGE PRESSURE DROP IN THE RETURN. -
I 313
RETURN AIR TEMPERATURE WAS. NOT ACCURATE. MAU-9 Controls
MEASURED 74.4°F AND FRONT END READS 77.3°F.
X -
,.J 314
OUTSIDE AIR TEMPERATURE WAS NOT ACCURATE. MAU-9 Controls
MEASURED 93.5°F AND FRONT END READS 91.5°F.
X -
I 315
SUPPLY AIR TEMPERATURE WAS NOT ACCURATE . MAU-9 Controls
MEASURED 56.2°F AND FRONT END READS 53.8°F .
X -
r 316
CHILLED WATER RETURN TEMPERATURE WAS NOT
ACCURATE . MEASURED 64.3 °F AND FRONT END MAU-9 Controls X
READS 67.1 °F. -
I RETURN AIR STATIC PRESSURE READING WAS NOT
317 ACCURATE . MEASURED 0.6" W.C. AND FRONT END MAU-9 Controls X
READS 1" W .C .. -
I SUPPLY AIR STATIC PRESSURE READING WAS NOT
318 ACCURATE. MEASURED 0.56" W.C. AND FRONT END MAU-9 Controls X
READS 0.3" W.C ..
319 CLEAN OUT DIRT IN DRAIN PAN . MAU-9 Mechanical ·X -
r 320
RELATIVE HUMIDITY READING FOR OUTSIDE AIR IS
INACCURATE. FRONT END READS 1.4% RH , BUT MAU-9 Controls X ACTUAL WAS 30% RH . CALIBRATE OR REPLACE
RELATIVE HUMIDITY SENSOR.
""'
FWCC Commission List Rev8_03-10-12 .xlsx 18 of 46
ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
321 CONTR OL WIRING/CONDUIT IS LOOSE ON HEATING MAU-9 Controls WATER PUMP. X -
RETURN AIR INLETS , BIRD SCREENS COVERING
322 INLETS ARE COVERED WITH DIRT/DUST CAUSING MAU-10 Mechanical X
LARGE PRESSURE DROP IN THE RETURN. -
RETURN AIR TEMPERATURE WAS NOT ACCURATE. MAU-10 Controls 323 MEASURED 70 °F AND FRONT END READS 72 .7°F.
X -
CHILLED WATER RETURN TE MP ERATURE WAS NOT
324 ACCURATE . MEASURED 60 .3 °F AND FRONT END MAU-10 Controls X
READS 62.5 °F.
RETURN AIR STATIC PRESSURE READING WAS NOT
325 ACCURATE . MEASURED 0.86" W .C . AND FRONT END MAU-10 Controls X
READS 1" W .C .. -
SUPPLY AIR STATIC PRESSURE READING WAS NOT
326 ACCURATE. MEASURED 0.64" W.C. AND FRONT END MAU-10 Controls X
READS 0.4" W .C .. -
OUTSIDE AIR DAMPER DID NOT FULLY CLOSE WHEN
327 COMMANDED BY THE FRONT END. TROUBLESHOOT MAU-10 Controls X
DAMPER ACTUATOR AND DAMPER.
RELATIVE HUMIDITY READING FOR OUTSIDE AIR IS
328 INACCU RATE . FRONT END READS 1.4% RH , BUT .MAU-10 Controls X ACTUAL WAS 30 % RH . CALIBRATE OR REPLACE
RELATIVE HUMIDITY SENSOR. -
RETURN AIR INLETS , BIRD SCREENS COVERING
329 INLETS ARE COVERED WITH DIRT/DUST CAUSING MAU-11 Mechanical X
LARGE PRESSUR E DRO P IN THE RETURN. -
33 0 SU PPLY AIR TEMPERATURE WAS NOT ACCURATE. MAU-11 Controls MEASURED 61. 7°F AND FRONT END READS 63.6°F. X -
LEAVING SUPPLY AIR SET POINT IS 550F, BUT
331 ACTUAL LEAVING AIR T EMPERATURE IS 63.60F. MAU-11 Controls X
TROUBLESHOOT CONTROLS . -
CHILLED WATER RETURN TEMPERATURE WAS NOT
332 ACCURATE. MEASURED 82.3°F AND FRONT END MAU-11 Controls X
READS 80.3 °F. -
CHI LLED WATER RETURN TEMPERATURE WAS NOT
333 ACCURATE. MEASURED 79°F AND FRONT END MAU-11 Controls X
READS 83°F. -
RETURN AIR STATIC PRESSURE READING WAS NOT
334 ACCURATE. MEASURED 0.96" W.C. AND FRONT END MAU-11 Controls X
READS 1.1" W .C .. -
SUPPLY A IR STATIC PRESSURE READING WAS NOT
335 ACCURATE. MEASUR ED 0.55" W .C. AND FRONT END MAU-11 Controls X
READS 0.4 " W .C .. -
RELATIVE HUMIDITY READING FOR OUTSIDE AIR IS
336 INACCURATE . FRONT END READS 1.4% RH , BUT MAU-11 Controls X ACTUAL WAS 30% RH . CALIBRATE OR REPLACE
RELATIVE HUMIDITY SENSOR. -
337 HEATING CONTROL VALVE WIRING/CONDUIT IS MAU-11 Controls LOOSE FROM CONTROL VALVE . X -
338 REPLACE CHILLED & HEATING WATER COILS. REPAIR AHU-49 Mechanical Phase Ill DDC CONTROLS -
> J '
,, ' ' "
,, ,. ., .. ., ,, .·, ..
Site: Fort Worth Convention Cen ter
(Controls)
1 ZONE TEMP READS 79.2 WHEN RIA TEMP READS 70.6 AHU-21 Controls JCI Service -
2 MIXED AIR TEMP READS 250 DEG MU A-8 Controls JCI Service -
3 MIXED AIR TEMP READS 250 DEG MUA-1 0 Controls JCI Service -
FWCC Commission List Rev8_03-10-12 .xlsx 19 of 46
I ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
4 RELIEF FAN STATUS DOES NOT MATCH FAN ACTUAL M UA-11 Controls JCI Service -
I
5 S/A TEMP MEASURES 56 .3 AND READS 58 .9 (SCREEN) AHU-4 Controls JCI Service -
HW VALVE IS BEING COMMANDED OPEN WHEN AHU-5 Controls JCI Service 6 SPACE TEMP IS SATISFIED -
I 7 M/A TEMP MEASURES 73 AND READS 83 (S CREEN) AHU-5 Controls JCI Service -
I VFD SPEEDS ARE BEING SHOWN RPM UNITS AT
8 SCREEN. {SHOULD BE % SPEED) AHU-19 Controls JCI Service y -
VFD SPEEDS ARE BEING SHOWN RPM UNITS AT AHU-20 Controls JCI Service 9 SCREEN. (SHOULD BE % SPEED) -
I CHILLED WATER COIL VALVE ACTUATOR HAS
STRIPPED ITS TWO MOUNTING SCREWS . ACTUATOR AHU-14 Controls JCI Service
'T 10 SPINS ON MOUNT AND DOES NOT MOVE COIL VALVE . -
I SET SCREW COPLING AT FACE/BYPASS DAMPER
SHAFT HAS SHEARED . REPAIR . THIS LEAVES THE
FACE/BYPASS DAMPER AT 50% OPEN . ACTUATOR AHU-15 Controls JCI Service
· SEEMS TO DEFAULT TO SPRING RETURN CLOSED TO
11 COIL, OPEN TO BYPASS. VERIFY DESIGN INTENT. -
r JCI CONTROLS TO PROVIDE EXPLANATION OF
SEQUENCE OF OPERATION FOR ALL BALLROOM FACE AHU-17 Controls JCI Service
12 AND BYPASS AIR HANDLING UNITS . -
I RETURN FAN MUST BE OVER RIDDEN TO RUN. RELIEF
AIR , OUTSIDE AIR, AND RETURN AIR DAMPERS ARE
ALL OPEN AT 100% AT THE SAME TIME. RETURN AIR
DAMPER SHOULD NEVER BE OPEN 100% WHEN 0 /A
AND RELIEF AIR DAMPERS ARE 100% OPEN . RELIEF MUA-4 Controls JCI Service
DAMPER GOES ESSENTIALLY CLOSED WHEN r 13
COMMANDED TO 30%.THIS CAUSED THE RELIEF FAN
TO BE OPERATING 100% AGAINST A CLOSED
DAMPER. CHECK CONTROL SEQUENCE. -
J 14
COOLING VALVE STAYS OPEN 100% WITH UNIT IN MUA-4 Controls JCI Service "OFF" STATUS. -
I JCI CONTROLS TO PROVIDE EXPLANATION OF
SEQUENCE OF OPERATION FOR ALL MUA UNITS . MUA-4 Controls JCI Service NEED TO KNOW WHAT MODULATES RELIEF FAN
• ., 15 SPEED. -
I MUA-5 IS NOT RESPONDING TO THE CONTROLLER. MUA-5 Controls JCI Service 16 FANS WILL NOT START. NO RESPONSE . -
WHEN IN AUTO RELIEF FAN IS RUNNING 100%.
SUPPLY FAN IS RUNNING 76% WHILE SCREEN
I
SHOWS 100%. APPEARS THAT A MAX SPEED OF 76% MUA-6 Controls JCI Service
HAS BEEN PROGRAMMED INTO VFD. NEED TO VERIFY
17 INTENT. -
RELIEF AIR, OUTSIDE AIR, AND RETURN AIR
DAMPERS ARE ALL OPEN AT 100% AT THE SAME
I TIME. RETURN AIR DAMPER SHOULD NEVER BE OPEN MUA-6 Controls JCI Service
100% WHEN 0 /A AND RELIEF AIR DAMPERS ARE 100%
18 OPEN. -
,.. 19
UNIT STATUS SHOWS OFF WHEN UNIT IS ACTUALLY MUA-6 Controls JCI Service ON -
I UNIT IS NOT IN CONTROL BY JCI CONTROLLER.
SUPPLY FAN, RETURN FAN, ENTHALPY WHEEL, AND MUA-6 Controls X
r" 20
CHILLED WATER VALVE HAD TO ALL BE OVER-RIDDEN
OFF. -
FWCC Commission List Rev8_03-10-12 .x lsx 20 of 46
ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
UNIT WAS NOT RESPO NDING TO CONTRO LLER .
EQUIPME NT COULD BE OVERRIDDE N ON . WHEN
TUR NED OF F RELIEF FAN VFD ST UC K AT 5 .3 HZ. M UA-3 Con tro ls X
RETURN AIR DA MPERS STAY OPEN 100 % WH EN
2 1 RELIEF AN D 0 /A DA MPERS ARE AT 100 % .
PU MP VFD IS NOT BEI NG CO NTRO LLED COR RE CTLY.
PU MP VFD S PEED STAYS AT 42 HZ W HE N PUM P IS B1 PUM P Co ntrols X
22 OFF. VER IFY SEQUENCE OF OP ER ATI ON.
C1 PUMP STAYS AT 47 HZ W H EN CO MMAN D IS 100%, C 1 PU M P Con tro ls 23 V ERFIY S EQ UE NCE OF OPERATIO N. X .
CO MMO N SECONDARY C HILLED WATER RETUR N CHWR TE MP Con t rols 24 T EM P READS 33 1 DEGREES X .
ZONE TE MP READS BELOW SETPO INT A ND Y ET AHU B-1 8 Co ntrols 25 COOLING VALVE IS AT 100 % X .
ZONE TEMP READS ABOVE SETPOINT AND Y ET AHU B-19 Controls 26 COOLING VALVE IS AT 0% X .
ZONE TEMP READS BELOW SETPOINT AND Y ET AHU B-2 0 Con trols 27 COOLING VALVE IS AT 100% X .
28 UN IT STATUS SHOWS OFFLINE AHU B-27 Co ntrols X .
HEATING VALVE IS OPEN DURING COOLING MODE . AHU -18 Con tro ls 29 TROUBLESHOOT CONTROLS SEQUE NCE. X .
CONTROLS FRONT END DISPLAYS CHILLED WATER
RETURN /S UPPLY AS NOT RELIABLE . TROUBLE AHU-18 Controls X
30 SHOOT CONTROLS AND TEMPERATURE SENSORS . -
RELIEF A IR DAMPER WAS FULL OPEN UPON ARRIVAL
(UNIT WAS NOT IN ECONOMI Z ER MODE, 105°F AHU -12 Controls X OUTSIDE AIR TEMPERATURE). REVIEW CONTROLS
31 AND DAMPER OPERATION . .
OUTSIDE AIR DAMPER WAS SET TO FULL OPEN UPON
ARRIVAL. OUTSIDE AIR DAMPER DID NOT RESPOND AHU-11 TO COMMANDS FROM THE FRO NT END TO OPEN OR Controls X
32 CLOSE . .
100% A N D 0% REPRESE NT TO DIFFERENT OPE N ING
POINTS DEPENDING ON THE TYPE OF DAMPER.
CONTROLS FRONT END NEEDS TO BE CHANGED TO AHU-1 0, 11, 12, 16 , 18 Controls X
REPRESENT ALL FULLY OPEN DAMPERS AS 100 %
33 AND FULLY CLOSED DAMPERS AS 0%. .
RETURN FAN APPEARED TO BE OUT OF BALANCE
(E XCESSIVE V IBRATION AND MOVEMENT). BALANCE AHU -11 Mech anical X FAN TO REDUCE WEAR ON BEARINGS AND FAN
34 BELTS . .
WHEN AIR HANDLER IS FIRST ENGAGED THE SUPPLY
FAN MOTOR RAMPS UP SLOWER THAN RETURN FAN AHU-10 Controls MOTOR. TROUBLESHOOT CO NTROLS TO ELIMINATE X
35 THIS OCCURANCE.
A s °F DIFFERENCE WAS MEASURED IN THE SUPPLY
AIR TEMPERATURE FROM WHAT THE CONTROLS AHU-10 Controls X
FRONT END REPORTED . TROUBLESHOOT CONTROLS
36 AND SENSOR. -
0 /A DAMPER MAY BE DAMAGED DUE TO DUCT
COLLAPSE (STUCK OPEN) VERIFYAND REPAIR OR AHU-11 Controls X
37 REPLACE AS REQUIRED .
MI XED AIR TEMP SE NSOR NEEDS TO BE REWORKED
TO COVER ENTIRE UNIT AREA. MI X ED AIR TEMP AHU-8 Controls X
38 SENSOR TO BE CALIBRATED . .
COMMUNICATION OF UNIT OPERATION AT FRONT AHU-1 Controls 39 END HAS BEEN LOST. X .
RETURN AIR DAMPER ACTUATOR (NEAR RELIEF
DAMPER ) WIRES HAVE BEEN DISCONNECTED OR AHU -1 Controls X
40 BRO K EN. REPAIR AND TEST DAMPER ACTUATION. .
FWCC Commission List Rev8_03 -10-12 .xlsx 21 of 46
I ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM
ITEM# PROPOSAL COST
'
0 /A DAMPER ACTUATOR IS BRO K EN OFF AT
CONNECTION TO DAMPER LIN KAG E. 0 /A DAMPER
MAY BE DAMAGED DUE TO DUCT COLLAPSE (STUCK AHU-2 Controls X
OPEN) VER IFY AND REPAIR OR REPLACE AS
41 REQUIRED . 0 /A DAMPER WAS FOUND 100% OPEN
I COMMUNICATION OF UNIT OPERATION AT FRONT
42 END HAS BEEN LOST. AHU-2 Controls X -
CHILLED/HEATING WATER VALVE POSITIONS ARE
i NOT SHOWN ON CONTROLS FRONT END .
CHILLED /HEATING WATER VALVES WOULD NOT F&C B-17 Controls . X
ACTUATE WHEN COMMANDED . TROUBLESHOOT
43 CONTROLS.
i CONTROLS FRONT END DOES NOT DISPLAY ZONE
TEMPERA TU RE/SET POINT , ONLY ON /OFF COMMAND . F&C B-17 Controls X
HOW IS CHILLED/HEATING VALVE CONTROLLED . 44 -
'
HEATING WATER CONTROL VALVE WAS 100% FULL
OPEN ON ARRIVAL. CONTROL VALVE DOES NOT F&C B-6 Controls RESPOND TO FRONT END CONTROLS COMMANDS. -·· X
45 TROUBLESHOOT CONTROLS -
FRONT END USER UNABLE TO RELEASE OPERATOR
OVERRIDES ON HEATING/COOLING CONTROL F&C B-6 Controls X
46 VALVES . TROUBLESHOOT CONTROLS.
I CONTROLS FRONT END DOES NOT DISPLAY ZONE
l I TEMPERATURE ACCURATELY . CALIBRATE F&C 8-6 Controls X
47 TEMPERATURE SENSOR. -
I MOTOR STARTER WAS IN THE OFF POSITION, BUT
CONTROLS FRONT END SIGNALED UNIT TO BE F&C 8-7 Controls X
48 ENABLED. TROUBLESHOOT CONTROLS. -
1 ZONE TEMPERATURE SET POINT IS SET AT 72°F AND
ZONE TEMPERATURE SENSOR READ 74°F, BUT F&C B-7 Contro ls X
CHILLED WATER CONTROL VALVE WAS FULLY
49 CLOSED. TROUBLESHOOT CONTROLS. -
HEATING WATER CONTROL VALVE WAS 50 % OPEN ,
BUT FRONT END CONTROLS SIGNALED THE F&C B-7 Controls X CONTROL VALVE WAS FULLY CLOSED .
50 TROUBLESHOOT CONTROLS -
' FIRESTAT/FREEZESTAT COVERS ARE
MISSING/REMOVED FROM THEIR ASSEMBLY . F&C B-9 Controls X COVERS SHALL BE REINSTALLED ON THEIR
51 APPROPRIATE ASSEMBLY. -
ZONE TEMPERATURE SET POINT IS SET AT 72°F AND
1 52
ZONE TEMPERATURE SENSOR READS 81°F, BUT F&C 8-10 Controls X
CHILLED WATER CONTROL VALVE WAS FULLY
CLOSED. TROUBLESHOOT CONTROLS . -
UNIT WOULD NOT ACTIVATE WHEN COMMANDED
FROM FRONT END CONTROLS. MOTOR STARTER
APPEARED TO BE DAMAGED. CHECK MOTOR
STARTER FOR ELECTRICAL CONTINUITY AND F&C 8-11 Controls X
REPLACE AS REQUIRED . VERIFY CONTROLS
1) 53
OPERATIONS AFTER TROUBLESHOOTING MOTOR
STARTER . -
! FRONT END CONTROLS DOES NOT RECEIVE -
COMMUNICATION FOR AIR HANDLER. F&C 8-13 Controls X
54 TROUBLESHOOT CONTROLS. -
FWCC Commission List Rev8_03-10-12.xls x 22 of 46
ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
FRONT END CONTROLS DOES NOT RECEIVE
COMMUNICATION FOR AIR HANDLER. MOTOR
STARTER APPEARED TO BE DAMAGED . CHECK
MOTOR STARTER FOR ELECTRICAL CONTINUITY AN D F&C B-14 Controls X
REPLACE AS REQUIRED . VERIFY CONTROLS ARE
OPERATIONAi-AFTER TROUBLESHOOTING MOTOR
55 STARTER.
UNIT WOULD NOT START BY CONTROLS SYSTEM OR
BY HAND MODE AT MOTOR ST ARTER. F&C 8-15 Controls TROUBLESHOOT ELECTRICAL AND VERIFY X
56 FUNCTIONAL CONTROLS . .
FRONT END SHOWS 0 /A DAMPERS TO BE 100%
OPEN, BUT ARE FULLY CLOSED. 0 /A DAMPERS DO AHU-25 NOT RESPOND TO FRONT END COMMANDS . Controls X
57 TROUBLESHOOT CONTROLS .
THERETURNANDRELIEFDAMPERSDONOT AHU-25 Controls 58 ACTUATE WHEN COMMANDED BY THE FRONT END . X .
FRONT END RE"ADS A MI XED AIR TEMPERATURE OF
80 °F, BUT MEASURED 76°F FOR THE MIXED AIR. AHU-25 Controls X
59 CALIBRATE SENSOR/CONTROLS. .
HEATING CONTROL VALVE WAS 100% OPEN UPON
ARRIVAL. CHECK CONTROL SEQUENCE FOR WHY AHU '.24 Controls X THE VALVE IS 100% OPEN IN COOLING MODE.
60 TROUBLESHOOT CONTROLS . .
FRONT END CONTROLS SHOWED OUTSIDE AIR
DAMPER TO 15% OPEN , BUT DAMPERS WERE FULL AHU-24 Controls X CLOSED. CHECK CONTROLS AND CORRECT DAMPER
61 POSITION READING . -
RELIEF DAMPERS DID NOT RESPOND TO COMMANDS AHU-24 Con trols 62 FROM FRONT END CONTROLS. X -
FRONT END CONTROLS SHOWED RETURN AIR
DAMPER TO BE 15% OPEN , BUT DAMPERS WERE AHU-24 Controls X 100% FULL OPEN . CHECK CONTROLS AND CORRECT
63 DAMPER POSITION READING. -
FRONT END CONTROLS SHOWED RETURN AIR
DAMPER TO BE 15 % OPEN, BUT DAMPERS WERE 80% AHU-23 Controls X OPEN. CHECK CONTROLS AND CORRECT DAMPER
64 POSITION READING. .
FRONT END CONTROLS SHOWED RELIEF AIR
DAMPER TO BE 15% OPEN , BUT DAMPERS WERE AHU-23 Controls X FULLY CLOSED. CHECK CONTROLS AND CORRECT
65 DAMPER POSITION READING.
RELIEF DAMPERS DID NOT RESPOND TO COMMANDS AHU-23 Controls 66 FROM FRONT END CONTROLS. X .
0 /A AND RELIEF DAMPERS DID NOT RESPOND TO
COMMANDS FROM FRONT END CONTROLS . FRONT AHU-20 Controls END SHOWED 0 /A DAMPER AT 15% OPEN, BUT X
67 DAMPERS WERE FULLY CLOSED. .
RETURN DAMPERS DID NOT RESPOND TO
COMMANDS FROM FRONT END CONTROLS. FRONT AHU-20 Controls END SHOWED 0 /A DAMPER AT 15% OPEN, BUT X
68 DAMPERS WERE FULLY OPEN.
FRONT END SHOWS A MIXED AIR TEMPERATURE OF
97.7°F, BUT ACTUAL IS 92 .8°F. CALIBRATE AHU-20 Controls X
69 TEMPERATURE SENSOR/CONTROLS.
CHILLED WATER VALVE WAS STUCK OPEN WHEN
UNIT WAS OFF. CONTROLS SHALL HAVE CHILLED AHU-20 Controls X
70 WATER VALVE FULLY CLOSED WHEN UNIT IS OFF .
FWCC Commission List Rev8_03-10-12.xlsx 23 of 46
I ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29/11 NEW ITEM
ITEM# PROPOSAL COST
1 COIL DRAIN GUTTER AT BOTTOM OF UPPER COIL ON
ENTERING AIR SIDE HAS BEEN PARTIALLY REMOVED.
THIS ALLOWS CONDENSATE TO FALL IN THIS
SECTION OF UNIT. CORROSION HAS OCCURRED IN AHU-20 Mechanical X
FLOOR OF UNIT CAUSING LEAKS. REPAIR
CORROSION AND REPLACE DRAIN GUTTER
71 ELEMENTS
INSULATION IN RETURN AIR PLENUM HAS BEEN
DAMAGED, PROBABLY DUE TO PREVIOUS REPORTS
OF WATER LEAKING INTO UNIT THROUGH FAILED
DOOR SEALS. LARGE SHEETS OF DUCT LINER HAVE AHU-20 Mechanical X
SEPARATED AND ARE CLOGGING RETURN GRATE .
ALSO LOOSE FIBERS HAVE BUILT UP ON RETURN FAN
'"t 72 BLADES. CLEAN AND REPAIR ALL
I A SHEET METAL PANEL HAS BEEN REMOVED AT THE
¥ PIPING END OF THE CHILLED WATER COIL. THIS AHU-19 Mechanical X
73 ALLOWS AIR TO BYPASS. REMAKE AND REPLACE . -
I WHEN FRONT END COMMANDED'O/A DAMPERS 70%
OPEN THE DAMPERS ACTUALLY WENT 100% OPEN. AHU-19 Controls X
74 CALIBRATE DAMPER CONTROLS.
CO 2 SENSOR IN THE RETURN DUCTWORK DISPLAYED
AHU-19 Controls AN ERROR . TROUBLESHOOT CO2 SENSOR. X
75 -
r 76
RETURN DAMPER SHOWS 0% AS BEING FULL OPE,N
AND 100% AS BEING FULLY CLOSED. REVERSE THIS AHU-19 Controls X
LOGIC . I -
I CHILLED/HEATING WATER VALVE DOES NOT APPEAR
TO ACHIEVE ITS FULL CLOSED OR FULL OPEN. F&CA-11 Controls X
LL 77 CHECK VALVE AND CONTROLLER. -
I CHILLED WATER VALVE DOES NOT RESPOND TO
COMMANDS FROM FRONT END . CHILLED WATER F&C A-10 Controls X
(' VALVE IS STUCK IN THE FULL OPEN POSITION . -
STATIC PRESSURE SET POINTS ARE NOT MEET WITH
THE SUPPLY FAN VFD REMAINING AT 20 HZ. F&C A-10 Controls X
79 TROUBLESHOOT VFD/CONTROLS. -
RETURN DAMPER SHOWS 0% AS BEING FULL OPEN
.J 80
AND 100% AS BEING FULLY CLOSED. REVERSE THIS F&C A-10 Controls X
LOGIC . -
I CONTROL WIRES AND CONDUIT ARE LOOSE AND NOT
if WELL CONNECTED TO UNIT. COVERS ARE REMOVED
FOR MULTIPLE SENSORS AND SWITCHES AND THE
CHILLED WATER CONTROL VALVE. CONTROL WIRES F&CA-9 Controls NEED TO BE RUN IN CONDUIT AND SECURED TO X
UNIT/STR UCTURE IN A NEAT/ORGANIZED MANNER.
'r' 81
JUNCTION BOXES, SENSORS, SWITCHES, AND
CONTROL VALVES NEED TO HAVE GOVERS . -
I UNIT WOULD NOT TURN ON IN AUTO MODE. UNIT
WOULD RUN IN AUTO MODE AFTER TURNING THE F&C A-9 Controls UNIT ON IN HAND MODE AND SWITCHING BACK TO X
~ 82 AUTO MODE. TROUBLESHOOT CONTROLSNFD. -
I FRONT END CONTROLS COMMANDS RETURN AIR
DAMPER TO OPEN/CLOSE, BUT A RETURN AIR
DAMPER COULD NOT BE LOCATED ON UNIT . F&C A-9 Controls X
.-1 83 PROVIDE RETURN AIR DAMPER AND ACTUATOR. -
I UNIT WOULD NOT INCR EASE SUPPLY FAN SPEED TO
MEET STATIC PRESSURE SET POINT. TROUBLE F&C A-9 Controls X
84 VFD /CONTROLS -
t' 85
COVERS ARE REMOVED FOR CONTROLS (FIRESTATS, F&C A-16 Controls X FREEZESTATS, ETC). -
FWCC Commission List Rev8_03-10-12.xlsx 24 of 46
ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM # PROPOSAL COST
CH ILLED W ATE R CO NTRO L VALV E DID NOT RE S PON D
TO FRONT END COMM AND FO R FU LL O PEN O R .F ULL F&C A-16 Controls CLOS E. CHILLED WATER CO NTROL VALVE WAS X
86 ST UCK IN FULL O PEN POSITI ON. -
RETUR N DA M PER S HOWS 0% AS BE IN G FULL O PE N
AND 100% AS BE IN G FULL Y CLOSED. RE V ERSE THI S F&C A-16 Co nt ro ls X
87 LOGIC.
VFD SUPPLY FA N RA MP UP/DO W N APPEARS TO BE
TOO SLOW DURIN G STA RTU P COND ITI O NS. F&C A-1 6 Cont ro ls X
88 TROUBLES HOOT CON TR OLS LOGIC . -
CHILLED WATER CONTR OL VA LVE DID NOT RESPOND
TO FRONT END COMM AND FO R FULL COOL OR FULLY F&C A-15 Controls CLOS ED . CH ILLED W ATER CO NTROL VALVE WAS X
89 STUCK IN FULL O PEN POSITI O N. -
RETURN DAMPER SH OWS 0% AS BEING FULL OPEN
AND 100% AS BEING FULLY CLOSED. RE V ERSE THIS F&C A-15 Controls X
90 LOGIC. -
VFD SUPPLY FAN RAM P UP /DOW N APPEARS TO BE
TOO SLOW DURI NG STARTUP CON DITIONS. F&C A-15 Contro ls ..
