city of placerville - jci performance contract to city of ...measures or payments due to jci under...
TRANSCRIPT
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc. 1
PERFORMANCE CONTRACT
This Performance Contract (this “Agreement”) is made this ___ day of _______________, 2017 between:
PARTIES JOHNSON CONTROLS, INC. (“JCI”) 103 Woodmere Rd. Ste 110 Folsom CA 95630 and CITY OF PLACERVILLE (“Customer”) 3101 Center St Placerville, CA 95667
RECITALS
WHEREAS, on November 24, 2015, the City of Placerville at a regularly scheduled City Council meeting, held a Public Hearing to discuss entering into an Energy Services Performance Contract pursuant to California Public Resource Code 25008 and California Government Code Chapter 3.2. Energy Conservation Contracts, Section 4217.10-4217.18; and WHEREAS, on November 24, 2015, the City of Placerville retained JCI with the Project Development Agreement for the Energy Services Performance Contract; and WHEREAS, the City of Placerville (Customer) is authorized and empowered pursuant to California Government Code Section 4217.10-4217.18 to retain JCI enter into this Agreement, and the Customer has complied with all requirements of said laws; and WHEREAS, Customer desires to retain JCI to perform the work specified in Schedule 1 (Scope of Work) hereto (the “Work”) relating to the installation of the improvement measures (the “Improvement Measures”) described therein; and WHEREAS, Customer selected JCI to perform the Work after determining JCI’s proposal was the most advantageous to Customer in accordance with all applicable procurement and other Laws. WHEREAS, on March 28, 2017 Customer held a regularly scheduled City Council meeting with a Public Hearing to discuss entering into this agreement and the City Council made the following findings:
(1) that the anticipated cost to the Customer for electrical energy and conservation services provided by the energy conservation facility under this agreement will be less than the anticipated cost to the Customer of electrical energy that would have been consumed by the Customer in the absence of those purchases; and
(2) the funds for the repayment of the financing the cost of design, construction and operation of the energy conservation facilities are projected to be available from revenues resulting from funding that otherwise would have been used for the purchase of electrical energy required by the City of Placerville in the absence of the energy conservation facilities.
NOW, THEREFORE, in consideration of the mutual promises set forth herein, the parties agree as follows:
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc. 2
AGREEMENT 1. SCOPE OF THE AGREEMENT. JCI shall perform the Work set forth in Schedule 1. After the Work is
Substantially Complete (as defined below) and the Certificate of Substantial Completion is executed by Customer and JCI, JCI shall provide the assured performance guarantee (the “Assured Performance Guarantee”) and the measurement and verification services (the “M&V Services”) set forth in Schedule 2 (Assured Performance Guarantee) and/or Schedule 2A (Assured Performance Guarantee – Utility Meters), as applicable. Customer shall make payments to JCI for the Work and the M&V Services in accordance with Schedule 4 (Price and Payment Terms).
2. AGREEMENT DOCUMENTS: In addition to the terms and conditions of this Agreement, the following Schedules are incorporated into and shall be deemed an integral part of this Agreement:
Schedule 1 – Scope of Work Schedule 2 – Assured Performance Guarantee Schedule 3 – Customer Responsibilities Schedule 4 – Price and Payment Terms Attachment 1A – Initial Notice To Proceed Attachment 1B – Construction Notice To Proceed Attachment 2 – Change Order Attachment 3 – Certificate of Substantial Completion, Certificate of Final Completion Attachment 4 – M&V Services Agreement
3. NOTICES TO PROCEED: SUBSTANTIAL COMPLETION; M&V SERVICES. This Agreement shall become effective on the date of the last signature on the signature page below. In the event that Customer fails to execute and deliver the Initial Notice to Proceed to JCI by July 1, 2017, JCI may adjust its pricing based on any changes in pricing by JCI suppliers. In the event of such delay, Customer shall give JCI notice as to when, if at all, Customer intends to execute the Initial Notice to Proceed and JCI will advise Customer as to any cost increases as a result of such delay. In event of price increases or a failure by Customer to obtain the financing required by California Government Code Sections 4710 et seq., Customer may decline to execute the Initial Notice to Proceed or Customer and JCI may agree to an amended scope of work. In the event that Customer declines to execute the Initial Notice to Proceed, the Project Development Agreement will remain in force and effect. In that event Customer and JCI agree that $129,966 shall be due and payable to JCI. JCI shall commence performance of the Work within ten (10) business days of receipt of each of the Customer’s Notice to Proceed, a form of which is attached hereto as Attachment 1A and 1B, and shall achieve Substantial Completion of the Work by the Substantial Completion date, which shall be the earlier of:
(a) the date on which Customer executes a Certificate of Substantial Completion substantially in the form attached hereto as Attachment 3;
or
(b) 12 months after JCI’s receipt of the City and State permits which will be applied for as described in Schedule 1 and Schedule 3, or the execution of the Interconnection Agreement, whichever is later, subject to adjustments set forth in Section 4 and Section 5 below.
For purposes of this Agreement, “Substantial Completion” means that JCI has provided sufficient materials and services to permit Customer to operate the Improvement Measures. The M&V Services shall commence on the first day of the month following the month in which Customer executes a Certificate of Substantial Completion and shall continue throughout the Guarantee Term, subject to earlier termination of the Assured Performance Guarantee as provided herein. Customer acknowledges and agrees that if, for any reason, it (i) cancels or terminates receipt of M&V Services, (ii) fails to pay for M&V Services in accordance with Schedule 4, (iii) fails to fulfill any of Customer’s responsibilities necessary to enable JCI to complete the Work and provide the M&V Services, or (iv) otherwise cancels, terminates or materially breaches this Agreement, the Assured Performance Guarantee shall automatically terminate and JCI shall have no liability thereunder.
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc. 3
4. DELAYS AND IMPACTS. If JCI is delayed in the commencement, performance, or completion of the Work and/or M&V Services by causes beyond its control and without its fault, including but not limited to inability to access property; concealed or unknown conditions encountered at the project, differing from the conditions represented by Customer in the bid documents or otherwise disclosed by Customer to JCI prior to the commencement of the Work; a Force Majeure (as defined below) condition; failure by Customer to perform its obligations under this Agreement; or failure by Customer to cooperate with JCI in the timely completion of the Work, JCI shall provide written notice to Customer of the existence, extent of, and reason for such delays and impacts. Under such circumstances, an equitable adjustment in the time for performance, price and payment terms, and the Assured Performance Guarantee shall be made.
5. ACCESS. Customer shall provide JCI, its subcontractors, and its agents reasonable and safe access to all facilities and properties in Customer’s control that are subject to the Work and M&V Services. Customer further agrees to assist JCI, its subcontractors, and its agents to gain access to facilities and properties that are not controlled by Customer but are necessary for JCI to complete the Work and provide the M&V Services. An equitable adjustment in the time for performance, price and payment terms, and Assured Performance Guarantee shall be made as a result of any failure to grant such access.
6. PERMITS, TAXES, AND FEES. Unless otherwise specified in Schedule 3 (Customer Responsibilities), JCI shall be responsible for obtaining all building permits required for it to perform the Work. Unless otherwise specified in Schedule 1 (Scope of Work), Customer shall be responsible for obtaining all other permits, licenses, approvals, permissions and certifications, including but not limited to, all zoning and land use changes or exceptions required for the provision of the Work or the ownership and use of the Improvement Measures. JCI shall not be obligated to provide any changes to or improvement of the facilities or any portion thereof required under any applicable building, fire, safety, sprinkler or other applicable code, standard, law, regulation, ordinance or other requirement unless the same expressly regulates the installation of the Improvement Measures. Without limiting the foregoing, JCI’s obligations with respect to the Work is not intended to encompass any changes or improvements that relate to any compliance matters (whether known or unknown) that are not directly related to the installation of the Improvement Measures or which have been imposed or enforced because of the occasion or opportunity of review by any governmental authority. Customer shall be responsible for and shall pay when due all assessments, charges and sales, use, property, excise, or other taxes now or hereafter imposed by any governmental body or agency upon the provision of the Work or the M&V Services, implementation or presence of the Improvement Measures, the use of the Improvement Measures or payments due to JCI under this Agreement, other than taxes upon the net income of JCI. Customer shall also be responsible for real or personal property taxes relating to equipment or material included in the Improvement Measures. Any fees, taxes, or other lawful charges paid by JCI on account of Customer shall become immediately due from Customer to JCI.
7. WARRANTY. JCI will perform the Work in a professional, workman-like manner. JCI will promptly re-perform any non-conforming Work for no charge, as long as Customer provides written notice to JCI within one (1) year following Substantial Completion or such other period identified in Schedule 1. If JCI installs or furnishes goods or equipment under this Agreement, and such goods or equipment are covered by an end-user warranty from their manufacturer, JCI will transfer the benefits of such warranty to Customer. The foregoing remedy with respect to the Work, together with any remedy provided by goods or equipment manufacturers, shall be Customer’s sole and exclusive remedies for warranty claims. Customer agrees that the one (1) year period following Substantial Completion, or such other period identified in Schedule 1, shall be a reasonable time for purposes of submitting valid warranty claims with respect to the Work. These exclusive remedies shall not have failed of their essential purpose so long as JCI transfers the benefits of any goods or equipment end-user warranty to Customer and remains willing to re-perform any non-conforming Work for no charge within the one (1) year period described above or such other period identified in Schedule 1. NO OTHER EXPRESS OR IMPLIED WARRANTIES, INCLUDING IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE, ARE PROVIDED BY JCI. This warranty does not extend to any Work that has been abused, altered, or misused, or repaired by Customer or third parties without the supervision
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc. 4
or prior written approval of JCI. Except with respect to goods or equipment manufactured by JCI and furnished to Customer hereunder, for which JCI shall provide its express written manufacturer’s warranty, JCI shall not be considered a merchant or vendor of goods or equipment.
8. CLEANUP. JCI shall keep the premises and the surrounding area free from accumulation of waste materials or rubbish caused by the Work and, upon completion of the Work, JCI shall remove all waste materials, rubbish, tools, construction equipment, machinery, and surplus materials.
9. SAFETY; COMPLIANCE WITH LAWS. JCI shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the performance of the Work and M&V Services. Each of JCI and Customer shall comply with all applicable laws, ordinances, rules, regulations, and lawful orders of public authorities (collectively, “Laws”) in connection with its performance hereunder.
10. ASBESTOS-CONTAINING MATERIALS AND OTHER HAZARDOUS MATERIALS.
Asbestos-Containing Materials: Neither party desires to or is licensed to undertake direct obligations relating to the identification, abatement, cleanup, control, removal or disposal of asbestos-containing materials (“ACM”). Consistent with applicable Laws, Customer shall supply JCI with any information in its possession relating to the presence of ACM in areas where JCI undertakes any Work or M&V Services that may result in the disturbance of ACM. It is JCI’s policy to seek certification for facilities constructed prior to 1982 that no ACM is present, and Customer shall provide such certification for buildings it owns, or aid JCI in obtaining such certification from facility owners in the case of buildings that Customer does not own, if JCI will undertake Work or M&V Services in the facility that could disturb ACM. If either Customer or JCI becomes aware of or suspects the presence of ACM that may be disturbed by JCI’s Work or M&V Services, it shall promptly stop the Work or M&V Services in the affected area and notify the other. As between Customer and JCI, Customer shall be responsible at its sole expense for addressing the potential for or the presence of ACM in conformance with all applicable Laws and addressing the impact of its disturbance before JCI continues with its Work or M&V Services, unless JCI had actual knowledge that ACM was present and acted with intentional disregard of that knowledge, in which case (i) JCI shall be responsible at is sole expense for remediating areas impacted by the disturbance of the ACM, and (ii) Customer shall resume its responsibilities for the ACM after JCI’s remediation has been completed.
Other Hazardous Materials: JCI shall be responsible for removing or disposing of any Hazardous Materials (as defined below) that it uses in providing Work or M&V Services (“JCI Hazardous Materials”) and for the remediation of any areas impacted by the release of JCI Hazardous Materials. For other Hazardous Materials that may be otherwise present at Customer’s facilities (“Non-JCI Hazardous Materials”), Customer shall supply JCI with any information in its possession relating to the presence of such materials if their presence may affect JCI’s performance of the Work or M&V Services. If either Customer or JCI becomes aware of or suspects the presence of Non-JCI Hazardous Materials that may interfere with JCI’s Work or M&V Services, it shall promptly stop the Work or M&V Services in the affected area and notify the other. As between Customer and JCI, Customer shall be responsible at its sole expense for removing and disposing of Non-JCI Hazardous Materials from its facilities and the remediation of any areas impacted by the release of Non-JCI Hazardous Materials, unless JCI had actual knowledge that Non-JCI Hazardous Materials were present and acted with intentional disregard of that knowledge, in which case (i) JCI shall be responsible at its sole expense for the remediation of any areas impacted by its release of such Non-JCI Hazardous Materials, and (ii) Customer shall remain responsible at its sole expense for the removal of Non-JCI Hazardous Materials that have not been released and for releases not resulting from JCI’s performance of the Work or M&V Services. For purposes of this Agreement, “Hazardous Materials” means any material or substance that, whether by its nature or use, is now or hereafter defined or regulated as a hazardous waste, hazardous substance, pollutant or contaminant under applicable Law relating to or addressing public or employee health and safety and protection of the environment, or which is toxic, explosive, corrosive, flammable, radioactive, carcinogenic, mutagenic or otherwise hazardous or which is or contains petroleum, gasoline, diesel, fuel, another petroleum hydrocarbon product, or polychlorinated biphenyls. “Hazardous Materials”
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc. 5
specifically includes mold and lead-based paint and specifically excludes ACM. JCI shall have no obligations relating to the identification, abatement, cleanup, control, removal, or disposal of mold, regardless of the cause of the mold.
Environmental Indemnity: To the fullest extent permitted by Law, Customer shall indemnify and hold harmless JCI and JCI’s subcontractors, and their respective directors, officers, employees, agents, representatives, shareholders, affiliates, and assigns and successors, from and against any and all losses, costs, damages, expenses (including reasonable legal fees and defense costs), claims, causes of action or liability, directly or indirectly, relating to or arising from the Customer’s use, or the storage, release, discharge, handling or presence of ACM, mold (actual or alleged and regardless of the cause of such condition) or Non-JCI Hazardous Materials on, under or about the facilities, or Customer’s failure to comply with this Section 10.
11. CHANGE ORDERS. The parties, without invalidating this Agreement, may request changes in the Work to be performed under this Agreement, consisting of additions, deletions, or other revisions to the Work (“Change Orders”). The price and payment terms, time for performance and, if necessary, the Assured Performance Guarantee, shall be equitably adjusted in accordance with the Change Order. Such adjustments shall be determined by mutual agreement of the parties. Customer and JCI shall explore and consider value engineering options when evaluating change orders involving additional costs. JCI may delay performance until adjustments arising out of the Change Order are clarified and agreed upon in writing. Any Change Order must be signed by an authorized representative of each party.
The Authorized Representative for the Customer, shall be the City Manager, who will have the authority to approve any Change Order below $25,000. Any Change Order, resulting in an amount over $25,000, shall be valid only on the approval of the City Council.
If concealed or unknown conditions are encountered at the project, differing from the conditions represented by Customer in the bid documents or otherwise disclosed by Customer to JCI prior to the commencement of the Work, price and payment terms, time for performance and, if necessary, the Assured Performance Guarantee, shall be equitably adjusted. Claims for equitable adjustment may be asserted in writing within a reasonable time from the date a party becomes aware of a change to the Work by written notification. Failure to promptly assert a request for equitable adjustment, however, shall not constitute a waiver of any rights to seek any equitable adjustment with respect to such change.
12. CUSTOMER FINANCING; TREATMENT; TAXES. The parties acknowledge and agree that JCI is not making any representation or warranty to Customer with respect to matters not expressly addressed in this Agreement, including, but not limited to:
(a) Customer’s ability to obtain or make payments on any financing associated with paying for the Improvement Measures, related services, or otherwise;
(b) Customer’s proper legal, tax, accounting, or credit rating agency treatment relating to this Agreement; and
(c) the necessity of Customer to raise taxes or seek additional funding for any purpose.
Customer is solely responsible for its obligations and determinations with respect to the foregoing matters. In addition, the parties acknowledge and agree that Customer shall be responsible to comply, at its cost and expense, with all Laws that may be applicable to it relating to performance contracting, including, without limitation, any requirements relating to the procurement of goods and/or services and any legal, accounting, or engineering opinions or reviews required or obtained in connection with this Agreement.
13. INSURANCE. JCI shall maintain insurance in amounts no less than those set forth below in full force and effect at all times until the Work has been completed, and shall provide a certificate evidencing such coverage promptly following Customer’s request therefor.
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc. 6
COVERAGES LIMITS OF LIABILITY
Workmen's Compensation Insurance or self insurance, including Employer's Liability
Statutory
Commercial General Liability Insurance $5,000,000 Per Occurrence
$5,000,000 Aggregate Comprehensive Automobile Liability Insurance $5,000,000 Combined Single Limit The above limits may be obtained through primary and excess policies, and may be subject to self-insured retentions.