X
9 1 TROUBLESHOOT CONTRO LS LOGIC . -
FREEZE/FIRE STAT COVERS ARE OFF . PUT STAT
COVERS BACK ON FREEZE/FI RE STATS AND VERIFY F&C A-4 Controls X
92 OPERATION. -
FRONT END CONTROLS SE T POI NT FOR COLD DECK
LEAVING AIR TEMPERATURE IS 55 °F, BUT ACTUAL F&C A-4 Controls X
LEAVING AIR TEMPERATURE IS 52 °F. CHECK
) 93 TEMPERATURE SENSOR CALIBRATION. -
HOT WATER CONTROL VALVE DOES NOT APPEAR TO
FULLY CLOSE WHEN COMMANDED BY FRONT END . F&C A-4 Controls TROUBLESHOOT HOT WATER CONTROL VALV E AND X
94 ACTUATOR . -
OUTSIDE AIR DAMPER/ACTUATOR REMAINS FULL
OPEN WHEN UNIT SHUTS DOWN. OUTSIDE A IR
DAMPER/ACTUATOR POS IT ION IS NOT SHOWN ON
FRONT END CONTROLS. OU TS IDE AIR DAMPER F&C A-4 Contro ls X
SHOULD MOVE TO FU LLY CLOSED WHEN UNIT IS
SHUT DOWN . TROUBLESHOOT CONTROLS/DAM PER
95 ACTUATOR. -
FREEZE/FIRE STAT AND HEATING WATER CONTROL
VA LVE COVERS ARE OFF . PUT STAT COVERS BACK F&C A-5 Controls X
96 ON AND VERIFY OPERATION . -
UN IT WOULD NOT TURN ON IN AUTO OR HAND MOD E.
ELECTRICAL CONTINUITY SHOULD BE VERIFIED FOR
THE MOTOR ST ARTER . REPLACE MOTOR ST ARTER F&C A-5 Controls X
WITH NEW IF REQUIRED . TROUBLESHOOT THE
97 CONTROLS . -
OUTSIDE AIR AND HOT/COLD DECK DAMPER F&C A-6 Contro ls ACTU ATORS ARE NOT CONTROLLED BY FRONT EN D. X
98 -
HEATING WATER CONTROL VALVE WAS 50 % OPEN
U PON ARRIVAL. HEATING WATER CONTROL VALV E IS F&C A-1 Controls NOT RESPONSIVE TO COMMANDS FROM THE FRONT X
99 EN D CONTROLS. TROUBLESHOOT CONTROLS -
HEATING WATER CONTROL VALVE HEAD/COVER WAS ..
OFF. PROVIDE REPLACEMENT HEAD FOR CONTROL F&CA-1 Controls X
100 VA LVE. -
COLD/HOT DECK SET POINT IS 55 °F, BUT LEAVING
AIR TEMPERATURE IS A MEASURED 66 °F. CHECK F&C A-1 Controls X
CALIBRATION OF TEMPERATU RE SENSOR AND
101 CONTROLS. -
FWCC Commission List Re v8_03-10-12.xls x 25 of 46
I ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29/11 NEW ITEM
ITEM# PROPOSAL COST
i CHILLED WATER CONTROL VALVE DOES NOT
RESPOND TO COMMANDS FROM FRONT END F&C A-2 Controls CONTROLS . CHILLED WATER CONTROL VALVE IS X
102 STUCK AT 100% OPEN. -
MOTORIZED OUTSIDE AIR DAMPER COULD NOT BE
1 LOCATED TO SHUTOFF OUTSIDE AIR DURING
UNOCCUPIED MODE . ADD MOTORI ZED OUTSIDE AIR F&C A-2 Controls X
DAMPER TO FULLY CLOSE DURING UNOCCUPIED
103 MODE. -
CONTROL WIRING IS EXPOSED/LOOSE IN JUNCTION
BO XES. PROVIDE COVER PLATES FOR JUNCTION F&C A-2 Controls X
104 BO XES . -
~ HEATING WATER CONTROL VALVE WAS 100% FULL
OPEN ON ARRIVAL. HEATING WATER CONTROL
VALVE APPEARS TO RESPOND BACKWARDS TO F&C A-13 Controls X
COMMANDS (FULL OPEN IS 0% AND FULLY CLOSED IS
105 100%}. TROUBLESHOOT CONTROLS. -
HEATING WATER CONTROL VALVE HEAD IS F&C A-3 Controls 106 OFF/MISSING . PROVIDE CONTROL VALVE HEAD . X -
I HEATING WATER.CONTROL VALVE DOES NOT
RESPOND TO COMMANDS FROM FRONT END
i 107
CONTROLS. HEATI NG WATER CONTROL VALVE IS F&C A-3 Controls X
STUCK IN THE FULL OPEN POSITION .
TROUBLESHOOT CONTROLS -
I FRONT END CONTROLS SET POINT FOR COLD DECK
LEAVING AIR TEMPERATURE IS 72 °F, BUT ACTUAL
LEAVING AIR TEMPERATURE IS 57 .7°F. CHECK F&C A-3 Controls X
TEMPERATURE SENSOR CALIBRATION AND
108 TROUBLESH OOT CONTROLS . -
FRONT END CONTROLS DID NOT SHOW OUTSIDE AIR
y 109
DAMPER CONTROUPOSITION . ADD CONTROL POINT F&C A-3 Controls AND VERIFY OUTSIDE AIR DAMPER CLOSES WHEN X
UNIT IS IN UNOCCUPIED MODE . -
HEATING WATER CONTROL VALVE APPEARED TO BE
PARTIA LLY OPEN WHEN FRONT END CONTROLS F&C A-47 Controls j' 110
COMMANDED VALVE TO FULL CLOSE. X
TROUBLESHOOT VALVE/CONTROLS -
UNIT MOTOR STARTER IN AUTO MODE MAKES
EXCESSIVE VIBRATION AND NOISE (HAN D MODE F&C A-47 Controls X ~ 111
WORKS}. TROUBLESHOOT MOTOR STARTER AND
REPLACE AS REQUIRED . -
I COLD DECK SUPPLY AIR TEMPERATURE IS NOT
SATISFIED, BUT CHILLED WATER CONTROL VALVE IS F&C A-47 Controls X
,' 112
AT 33% OPEN AND DOES NOT INCREASE VALVE
POSITION . TROUBLESHOOT CONTROLS. -
I SUPPLY FAN WAS RUNNING ON ARRIVAL, BUT FRO NT
END CONTROLS SHOWED THE SUPPLY FAN WAS F&C A-7 Controls X
113 OFF . TROUBLESHOOT CONTROLS . -
T HEATING WATER CONTROL VALVE APPEARED TO BE
PARTIALLY OPEN WHEN FRONT END CONTRO LS F&C A-7 Co ntrols COMMANDED VALVE TO FULL CLOSE. X
114 TROUBLESHOOT VALVE/CONTROLS -r 115
CHILLED WATER CONTROL VALVE APPEARS TO GO
TO FULLY CLOSED WHEN UNIT IS CALLING FOR F&CA-7 Controls X
COOLING. TROUBLESHOOT CONTROLS. -
FRONT END COMMAND TO ENABLE SYSTEM DOES r NOT ACTIVATE AIR HANDLER OR CONTROL
SEQUENCE TO RUN AIR HANDLER. ENABLE SYSTEM MAU-3 Controls X
COMMAND SHOULD START NORMAL SEQUENCE OR
116 OPERATIONS. -
FWCC Commission Lis t Rev8_03-10-12.xlsx 26 of 46
ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
FRONT END SET POINT IS 67°F FOR A MAKE-UP AIR
UNIT. A 67°F LEAVING AIR TEMPERATURE WILL NOT
PROVIDE ADEQUATE DEHUMIDIFICATION FOR 100% MAU-3 Controls X
OUTSIDE AIR UNIT. S ET POINT SHALL BE ADJUSTED
117 TO 55 °F LEAVING AIR TEMPERATURE. -
FRONT END LEAVING AIR TEMPERATURE SET POINT
IS 67 °F, BUT ACTUAL LEAVING AIR TE MPERATURE
WAS 59 °F. SYSTEM DID NOT APPEAR TO MAINTAIN MAU-3 Controls X
LEAVING AIR TEMPERATURE SET POINT .
· 118 TROUBLESHOOT CONTROLS. -
RETURN AIR DAMPER POSITION DID NOT
CORRESPOND WITH FRONT END READING. FULLY
CLOSED POSITION CORRESPONDED WITH 100% ON MAU-3 Controls . X
FRONT END . REVERSE READING SO FULLY CLOSED
119 CORRESPONDS TO 0%. -
HEAT WHEEL TURNS ON WITH SUPPLY FAN , BUT
DEACTIVATED AFTER A FEW MINUTES. CHECK MAU-3 Controls X
120 CONTROLS SEQUENCE AND WIRING OF HEAT WHEEL. -
OUTSIDE AND RELIEF AIR DAMPERS DID NOT OPEN MAU-3 Controls 121 WHEN SYSTEM WAS ENABLED. X -
HEATING VALVE WAS COMMANDED OPEN WHEN UNIT
WAS IN COOLING MODE (8 0°F OUTSIDE AIR
TEMPERATURE). HEATING VALVE SHOULD NOT BE MAU-3 Controls X COMMANDED OPEN UNLESS OUTSIDE AIR
TEMPERATURE REQUIRES THE UNIT TO HEAT THE
122 INCOMING OUTSIDE AIR. -
FRONT END COMMAND TO ENABLE SYSTEM ONLY
ACTIVATES SUPPLY FAN. RETURN/EXHAUST FAN MAU-4 Controls X
123 DOES NOT ACTIVATE. TROUBLESHOOT CONTROLS
SUPPLY FAN STATUS IS NOT ACCURATE. UPON
ARRIVAL THE SUPPLY FAN WAS VISUALLY (AND
COMMANDED) OFF, BUT SUPPLY FAN STATUS MAU-4 Controls X
REFLECTED THE SUPPLY FAN WAS ON .
124 TROUBLESHOOT CONTROLS .
FRONT END SET POINT IS 67°F FOR A MAKE-UP AIR
UNIT. A S7 °F LEAVING AIR TEMPERATURE WILL NOT
PROVIDE ADEQUATE DEHUMIDIFICATION FOR 100% MAU-4 Controls X
OUTSIDE AIR UNIT. SET POINT SHALL BE ADJUST TO
125 SS°F LEAVING AIR TEMPERATURE.
FRONT END LEAVING AIR TEMPERATURE SET POINT
IS 67°F, BUT ACTUAL LEAVING AIR TEMPERATURE
WAS 56°F. SYSTEM DID NOT APPEAR TO MAINTAIN MAU-4 Controls X
LEAVING AIR TEMPERATURE SET POINT.
126 TROUBLESHOOT CONTROLS. -
RETURN AIR DAMPER POSITION DID NOT
CORRESPOND WITH FRONT END READING . FU LLY
CLOSED POSITION CORRESPONDED WITH 100% ON MAU -4 Controls X
FRONT END. REVERSE READING SO FULLY CLOSED
127 CORRESPONDS TO 0%. -
HEAT WHEEL CONTINUES TO RUN WHEN UNIT IS
SHUT OFF. HEAT WHEEL MUST BE MANUALLY MAU-4 Controls TURNED OFF. TROUBLESHOOT CONTROLS SO HEAT X
128 WHEEL TURNS OFF WHEN UNIT IS DISABLED . -
FRONT END COMMAND TO ENABLE SYSTEM DOES
NOT ACTIVATE AIR HANDLER OR CONTROL
SEQUENCE TO RUN AIR HANDLER. ENABLE SYSTEM MAU-5 Controls X
COMMAND SHOULD START NORMAL SEQUENCE OF
129 OPERATIONS . -
FWCC Commission List Rev8_03-10-12 .xlsx 27 of 46
•
I ITEM S TO BE AD DRESSED APPLICABLE AI R HAN DL ER WORK REMARKS 11 /29/11 NEW ITEM
ITEM# PROPOSAL CO ST
'
SUPPLY FAN STATU S IS NOT ACCU RAT E . UP ON
ARRIVAL THE S UPPLY FAN W AS VISUALLY (A ND
CO MMANDED ) O FF, BUT SUPPLY FAN STATUS MAU -5 Controls X
REFLECTED THE SUPPLY FAN WAS ON .
130 TROUBLES HOOT CONTR OLS . -
i RETUR N FA N W ILL NOT TU RN O N WH EN
COMM ANDED . USER MU ST MA NUAL LY PRE SS ST A RT
ON VFD IN ORD ER TO TU RN ON RETU RN FA N. MAU -5 Controls X
RETU RN FA N WILL T URN OFF FRO M FRO NT END.
i.J 13 1 TRO UBLES HOOT CONTROLS . -
I RETU RN FAN STATUS IS NO T ACCU RA T E. U PON
A RRIV A L THE RETURN FAN WAS VISUALLY (AND
CO MMAND ED ) O FF , BUT RETURN FAN STATUS MA U-5 Contro ls X
REFLECTED THE RETURN FAN WAS ON .
13 2 TROUBLESHOOT CONTRO LS. -
I RETURN A IR DAMP ER POSITION DID NOT
y 133
CORRE SPOND W ITH FRONT END READING . FULLY
CL OSED POSITION CORRESPONDED WITH 100 % ON MAU -5 Contro ls X
FRONT END . REVERSE READING SO FULLY CLOSED
CORRESPONDS TO 0%. -
HEAT WHEEL DID NOT ACTIVATE WHEN UNIT WAS
I 134
TUR N ED O N. HEAT WHEEL WOULD ACTIVATE W HEN
TUR N ED ON MANUALLY. TROUBLESHOOT MAU-5 Controls X
CONTROLS . HEAT WHEEL SHOULD ACT IVATE
WHENEVER THE UNIT IS TURNED ON . -
y 135
CHILLED WATE R VALVE REMAINED 60 % OPEN WHEN
UNIT WAS SHUT DOWN. CHILLED WATER VAL VE MAU-5 Contro ls X
SHALL FULLY C LOS E W HEN UNIT IS TURNED OFF .
SUPPLY AND RET URN FAN OUTP UT STILL SHOW 100%
WHEN UNIT IS SHUT DOWN . TROUB LESHOOT MAU-5 Controls X
.,., 136 CONTRO LS. -
I FRONT END COMMAND TO EN A BLE SYSTEM DOES
NOT ACTIVATE A IR HANDLER OR CONTROL ~ 137
SEQUENCE TO RUN A IR HANDLER. ENABLE SYSTEM MAU -6 Controls X
COMMAND SHOULD START NORMAL SEQUENC E O F
OPERATIONS . -
I FRONT END SET POINT IS 67°F FOR A MA K E-UP AIR
UNIT. A 67°F LEAVING AIR TEMPERATURE WILL NOT
PROV IDE ADEQUAT E DEHUM IDIFICATION FOR 100% MAU-6 Controls · X
OUTSIDE A IR UNI T . SET POIN T SH AL L BE ADJ UST TO
138 ss°F LEAVING AIR T EMPE RATUR E . -
RETURN AIR DAM PE R POSITION DID NOT
CORRES POND WI TH FRONT END RE A DING . FULLY
CLOSED POSITION CORRESPOND ED W ITH 100% ON MA U-6 Controls X
FRONT END . REVERSE READ ING SO FULLY CLOS ED
139 CORRES PONDS TO 0%. --
HEAT WHEEL DID NOT ACTIVATE WHEN UNIT WAS
TURNED ON . H EAT WHEEL WOULD ACTIVATE WHEN
TUR NED ON MANUALLY. TROUBLESHOOT MAU -6 Controls X
CONTROLS. HEAT WHEEL SHOULD ACTIVATE
140 WHEN EVER THE UN IT IS TURNED ON . -
i VARIABLE S PE ED DRIVES OUT PUT CURRENTLY
OF FLINE , RP M/HE RTZ NOT SHOW N. TROUB LE SHOOT MAU -6 Controls X CONTRO LS SO HERTZ IS SHOWN AS THE DIS PLAYED
141 OUTP UT . -r CHILLED WATER CONTROL VALVE DID NOT ACTUAT E
QUICKLY ENOUGH TO RESPON D TO SUPPLY AIR SET
PO INT A ND OUTS IDE AIR CONDITIO NS. MA U-7 Controls X
TROUBLESHOOT ACT UAT ION TIME OF CH IL LED
142 WATER CONTROL VA LVE . .
FWCC Comm ission List Rev8_03-10-12 .xl sx 28 of 46
>
ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
RETURN AIR DAMPER WAS STUCK IN THE FU LL OPEN
POSITION . CHECK IF DAMPER POSITION MA U-7 Controls X CORRESPONDS TO 100% BEING FULL OPEN AND 0%
143 BEING FULL CLOSED . -
SUPPLY AND RETURN FAN OUTPUT SHOW 87 % ON
FRONT END WHEN SUPPLY FAN VFD IS AT 60 HZ. MAU-7 Controls X
144 TROUBLESHOOT CONTROLS.
HEATING CONTROL VALVE IS COMMANDED FULL
OPEN DURING INITIAL STARTUP OF THE UNIT. MAU-7 HEATING CONTROL VALVE CLOSES AFTER 5-10 Controls X
145 MINUTES OF OPERATION. -
RELIEF DAMPER/ACTUATOR DID NOT MOVE TO
COMMANDED POSITION. TROUBLESHOOT MAU-9 Controls X
146 DAMPE R/ACTUATO R FOR FULL MOVEMENT. -
CONTROLS PROGRAMMING IS TOO SLOW TO
CHANGE DISCHARGE AIR TEMPERATURE TO MAU-9 CURRENT CONDITIONS. REVIEW SEQUENCE TO Controls X
147 ADJUST ACTUATION TIME . -
HEAT WHEEL WAS NOT ACTIVATED WHEN UNIT WAS
ACTIVATED. HEAT WHEEL CAN BE ACTIVATED MAU-9 Controls X
148 MANUALLY. -
HEATING CONTROL VALVE IS COMMANDED FULL
OP EN DURING INIT IAL STARTUP OF THE UNIT. MAU-9 HEATING CONTROL VALVE CLOSES AFTER 5-10 Contro ls X
149 MINUTES OF OPERATION. -
RETURN DAMPER OPENED TO 49% DURING STARTUP
WITH THE OUTSIDE AIR AND RELIEF DAMPERS AT
100% OPEN. TROUBLESHOOT CONTROLS MAU-9 Controls SEQUENCE, EXPLAIN WHY RETURN DAMPER WOULD X
-
BE 49% OPEN WITH OUTSIDE AND RELIEF AIR
150 DA MPERS FULLY OPEN? -
CHILLED WATER CONTROL VALVE DID NOT ACTUATE
QUICKLY ENOUGH TO RESPOND TO SUPPLY AIR SET
POINT AND OUTSIDE AIR CONDITIONS. MA U-9 Controls X
TROUBLESHOOT ACTUATION TIME OF CHILLED
151 WATER CONTROL VALVE . -
RETURN AIR DAMPER POSITION DID NOT
CORRESPOND WITH FRONT END READING . FULLY
CLOSED POSITION CORRESPONDED WITH 100% ON MAU-10 Controls X
FRONT END. REVERSE READING SO FULLY CLOSED
152 CORRESPONDS TO 0%. -
RELIEF DAMPER/ACTUATOR DID NOT MOVE TO
COMMANDED POSITION . TROUBLESHOOT MAU-10 Controls X
153 DAMPER/ACTUATOR FOR FULL MOVEMENT. -
HEATING CONTROL VALVE IS COMMANDED FULL
OPEN DURING INITIAL STARTUP OF THE UNIT. MAU-10 Controls HEATING CONTROL VALVE CLOSES AFTER 5-10 X
154 MINUTES OF OPERATION. -
HEATING VALVE WAS COMMANDED OPEN WHEN UNIT
WAS IN COOLING MODE (8 0°F OUTSIDE AIR
TEMPERATURE). HEATIN.G VALVE SHOULD NOT BE MAU-11 Controls X COMMANDED OPEN UNL ESS OUTSIDE AIR
TEMPERATUR.E REQUIRES THE UNIT TO HEAT THE
155 INCOMING OUTSIDE AIR .
RETURN AIR DAMPER POSITION DID NOT
CORRES PO ND WITH FRONT END READING . FULLY
CLOSED POSITION CORRESPONDED WITH 100 % ON MAU-11 Controls X
FRONT END . REVERSE READING SO FULLY CLOSED
156 CORRESPONDS TO 0%.
RELIEF DAMPER WAS 30 % OPE N ON ARRIVAL, BUT
FRONT END SHOWS DAMPER IS FULLY CLOSED . MA U-11 Contro ls X
157 TROUBLESHOOT CONTROLS . -
FWCC Co mm ission List Rev8 _03-10-12 .x ls x 29 of 46
I ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
1 158
HEATING CONTROL VALV E IS COMMAND ED FULL
OPEN DURING INITIAL STARTU P OF THE UNIT. MAU-11 Controls HEATING CONTROL VALVE CLOSES AFTER 5-10 X
MINUTES OF OPERATION. -
·", •.. . ,
Site: Fort Worth Convention Center
(VAV Boxes)
I
HEATER FAN DID NOT ACTIVATE. TROUBLESHOOT VAV BOX ADDRESS 120A Controls Phase Ill 159 CONTROLS / FAN . -
I SMOKE DAMPER APPEARED TO BE CLOSED IN DUCT
I , MAIN, UPSTREAM OF THE LAST THREE DIFFUSERS VAVBOXADDRESS 117A Controls
160 351
1 PROGRAM BO XES TO REMAIN IN MINIMUM COOLING !O,LL SINGLE DUCT VAV BO XE~ Controls
161 MODE WHEN BOILERS ARE NOT ACTIVATED . 351
HEATING WATER VAVLE HAD DIFFICULTY
ACTUATING FULLY OPEN , TROUBLESHOOT VALVE VAV BOX ADDRESS 101A Controls
162 ACTUATOR/VALVE . 351
I
LOW LEAVING AIR TEMPERATURE DURING HEATING VAV BO X ADDRESS 103A Controls
L1 163 MODE , TROUBLESHOOT HEATING VALVE/CONTROLS. 351
I ON FRONT END, VAV BO X IS NOT REPORTING ANY
AIRFLOW, BUT AIRLFOW APPEARS TO BE CORRECT -~
AT THE VAV BOX CONTROLLER. TROUBLESHOOT VAV BOX ADDRESS 103A Contro ls
• • 164 CONTROLS . 351
T VAV BOX DOES NOT APPEAR TO RESPOND TO
COMMANDS FOR DAMPER ACTUATOR TO VAV BOX ADDRESS 105A Controls OPEN/CLOSE. BOX APPEARS TO BE IN THE FULL
165 CLOSED POS ITION. 966 r VAV BOX DID NOT APPEAR TO RESPOND TO
INCREASES/DECREASES IN AIRFLOW VAV BOX ADDRESS 106A Controls REQUIREMENTS. TROUBLESHOOT ACTUATORNAV
166 BOX. VERIFY FIRE/SMOKE DAMPER IS OPEN . 1,141
'r 167
COULD NOT ACCESS BOX TO VERIFY COOLING VAV BOX ADDRESS 108A Controls AIR FLOW . 351
I COULD NOT CONNECT TO BOX OR TEMPERATURE
SENSOR. RECEIVED ERROR CANNOT UPLOAD
CONTROLLER: NO APPLICATION LOADED . FRONT VAV BOX ADDRESS 122A Controls END STATES COMMON SETPOINT IS UNRELIABLE .
WHEN FINISHED TROUBLESHOOTING VERIFY IF
168 TEMPERATURE SENSOR IS FUNCTIONAL. 966
COULD NOT LOG INTO CONTROLLER FROM
'r' 169
TEMPERATURE SENSOR, TROUBLESHOOT VAV BO X ADDRESS 113A Controls
SENSOR/CONTROLLER. 351
I
COU LD NOT ACCESS BOX TO VERIFY HEATING
• J 170 CONTROL VALVE OPERATION OR COOLING AIRFLOW . VAV BOX ADDRESS 112A NA Not Included
-
I VAV BOX DID NOT APPEAR TO RESPOND TO
INCREASES/DECREASES IN AIRFLOW VAV BOX ADDRESS 112A Controls REQUIREMENTS . TROUBLESHOOT ACTUATOR/VAV
I 171 BOX . 351
1 COULD NOT ACCESS BOX TO VERIFY COOLING VAV BOX ADD RESS 1058 NA Not Included 172 AIRFLOW. -
CONTROLLER STATES VAV BOX IS ADD 105 (FRONT
END STATES VAV BOX AS ADD 109 ). CLARIFY ON VAV BOX ADDRE SS 1058 Controls 'T"' 173 FRONT END OR REN AME . 351
I BOX WOULD NOT REACH MAXIMUM O F AIRFLOW OF
2010 CFM (STATIC AT 0.3387) VERIFY NO VAV BOX ADDRESS 119A Controls Phase Ill OBSTRUCTIONS PRESENT UPSTREAM OF THE VAV
-.1 174 BOX. -
FWCC Commission List Rev8_03-10-12.xlsx 30 of 46
ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
AIRFLOW SETPOINT, ON FR ONT END , APPEARS TO BE
OVERRIDDEN TO 100 C FM AND CANNOT BE VAV BOX ADDRESS 119A Controls
175 Rt:LEASED. TROUBLESHOOT CONTROLS . 351
HEATER FAN DID NOT ACTIVATE WH EN CALLED ON . VAV BOX ADDRESS 120A Controls Phase Ill 176 TROUBLESHOOT FAN /CONTROLS -
VAV BOX AIRFLOW SETPOINT IS OVERRIDDEN TO 300
CFM AND CANNOT RELEASE SETIING. VAV BOX ADDRESS 124 Controls TROUBLESHOOT CONTROLS TO RELEASE FI XED
177 AIRFLOW SETPOINT. 351
VAV BOX COULD NOT OBTAIN MAXIMUM COOLING VAV BOX ADDRESS 126A Controls 178 AIRFLOW , VERIFY NO BLOCKAGES IN VAV BOX. 351
VAV BOX HA S NO AIRFLOW, DAMPER ACTUATOR
DOES NOT APPEAR TO MOVE WHEN COMMANDED. VAV BOX ADDRESS 100 Controls ALSO, VERIFY SMOKE DAMPER IS OPEN ONCE
179 DAMPER ACTUATOR IS FUNCTIONING. 351
COULD NOT LOCATE BOX ON FRONT END , VAV BOX ADDRESS 100 Controls 180 TROUBLESHOOT CONTRO LS 351
COULD NOT CONNECT TO VAV BOX TEMPERATURE
SENSOR.TROUBLESHOOT VA V BOX ADDRESS 100 Controls
181 CONTROLS/TEMPERATURE SENSOR CONNECTION . -351 ' .....
WHEN DISCONNECTED FROM TEMPERATURE
SENSOR ERR 6 SHOWN ON TEMPERATURE SENSOR,
NO A PPARENT OUTPUT FROM THE TEMPERATURE
SENSOR. COULD NOT RECONNECT TO VAV BOX ADDRESS 132A Controls
TEMPERATUR E SENSOR AND VAV BOX WAS
UNAVAILABLE ON FRONT END . FRONT END REPORTS
182 VAV BOX AS OFFLINE . TROUBLESHOOT CONTROLS . 351
ON FRONT END, VAV BOX IS NOT MEETING THE
AIRFLOW SETPOINT, BUT AIRLFOW APPEARS TO BE VAV BOX ADDRESS 128A Controls MET AT THE VAV BOX CONTROLLER.