.
14. INDEMNIFICATION. To the fullest extent permitted by applicable Law, each party shall indemnify the other with respect to any third party claim alleging bodily injury, including death, or property damage to the extent such injury or damage is caused by the negligence or willful misconduct of the indemnifying party. A condition precedent to any obligation of a party to indemnify the other pursuant to this Section 14 shall be for the indemnified party to promptly advise the indemnifying party of the claim pursuant to the notice provision of this Agreement.
15. LIMITATION OF LIABILITY. NEITHER JCI NOR CUSTOMER WILL BE RESPONSIBLE TO THE
OTHER FOR ANY SPECIAL, INDIRECT, CONSEQUENTIAL, REMOTE, PUNITIVE, EXEMPLARY, LOSS OF PROFITS OR REVENUE, LOSS OF USE, OR SIMILAR DAMAGES, REGARDLESS OF HOW CHARACTERIZED AND REGARDLESS OF A PARTY HAVING BEEN ADVISED OF THE POSSIBILITY OF SUCH POTENTIAL LOSSES OR RELIEF, ARISING IN ANY MANNER FROM THIS AGREEMENT, THE WORK, THE IMPROVEMENT MEASURES, THE PREMISES, THE M&V SERVICES, OR OTHERWISE. WITHOUT LIMITING JCI’S EXPRESS OBLIGATIONS UNDER THE ASSURED PERFORMANCE GUARANTEE, JCI’S LIABILITY UNDER THIS AGREEMENT, REGARDLESS OF THE FORM OF ACTION, SHALL IN NO EVENT EXCEED THE AMOUNT OF THE PAYMENTS ACTUALLY RECEIVED BY JCI UNDER SCHEDULE 4. If this Agreement covers fire safety or security equipment, Customer understands that JCI is not an insurer regarding those services, and that JCI shall not be responsible for any damage or loss that may result from fire safety or security equipment that fails to prevent a casualty loss. The foregoing waivers and limitations are fundamental elements of the basis for this Agreement between JCI and Customer, and each party acknowledges that JCI would not be able to provide the work and services contemplated by this Agreement on an economic basis in the absence of such waivers and limitations, and would not have entered into this Agreement without such waivers and limitations.
16. FORCE MAJEURE. Neither party will be responsible to the other for damages, loss, injury, or delay caused by conditions that are beyond the reasonable control, and without the intentional misconduct or negligence of that party. Such conditions (each, a “Force Majeure”) include, but are not limited to: acts of God; acts of government agencies; strikes; labor disputes; fires; explosions or other casualties; thefts; vandalism; riots or war; acts of terrorism; electrical power outages; interruptions or degradations in telecommunications, computer, or electronic communications systems; changes in Laws; or unavailability of parts, materials or supplies matters related to environmental review including CEQA Certification, CEQA challenges and litigation related to environmental review/CEQA.
17. JCI'S PROPERTY. All materials furnished or used by JCI personnel and/or JCI subcontractors or agents at the installation site, including documentation, schematics, test equipment, software and associated media remain the exclusive property of JCI or such other third party. Customer agrees not to use such materials for any purpose at any time without the express authorization of JCI. Customer agrees to allow JCI personnel and/or JCI subcontractors or agents to retrieve and to remove all such materials remaining after installation or maintenance operations have been completed. Customer acknowledges that any software furnished in connection with the Work and/or M&V Services is proprietary and subject to the provisions of any software license agreement associated with such
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc. 7
software. Notwithstanding the aforementioned, the Customer shall have full use of the Plans, Specification and/or As-Built Drawings for future planning, maintenance activities, clarifications or any other uses in its day to day operational activities.
18. DISPUTES. JCI and Customer will attempt to settle any controversy, dispute, difference, or claim between them concerning the performance, enforcement, or interpretation of this Agreement (collectively, “Dispute”) through direct discussion in good faith, but if unsuccessful, will submit any Dispute to non-binding mediation in the nearest major metropolitan area of the state where the project is performed. If the parties are unable to agree on a mediator or a date for mediation, either party may request JAMS, Inc. to appoint a mediator and designate the time and procedure for mediation. Such mediator shall be knowledgeable, to each party’s reasonable satisfaction, with respect to matters concerning construction law. Neither JCI nor Customer will file a lawsuit against the other until not less than sixty (60) days after the mediation referred to herein has occurred, unless one or both parties is genuinely and reasonably concerned that any applicable statue of limitations is on the verge of expiring. JCI AND CUSTOMER HEREBY WAIVE THEIR RESPECTIVE RIGHTS TO A JURY TRIAL AS TO ANY CLAIM OR CAUSE OF ACTION BASED UPON, ARISING OUT OF OR DIRECTLY OR INDIRECTLY RELATED TO THIS AGREEMENT, INCLUDING CONTRACT, TORT AND STATUTORY CLAIMS, AND EACH OF THE PARTIES HERETO ACKNOWLEDGES THAT THIS WAIVER IS A MATERIAL INDUCEMENT TO ENTER INTO A BUSINESS RELATIONSHIP, THAT EACH HAS RELIED ON THIS WAIVER IN ENTERING INTO THIS AGREEMENT, AND THAT EACH WILL CONTINUE TO RELY ON THIS WAIVER IN THEIR RELATED FUTURE DEALINGS UNDER THIS AGREEMENT.
19. GOVERNING LAW. This Agreement and the construction and enforceability thereof shall be interpreted in accordance with the laws of the state where the Work is conducted.
20. CONSENTS; APPROVALS; COOPERATION. Whenever Customer’s consent, approval, satisfaction or determination shall be required or permitted under this Agreement, and this Agreement does not expressly state that Customer may act in its sole discretion, such consent, approval, satisfaction or determination shall not be unreasonably withheld, qualified, conditioned or delayed, whether or not such a “reasonableness” standard is expressly stated in this Agreement. Whenever Customer’s cooperation is required by JCI in order to carry out JCI’s obligations hereunder, Customer agrees that it shall act in good faith and reasonably in so cooperating with JCI and/or JCI’s designated representatives or assignees or subcontractors. Customer shall furnish decisions, information, and approvals required by this Agreement in a timely manner so as not to delay the performance of the Work or M&V Services.
21. FURTHER ASSURANCES. The parties shall execute and deliver all documents and perform all further acts that may be reasonably necessary to effectuate the provisions of this Agreement.
22. INDEPENDENT CONTRACTOR. The relationship of the parties hereunder shall be that of independent contractors. Nothing in this Agreement shall be deemed to create a partnership, joint venture, fiduciary, or similar relationship between the parties.
23. LOCAL PARTICIPATION. JCI will use its best efforts to seek out local subcontractors, suppliers and vendors for the purpose of including their services in the Project. JCI shall submit to customer a description of the process followed to seek out local subcontractors. If the Customer is in agreement with the process, Customer shall issue the Construction Notice to Proceed 1B, to JCI. If Customer is not satisfied with the process Customer shall submit in writing to JCI additional measures to seek out local subcontractors. Such Notice to Proceed 1B will not be unreasonably withheld.
23. POWER AND AUTHORITY. Each party represents and warrants to the other that (i) it has all requisite power and authority to execute and deliver this Agreement and perform its obligations hereunder, (ii) all corporate, board, body politic, or other approvals necessary for its execution, delivery, and performance of this Agreement have been or will be obtained, and (iii) this Agreement constitutes its legal, valid, and binding obligation.
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc. 8
23. SEVERABILITY. In the event that any clause, provision, or portion of this Agreement or any part thereof shall be declared invalid, void, or unenforceable by any court having jurisdiction, such invalidity shall not affect the validity or enforceability of the remaining portions of this Agreement unless the result would be manifestly inequitable or materially impair the benefits intended to inure to either party under this Agreement.
24. COMPLETE AGREEMENT. It is understood and agreed that this Agreement contains the entire agreement between the parties relating to all issues involving the subject matter of this Agreement. No binding understandings, statements, promises or inducements contrary to this Agreement exist. This Agreement supersedes and cancels all previous agreements, negotiations, communications, commitments and understandings with respect to the subject matter hereof, whether made orally or in writing, with the exception of the Water Fund Portion of the Project Development Agreement, entered into by JCI and the Customer on December 4, 2015. Each of the parties to this Agreement expressly warrants and represents to the other that no promise or agreement which is not herein expressed has been made to the other, and that neither party is relying upon any statement or representation of the other that is not expressly set forth in this Agreement. Each party hereto is relying exclusively on the terms of this Agreement, its own judgment, and the advice of its own legal counsel and/or other advisors in entering into this Agreement. Customer acknowledges and agrees that any purchase order issued by Customer associated with this Agreement is intended only to establish payment authority for Customer’s internal accounting purposes. No purchase order shall be considered a counteroffer, amendment, modification, or other revision to the terms of this Agreement.
25. HEADINGS. The captions and titles in this Agreement are for convenience only and shall not affect the interpretation or meaning of this Agreement.
26. COUNTERPARTS. This Agreement may be executed in any number of counterparts, all of which when taken together shall constitute one single agreement between the parties.
27. NOTICES. All notices or communications related to this Agreement shall be in writing and shall be deemed served if and when sent by facsimile or mailed by certified or registered mail: to Johnson Controls, Inc. at the address listed on the first page of this Agreement, ATTN: Regional Solutions Manager, with a copy to Johnson Controls, Inc., ATTN: General Counsel – Building Efficiency Americas, 507 East Michigan Street, Milwaukee, Wisconsin, 53202: and to Customer at the address listed on the first page of this Agreement.
CITY OF PLACERVILLE JOHNSON CONTROLS, INC. Signature: Signature: Printed Name: M. Cleve Morris Printed Name: Christopher Schulken Title: City Manager Title: V.P. Regional General Manager, Energy Solutions
Date: Date:
Schedule 1
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
9
SCOPE OF WORK
Scope of Work General
JCI shall furnish and install the scope of work as defined in Table 1 below.
Table 1: Scope of Work of Facility Improvement Measures (FIMs)
FIM Number
FIM Description
Wastewater Enterprise Fund
1 Solar Photovoltaic (PV) for WWTP
2 Lighting Retrofit for WWTP
General Fund
3 Lighting Retrofits for City Buildings
4A Replace HVAC Equipment ‐City Hall
4B Replace HVAC Equipment ‐Old Town Hall
4C Replace HVAC Equipment ‐Public Safety
Permits and Fees
JCI shall provide the necessary engineering plans, calculations and documents for issuance of a City of Placerville building permit, specific to the scope of work herein for FIMs 1 and 4. FIMs: 2 and 3 will not be included in the permitting.
JCI shall submit the completed plans to the Customer, for their approval, prior to submitting them to the City of Placerville planning department for permitting. All permits and inspection fees are the responsibility of the Customer.
FIM 1 Solar Photovoltaic (PV) WWTP
This measure is for the installation of a Solar Photovoltaic (PV) system, which is to be connected to the site’s existing 2000 amp electrical switchgear system. FIM 1 will generate useable electricity using solar energy. The PV system will be interconnected to the WWTP main electrical service in the electrical room located in the north electrical room of the WTTP at 2300 Coolwater Creek Road, Placerville, CA. Figure 1 Aerial View of the WWTP Photovoltaic System shows the approximate location of the equipment to be installed.
Solar PV Arrays
System Total approximate
wattage DC
FIM 1 WWTP NEM-A 831,915
FIM 1 Solar Photovoltaic Installation:
The PV System will be constructed by installing fixed tilt ground mounted arrays mounted on a racking system using driven piers embedded to maximum of eight feet, Installation is based on a minimum of 3,000 psi soil bearing. Racking materials will be of steel or aluminum materials.
Johnson Controls will provide electrical Photovoltaic engineered drawings, geotechnical engineering study report and the drainage study. The existing drainage storm water flow patterns will match the post construction drainage patterns and the flow will be directed to the existing concrete area of the waste water treatment plant. No underground storm drainage systems will be analyzed within this scope of work.
Schedule 1
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
10
Johnson Controls has included the permit registration documents and Storm Water Pollution Prevention Plan (SWPPP) including a Construction Site Monitoring Program (CSMP). The City of Placerville will be responsible for monitoring cost and fees if required. The construction duration for the PV scope of work is based on a duration of less than twelve months and the project is not a risk level 3 and no active treatment systems are required. The Permit Registration Documents (PRDs) and SWPPP will be uploaded to the Storm Water Multiple Application and Report Tracking System (SMARTS) system.
Provide and install SWPP and maintain during construction.
Obtain construction permits from City of Placerville Building Department.
Provide silicon crystalline photovoltaic modules, electrical connections, and connection to the electrical service for the site, including where necessary, cutting, trenching, boring, backfill, and patching to match existing.
Aluminum conductors will be used where permitted by equipment listing provisions and applicable code.
Provide grid interactive inverters located inside the perimeter of the solar array chain link fencing.
Provide revenue grade metering and web based DAS monitoring system which is connected via cellular modem. Monitoring system includes one meteorological station to monitor plane-of-array irradiance, cell temperature, ambient temperature, and wind speed. Monitoring system includes one year subscription for monitoring service. Customer must maintain the cell service and monitoring service for the term of the M&V Services.
Trees and shrubs will be removed. Smaller trees, branches and shrubs will be masticated and spread over the site. Logs will be removed from the site.
JCI will assist the Customer with support and coordinate for their Consultants.
Provide 6’ high chain link fence with 3 strands of barbed wire around the array field. Also included is one (1) vehicle gate and one (1) man gate.
Commissioning and testing of the installed PV systems.
Seed Photovoltaic array area with a native low growth ground cover.
Prepare the Interconnection Agreement application and deliver to customer for approval and submission to local utility including the following change of electric rate schedules:
The Interconnection Agreement application will request a Net Energy Metering- Aggregated (NEM-A) structure where the non-exported PV energy consumed by the North meter loads reduces the metered utility energy flowing into that meter. The exported PV energy is divided between the two meters based on their relative remaining loads during each TOU period.
Change from the existing E-19S to rate schedule A-10 TOU.
The Customer will sign off and approve the plans prior to any on site construction.
Schedule 1
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
11
Equipment Specifications and Design Parameters. The modeled energy is based on the equipment and design parameters as shown in table below:
Design Parameters FIM 1 PV WWTP NEM-A
Address WWTP, 2300 Coolwater Creek Road, Placerville, CA 95667
Meter(s) North 1009486051, South 1006734002 Module Tilt 15 degrees fixed tilt Azimuth 180 Degrees PV Modules JA Solar JAP6 72/315/488, or equal Inverters (20) Solectria PVI-36TL, or equal Number of Modules 2,641 kWdc STC (approximate) 831.915 Monitoring Draker Energy With Revenue Grade
Meters, or equivalent
Extended Warranty:
The photovoltaic (PV) modules and inverters shall include a 9 year extended warranty which shall include parts and labor. In addition there is extended product warranties offered by the equipment manufactures. The Manufactures extended warranty for the PV modules shall be from years 11 to 25. The Manufactures extended warranty for the PV invertors shall be from years 11 to 20. The extended warrantee information will be provided to the Customer in the project submittals and the Operational and Maintenance Manuals during the project close-out.
Exclusions:
Remedies for hard rock or adverse soil conditions, including but not limited to, soil conditions of less than 3,000 psi. All trenching to be performed by normal means (Case 580 backhoe).
Hazardous or corrosive material testing and/or removal.
Arc flash studies on existing equipment
Warranty, repair, or replacement of existing systems in disrepair or not code compliant.
Remedies for encounters with unknown, unforeseen or undocumented structures or underground utilities.
Overtime and shift labor if requested by the Customer is excluded. (JCI will coordinate access and system shutdowns with Customer prior to and concurrent with construction activities).
CEQA Environmental assessment and permit documents, including but not limited to: agency fees, Encroachment permits if necessary, title services and exceptions, dry trench and utility plans.
FEMA flood plain or special permits and filing fees. Customer to provide title report, vesting deed to assist the city’s engineering group in preparation of final reports and permitting submission documents.
Correction of any pre-existing applicable building code violations by JCI during the execution of the work. Such violations will be brought to the attention of the Customer for remedy.
Repair or replacement of defective electrical equipment and the electrical distribution system, except the expressed equipment described in the Scope of Work (Defective equipment identified by JCI during implementation of the Scope of Work will be brought to the attention of the Customer).
Resolution of existing design, service, and or distribution conditions known or unknown and including utility company requirements, whether on site or off, are excluded.
The grading of the PV array site does not include import or export of soils, any additional soil will be spread on site. The final slope will be determined after the final design is completed.
Schedule 1
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
12
Figure 1 Aerial View of the WWTP Photovoltaic System
Schedule 1
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
13
FIM 2 Lighting Retrofits for WWTP FIM 3 Lighting Retrofits for City Buildings
JCI shall provide lighting retrofit work as defined in Table 2 Lighting Retrofit Line by Line and shall include all necessary labor, materials, equipment, disposal, fixture cleaning, transportation and storage for fixtures as identified in Lighting Scope of Work Table below. The Lighting Line by Line Scope, will be modified to reflect the actual post construction conditions, and shall be used for the purposes of as-built drawings. The updated Tables will be submitted to the Customer during the project close-out phase.