183 TROUBLESHOOT CONTROLS. 351
HEATING WATER CONTROL VALVE APPEARS TO BE
STUCK OPEN. TROUBLESHOOT VALVE . ISOLATI ON
VALVES ON HEATING COI L ARE TURNED OFF, VERIFY VAV BOX ADDRESS 139A Controls
IF A LEAK IS PRE SENT. ACCESS IS LIMITED TO
184 REACH ISOLATION VALVES. 351
COULD NOT ACCESS BOX TO VERIFY HEATING
CONTROL VALVE OP ERATI ON OR COOLING AIRFLOW. VAV BOX ADDRESS 142A Controls AIRFLOW DID NOT APPEAR TO CHANGE AS VAV BO X
185 ACTUATOR OP ENED/CLOSED . 351
VAV BOX DID NOT APPEAR TO BE ABLE TO MEET
MAXIMUM COOLING AIRFLOW REQUIREMENTS, VAV BOX ADDRESS 138 A Controls
186 TROUBLESHOOT VAV BOX/ACTUATOR . 351
COULD NOT ACCESS BOX TO VERIFY COOLING VAV BOX ADDRESS 138A Controls 187 AIRFLOW . 351
HEATING DOES NOT TURN OFF WHEN COMMANDED
OFF, TROUBLESHOOT HEATING CONTROL VALVE AND VAV BOX AD DR ESS 138A Controls
188 CONTROLS 737
UNABLE TO CONNECT TO VAV BOX CONTROLLER,
TROUBLESHOOT TEMPERATURE VAV BOX ADDRESS 144A Controls
189 SENSOR/CONTROLLER. 351
COULD NOT ACCESS BOX TO VERIFY HEATING
CONTROL VALVE O PERATION OR COOLING AIRFLOW . VAV BOX ADDRESS 143A Controls AIRFLOW DID NOT APPEAR TO CHANGE AS VAV BOX
190 ACTUATOR OPENED/CLOSED. 527
COULD NOT ACCESS BOX TO VERIFY COOLING
AIRFLOW. AIRFLOW DID NOT APPEAR TO CHANGE AS VAV BOX ADDRESS 145A Controls
191 VAV BOX ACTUATOR OPEN ED/CLOSED . 527
HEATING VALVE DID NOT APPEAR TO CLOSE, HEAT
WOULD NOT TURN OFF. TROUBLESHOOT VAV BOX ADDRESS 145A Controls
192 VAL VE/CONTROLS 527
fWCC Commission List Rev8_03-10-12 .x lsx 31 of 46
-.
r ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
AIRFLOW SETPOINT WILL NOT RELEASE (CURRENTLY VAV BOX ADDRESS 170A Controls 193 SET AT 1500 CFM) 351
I VAV BOX DAMPER ACTUATOR DOES NOT APPEAR TO
RESPOND TO COMMANDS FOR FULL OPEN /FULL VAV BOX ADDRESS 147A Controls
194 CLOSED . TROUBLESHOOT CONTROLS /V AV BOX. 527
195 COVER IS MISSING FROM TEMPERATURE SENSOR VAV BOX ADDRESS 153A Controls 194
I f\lRFLOW SETPOINT, ON FRONT END, APPEARS TO BE
·OVERRIDDEN TO 1000 CFM AND CANNOT BE VAV BOX ADDRESS 153A Controls
u 196 RELEASED. TROUBLESHOOT CONTROLS. 176
I BACKDRAFT DAMPER NEAR VAV FAN CONTINUES TO
BANG BACK IN FORTH. INVESTIGATE SOLUTION VAV BOX ADDRESS 190 Controls Phase Ill
197 FURTHER. -
COULD NOT ACCESS BOX TO VERIFY COOLING VAV BOX ADDRESS 134B Controls 198 AIRFLOW . 351
I STORAGE ROOMS SERVED BY 380 AND 381 DID NOT
1 REPORT ANY AIR . CHECK FIRE/SMOKE DAMPERS VAV BOX ADDRESS 141 B Controls
199 AND VERIFY DAMPERS ARE OPEN . 702
HEATING CONTROL VALVE AND VAV FAN DID NOT
APPEAR TO RESPQND TO CALL FOR HEATING, ~· ....
..1
TROUBLESHOOT CONTROLS AND VAV BOX. VAV FAN VAV BOX ADDRESS 147B Controls CAME ON WHEN SET FOR COOLING AND THEN
TURNED OFF, CHECK TIME DELAY FOR HEATING
200 MODE SEQUENCE. 527
PARALLEL FAN POWERED BOX BUT HAS NO HEATING VAV BOX ADDRESS 1498 Controls Phase Ill 201 COILS. -
PARALLEL FAN POWERED BOX BUT HAS NO HEATING VAV BOX ADDRESS 146B Controls Phase Ill 202 COILS .· -
I COULD NOT VERIFY HEATING CONTROL VALVE
ACTUATION DUE TO LACK OF ACCESS. AN INCREASE VAV BOX ADDRESS 150A NA Not Included
"" 203
IN TEMPERATURE WAS NOT MEASURED AT THE
SUPPLY AIR DEVICES . 351
I UNABLE TO CONNECT TO TEMPERATURE
LJ 204
SENSO_R/V AV BOX CONTROLLER, TROUBLESHOOT VAV BOX ADDRESS 159A Controls TEMPERATURE SENSOR/CONTROLS. FRONT END
STATES VAV BOX IS OFFLINE. 966
I
COULD NOT CONNECT TO TEMPERATURE
SENSOR/CONTROLLER, STATES CAN NOT UPLOAD
CONTROLLER :DEVICE IS NOT OPERATIONAL. FRONT VAV BOX ADDRESS 161 A Controls
~ 205
STATES COMMON SETPOINT IS UNRELIABLE .
TROUBLESHOOT CONTROLS. 966
I HEATING CONTROL VALVE AND VAV FAN DOES NOT
APPEAR TO RESPOND TO DEMAND FOR FULL VAV BOX ADDRESS 163A Controls Phase Ill
206 HEATING. TROUBLESHOOT CONTROLS -
T FRONT END DOES NOT APPEAR TO ACCEPT
CHANGES MADE AT THE CONTROLLER (SET
HEATING/COOLING MINIMUM AIRFLOW TO 50 CFM
DOES NOT APPEAR ON FRONT END). AIRFLOW VAV BOX ADDRESS 163A Controls
SETPOJNT APPEARS TO BE OVERRIDDEN TO
MAXIMUM AIRFLOW (CANNOT BE RELEASED).
207 TROUBLESHOOT CONTROLS. 351
VAV BOX DID NOT RESPOND TO A CALL FOR
COOLING , TROUBLESHOOT DAMPER/VAV BOX. VAV BOX ADDRESS 165A Controls FRONT END STATES VAV BOX IS UNRELIABLE.
208 TROUBLESHOOT CONTROLS. 966
I 209
CAN NOT GET ACCESS TO BOX DUE TO BOX VAV BOX ADDRESS 165A NA Not Included LOCATION . 352
T AIRFLOW SETPOINT ON FRONT END IS FIXED TO SET
CFM, WILL NOT RELEASE FROM FRONT END . VAV BOX ADDRESS 169A Controls
210 TROUBLESHOOT CONTROLS. 351
FWCC Commission List Rev8_03-10-12 .xlsx 32 of 46
ITEMS TO BE AD DRESSED APPLICABLE AIR HANDLER WORK REM ARKS 11/29/11 NEW ITEM
ITEM# PRO POSAL C OST
SUPPLY DIFFERENTIAL PRESSURE/AIRFLOW DOES
NOT REGISTER ON BOX. CHECK VAV BOX ADDRESS 172 Controls
211 CONTROLS/DIFFERENTIAL PRESSURE SENSOR . 966
FLOW SETPOINT APPEARS TO BE LOCKED AT 780 VAV BO X ADDRESS 172 Controls 212 CFM. TROUBLESHOOT CONTROLS 351
VAV BOX DAMPER ACTUATOR DOES NOT SEEM TO
RESPOND TO COOLING COMMANDS . DIFFERENTIAL
PRESSURE SENSOR STATES TO BE ABOUT O" W .C., VAV BOX ADDRESS 196 Controls ACTUAL AIRFLOW READING DOES NOT CHANGE.
TROUBLESHOOT CONTROLS AND DIFFERENTIAL
213 PRESSURE SENSOR/ACTUATOR. 351
COULD NOT CONNECT TO VAV BOX, BOX IS LISTED
AS OFFLINE ON THE FRONT END. TROUBLESHOOT VAV BO X ADDRESS 216 Controls
214 CONTROLS. 966
FLOW SETPOINT APPEARS TO BE LOCKED AT A SET VAV BOX ADDRESS 216 Controls 215 AIRFLOW . TROUBLESHOOT CONTROLS . 351
DIFFUSER 4 SERVING KITCHEN WASH AREA IS
TAPPED OFF OF MEDIUM PRESSURE DUCTWORK
INSTEAD OF VAV BOX. CONNECT DIFFUSER TO VAV BOX ADDRESS 220 Mechanical
COORESPONDING VAV BOX, CAP AND REINSULATE
216 MEDIUM PRESSURE DUCTWORK. 1,588
ON FRONT END, VAV BOX IS NOT REPORTING ANY
AIRFLOW, BUT AIRLFOW AP PEARS TO BE CORRECT VAV BOX ADDRESS 220 Controls AT THE VAV BOX CONTROLLER. TROUBLESHOOT
217 CONTROLS. 351
UNABLE TO CONNECT TO TEMPERATURE
S ENSOR/VAV BOX CONTROLLER. FRONT END VAV BOX ADDRESS 221 Controls STATES VAV BOX IS OFFLINE . TROUBLESHOOT
218 TEMPERATURE SENSOR/CONTROLS. 966
VAV BOX CONTROLLER WENT OFFLINE AFTER
COMPLETION, TROUBLESHOOT CONTROLS . FRONT VAV BOX ADDRESS 225 Controls
219 END STATES VAV BOX IS O FF LINE. 966
VAV BOX DOES NOT APPEAR TO RES POND TO
CHANGES IN AIRFLOW SETPOINT, TROUBLESHOOT VAV BOX ADDRESS 230 Controls
220 CONTROLS AND CONTRO L ACTUATOR. 351
CONTROLLER DID NOT APP EAR TO CHANGE OVER
INTO HEATING MODE, TROUBLESHOOT CONTROLS VA V BOX ADDRESS 230 Controls
221 AND VERIFY HEATING VAL V E ACTUATES . 351
HEAT DOES NOT APPEAR TO WORK, VERY LITTLE VAV BOX ADDRESS 207 Controls 222 T EMPERATURE RISE AT VAV BOX 351
ACTUATOR STATES???, REILIABILITY STATES VAV BOX ADDRESS 207 Controls
223 ST ALLE D DURING POS . TROUBLESHOOT CONTROLS . 966
VAV BOX ACTUATOR/CONTROLLER DOES NOT
A PP EAR TO BE RESPOND ING TO CHANGES IN VAV BOX ADDRESS 209 Controls AI RFLOW SET POINT. TROUBLESHOOT DAMPER
224 AC T UATO R A ND CONTROLS. 351
COU LD NOT VERIFY AIRFLOW DUE TO HEIGHT OF VAV BOX ADDRESS 21 0 NA Not Included 225 VAV BOX. -
COULD NOT VERIFY HEATING CONTROL VALVE AND VAV BOX ADDRESS 213 NA Not Included 226 A IRFLOW DUE TO HEIGH T OF VAV BOX. -
VA V BOX ACTUATOR/CONTROLLER DOES NOT
A PPEAR TO BE RES PONDING TO CHANGES IN
AIRFLOW SETPOINT . DAMP ER ACTUATOR IS VA V BOX ADDRESS 213 Contro ls REPORTED AS UNRELIABLE ON FRONT END .
TROU BLES HOOT DAMPER ACTUATOR AND
227 CONTROLS. 966
VA V BOX ACTUATOR/CONTRO LLER DOES NOT
A PP EAR TO BE RESPOND ING T O CHANGES IN VAV BOX ADDRESS 214 Controls A IRFLOW SETPOINT . TROUBLESHOOT DAMPER
228 ACTUATOR AN D CON T RO LS. 351
FWCC Comm iss ion List Rev8_03 -10-12.xlsx 33 of 46
I ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
COULD NOT VERIFY HEATING CONTROL VALV E AN D VA V BO X ADD RESS 2 14 NA No t In cl ud ed 22 9 AIRFLOW DUE TO HEIGHT OF VAV BOX.
I COULD NOT VERIFY AIR FLOW DUE TO HEIGHT O F VAV BO X AD DRESS 215 NA Not Includ ed 230 VAV BOX . -
HEAT DOES NOT APPEAR TO WORK, TR OUBLESHOOT VAV BOX ADD RESS 21 5 Co ntro ls 23 1 VAV BO X. 351
I COULD NOT VERIFY A I RFLOW DU E TO HEIGHT OF VA V BOX ADD RESS 206 NA Not Inc lu ded 23 2 VAV BOX . -
M INI MUM A IRFLOW , O N FRONT END, APPEA RS TO B E r 233
OVERR IDDEN TO 1000 CFM (NEE DS TO BE S ET TO 0 VAV BOX ADDRE SS 206 Con trols CFM ) AN D CANNOT BE RELEASED . TR OUBLESHOOT
CONTROLS . 351
FR ONT END STATES DAMPER A CTUAT O R IS VAV BO X ADDRESS 206 Contro ls ,__J 23 4 UNRELIABLE. TROUBLESHOOT CONTROLS. 966
I 235
COULD NOT VERIFY HEATING CONTROL VALVE A ND VAV BOX ADDRESS 205 NA Not In c lud ed AIRFLOW DUE TO HEIGHT OF VAV BO X. -
MIN IM UM AIRFLOW , ON FRONT END , APPEARS TO BE
I 236
OVERRIDDEN TO 1000 CFM (N EEDS TO BE SET TO 0 VAV BO X ADDRESS 205 Controls CF M) AND CAN NOT BE RELEA S ED . TROUBLESHOOT
CO NTROLS . 351
FRONT END STATES DAMPER ACTUATOR IS VAV BOX ADDRESS 20 5 Controls 23 7 UNRELIABLE. TROUBLESHOOT CONTROLS . 966
'r-23 8
COULD NOT VERIFY HEATING CONTROL VALVE AND VAV BO X ADDRESS 204 NA Not Includ ed AIRFLOW DUE TO HEIGHT OF VAV BO X. -
I VAV BO X AIRFLOW IS VERY DIFFICULT TO CO NTROL,
TAP EXTENDS OFF OF THE END O F THE DUCT MA IN. VAV BOX ADDRESS 149C Controls 'r 23 9
MOVE DUCT TAP FROM END OF DUCT MAIN TO GAI N
CO NTROLLABILITY. 527
I VAV BO X ACTUATOR/CONTROLLER DOES NOT
y 2 40
APPEAR TO BE RESPONDING TO CHANGES IN
AIRFLOW SETPOINT. FRONT END REPORTS VAV BO X VAV BO X ADDRESS 1508 Co ntrols
AS OFFLI N E. TROUBLESHOOT DAMPER ACTUATOR
AND CONTROLS . 790
VAV BO X APPEARS TO BE SERVED BY AHU-10
INSTEAD OF AHU -20 AS INDICAT ED BY THE FRONT VAV BO X ADDRESS 154 8 Controls Phase Ill J 241
END . CHANGE DESCRIPTION OF VAV BOX O N F RONT
END . -
I AIRFLOW SETPOINT, ON FRONT END , APPEARS TO BE
OVERRIDDEN TO 1500 CFM AND CANNOT BE VAV BO X ADDRESS 154 8 Contro ls
242 RELEASED . TROUBLESHOOT CONTROLS . 351
I CHECK BACKDRAFT DAMPER ON VAV BO X FAN ,
APPEARS TO OPEN AND CLOSE (WHEN FAN IS OFF) VAV BOX ADDRESS 168 Cont rols Phase Ill
243 MAKING A NOISE. TROUBLESHOOT CONDITION. -
T ACTUAL COOLING SETPOINT READS 1120F, COMMON
AND COOLING SETPOINT ARE BELOW THIS
TEMPERATURE, VAV BOX WILL NOT RESPOND TO VAV BOX ADDRESS 1708 Controls
FULL COOLING COMMAND. TROUBLESHOOT
.,1 244 CONTROLS. 351
I VAV BO X AIRFLOW DOES NOT APPEAR TO CHANGE
WHEN DAMPER POSITION , ON THE CONTROLS ,
OPENS/CLOSES . TROUBLESHOOT VAV VAV BOX ADDRESS 105C Controls
i' 245
BOX/CONTROLS AND VERIFY FIRE/SMOKE DAMPERS
ARE OPEN . -702
I VAV TEMPERATURE SENSOR DID NOT APPEAR TO
HAVE POWER, COULD NOT CONNECT INTO VAV BOX r CONTROLLER. CORRESPONDING VAV BO X COULD
NOT BE LOCATED THAT IS CONNECTED TO THE VAV BOX ADDRESS 11 OC Contro ls
TEMPERATURE SENSOR, PLEASE VERIFY IF SENSOR
IS FUNCTIONAL. IF FUNCTIONAL PLEASE
.246 TROUBLESHOOT CONTROLS. 351 -
FWCC Commiss ion List Rev8_03-10-12 .xls x 34 of 4 6
ITEMS TO BE ADDRESSED APPLICABLE AJR HANDLER WORK REMARKS 11 /29/11 NEW ITEM
ITEM# PROPOSAL COST
COULD NOT ACCESS DUCTWOR K/GRILLE TO GET AN VAV BOX ADDRESS 1378 NA Not Includ ed 247 AIRFLOW MEASUREMENT. -
STATIC PRES SURE IS N OT REGISTER IN G AT VAV BOX ,
BO X IS NOT PICKING UP ANY AIRFLOW AS A RESULT . VAV BOX ADDRESS 11 28 Contro ls
248 TROUBLES HOOT VAV BO X/CONTROLS. 351
VAV BOX WAS SLO W TO TURN OFF VAV BO X FA N AND
SWITCH TO FULL COOLING MODE . TR OUBLESHOOT VAV BOX ADDRESS 1 15 8 Co ntrols Phase Ill
249 CONTROLS . -
TWO VAV BO XES S ER V ING MEETING ROOM 107 , BUT
I CAN ONLY CALIBRATE ONE TH ROUGH TEMPERATURE
I SENS OR. RE COM M END PLAC ING TEMPERATURE V BO X ADDRESS 1060 A ND 1C Controls Ph as e Ill
SENSOR ON OPPOSITE SI D E OF ROOM FOR ACCESS
250 TO THE OTHER VAV BOX -
COLD DECK ACTUATOR APPEARS TO CYCLE
BETWEEN FULL OPEN A ND CLOSED WHEN VAV BO X ADDRESS 1060 Controls COMM AN DED TO ITS MAXIMUM POSIT ION,
251 TROUBLESHOOT CONTROLS 351
HOT DECK VALV E DOES NOT APPEAR TO RESPOND
TO CHANGES IN AIRFLOW SETPOINT, ACTUATO R VAV BO X ADDRESS 1060 Contro ls Phase Ill
252 INCREASED TO MAXIMU M AND MAINTAINS O CF M. -
HOT DECK DOES NOT RESPOND TO CALLS FOR VAV BO X ADDRESS 1090 Controls
253 HEATING , TROUBLESHOOT VAV BOX AND CONTROLS . 351
TWO VAV BO XES SERVI NG MEETING ROOM 109 , BUT
CAN ONLY CALIBRATE ONE THROUGH TEMPERATURE
S ENSOR . RECO MMEND PLACING TEMPERATURE VAV BOX ADDRESS 109A & B Controls Phase Ill
SENSOR ON OPPOSITE SIDE OF ROOM FOR ACCESS
254 TO THE OTHER VAV BOX -
COLD DECK COULD NOT ACHIEVE MAXIMUM VAV BO X 1090. Controls Phase Ill 255 AIRFLOW . TROUBLESHOOT VAV BOX. -
HOT DECK AIRFLOW SHOWS 500 CFM WHEN
ACTUATOR REPORTS IT IS FULLY CLOSED . VAV BOX ADDRESS 105D Controls Phase Ill
256 TROUBLESHOOT VAV BOX/CONTROLS . -
TWO VAV BOXES SERVING MEETING ROOM 109, BUT
CAN ONLY CALIBRATE ONE THROUGH TEMPERATURE
SENSOR. RECOMMEND PLACING TEMPERATURE VAV BOX ADDRESS 104 & 105 Controls Phase Ill
SENSOR ON OPPOSITE SIDE OF ROOM FOR ACCESS
257 TO THE OTHER VAV BOX -
VAV BOX HAD TO BE MANUALLY OVERRIDDEN TO
COOLING MODE IN ORDER FOR CHANGE OVER TO
OCCUR. TROUBLESHOOT CONTROLS TO LESSEN VAV BOX ADDRESS 119C Controls THE TIME REQUIRED TO CHANGE OVER.
TROUBLESHOOT CHANGE OVER IF IT IS
258 PROGRAMMED TO OCCUR. 351
VAV BOX DOES NOT APPEAR TO RESPOND TO CALLS
FOR AN INCREASE IN AIRFLOW , CURRENLTY HAS 0 VAV BOX ADDRESS 1328 Controls Phase Ill CFM TO THE BOX. TROUBLESHOOT VAV BOX AND
259 CONTROLS. -
HOT DECK IS ALWAYS SHOWING AT LEAST 300 CFM
EVEN WHEN ACTUATOR IS FULLY CLOSED, VAV BOX ADDRESS 1100 Controls Phase Ill
260 TROUBLESHOOT VAV BOX/CONTROLS . -
TWO VAV BOXES SERVING MEETING ROOM 1108, BUT
CAN ONLY CALIBRATE ONE THROUGH TEMPERATURE
SENSOR. RECOM M END PLACING TEMPERATURE VAV BOX ADDRESS 114D Controls Phase Ill
SENSOR ON OPPOSITE SIDE OF ROOM FOR ACCESS
261 TO THE OTHER VAV BOX -
TEMPERATURE SENSOR APPEARED TO BE FIXED TO VAV BOX ADDRESS 11 4D Controls
262 so°F ON FRONT END . TROUBLESHOOT CONTROLS . 351
FWCC Commission List Rev8_03-10-12.xls x 35 of 46
I 11 /29 /11 NEW ITEM ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS ITEM# PROPOSAL COST
1 263
VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL
FOR INCREASED AIRFLOW , TROUBLESHOOT VAV VAV BOX ADDRESS 1178 Controls
BO X/CONTROLS. 351
VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL
FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BO X ADDRESS 1168 Controls
264 " BOX/CONTROLS. 351
I VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL
FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 101B Controls
265 BOX/CONTROLS. 35 1
1 266
VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL
FOR INCREASED AIRFLOW , TROUBLESHOOT VAV VAV BOX ADDRESS 102B Controls
BO X/CONTROLS . 351
VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL
'i' 267
FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 103B Controls
BOX/CONTROLS. 351
I VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL
FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 104B Controls
268 BO X/CONTROLS . 351
I COULD NOT UPLOAD CONTROLLER INFORMATION
FROM TEMPERATURE SENSOR. TROUB LESHOOT VAV BOX ADDRESS 1068 Controls CONTROLS. FRONT END REPORTS VAV BO X AS
269 UNRELIABLE (TEM PER ATURE READS o°Fl. 966
T SUP PLY DAMPER ACTUATOR POSITON STATES???,
RELIABILITY STATES "STALLED DURING POS ", VA V BOX ADDRESS 137C Controls TROUBLESHOOT CONTROLS . STATES UNRELIABLE
270 ON THE FRONT END. 966
I' 271
NO HEAT PRODUCE D WHEN COMMANDED ON. VAV BOX ADDRESS 137C Controls TROUBLESHOOT CONTROLS . 35 1
I MEDIUM PRESSURE DUCT HAS COME LOOSE FROM VAV BOX ADDRESS 137C Controls 272 VAV BO X, NEED TO REPAIR. 702 r 273
VAV BOX DOES NOT AP PEAR TO RESPOND FOR CA LL
FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BO X ADDRESS 138C Controls
BOX/CONTROLS . 351
VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL
FOR INCR EAS ED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 125C Controls
~ 274 BOX/C ONTROLS . 351
I SUPPLY DAMPER ACTUATOR PO SITON STATES???,
RELIAB ILITY STATES "STALLED DURING POS ",
TROUBLESHOOT CONTROLS. STATES UNRELIABLE VAV BOX ADDRESS 134C Contro ls
W 275 ON THE FRONT END . 966
I VAV BOX ONLY WENT TO 1160 CFM , DESIGNED FOR VAV BOX ADDRESS 134C Controls 276 1600 C FM, TROUBLESHOOT BOX, CONTROLS . 351
VAV BOX ONLY WENT TO 1078 CFM , DESIGNED FOR VAV BOX ADDRESS 136C Controls 277 1560 CFM, TROUBLESHOOT BO X, CONTROLS. 351
I VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL
FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 128C Controls
278 BOX/CONTROLS . 351
r 279
VAV BOX MAXIMUM AIRFLOW ACHIEVED WAS 559
CFM , NEEDS TO REACH 2080 CFM, TROUBLESHOOT VAV BOX ADDRESS 1298 Controls VAV BOX, AND REVIEW POSSIBLE FIRE DAMPERS
BEING CLOSED. 702
SUPPLY DAMPER ACTUATOR POSITO N STATES???, r 280
RELIABILITY STATES "S TALLED DURING POS", VAV BOX ADDRESS 1308 Controls TROUBLESHOOT CONTROLS. STATES UNRELIABLE
ON THE FRONT END . 966
VAV BO X NEVER CHANGED FROM COOLING TO
I 281
HEATING MODE WHEN COMMANDED, HAD TO VAV BO X ADDRESS 1308 Controls
INITIATE MANUALLY, TROUBLESHOOT CONTROLS 351
I SUPPLY DA MPER ACTUATOR POS ITON STATES???,
RELIABILITY STATES "STALLED DURING POS", VAV BOX ADDRESS 133B Controls
'r' 282
TROUBLESHOOT CONTROLS. STATES UNRELIABLE
ON THE FRONT END . 966
FWCC Commission List Rev8_03-10-12 .xls x 36 of 46
ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
PLENUM SP ACE ACC ESS DOO R IS RUS T ED SHU T , VA V BOX A DDRESS 133 8 Mec hanic al 283 NEEDS TO BE REPLACED WITH NEW. 826
ONLY PRODUCED 83°F HEAT O FF OF VAV BOX,
VERIFY VALV E ACTUATES AND COIL IS CLE A N AND VA V BOX AD DRESS 133 8 Con tro ls
284 WATER FLOWS FREE . 351
VAV BOX DO ES NOT APPEAR TO RESPOND FO R CAL L
FOR INCRE ASED AIRFLOW , TROUBLESH OOT VAV VAV BO X ADDRES S 151C Co ntro ls
285 BO X/CONTROLS . 3 51
COULD NOT UPLOAD CONTROLLER INFORMATION
FROM TEMPERATURE SENSOR. TROUBLESHOOT VAV BO X ADDRESS 150C Co ntrols
286 CONTROLS . 351
CHANGE OVER FROM HEATI NG/COOLING DID NOT
OCCUR , HA D TO PERFORM MANUALLY, VAV BO X ADDRESS 1260 Cont rol s Ph ase Ill
287 TROUBLESHOOT CONTROLS . -
288 HOT DECK VAV WILL NOT REACH MA XIMUM AIRFLOW VAV BOX ADDRESS 1300 Controls Phase Ill
HOT DECK DOES NOT APPEAR TO RESPOND FOR
CALL FOR INCREASED AIRFLOW , TROUBLE SHOOT VAV BOX ADDRESS 1320 Control s Ph as e Ill
2 89 VAV BO X/CONTROLS. -
SLAVED OFF OF AN AJACENT DUAL DUCT BO X.
NEEDS TO BE PUT ON ITS OWN TEMPERATURE VAV BO X ADDRESS 1330 Controls
290 SENSOR DUE TO ROOM DIVIDERS . 885
COLD DEC K COULD NOT ACHIEVE MA XIMUM VAV BO X ADDRESS 1330 Con t rols Phase Ill 291 AIRFLOW . -
VAV CONTROLLER/CONTROLS ARE INACCESSABLE
IN CURRENT LOCATION. BOX DOES NOT APPEAR TO VAV BO X ADDRESS 1310 Controls Phase Ill HAVE A CONTROLLER A ND APPEARS TO BE RU N NING
292 FULL OPEN . -
VAV CONTROLLER/CONTROLS ARE INACCESSABLE
IN CURRENT LOCATION. BO X DOES NOT APPEAR TO VAV BOX ADDRESS 1290 Controls Phase Ill HAVE A CONTROLLER AND APPEARS TO BE RUNNING
293 FULL OPEN . -
HOT DECK DID NOT RESPOND TO CALL FOR HEAT BY
RAISING AIRFLOW , HAD TO BE DONE MANUALLY, VAV BOX ADDRESS N2-22 Controls Phase Ill
294 TROUBLESHOOT CONTROLS.
CONTROLLER STATED "CANNOT INITIALIZE
COMMISSIONING MODE : CONFIGURATION HARDWARE
SETUP FOR B0-1 DOES NOT MATCH DEFINITION IN VAV BOX ADDRESS 1170 Controls Phase Ill CONTROLLER . (COULD NOT CONNECT TO
TEMPERATURE SENSOR, BUT COULD CONNECT TO
295 VAV BOX.)"
DURING FULL COOLING MODE VAV BOX OVERSHOT
AIRFLOW SETPOINT AND REMAINED OVERSHOT, VAV BOX ADDRESS 1170 Controls Phase Ill DAMPER WOULD NOT READJUST TO REDUCE
296 AIRFLOW. TROUBLESHOOT CONTROLS.
VAV BOX WOULD NOT CHANGE OVER INTO HEATING VAV BOX ADDRESS 1170 Controls Phase Ill 297 MODE WHEN CALLED TO BY SETPOINTS. -
HOT DECK PRESSURE DID NOT RESPOND TO
INCREASE IN AIRFLOW , TROUBLESHOOT VAV BOX ADDRESS 1170 Controls Phase Ill
298 CONTROLS/VAV BOX.
VAV BOX WOULD NOT SWITCH INTO HEATING MODE, VAV BOX ADDRESS 1160 Cont rols -Phase Ill 299 HAD TO BE DONE MANUALLY .
HOT DECK PRESSURE IS NOT READING (REPORTS
???), NO AIRFLOW READING AS A RESULT, ACTUATOR VAV BO X ADDRESS 1160 Controls APPEARS TO RESPOND, JUST NO AIRFLOW
300 FEEDBACK. TROUBLESHOOT CONTROLS/V AV BO X. 966
VAV BOX WAS OVERRIDDEN INTO COOLING MODE, VAV BOX ADDRESS 1160 Controls 301 TROUBLESHOOT CONTROLS . 351
HOT DECK DOES NOT APPEAR TO RESPOND TO
INCREASES/DECREASES IN AIRFLOW, SIMILAR VAV BOX ADDRESS 1250 Controls Phase Ill
302 AIRFLOW AT FULL OPEN AND FULL CLOSED. -
FWCC Commission List Rev8_03-10-12 .xls x 37 of 46
I
ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11/29/11 NEW ITEM
ITEM# PROPOSAL COST
1 COLD DECK PRESSURE APPEARS TO BE READING
INCORRECTLY, LEADING TO HIGH AIRFLOW AT LOW
PRESSURE, TROUBLESHOOT BO X/CONTROLS. VAV BOX ADDRESS 1020 Controls Phase Ill ACTUATOR/CONTROLS APPEARS TO BE UNSTABLE ,
BOUNCE AROUND SETPOINT, CONTINUE TO
303 OPEN/CLOSE. -
I HOT DECK ACTUATOR APPEARS TO RESPOND TO
NEED FOR HEATING, BUT AIRFLOW RESPONDS WITH VAV BOX ADDRESS 1020 Controls Phase Ill 1 304 0 CFM , TROUBLESHOOT CONTROLSNAV BOX. -
CONTROLLER STATED "CANNOT INITIALIZE
COMMISSIONING MODE : CONFIGURATION HARDWARE
SETUP FOR B0-1 DOES NOT MATCH DEFINITION IN
CO NTROLLER. (COULD NOT CONNECT TO VAV BOX ADDRESS 102D Controls Phase Ill , TEMPERATURE SENSOR , BUT COULD CONNECT TO
VAV BO X.)" TROUBLESHOOT TEMPERATURE
305 SENSOR. -
VAV BOX APPEARED TO BE LOCKED INTO SATISFIED VAV BOX ADDRESS 102D Controls 306 MODE. 351
1 CONTROLLER STATED "CANNOT INITIALIZE
COMMISSJONIKlG MODE : CONFIGURATION HARDWARE
SETUP FOR B0-1 DOES NOT MATCH DEFINITION IN
CONTROLLER. (COULD NOT CONNECT TO VAV BOX ADDRESS 103D Controls Phase Ill
1 307
. TEMPERATURE SENSOR , BUT COULD CONNECT TO
VAV BOX.)" TROUBLESHOOT TEMPERATURE
SENSOR. -
HOT DECK DOES NOT RESPOND TO DEMANDS FOR
I 308
HEATING, AIRFLOW REMAINS AT O CFM, BUT VAV BOX ADDRESS 1030 Controls Phase Ill ACTUATOR SHOWS IT IS FULL OPEN , TROUBLESHOOT
BO X/CONTROLS
COULD NOT UPLOAD CONTROLLER INFORMATION
i,' 309
FROM TEMPERATURE SENSOR. TROUBLESHOOT · VAV BOX ADDRESS 130C Controls
CONTROLS. STATES OFFLINE ON FRONT END. 351
I COULD NOT UPLOAD CONTROLLER INFORMATION
FROM TEMPERATUR E SENSOR. TROUBLESHOOT VAV BOX ADDRESS 103C Controls
310 CONTROLS . 351
T 311
VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL
FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 104C Controls
BOX/CONTROLS. 351
VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL
'r 312
FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 105E Controls
BOX/CONTROLS . 351
I FRONT END DOES NOT APPEAR TO ACCEPT
CHANGES MADE AT THE CONTROLLER. VAV BOX ADDRESS 105E Controls
• 313 TROUBLESHOOT CONTROLS. 351
T TEMPERATURE SENSOR READ 100°F (MEASURED
68.9°F) ON ARRIVAL VERIFY TEMPERATURE SENSOR VAV BOX ADDRESS 113C Controls
JS FUNCTIONING AS DESIGNED. TROUBLESHOOT
'r' 314 TEMPERATURE SENSOR AND REPLACE IF REQUIRED 351
I VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL
FOR INCREASED AIRFLOW , TROUBLESHOOT VAV VAV BOX ADDRESS 113C Controls
315 BOX/CONTROLS . 351
T 316
VAV BOX DO.ES .NOT APPEAR TO RESPOND FOR CALL
FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 117C Controls
BOX/CONTROLS. 351
VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL
I 317
FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 11 BC · Controls
BOX/CONTROLS . 351
I TEMPERATURE SENSOR WORKS, BUT CASING IS
DAMAGED, NEEDS TO BE REPLACED AND VAV BOX ADDRESS 118C Controls
'r 318
RELOCATED TO HIGHER OR LESS DAMAGE PRONE
AREA . 765
FWCC Commission List Rev8_03-10-12.xls x 38 of 46
ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
COULD NOT UPLO AD CO NTROLLER INFORMATION
FROM TEMPERATURE S EN SOR . TROUBLE SHOOT VA V BOX ADDRE SS 107 8 Co ntro ls
319 CONT ROLS . 351
VAV BO X DO ES NOT APPE A R TO RESPO ND FO R CALL
FOR INCREASED AIR FLOW , TROUBLESHOOT VA V VAV BO X ADDR ESS 1598 Con tro ls BO X/CO NTR O LS . DA MPER POSITI ON IS REPORT ED
320 AS UNRELIABLE ON FRO NT EN D. 351
MINIMUM CO OLI NG AIRF LO W O N THE FRO NT EN D
APPEARED TO BE OVE RRIDDEN (50 0 CFM) AND VAV BOX ADDRESS 1598 Contro ls CANNOT BE RELEASED . RELEASE OVERR IDE A ND
321 SET MINIMUM COOLING AIR FLOW TOO CFM . 351
COULD NOT UPLOAD CONTROLLER INFOR MATI ON
FROM TEMP E RATURE S ENSOR . TROUBLESHOOT VAV BO X ADD RES S 160 8 Controls
322 CONTROLS . 351
VAV BOX APPEARS TO STUCK ON SUPPLING 990 CFM ,
TROUBLESHOOT VAV BO X/ACTUATO R/CONTROLS . VAV BO X ADDRESS 158 8 Cont ro ls ACTUATOR SHOWS DAMPER IS FULLY CLOSED ,BUT
32 3 BOX IS STILL SUPPLING AIR . 351
MEDIUM PRES$URE DUCT S ERVING VAV BOX HAS
COME OFF AND BLOWING AIR INTO THE PLENUM VAV BO X ADDRESS 173 Contro ls
324 SPACE . 351
VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL
FOR INCREASED AIRFLOW , TROUBLESHOOT VAV VAV BO X ADDRE SS 176 Controls
325 BOX/CONTROLS . 351
SUPPLY DAMPER ACTUATOR POSITON STATES???,
RELIABILITY STATES "STALLED DURING POS", VAV BO X ADDRESS 179 Controls
326 TROUBLESHOOT CONTROLS. 351
VAV BO X DOES NOT APPEAR TO RESPOND FOR CALL
FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BO X ADDRESS 178 Controls
327 BO X/CONTROLS. 351
VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL
FOR INCREASED AIRFLOW , TROUBLESHOOT VAV VAV BO X ADDRESS 14 1C Controls
328 BOX/CONTROLS . 351
BOX NEVER SWITCHED FROM COOLING TO HEATING ,
TROUBLESHOOT CONTROLS (CHANGEOVER HAD TO VAV BOX ADDRESS 141 C Control s
329 BE DONE MANUALLY). 351
VAV BOX DAMPER DOES NOT MOVE AS DAMPER
ACTUATOR IS REPORTED , DAMPER ACTUATOR NOT VAV BOX ADDRESS 140C Contro ls ATTACHED OR NOT INSTALLED? TROUBLESHOOT
330 DAMPER ACTUATOR . 966
VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL
FOR INCREASED A IRFLOW , TROUBLESHOOT VAV VAV BOX ADDRESS 184 Controls
331 BO X/CONTROLS . 351
VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL
FOR INCREASED AIRFLOW , TROUBLESHOOT VAV VAV BO X ADDRESS 186 Controls
332 BOX/CONTROLS. 351
ATTEMPTED TO DECREASE TEMPERATURE SENSOR
OFFSET BY 3.1 °F, BUT TEMPERATURE SENSOR VAV BOX ADDRESS 188 Controls
. READING REMAINED FIXED AT 72°F. TROUBLESHOOT
333 SENSOR/CONTROLS. 351
POSITION OF ACTUATOR IS NOT REPORTING(???),
STATES "STALLED DURING POS ." TROUBLESHOOT
CONTROLS , VAV BOX WILL NOT VAV BOX AD DRESS 191 Co ntrols INCREASE/DECREASE AIRFLOW WHEN CALLED
UPON . ACTUATOR IS NOT ATTACHED TO VAV BOX,
334 SPINS IN PLACE. 966
SUPPLY DAMPER ACTUATOR POSITON STATES???,
RELIABILITY STATES "STALLED DURING POS", NO VAV BOX ADDRESS 185 Controls AIRFLOW OUT OF VAV BOX. FRONT END STATES
335 UNRELIABLE. TROUBLESHOOT CONTROLS. 351
FWCC Comm iss ion List Rev8 _03-·10-12.xls x 39 of 46
,.
I
ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
1 SUPPLY DAMPER AC T UATOR POSITON STATES ???,
RELIAB ILITY STATES "S TA LLED DUR IN G POS", VAV BO X ADDRESS 127 C Cont ro ls T ROUBLESHOOT CONTROLS. STATES UNRELIABLE
33 6 ON THE FRONT END . 790
ACTUATOR IS NOT CONNECTED TO V AV BO X AND
SPINS IN PLACE , CORRECT ISSUE A ND VER IFY VAV BO X ADDRE SS 126 C Control s
337 DAMPER STRO K ES FULL OPEN A ND CLOSED . 351
TEMPERATURE SENSOR PORT IS DAMAGE , REPLACE
TEMPERATURE SENSOR TO CONNECT TO VAV BO X ADDRESS 144 F Con trols CONTROLLER . VERIFY ABILITY TO CONNECT TO
33 8 CO NTROLLER. 351
I TE MPERATURE SENSOR PORT IS DA MAGE , REPLACE
TE MPERATURE SENSOR TO CON NECT TO VAV BO X ADDRESS 142 C Controls CO NTROLLER . VERIFY ABILITY TO CONNECT TO
339 CO NTROLLER. 351
I AIRFLOW FROM VAV BOX DOES NOT APPEAR TO
INCREASE/DECREASE WHEN ACTUATOR GOES FROM VAV BOX ADDRESS 137E Controls FULL OPEN TO FULL CLOSED , TROUBLESHOOT VAV
340 BO X/CONTROLS . 351
I TEMPERATURE SENSOR READ 100 °F UPON ARRIVAL.
SENSOR STAYS FI XED ON 100°F. TROUBLESHOOT VAVBOXADDRESS 141E Controls
341 TEMPERATURE SE NSOR/CONTROLS . 230
I VAV BOX DID NOT FULLY CLOSE WHEN COMMANDED , VAVBOX ADDRESS141E Controls
342 TROUBLESHOOT DAMPER/ACTUATOR/CONTROLS. 351
1 TEMPERATURE SENSOR READ 100°F UPON ARRIVAL.
SENSOR STAYS FI XED ON 100°F. TROUBLESHOOT VAV BOX ADDRESS 140E Controls
343 TEMPERATURE SENSOR/CONTROLS. 230
i 344
VAV BOX NEVER SWITCHED FROM COOLING TO
HEATING MODE , HAD TO BE DONE MANUALLY, VAV BOX ADDRESS 146E Controls
TROUBLESHOOT CONTROLS . 351
SUPPLY DAMPER ACTUATOR POSITON STATES ???,
RELIABILITY STATES "STALLED DURING POS", VAV BOX ADDRESS 145E Controls TROUBLESHOOT CONTROLS . STATES UNRELIABLE
345 ON THE FRONT END. 351
NO AIRFLOW OUT OF VAV BOX, TROUBLESHOOT VAV
"r' 346
BO X/CONTROLS , VERIFY FIRE/SMOKE DAMPER IS VAV BOX ADDRESS 153C Controls
FULL OPEN. 351
I 347
CLEAN RETURN AIR GRILLE SERVING STORAGE AREA VAV BOX ADDRESS 153 Controls I/COVER IN DUST/DIRT) 351
VAV BOX NEVER SWITCHED FROM COOLING TO
i' 348
HEATING MODE, HAD TO BE DONE MANUALLY, VAV BOX ADDRESS 142E Controls
TROUBLESHOOT CONTROLS. · 351
I SUPPLY DAMPER ACTUATOR POSITON STATES???,
RELIABILITY STATES "STALLED DURING POS", VAV BOX ADDRESS 232 Controls
J 349 · TROUBLESHOOT CONTROLS. 966
I VAV BOX WOULD NOT CHANGE FROM COOLING
MODE TO HEATING MOOE, HAD TO BE DONE VAV BOX ADDRESS 232 Controls MANUALLY . TROUBLESHOOT CONTROLS OR TIMING
I 350 TO ACTUATION. 351
I SUPPLY DAMPER ACTUATOR POSITON STATES???,
RELIABILITY STATES "STALLED DURING POS", VAV BOX ADDRESS 1658 Controls TROUBLESHOOT CONTROLS. STATES UNRELIABLE
351 ON THE FRONT END . 966
T 352
VAV BOX COULD NOT OBTAIN MAXIMUM COOLING
AIRFLOW. TROUBLESHOOT VAV BOX FOR ANY VAV BOX ADDRESS 1658 Controls
BLOCKAGES UPSTREAM OR AT THE DAMPER . 702
VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL
j 353
FOR INCREASED AIRFLOW , TROUBLESHOOT VAV VAV BOX ADDRESS 183 Controls
BOX/CONTROLS. 351
FWCC Commission List Rev8_03-10-12 .xls x 40 of 46
ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
VAV BOX DO ES NOT APPE A R TO RE S PON D FOR CALL
FOR INC RE AS ED A IRFLO W . FRO NT END DISPLAYS V AV BO X AD DR ESS 199 Co nt rols THE VAV BOX ACTUAT O R TO BE "100%CLOSED".
354 TROUBLES HO OT V AV BOX/CONTROLS. 351
VAV BOX DO ES NOT A PPE A R T O RES PON D FO R CA LL
FOR INCREAS ED A IRFLOW , TROU BLE SHOOT VA V V AV BOX ADD RESS 198 Cont ro ls
355 BOX/CONTRO LS . 351
VAV BOX DO ES NOT APPEAR TO R ESP ON D FOR CA LL
FO R INCREAS ED AIRFLOW . DAMPER POSITION VAV BOX AD D RESS 200 Controls STATES TO BE U N RELIABLE ON THE FR O NT EN D.
356 TROUBLES HOOT V AV BOX/C ONTROLS. 351
COIL A PPEARED TO BE VALV ED OF F, VERI FY NO VA V BOX ADDRESS 200 Mec han ical 357 LEAKS IN VA V BOX/COIL 635
VAV BOX DOES NOT A PPEAR TO RESPOND FOR CALL
FOR INCREASED AIRFLOW , TROUBLESHOOT VAV VAV BOX ADDRESS 201 Controls
358 BO X/CONTROLS . 351
VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL
FOR INCREAS ED AIRFLOW , TROUBLESHOOT VAV VAV BO X ADDRESS 202 Controls
359 BO X/CONTROLS . 351
ONE OF THE TWO S UPPLY G RILLES FIRE/SMOK E
DAMPERS WAS CL O SED , TROUBLESHOOT VAV BO X ADDRESS 135C Co ntrols
360 FIRE/SMOKE DAM PER. 351
VAV BOX NEVER SWITCHED FROM COO LING TO
HEATING MODE , HAD TO BE DONE MANUALLY, VAV BOX ADDRESS 231 Contro ls
361 TROUBLESHOOT CONTROLS . 351
SUPPLY DAMPER ACTUATOR POSITON STATES ???,
RELIABILITY STATES "STALLED DUR ING POS", VAV BOX ADDRESS 224 Controls
362 TROUBLESHOOT CONTROLS . 966
VAV BOX N.EVER SWITCHED FROM COOLING TO
HEATING MODE, HAD TO BE DO N E MANUALLY , VAV BO X ADDRESS 224 Controls
363 TROUBLESHOOT CONTROLS . 351
VAV BOX ACTUATOR APPEARS TO BE AT 100% OPEN
BUT PRESSURE/AIRFLOW MEASUREMENT SHOWS
MINIMAL AIRFLOW T HROUGH VAV BOX, VAV BOX ADDRESS 125A Co ntrols
TROUBLESHOOT BOX AND CONTROLS , VERIFY
364 FIRE/SMOKE DAMPER JS OPEN . 351
COULD NOT UPLOAD CONTROLLER INFORMATION
FROM TEMPERATURE SENSOR. FRONT END STATES VAV BOX ADDRESS 135A Controls CONTROLLER IS OFFLINE . TROUBLESHOOT
365 CONTROLS. 966
HEATING VALVE ACTUATES , BUT ISOLATION VALVE IS
IN THE OFF POSITION , VERIFY NO LEAKS AT COIL VAV BOX ADDRESS 141A Controls
366 WHEN OPENING VALVE. 351
VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL
FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 140A Controls
367 BOX/CONTROLS . 351
COULD NOT UPLOAD CONTROLLER INFORMATION
FROM TEMPERATURE SENSOR. TROUBLESHOOT VAV BOX ADDRESS 136A Controls
368 CONTROLS . 351
SUPPLY GRILLE SERVING THE STAIR CASE WAS NOT
RECEIVING ANY AIRFLOW , VERIFY FIRE/SMOKE VAV BOX ADDRESS 146A Controls
369 DAMPER IS OPEN. 351
ON FRONT END , VAV BOX IS NOT REPORTING ANY
AIRFLOW, BUT AIRLFOW APPEARS TO BE CORRECT VAV BOX ADDRESS 146A Controls AT THE VAV BOX CONTROLLER. TROUBLESHOOT
370 CONTROLS . 351
VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL
FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 131 B Controls
371 BOX/CONTROLS . 351
FWCC Commission List Re v8_03-10-1 2.xlsx 41 of 46
I 11 /29 /11 NEW ITEM
ITEM# ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS PROPOSAL COST
1 372
BOTH FIRE/SMOKE DAMPERS ARE CLOSED AT THE
DIFFUSERS PREVENTING AIRFLOW FROM COMING VAV BOX ADDRESS 1088 Controls
OUT, TROUBLESHOOT FIRE /SMOKE DAMPERS. 351
HEATING DID NOT WORK, TROUBLESHOOT HOT VAV BOX ADDRESS 1088 Controls
' 373 WATER VALVE/CO ILS . 351
1 VAV BOX DOES NOT APPEAR TO RESPOND FOR CALL
FOR INCREASED AIRFLOW, TROUBLESHOOT VAV VAV BOX ADDRESS 11 OB Controls BOX/CONTROLS . COMMON SETPOINT IS SHOWN AS
374 UNRELIABLEONTHEFRONTEND. 351
1 AIR DEVICE 371 IS DISCONNECTED FROM MAIN ,
BRANCH IS SUPPL Y ING AIR TO THE PLENUM SPACE . VAV BOX ADDRESS 121A Mechanical
375 REATIACH OR CAP BRANCH TO AIR DEVICE 371 . 351
i' 376
NO POWER TO CONTROLLER/TEMPERATURE VAV BOX ADDRESS 1228 Controls SENSOR. STATES OFFLINE ON FRONT END. 381
I FIRE/SMOKE DAMPER IS CLOSED ON THE SUPPLY
SIDE GRILLE PREVENTING AIR MOVEMENT, VAV BOX ADDRESS 160 Controls
377 TROUBLESHOOT FIRE SMOKE DAMPER . 351
I· FRONT END INDICATES CONTROLS ARE OVERRIDDEN -·
AND DO NOT APPEAR TO AC CEPT CHANGES MAD E AT VAV BOX ADDRESS 160 Controls
378 THE CONTROLLER. TROUBLESHOOT CONTROLS. 351
T 379
ONE OF THE SUPPLY DIFFUSERS FIRE/SMOKE
DAMPER IS CLOSED, TROUBLESHOOT FIRE/SMOKE VAV BOX ADDRESS 123B Controls
DAMPER. 527
FRONT END REPORTS VAV BOX AS BEING OFFLINE. VAV BOX ADDRESS 1238 Controls U 380 TROUBLESHOOT CONTROLS . 351
I HEAT DOES NOT APPEAR TO WORK, ONLY
MEASURED 75 °F DURING COOLING MODE, AHU-25 VAV BOX ADDRESS 157A Controls
381 SUPPLY AIR TEMP OF 75°F /SETPOINT OF 65°F.L 351
'r' 382
HEATING DID NOT WORK, TROUBLESHOOT HOT VAV BOX ADDRESS 1358 Controls WATER CONTROL VALVES /COIL 351
I COULD NOT ACCESS BOX TO VERIFY COOLING VAV BOX ADDRESS 133C Controls 383 AIRFLOW. 351
'r 384
MINIMUM AIRFLOW WILL NOT DECREASE BELOW 400 VAV BOX ADDRESS 175 Controls CFM TROUBLESHOOT VAV BOX 351
I HEATING WATER CONTROL VALVE APPEARS TO BE
STUCK OPEN OR WILL NOT FULLY CLOSE , VAV BOX ADDRESS 174 Controls
385 TROUBLESHOOT CONTROL VALVE. 351
1 386
HEAT DOES NOT APPEAR TO WORK, TROUBLESHOOT VAV BOX ADDRESS 1278 Controls VAV BOX/CONTROLS. 351
I VAV BOX IS REPORTED AS OFFLINE ON FRONT END. VAV BOX ADDRESS 143C Controls 387 TROUBLESHOOT CONTROLS . 351 r VAV BOX WOULD NOT CHANGE FROM COOLING
MODE TO HEATING MODE, HAD TO BE DONE VAV BOX ADDRESS 143C Controls MANUALLY. TROUBLESHOOT CONTROLS/TIMING TO
388 ACTUATION. 351
1 389
COULD NOT LOG INTO CONTROLLER,
TROUBLESHOOT VAV BOX/CONTROLS . REPORTED VAV BOX ADDRESS 1248 Controls
AS OFFLINE ON THE FRONT END . 966
DA MPER POSITION ON FRONT END IS STATED AS VAV BOX ADDRESS 139C Controls ,J 390 UNRELIABLE. TROUBLESHOOT VAV BOX/CONTROLS. 966
I DAMPER POSITION ON FRONT END IS STATED AS VAV BOX ADDRESS 155C Controls
391 UNRELIABLE. TROUBLESHOOT VAV BOX/CONTROLS . 966 r DIFFERENTIAL PRESSURE SENSOR DOES NOT
APPEAR TO CORRESPOND WITH ACTUAL AIRFLOW VAV BOX ADDRESS 1638 Controls (APPROXIMATELY 600 CFM), TROUBLESHOOT
392 SENSOR. 351
FWCC Commission List Rev8_03-10-12 .xlsx 42 of 46
ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER W ORK REMARKS 11 /29 /11 NEW ITE M
ITEM# PROPOSAL COST
ACTUATOR RELIABILITY STATES STALLED DURING
POS, TROUBLESHOOT CONTROLS/ACTUATOR ,
OUTPUT DOES NOT REGISTAR ???, AIRFLOW DOES VAV BOX ADDRESS 163B Controls NOT APPEAR TO CHANGE WHEN ACTUATOR
SETPOINTS ARE CHANGED , TROUBLESHOOT
39 3 ACTUATOR : 966
DAMPER POSITION ON FRONT END IS STATED AS VAV BO X ADDRESS 1648 Controls
394 UNRELIABLE. TROUBLESHOOT VAV BO X/CONTROLS. 966
VAV BOX WAS OVERRIDDEN INTO HEATING MODE , VAV BO X ADDRESS 109C Controls 395 TROUBLESHOOT CONTROLS . 351
FRONT END DOES NOT APPEAR TO ACCEPT
CHANGES MADE AT THE CONTROLLER. AV BOX ADDRESS 165 (AHU-~ Controls
396 TROUBLESHOOT CONTROLS . 351
AIRFLOW SETPOJNT , ON FRONT END , APPEARS TO B E ..