JCI will provide the necessary sample installations, for the purpose of acquiring the Customers approval of the color rending of the lamps and/or fixtures, prior to beginning the installation. Such approval shall not be unreasonable withheld by the Customer.
JCI will pass along all extended manufactures warranty information to the Customer with the project close-out documents.
In general the following are the significant elements of the lighting retrofit scope of work:
“Retrofits” in which new components (e.g.: lamps and ballasts) are installed and the existing fixture housing are reused.
“Replacements” in which a new fixture of similar form to the existing is installed in the current location.
“Relamps” in which the existing lamp is replaced with a new lamp of similar form.
New replacement Light Emitting Diode (LED) fixtures will be of the brand Maxlite, Light Efficient Design, Lumecon, Venture, Phillips or equal.
The disposal shall include removed materials, trash, fluorescent lamps and ballasts. Removed fluorescent lamps and ballasts will be disposed of as per current California EPA guidelines.
Unless otherwise specified, the basis for the lighting retrofit selections is to maximize energy savings and to meet or exceed existing light levels. It is not the intent to redesign the existing lighting system, change fixture orientation or provide revised lighting layouts unless specifically indicated. If such items are required by the AHJ, these items will be at an additional cost.
The 150 watt induction lighting fixtures located in the city hall parking garage will have a photo cell installed (one per circuit) to shut off the fixtures when adequate daylighting exists to illuminate the parking garage. Any and all equipment manufactures extended warranty shall be provided in the project submittals and/or the project close-out documents. Lighting Exclusions
Lighting fixtures not identified in the Scope of Work are excluded from any repair or replacement scope.
New fixture lenses are excluded unless they are specified in the scope of work as replacement or if the lenses are broken or damaged during the installation.
Replacement of ceiling tiles is excluded, unless damaged by JCI during installation work.
Repair or replacement of existing damaged or defective motion sensors, time clocks, dimming system or switches is excluded.
Repair or replacement of defective electrical, other than the equipment specifically described in the FIM description and Work. JCI will identify the location of defective equipment and notify Customer.
Repair or upgrades required to rectify existing code violations, unless specifically described in this scope of Work.
Schedule 1
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
14
Egress and emergency lighting is excluded, unless specifically described in the scope of Work.
Repair or replacement of existing switches, breakers, wiring, etc. unless the failure is a direct result of JCI’s actions.
Existing faulty wiring or raceways providing power to lighting system. (JCI will bring such conditions to the attention of Customer, but it shall be the responsibility of Customer to address the identified deficiencies).
Reconfiguration of existing lighting system layout, except where noted herein.
Conformance to IEEE standards if the existing layout does not comply with same.
Engineering drawings and/or reflected ceiling plans are excluded. JCI will revise and amend the following Line by Line Tables, upon completion of the work to reflect the as-built conditions. The revised Tables will be provided to the Customer in the project close-out documents.
Schedule 1
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
15
Table 2 Lighting Retrofit Line by Line
ITEM #
BLDG
.RO
OMFI
XTUR
E TY
PEFI
X. C
ODE
DESC
RIPT
ION
FIX.
QTY
.LA
MP/
FIX.
LAMP
TY
PEW
ATTS
/ LA
MP
WAT
TS/
FIX.
(K
W)
TOTA
L
FIX.
KWUS
AGE
TYPE
ANNU
AL
HOUR
SAN
NUAL
KW
HAN
NUAL
CO
STS
ELEC
TRIC
CO
ST P
ER
FIXT
SENS
OR
(Y/N
)MA
T
CO
DEDE
SCRI
PTIO
NLA
MP/F
IXT
QTY.
NEW
KW
/
FIX.
TOTA
L FI
X.(S
) KW
ANNU
AL
COST
SAN
NUAL
SA
VING
SPG
E Ra
teIn
terio
r/ Ex
terio
rPG
E Av
g Ra
tePG
E Ra
te
Calcu
latio
n
1Po
lice D
ept.
Hallw
ays
U La
mpFU
1LL
Fluore
scen
t, (1)
U-Tu
be, T
-8 lam
p19
1FU
31T8
/632
0.03
0.61
PUBL
IC O
PEN
SPAC
E14
5688
510
6.23
$
35.51
$
Y
LED
U-LA
MPLE
D UL
AMP
190.0
165
0.314
$54.7
751
.46$
E19S
I 0.2
1$
$90.2
0
2Po
lice D
ept.
Inves
tigato
rsST
RIP
F42IL
LFlu
oresc
ent,
(2) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
)4
2F3
2T8
320.0
60.2
4OF
FICE
OPEN
SP
ACE
1456
345
41.44
$
13.85
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R4
0.03
0.120
$20.9
720
.48$
E19S
I 0.2
1$
$35.9
0
3Po
lice D
ept.
Confe
rence
Roo
mST
RIP
F42IL
LFlu
oresc
ent,
(2) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
)6
2F3
2T8
320.0
60.3
6OF
FICE
OPEN
SP
ACE
3057
.61,0
8813
0.55
$
20.78
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R6
0.03
0.180
$66.0
464
.50$
E19S
I 0.2
1$
$113
.07
4Po
lice D
ept.
Brea
k Roo
mST
RIP
F42IL
LFlu
oresc
ent,
(2) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
)2
2F3
2T8
320.0
60.1
2OF
FICE
OPEN
SP
ACE
3057
.636
343
.52$
6.9
3$
YLE
D T8
LINE
ARLIN
EAR
LED
15W
35K
INTE
RNAL
DRI
VER
20.0
30.0
60$2
2.01
$21.5
0E1
9SI
0.21
$
$3
7.69
5Po
lice D
ept.
First
Aid
STRI
PF4
2ILL
Fluore
scen
t, (2)
48",
T-8 la
mp, In
stant
Start
Ball
ast,
NLO
(BF:
.85-.
95)
12
F32T
832
0.06
0.06
OFFIC
E OP
EN
SPAC
E30
57.6
181
21.76
$
3.46
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R1
0.03
0.030
$11.0
1$1
0.75
E19S
I 0.2
1$
$18.8
5
6Po
lice D
ept.
Interv
iew R
oom
STRI
PF4
2ILL
Fluore
scen
t, (2)
48",
T-8 la
mp, In
stant
Start
Ball
ast,
NLO
(BF:
.85-.
95)
22
F32T
832
0.06
0.12
OFFIC
E OP
EN
SPAC
E30
57.6
363
43.52
$
6.93
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R2
0.03
0.060
$22.0
1$2
1.50
E19S
I 0.2
1$
$37.6
9
7Po
lice D
ept.
Men's
Lock
er Ro
omST
RIP
F42IL
LFlu
oresc
ent,
(2) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
)4
2F3
2T8
320.0
60.2
4RE
STRO
OM30
57.6
725
87.03
$
13.85
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R4
0.03
0.120
$44.0
3$4
3.00
E19S
I 0.2
1$
$75.3
8
8Po
lice D
ept.
Wom
en's
Lock
er Ro
omST
RIP
F42IL
LFlu
oresc
ent,
(2) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
)2
2F3
2T8
320.0
60.1
2RE
STRO
OM72
886
10.36
$
6.93
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R2
0.03
0.060
$5.24
$5.12
E19S
I 0.2
1$
$8.97
9Po
lice D
ept.
Equip
t. Ro
omST
RIP
F42IL
LFlu
oresc
ent,
(2) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
)6
2F3
2T8
320.0
60.3
6ST
ORAG
E72
825
931
.08$
20
.78$
YLE
D T8
LINE
ARLIN
EAR
LED
15W
35K
INTE
RNAL
DRI
VER
60.0
30.1
80$1
5.72
$15.3
6E1
9SI
0.21
$
$2
6.92
10Po
lice D
ept.
Chief
Offic
eST
RIP
F42IL
LFlu
oresc
ent,
(2) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
)4
2F3
2T8
320.0
60.2
4PR
IVAT
E OF
FICE
546
130
15.54
$
13.85
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R4
0.03
0.120
$7.86
$7.68
E19S
I 0.2
1$
$13.4
6
11Po
lice D
ept.
Chief
Offic
eCA
NCF
T26/1
Comp
act F
luores
cent,
twin,
(1) 2
6W la
mp6
1CF
T26W
260.0
30.1
8PR
IVAT
E OF
FICE
546
9811
.79$
10
.51$
YPL
LED
LAMP
LED
13W
(1) P
lug in
60.0
130.0
78$5
.11$6
.68E1
9SI
0.21
$
$1
1.72
12Po
lice D
ept.
Serge
ants
Room
STRI
PF4
2ILL
Fluore
scen
t, (2)
48",
T-8 la
mp, In
stant
Start
Ball
ast,
NLO
(BF:
.85-.
95)
42
F32T
832
0.06
0.24
PRIV
ATE
OFFIC
E54
613
015
.54$
13
.85$
YLE
D T8
LINE
ARLIN
EAR
LED
15W
35K
INTE
RNAL
DRI
VER
40.0
30.1
20$7
.86$7
.68E1
9SI
0.21
$
$1
3.46
13Po
lice D
ept.
Reco
rds R
oom
STRI
PF4
2ILL
Fluore
scen
t, (2)
48",
T-8 la
mp, In
stant
Start
Ball
ast,
NLO
(BF:
.85-.
95)
32
F32T
832
0.06
0.18
STOR
AGE
546
9711
.66$
10
.39$
YLE
D T8
LINE
ARLIN
EAR
LED
15W
35K
INTE
RNAL
DRI
VER
30.0
30.0
90$5
.90$5
.76E1
9SI
0.21
$
$1
0.10
14Po
lice D
ept.
Reco
rds R
oom
U lam
pFU
2ILL/T
4Flu
oresc
ent,
(2) U
-Tube
, T-8
lamp,
Instan
d Star
t Ball
ast,
tande
m wi
red2
2FU
31T8
/632
0.06
0.11
STOR
AGE
582.4
657.8
3$
6.54
$
Y
LED
U-LA
MPLE
D UL
AMP
20.0
330.0
66$4
.61$3
.21E1
9SI
0.21
$
$5
.64
15Po
lice D
ept.
Reco
rds R
oom
CAN
CFT2
6/1Co
mpac
t Fluo
resce
nt, tw
in, (1
) 26W
lamp
31
CFT2
6W26
0.03
0.09
STOR
AGE
582.4
526.2
9$
5.26
$
Y
PL LE
D LA
MPLE
D 13
W (1
) Plug
in3
0.013
0.039
$2.73
$3.56
E19S
I 0.2
1$
$6.25
16Po
lice D
ept.
Comm
ande
rST
RIP
F42IL
LFlu
oresc
ent,
(2) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
)10
2F3
2T8
320.0
60.5
9PR
IVAT
E OF
FICE
582.4
345
41.44
$
34.63
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R10
0.03
0.300
$20.9
7$2
0.48
E19S
I 0.2
1$
$35.9
0
17Po
lice D
ept.
Servi
ce R
oom
STRI
PF4
2ILL
Fluore
scen
t, (2)
48",
T-8 la
mp, In
stant
Start
Ball
ast,
NLO
(BF:
.85-.
95)
62
F32T
832
0.06
0.36
OFFIC
E OP
EN
SPAC
E58
2.420
724
.87$
20
.78$
YLE
D T8
LINE
ARLIN
EAR
LED
15W
35K
INTE
RNAL
DRI
VER
60.0
30.1
80$1
2.58
$12.2
9E1
9SI
0.21
$
$2
1.54
18Po
lice D
ept.
Adm.
Offic
e - C
hief
CAN
CFT2
6/1Co
mpac
t Fluo
resce
nt, tw
in, (1
) 26W
lamp
31
CFT2
6W26
0.03
0.09
OFFIC
E OP
EN
SPAC
E32
7629
535
.38$
5.2
6$
YPL
LED
LAMP
LED
13W
(1) P
lug in
30.0
130.0
39$1
5.33
$20.0
5E1
9SI
0.21
$
$3
5.15
19Po
lice D
ept.
Evide
nce
STRI
PF4
2ILL
Fluore
scen
t, (2)
48",
T-8 la
mp, In
stant
Start
Ball
ast,
NLO
(BF:
.85-.
95)
42
F32T
832
0.06
0.24
OFFIC
E OP
EN
SPAC
E32
7677
793
.25$
13
.85$
YLE
D T8
LINE
ARLIN
EAR
LED
15W
35K
INTE
RNAL
DRI
VER
40.0
30.1
20$4
7.17
$46.0
7E1
9SI
0.21
$
$8
0.77
20Po
lice D
ept.
Dark
Room
/Stor
age
CAN
CFT2
6/1Co
mpac
t Fluo
resce
nt, tw
in, (1
) 26W
lamp
21
CFT2
6W26
0.03
0.06
STOR
AGE
6132
368
44.15
$
3.50
$
Y
PL LE
D LA
MPLE
D 13
W (1
) Plug
in2
0.013
0.026
$19.1
3$2
5.02
E19S
I 0.2
1$
$43.8
6
21Po
lice D
ept.
Stora
geCF
L Bulb
sCF
T40/2
Comp
act F
luores
cent,
twin,
(2) 4
0W la
mp1
2CF
T40W
400.0
90.0
9ST
ORAG
E54
646
5.57
$
4.9
6$
YPL
-L LE
D TU
BE24
INCH
PL-L
TWIN
TUBE
LIN
EAR
CFL
10.0
80.0
80$5
.24$0
.33E1
9SI
0.21
$
$0
.57
22Po
lice D
ept.
Armo
ryLA
MPCF
Q18/1
Comp
act F
luores
cent,
quad
, (1)
18W
lam
p1
1CF
Q18W
180.0
30.0
3ST
ORAG
E54
614
1.70
$
1.5
2$
YLE
D LA
MP R
ETRO
FITLE
D 13
W (1
) Plug
in1
0.013
0.013
$0.85
$0.85
E19S
I 0.2
1$
$1.49
23Po
lice D
ept.
Entry
Fron
tCA
NCF
T26/1
Comp
act F
luores
cent,
twin,
(1) 2
6W la
mp4
1CF
T26W
260.0
30.1
2HA
LL/LO
BBY
1274
153
18.35
$
7.01
$
Y
PL LE
D LA
MPLE
D 13
W (1
) Plug
in4
0.013
0.052
$7.95
$10.4
0E1
9SI
0.21
$
$1
8.22
24Po
lice D
ept.
Entry
Fron
tU
Lamp
FU2IL
L/T4
Fluore
scen
t, (2)
U-Tu
be, T
-8 lam
p, Ins
tand S
tart B
allas
t, tan
dem
wired
32
FU31
T8/6
320.0
60.1
7HA
LL/LO
BBY
1274
214
25.68
$
9.81
$
Y
LED
U-LA
MPLE
D UL
AMP
30.0
330.0
99$1
5.14
$10.5
5E1
9SI
0.21
$
$1
8.49
25Po
lice D
ept.
Finge
rprint
ingST
RIP
F42IL
LFlu
oresc
ent,
(2) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
)1
2F3
2T8
320.0
60.0
6HA
LL/LO
BBY
1274
769.0
7$
3.46
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R1
0.03
0.030
$4.59
$4.48
E19S
I 0.2
1$
$7.85
26Po
lice D
ept.
Mens
RR
STRI
PF4
2ILL
Fluore
scen
t, (2)
48",
T-8 la
mp, In
stant
Start
Ball
ast,
NLO
(BF:
.85-.
95)
32
F32T
832
0.06
0.18
REST
ROOM
1274
227
27.20
$
10.39
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R3
0.03
0.090
$13.7
6$1
3.44
E19S
I 0.2
1$
$23.5
6
27Po
lice D
ept.
Wom
ens R
RST
RIP
F42IL
LFlu
oresc
ent,
(2) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
)3
2F3
2T8
320.0
60.1
8RE
STRO
OM72
8
130
15.54
$
10.39
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R3
0.03
0.090
$7.86
$7.68
E19S
I 0.2
1$
$13.4
6
28Po
lice d
ept.
CSO
Offic
eST
RIP
F42IL
LFlu
oresc
ent,
(2) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
)2
2F3
2T8
320.0
60.1
2OF
FICE
OPEN
SP
ACE
728
8610
.36$
6.9
3$
YLE
D T8
LINE
ARLIN
EAR
LED
15W
35K
INTE
RNAL
DRI
VER
20.0
30.0
60$5
.24$5
.12E1
9SI
0.21
$
$8
.97
29Po
lice D
ept.
Fire B
ayST
RIP
F42IL
LFlu
oresc
ent,
(2) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
)2
2F3
2T8
320.0
60.1
2ST
ORAG
E12
7415
118
.13$
6.9
3$
YLE
D T8
LINE
ARLIN
EAR
LED
15W
35K
INTE
RNAL
DRI
VER
20.0
30.0
60$9
.17$8
.96E1
9SI
0.21
$
$1
5.70
30Po
lice D
ept.
Fire B
ayST
RIP
CFT4
0/2Co
mpac
t Fluo
resce
nt, tw
in, (2
) 40W
lamp
22
CFT4
0W40
0.09
0.17
STOR
AGE
728
124
14.85
$
9.93
$
Y
LED
LAMP
RET
ROFIT
LED
18W
(1) P
lug in
20.0
180.0
36$3
.14$1
1.71
E19S
I 0.2
1$
$20.5
2
Base
line
SITE
INFO
RMAT
ION
PROP
OSED
LIG
HTIN
G SY
STEM
Schedule 1
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
16
ITEM #
BLDG
.RO
OMFI
XTUR
E TY
PEFI
X. C
ODE
DESC
RIPT
ION
FIX.
QTY
.LA
MP/
FI
X.LA
MP
TYPE
WAT
TS/
LAM
P
WAT
TS/
FIX.
(K
W)
TOTA
L
FIX.
KWUS
AGE
TYPE
ANNU
AL
HOUR
SAN
NUAL
KW
HAN
NUAL
CO
STS
ELEC
TRIC
CO
ST P
ER
FIXT
SENS
OR
(Y/N
)M
AT
CO
DEDE
SCRI
PTIO
NLA
MP/
FIX
T QT
Y.
NEW
KW
/
FIX.
TOTA
L FI
X.(S
) KW
ANNU
AL
COST
SAN
NUAL
SA
VING
SPG
E Ra
teIn
terio
r/ Ex
terio
rPG
E Av
g Ra
tePG
E Ra
te
Calc
ulat
ion
31Po
lice
Dept
.Fi
re B
ayST
RIP
- 8 F
t.F8
2SE
Fluo
resc
ent,
(2) 9
6", S
TD la
mp
142
F96T
1275
0.16
2.21
STOR
AGE
728
1,61
019
3.24
$
129.
18$
YLE
D T8
LINE
ARLIN
EAR
LED
15W
35K
IN
TERN
AL D
RIVE
R14
0.06
0.84
0$7
3.38
$119
.86
E19S
I 0.
21$
$210
.11
32Po
lice
Dept
.Fi
re B
ay M
ens
RRU
Lam
pFU
2ILL/
T4Fl
uore
scen
t, (2
) U-T
ube,
T-8
lam
p,
Insta
nd S
tart
Balla
st, t
ande
m w
ired
22
FU31
T8/6
320.
060.
11RE
STRO
OM12
7414
317
.12
$
6.54
$
YLE
D U-
LAM
PLE
D UL
AMP
20.
033
0.06
6$1
0.09
$7.0
3E1
9SI
0.21
$
$1
2.33
33Po
lice
Dept
.Fi
re B
ay W
omen
s RR
STRI
PCF
T40/
2Co
mpa
ct F
luore
scen
t, tw
in, (2
) 40W
lam
p1
2CF
T40W
400.
090.
09RE
STRO
OM72
862
7.43
$
4.
96$
Y
LED
LAM
P RE
TROF
ITLE
D 18
W (1
) Plug
in1
0.01
80.
018
$1.5
7$5
.85
E19S
I 0.
21$
$10.
26
34Po
lice
Dept
.Fi
re B
ay W
omen
s RR
INCA
NDES
CEN
T LA
MP
I60/1
Incan
desc
ent,
(1) 6
0W la
mp
101
I6060
0.06
0.60
REST
ROOM
728
437
52.4
2$
35
.04
$
Y
LED
A19 L
AMP
LED
A19
(1) O
mini
Dire
ction
al La
mp
100.
010.
100
$8.7
4$4
3.68
E19S
I 0.
21$
$76.
57
35Po
lice
Dept
.EO
CU
Lam
pFU
2ILL/
T4Fl
uore
scen
t, (2
) U-T
ube,
T-8
lam
p,
Insta
nd S
tart
Balla
st, t
ande
m w
ired
22
FU31
T8/6
320.
060.
11ST
ORAG
E12
7414
317
.12
$
6.54
$
YLE
D U-
LAM
PLE
D UL
AMP
20.
033
0.06
6$1
0.09
7.03
$
E19S
I 0.
21$
$12.
33
36Po
lice
Dept
.EO
CST
RIP
CFT4
0/2
Com
pact
Fluo
resc
ent,
twin,
(2) 4
0W la
mp
12
CFT4
0W40
0.09
0.09
STOR
AGE
4680
398
59.6
7$
4.
96$
N
LED
LAM
P RE
TROF
ITLE
D 18
W (1
) Plug
in1
0.01
80.
018
$12.
6447
.03
$
E19S
I 0.
21$
$65.
96
37Po
lice
Dept
.GY
MST
RIP
8 Fo
otF8
2SE
Fluo
resc
ent,
(2) 9
6", S
TD la
mp
32
F96T
1275
0.16
0.47
OFFI
CE O
PEN
SPAC
E46
802,
218
332.
75$
27
.68
$
N
LED
T8 L
INEA
RLIN
EAR
LED
15W
35K
IN
TERN
AL D
RIVE
R3
0.06
0.18
0$1
01.0
923
1.66
$
E1
9SI
0.21
$
$2
89.4
3
38Po
lice
Dept
.GY
MST
RIP
CFT4
0/2
Com
pact
Fluo
resc
ent,
twin,
(2) 4
0W la
mp
12
CFT4
0W40
0.09
0.09
OFFI
CE O
PEN
SPAC
E46
8039
859
.67
$
4.96
$
NLE
D LA
MP
RETR
OFIT
LED
18W
(1) P
lug in
10.
018
0.01
8$1
0.11
$49.
56E1
9SI
0.21
$
$6
5.96
39Po
lice
Dept
.Ex
terio
r Rec
eess
edCA
NCF
T26/
1Co
mpa
ct F
luore
scen
t, tw
in, (1
) 26W
lam
p20
1CF
T26W
260.
030.
60EX
TERI
OR B
LDG
4680
2,80
842
1.20
$
35.0
4$
NPL
LED
LAM
PLE
D 13
W (1
) Plug
in20
0.01
30.
260
$146
.02
$275
.18
E19S
E0.
08$
$132
.77
40Po
lice
Dept
.Pa
rking
- W
allpa
cks
Wall
pack
HPS1
50/1
High
Pre
ssur
e So
dium
, (1)
150
W la
mp
51
HPS1
5015
00.
190.
94EX
TERI
OR B
LDG
4680
4,39
965
9.88
$
54.9
0$
NLE
D CL
USTE
R LA
MP
LED-
8024
E 45
W5
0.04
50.
225
$126
.36
$533
.52
E19S
E0.
08$
$279
.21
41Po
lice
Dept
.Ar
chive
STRI
PCF
T40/
2Co
mpa
ct F
luore
scen
t, tw
in, (2
) 40W
lam
p2
2CF
T40W
400.
090.
17ST
ORAG
E46
8079
611
9.34
$
9.93
$
NLE
D LA
MP
RETR
OFIT
LED
18W
(1) P
lug in
20.
018
0.03
6$2
0.22
$99.
12E1
9SI
0.21
$
$1
31.9
2
42Po
lice
dept
.Ev
idenc
e-sh
edST
RIP
CFT4
0/2
Com
pact
Fluo
resc
ent,
twin,
(2) 4
0W la
mp
22
CFT4
0W40
0.09
0.17
STOR
AGE
4680
796
119.
34$
9.
93$
N
LED
LAM
P RE
TROF
ITLE
D 18
W (1
) Plug
in2
0.01
80.
036
$20.
22$9
9.12
E19S
I0.
08$
$52.
33
43Po
lice
Dept
.Pa
rking
- Sh
oebo
xSH
OEBO
XHP
S100
/1Hi
gh P
ress
ure
Sodiu
m, (
1) 1
00W
lam
p6
1HP
S100
100
0.14
0.83
EXTE
RIOR
BLD
G46
803,
875
581.
26$
48
.36
$
N
LED-
HPS1
00W
LED-
8029
E 24
W6
0.02
40.
144
$80.
87$5
00.3
9E1
9SE
0.08
$
$2
67.1
0
44Po
lice
Dept
.Gl
obe
Entry
GLOB
ECF
28/1
-SCR
WCo
mpa
ct F
luore
scen
t, (1
) 28W
scr
ew-in
lam
p, T
win
or Q
uad,
Glob
e or
Cap
sule
21
CFC2
8W28
0.03
0.06
EXTE
RIOR
BLD
G12
7471
8.56
$
3.
27$
Y
LED
HIGH
OUT
PUT
A19
LED
A19
(1) O
mini
Dire
ction
al La
mp
High
Out
put
20.
015
0.03
0$4
.59
$3.9
7E1
9SE
0.08
$
$2
.76
45IV
Y Pa
rking
Park
ling
Area
sLA
NTER
NHP
S250
/1Hi
gh P
ress
ure
Sodiu
m, (
1) 2
50W
lam
p4
1HP
S250
250
0.30
1.18
EXTE
RIOR
BLD
G12
741,
503
180.
40$
68
.91
$
Y
LED
CLUS
TER
LAM
PLE
D-80
46M
424
0.06
50.
260
$49.
69$1
30.7
1OL
1E
0.11
$
$1
30.7
1
46IV
Y Pa
rking
Park
ign A
reas
Acor
nM
H250
/1M
etal
Halid
e, (1
) 250
W la
mp
41
MH2
5025
00.
301.
18EX
TERI
OR B
LDG
1274
1,50
318
0.40
$
68.9
1$
YLE
D CL
USTE
R LA
MP
LED-
8046
M42
40.
065
0.26
0$4
9.69
$130
.71
OL1
E0.
11$
$130
.71
47M
oony
Lot
Park
ing A
reas
Acor
nM
H250
/1M
etal
Halid
e, (1
) 250
W la
mp
41
MH2
5025
00.
301.
18EX
TERI
OR B
LDG
1274
1,50
318
0.40
$
68.9
1$
YLE
D CL
USTE
R LA
MP
LED-
8046
M42
40.
065
0.26
0$4
9.69
$130
.71
OL1
E0.
11$
$130
.71
48Ol
d Ci
ty H
allOu
tside
RR
STRI
PF4
2ILL
Fluo
resc
ent,
(2) 4
8", T
-8 la
mp,
Inst
ant
Star
t Ball
ast,
NLO
(BF:
.85-
.95)
22
F32T
832
0.06
0.12
EXTE
RIOR
BLD
G12
7415
118
.13
$
6.93
$
YLE
D T8
LIN
EAR
LINEA
R LE
D 15
W 3
5K
INTE
RNAL
DRI
VER
20.
030.
060
$11.
47$6
.67
A6E
$0.1
8$1
3.14
49Ol
d Ci
ty H
allPa
rking
Are
asAc
orn
MH2
50/1
Met
al Ha
lide,
(1) 2
50W
lam
p13
1M
H250
250
0.30
3.84
EXTE
RIOR
BLD
G46
8017
,948
2,15
3.74
$
22
3.96
$
Y
LED
CLUS
TER
LAM
PLE
D-80
46M
4213
0.06
50.
845
$593
.19
$1,5
60.5
5A6
E$0
.18
$2,4
62.6
6
50Ol
d Ci
ty H
allM
en's
RRST
RIP
F42IL
LFl
uore
scen
t, (2
) 48"
, T-8
lam
p, In
stan
t St
art B
allas
t, NL
O (B
F: .8
5-.9
5)2
2F3
2T8
320.
060.
12EX
TERI
OR B
LDG
1274
151
18.1
3$
6.
93$
Y
LED
T8 L
INEA
RLIN
EAR
LED
15W
35K
IN
TERN
AL D
RIVE
R2
0.03
0.06
0$1
1.47
$6.6
7A6
E$0
.18
$13.
14
51Ol
d Ci
ty h
allW
allpa
ckW
allpa
ckCF
Q18/
1Co
mpa
ct F
luore
scen
t, qu
ad, (
1) 1
8W
lamp
21
CFQ1
8W18
0.03
0.05
EXTE
RIOR
BLD
G12
7466
7.95
$
3.
04$
Y
LED
LAM
P RE
TROF
ITLE
D 13
W (1
) Plug
in2
0.01
30.
026
$4.9
7$2
.98
A6E
$0.1
8$5
.83
52Ol
d Ci
ty H
allLa
nter
nLA
NTER
NI40
/1Inc
ande
scen
t, (1
) 40W
lam
p -C
ande
labra
21
I4040
0.03
0.05
EXTE
RIOR
BLD
G12
7464
7.64
$
2.
92$
Y
LED
E12
CAND
LEAB
RALE
D CA
NDLE
ABRA
BAS
E 2
0.00
450.
009
$1.7
2$5
.92
A6E
$0.1
8$9
.19
53Fo
x Lo
tPa
rklin
g Ar
eas
Acor
nM
H250
/1M
etal
Halid
e, (1
) 250
W la
mp
71
MH2
5025
00.
302.
07EX
TERI
OR B
LDG
1274
2,63
131
5.70
$
120.
60$
YLE
D CL
USTE
R LA
MP
LED-
8046
M42
70.
065
0.45
5$8
6.95
$228
.75
OL1
E0.
11$
$228
.75
54M
ilton
Park
ing A
reas
Acor
nM
H250
/1M
etal
Halid
e, (1
) 250
W la
mp
21
MH2
5025
00.
300.
59EX
TERI
OR B
LDG
1274
752
90.2
0$
34
.46
$
Y
LED
CLUS
TER
LAM
PLE
D-80
46M
422
0.06
50.
130
$24.
84$6
5.36
OL1
E0.
11$
$65.
36
55Ci
ty H
all G
arag
ePa
rking
Gar
age
Cano
pyIN
D150
/1Ind
uctio
n (1
) 150
W L
amp
119
1IN
D150
150
0.19
22.3
7EX
TERI
OR B
LDG
8760
195,
979
23,5
17.4
5$
1,
306.
52$
Y
PHOT
O CE
LL
PHOT
O CE
LL -
1 PE
R CI
RCUI
T4
0.19
22.3
72$2
0,57
7.77
$2,9
39.6
8E1
9SE
$0.1
2$7
,187
.23
56Ci
ty H
all G
arag
ePa
rking
Gar
age
Rece
ssed
CFQ1
8/1
Com
pact
Fluo
resc
ent,
quad
, (1)
18W
lam
p14
1CF
Q18W
180.
030.
36EX
TERI
OR B
LDG
8760
3,18
938
2.64
$
21.2
6$
YLE
D LA
MP
RETR
OFIT
LED
13W
(1) P
lug in
140.
013
0.18
2$2
39.1
5$1
43.4
9E1
9SE
$0.1
2$1
94.9
0
57Ci
ty H
all A
reas
Park
ing A
reas
Acor
nM
H250
/1M
etal
Halid
e, (1
) 250
W la
mp
111
MH2
5025
00.
303.
25EX
TERI
OR B
LDG
2080
6,75
080
9.95
$
189.
51$
YLE
D CL
USTE
R LA
MP
LED-
8046
M42
110.
065
0.71
5$2
23.0
8$5
86.8
7A1
0SX
E$0
.12
$643
.30
58Ci
ty H
all E
ntry
Entry
Fro
ntST
RIP
F42IL
LFl
uore
scen
t, (2
) 48"
, T-8
lam
p, In
stan
t St
art B
allas
t, NL
O (B
F: .8
5-.9
5)8
2F3
2T8
320.
060.
47HA
LL/L
OBBY
546
259
31.0
8$
27
.70
$
Y
LED
T8 L
INEA
RLIN
EAR
LED
15W
35K
IN
TERN
AL D
RIVE
R8
0.03
0.24
0$1
9.66
$11.
43A1
0SX
I$0
.21
$26.
39
59Ci
ty H
all B
ldg.
Exte
rior F
lood
FLOO
D FI
XTUR
EHP
S150
/1Hi
gh P
ress
ure
Sodiu
m, (
1) 1
50W
lam
p4
1HP
S150
150
0.19
0.75
EXTE
RIOR
BLD
G54
641
149
.27
$
43.9
2$
YLE
D CL
USTE
R LA
MP
LED-
8024
E 45
W4
0.04
50.
180
$14.
74$3
4.53
A10S
XE
$0.1
2$3
8.18
60Ci
ty H
all
Stair
wells
Strip
F22IL
L/T4
Fluo
resc
ent,
(2) 2
4, T
-8 la
mp,
Inst
ant
Star
t Ball
ast,
NLO
(BF:
.85-
.95)
, Tan
dem
4
Lam
p Ba
llast
122
F17T
817
0.03
0.37
HALL
/LOB
BY54
620
023
.98
$
21.3
7$
YLE
D T8
LIN
EAR
LED
2FT
LINEA
R12
0.00
850.
102
$6.6
8$1
7.30
A10S
XI
$0.2
1$2
9.72
SITE
INFO
RMAT
ION
Base
line
PROP
OSED
LIG
HTIN
G SY
STEM
Schedule 1
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
17
ITEM #
BLDG
.RO
OMFI
XTUR
E TY
PEFI
X. C
ODE
DESC
RIPT
ION
FIX.
QTY
.LA
MP/
FIX.
LAMP
TY
PEW
ATTS
/ LA
MP
WAT
TS/
FIX.
(K
W)
TOTA
L
FIX.
KWUS
AGE
TYPE
ANNU
AL
HOUR
SAN
NUAL
KW
HAN
NUAL
CO
STS
ELEC
TRIC
CO
ST P
ER
FIXT
SENS
OR
(Y/N
)MA
T
CO
DEDE
SCRI
PTIO
NLA
MP/F
IXT
QTY.