OVERRIDDEN TO 100 CFM AND CANNOT BE VAV BOX ADDRESS 111B Controls
397 RELEASED . TROUBLESHOOT CONTROLS . 351
AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BE
OVERRIDDEN TO 100 CFM AND CANNOT BE VAV BOX ADDRESS 1198 Controls
398 RELEASED . TROUBLESHOOT CONTROLS. --. 35 1
AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BE
OVERR IDDEN TO 1000 CFM AND CANNOT BE VAV BOX ADDRESS 1208 Controls
399 RELEASED . TROUBLESHOOT CONTROLS. 35 1
AIRFLOW SET POI NT, ON FRONT END, APPEARS TO BE
OVERRIDDEN TO 1000 CFM AND CANNOT BE VAV BOX ADDRESS 121A Controls
400 RELEASED . TROUBLESHOOT CONTROLS. 351
VAV BOX CONTROLLER STATED ADDRESS AS ADD
146, BUT ON THE FRONT END VAV BOX APPEARS TO VAV BOX ADDRESS 146C Controls CORRESPOND WITH ADD 107. TROUBLESHOOT
401 CONTROLS . 35 1
MAXIM UM AIRFLOW, ON FRONT END, APPEARS TO BE
OVERRIDD EN TO 225 CFM (NEEDS TO BE SET TO 130 VAV BOX ADDRESS 112C Controls CFM) A ND CANNOT BE RELEASED. TROUBLESHOOT
402 CONTROLS. 351
FRONT END DOES NOT APPEAR TO ACCE PT
CHANGES MADE AT THE CONTROLLER (SET
HEATING/COOLING MINIMUM AIRFLOW TO 50 CFM · VAV BOX ADDRESS 1398 Controls
DOES NOT APP EAR ON FRONT END).
403 TROUBLESHOOT CONTROLS. 351
COOLING MINIMUM AIRFLOW, ON FRONT END,
A PPEARS TO BE OVERRID DEN TO 1000 CFM AND
CANNOT BE RELEASED (MIN IMUM WAS SET AT 240 VAV BOX ADDRESS 1408 Controls
CFM AT THE CONTROLLER). TROUBLESHOOT
404 CONTROLS. 351
VAV BOX CONTROLLER STATED ADDRESS AS ADD
144(E}, BUT ON THE FRONT END VAV BOX APPEARS V,..V BOX ADDRESS 124 (AHU-2 Controls TO CORRESPOND WITH ADD 124. TROUBLESHOOT
405 CONTROLS. 351
VAV BOX WAS UNABLE TO ACHIEVE MAX IMUM
AIRFLOW , VERIFY NO DUCT BLOCKAGE JS PRESENT AV BOX ADDRESS 1258 & 126 Controls Phase Ill
406 AND THE FIRE/SMOKE DAM PER JS FULL OPEN. -
AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BE
OVERRIDDEN TO 1000 CFM AND CANNOT BE VAV BOX ADDRESS 151A Controls
407 RELEASED. TROUBLESHOOT CONTROLS . 351
AIRFLOW SETPOINT, ON FRONT END , APPEARS TO BE
OVERRIDDEN TO 250 CFM AND CANNOT BE
RELEASED. VAV BOX APPEARED TO BE IN COOLING VAV BOX ADDRESS 162A Controls
MODE WHEN HEATI NG WAS REQUIRED .
408 TROUBLESHOOT CONTROLS . 351
FWCC Commission List Rev8_0 3-1 0-12 .xlsx 43 of 46
ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
1 COOLING MINIMUM AIRFLOW, ON FRONT END ,
APPEARS TO BE OVERRIDDEN TO 300 CFM AND
CAN NOT BE RELEASED (MI NIMU M WAS SET AT 24 0 VAV BO X ADDRESS 168 Controls
CFM AT THE CONTROLLER ). TROUBLESHOOT
I ~ 409 CONTROLS. 351
I COOLING MAXIMUM A IRFLOW , ON FR ONT END ,
APPEARS TO BE OVERRIDDEN TO 800 CFM AND
CANNOT BE RELEASED (MA XIMUM WAS SET AT 2135 VAV BO X ADDRESS 1698 Control s
'f 410
CFM AT THE CONTROLLER ). TROUBLESHOOT
CONTROLS. 351
I DAMPER POSITION ON FRO NT END IS STATED AS VAV BO X ADDRESS 18 1 Controls
411 UNRELIABLE. TROUBLESHOOT VAV BO X/CONTROLS . 351
1 COOLING MAXIMUM AIRFLOW AND AIRFLOW
SETPOINT, ON FRONT END , APPEARS TO BE
OVERRIDDEN TO 3000 CFM AND 2000 CFM .
SETPOINTS CANNOT BE RELEASED (MAXIMU M VAV BO X ADDRESS 189 Controls
'1' 412
AIRFLOW WAS SET AT 2130 CFM AT THE
CONTROLLER). TROUBLESHOOT CONTROLS. 351
I COOLING MAXIMUM AIRFLOW AND AIRFLOW
SETPOINT, ON FRONT END , APPEARS TO BE
T OVERRIDDEN TO 3000 CFM AND 2000 CFM . VAV BOX ADDRESS 190 Controls SETPOINTS CANNOT BE RELEASED (MAXIMUM
AIRFLOW WAS SET AT 2130 CFM AT THE
413 CONTROLLER). TROUBLESHOOT CONTROLS. 35 1
COOLING MAXIMUM AIRFLOW AND AIRFLOW
' SETPOINT, ON FRONT END , APPEARS TO BE
OVERRIDDEN TO 3000 CFM AND 2000 CFM. VAV BOX ADDRESS 192 Controls SETPOINTS CANNOT BE RELEASED (MAXIMUM
AIRFLOW WAS SET AT 2130 CFM AT THE
w 414 CONTROLLER). TROUBLESHOOT CONTROLS . 351
I COOLING MINIMUM AIRF LOW , ON FRONT END,
APPEARS TO BE OV ERR IDD EN TO 100 CFM AND
CANNOT BE RELEASED (MIN IMUM WAS SET AT 220 VAV BOX ADDRESS 193 Controls
'i' 415
CFM AT THE CONTROLLER). TROUBLESHOOT
CONTROLS . 351
I THE VAV BOX SHOWN ON THE FRONT END TO BE ADD
197, TEMPERATURE SENSOR IS BROKEN /MISS ING
FROM WALL. REPLACE TEMPERATURE SENSOR VAV BOX ADDRESS 197? Contro ls
1 416 WITH NEW AND MOVE 7 FEET ABOVE FINISHED
FLOOR. 765
I COULD NOT LOG INTO VAV BOX CONTROLLER.
417 TROUBLESHOOT CONTROLSNAV BOX. VAV BOX ADDRESS 208 Controls 351
1 418 THE VA V BOX SHOWN ON THE FRONT END TO BE ADD VAV BOX ADDRESS 212? Controls 2 12, TEMPERATURE SENSOR IS MISSING FROM WALL. 351
THE VAV BOX SHOWN ON THE FRONT END TO BE ADD
r 217, TEMPERATURE SEN SOR IS BROKEN/MISSING
FROM WALL. REPLAC E TEMPERATURE SENSOR VAV BOX ADDRESS 217? Controls
WITH NEW AND MOVE 7 FEET ABOVE FINISHED
419 FLOOR. 765
THE VAV BOX SHOWN ON THE FRONT END TO BE ADD
T 219, TEMPERATURE SENSOR IS BROKEN/MISSING
FROM WALL. REPLACE TEMPERATURE SENSOR VAV BOX ADDRESS 2 19 ? Controls
WITH NEW AND MOVE 7 FEET ABOVE FINISHED
420 FLOOR. 765 r 42 1
COULD NOT LOG INTO VAV BOX CONTROLLER.
FRONT END STATES CONTROLLER IS OFFLINE. VAV BOX ADDRESS 229 Controls
TROUBLESHOOT CONTROLSN AV BOX. 966
FWCC Comm iss ion List Rev8_03-10-12 .xls x 44 of 46
ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
COULD NOT LOG INTO VAV BO X CONTROLLER AT THE
TEMPERATURE SENSOR. FRONT END REPORTS VAV VAV BOX ADDRESS 116A Cont rols BOX AS BEI NG OFFLINE. TROUBLESHOOT
422 CONTROLS. 351
COULD NOT LOG INTO VAV BOX CONTROLLER. VAV BO X ADDRESS 121? Controls 423 TROUBLESHOOT CONTROLSNAV BOX. 351
COULD NOT LOG INTO VAV BOX CONTROLLER. VAV BO X ADDRESS 131A Contro ls 424 TROUBLESHOOT CONTROLSN AV BOX. 351
ON FRONT END , VAV BOX IS NOT REPORTING ANY
AIRFLOW , BUT AIRLFOW APPEARS TO BE CORRECT VAV BO X ADDRESS 223 Controls AT THE VAV BO X CONTROLLER . TROUBLESHOOT
425 CONTROLS . 351
AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BE
OVERRIDDEN TO 1500 CFM AND CANNOT BE VAV BO X ADDRESS 226 Controls
426 RELEASED. TROUBLESHOOT CONTROLS . 351
AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BE
OVERRIDDEN TO 1500 CFM AND CANNOT BE VAV BOX ADDRESS 227? Controls
427 RELEAS ED . TROUBLESHOOT CONTROLS. 351
COULD NOT LOG INTO VAV BOX CONTROLLER. VAV BOX ADDRESS 227? Controls 428 TROUBLESHOOT CONTROLS/V AV BOX. 351
COULD NOT LOG INTO VAV BOX CONTROLLER. VAV BOX ADDRESS 228? Controls 429 TROUBLESHOOT CONTROLS/VAV BOX. 351
ON FRONT END, VAV BOX IS NOT REPORTING ANY
AIRFLOW , BUT AIRLFOW APPEARS TO BE CORRECT VAV BOX ADDRESS 111A Controls AT THE VAV BOX CONTROLLER . TROUBLESHOOT
430 CONTROLS . 351
AIRFLOW SETPOINT,-ON FRONT END, APPEARS TO BE
OVERRIDDEN TO 1200 CFM AND CANNOT BE VAV BOX ADDRESS 123A Controls
431 RELEASED . TROUBLESHOOT CONTROLS. 351
ON FRONT END , VAV BOX IS NOT MEETING THE
AIRFLOW SETPOINT, BUT AIRLFOW APPEARS TO BE VAV BOX ADDRESS 127A Controls MET AT THE VAV BOX CONTROLLER.
432 TROUBLESHOOT CONTROLS. 351
ON FRONT END, VAV BOX IS NOT MEETING THE
AIRFLOW SETPOINT, BUTAIRLFOW APPEARS TO BE VAV BOX ADDRESS 129A Controls MET AT THE VAV BOX CONTROLLER.
433 TROUBLESHOOT CONTROLS . 351
ON FRONT END , VAV BOX IS NOT MEETING THE
AIRFLOW SETPOINT, BUT AIRLFOW APPEARS TO BE VAV BOX ADDRESS 137A Controls MET AT THE VAV BOX CONTROLL ER.
434 TROUBLESHOOT CONTROLS . 351
AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BE
OVERRIDDEN TO 1500 CFM AND CANNOT BE VAV BOX ADDRESS 1488 Controls
435 RELEASED. TROUBLESHOOT CONTROLS. 351
AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BE
OVERRIDDEN TO 1500 CFM AND CANNOT BE VAV BOX ADDRESS 149A Controls
436 RELEASED . TROUBLESHOOT CONTROLS . 351
AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BE
OVERRIDDEN TO 500 CFM AND CANNOT BE VAV BOX ADDRESS 151 B Controls
437 RELEASED. TROUBLESHOOT CONTROLS. 351
AIRFLOW SETPOINT, ON FRONT END, APPEARS TO BE
OVERRIDDEN TO 1000 CFM AND CANNOT BE VAV BOX ADDRESS 133A Controls
438 RELEASED. TROUBLESHOOT CONTROLS. 351
ACTUAL COOLING SETPOINT READS 112°F, COMMON
AND COOLING SETPOINT ARE BELOW THIS VAV BOX ADDRESS 170B Controls Phase Ill
TEMPERATURE, VAV BOX WILL NOT RESPOND TO
439 FULL COOLING COMMAND. -
440 HOT DECK COULD NOT REACH MAXIMUM AIRFLOW . VAV BOX ADDRESS 1110 Controls Phase Ill -
441 COLD DECK COULD NOT REACH MAXIMUM AIRFLOW. VAV BOX ADDRESS 135D Controls Phase Ill -
442 HOT DECK COULD NOT REACH MAXIMUM AIRFLOW. VAV BOX ADDRESS 135D Controls Phase Ill -
FWCC Commission List Rev8_03 -10-12 .x ls x 45 of 46
ITEMS TO BE ADDRESSED APPLICABLE AIR HANDLER WORK REMARKS 11 /29 /11 NEW ITEM
ITEM# PROPOSAL COST
443 COLD DECK COULD NOT REACH MAXIMUM AIRFLOW. VAV BOX ADDRESS 139D Controls Phase Ill .
I 444 HOT DECK COULD NOT REACH MAXIMUM AIRFLOW. VAV BOX ADDRESS 139D Controls Phase Ill
445 HOT DECK COULD NOT REACH MAXIMUM AIRFLOW. VAV BOX ADDRESS 136D Controls Phase Ill .
1 VAV BOX APPEARS TO BE OVERRIDDEN TO COOLING
MOD E ON THE FRONT END. TROUBLESHOOT VAV BOX ADDRESS 127D Controls
446 CONTROLS. 351
447 HOT DECK COULD NOT REACH MAXIMUM AIRFLOW . VAV BOX ADDRESS 127D Controls Phase Ill .
• 448 HOT DECK COULD NOT REACH MAXIMUM AIRFLOW . VAV BOX ADDRESS 118D Controls Phase Ill .
I SUPPLY DAMPER ACTUATOR STATES IT IS 100%
OPEN BUT MINIMAL AIRFLOW IS BEING SUPPLIED, VAV BOX ADDRESS 222 Controls
449 TROUBLESHOOT DAMPER ACTUATOR/CONTROLS. 351
SUPPLY DAMPER ACTUATOR POSITON STATES???,
RELIABILITY STATES "STALLED DURING POS", VAV BOX ADDRESS 148 Controls Phase Ill TROUBLESHOOT CONTROLS : STATES UNRELIABLE
450 ON THE FRONT END . .
DAMPER ACTUATOR REPORTS IT WENT 100% OP EN
BUT AIRFLOW CHANGED VERY LITTLE , VAV BOX ADDRESS 147 Controls
451 TROUBLESHOOT VAV BOX. 351
I COULD NOT VERIFY AIRFLOW DUE TO HEIGHT OF VAV BOX ADDRESS 132C Controls 452 VAV BOX. 351
MIN IMU M COOLING AIRFLOW ON THE FRONT END
APPEARED TO BE OVERRIDDEN (50 0 CFM) AND VAV BOX ADDRESS 161 B Controls CANNOT BE RELEASED. RELEASE OVERRIDE AND
453 SET MINIMUM COOLING AIRFLOW TOO CFM. 351
1 TEMPERATURE SENSORS MOUNTED IN THE SECOND
FLOOR SERVICE CORRIDOR ARE PRONE TO DAMAGE.
RELOCATE TEMPERATURE SENSORS AT LEAST 7 122A, 127 A , 128A, 129A, 153A, Controls
FEET ABOVE FINISHED FLOOR (COORDINATE HEIGHT
U 454 WITH FIELD CONDITIONS AND STORAGE EQUIPMENT). 4,761
I 455
COULD NOT LOG INTO VAV BOX TEMPERATURE 121C Controls SENSOR. TROUBLESHOOT CONTROLS. 351
TEMPERATURE IS DAMAGED. PROVIDE NEW
TEMPERATURE SENSOR AND VERIFY IT IS VAV BOX ADDRESS 194 Controls CONNECTED TO VAV BOX AND COMMUNICATES WITH
456 CONTROLLER. 405
COULD NOT LOG INTO VAV BOX. TROUBLESHOOT VAV BOX ADDRESS 1658 Controls 457 CONTROLS . 351
NEW ITEM TOTAL 191,478
FWCC Commission List Rev8_03-10-12 .xlsx 46 of 46
City of Fort Worth, Texas
Transportation Public Works Department
Facilities Management Group/Architectural Services Division
GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION
LUMP SUM CONTRACT
SECTION A
DEFINITIONS, PROCEDURES AND INTERPRETATIONS
A-1 CONTRACT DOCUMENTS: By the term Contra ct 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 ,
writte n 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
contempo raneous , oral or written agreements, instruments or negotiations shall be construed as altering the terms and effects of the
Contract Documents . After being executed, the Contract Documents can be changed only by a written Amendment signed by the
Contractor and the Owner, or Change Order, or by a written Field Order for a minor change .
A-3 WORK: By the term Work is meant all labor, supervision, materials and equipment necessary to be used or incorporated
in order to produce the construction required by Contract Documents .
A-4 EXECUTION OF THE CONTRACT DOCUMENTS: The Contract Documents shall).1e ~xecu ted in six originals , with all
requ ired attachments , including required bonds and insurance certificates, by the Contractor and .tbe Owner in such form as may be
prescribed by law and returned to the Owner within ten business days of notification to Contractor. Failure to execute contracts and
provide required enclosures will be grounds for revocation of award and taking of Bid Bond .
A-5 FAMILIARITY WITH PROPOSED WORK: Before filing a Proposal , the bidder shall examine carefully the, plans,
specifications, special provisions , and the form of contract to be entered into for the work contemplated . He shall examine the site
of work and satisfy himself as to the conditions that will be encountered relating to the character, quality and quantity of work to be
performed and materials to be furnished . The filing of a bid by the bidder shall be considered evidence that he has complied with
these requirements and has accepted the site as suitable for the work .
Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated by
the plans will not be allowed.
A-6 ONE UNIFIED CONTRACT: Insofar as possible, the Contract Documents will be bound together and executed as a
single unified Contract. The intention of the Contract Documents being to provide for all labor, supervision, materials, equipment and
other items necessary for the proper execution and completion of the Work . Words that have well-recognized technical or trade
meanings are used herein in accordance with such recognized meanings .
A-7 DIVISION OF WORK: The arrangement of Drawings and/or Specifications into Divisions, Sections , Articles, or other
Subdivisions shall not be binding upon the Contractor in dividing the work among Subcontractors or Trades.
A-8 INTERPRETATIONS: The Architect will furnish such Interpretations of the Plans and Specifications as may be necessary
for the proper execution or progress of the work . Such Interpretations shall be furnished at the instance of the Architect or at the
request of the Contractor, or Owner, and will be issued with reasonable promptness and at such times and in accordance with such
schedule as may be agreed upon . Such Interpretations shall be consistent with the purposes and intent of the Plans and
Specifications and may be effected by Field Order. In the event of any dispute between any of the parties to the Contract and the
Architect or each other involving the interpretation of the Contract Documents, ·the evaluation of work or materials performed or
furnished by the Architect Contractor, or any subcontractor or materialsman , or involving any question of fault or liability of any party,
the decision of the Owner shall be final and binding.
In the event of inconsistency in the contract documents , the following sequence for interpretation shall be used in order of
precedence: Change Orders and/or Field Orders (by date of issuance); Addenda (by date of issuance); Drawings ; Notes and
dimensions on Drawings; Technical Specifications; Special Provisions ; Supplementary General Conditions ; General Conditions;
and , Construction Contract.
A-9 COPIES OF WORKING DRAWINGS AND SPECIFICATIONS: The Architect will furnish to Contractor free of charge 15
sets of working Drawings and 15 sets of Specifications . Contractor shall pay the cost of reproduction for all other copies of
Drawings and Specifications furnished to him .
All Drawings , Specifications and copies thereof furnished by the Owner or the Architect are and shall remain the property of the
Owner. They are not to be used on any other project and, with the exception of one Contract set for each Party to the Contract, are '
to be returned to the Owner on request at the completion of the work .
General Conditions for Facility Construction Lump Sum Contract
Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)
Page 1 of 26
T
A-10 MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) POLICY: The City of Fort Worth has goals for the
participation of Minority and Women Business Enterprises (M/WBE) in City contracts. Compliance with the policies designed to
meet these goals is mandatory in order to be considered a responsive bidder. The City policy and procedures to be followed in
submitting bids is included.
The City of Fort Worth MWBE Program will take precedence over other subcontractor utilization programs on Block Grant and other
federally funded Projects .
A-11 CORRELATION AND INTENT: In general , the drawings indicate dimension, locations , positions , quantities, and kinds of
construction; the specifications indicate the quality and construction procedures required. Work indicated on the drawings and not
specified of vice-versa, shall be furnished as though set forth in both . Work not detailed, marked or specified shall be the same as
similar parts that are detailed , marked or specified. If the drawings are in conflict or conflict with the specifications the better quality
or greater quantity or work or materials shall be estimated and shall be furnished or included. Dimensions on drawings shall take
precedence over small-scale drawings. Drawings showing locations of equipment, piping , ductwork, electrical apparatus , etc ., are
diagrammatic and job conditions may not allow installation in the exact location shown . Relocation shall not occur without the
Architects approval.
A-12 AGE: In accordance with the policy ("Policy") of the Executive Branch of the federal government, Contractor covenants
that neither it nor any of its officers, members , agents, employees, program participants or subcontractors , while engaged in
performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with
the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a
bona fide occupational qualification, retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers, members, agents, employees , subcontractors, program participants , or
persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum
age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification,
retirement plan or statutory equipment.
Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any claims or
allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure
to comply with the above referenced Policy concerning age discrimination in the performance of this agreement.
A-13 DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor
warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of
service:;; to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or
employees of Contractor or any of its subcontractors . Contractor warrants it will fully comply with ADA provisions and any other
applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or
allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged
failure to comply with the above-referenced laws concerning disability discrimination in the performance of this agreement.
SECTION B
IDENTITY OF ARCHITECT .
B-1 CONTRACT ADMINISTRATION: Where the term "Architect" is used in the "General Conditions of the Contract for
Construction", it shall refer to the Director, Transportation and Public Works or his designated Building Construction Manager. The
Director, Transportation will designate a Project Manager and Building Construction Manager (BCM) to administer this contract and
perform the functions of the "Architect" as indicated in the General Conditions . The design architect or engineer may also be
designated to perform the duties of "Architect". The term "City" and "Owner" are used interchangeably and refer to the City of Fort
Worth as represented by the Director of Transportation and Public Works or his designated representative .
B-2 TERMINAilON AND SUSPENSION OF WORK: The Owner has the right to terminate the Project for any reason. If the
project is terminated, the Contractor shall:
a) Stop work under the Contract on the date and to the extent specified on the notice of termination.
b) Place no further orders or subcontracts except as may be necessary for the completion of the work not terminated .
c) Terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by the
notice of termination.
After termination as above, the City will pay the Contractor a proportionate part of the contract price based on the work completed;
provided, however, that the amount of payment on termination shall not exceed the total contract price as reduced by the portion
thereof allocatable to the work not completed and further reduced by the amount of payments, if, any otherwise made . Contractor
shall submit its claim for amounts due after termination as provided in this paragraph within 30 days after receipt of such claim . In
the event of any dispute or controversy as to the propriety or alfowability of all or any portion of such claim under this paragraph,
such dispute or controversy shall be resolved and be decided by the City Council of the City of Fort Worth , and the decision by the
City Council of the City of Fort Worth shall be final and binding upon all parties to this contract.
General Conditions for Facility Construction Lump Sum Contract
Mechanical .& Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)
Page 2 of 26
8-3 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 pri vity of Contract between the Architect and the Contractor.
8-4 ARCHITECT AS REPRESENTATIVE OF THE OWNER: The Building Construction Manager will provide general
administration of the Contract on behalf of the Own er 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.
8-5 ACCESS TO JOB SITES: The Architect shall at all times have access to the Work whenever it is in prep aration and
progress. The Contractor shall provide facilities for such access so the Architect may perform its assigned functions under the
Contract Documents .
The Architect will make periodic visits to the Site to familiarize himself with the progress and quality of the work and to determine if
the work is proceeding in accordance with the Contract documents. On the basis of on-site observations, the Architect will keep the
Owner informed of the progress of the Work and will endeavor to guard the Owner against defects and deficiencies in the Work of
the Contractor. Based upon such observations and the Contractor's applications for payments, the Building Construction Manager
will make determinations and recommendations concerning the amounts owing to the Contractor and will issue certificates for
payment amounts.
8-6 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 .
8-7 . 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.
8-8 MISCELLANEOUS DUTIES OF ARCHITECT
Shop Drawings. The Architect will review Shop Drawings and Samples . Two copies of each approved Shop Drawing and submittal
will be provided to the Owner by the Architect. Three copies will be returned to the Contractor.
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 determining and making his recommendations concerning the
dates of substantial completion and final completion. The Architect will conduct the final acceptance inspection and issue the
Certificate of Completion.
Operation and Maintenance Manuals The Owner will receive six copies of all applicable equipment installation, operation, and
maintenance brochures and manuals required of the Contractor.
8-9 TERMINATION OF THE ARCHITECT: In case of the termination of the employment of the Architect by the Owner, the
Owner shall either assume the dutie·s of the Architect through the Director of the Department of Transportation and Public Works, or
shall appoint a successor Architect against whom the Contractor makes no reasonable objection.
SECTION C
OWNER
C-1 IDENTIFICATION: By the term Owner is meant the City of Fort Worth acting herein by its duly authorized representatives
in the manner provided by law. Authorized representatives include the City Manager, Assistant City Manager, the Director and of
Transportation and Public Works Department and members of the Facilities Management Division . Generally speaking a
designated representative will be a Building Construction Manager identified from within the Facilities Management Group to act as
a point of contact for day-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
Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)
Page 3 of 26
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 ha ve 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 requ ire 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, defecti ve 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 tq 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 ~ecords of such subcontractor, involving transactions to the subcontract. The term
"subcontract" as used herein includes purchase orders.
Contractor agrees to photocopy s uch 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 independen t
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 respons ible
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 SUBLETIING: It is further agreed that the performance of th is Contract, either in whole or in part , shall not be sublet or
assigned to anyone else by said Contra cto r without the written consent of the Director of Transportation and Public Works of the
City of Fort Worth.
D-4 REVIEW OF CONTRACT DOCUMENTS: The Contractor shall carefully study and compare the Agreement, Conditions
of the Contract, Drawings , Specifications, Addenda and modifications and shall at once report to the Owner and to the Architect any
error, inconsistency or omission he may discover. The Contractor shall do no work without Drawings , Specifications and
Interpretations.
D-5 SUPERVISION : The Contractor shall supervise and direct the Work, using his best skill and attention. He shall be solely
responsible for all construction means, methods, safety, techniques , sequences and procedures and for coordinating all portions of
the Work under the Contract Documents.
D-6 LABOR AND MATERIALS: Unless otherwise specifically noted, the Contractor shall provide and pay for all labor,
materials, equipment, tools, construction equipment and machinery, water, heat, utilities , transportation and other facilities and
services necessary for the proper execution and completion of the Work.
The successful low bidder will use its reasonable best efforts to hire local laborers , workmen and materialmen . The general
condition is not to be constructed as limiting the right of any bidder to employee laborers, workmen or materialmen from outside
local area .