NEW
KW
/
FIX.
TOTA
L FI
X.(S
) KW
ANNU
AL
COST
SAN
NUAL
SA
VING
SPG
E Ra
teIn
terio
r/ Ex
terio
rPG
E Av
g Ra
tePG
E Ra
te
Calcu
latio
n
61Ci
ty Ha
llEl
evato
rSt
ripF4
2ILL
Fluore
scen
t, (2)
48",
T-8 la
mp, In
stant
Start
Ball
ast,
NLO
(BF:
.85-.
95)
22
F32T
832
0.06
0.12
HALL
/LOBB
Y54
665
7.77
$
6.9
3$
YLE
D T8
LINE
ARLIN
EAR
LED
15W
35K
INTE
RNAL
DRI
VER
20.0
30.0
60$3
.93$3
.84A1
0SX
I$0
.21$6
.60
62Ci
ty Ha
ll1s
t Floo
r Offic
esSt
ripF4
2ILL
Fluore
scen
t, (2)
48",
T-8 la
mp, In
stant
Start
Ball
ast,
NLO
(BF:
.85-.
95)
52
F32T
832
0.06
0.30
OFFIC
E OP
EN
SPAC
E54
616
219
.43$
17
.32$
YLE
D T8
LINE
ARLIN
EAR
LED
15W
35K
INTE
RNAL
DRI
VER
50.0
30.1
50$9
.83$9
.60A1
0SX
I$0
.21$1
6.49
63Ci
ty Ha
ll1s
t Floo
r Offic
esST
RIP
F43IL
L/2
Fluore
scen
t, (3)
48, T
-8 lam
p, Ins
tant
Start
Ball
ast,
NLO
(BF:
.85-.
95),
(2)
balla
st20
3F3
2T8
320.0
91.8
0OF
FICE
OPEN
SP
ACE
546
983
117.9
4$
10
5.12
$
YLE
D T8
LINE
ARLIN
EAR
LED
15W
35K
INTE
RNAL
DRI
VER
200.0
30.6
00$3
9.31
$78.6
2A1
0SX
I$0
.21$1
35.11
64Ci
ty Ha
ll1s
t Floo
r Offic
esU
Lamp
FU2IL
L/T4
Fluore
scen
t, (2)
U-Tu
be, T
-8 lam
p, Ins
tand S
tart B
allas
t, tan
dem
wired
42
FU31
T8/6
320.0
60.2
2OF
FICE
OPEN
SP
ACE
546
122
14.68
$
13.08
$
Y
LED
U-LA
MPLE
D UL
AMP
40.0
330.1
32$8
.65$6
.03A1
0SX
I$0
.21$1
0.36
65Ci
ty Ha
ll1s
t Floo
r Offic
esRe
cess
edCF
Q18/2
Comp
act F
luores
cent,
quad
, (2)
18W
lam
p4
2CF
Q18W
180.0
50.1
8OF
FICE
OPEN
SP
ACE
546
9811
.79$
10
.51$
YLE
D LA
MP R
ETRO
FITLE
D 13
W (1
) Plug
in4
0.013
0.052
$3.41
$8.39
A10S
XI
$0.21
$14.4
1
66Ci
ty Ha
ll2n
d Floo
r Offic
esST
RIP
F42IL
LFlu
oresc
ent,
(2) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
)3
2F3
2T8
320.0
60.1
8OF
FICE
OPEN
SP
ACE
780
139
16.65
$
10.39
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R3
0.03
0.090
$8.42
$8.23
A10S
XI
$0.21
$14.1
4
67Ci
ty ha
ll2n
d Floo
r Offic
esST
RIP
F43IL
L/2Flu
oresc
ent,
(3) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
), (2)
ba
llast
303
F32T
832
0.09
2.70
OFFIC
E OP
EN
SPAC
E78
02,1
0625
2.72
$
157.6
8$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R30
0.03
0.900
$84.2
4$1
68.48
A10S
XI
$0.21
$289
.51
68Ci
ty Ha
ll2n
d Floo
r Offic
esU
Lamp
FU2IL
L/T4
Fluore
scen
t, (2)
U-Tu
be, T
-8 lam
p, Ins
tand S
tart B
allas
t, tan
dem
wired
12
FU31
T8/6
320.0
60.0
6OF
FICE
OPEN
SP
ACE
780
445.2
4$
3.27
$
Y
LED
U-LA
MPLE
D UL
AMP
10.0
330.0
33$3
.09$2
.15A1
0SX
I$0
.21$3
.70
69Ci
ty Ha
ll3rd
Floo
r Offic
esST
RIP
F42IL
LFlu
oresc
ent,
(2) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
)3
2F3
2T8
320.0
60.1
8OF
FICE
OPEN
SP
ACE
780
139
16.65
$
10.39
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R3
0.03
0.090
$8.42
$8.23
A10S
XI
$0.21
$14.1
4
70Ci
ty Ha
ll3rd
Floo
r Offic
esST
RIP
F43IL
L/2Flu
oresc
ent,
(3) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
), (2)
ba
llast
273
F32T
832
0.09
2.43
OFFIC
E OP
EN
SPAC
E10
402,5
2730
3.26
$
141.9
1$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R27
0.03
0.810
$101
.09$2
02.18
A10S
XI
$0.21
$347
.42
71Ci
ty Ha
ll3rd
Floo
r Offic
esU
Lamp
FU2IL
L/T4
Fluore
scen
t, (2)
U-Tu
be, T
-8 lam
p, Ins
tand S
tart B
allas
t, tan
dem
wired
52
FU31
T8/6
320.0
60.2
8OF
FICE
OPEN
SP
ACE
1820
510
76.44
$
16.35
$
N
LED
U-LA
MPLE
D UL
AMP
50.0
330.1
65$3
6.04
$40.4
0A1
0SX
I$0
.21$4
3.16
72Ci
ty Ha
ll4th
Floo
r Offic
esST
RIP
F42IL
LFlu
oresc
ent,
(2) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
)3
2F3
2T8
320.0
60.1
8OF
FICE
OPEN
SP
ACE
780
139
16.65
$
10.39
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R3
0.03
0.090
$8.42
$8.23
A10S
XI
$0.21
$14.1
4
73Ci
ty Ha
ll4th
Floo
r Offic
esST
RIP
F43IL
L/2Flu
oresc
ent,
(3) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
), (2)
ba
llast
183
F32T
832
0.09
1.62
OFFIC
E OP
EN
SPAC
E78
01,2
6415
1.63
$
94.61
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R18
0.03
0.540
$50.5
4$1
01.09
A10S
XI
$0.21
$173
.71
74Ci
ty Ha
ll4th
Floo
r Offic
esU
Lamp
FU2IL
L/T4
Fluore
scen
t, (2)
U-Tu
be, T
-8 lam
p, Ins
tand S
tart B
allas
t, tan
dem
wired
112
FU31
T8/6
320.0
60.6
2OF
FICE
OPEN
SP
ACE
780
480
57.66
$
35.97
$
Y
LED
U-LA
MPLE
D UL
AMP
110.0
330.3
63$3
3.98
$23.6
8A1
0SX
I$0
.21$4
0.69
75Ci
ty Ha
ll4th
Floo
r Offic
esRe
cess
edCF
Q18/2
Comp
act F
luores
cent,
quad
, (2)
18W
lam
p2
2CF
Q18W
180.0
50.0
9OF
FICE
OPEN
SP
ACE
780
708.4
2$
5.26
$
Y
LED
LAMP
RET
ROFIT
LED
13W
(1) P
lug in
20.0
130.0
26$2
.43$5
.99A1
0SX
I$0
.21$1
0.29
76Aq
uatic
Ctr.
Shoe
box
Shoe
box
HPS1
50/1
High
Pres
sure
Sodiu
m, (1
) 150
W la
mp27
1HP
S150
150
0.19
5.08
EXTE
RIOR
BLD
G78
03,9
5947
5.11
$
296.4
4$
Y
LED
CLUS
TER
LAMP
LED-
8024
E 45
W27
0.045
1.215
$113
.72$3
61.39
E19S
E$0
.08$2
51.29
77Aq
uatic
Ctr.
Wall
pack
sW
allpa
ckHP
S175
/1Hi
gh P
ressu
re So
dium,
(1) 1
75W
lamp
91
HPS1
7517
50.2
11.9
2EX
TERI
OR B
LDG
780
1,495
179.4
3$
11
1.95
$
YLE
D CL
USTE
R LA
MPLE
D-80
24E
45W
90.0
450.4
05$3
7.91
$141
.52E1
9SE
$0.08
$98.4
1
78Aq
uatic
Ctr.
Tot L
ights
CFL B
ulbs
CF18
/1-SC
RWCo
mpac
t Fluo
resce
nt, (1
) 18W
screw
-in
lamp,
Twin
or Qu
ad, G
lobe o
r Cap
sule
91
CFC1
8W18
0.02
0.16
EXTE
RIOR
BLD
G10
4016
820
.22$
9.4
6$
YLE
D 1-1
8W P
LLE
D 13
W (1
) Plug
in9
0.013
0.117
$14.6
05.6
2$
E1
9SE
$0.08
$3.90
79Aq
uatic
Ctr.
Pool
Lights
Bulbs
I300/1
Incan
desc
ent,
(1) 30
0W la
mp3
1I30
030
00.3
00.9
0EX
TERI
OR B
LDG
1040
936
112.3
2$
52
.56$
YLE
D T8
LINE
ARLIN
EAR
LED
15W
35K
INTE
RNAL
DRI
VER
30.0
30.0
90$1
1.23
$101
.09E1
9SE
$0.08
$70.2
9
80Co
rp. Y
ardTra
iler O
ffices
STRI
PF4
2ILL
Fluore
scen
t, (2)
48",
T-8 la
mp, In
stant
Start
Ball
ast,
NLO
(BF:
.85-.
95)
152
F32T
832
0.06
0.89
OFFIC
E OP
EN
SPAC
E62
405,5
5066
6.06
$
51.95
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R15
0.03
0.450
$336
.96$3
29.10
A1X
I$0
.20$5
59.76
81Co
rp. Y
ardTra
iler O
ffices
Wall
pack
HPS1
00/1
High
Pres
sure
Sodiu
m, (1
) 100
W la
mp15
1HP
S100
100
0.14
2.07
EXTE
RIOR
BLD
G62
4012
,917
1,550
.02$
120.8
9$
Y
LED
CLUS
TER
LAMP
LED-
8029
E 24
W15
0.024
0.360
$269
.57$1
,280.4
5A1
XE
$0.20
$2,09
2.20
82Co
rp. Y
ardMa
int R
ooms
STRI
PF4
2ILL
Fluore
scen
t, (2)
48",
T-8 la
mp, In
stant
Start
Ball
ast,
NLO
(BF:
.85-.
95)
142
F32T
832
0.06
0.83
OFFIC
E OP
EN
SPAC
E62
405,1
8062
1.65
$
48.48
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R14
0.03
0.420
$314
.50$3
07.16
A1X
I$0
.20$5
22.44
83Co
rp. ya
rdMa
int R
ooms
STRI
PF8
1SE
Fluore
scen
t, (1)
96",
STD
lamp
31
F96T
1275
0.09
0.27
OFFIC
E OP
EN
SPAC
E62
401,6
8520
2.18
$
15.77
$
Y
LED
T8 LI
NEAR
4L TA
NDEM
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R3
0.06
0.180
$134
.78$6
7.39
A1X
I$0
.20$1
14.63
84Co
rp. ya
rdMa
int R
ooms
STRI
PF4
1SE
Fluore
scen
t, (1)
48",
STD
lamp
41
F40T
1240
0.05
0.20
OFFIC
E OP
EN
SPAC
E43
6887
410
4.83
$
11.68
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R4
0.015
0.060
$31.4
5$7
3.38
A1X
I$0
.20$1
24.82
85Co
rp. Y
ardMa
int R
ooms
Bulbs
I40/1
Incan
desc
ent,
(1) 40
W la
mp -C
ande
labra
71
I4040
0.03
0.18
OFFIC
E OP
EN
SPAC
E43
6876
491
.73$
10
.22$
YLE
D E1
2 CAN
DLEA
BRA
LED
CAND
LEAB
RA B
ASE
70.0
045
0.032
$20.6
4$7
1.09
A1X
I$0
.20$1
27.94
86Co
rp. Y
ardFlo
od Li
ghts
Bulbs
H50/1
Halog
en In
cand
esce
nt, (1
) 50W
lamp
41
H50
500.0
50.2
0EX
TERI
OR B
LDG
3057
.661
273
.38$
11
.68$
YLE
D E1
2 CAN
DLEA
BRA
LED
CAND
LEAB
RA B
ASE
40.0
045
0.018
$8.26
$65.1
3A1
XE
$0.20
$109
.11
87Co
rp. ya
rdW
allpa
cks
Wall
pack
HPS1
50/1
High
Pres
sure
Sodiu
m, (1
) 150
W la
mp7
1HP
S150
150
0.19
1.32
EXTE
RIOR
BLD
G30
57.6
4,024
482.8
6$
76
.85$
YLE
D CL
USTE
R LA
MPLE
D-80
24E
45W
70.0
450.3
15$1
44.47
$338
.38A1
XE
$0.20
$600
.12
88To
wn H
allW
allpa
cks
Wall
pack
HPS1
00/1
High
Pres
sure
Sodiu
m, (1
) 100
W la
mp3
1HP
S100
100
0.14
0.41
EXTE
RIOR
BLD
G30
57.6
1,266
151.9
0$
24
.18$
YLE
D CL
USTE
R LA
MPLE
D-80
29E
24W
30.0
240.0
72$2
6.42
$125
.48A1
XE
$0.20
$205
.04
89To
wn H
allOf
fices
- 1s
t Floo
rST
RIP
F42IL
LFlu
oresc
ent,
(2) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
)29
2F3
2T8
320.0
61.7
2OF
FICE
OPEN
SP
ACE
3057
.65,2
5863
0.98
$
100.4
3$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R29
0.03
0.870
$319
.21$3
11.77
A1X
I$0
.20$5
30.28
90To
wn H
allOf
fices
Bulbs
I40/1
Incan
desc
ent,
(1) 40
W la
mp -C
ande
labra
41
I4040
0.03
0.10
OFFIC
E OP
EN
SPAC
E30
57.6
306
36.69
$
5.84
$
Y
PAR
40 LE
D LA
MPLE
D PA
R 40
40.0
170.0
68$2
4.95
$11.7
4A1
XI
$0.20
$19.9
7
PROP
OSED
LIG
HTIN
G SY
STEM
SITE
INFO
RMAT
ION
Base
line
Schedule 1
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
18
ITEM #
BLDG
.RO
OMFI
XTUR
E TY
PEFI
X. C
ODE
DESC
RIPT
ION
FIX.
QTY
.LA
MP/
FIX.
LAMP
TY
PEW
ATTS
/ LA
MP
WAT
TS/
FIX.
(K
W)
TOTA
L
FIX.
KW
USAG
E TY
PEAN
NUAL
HO
URS
ANNU
AL
KWH
ANNU
AL
COST
S
ELEC
TRIC
CO
ST P
ER
FIXT
SENS
OR
(Y/N
)MA
T
CO
DEDE
SCRI
PTIO
NLA
MP/F
IXT
QTY.
NEW
KW
/
FIX.
TOTA
L FI
X.(S
) KW
ANNU
AL
COST
SAN
NUAL
SA
VING
SPG
E Ra
teIn
terio
r/ Ex
terio
rPG
E Av
g Ra
tePG
E Ra
te
Calcu
latio
n
91To
wn H
allOf
fices
Exit S
ignEI
15/1
EXIT
Incan
desc
ent, (
1) 15
W la
mp4
1I15
150.0
20.0
6OF
FICE
OPEN
SP
ACE
3057
.618
322
.01$
3.5
0$
YLE
D EX
ITLE
D EX
IT SI
GN F
IXTUR
E4
0.004
0.016
$5.87
$16.1
4A1
XI
$0.20
$27.4
6
92To
wn H
allOf
fices
- 2n
d Floo
rST
RIP
F42IL
LFlu
oresc
ent,
(2) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
)34
2F3
2T8
320.0
62.0
2OF
FICE
OPEN
SP
ACE
3057
.66,1
6573
9.77
$
11
7.75
$
YLE
D T8
LINE
ARLIN
EAR
LED
15W
35K
INTE
RNAL
DRI
VER
340.0
31.0
20$3
74.25
$365
.52A1
XI
$0.20
$621
.71
93To
wn H
allCo
uncil
Rm
FLOO
D LA
MPI65
/1Inc
ande
scen
t, (1)
65W
lamp
141
I6565
0.07
0.91
SPEC
IAL U
SE30
57.6
2,782
333.8
9$
53.14
$
Y
LED
LAMP
RET
ROFIT
LED
PAR
4014
0.017
0.238
$87.3
3$2
46.56
A1X
I$0
.20$4
19.38
94To
wn H
allCo
uncil
Rm
STRI
PF4
2ILL
Fluore
scen
t, (2)
48",
T-8 la
mp, In
stant
Start
Ball
ast,
NLO
(BF:
.85-.
95)
222
F32T
832
0.06
1.30
SPEC
IAL U
SE30
57.6
3,989
478.6
7$
76.19
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R22
0.03
0.660
$242
.16$2
36.51
A1X
I$0
.20$4
02.28
95To
wn H
allEx
t. Gl
obe
GLOB
EI40
/1Inc
ande
scen
t, (1)
40W
lamp
-Can
delab
ra3
1I40
400.0
30.0
8EX
TERI
OR B
LDG
3057
.622
927
.52$
4.3
8$
YLE
D E1
2 CAN
DLEA
BRA
LED
CAND
LEAB
RA B
ASE
30.0
045
0.014
$4.95
$22.5
7A1
XE
$0.20
$36.8
7
96W
WTP
Main
Bldg
.ST
RIP
F43IL
L/2Flu
oresc
ent,
(3) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
), (2)
ba
llast
223
F32T
832
0.09
1.98
EXTE
RIOR
BLD
G30
57.6
6,054
726.4
9$
115.6
3$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R22
0.03
0.660
$302
.70$4
23.78
E19S
E$0
.08$3
36.77
97W
WTP
Main
Bldg
.ST
RIP
F544
ILLFL
UORE
SCEN
T (4)
54" T
-5 LA
MP-
INSTA
NT S
TART
BAL
LAST
244
F54T
554
0.02
0.48
EXTE
RIOR
BLD
G30
57.6
1,482
177.8
8$
28.31
$
Y
LED
T5 LI
NEAR
LED
T5 D
IREC
T FIT
EXIS
TING
BALL
AST
240.0
811.9
44$8
91.60
($713
.72)
E19S
E$0
.08($3
72.28
)
98W
WTP
Lock
er Rm
/Stor
age
STRI
PF4
2ILL
Fluore
scen
t, (2)
48",
T-8 la
mp, In
stant
Start
Ball
ast,
NLO
(BF:
.85-.
95)
92
F32T
832
0.06
0.53
REST
ROOM
4368
2,331
279.7
4$
31.17
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R9
0.03
0.270
$176
.90$1
02.84
E19S
I$0
.21$2
42.30
99W
WTP
Bldg
. 10
STRI
PF4
2ILL
Fluore
scen
t, (2)
48",
T-8 la
mp, In
stant
Start
Ball
ast,
NLO
(BF:
.85-.
95)
52
F32T
832
0.06
0.30
OFFIC
E OP
EN
SPAC
E43
681,2
9515
5.41
$
17
.32$
YLE
D T8
LINE
ARLIN
EAR
LED
15W
35K
INTE
RNAL
DRI
VER
50.0
30.1
50$9
8.28
$57.1
3E1
9SI
$0.21
$134
.61
100
WW
TPBl
dg. 1
0ST
RIP
F42IL
LFlu
oresc
ent,
(2) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
)15
2F3
2T8
320.0
60.8
9OF
FICE
OPEN
SP
ACE
4368
3,885
466.2
4$
51.95
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R15
0.03
0.450
$294
.84$1
71.40
E19S
I$0
.21$4
03.83
101
WW
TPBl
dg. 2
7ST
RIP
F42IL
LFlu
oresc
ent,
(2) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
)17
2F3
2T8
320.0
61.0
1OF
FICE
OPEN
SP
ACE
4368
4,403
528.4
1$
58.87
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R17
0.03
0.510
$334
.15$1
94.25
E19S
I$0
.21$4
57.67
102
WW
TPBl
dg. B
FPST
RIP
F42IL
LFlu
oresc
ent,
(2) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
)20
2F3
2T8
320.0
61.1
9OF
FICE
OPEN
SP
ACE
4368
5,180
621.6
5$
69.26
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R20
0.03
0.600
$393
.12$2
28.53
E19S
I$0
.21$5
38.44
103
WW
TPBl
dg. W
AS/R
ASST
RIP
F42IL
LFlu
oresc
ent,
(2) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
)10
2F3
2T8
320.0
60.5
9OF
FICE
OPEN
SP
ACE
4368
2,590
310.8
3$
34.63
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R10
0.03
0.300
$196
.56$1
14.27
E19S
I$0
.21$2
69.22
104
WW
TPBl
dg. W
AS/R
ASSt
ripF8
2SE
Fluore
scen
t, (2)
96",
STD
lamp
62
F96T
1275
0.16
0.95
OFFIC
E OP
EN
SPAC
E43
684,1
4149
6.90
$
55
.36$
YLE
D T8
LINE
AR 4L
TAND
E MLIN
EAR
LED
15W
35K
INTE
RNAL
DRI
VER
60.0
60.3
60$2
35.87
$261
.03E1
9SI
$0.21
$540
.27
105
WW
TPBl
dg. P
rimary
STRI
PF4
2ILL
Fluore
scen
t, (2)
48",
T-8 la
mp, In
stant
Start
Ball
ast,
NLO
(BF:
.85-.
95)
72
F32T
832
0.06
0.42
OFFIC
E OP
EN
SPAC
E43
681,8
1321
7.58
$
24
.24$
YLE
D T8
LINE
ARLIN
EAR
LED
15W
35K
INTE
RNAL
DRI
VER
70.0
30.2
10$1
37.59
$79.9
9E1
9SI
$0.21
$188
.45
106
WW
TPBl
dg. M
CC12
STRI
PF4
2ILL
Fluore
scen
t, (2)
48",
T-8 la
mp, In
stant
Start
Ball
ast,
NLO
(BF:
.85-.
95)
52
F32T
832
0.06
0.30
OFFIC
E OP
EN
SPAC
E43
681,2
9515
5.41
$
17
.32$
YLE
D T8
LINE
ARLIN
EAR
LED
15W
35K
INTE
RNAL
DRI
VER
50.0
30.1
50$9
8.28
$57.1
3E1
9SI
$0.21
$134
.61
107
WW
TPBl
dg. M
TUHi
gh B
ay
Fixt.
MH17
5/1Me
tal H
alide
, (1)
175W
lamp
201
MH17
517
50.2
24.3
0EX
TERI
OR B
LDG
1274
5,478
657.3
8$
251.1
2$
Y
LED
150-1
75
LED-
8024
E 45
W20
0.045
0.900
$171
.99$4
85.39
E19S
E$0
.08$3
61.43
108
WW
TPPr
essu
re Fil
terST
RIP
F42IL
LFlu
oresc
ent,
(2) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
)11
2F3
2T8
320.0
60.6
5OF
FICE
OPEN
SP
ACE
1274
831
99.72
$
38.09
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R11
0.03
0.330
$63.0
6$3
6.66
E19S
I$0
.21$8
6.37
109
WW
TPPr
essu
re Fil
terST
RIP
F41S
EFlu
oresc
ent,
(1) 48
", ST
D lam
p10
1F4
0T12
400.0
50.5
0OF
FICE
OPEN
SP
ACE
728
364
43.68
$
29.20
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R10
0.015
0.150
$16.3
8$2
7.30
E19S
I$0
.21$5
3.60
110
WW
TPOu
tfall
STRI
PF4
2ILL
Fluore
scen
t, (2)
48",
T-8 la
mp, In
stant
Start
Ball
ast,
NLO
(BF:
.85-.
95)
12
F32T
832
0.06
0.06
OFFIC
E OP
EN
SPAC
E12
7476
9.07
$
3.46
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R1
0.03
0.030
$5.73
$3.33
E19S
I$0
.21$7
.85
111
WW
TPDi
geste
rST
RIP
F42IL
LFlu
oresc
ent,
(2) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
)15
2F3
2T8
320.0
60.8
9OF
FICE
OPEN
SP
ACE
1274
1,133
135.9
9$
51.95
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R15
0.03
0.450
$86.0
0$4
9.99
E19S
I$0
.21$1
17.78
112
WW
TPGB
TST
RIP
F42IL
LFlu
oresc
ent,
(2) 48
", T-8
lamp
, Insta
nt St
art B
allas
t, NL
O (B
F: .8
5-.95
)11
2F3
2T8
320.0
60.6
5OF
FICE
OPEN
SP
ACE
1274
831
99.72
$
38.09
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R11
0.03
0.330
$63.0
6$3
6.66
E19S
I$0
.21$8
6.37
113
WW
TPW
az H
olding
STRI
PF4
2ILL
Fluore
scen
t, (2)
48",
T-8 la
mp, In
stant
Start
Ball
ast,
NLO
(BF:
.85-.
95)
32
F32T
832
0.06
0.18
OFFIC
E OP
EN
SPAC
E12
7422
727
.20$
10
.39$
YLE
D T8
LINE
ARLIN
EAR
LED
15W
35K
INTE
RNAL
DRI
VER
30.0
30.0
90$1
7.20
$10.0
0E1
9SI
$0.21
$23.5
6
114
WW
TPAs
Bldg
.ST
RIP
F41S
EFlu
oresc
ent,
(1) 48
", ST
D lam
p15
1F4
0T12
400.0
50.7
5OF
FICE
OPEN
SP
ACE
1274
956
114.6
6$
43.80
$
Y
LED
T8 LI
NEAR
LINEA
R LE
D 15
W 35
K IN
TERN
AL D
RIVE
R15
0.015
0.225
$43.0
0$7
1.66
E19S
I$0
.21$1
40.70
115
WW
TPHe
adwo
rksSt
rip
F22IL
L/T4
Fluore
scen
t, (2)
24",
T-8 la
mp, In
stant
Start
Ball
ast,
NLO
(BF:
.85-.
95),
Tand
em
4 Lam
p Ball
ast
142
F17T
817
0.03
0.43
OFFIC
E OP
EN
SPAC
E43
681,8
6522
3.82
$
24
.94$
Y
LED
T8 LI
NEAR
LED
2FT L
INEA
R14
0.008
50.1
19$7
7.97
$145
.85E1
9SI
$0.21
$283
.00
116
WW
TPEx
terior
Bldg
.sW
allpa
ckMH
250/1
Metal
Hali
de, (
1) 25
0W la
mp25
1MH
250
250
0.30
7.38
EXTE
RIOR
BLD
G43
6832
,214
3,865
.68$
430.7
0$
Y
LED
HID
LAMP
LED
(1) P
ole To
p SEL
F-BA
LLAS
TED
RETR
OFIT
LAMP
S-12
0W25
0.12
3.000
$1,96
5.60
$1,90
0.08
E19S
E$0
.08$1
,594.5
4
117
WW
TPEx
terior
Bldg
s.FL
OOD
FIXTU
REMH
150/1
Metal
Hali
de, (
2) 15
0W la
mp49
2MH
150
150
0.38
18.62
EXTE
RIOR
BLD
G43
6881
,332
9,759
.86$
1,087
.41$
YLE
D HI
D LA
MP
LED
(1) P
ole To
p SEL
F-BA
LLAS
TED
RETR
OFIT
LAMP
S-12
0W49
0.12
5.880
$3,85
2.58
$5,90
7.28
E19S
E$0
.08$4
,643.3
0
118
WW
TPEx
terior
Bldg
s.W
allpa
ckCF
23/IN
TCo
mpac
t Fluo
resce
nt, In
tegral
, (1)
23W
lam
p39
1CF
C23W
230.0
31.0
5EX
TERI
OR B
LDG
4368
4,600
551.9
4$
61.50
$
Y
LED
LAMP
RET
ROFIT
LED
13W
(1) P
lug in
390.0
130.5
07$3
32.19
$219
.75E1
9SE
$0.08
$199
.00
SITE
INFO
RMAT
ION
Base
line
PROP
OSED
LIG
HTIN
G SY
STEM
Schedule 1
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
19
FIM 4A, 4B & 4C Replace HVAC Equipment
General
This FIM replaces existing packaged “roof-top”, ground and floor mounted air-cooled air-conditioning, split condensers, furnaces and fan coil equipment which are aged or inefficient, with new higher efficiency equipment, in a “like for like” manner, as listed in Table 3 HVAC Replacement Summary List below. The existing connections for ducting, condensate, electrical, signal wiring, flue and refrigerant will be reused unless specified otherwise. During the crane lifting phase(s), of the HVAC Equipment replacement, the Customer shall vacate the building to comply with the JCI Safety Standards. The Customer also understands that during the replacement process, there may be times, when there will be no ventilation, heating and/or cooling in the building.
Table 3 HVAC Replacement Summary List
Building Quantity Replacement Unit Description Existing Vintage
New City Hall
2 4 Ton Rooftop Heat Pump (serves 4th Floor) 1998
3 7-1/2 Ton Rooftop Heat Pump (serves Floors 1-3) 1998
1 4 Ton Condensing Unit (serves 3 server rooms) 2005
3 Wall Mounted Fan Coil Units (3 server rooms) 2005
Public Safety 3 3 Ton Rooftop Heat Pump 1997
1 4 Ton Rooftop Heat Pump 1997
Town Hall 3 7-1/2 Ton Heat Pump Outdoor Section
1998 - 2001 3 7-1/2 Ton Fan Coil Units
New City Hall Engineering:
JCI will provide stamped mechanical replacement drawings including equipment anchorage detail along with an equipment schedule for the purpose of the City Permit. All permit and inspection fees will be waived by the City of Placerville. JCI will also provide the as-built drawings during the project close-out phase, along with the Operations and Maintenance (O&M) Manuals for all new equipment. Any extended warranty will also be provided in the project close-out documents. New City Hall Demolition Scope of Work
The removal and replacement (rigging) of the HVAC units at City Hall units will be scheduled over a non-holiday weekend with the Customer, in advance, to avoid unnecessary inconvenience, disruption and for their safety. JCI acknowledges the Customer has recently installed a new roof, and there is an existing long term warranty from the roofing contractor Gordon Mott Roofing Company, Inc. As such, JCI will retain either the Gordon Mott Roofing Company, Inc., or the roofing Manufacture, to perform a pre-and-post roofing inspection, to ensure the roofing warranty in not void. JCI will provide the Customer with written confirmation of such, in the project close-out documents.
1. Perform pre-air flow readings at the equipment to be replaced.
2. Safe-Off (lock-out-tag-out) and disconnect line and low voltage electrical service from equipment to be removed.
3. Demolish and remove equipment connected duct transitions as necessary to install the new equipment
4. Disconnect existing condensate drains from equipment to be removed.
Schedule 1
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
20
5. Rig and Remove from site (5) Heat Pump #1 through # 5 rooftop electric unitary equipment, see Error!
Reference source not found. and Table 4 below. Protect roofing and all surfaces prior to demolition.
6. Rig and remove (1) Enviromaster Split variable refrigerant flow condenser on rooftop (tagged CU-1) and wall
mounted evaporators in server rooms of floors 1st, 2nd &and 3rd floors.
7. Remove & recycle removed equipment per State/City/Local code requirement.
8. Reclaimed refrigerant will be disposed per State/City/Local requirements. Disposal documentation shall be
compiled and delivered to the City of Placerville.
9. The crane rigging for the equipment removal and installation will require a street permit. JCI shall satisfy the
street application documentation for rigging and lane closure permit and submit to the City Planning Department,
The City of Placerville and Caltrans, if necessary. The City will waive all applicable fees for the permit.
New City Hall Roof Top Heat Pump Installation Scope of Work:
1. JCI will furnish and install (5) new rooftop equipment Heat Pump units. The HVAC equipment is labeled HP-1
through HP-5 listed in per Table 4 Below.
2. All new equipment to be installed at location of existing units as shown in Error! Reference source not found..
3. Provide and install insulated equipment duct transitions as required for connection. Connect new RTU’s to
existing SA and RA duct points of connection on rooftop. When unit does not have an active integral unit
mounted economizer (i.e. 4 tons and smaller) the unit mounted manual OSA damper shall be set.
4. Provide and install curb adapters, flashing and supports on equipment as applicable.
5. Provide clearance access for new equipment per manufacturer’s recommendations, electrical and mechanical
code compliance and industry standards (e.g. OSA air intake, filter access, fan and motor replacement, damper
access).
6. Re-connect and configure the existing condensate drain connections as required, material will be like in kind as
existing. Support new condensate drain as required.
7. Replace the existing electrical disconnects.
8. Provide start up and commissioning.
9. Perform post installation traverse air readings at the installed equipment.
New City Hall Roof Top Heat Pump Temperature Control Scope of Work:
1. Re-connect and program the new RTU’s into the existing Allerton DDC system.
2. The proposed JCI Heat Pumps are configured from the factory to include a Simplicity SE Controller compliant with
ASHRAE 90.1-2010 and California Title 24. The Simplicity SE board is a SMART Equipment Controller and
supports Fault Detection Diagnostics (FDD). The unit will include a communication sub-board that supports
BACnet MSTP as the standard protocol.
3. Each new RTU Simplicity SE controller has a list of BACnet Points that can be viewed at the user Interface.
4. The programing parameters will be based on the Measurement and Verification specification listed in Schedule 2.
Schedule 1
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
21
Server Room Split System Installation Scope of Work:
1. Furnish, install and wire (1) new Multi-zone split Condenser, listed in Table 4. Equipment Labeled #CU-1 and (3)
wall mounted evaporators in the server rooms on the 1st, 2nd and 3rd floor server rooms. Provide and install new
condensate pump if necessary. Note the existing equipment refrigerant is R-22. The new equipment is R-410A.