General Conditions for Facility Construction Lump Sum Contract
Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)
Page 4 of 26
The Contra ctor 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 determined by the City Council of the City of Fort Worth to be the
preva iling wage rates in accordance with Chapter 2258 . Such preva ili ng wage rates are included in these contract documents .
Penalty for Violation. A contracto r or any subcontractor who does not pay the prevailing wage shall, upon demand made by the
City , pay to the City $60 for each worke r 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 . Th is pena lty sha ll 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 rec eipt of informa tion, including a complaint by a worker,
concerning an alleged vio lation of 2258.023, Te xa s Government Code , by a contractor or subcontractor, the City shall make an
initial determination, before the 31 '1 day after the date the City re ceive s the information , as to whether good cause exists to believe
that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial
determination. Upon the City 's determination that there is good cause to believe the contractor or subcontractor has violated
Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and
wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final
determination of the violation .
Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government
Code , including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the
Texas General Arbitration Act {Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do
not resolve the issue by agreement before the 15th day after the date the City makes its initial determ ination pursuant to paragraph
(c) ab.ove. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that
arbitration is required, a d istrict court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the
arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of
competent jurisdiction.
Records to be Maintained. The Contractor and each subcontractor shall, for a period of three (3) years following the date of
acceptance of the Work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the
construction of the Work provided for in this contract; and (ii) the actual per diem wages paid to each worker . The records shall be
open at all reasonable hours for inspection by the City . The provisions of the Audit section of these contract documents shall pertain
to this inspection .
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 requirements of such programs.
D-8 WARRANTY: The Contractor warrants to the Owner and the Architect that all materials and equipment furnished under
this Contract will be new unless otherwise specified, and that all work will be of good quality, free from faults and defects, and in
conformance with the Contract Documents . All work not so conforming to these standards may be considered defective . If required
by the Arch itect or the Owner, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and
equipment.
The warranty provided in this Section shall be in addition to and not in limitation of any other warranty or remedy provided by law or
the Contract Documents. Contractor warrants that the Work shall be free from defects in material and workmanship arising from
normal usage for a period of one (1) year from the Completion Date and that its Services will be free from defects in workmansh ip,
design and material until the end of the Term , or for one (1) year, whichever is earlier. These warranties shall not extend to any
Work or Services that have been abused , altered , misused or repaired by the Owner or third parties without the supervision of and
prior written approval of Contractor. Owner understands that except to the extent that Contractor is providing the Work, Contractor
shall be considered a service provider and not a merchant or a vendor of goods .
D-9 TAXES: The Contractor is exempt from State Sales Tax on material incorporated into the finished construction, Excise
and Use Tax.
D-10 LICENSES, NOTICES AND FEES: The Contractor shall obtain all Perm its , Licenses , Certificates, and Inspections,
whether permanent or temporary, required by law or these Contract Documents .
General Conditions for Facility Construction Lump Sum Contract
Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)
Page 5 of 26
The Contra ctor s hall g ive all Notices and co mply wi th all Laws , Ordin ances, Rules , Reg ul atio ns and O rders of any pu blic authori ty
bearing on the performance of the Work. If th e Contractor obse rv es or beco mes awa re t hat an y of the Co ntract Do cuments are at
variance therewith in a ny res pe ct, he shall promptly notify the Arc hitect Owner in writi ng and an y necessa ry chan ges wi ll be made. If
the Contractor performs a ny W ork knowi ng th at it is in viol ation of, or con tra ry to , any of suc h Laws , Statutes, Charte r , Ord inances,
Orders or Dire ctives , or Reg ulations wi th out furn is hing Notice to the Owne r, the Contra cto r wi ll ass ume ful l re sponsi bility therefo re
and bear all costs attributable th ereto .
0-11 CASH ALLOWANCES: The Contra ctor sh a ll includ e in the Contract Su m all all owa nces sta ted in t he Contract
Do cum ents. These allo wan ces sh all co ver the net cost of the materi als and equipm ent delivered a nd unlo aded at the site , and all
a pplicabl e taxes. The Contractor's ha ndl ing co sts on the site, lab or, insta ll ati on costs, ove rhea d , pro fit and oth er expen se s
contempl ated for the original allowance sh a ll be includ ed in t he Contractor Sum and not in the allowa nce . Th e Contractor sha ll
cause the Work covered by these allowances to be performed for su ch amounts and by s uch persons as th e Owner may d irect , but
he wil l not be required to employ persons against whom he mak es a rea son abl e objectio n. If the cost, wh en determ in ed, is more
than or less than the allowance , the Contract Sum shall be adjusted accord ingly by Change Ord er whi ch will include add itional
handling co s ts on the site , labor, installation costs , field overhead , profit and other direct ex pense s res ul ti ng to the Contractor from
any increase ove r the orig inal allowan ce.
0-12 SUPERINTENDENT: The Contractor shall employ a comp etent superintend ent and necessa ry assistants who shall be in
attendance at the Project site during the progress of the Work . The superintend ent shall be sa tisfa ctory to the Con tra ctor and the
Owner. The superintendent shall repre sent the Contractor and all communications gi v en to the superintendent shall be bind ing as if
given to the Contractor. Important communications will be confirmed in writing . Other communications wi ll be so con fi rmed on
written request in each case .
0-13 RESPONSIBILITIES FOR EMPLOYEES AND SUB-CONTRACTORS: The Contractor shall be re spon sibl e to the Owner
for the acts and om iss ions of all his employees and all Sub-contractors , the ir agents and employ ees , and a ll 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 provid ed for wi thin the time
herein fi xed or to carry on and complete the same according to the true meaning of the intent and terms of sa id Pl ans , Sp ecifications
and Contract Documents , then the Owner shall have the right to either demand the surety to take over the Work and compl ete 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 writi ng , s ett ing forth and
specifying an itemized statement of the total cost thereof, said excess cost.
0-15 PROGRESS SCHEDULE: The Contra ctor, immed iately after being awarded the contract, shall prepa re and s ubmit for
the Architect's approval , an estimated progress schedule for the Work. The progress schedule shall be related to the entire Project.
This schedule shall ind icate the dates for the starting and completion of the various states of construction a nd shall be revised as
required by the conditions of the Work , subject to the Architect's approval. It shall also indicate the dates for s ubmission and
approval of shop drawings and submittals as well as the del ivery schedule for major pieces of equipment and /or materials .
The Contractor shall submit an updated progress schedule the BCM at lea st monthly for approval along wi th t he Contractor's
monthly progress payment requests.
0-16 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 duri ng 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, suppl ier 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, s ix 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 Cont ract Documents .
By approving and submitting Shop Drawings and Samples , the Contractor thereby represents that he has determined and ve rified
all field measurements , field construction criteria, materials , catalog .numbers and similar data, and that he has checked and
coordinated each shop drawing g iven in the Contract Documents . The Arch itect's approval of a separate item shall not indicate
approval of an assembly in which the item functions .
General Conditions for Facility Construction Lump Sum Contract
Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)
Page 6 of 26
The Architect will rev iew a nd a ppro ve Shop Drawi ngs and Samples with reaso nable promp tness so as to cause no del ay , but only
fo r co nformance with th e design conce pt of the P ro ject an d wit h th e in fo rm ation g ive n in the Contract Do cum ents . The Architect's
app rova l of a se parate item shall not indicate a pprova l of an assem bly in whi ch the item fun ct ions .
Th e Con tractor s hall make any correcti on s requ ired by th e Arch ite ct and sh all res ubmit the required number of co rrected cop ies of
Shop Drawi ngs or new Sampl es un til approve d. The Contractor shall direct sp ecific attention in writing or on res ubmitted Sh o p
Dra w ings to revis ion s other th an th e correction s req uested by the Architect on previous submi ssions .
T he Arc hi tect's appro val of Sho p D rawings or Samples shall not relieve th e Contracto r of respons ibility for any deviati on from the
req uirements of th e Con tract Docum en ts unl es s th e Contractor has in fo rmed the Archi tect in writing of such d evia tion at the tim e of
s ubm iss io n a nd th e Arch itec t ha s given written appro val to the sp ecifi c deviation. Archit ect's approval shall not relieve the
Con tra ctor from res ponsib ili ty for errors or omissi ons in th e Shop Dra wi ngs or Sampl es .
No portion of the Work requ ir(ng a Shop Drawing or Sample submission sh all be commen ced until the Arch itect has approved the
submittal. All such portions of t he Work shall be in acco rdan ce with approved Shop Drawing s and Samp les .
D-18 SITE USE: Th e Con tra ctor sh all co nfine op era tion s at the site to areas permitted by law, ordinan ces, perm its and th e
Co ntra ct Documents and s hall not unreasonably encumber the site with any materials or equipment. Until acceptance of the Work
by the C ity Council of the City of Fort W orth , the entire si te of the Wo rk shall be under the exclus ive control , care and respons ibility
of the Contra ctor. Con tractor shall ta ke every precau ti on against injury or damage to persons or property by the action of the
elements or from any other cau s e whatsoever. The Contractor shall rebuild , repair , restore and make good at his own expenses all
inj uries or damag es to any portions of the Work occasioned by any of th e abo ve , caused before acceptance .
D-19 CUTIING AND PATCHING OF WORK: The Contractor shall do all cutting , fi ttin g. or patching of his Work that may
required to ma ke its several parts fit together properly, and shall not endanger a ny Work by cutting , excavating or otherwise altering
the Work or a ny 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 remo ve all his waste materials and rubbish from and about the Project as well as all his too ls,
construction equipment, machinery and surplus materials , and shall clean all g las s surfaces and leave the Work "Broom-clean" or its
equivalent, except at otherwise specified. lh addition to removal of rubbish and leaving the buildings "broom-clean", Contractor shall
cl ean all glass , replace any bro ken glass , remove stains, spots , marks and dirt from decorated work , clean hardware , remove pa int
spots and sm ears from all surfaces , clean fi xtures and wash all concrete , tile and terrazzo floors .
If the Contractor fa ils to clean up, the Owner may do so , and the cost thereof shall be charged to the Contractor.
D-21 COMMUNICATIONS: As a general rule , the Contractor shall forward all communications to the Owner through the BCM .
D-22 CONTRACTOR REQUIREMENTS ON FEDERALLY FUNDED PROJECTS: Contractor shall observe and comply wi th
the requirements of the City of Fort Worth Fiscal Department, Intergovernmental Affairs and Grants Management as outlined in the
S upplem enta l Conditions contained in the Project Manual
SECTION E
SUBCONTRACTORS
E-1 DEFINITION: A Subcontractor is a person or orga nization th at has a direct contract with the Contractor to perform any of
the Work at the site . The term Subcontractor is referred to throughout the Contract Documents as if singular in number and
masculine in gender and means a Subcontractor or his authorized representative .
Nothing contained in the Contract, Documents shall create any contra ctual 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 sub contractors or other persons or
organizations (including those who are to furnish materials or equipment fabrica ted to a special design) proposed for such portions
of the Work as may be designated in the bidding requirements , or if none is so designated in the bidding requirements , the names of
the Subcontractors proposed for the principal portions of the Work . Prior to the award of the Contract. the Architect shall notify the
successful bidder in writing if either the Owner or Architect, after due investigation, has reasonab le objection to any person or
organization on such list. Failure of the Owner and Architect to make an objection to any person or organization on the list prior to
the award of this Contract shall not constitute acceptance of such pe rson or organization .
If, prior to the award of the Contract, the Owner or Architect has an objective to any person or organization on such list. and refuses
to accept such person or organization , the apparent low bidder may , prior to the award , withdraw his bid without forfeiture of bid
sec urity. 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 obj ects in writing to any person or organization on such list, the Contractor shall
provide an acceptab le substitute.
The Contractor shall not make any substitution for any Subcontractor or person or organ ization that has been accepted by the
Ow ner and the A rch itect. unless the substitution is also acc eptable to the Owner and the Architect.
General Condi t ions for Facility Con struction Lump Sum Contract
Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)
Page 7 of 26
E-3 TERMS OF SUBCONTRACTS: All work performed for the Contractor by a Subcontractor shall be pursuant to an
appropriate agreement betwe en the Contracto r and the Subcontra ctor (an d where appropriate between Subcontractors and Sub-
subcontractors) which shall contain provisions that:
1. Preserve and protect the rights of the Own er and the Architect under the Contract with respect to the Work to be performed
. under the subcontract so that the subcontracting thereof will not prejudice such rights ;
2 . Require that such Work be performed in accordance with the requirements of the Contract Documents;
3 . Require submission to the Contra ctor of applications for payment under each subcontract to which the Contractor is a party , in
reasonable time to enable the Contractor to apply for payment;
4 . Require that all claims for additional costs , extensions of time , damages for delays or otherwise with respect to subcontracted
portions of the Work shall be submitted to the Contractor (via any Subcontractor or Sub-subcontractor where appropria te) in
the manner provided in the Contract Documents for like claims by the Contractor upon the Owner;
5 . Waive all rights the contracting parties may have against one another for damages caused by fire or other perils covered by the
property insurance , except such rights, if any, as they may have to proceeds of such insurance held by the Owner, and ,
6 . Obligate each Subcontractor specifically to consent to the provisions of this Section
All of the provisions set out in this section shall be deemed to have been included in every subcontract , and every subcontract shall
be so construed and applied as to the Owner and the Architect , whether or not such provisions are physically included in the sub-
contract.
E-4 · MINORITY AND WOMEN BUSINESS ENTERPRISE (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 business 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 within five city business
days after bid opening . Failure to comply with the City's M/WBE Ord inance, or to demonstrate a "good faith effort", shall result in a
bid being considered non-responsive.
During Construction : Contractor shall provide copies of subcontracts or cosigned letters of intent with approved 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 permit an audit and/or examination of any books, records or files in it's possession that will substantiate the actual
work performed by an 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 relating to false
statement. An Offeror who intentionally and/or knowingly misrepresents material facts shall be determined to be an irresponsible
offeror and barred from participating in City work for a period of time of not less than three (3) years. The failure of an offeror to
comply with this ordinance where such non-compliance constitutes a material breach of contract as stated herein , may result in the
offeror being determined to be an irresponsible 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 bf 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 .
General Conditions for Facility Construction Lump Sum Contract
Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)
Page 8 of 26
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 liabil ity or other insuranc~
under the same or similar terms as contained in the Contract Documents with limits of coverage no greater than the lower of 1)
the limits required of the Contractor by the City ; or 2) the limits contained in the Contractor's standard subcontract or supply
agreements used on other projects of similar size and scope and within the Contractor's normal business practice with non-
M/WBE subcontractor's/subconsultant's or suppliers ; or
3. An MWEiE '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 be ing placed on the ability of the M/WBE to report violations of the Ordinance or any
other ordinance or violations of any state or federal law or other improprieties to the City or to provide
notice of any claim to the Contractor's surety company or insurance company .
d) Mediation shall be a consideration before the request for change is approved.
4 . An M/WBE defaults in the performance of the executed subcontract. In this event, the Contractor shall :
a) Request bids from all M/WBE subcontractors previously submitting bids for the work ,
b) If reasonably practicable, request bids from previously non-bidding 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, including non-M/WBEs , used on the project.
E-5 PAYMENTS TO SUBCONTRACTORS: The Contractor shall pay each Subcontractor, upon receipt of payment from the
Owner, an amount equal to the percentage of completion allowed to the Contractor on account of such Subcontractor's Work. The
Contractor shall also require each Subcontractor to make similar payments to his subcontractors .
If the Owner refuses to issue a Certificate for Payment for any cause which is the fault of the Contractor and not the fault of a
particular subcontractor, the Contractor shall pay that Subcontractor on demand, made at any time after the Certificate for Payment
would otherwise have been issued, for his Work to the extent completed , less the retained percentage .
The Contractor shall pay each Subcontractor a just share of any insurance monies received by the Contractor, and he shall require
each Subcontractor to make similar payments to his Subcontractors .
The Owner may, on request and at its discretion, furnish to any Subcontractor, if practicable, information regarding percentages of
completion certified to the Contractor on account of Work done by such Subcontractors .
Neither the Owner nor the Architect shall have any obligation to pay or to see to the payment of any monies to any Subcontractor.
E-6 SUBCONTRACTOR REQUIREMENTS FOR EDA FUNDED PROJECTS: The Contractor will cause appropriate
provisions to be inserted in all subcontracts to bind subcontractors to FDA contract requirements as contained herein and to 15 CFR
24 or 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.
General Conditions for Facility Construction Lump Sum Contract
Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)
Page 9 of 26
Each subcontract must contain a requirement for compliance with the Davis-Bacon and related acts .
Each subcontractor must submit weekly each weekly payroll record and a weekly statement of compliance . These documents will
be submitted to the prime contractor who will compile them and submit to the City. The subcontractor can satisfy this requirement by
submitting a properly executed Department of Labor Form WH-347 .
Each subcontract with every subcontractor must contain a clause committing the subcontractor to employment of local labor to the
maximum extent possible .
All subcontractors who employ more than 50 employees , and is a prime or first tier subcontractor, and has a subcontract or
purchase order of $50 ,000 or more must submit a completed Standard Form 100 (Compliance Report) by March 30 of each year .
Subcontractors performing work in areas covered by published goals for minorities will be required to report monthly on Form CC-
257.
SECTION F
SEPARATE CONTRACTS
F-1 OWNER'S RIGHT: The Owner reserves the right to award separate contracts in connection with other portions of the
Work. When separate contracts are awarded for other portions of the Work , "the Contractor" in the Contract Documents in each
case shall be the contractor who signs each separate contract.
F-2 MUTUAL RESPONSIBILITY OF CONTRACTORS: The Contractor shall afford other contractors reasonable opportunity
for the introduction and storage of their materials and equipment and the execution of their work, and shall properly connect and
coordinate his work with theirs .
If any part of the Contractor's Work depends for proper execution or results upon the work of any other separate contractor, the
Contractor shall inspect and promptly report to the Owner any apparent discrepancies or defects in such work that render it
unsuitable for such proper execution and results. Failure of the Contractor to inspect and report shall constitute an acceptance of the
other contractor's work as fit and proper to receive his Work, except as to defects which may develop in the other separate
contractor's work after the execution of the Contractor's Work.
Should the Contractor cause damage to the work or property of any separate contractor on the site, the Contractor shall , upon due
notice, settle with such other contractor by agreement, if he will so settle . If such separate contractor sues the Owner on account of
any damage alleged to have been so sustained , the Owner shall notify the Contractor who shall defend against such suit at the
Contractor's expense, and if any judgment against the Owner arises therefrom, the Contractor shall pay or satisfy such judgment
and shall reimburse the Owner for all attorney's fees, court costs and expenses which the Owner has incurred in connection with
such suit.
F-3 CUTTING AND PATCHING UNDER SEPARATE CONTRACTS: The Contractor shall do all cutting , fitting or patching of
his Work that may be required to fit it to receive or be received by the work of other contractors shown in the Contract Documents .
The Contractor shall not endanger any work or any other contractors by cutting, excavating or otherwise altering any work and shall
not cut or alter the work of any other contractor except with the written consent of the Architect.
Any costs caused by defective or ill-timed work shall be 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 this Contract, and the Contractor agrees to fully comply with all the provisions of the
same .
G-3 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In performing their duties under the Statutes of the State of Texas and
the Charter and Ordinances of the City of Fort Worth in connection with this Contract, or in exercising any of the powers granted the
Owner herein, the officers, agents and employees of the City of Fort Worth are engaged in the performance of a governmental
General Conditions for Facility Construction Lump Sum Contract
Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)
Page 10 of 26
fun ction a nd sha ll not incur a ny personal liab ility by vi rt ue of such perfo rm ance hereun de r , excep t for g ro s s neglig ence or willful
wro ng .
G-4 COMPLIANCE WITH LAWS . Contractor agre es to comp ly with a ll laws , Federal, state and loca l, includi ng a ll o rd inances ,
rules and regu lati ons of the City of Fort Worth , Te xas . Ma terial s inco rp ora ted into the fini s hed Proj ect are not su bject to State Sal es
Tax.
The Own er is responsib le for obtaining th e Building Pe rmit. The Contractor a nd the appropria te sub co ntra ctor are responsible for
obtaini ng all other constru ctio n permits from the gove rning ag encies . Co ntra ctor shall schedul e all code inspections wi th the Code
Inspection Di vis io n in accordance w it h th e permit requirements and s ubm it a co py of up dated schedu le to the Construction Manager
weekly . Build ing, plumb ing, el ectrical a nd mechanical bu il ding permi ts are issu ed withou t charg e. Wate r a nd sewer tap , imp act &
access f ees wi ll be paid by the City . Any other perm it f ees are the re sp ons ibility of the Co ntra ctor .
G-5 INDEMNIFICATION: Contractor co v enants and agrees to ind emnify C ity 's engi ne er and arc hite ct, and Owner and their
personn el at t he proj ect site for Contractor 's sole negligence . In add itio n, Con tractor cove nants and agrees to indem nify, hold
harmles s and defend , at its own ex pen s e, the Own er, its offi c ers , serv ants and employee s , from and against any and all cl aims or
suits for property loss , prop erty damage, personal injury, including death , arising out of , or all eged to arise out of, the work and
s ervices to be performed hereunder by Contractor, its officers , agents , employees, subcontractors , licensees or invitee s , whether or
not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its
officers, servants, or employees. Contractor li kewise covenants and agrees to indemn ify and hold harml ess the Own er from and
against any and all injuries to Owner's officers , servants and employees and any damage , loss or destru ction to property of the
Own er arising from the performance of any of the terms and conditi ons of th is Con tract, whether or not any such injury or
damage . .is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or
employees. Except for claims for the completion of the Work in ac cordance with the Contract Documents, the Contractor's liability
for any claims , losses , and /or damages related to or arisi ng out of its work under th is Agreem ent, is specifi ca lly and expressly limited
to the proceeds from the coverage provided by the Contractor's Commercial Gen eral Li ability policy as required und er th is
Agre ement. Neither party shall be liable for punitive , sp ecial , exemplary , incidental or con sequ enti al damages .
In the event Owner receives a written claim for damages against the Contractor or its sub contractors prior to final payment, final
payment shall not be made until Contractor either (a) submits to Owner satisfactory eviden ce th at the claim has been settled and /or
a release from the claimant involved , or (b) provides Owner with a letter from Contra ctor's liab ility insurance carrier that the claim
has be en referred to the insurance carrier.
The Director may, if he deems it appropriate, refuse to whom a claim for damages is ou tstanding as a result of work performed
under a City Contract.
G-6 SUCCESSORS AND ASSIGNS: Except as provided in Paragraph E-2, this contract shall be binding upon and insure to
the benefit of the parties hereto, the ir Successors or Assigns . Contractor shall not assign or sublet all or any part of this Contract or
his rights or duties hereunder without the prior written consent of the Owner. Any such purported assignment or subletting without
the prior written consent of Owner shall be void .
G-7 WRITTEN NOTICE: Written Notice shall be deemed to have been duly served if delivered in person to the individual or
member of the firm or to an officer of the corporation for whom it was intended , or if delivered at or sent by registered or certified
mail to the last business address known to him who gives the notice.
G-8 SURETY BONDS: Surety Bonds are required on all City contracts in excess of $25 ,000. The Contractor agrees, on the
submittal of his Proposal to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful
performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and /or materials furnished in
the prosecution of the Work , such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas , as
amended, in the form included in the Contract Documents, and such bonds shall be 100 percent of the total contract price, and the
said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City
Council of the City of Fort Worth.
Bonds shall be made on the forms furnished by or otherwise acceptable to the City . Each bond shall be properly executed by both
the Contractor and the Surety Company. Bonds required by the City sha ll 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 bus iness in Texas. Sureties not listed in Circular 570 ·may write perfo rmance
and payment bonds on a project without reinsurance to the limit of 10 percent of its capital and surplus . Such a surety must reinsure
a ny obligation over 10 percent. The amount in excess of 10 percent must be re insured by reinsurers who are duly authorized,
accred ited , or trusteed to do business in the State of Texas .
Should any surety for the contracted project be determined unsatisfactory at any time during same , the Contractor shall immediately
provide a new surety bond satisfactory to the City.
If the contract amount is less than $25 ,000 , payment shall be made in one lump sum 30 calendar days after completion and
acceptance of the Work .
General Cond itions for Facility Construction Lump Sum Contract
Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)
Page 11 of 26
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 ha ve, 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
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 requ ire any Work to be inspected, tested or approved, the Contractor shall give the Owner timely notice of its readiness
and the date arranged so the Architect may observe such inspection, testing or approval. The Owner shall bear all costs of such
inspection, tests and approva ls 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 del ivered by him to the
Owner. The Arc]:litect will revi ew the certificates and forward one copy of each with his recommendation(s) to the Owner.
If the Owner wishes to observe the inspections, tests or approvals required by this Section, they will do so promptly and, where
practicable , at the source of supply.
Neither the observations of the Architect or the Owner in their administration of the Construction Contract, nor inspections, tests or
approvals by persons other than the Contractor shall relieve the Contractor from his obligations to perform the Work in accordance
with the Contract Documents .
G-12 INTERRUPTION OF EXISTING UTILITIES SERVICES: The Contractor shall perform the Work under this Contract with a
minimum of outage time for all utilities. Interruption shall be by approved sections of the utility. In some cases , the Contractor may
be required to perform the Work while the existing utility is in service. The existing utility service may be interrupted only when
approved by the Owner. When it is necessary to interrupt the existing utilities, the Contractor shall notify the Owner in writing at least
ten days in advance of the time that he desires the existing service to be interrupted . The interruption time shall be kept to a
minimum . Depending upon the activities at an existing facility that requires continuous service from the existing utility, an interruption
may not be subject to schedule at the time desired by the Contractor. In such cases, the interruption may have to be scheduled at a
time of minimum requirements of demand for the utility . The amount of time requested by the Contractor of existing utility services
shall be as approved by the Owner.
G-13 LAYING OUT WORK: The Contractor shall verify dimensions and elevations indicated in layout of existing work.
Discrepancies between Drawings, Specifications, and existing conditions shall be referred to Architect for adjustment before work
affected is performed . Failure to make such notification shall place responsibility upon Contractor to carry out work in satisfactory
workmanlike manner at the Contractor's sole expense.
The Contractor shall be held responsible for the location and elevation of all the construction contemplated by the Construction
Documents .
Prior to commencing work, the Contractor shall carefully compare and check all Architectural, Structural, Mechanical an Electrical
drawings; each with the other that -in any affects the locations or elevation of the work to be executed by him, and should any
discrepancy be found , he shall immediately report the same to the Architect for verification and adjustment. Any duplication of work
made necessary by failure or neglect on his part to comply with this function shall be done at the Contractor's sole expense .
G-14 MEASUREMENTS: Before ordering any material or doing any work, the Contractor shall verify all measurements at the
site or at the building and shall be wholly responsible for the correctness of same. No extra charge or compensation will be allowed
on account of any difference between actual dimensions and dimensions indicated on the drawings . Any difference that may be
found shall be submitted to the Architect for consideration and adjustment before proceeding with the project.
G-15 EXISTING OVERHEAD OR UNDERGROUND WORK: The Contractor shall carefully check the site where the project is
to be erected and observe any existing overhead wires and equipment. Any such work shall be moved , replaced or protected, as
required , whether or not shown or specified at the Contractor's sole expense .
General Conditions for Facility Construction Lump Sum Contract
Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)
Page 12 of 26
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 tak en to preserve and protect any such improvements whether or not shown on the
Drawings.
Location of existing underground lines, shown the Drawings are based on the best available sources , but are to be regarded as
approximate only . Exercise extreme care in locating and identifying these lines before excavation in adjacent areas .