The existing refrigerant tubing will be solvent cleaned and flushed prior of use.
2. The Mitsubishi evaporator in server room of 4th floor to remain in place and the associated rooftop Mitsubishi split
condenser to remain in place and are not included in this scope of work.
3. Johnson Controls shall protect nearby surfaces during the installation of this work.
Schedule 1
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
22
Public Safety Demolition Scope of Work:
JCI acknowledges the Customer has recently installed a new roof, and there is an existing long term warranty from the roofing contractor Gordon Mott Roofing Company, Inc. As such, JCI will retain either the Gordon Mott Roofing Company, Inc., or the roofing Manufacture, to perform a pre-and-post roofing inspection, to ensure the roofing warranty in not void. JCI will provide the Customer with written confirmation of such, in the project close-out documents.
1. Perform pre-air flow readings at the equipment to be replaced.
2. Safe off and disconnect line and low voltage electrical service from equipment to be removed.
3. Demolish and remove equipment connected duct transitions as necessary to install the new equipment.
Table 4 New City Hall Existing and Proposed HVAC Equipment
TAG MFGR/MODEL TYPE Heat
Capacity
Heating
Efficiency
Cooling
Capacity
SEER
(EER)
CFM Amp/Volt/Ph REMARKS
( E ) HP‐1 Lennox LHA088SN1Y;
elec htr EHA100‐15‐Y
Elec
HP
86 MBH 3.0 COP 7.5T 9.0 3200
(450
OSA)
208/240, 3PH
Proposed
HP‐1
Johnson Controls
J07XPE09P2B1BCA5A1
Elec
HP
88 MBH 3.35 @ 47F,
2.25 @ 17F
7.5T (11.2) 3200
(450)
208/230, 3PH with adapter curb; 9 kW elec
heat
( E ) HP‐2 Lennox LHA088SN1Y;
elec htr EHA100‐15‐Y
Elec
HP
86 MBH 3.0 COP 7.5T 9.0 3200
(450
OSA)
208/240, 3PH SN 5698K00742, CN 67S67;
serves Floor 2; mfg 1998
Proposed
HP‐2
Johnson Controls
J07XPE09P2B1BCA5A1
Elec
HP
88 MBH 3.35 @ 47F,
2.25 @ 17F
7.5T (11.2) 3200
(450)
208/230, 3PH with adapter curb; 9 kW elec
heat
( E ) HP‐3 Lennox LHA088SN1Y;
elec htr EHA100‐15‐Y
Elec
HP
86 MBH 3.0 COP 7.5T 9.0 3200
(450
OSA)
208/240, 3PH SN 5698K00743, CN 67S67;
serves Floor 3; mfg 1998
Proposed
HP‐3
Johnson Controls
J07XPE09P2B1BCA5A1
Elec
HP
88 MBH 3.35 @ 47F,
2.25 @ 17F
7.5T (11.2) 3200
(450)
208/230, 3PH 9 kW elec heat
( E ) HP‐4 Lenox CHP16‐513‐8Y Elec
HP
42.6 MBH 3.7 COP 4T 10.2* 1600
(250
OSA)
208/230, 3PH SN 5698L03250, serves Floor
4; mfg 1998
Proposed
HP‐4
Johnson Controls
J04XNE05B2A1BCA5A1
Elec
HP
44 MBH 3.0 @ 47F,
2.10 @ 17F
4T 14.0
(11.8)
1600
(250
OSA)
208/230, 3PH 0‐35% manual OSA adapter;
5 kW electric heat
( E ) HP‐5 Lenox CHP16‐513‐8Y Elec
HP
42.6 MBH 3.7 COP 4T 10.2* 1600
(250
OSA)
208/230, 3PH SN 5698L03251, serves Floor
4; mfg 1998
Proposed
HP ‐5
Johnson Controls
J04XNE05B2A1BCA5A1
Elec
HP
44 MBH 3.0 @ 47F,
2.10 @ 17F
4T 14.0
(11.8)
1600
(250
OSA)
208/230, 3PH 0‐35% manual OSA adapter
( E ) CU‐1 Enviromaster
MC4D9990AAA0006
AC
only
4T 10 208/230, 1PH SN 1‐05‐G‐3238‐24; Multi‐
zone split condenser; EMI
model WHP12D010CA000C
fan coil units in server rooms
on Floors 1, 2 &3; mfg 2005
Proposed
CU‐1
Mitsubishi MXZ‐
8C48NA
HP 4T 18.9
(12)
208/230, 1PH Indoor unit (3) Mitsubishi
MSZ‐GL24NA‐U1
Schedule 1
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
23
4. Protect roofing and nearby surfaces prior to demolition.
5. Disconnect existing condensate drains from equipment to be removed.
6. Rig and Remove from site (4) roof top package Heat Pumps labeled AC-1 #4, AC-2 #5, AC-3 #1 and AC-4#2 as indicated on Figure 2 and Table 5 below.
7. The Police Department is a 24 / 7 operation. The equipment demolition scope of work will occur Monday through Friday between the hours of 6:00 a.m. and 5:00 p.m. This work will be closely coordinated and scheduled with the appropriate Police department staff.
8. Remove & recycle removed old equipment per current State/City/Local code requirement. The City of Placerville retains first right of salvage, arrangements shall be coordinated prior to schedule demolition date.
9. Reclaimed refrigerant will be disposed per current State/City/Local requirements. Disposal documentation will be compiled and delivered to the City of Placerville.
10. The crane rigging for the equipment removal will be staged in the Public Safety Parking lot. The City of Placerville will be required to park in the parking lot across the street for a duration of approximately four hours on the day of crane rigging. Johnson Controls will coordinate crane rigging safety procedure with the Public Safety Building representative to assure that staff members do not occupy the space below during crane activity.
Public Safety HVAC Installation Scope of Work:
1. Johnson Controls will provide a stamped mechanical replacement drawing including equipment anchorage detail along with an equipment schedule if required for the purpose of the City Permit. All Permit and inspection fees will be waived by the City of Placerville.
2. Provide and install (4) new AC rooftop units as listed in Table 5 and equipment submittals, tagged AC-1 through
AC-4. Curb adapters also to be provided and installed. Units to meet minimum specifications per Table 5 . 3. All new equipment to be installed at location of existing units as shown in Figure 2 herein.
4. Provide and install insulated equipment duct transitions as required for installation. Connect new RTU’s to existing SA and RA duct points of connection on rooftop. When unit does not have an active integral unit mounted economizer (i.e. 4 tons and smaller) the unit mounted manual OSA damper shall be set as required.
5. Provide clearance access for new equipment per manufacturer’s recommendations, electrical and mechanical
code compliance and industry standards (e.g. OSA air intake, filter access, fan and motor replacement, damper access).
6. Each new RTU will be compatible with and controlled by a Venstar T8950 or equal programmable thermostat.
Johnson Controls will be using the existing thermostat signal wires.(Wireless access and connectivity for thermostats are provided by building owner and are not included in this scope)
7. The Police Department is a 24 / 7 operation. The equipment installation scope of work will occur Monday through
Friday between the hours of 6:00 a.m. and 5:00 p.m. This work will be closely coordinated and scheduled with the appropriate Police department staff.
8. The crane rigging for the equipment removal will be staged in the Public Safety Parking lot. The City of Placerville
will be required to park in the parking lot across the street for a duration of approximately four hours on the day of crane rigging. Johnson Controls will coordinate crane rigging safety procedure with the Public Safety Building representative to assure that staff members do not occupy the space below during crane activity.
9. Provide all new equipment with equal or lesser electrical draw as the existing equipment to be removed.
Schedule 1
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
24
Figure 2 Public Safety Building rooftop (AC numbers correspond to Table 5 Tag Identification)
10. Re-connect existing condensate drain per manufacturers recommendation; material will be like in kind as existing. Re-configure as required. Support new and existing condensate drain as required.
11. Replace the existing electrical disconnects.
12. Provide start up and commissioning of newly installed HVAC equipment.
13. Perform post installation traverse air readings at the newly installed equipment.
14. Submit as-built documentation for newly installed system.
15. Provide four hours of customer training as required for all new equipment.
16. Provide Operations and Maintenance (O&M) manuals for all new equipment.
AC-1, #4
AC-2 #5
AC-3 #1
AC-4 #2
Schedule 1
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
25
Old Town Hall Demolition Scope of Work:
1. Perform pre-air flow readings at the equipment to be replaced. 2. Demo (3) split heat pumps listed in Table 6 and Figure 3 , Equipment is tagged as HP-1, HP-2 and HP-4, located
on the ground on north side of the building. The Trane heat pump, model 4TWB3036, SN 131521GB4F also located on north side of the building and tagged HP-3, is not included in the scope of this project and shall remain in place.
3. Disconnect existing condensate drains from equipment to be removed.
4. Rig and remove from site (3) exterior Heat Pump Units and (3 total) fan coil and air handlers, Remove & recycle
impacted equipment per current State/City/Local code requirement. The City of Placerville retains first right of salvage, arrangement shall occur prior to schedule demolition date.
Table 5 Public Safety Existing and Proposed HVAC Equipment
TAG MFGR/MODEL TYPE
HEATING INPUT (@ 230V)
HEATING EFF
(HSPF) COOLING CAPACITY
EER (SEER) CFM
Volts/Phase REMARKS
( E ) AC‐1, #4
Bryant model 549BPX036000A
AA Elec HP
34.8 MBH (7.7) 3T (13.1)
208/230, 3PH
SN 1197G20177; mfg 1997
Proposed Johnson Controls J03XNE05B2A1B
CA5B1 Elec HP
36 MBH @ 47f, 19 MBH @ 17F
3.35 COP @ 47F, 2.2 COP @ 17F; (8)
3T 12.0 (14.0)
1200 230, 3PH
0‐35% manual OSA hood
( E ) AC‐2, #5
Bryant model 549BPX036000A
AA Elec HP
34.8 MBH (7.7) 3T (13.1)
208/230, 3PH
SN 1197G20179; mfg 1997
Proposed Johnson Controls J03XNE05B2A1B
CA5B1 Elec HP
36 MBH @ 47f, 19 MBH @ 17F
3.35 COP @ 47F, 2.2 COP @ 17F; (8)
3T 12.0 (14.0)
1200 230, 3PH
0‐35% manual OSA hood
( E ) AC‐3, #1
Bryant model 549BPX036000A
AA Elec HP
34.8 MBH (7.7) 3T (13.1)
208/230, 3PH
SN 1197G20178; mfg 1997
Proposed Johnson Controls J03XNE05B2A1B
CA5B1 Elec HP
36 MBH @ 47f, 19 MBH @ 17F
3.35 COP @ 47F, 2.2 COP @ 17F; (8)
3T 12.0 (14.0)
1200 230, 3PH
0‐35% manual OSA hood
( E ) AC‐4, #2
Bryant model 549BPX048000A
AA Elec HP 45 MBH (7.8) 4T
(14.0)
208/230, 3PH
SN 1197G20180; mfg 1997
Proposed Johnson Controls J04XNE05B2A1B
CA5B1 Elec HP
44 MBH @ 47f, 25 MBH @ 17F
3.2 COP @ 47F, 2.1 COP @ 17F; (8)
4T 11.8 (14.0)
1600 208/230, 3PH
0‐35% manual OSA hood
Schedule 1
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
26
5. This demolition scope of work will occur Monday through Friday between the hours of 6:00 a.m. and 5:00 p.m. This work will be closely coordinated and scheduled with the appropriate staff personnel.
6. Reclaimed refrigerant will be disposed per current State/City/Local requirements. Disposal documentation will be
compiled and delivered to the City of Placerville. 7. Demo (2) fan coil units located above suspended ceiling over the first floor “Chambers”, connected to HP-1 and
HP-4, identified as FC-1 and FC-4 in Table 4 (there are no observable tags on these units). 8. Demo (1) fan coil unit and electric duct heater located in second floor attic, connected to HP-2 and identified as
FC-2 in Table 6 (there is no observable tag on the unit .Fan coil unit FC-3, above the ceiling in south offices of floor 1 is to remain in place and is not included in this scope of work.
9. Demolish and remove equipment mounted duct in the vicinity of the units replaced as required for removal. 10. The crane rigging for the equipment removal of the (3) exterior Heat Pumps will be staged in the Town Hall
parking lot. Johnson Controls will coordinate with the Town Hall staff to insure safety precautions are maintained.
Town Hall HVAC Installation Scope of Work:
1. Johnson Controls will provide a stamped mechanical replacement drawing including equipment anchorage detail
along with an equipment schedule if required for the purpose of the City Permit. All Permit and inspection fees will be waived by the City of Placerville.
2. Johnson Controls will provide all new equipment with equal or lesser electrical draw as the existing equipment to be removed.
3. Provide and Install (3) split heat pumps listed in Table 6 and Figure 3 below. Equipment is tagged as HP-1, HP-2
and HP-4, located on the ground on north side of the building.
4. Provide and install (3) fan coil units identified as FC-1 and FC-4 located above suspended ceiling over the first floor “Chambers”.
5. Provide and install (1) fan coil unit identified as FC-3 located in second floor attic, fan coil unit FC-3, above the ceiling in south offices of the first floor will remain in place and is not included in this scope of work.
6. The crane rigging for the equipment installation of the (3) exterior Heat Pumps will be staged in the Town Hall parking lot for approximately three hours. Johnson Controls will coordinate with the Town Hall staff to insure safety precautions are maintained.
7. All new equipment to be installed at location of existing units as shown in Figure 3 herein.
8. Provide and install insulated equipment duct transitions as required for equipment installation. Connect new
RTU’s to existing SA and RA duct points of connection. When unit does not have an active integral unit mounted economizer (i.e. 4 tons and smaller) the unit mounted manual OSA damper shall be set as required.
9. Provide clearance access for new equipment per manufacturer’s recommendations, electrical and mechanical code compliance and industry standards (e.g. OSA air intake, filter access, fan and motor replacement, damper access).
10. Installed fan coil units will be compatible with and controlled by a Venstar T8950 or equal programmable thermostat. (4) Venstar T8950 thermostats shall be installed; one per each of (4) HP/Fan coil systems. This includes replacing the existing thermostat controlling the existing, unchanged equipment HP-3 and FC-3.
Schedule 1
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
27
Figure 3 Town Hall AC numbers correspond to Table 6 Tag #’s; Air handlers/fan coil units are inside building
11. Johnson Controls will be using the existing thermostat signal wires.(Wireless access and connectivity for thermostats are provided by building owner and are not included in this scope)
12. The equipment installation scope of work will occur Monday through Friday between the hours of 6:00 a.m. and 5:00 p.m. This work will be closely coordinated and scheduled with the appropriate Town Hall staff.
13. When unit does not have an active integral unit mounted economizer (i.e. 4 tons and smaller) the unit mounted manual OSA damper shall be set.
14. Re-connect existing condensate drain per manufacturer’s recommendation; material will be like in kind as
existing. Re-configure as required.
15. Replace the existing electrical disconnects.
16. Provide start-up and commissioning of newly installed HVAC equipment.
17. Perform post installation traverse air readings at the newly installed equipment.
18. Submit as-built documentation for newly installed system.
19. Provide four hours of customer training as required for all new equipment.
20. Provide Operations and Maintenance (O&M) manuals for all new equipment.
HP-2
HP-1
HP-4
Schedule 1
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
28
Table 6 Town Hall Existing and Proposed HVAC Equipment
TAG MFGR/MOD
EL TYPE
HEATING
INPUT HEATING EFF
COOLING
CAPACITY
EER (SEER) CFM
Volts/Phase REMARKS
( E ) HP‐1
Bryant model
575APX090000AAAA
Elec HP, split
93 MBH
3.2 COP
7.5T 10.4 N/A 208/240,
3PH
North unit serving Chambers (used as "backup" by maint. staff) SN 0700G00131; mfg 2000
Proposed
Johnson Controls
J07PCC00A2EAC4
Elec HP, split
82 MBH
3.3 COP @ 47F, 2.3
COP @ 17F
7.5T 11.0 N/A 208/230,
3PH
( E ) FC‐1 Carrier
40BA009300 Fan coil
DeltaFlo duct heater model EH‐10N‐120 801537; 9.8 kW
est. 3000‐3500
9.8 kW/208/3
PH
Located above suspended ceiling; North unit serving Chambers (used as "backup" by maint. staff) SN U093700; presumed mfg 2000
Proposed
Johnson Controls, Model AHI Series C
Blower coil unit, dwg
#35‐80012‐J
Fan coil Johnson Controls AHI‐30, 10 kW 3000
208, 3PH 7.5T DX coil
( E ) HP‐2
Tempstar model
NCHB090SNHA
Elec HP, split
90 MBH @ 47F, 50
MBH @ 17F
COP: 3.0 @ 47F, 2.1 @ 17F
7.5T 9.1 N/A 208/240,
3PH
Serves second floor; SN L014834513; mfg 2004
Proposed
Johnson Controls
J07PCC00A2EAC4
Elec HP, split
82 MBH
3.3 COP @ 47F, 2.3
COP @ 17F
7.5T 11.0 N/A 208/230,
3PH
( E ) FC‐2
International Comfort Products model
HBC090M1AA/BHC090M
1AA
Fan coil duct heater disabled and not in use, est. 10 kW
est. 3000‐3500
2.4HP @ 208/240,
3PH
Located in attic; Serves second floor; SN 3901f13771; presumed mfg 2004
Proposed
Johnson Controls, Model AHI Series C
Blower coil unit, dwg
#35‐80012‐J
Fan coil Johnson Controls AHI‐30, 10 kW 3000
208, 3PH 7.5T DX coil
Schedule 1
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
29
FIM 4 Exclusions
Repair, analysis, upgrades or remedies beyond the scope of work herein, including but not limited to structural, mechanical, electrical, roofing, fire / life / safety code deficiencies, electrical or mechanical is excluded.