G-16 ALIGNMENT OF JOINTS IN FINISH MATERIALS: It shall be the responsibility of the Contractor to make certain in the
installation of jointed floor, wall and ceiling materials that:
1. Preserve and protect the rights of the Owner and the Architect under the Contract with respect to the Work to be performed
under the subcontract so that the subcontracting thereof will not prejudice such rights ;
2. Place joints to relate to all opening and breaks in the structure and be symmetrically placed wherever possible. This includes
heating registers, light fixtures, equipment , etc .
If because of the non°related sizes of the various materials and locations of openings , etc., it is not possible to accomplish the
above, the Contractor shall request the Architect to determine the most satisfactory arrangement. The Contractor shall establish
centerlines for all trades .
G-17
damages .
INTEGRATING EXISTING WORK: The Contractor shall protect all ex isting 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 is Consistent with applicable laws, Owner shall supply Contractor with any information in its possession relating to the presence
of asbestos-containing materials ("ACM ") at any of its facilities where Contractor undertakes any Work or Services that may result in
the disturbance of ACM . If either Owner or Contractor becomes aware of or suspects the presence of ACM that may be disturbed
by Contractor's Work or Services, it shall immediately stop the Work or Services in the affected area and notify the other's contacts.
As between Owner and Contractor, Owner shall be responsible at its sole expense for addressing the potential for or the presence
of ACM in confonmance with all applicable laws and addressing the impact of its disturbance before Contractor continues with its
Work or Services , unless Contractor had actual knowledge that ACM was present and acted in disregard of that knowledge, in
which case (i) Contractor shall be responsible at its sole expense for remediating areas impacted by the disturbance of the ACM ,
and (ii) Owner shall resume its responsibilities for the ACM after Contractor's remediation has been completed.
Contractor shall be responsible for removing or disposing of any Hazardous Materials that it uses in providing Work or Services
("Contractor Hazardous Materials") and for the remediation of any areas impacted by the release of Contractor Hazardous Materials.
For other Hazardous Materials that may be otherwise present at its facilities ("Non-Contractor Hazardous Materials"), Owner shall
supply Contractor with any information in its possession relating to the presence of such materials if their presence may affect
Contractor's perfonmance of the Work or Services . If either Owner or Contractor becomes aware of or suspects the presence of
Non-contractor Hazardous Materials that may interfere with Contractor's Work or Services , it shall immediately stop the Work or
Services in the affected area and notify the other's contacts. As between Owner and Contractor, Owner shall be responsible at its
sole expense for removing and disposing of Non-Contractor Hazardous Materials from its facilities and the remediation of any areas
impacted by the release of the Non-Contractor Hazardous Materials, unless Contractor had actual knowledge that Non-Contractor
Hazard Materials were present and acted in disregard of that knowledge , in which case (i) Contractor shall be responsible at its sole
expense for the remediation of any areas impacted by its release of such Hazard Materials, and (ii) Owner shall remain responsible
at its sole expense for the removal of Hazardous Materials that have not been released and for releases not resulting from
Contractor's perfonmance of the Work and Services . Nothing containing Hazardous Materials, such as asbestos, shall be
incorporated into the project. The Contractor shall exercise every reasonable precaution to ensure that asbestos-containing
materials are not incorporated into any portion of the project, including advising all materials suppliers and subcontractors of this
requirement. The Contractor shall verify that components containing lead do not contact the potable water supply .
G-19 LOCATION OF EQUIPMENT AND PIPING: Drawing showing location of equipment, piping, ductwork, etc. are
diagrammatic and job conditions may not always permit ·their installation in the location shown. When this situation occurs, it shall be
brought to the Architect's attention immediately and the relocation detenmined 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, unifonm 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 penmanent and safe strength.
G-21 MANUFACTURER'S INSTRUCTIONS: Where it is required in the Specifications that materials, products , processes,
equipment, or the like be installed or applied in accordance with manufacturer's instructions, direction or specifications , or words to
General Conditions for Facility Construction Lump Sum Contract
Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)
Page 13 of 26
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 suc h
instructions shall be furni s hed to the Archite ct 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 re commended 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 fin ished materials .
3 . Clean all cabinets and casework .
4 . Dust all ceilings and walls.
5. Dust, and if necessary wash , all plumbing and electrical fixtures .
6 . Wash all glass and similar non-resilient materials.
7 . All hardware and other unpainted metals shall be cleaned and polished and all equipment and paint or decorated work shall be
cleaned and touched-up if necessary , and all temporary labels , tags , and paper coverings removed throughout the buildings .
Surfaces that are waxed shall be polished .
8. The exterior of the building , the grounds , approaches, equipment , sidewalks, streets , etc. shall be cleaned similar to interior of
buildings and left in good order at the time of final acceptance . All paint surfaces shall be clean and unbroken, hardware shall
be clean and polished, all required repair work shall be completed and dirt areas shall be scraped and cleared of weed growth .
9 . Clean all glass surfaces and mirrors of putty , paint materials , etc ., without scratching or injuring the glass and leave the work
bright, clean and polished. Cost of this cleaning work shall be borne by Contractor.
10 . Cleaning , polishing, scaling , waxing and all other finish operations indicated on the Drawings or required in the Specifications
shall be taken to indicate the required condition at the time of acceptance of all work under the Contract.
11 . Burning : Burning of rubbish on the premises will not be permitted.
G-23 DUST CONTROL: Precaution shall be exercised at all times to control dust created as a result of any operations during
the construction period . If serious problems or complaints arise due to air-borne dust, or when directed by the Arch itect, 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".
General Conditions for Facility Construction Lump Sum Contract
Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)
Page 14 of 26
Maintenance Manual : Sheets shall be 8 Y:,'' 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 bind er with title of project lettered on front a nd s hall contai n:
1) Name , address and trade of all sub-contractors .
2) Com pl ete maintenance in st ru ction s ; name, address, and telephone numb er of installing Contractor , manufacturer's lo ca l
repres entative, for each piece of operative equipment.
3) Ca ta log data on plumb ing fi xtures , valves , water heaters , heating and cooling equipment , temperature control , fan, electrical
panels , service entrance equipment an d light fi xtures .
4) Man ufacturer's name , type , co lor designation for resilient floors , windows, doors , concrete blo ck, paint , roofing, other materials .
Submit six cop ies of Maintenance Manual , prior to request for final payment.
Operationa l Inspection and Maintenance Instruction : The Contracto r shall provide at his ex pen se, competent manufacturer's
represen ta tives to co m plete ly check out all m ech an ica l and electrical systems and items co vered by the Drawings and
Specifications . This requirement shall be scheduled just prior to and during the initia l start up . After all systems are functioning
properly the representativ es 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 tec hnical divisions of Specifications shall be properly executed in quadruplicate by subcontractors and submitted
through the Contractor to Architect. Delivery of guarantees shall not relieve Con tractor from any obligation assumed under Contract.
The Contractor shall guarantee the entire Project for one year. In addition, where separate guarantees , for certain portio ns of work ,
are for longer periods, Gene ral Contractor's guarantee shall be extended to cover such longer perio ds . Manufacturer's extended
warrantees sha ll be included in this contract.
Guarantees shall become valid and operative and commence upon issuance of Certificate of Inspection and Accepta nce by Owner.
Guarantees shall not apply to work where damage is result of abuse , neglect by Owner or his successor(s) in interest.
The Contra ctor agrees to warrant his work and materia ls 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
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 fa ci lity 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 accom panying 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 cho ice of materia ls 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 varia tions shall conform to standard drafting practice and shall include supplementary notes , legends and
details which may be necessary for legibility and clear portrayal of the actual construction : The record drawings shall indicate, in
addition , the actual location of all sub -surface utility lines , average depth below the surface and other appurtenances.
G-29 CONSTRUCTION FENCE: At the Contractor's option, he may provide a substantial chain-link construction fence around
all or a part of the site. The fences and gates must be maintained throughout the construction period . Remove the fences and gates
upon completion of the Project and restore the site to the required original or contract condition .
G-30 PRODUCT DELIVERY, STORAGE, HANDLING: The Contractor shall hand le, 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
re strictive . 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 . Fa ilure to inform the City of substitute projects will obligate the Contractor to
pro vi de 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 substitut io ns . Where equipment has been listed as "no substitute accepted ", the City will accept no alternates to the
specified equipment.
General Conditions for Facil ity Construction Lump Sum Contract
Mechan ica l & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)
Page 15 of 26
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 Co mpletion plus additional days assessed for failure
to complete punch list items from the Final In spectio n in a timely manner
The Date of Commencement of the Work is the date esta blished in the Notice to Proce ed . If there is no notice to proceed , it sha ll 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 certifi ed 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 acce ptance of the completed wo rk 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 mig ht 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 , Ch ristmas Day , Memorial Day, and Veteran 's Day .
H-2 PROGRESS AND COMPLETION : All the time limits stated in the Contract Documents are of essence to the Contract.
The Contractor shall begin the Work on the date of commencement as defined in this Section . He shall carry the Work forward
expeditiously with adequate forces and shall complete it within the Contract Time.
H-3 DELAYS AND EXTENSIONS OF TIME : If the Contractor is delayed at any time in the progress of the Work by any act or
neglect of the Owner or the Architect, or by any employee of the Owner, or by any separate contractor employed by the Owner, or
by any separate contractor employed by the Owner, or by changes ordered in the Work, or by labor disputes , fire, unusual delay in
transportation, unavoidable casualties or any causes beyond the Contractor's control, or by any cause which the Arch itect
determines may justify the delay, then the contract time may be extended by Change Order for such reasonable time as
recommended by the Architect and approved by the Owner. When the Contractor is delayed due to abnormal weather conditions,
the weather table provided as WT-1 in these Contract Documents shall be used as the basis for providing a fair and equitabre
adjustment of the contract time .
All claims for extension of time shall be made in writing to the Architect no more than fifteen days after the occurrence of the delay;
otherwise they shall be waived .
If no schedule or agreement is made stating the dates upon which written interpret,ations shall be furnished , then no claim for delay
shall be allowed on account of failure to furnish such interpretation until fifteen days after demand is made for them, and not then
unless such a claim is reasonable .
H-4 NO DAMAGE FOR DELAY: No payment, compensation or adjustment or any kind (other than the extensions of time
provided for) shall be made to the Contractor for damages because of hindrances or delays from an cause in the progress of the
work , whether such hindrances or delays be avo idable or unavoidable, and the Contractor agrees that he will make no claim for
compensation , damages or mitigation of liquidated damages for any such delays , and will accept in full satisfaction for such delays
said extension of time .
SECTION I
PAYMENTS AND COMPLETION
1-1 CONTRACT SUM: The Contract Sum is stated in the contract and is the total amount payable by the Owner to the
Contractor for the performance of the Work under the Contract Documents .
1-2 SCHEDULE OF VALUES: Before the first Applicable for Payment, the Contractor shall submit to the Architect a
Schedule of Values of the various portions of the Work, including quantities if required by the Architect , aggregating the total
Contract Sum , divided so as to facilitate payments to Sub-contractors, prepared in such form as specified or as the Architect and the
Contractor may agree upon , and supported by such data to substantiate its correctness as the Architect may require . Each item in
the Schedule of Values shall include its proper share of overhead and profit. This Schedule , when approved by the Architect and the
Owner, shall be used as a basis for the Contractor's Applications for Payment.
General Conditions for Facility Construction Lump Sum Contract
Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)
Page 16 of 26
1-3 ADJUSTMENT OF QUANTITIES
1-4 PROGRESS PAYMENTS : On the first day of each month after the first month 's work has been co mpleted, the Contractor
will make current estimates in writing for review by the Architect of materials in place complete and the amount of work performed
during the preceding month or period and the value thereof at the prices contracted for as shown on the approved Schedule of
Values and Progress Schedule.
If payments are to be made on account of materials or equipment not incorporated in the Work but delivered and suitably stored at
the site or in an independent, bonded warehouse such payments shall be conditioned upon submission by the Contractor of bills of
sale or such other procedures satisfactory to the Owner to establish the Owner's title to such materials or equipment or otherwise
protect the Owner's interest including applicable insurance and transportation to the site.
The Contracto r warrants and guarantees that title to all Work , materials and equipment covered by an Application for Payment,
whether incorporated in the Project or not, will pass to the Owner upon the receipt of such payment by the Contractor, free and clear
of all liens , claims , security interests or encumbrances hereinafter referred to as "liens"; and that no Work, materials or equipment
covered by an Application for Payme nt will have been acquired by the Contractor, or by any oth er persons perform ing the Work at
the site or furnishing materials and equipment for the Work , subject to an agreement under which an interest therein or an
encumbrance th ereo n is reta ined by the seller or otherwise imposed by the Contractor or such other person .
The Contractor shall prepare each application for payment on AIA Document G702 , "Application and Certificate for Payment", and
attached thereto AIA Document G703, "Continuation Sheet", to indicate the progress made to date and the period or month for
which payment is requested for each Item listed in the Schedule of Values . A copy of the revised monthly work progress schedule
must be attached before the pay request can be accepted .
1-5 CERTIFICATES FOR PAYMENT: If the Contractor has made Application for Payment as above, the above, the Architect
will , with reasonable promptness but not more than seven days after the receipt of the Application, prepare a Certificate of Payment,
with a copy to the Contractor, for such amount determined to be properly due, or state in writing reasons for withholding a
Certificate .
The issuance of a Certificate for Payment will constitute a representation by the Owner, based on the BCM 's observations at the site
and the data comprising the Application for Payment, that the Work has progressed to the point indicated; that the quality of the
Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole upon Substantial
Completion, to the results of any subsequent tests required by the Contract Documents , to minor deviations from the Contract
Documents correctable prior to completion , and to any specific qualifications stated in the Certificate ); and recommendations to the
Owner that the Contractor be paid in the amount certified . In addition, the Architect's approval of final payment assures the Owner
that the conditions precedent to the Contractor's being entitled to final payment as set forth in this Section have been fulfilled .
After the Architect has issued a Certificate for Payment, the Owner shall approve or disapprove same within ten days after it has
been delivered to the Director of the Department of Transportation and Public Works. For contracts less than $400 ,000, Owner shall
pay 90 % of the approved estimate to the Contractor within seven days after its approval , and the remaining 10% of each such
estimate will be retained by the Owner until the final estimate is approved and the Work is accepted by the City Council of the City of
Fort Worth. For contracts in excess of $400 ,000 , the Owner will retain only 5% of each estimate until the final estimate is approved
and work accepted by the City Council of the City of Fort Worth.
No Certificate for a progress payment, nor any progress payment, nor any partial or entire use or occupancy of the Project by the
Owner, shall constitute an acceptance of any Work not in accordance with the Contract Documents, or relieve the Contractor of
liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall promptly remedy any
defects in the Work and pay for any damage to other work resulting therefrom that shall appear within a period of one year from the
date of final acceptance of the Work unless a longer period is specified.
1-6 PAYMENTS WITHHELD: The BCM may decline ·to approve an Application for Payment and may withhold his Certificate
in whole or in part if in his opinion he is unable to make the representations to the Owner as provided in this Section. The Architect
may also decline to approve any Applications for Payment or, because of subsequently discovered evidence or subsequent
inspections, may nullify the whole or any part of any Certificate for Payment previously issued to such extent as may be necessary
in his opinion to protect the Owner from loss because of:
1) Defective work not remedied;
2) Claims filed or reasonable evidence indicating probable filing of claims ;
3) Failure of the Contractor to make payments properly to Subcontractors, or for labor, materials or equipment;
4) Reasonable doubt that the Work can be completed for the unpaid balance of the Contract Sum ;
5) Damage to another contractor;
6) Reasonable indication that the Work will not be completed within the Contract Time; or
7) Unsatisfactory prosecution of the Work by the Contractor.
General Conditions for Facility Construction Lump Sum Contract
Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)
Page 17 9f 26
Wh en such grounds fo r th e refu sa l of paymen t are removed , payme nt s hall be made for am oun ts wi thh eld be caus e of them . The
Own er rese Nes the ri g ht to wi thh o ld th e paym en t of any monthly estim ate, w itho ut paym ent of interest, if th e Contractor fails to
p erfo rm the W ork in acco rd ance with the sp ecificati ons .
1-7
1-8
NOT USED
LIQUIDATED DAMAGES : The deducti on fo r liquidated dam ages shall be as follows :
Amount of Contract
$15 ,000 or less
$15 ,001 to $2 5,000
$2 5,001 to $50 ,0 00
$50 ,001 to $100 ,000
$100 ,000 to $5 00 ,000
$500 ,00 1 to $1 ,000 ,00 0
$1 ,000 ,001 to $2 ,000 ,000
$2 ,000,00 1 to $5 ,000 ,000
$5 ,000 ,001 to $10 ,000 ,000
over $10 ,000 ,000
Liqu idated Damag es Per Day
$45
$ 63
$105
$154
$210
$3 15
$42 0
$6 30
$840
$980
1-9 FAILURE OF PAYMENT: If, without fau lt on the part of the Contractor, the BCM s hould fail to issue any Certificate for
Paym ent within s even days after receipt of the Contractor's Application for Payment, if the Contractor's Application for Payment, or
if, without fault on the part of the Contractor, the Owner should fail to approve such estim ate or to pay to the Con tractor 90 % or 95 %
(as appli ca ble) of the amount th ereof w ithin the period of time specifi ed , then th e Contractor may, upon seven (7) days additional
written notice to the Owner and to the Architect, stop the Work until payment of th e amount owing has been received .
1-10 SUBSTANTIAL COMPLETION AND FINAL PAYMENT: Prior to the request for final payment, the Contra ctor must meet
all provisions for Project Closeout.
When the Contractor determines that the Work is substantially complete , the Construction Manager shall inspect the project with the
Contractor and prepare a "Prelim inary Pun c h List".
When the Architect, on the basis of a subsequent in spection , determines that the Work is substantially complete, he then will
prepare a Certificate of Substantial Completion (G704) which, when approved by the Owner, shall allow the Contractor to request a
Certificate of Occupancy whi ch will establish the Date of Substantial Completion . The Certificate of Final Completion shall state the
respons ibilities of the Owner and the Contractor for maintenance, heat, util ities , and insurance, shall set forth the remaining work as
a "final punch list". The Contractor shall complete the rema ining work listed therein within 60 calendar days . When the Certificate of
Occupancy has been issued , the reta inage will be redu ced to 4%.
Upon completion of the work listed on the final punch list to the satisfaction of the City of Fort Worth , the retainage may be reduced
to2 .5%.
Should the Contractor fail to complete all contractual requ irements of the contract, includ ing submittals and final pay request wi thin
the fi xed time , the contract time w ill again commence. Should the Contractor fail to complete the work within the contract duration ,
liquidated damages w ill be assessed
Upon receipt of written notice that the Work is ready for final inspection , the City will conduct a joint inspection and certify completion
of the final punch list by cosigning it with the Contractor.
The Contractor shall subm it the following items to the City prior to requesting final payment:
1) Contractor's Affidavit of Payment of Debts and Claims (G706) stating that all payrolls , bills for materials and equipment, and
other indebtedness connected with the Work for which the Owner or his property might in any way be responsible , have been
paid or otherwise satisfied ,
2) Consent of Surety to Final Payment (G707), if any, to final payment,
3) Contractor's Affidavit of Release of Liens (G706A), and ,
4 ) Ot her data establ ishing payment or sa t isfaction of all such obligations , such as receipts , releases, and waivers of liens arising
out of the Contract, to the extent and in such form as may be designated by the Owner.
5) Contractor's Warranty
6) Statement that all outstanding work has been completed
7) Issuance of the Final Certificate of Substantial Completion
8) Final acceptance by the City of Fort Worth .
If any Subcontractor, materialman or laborer refuses to furnish a Contractor's Affidavit of Release of Liens, the Contractor may, at
the election of the Owner, furnish a bond satisfactory to the Owner to indemnify him aga inst any right, claim or lien which might be
asserted by such Subcontractor, materialman or laborer. If any such right , claim or lien remains unsatisfied after all payments are
made . The Contractor shall refund to the Owner all monies that the latter may be compelled to pay to discharging su ch right, claim
or lien , including a ll costs and reasonable attorney's fees .
General Conditions for Facility Construction Lump Sum Contract
Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)
Page 18 of 26
The Contractor may then request final payment. The acceptance of final payment shall .constitute a waiver of all claims by the
Contractor exc ept those previous ly made in writing and still unsettled .
The Contractors one-year warranty will commence upon final acceptance of the Project by the City of Fort Worth .
The designated representative of the City Council of the City of Fort Worth will make final acceptance and no other form of
acceptance will be binding upon the Owner. Final payment and release of the retainage amount will become due within fifteen days
following acc eptance .
1-11 FINAL PAYMENT FOR UN-BONDED PROJECTS: Final payment will not be made for a period of 30 calendar days and
until all requirements have been met, with the exception of Consent of Surety for Final Payment.
SECTION J
PROTECTION OF PERSONS AND PROPERTY
J-1 SAFETY PRECAUTIONS AND PROGRAMS: The Contractor shall be responsible for initiating , maintaining and
supervising all safety precautions and programs in connection with the Work . The Contractor shall designate a responsible member
of his organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent
unless otherwise designated in writing by the Contractor to the Architect.
J-2 SAFETY OF PERSONS AND PROPERTY: The Contractor shall take all reason~ble precautions for the safety of, and
shall provide all reasonable protection to prevent damage, injury or loss to :
(1) All employees on the Work and all other persons who may be affected thereby;
(2) All the Work and all materials and equipment to be incorporated therein, whether in storage on or-off the site, under the care,
custody or control of the Contractor or any of his Subcontractors or Sub-contractors; and
(3) Other property at the site or adjacent thereto, including trees, shrubs, lawns , walks , pavements, roadways , structures and
utilities not designated for removal , relocation or replacement in the course of construction .
Until acceptance of the Work, it shall be under the charge and care of the Contractor, and he shall take every precaution against
injury or damage to the Work by the action of the elements or from any other cause whatsoever, whether arising from the execution
or from the non-execution of the Work . The Contractor shall rebuild , repair, restore and make good, at his own expense, all injuries
or damages to any portion of the Work occasioned by any of the above , caused before its completion and acceptance .
The Contractor shall comply with all applicable Laws, Ordinances, Rules, Regulations and Orders of any public authority having
jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. He shall erect and maintain, as
required by existing conditions and progress of the Work , all reasonable safeguards for safety and protection, including posting
danger signs and other warnings against hazards , promulgating safety regulations and notifying owners and users of adjacent
utilities.
When the use or storage of explosives or other hazardous materials or equipment is necessary for the execution of the Work, the
Contractor shall exercise the utmost care and shall carry on such activities under the supervision of properly qualified personnel.
All damage or loss to any property referred to in the preceding paragraphs caused in whole or in part by the Contractor, any
Subcontractor, or anyone directly or indirectly employed by any of them , or by anyone for whose acts any of them may be liable,
shall be remedied by the Contractor, including damage or loss attributable to faulty Drawings or Specifications and acts or omissions
of the Architect or anyone employed by him or for whose acts he may be liable, and not attributable to the fault or negligence of the
Contractor or anyone claiming through the Contractor for such damage or loss .
The Contractor shall not load or permit any part of the Work to be loaded so as to endanger its safety .
J-3 HARD HATS: Hard Hats will be required at all construction sites included in this Contract from start to completion of
work. Each Contractor, employee and visitor at any construction site included in the Contract will be required to wear a hard hat.
The Contractor shall enforce the wearing of hard hats by Contractor, employees and visitors. Contractor shall provide ten hard hats
for use by the consulting Architects and Engineers and visitors .
J-4 EMERGENCIES: In any emergency affecting the safety of persons or property, the Contractor shall act at his discretion
to prevent threatened damage, injury or loss. Any additional compensation or extension of time claimed by the Contractor on
account of emergency work shall be determined as provided in Changes in the Work .
J-5 SAFE WORK PRACTICES: The Contractor shall employ safe practices in handling materials and equipment used in
performing required work so as to insure the safety of his workmen, City employees and the public. The Contractor shall keep the
premise free at all times from accumulation of waste materials or rubbish . At the completion of the work, the Contractor shall
remove all his wastes and rubbish from and about the work area , as well as his tools, equipment and surplus materials and shall
leave the area as clean and free of spot, stains, etc., as before the work was undertaken.
General Conditions for Facility Construction Lump Sum Contract
Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)
Page 19 of 26
J-6 TRENCH SAFETY: The Contractor shall be responsible for all design and implementation of trenc h shoring and
stabilization to meet regulatory requirements. If the Proposal requires , the Contractor shall include a per-unit cost for trench safety
measures in his bid. If not included in the Proposal , the Contractor shall include a cos t for trench safety measures for all trenches
ove r 5 feet in depth in his Sc hedule of Values.
SECTION K -INSURANCE
K-1 INSURANCE REQUIRED: The Contractor shall not commence work under this Contract until he has obtained all
insurance required under this Section and such insurance has been approved by the City of Fort Worth , nor shall the Contractor
allow any Subcontractor to commence work to be performed under this Contract until all similar insurance of the Subcontractor has
been so obtained and approved. The City of Fort Worth will be li sted as an "additional insured " on all policies except Worker's
Compen sation .
K-2 WORKERS' COMPENSATION INSURANCE
1) General
a) Contractor's Worker's Compensation Insurance . Contractor agrees to provide to the Owner (City) a certificate showing
that it has obtained a policy of workers compensation insurance covering each of its employees employed on the project
in compliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this section .
b) Subcontractor's Worker's Compensation Insurance. Contractor agrees to require each and every subcontractor who will
perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy
of workers compensation insurance covering each employee employed on the project. Contractor will not permit any
subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy of
all such ce rtificates to the Owner (City).
c) By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to
the City that all employees of the Contra ctor who will provide services on the project will be co vered by worker's
compensation coverage for the duration of the project, that .the coverage will be based on proper reporting of classification
codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the
case of a self-insured , with the Texas Worker's Compensation Commission's Division of Self-Insurance Regulation .
Providing false or misleading information may subject the Contractor to administrative penalties , criminal penalties, civil
penalties or other civil actions .
d) The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the
City to declare the contract void if the Contractor does not remedy the breach with in ten days after receipt of notice of
breach from the City.
2) Definitions :
a) Certificate of Coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-i nsure issued by
the Texas Workers' Compensation Commission, or a coverage agreement (TWCC-81, TWCC-82 , TWCC-83 , or TWCC-
84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing
services on a project, for the duration of the project.
b) Duration of the Project. Includes the time from the beginning of the work on the project until the Contractor's/person's
work on the project has been completed and accepted by the City.
c) Persons providing services on the project ("subcontractor" in section 406.096)-includes all persons or entities perform ing
all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person
contracted directly with the Contractor and regardless of whether that · person has employees . This includes , without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of
any such entity , or employees of any entity which furnishes persons to provide services on the project. "Services" include,
without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other
services related to a project. "Services" does not include activities unrelated to the project , such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets .
3) Requirements
a) The Contractor shall provide coverage , based on proper reporting of classification codes and payroll amounts and filing of
any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all
employees of the Contractor providing services of the project , for the duration of the project.
b) The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract.
c) If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project,
the Contractor must, prior to the end of the coverage period , file a new certificate of coverage with the City showing that
coverage has been extended.
d) The Contractor shall obtain from each person providing services on a project, and provide to the City:
i) a certificate of coverage , prior to that person beginning work on the project, so the governmental entity will have on
file certificates of coverage showing coverage for all persons providing services on the project; and
General Conditions for Facility Construction Lump Sum Contract
Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)
Page 20 of 26
ii) no later than seven days afte r receipt by the Contractor, a new certificate of cove rage showi ng exten sio n of
co verage , if the coverage period shown on the cu rr ent certificate of coverage ends during the duration of the project.
e) Th e Contracto r sha ll retai n all required cert ifi cates of coverage for the duration of the project and for one yea r th ereafte r.
f ) The Contractor shall notify the City in writing by certified mail or personal delivery, within ten (10) days after the Con tra cto r
knew or should have known, of any chang e that mate ria lly affects the provi sion of coverage of any person providi ng
services on the project.
g) The Contractor shall po st on each project site a notice , in the text, form and manner pre scribe d by th e Texas Worker's
Compensation Commission , info rming a ll persons providing services on the project that they a re req uired to be cove red ,
and stating how a person may ve rify coverage and report lack of coverage .
h) The Contractor shall co ntra ctually require each person with whom it contracts to pro vide services on a project , to:
i) provi de coverage, based on proper repo rting on the classification codes a nd payroll amounts and filing of any
cove rage agreements , whi ch meets the statutory requirements of Texas labo r Cod e , Section 401 .011(44) for all of its
em ployees pro vi din g services on the proj ect, for the duration of the project;
ii) provide to the Contractor, prior to that person beginning work on the project, a ce rt ificate of coverage showing that
coverage is be ing provided for all employees of the person providing services on the project, for the duration of the
proje ct;
iii) provide the Contractor, prior to the end of the coverage period , a new certificate of coverage s howing extension of
coverage, if the coverage period shown on the current certificate of covera ge ends during the duration of the project ;
iv) obtain from each other perso n with whom it contracts , and provide to the Contra ctor:
( 1) a certificate of coverage, prior to the other person begin ning work on the project ; and
(2) a new certificate of coverage showing exte nsion of coverage , prior to the end of the coverage period , if the
coverage period shown on the current certifi cate of coverage ends during the duration of the project ;
v) retain all required certificates of coverage on file for the duration of the proj ect and for one year therea fter.
vi) notify the City in writing by certified mail or personal delivery, within ten (10) days after the person knew or should
have known, of any change that materially affects the provision of coverage of any person providing se rvices on the
project; and
vii) contractually require each person with whom it contracts, to perform as requ ired by paragraphs h-i) -vii), with the
certificates of coverage to be provided to the person for whom they are providing services.
4) Posting of Required Worker's Compensation Coverage
a) The Contractor shall post a notice on each project site informing all persons pro vi ding services on the proj ect that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. Th is
notice does not satisfy other posting requirements imposed by the Texa s W orker's Compensation Act or other Texas
Worker's Compensation Commission rules . This notice must be printed with a ti tl e in at least 30 point bold type and text
in at least 19-point normal type , and shall be in both English and Spanish and any other language common to the worker
population . The text for the notices shall be the following text, without any additional words or changes:
"REQUIRED WORKER'S COMPENSATION COVERAGE
The law requires that each person working on th is site or providing services related to this construction project
must be covered by worker's compensation insurance. This includes persons providing , hauling, or delivering·
equipment or materials , or provid ing labor or transportation or other service related to the project , regardless of
the identity of their employer or status as an employee".
Call the Texas Worker's Compensation Comm ission at 512 -440-3789 to re ce ive information on the legal
requirement for coverage , to verify whether your employer has provided the required coverage , or to report an
employer's fa ilure to provide coverage ."
K-3 LIABILITY INSURANCE: The Contractor shall procure and maintain during the term of this Contract such Liability
Insurance as shall protect him , the City of Fort Worth and any Subcontractor performing work covered by th is Contract , from claims
of damage which may arise from operations under this Contract, including blasting , when blasting is done on, or in connection with
the Work of the Project, whether such operations be by himself or by any Subcontractor or by anyone directly or indirectly employed
by either of them and the limits of such insurance shall be not less than the following :
1) Automobile Liability: $1 ,000 ,000 each accident or reasonably equivalent split limits. for bod ily inj ury and property damage.
Coverage shall be on "any auto " including leased, hired , owned , non-owned and borrowed vehicles used in connection with
this Contract.
2) Commercial General Liability: $1,000,000 each occurrence. Coverage under the policy shall be as comprehensive as that
provided in a current Insurance Services Office (I SO) policy form approved for use in Texas and the policy shall have no
exclusions by endorsement unless such are approved by the C ity .
General Conditions for Facility Construction Lump Sum Contract
Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)
Page 21 of 26
3) Asbestos Abatement Liability Insurance: When the Project specifically requires the removal of Asbestos Containing Materials ,
the Contractor, or subcontractor performing the removal, shall be required to maintain Asbestos Abatement Liability Insurance
as follows: $1 ,000 ,000 per occurrence; $2 ,000 ,000 aggregate limit. The coverage shall include any pollution exposure,
including environmental impairment liability, associated with the services and operations performed under this contract in
addition to sudden and accidental contamination or pollution liability for gradual emissions and clean-up costs.
K-4 BUILDER'S RISK INSURANCE: Unless stated otherwise in the Proposal or Invitation, the Contractor shall procure , pay
for and maintain at all times during the term of th is Contract, Builder's Risk Insurance against the perils of fire , lightning , windstorm,
hurricane, hail, riot, explosion , civic commotion, smoke, aircraft, land vehicles , vandalism , and malicious mischief, at a limit equal to
100 % of the Contract Sum.
The policy shall include coverage for materials and supplies while in transit and while being stored on or off site . If specifically
required in the Instructions to Bidders, the policy shall include coverage for flood and earthquake. Different sub-limits for these
coverages must be approved by the City .
Consequential damage due to faulty workmanship and/or design performed by the Contractor or his agents shall be covered .
Upon completion of the Work, the Contractor shall notify the City of Fort Worth in writing before terminating this insurance .
K-5 PROOF OF CARRIAGE OF INSURANCE: The Contractor shall provide a certificate of insurance documenting the
Transportation and Public Works Department, City of Fort Worth as a "Certificate Holder", and noting the specific project(s) covered
by the Contractor's insurance as documented on the certificate of insurance. More than one certificate may be required of the
Contractor depending upon t_he agents and/or insurers for the Contractor's insurance coverages specified for the project(s).
K-6 OTHER INSURANCE RELATED REQUIREMENTS
1) The City of Fort Worth shall be an additional insured , by endorsement, on all applicable insurance policies.
2) Applicable insurance policies shall each be endorsed with a waiver of subrogation in favor of the City of Fort Worth .
3) Insurers of policies maintained by Contractor and its subcontractor(s), if applicable, shall be authorized to do business in the
State of Texas , or otherwise approved by the Ci ty of Fort Worth , and such shall be acceptable to the City of Fort Worth insofar
as their financial strength and solvency are concerned. Any company through which the insurance is placed must have a
rating of at least A:VII, as stated in current edition of A. M. Best's Key Rating Guide . At the City's sole discretion, a less
favorable rate may be accepted by the City.
4) Deductible limits on insurance policies and/or self-insured retentions exceeding $10,000 require approval of the City of Fort
Worth as respects this Contract.
5) The City of Fort Worth shall be notified in writing a minimum of thirty days prior to an insurer's action in the event of
cancellation , non-renewal or material change in coverage regarding any policy providing insurance coverage required in this
Contract.
6) Full limits of insurance shall be available for claims arising out of this Contract with the City of Fort Worth .
7) The Contractor shall provide certificates of insurance to the City prior to commencement of operations pursuant to this
Contract. Any failure on part of the City of Fort Worth to request such documentation shall not be construed as a waiver of
insurance requirements specified herein.
8) The City of Fort Worth shall be entitled, upon request and without incurring expense, to review the insurance policies including
endorsements thereto and , at its discretion, to require proof of payment for policy premiums.
9) The City of Fort Worth shall not be responsible for paying the cost of insurance coverages required herein.
10) Notice of any actual or potential claim and/or litigation that would affect insurance coverages required herein shall be provided
to the City in a timely manner.
11) "Other insurance" as referenced in any policy of insurance providing coverages required herein shall not apply to any insurance
policy or program maintained by the City of Fort Worth.
12) Contractor shall agree to either require its subcontractors to maintain the same insurance coverages and limits thereof as
specified herein or the Contractor shall provide such coverage on the Contractor's subcontractors.
SECTION L
CHANGES IN THE WORK
L-1 CHANGE ORDER: The Owner, without invalidating the Contract, may order Changes in the Work within the general
scope of the Contract consisting of additions, deletions or other revisions, the Contract Sum and the Contract Time being adjusted
General Conditions for Facility Construction Lump Sum Contract
Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)
Page 22 of 26
accordingly. All Such Changes in the Work shall be au thorized by Change Order, and shall be executed under the applicable
conditions of the Contract Documents .
A Change Order is a written order to the Contra ctor sign ed by the Contra ctor, Owner and the Architect, issued after the execution of
the Contract, authorizing a Change in the Work or adjustm ent in the Contract Sum or the Contract Time . The Contract Sum and the
Contract Time may be changed only by Change Order.
Any changes in work requ ired due to changed or unforeseen conditions , or by request of either the Contractor or the City , shall be
coordinated with the Director, Department of Transportation and Public Works. A change order must be written and duly negotiated
and exe cuted prior to performing changed work .
The cost or credit to the Owner resulting from a Change in the work shall be determined in one or more of the following ways :
1) by mutual acceptance of a lump sum property itemized , includ ing the allowance to Contractor for overhead and profit stipulated
in the original contract proposal;
2) by unit prices stated in the Contract Documents or subsequently agree d upon; or
3) by cost and a mutually acceptable fixed or percentage fee .
If none of the methods set forth herein above is agreed upon , the Contractor, provided he receives a Change Order, shall promptly
proceed with the Work involved . The cost of such work shall then be determined on the basis of the Contractor's reasonable
expenditures and savings, including a reasonable allowance for overhead and profit as indicted in the original contract proposal. In
such cases, the Contractor shall keep and present, in such form as the Architect shall prescribe , an itemized accounting together
with appropriate supporting data . Pending final determination of cost to the Owner, payments on account shall be made on the
Architect's Certificate of Payment as approved by the Owner .
If after the Contract has been executed , the Architect, requests a price proposal from the Contractor for a proposed change in scope
of the work , Contractor shall process such proposal within seven days of receipt and re turn the price quote to the Architect in writing.
The Architect shall review the price quotation and if approval is recommended , forward the proposed change order request and
price proposal to the Owner for approval. If approval is not recommended, the Architect will attempt to negotiate with Contractor to
revise the proposal to a figure which is fair and reasonable and forward it on to the Owner for approval. If the negotiations do not
result in an equitable solution , the Architect shall prepare a cost-plus type Change Order with a price-not-to-exceed figure for
approval by the City and require specific documentation to be provided by Contractor in accordance with the paragraph above .
General Conditions for Facility Construction Lump Sum Contract
Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)
Page 23 of 26
Contractor is advised that according to City of Fort Worth Charter, that, the City Council must approve all Change Orders and Work
Orders which results in an increase in cost of the contract amount by over $25 ,000. Normal pro cess ing time for the City Staff to
obtain City Council approval , once the recommended change order has been received at the City , is approximate ly thirty days.
Owner and Contractor shall endeavor to identify Change Order items as early in the Construction process as possible to minimize
their impact on the construction schedule .
If unit prices are stated in the Contract Documents or subsequently agreed upon , and if the quantities originally contemplated are so
changed in a proposed Change Order that application of the agreed unit prices to the quantities of Work proposed will create a
hardship on the Owner or the Contractor, the applicable un it prices shall be equitably adjusted to pr even t such hardship .
If the Contractor claims that additional cost or time is involved because of (1) any written interpretation issued pursuant to Section A,
(2) any order by the Architect or Owner to stop the Work pursuant to Section B , where the Contract was not at fault , or (3) any
written order for a minor change in the Work , the Contractor shall make such claim .
L-2 CLAIMS FOR ADDITIONAL COST OR TIME: If the Contractor wishes to make a claim for an increase in the Contract
Sum or an extension in the Contract Time, he shall give the Architect written notice thereof within a reasonable time after the
occurrence of the event that gave rise to such claim. This notice shall be given by the Contractor before proceeding to execute the
Work , except in an emergency endangering life or property in which case the Contractor shall procee d in accordance with Section J .
No such claim shall be valid unless so made . Any change in the Contract Sum or Contract Time resulting from such claim, if
approved by the Owner, shall be authorized by Change Order.
L-3 OVERHEAD ALLOWANCES FOR CHANGES: Should any change in the work or extra work be ordered , the following
applicable percentage shall be added to Material and Labor costs to cover overhead and profit:
1. Allowance to the Contractor for overhead and profit for extra work performed by the Contractor's own forces shall not exceed
fifteen percent (15 %).
2 . Allowance to the Contractor for overhead and profit for extra work performed by a Subcontractor and supervised by the
Contractor shall not exceed ten percent (10%).
L-4 MINOR CHANGES IN THE WORK : The Architect shall have authority to order minor changes in the Work not involving
an adjustment in the Contract Sum or an extension of the Contract Time and not inconsistent with the intent of the Contract
Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be confirmed in writing by
the Architect and shall be binding on the Owner and the Contractor. .-
L-5 FIELD ORDERS: The Architect may issue written Field Orders which interpret the Contract Documents , or which order
minor changes in the Work without change in Contract Sum or Contract Time . The Contractor shall carry out such Field Orders
promptly.
SECTION M
UNCOVERING AND CORRECTION OF WORK
M-1 UNCOVERING OF WORK: If any Work should be covered contrary to the request of the Owner, it must be uncovered for
observation and replaced , at the Contractor's expense .
If any other work has been covered which the Owner has not specifically requested to observe prior to being covered, the Architect
or the Owner may request to see such work and it shall be uncovered by the Contractor. If such Work be found in accordance with
the Plans and Specifications, the cost of uncovering and replacement shall, by appropriate Change Order, be charged to the Owner.
If such work be found not in accordance with the Plans and Specifications, the Contractor shall pay such costs unless it is found that
this condition was caused by a separate contractor employed by the Owner.
M-2 CORRECTION OF WORK: The Contractor shall promptly correct all work rejected by the Owner as defective or as failing
to conform to the Plans and Specifications whether observed before or after Substantial Completion and whether or not fabricated ,
installed or completed. The Contractor shall bear all costs of correcting such rejected Work, including the cost of the Architect's
additional service thereby made necessary.
If, within one year after the Date of Substantial Completion or within such longer period of time as may be prescribed by law or by
the terms of any applicable special guarantee required by the Contract Documents , any of the work is found to be defective or not in
accordance with the Contract Documents, the Contractor shall correct it promptly after receipt of a written notice from the Owner to
do so , unless the Owner has previously given the Contractor a written acceptance of such condition , describing same specifically
and not generally. The Owner shall give such notice promptly after discovery of the condition .
All such defective or non-conforming work under the preceding paragraphs shall be removed from the site where necessary and the
work shall be corrected to comply with the Contract Documents without cost to the Owner .
The Contractor shall bear the cost of making good all work of separate contractors destroyed or damaged by such removal or
correction.
General Conditions for Facility Construction Lump Sum Contract
Mechanical & Control Repairs of HVAC at FWCC TXMAS JC! (April 2012)
Page 24 of 26
If the Contractor does not re move s uch defective or non-co nfo rm ing wo rk wi th in a rea sonabl e time fi xed by written notice from the
Owner, the Owner may remo ve it and may store the materi al s o r eq uipm ent at the expense of th e Contractor. If the Contra ctor does
not pay the cos t of such removal and storag e w ith in te n days therea ft er, the Own er ma y upo n ten additional days' written notice sell
s uch work at au ctio n o r at private sale and sha ll accou nt for the net pro ce eds thereof, after dedu cting all the costs that should have
bee n borne by th e Contractor including co mpensation for additi onal arc hitectural services . If s uch proceed s of sale do not cover all
co sts that the Con tracto r should ha ve borne , the difference shall be charg ed to the Contractor and an appropriate Change Order
s hall be issued . If the payments th en or therea ft er du e the Con tractor are not sufficient to cover su ch amount, the Contractor s hall
pa y the differen ce to the Own er.
If th e Co ntractor fa ils to co rrect such defective or no n-conforming wo rk , th e Owne r may co rrect it in acco rd anc e with Se ction G .
The obligation of the Co ntractor under th is Section shall be in addi tio n to and not in li mitati on of any ob ligations impo sed upon him
by special guara nte es re qu ired by th e Contract Documents o r otherwise prescribed by law.
M-3 ACCEPTANCE OF DEFECTIVE OR NON-CONFORMING WORK: If the Owner prefers to accept defective or non-
conforming work , he may do so in stead of requiring its removal and correction , in which ca se a Change Order will be issued to
refl ect an appropri at e reduct ion in the Contra c t Sum , or, if the amount is determ ined after final paym ent, it shall be paid by the
Contractor.
SECTION N
TERMINATION OF THE CONTRACT
N-1 TERMINATION BY ·THE CONTRACTOR : If th e work is stopped for a period .of 30 days under an order or any court or
other public authority ha v in g jurisdi ction , through no act or fault of the Contractor or a Subcontra ctor or their agents or employees or
any other persons performing any of the work under a contract wi th the Contractor, or if the work s hould be stopped for a period of
30 days by the Contractor fo r the Owner's failure to make payment thereon as provided in Se ction I, then the Contractor may after
t he end of such period of 30 days and upon seven additional days ' written noti ce to the Owner , terminate the Contract.
N-2 TERMINATION BY THE OWNER: If the Contractor is adjudged as bankrupt, or if he makes a general assignment for the
benefit of his creditors , or if a receiver is appointed on account of his insolvency, of if the Contractor refuses , except in cases for
which extension of time is provided, to supply enough prop erly skilled workmen or proper materials , or if he fa ils to make prompt
payment to Subcontractors or for materials or labor, or fails to comply with al Laws , Statutes, Charter, Ordinances, Regulations or
Orders of any public authority having jurisdiction , or otherwise is guilty of a substantial violation of a provision of the Contract
Documents, then the Own er, on its own initiative that sufficient cause exists to justify such action , may, without prejudice to any
rights or remedy and after giving the Contractor and his surety , if any, seven (7) days ' written notice, terminate the employment of
the Contra ctor and take po ssession of the site and of all materials , equipment, tools , construction equ ipment and machinery th ereon
owned by the Contractor and may finish the work by whatever method he may deem expedient. In such case the Contractor shall
not be entitled to receive any further payment un til the Work is fin ished .
If the costs of finishing the Work, including compensation for the Architect's additional services . exceed the unpaid balance of the
Contract, the Contractor shall pay the difference to the Owner.
The City of Fort Worth may terminate this contract in whole , or from time to time , in part, whenever such termination is in the best
interest of the City. Termination will be effected by delivering to the Contractor a notice of termination specifying to what extent
performance of the work of the contract is being terminated and the effective date of termination . After rece ipt of termination the
Contractor shall :
a) Stop work under the Contract on the date and to the extent specified on the notice of termination .
b) Place no further orders or subcontracts except as may be necessary for the completion of the work not terminated .
c) Terminate all orders and subcontracts to the exte nt that they rela te to the performance of the work terminated by the notice of
termination .
After termination as above , the City will pay the Contra ctor a proportionate part of the contract price based on the work completed ;
provided , however, that the amount of payment on termination shall not exceed the total contract price as reduced by the portion
thereof allocatable to the work not completed and further reduced by the amount of payments , if, any otherwise made . Contractor
shall submit its claim for amounts due after termination as provided in this paragraph within 30 days after receipt of such claim . In
the event of any dispute or controversy as to the propriety or allowability of all or any portion of such claim under this paragraph ,
such dispute or controversy shall be resolved and be decided by the City Council of the City of Fort Worth, and the decision by the
City Council of the City of Fort Worth shall be final and binding upon all parties to this contract
SECTION 0
SIGNS
The Contractor shall construct and install the proj ect designation sign as required in the Contract Documents and in strict
accordance with the Specificatio ns for "Proj ect Des ignation S igns." This sign shall be a part of this Contract and shall be included in
the Contractor's Base Bid for the Project.
General Conditions for Facility Construction Lump Sum Contra ct
Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012 )
Page 25 of 26
SECTION P
TEMPORARY FACILITIES
P-1 SCOPE: The Contractor shall furnish , erect , and mainta in fa c iliti es and perform tempora ry work required in the
performance of this Contract, including those shown and specified.
P-2 USE OF TEMPORARY FACILITIES: All temporary fac ilitie s shall be made available for use by all workmen and
subcontractors employed on the project , subject to reasonable directions by the Contra ctor as to their proper and most efficient
utilization.
P-3 MAINTENANCE AND REMOVAL: The Contractor shall mai ntain temporary facilities in a proper , safe operating and
sanitary condition for the duration of the Contract. Upon completion of the Contract , all such temporary work and facilities shall be
removed from the premises and disposed of unless otherwise directed or specified hereunder.
P-4 FIELD OFFICES AND SHED: The Contra ctor is not required to provide a temporary field office or telephone for proje cts
under $1 ,000,000 . Contractor shall equip the Project Superintendent with a pager and provide 24-hour contacts to the City .
The Contractor shall provide a temporary field office building for himself, his subcontractors and use by the Architect. For
construction contracts with a bid price in excess of $1,000 ,000 .00, the Contractor shall provide a separate field office for the City's
field representative (but the separate office may be in the same structure). The buildings shall afford protection against the weather,
and each office shall have a lockable door, at least one window , adequate electrical outlets and lighting , and a shelf large enough to
accommodate perusal of the project drawings . Openings shall have suitable locks . Field offices shall be maintained for the full time
during the operation of the work of the Contract. During cold weather months , the field offices shall be suitably insulated and .
equipped with a heating device to maintain 70 degree Fahrenheit temperature during the workday . During warm weather the offices
shall be equipped with an air conditioning device to maintain temperature below 75 degrees F. Upon completion of the work of the
Contract, the Contractor shall remove the building from the premises . In addition to the drawing shelf, provide for the City field
representatives office : one deck , four cha irs, plan rack and a four drawer filing cabinet (with lock). Each office shall contain not less
than 120 square feet of floor space.
The Contractor shall provide and maintain storage sheds other temporary buildings or trailers on the project site as required for his
use. Location of sheds and trailers shall be as approved by the Owner. Remove sheds when work is completed, or as directed.
P-5 TELEPHONE: The Contractor shall provide and pay for telephone installation and service to the field offices described
above . Service shall be maintained for the duration of operations under this contract. The Contractor shall provide for and pay for an
automatic telephone-answering device at the site office for the duration of the project. Contractor will install separate fax lines and
instruments for the City and the Contractor.
P-6 TOILET FACILITIES: The Contractor shall provide proper, sanitary and adequate toilet facilities for the use of all
workmen and subcontractors employed on the project.
P-7 UTILITIES: Contractor shall make all necessary arrangements and provide for temporary water and electricity required
during the construction . Contractor shall provide and install temporary utility meters during the contract construction period. These
meters will be read and the Contractor will be billed on this actual use. The Contractor shall provide all labor and materials required
to tap into the utilities . The Contractor shall make the connections and extend the service lines to the construction area for use of all
trades. Upon completion of the work all utility lines shall be removed and repairs made to the existing lines. Only utilities at existing
voltages , pressures , frequencies , etc. will be ava ilable to the Contractor.
Water. Provide an ample supply of potable water for all purposes of construction at a point convenient to the project or as shown on
the Drawings . Pipe water from the source of supply to all points where water will be required . Provide sufficient hose to carry water
to every required part of the construction and allow the use of water facilities to subcontractors engaged on the work . Provide
pumps, tanks and compressors as may be required to produce required pressures .
Electric Service . Provide adequate electric service for power and lighting to all points where required . Temporary , electric service
shall be of sufficient capacity and characteristics to supply proper current for various types of construction tools, motors, welding
machines , lights , heating plant, air conditioning system, pumps, and other work required. Provide sufficient number of electric outlets
so that 50 foot long extension cords will reach all work requiring light or power.
Lighting . Supply and maintain temporary lighting so that work of all trades may be properly and safely performed, in such areas and
at such time that day-lighting is inadequate. Provide at least 0 .75 watts of incandescent lighting per squqr4e foot and maintain a
socket voltage of at least 110 volts . Use at least 100-watt lamps . In any event , the lighting intensity shall not be less than 5 foot
candles in the vicinity of work and traffic areas.
P-8 HEATING: Heating devices required under this paragraph shall not be electric. The Contractor shall provide heat,
ventilation, fuel and services as required to protect all work and materials and to keep the humidity down to the extent required to
prevent corrosion of any metal and to prevent dampness or mildew which is potentially damaging to materials and finishes. All such
heating, ventilation and services shall be provided and maintained until final acceptance of all work . In addition , the Contractor shall
provide heat ventilation prior and during the following work operations as follows :
a) At all times during the placing , setting and curing of concrete provide sufficient heat to insure the heating of the spaces
involved to not less than 40 F.
General Conditions for Facility Construction Lump Sum Contract
Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)
Page 26 of 26
b) From the beginning of the applicatio n of drywall and during the setting and curing period, provide sufficient heat to produce a
temperature in the spaces in vo lved of not less than 55 F.
c) For a period of seven (7) days previo us to the placing of interior finish materia ls and throughout the placing of fi nish pa inting ,
decorating and laying of resili ent flooring ma te rials, provide sufficient heat to produce a temperature of not less than 60 F .
P-9 TEMPORARY CONSTRUCTION, EQUIPMENT AND PROTECTION: The Contractor shall provide , maintain , and
remo ve upon co mpletion of the wo rk all temporary rigging , scaffolding, hoisting equipment, rubbish chutes, ladders to roof,
barricades a round openings , and · all oth er temporary work as req uired to co mpl ete all work of the Contract. Contractor shall
co ord inate the use and furnishing of scaffolds with his sub-contractors .
The Contractor shall provide , maintain, and remove upon completion of the work, or sooner , if authorized by the Owner , all fences ,
barricades , lights, shoring, pedestrian walkways, temporary fire escapes , and other protective structures or devices necessary for
the safety of workmen, City employees, equipment, the public and property .
All temporary co nstructi o n and equipment shall conform to all regulation s , ordin ances , laws and other requirements of the
authorities having jurisdiction, including insurance companies , with regards to safety precautions, operation and fire hazard .
The Contractor shall provide and maintain pumping facilities, including power, for keeping the site, all times, whether from
underground seepage, rainfall, drainage of broken lines .
The Contractor shall ma intain provis ion for closing and locking the build ing at such time as possible to do so . If this is not feasible,
maintain a night
The Contractor shall provide and maintain all barricades or enclosures, required to~ protect the work in progress from outside
elements, dusts , and other disturbances as a result of work under this Contract. Such· protection shall be positive, shall meet the
approval of th e Owner and shall be maintained for the duration of the construction period or as requ ired to provide for the protection
as specified .
P-10 PROJECT BULLETIN BOARD: The Contractor shall furnish , install and maintain during the life of the project a weather-
tight bulletin board approximately 3 feet high by 5 feet wide having not less than two hinged or sliding glass doo rs with provisions for
locking. The bulletin board shall be mounted where and as approved by the Owner, in a prominent place accessible to employees
of the Contractor and sub-contractors, and to applicants for employment. The bulletin board shall remain the property of the
Contractor and shall be removed by him upon completion of the Contract work . The following information which will be furnished by
the City to the Contractor shall be posted on the bulletin board and shall be maintained by the Contractor in easily readable
condition at all times for the duration of the Contract.
a . The Equal Opportunity Poster and Notice Nondiscrimination of Employment (Standard Form 38).
b. Wage Rate Information Poster (Form SOL 155), with the Contract Schedule of minimum wage rates as required by the
Davis-Bacon Act.
c. Safety Posters .
SECTION Q
VENUE
Should any action arise out of the terms and conditions of this contract, venue for said action shall lie in Tarrant County, Texas .
General Conditions fo r Facility Construction Lump Sum Contract
Mechanical & Control Repairs of HVAC at FWCC TXMAS JCI (April 2012)
Page 27 of 26