Hazardous material abatement as it relates to this scope of work are not anticipated or included
This scope of work is predicated on free and clear access. Additional work otherwise is excluded.
Structural modifications to existing building
Testing and balancing other than specifically included
Existing building ventilation and indoor air quality deficiencies are excluded from the scope and cost of this project
Any building system design issues not related to this facility improvement measure Scope of Work is the responsibility of the Customer unless noted otherwise in the FIM Scope of Work
HVAC equipment ultraviolet lighting systems
Temporary cooling or heating
Duct cleaning or Home Energy Rating System (HERS) testing
General Clarifications and Exclusions
HP‐3 Trane model 4TWB3036B1000BA
HP, split 7.7 HSPV
3t (13.0)
208/230,
1PH
Serves first floor offices; SN 131521GB4F; mfg 2013
FC‐3
Advanced Distributor Products model
FCME33936S051
Fan coil
Elec. Duct heater model
065866401; 5 kW @ 240V/3.8 kW
@ 208V
36 MBH 240/208/1
PH
Serves first floor offices; SN 7113D37681; presumed mfg 2013
( E ) HP‐4
Trane model TWA090A30
0BC Elec HP, split
87 MBH
3.3 COP
7.5T 11.5
N/A 208/240,
3PH
South unit in chambers, used as primary; SN N202J8MAH; mfg 1998
Proposed
Johnson Controls
J07PCC00A2EAC4
Elec HP, split
82 MBH
3.3 COP @ 47F, 2.3
COP @ 17F
7.5T 11.0 N/A 208/230,
3PH
( E ) FC‐4 Trane
TWE090A300CA
Fan coil Elec. Duct heater enabled; capacity not indicated on nameplate; est. 10 kW similar to FC‐1
3000
208/240, 3PH
Located above suspended ceiling; South unit in chambers, used as primary; SN N292NLX5H; mfg 1998
Proposed
Johnson Controls, Model AHI Series C
Blower coil unit, dwg
#35‐80012‐J
Fan coil Johnson Controls AHI‐30, 10 kW 3000
208, 3PH 7.5T DX coil
Schedule 1
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
30
This project scope describes the work and services that JCI will provide to the Customer. JCI is confident of its ability to perform the preceding scope of work and does not foresee complications. There are certain items that are excluded from the scope of work and are itemized at the end of each of the preceding sections. The following are general clarifications and exclusions which apply to all measures. In the event that conditions require inclusion of these items in the scope of work, JCI and the Customer agree to negotiate in good faith a fair and equitable solution.
During the construction phase of the project there may be periods when it is not possible to maintain conditions in accordance with standard levels. Included are such issues as, but are not limited to: temperature, air circulation, odor control, sound level, electrical service, etc. JCI and the Customer will coordinate activities to minimize the inconvenience to occupants.
Customer acknowledges that previous permit applications that JCI was not involved with are not the responsibility of JCI.
Items indicated within Schedule 1 are subject to change during final engineering and design.
Exclusions
Any work not specifically delineated within this scope of work.
Warranty, repair or replacement of existing systems in disrepair or not compliant to current codes (including, but not limited to, requirements of Americans with Disabilities Act (ADA) or Fire & Life Safety system requirements).
Remedies for encounters with unforeseen/undocumented site conditions.
Building occupant relocation and/or temporary housing, furniture or sensitive equipment removal and/or relocation.
Inspection fees, laboratory or testing fees.
Overtime or premium time labor, that is not specified above, is excluded. (JCI will coordinate access and system shutdowns with Customer prior to and concurrent with construction activities).
When documentation is not available that suspected areas are free of asbestos containing materials (ACMs) the Customer will be responsible for providing spot testing and abatement, as necessary, of the work area.
Schedule 2
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
31
ASSURED PERFORMANCE GUARANTEE
OVERVIEW
The 25 year Performance Guarantee for the Facility Improvement Measures described in Schedule 1 above will have five (5) years of Measurement and Verification (M&V) that takes effect on the first day of the following month when the Certificate of Final Completion for the Performance Contract is approved by the Customer and JCI. This will be continued for sixty (60) consecutive months with an annual report provided each year within 60 days following the anniversary date of the commencement of the Performance Period. The specific details of the M&V processes, the International Measurement and Verification Protocol (IPMVP) procedures, and savings are described in detail in the following sections.
In addition, the project’s savings from efficiencies gained as a result of the project were determined in collaboration with the City’s Administration. A meeting for the M&V Workshop was held on April 20, 2016 for the Customer with the attendance of City Administration and JCI staff. The Workshop described in detail the M&V methodology to be applied and the procedures and details of the savings calculations. Based upon this meeting this performance guarantee, as detailed in the following sections, was produced.
I. PROJECT BENEFITS A. Certain Definitions. For purposes of this Agreement, the following terms have the meanings set forth below:
Annual Project Benefits are the portion of the projected Total Project Benefits to be achieved in any one year of the Guarantee Term. Annual Project Benefits Realized are the Project Benefits actually realized for any one year of the Guarantee Term. Annual Project Benefits Shortfall is the amount by which the Annual Project Benefits exceed the Annual Project Benefits Realized in any one year of the Guarantee Term. Annual Project Benefits Surplus is the amount by which the Annual Project Benefits Realized exceed the Annual Project Benefits in any one year of the Guarantee Term. Baseline is the mutually agreed upon data and/or usage amounts that reflect conditions prior to the installation of the Improvement Measures as set forth in Section IV below. Guarantee Term will commence on the first day of the month next following the Final Completion date and will continue for the period of 25 years through the duration of the M&V Services, subject to earlier termination as provided in this Agreement. Installation Period is the period beginning on JCI’s receipt of Customer’s Notice to Proceed and ending on the commencement of the Guarantee Term. M&V Term is the first five (5) years of the Guarantee Term during which M&V Services will be performed by JCI. Measured Project Benefits are the utility savings and cost avoidance calculated in accordance with the methodologies set forth in Section III below. Non-Measured Project Benefits are identified in Section II below. The Non-Measured Project Benefits have been agreed to by Customer and will be deemed achieved in accordance with the schedule set forth in the Total Project Benefits table below. Customer and JCI agree that: (i) the Non-Measured Project Benefits may include, but are not limited to, future capital and operational costs avoided as a result of the Work and implementation of the Improvement Measures, (ii) achievement of the Non-Measured Project Benefits may be
Schedule 2
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________
City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
32
outside of JCI’s control, and (iii) Customer has evaluated sufficient information to conclude that the Non-Measured Project Benefits will occur and bears sole responsibility for ensuring that the Non-Measured Project Benefits will be realized. Accordingly, the Non-Measured Project Benefits shall not be measured or monitored by JCI at any time during the Guarantee Term, but rather shall be deemed achieved in accordance with the schedule set forth in the Total Project Benefits table below. Project Benefits are the Measured Project Benefits plus the Non-Measured Project Benefits to be achieved for a particular period during the term of this Agreement. Average Project Benefits are the sum of the total project benefits over the M&V Term, inclusive of additional Project Benefits delivered through JCI’s mitigation efforts, if any, divided by the years in the M&V Term. Total Project Benefits are the projected Project Benefits to be achieved during the entire term of this Agreement.
B. Project Benefits Summary. Subject to the terms and conditions of this Agreement, JCI and Customer agree that Customer will be deemed to achieve a total of $0 in Non-Measured Project Benefits and JCI guarantees that Customer will achieve a total of $8,135,741 in Measured Project Benefits during the term of this Agreement, for Total Project Benefits of $8,135,741, as set forth in the Total Project Benefits table below.
Schedule 2
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________ City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
33
Total Project Benefits
Year
Measured Project Benefits
Annual Project Benefits
PV For WWTP Energy Savings
(Electric)
Lighting Savings At WWTP (Electric)
Lighting, HVAC Energy Savings at City Buildings
(Electric) 1 $166,478 $10,986 $28,668 $206,133
2 $172,305 $11,426 $29,815 $213,545
3 $178,336 $11,883 $31,007 $221,226
4 $184,578 $12,358 $32,248 $229,183
5 $191,038 $12,852 $33,538 $237,427
6 $197,724 $13,366 $34,879 $245,969
7 $204,644 $13,901 $36,274 $254,820
8 $211,807 $14,457 $37,725 $263,989
9 $219,220 $15,035 $39,234 $273,490
10 $226,893 $15,637 $40,804 $283,333
11 $234,834 $16,262 $42,436 $293,532
12 $243,053 $16,913 $44,133 $304,099
13 $251,560 $17,589 $45,899 $315,048
14 $260,365 $18,293 $47,734 $326,392
15 $269,478 $19,024 $49,644 $338,146
16 $278,909 $19,785 $51,630 $350,324
17 $288,671 $20,577 $53,695 $362,943
18 $298,775 $21,400 $55,843 $376,017
19 $309,232 $22,256 $58,076 $389,564
20 $320,055 $23,146 $60,399 $403,600
21 $331,257 $24,072 $62,815 $418,144
22 $342,851 $25,035 $65,328 $433,213
23 $354,851 $26,036 $67,941 $448,828
24 $367,270 $27,078 $70,659 $465,007
25 $380,125 $28,161 $73,485 $481,770
Total $6,484,308 $457,525 $1,193,908 $8,135,741
Within sixty (60) days of the commencement of the Guarantee Term, JCI will calculate the Measured Project Benefits achieved during the Installation Period plus any Non-Measured Project Benefits applicable to such period and advise Customer of same. Any Project Benefits achieved during the Installation Period will be allocated to the Annual Project Benefits for the first year of the Guarantee Term. During the M&V Term, within sixty (60) days of each anniversary of the commencement of the Guarantee Term, JCI will calculate the Measured Project Benefits achieved for the applicable year plus any Non-Measured Project Benefits applicable to such period and advise Customer of same.
JCI excludes any guarantee regarding the availability or continued existence of electric utility rates or tariffs or the customer’s ability to change rates into the future.
Schedule 2
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________ City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
34
Customer acknowledges and agrees that if, for any reason, it (i) cancels, or terminates receipt of M&V Services, (ii) fails to pay for M&V Services Agreement in accordance with Attachment 4, (iii) fails to fulfill any of its responsibilities necessary to enable JCI to complete the Work and provide the M&V Services, or (iv) otherwise cancels, terminates or materially breaches this Agreement, the Assured Performance Guarantee shall automatically terminate and JCI shall have no liability hereunder. C. Project Benefits Shortfalls or Surpluses during the M&V Term.
(i) Project Benefits Shortfalls. If an Annual Project Benefits Shortfall occurs during any one year of the Guarantee Term, JCI shall pay to Customer the amount of such shortfall. JCI reserves the right to pay the shortfall for the remaining term of the Guarantee at any one year of the term.
(ii) Project Benefits Surpluses. If an Annual Project Benefits Surplus occurs for any one year of the Guarantee Term, JCI will apply the amount of such surplus to offset any subsequent Annual Project Benefit Shortfall during the Guarantee Term,
(iii) Additional Improvements. Where an Annual Project Benefits Shortfall has occurred, JCI may, subject to Customer’s approval (which approval shall not be unreasonably withheld, conditioned, or delayed), implement additional Improvement Measures, at no cost to Customer, which may generate additional Project Benefits in future years of the Guarantee Term. Additional improvements may include, but are not limited to, EMS control strategies and optimization or enhancements of the installed measures.
D. Energy Savings Dispute. To remedy a dispute over the Annual Project Benefits, both parties will mutually agree to select a disinterested third party engineer and agree to abide by the independent Engineer’s report.
(i) Engineers Credentials. The Engineer shall be a California registered Professional Engineer (PE) in good standing. In addition, the Engineers shall be certified by the Association of Energy Engineers with the designations of a Certified Energy Manager (CEM) and Certified Measurement & Verification Professional (CMVP),
(ii) Engineers Compensation. If the third party engineer’s review indicates a shortfall of greater than ten (10%) of JCI’s Annual Benefit Report, JCI, will reimburse the Customer for all reasonable costs for the third party engineer’s review costs.
(iii) JCI’s Compensation. If the third party engineer’s review does not indicate an error of more than a ten (10%) percent shortfall of JCI’s Annual Project Benefits, the Customer will be responsible for JCI’s reasonable engineering costs to substantiate the savings report.
(iv) M&V Plan. The third party engineer shall adhere to the M&V plan as described herein.
E. Project Benefits Shortfalls or Surpluses at the end of the M&V Term.
At the end of the M&V Term, upon completion of the final Energy Year’s Savings Report, JCI will calculate the Average Project Benefits, including any shortfall payments. If the Average Project Benefits exceed the Average Guaranteed Project Benefits over the M&V Term (years 1-5), then savings guarantee shall have been met for the remaining Guarantee Term (years 6 through 25).
If the Average Project Benefits are short of the Average Guaranteed Project Benefits, and the shortfall has not been mitigated by JCI, the average shortfall will be multiplied by the twenty (20) years remaining on the Guaranteed Term, and will be discounted, at the yield rate of a ten (10) year US Treasury not to exceed three percent (3.0%), to establish the net present value of the shortfall. JCI will remit payment within 90 days of the determination.
Schedule 2
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________ City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
35
If the Average Project Benefits are short of the Average Guaranteed Project Benefits, and the shortfall has been mitigated by JCI, the average shortfall post mitigation will be multiplied by the twenty (20) years remaining on the Guaranteed Term, and will be discounted, at the yield rate of a ten (10) US Treasury not to exceed three percent (3.0%), to establish the net present value of the shortfall. JCI will remit payment within 90 days of the determination.
II. NON-MEASURED PROJECT BENEFITS
Following is a description of the derivation of the Non-Measured Project Benefits to which JCI and the Customer have mutually agreed.
This section not applicable III. MEASUREMENT AND VERIFICATION METHODOLOGIES
The following is a brief overview of the measurement and verification methodologies applicable to the Improvement Measures set forth below. JCI shall apply these methodologies, as more fully detailed in the guidelines and standards of the International Measurement and Verification Protocol (IPMVP), in connection with the provision of M&V Services hereunder.
Option A Retrofit Isolation: Key Parameter Measurement
Measured Project Benefits are determined by partial field measurement of the energy use of the system(s) to which an Improvement Measure was applied separate from the energy use of the rest of the facility.
Partial measurement means that some but not all parameters will be measured. Careful review of the design and installation of Improvement Measures is intended to demonstrate that the stipulated values fairly represent the probable actual values. Agreed-upon values will be shown in the measurement and verification plan. Engineering calculations using measurements and stipulations are used to calculate Measured Project Benefits for the duration of the Guarantee Term.
Measured Project Benefits from the following Improvement Measures will be calculated using Option A:
FIM 1 Electric Rate Change for Photovoltaic (PV) at WWTP (NEM-A) FIMs 2 & 3 Lighting Retrofits FIM 4 Replace HVAC Equipment
Option B
Retrofit Isolation: All parameter Measurement
Measured Project Benefits are determined by field measurement of the energy use of the systems to which an Improvement Measure was applied separate from the energy use of the rest of the facility. Short-term, long-term or continuous measurements are taken throughout the pre and post-retrofit periods.
Engineering calculations using short term, long-term or continuous pre and post-retrofit measurements are used to calculate the Measured Project Benefits for the duration of the Guarantee Term.
Measured Project Benefits from the following Improvement Measures will be calculated using Option B:
FIM 1 Photovoltaic (PV) for WWTP (NEM-A)
Schedule 2
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________ City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
36
CHANGES IN USE OR CONDITION; ADJUSTMENT TO BASELINE AND/OR ANNUAL PROJECT BENEFITS
Customer agrees to notify JCI, within fourteen (14) days, of (i) any actual or intended change, whether before or during the Guarantee Term, in the use of any facility, equipment, or Improvement Measure to which this Schedule applies; (ii) any proposed or actual expansions or additions to the premises or any building or facility at the premises; (iii) a change to utility services to all or any portion of the premises; or (iv) any other change or condition arising before or during the Guarantee Term that reasonably could be expected to change the amount of Project Benefits realized under this Agreement.
Such a change, expansion, addition, or condition would include, but is not limited to: (a) changes in the primary use of any facility, Improvement Measure, or portion of the premises; (b) changes to the hours of operation of any facility, Improvement Measure, or portion of the premises; (c) changes or modifications to the Improvement Measures or any related equipment; (d) changes to the M&V Services provided under this Agreement; (e) failure of any portion of the premises to meet local building codes; (f) changes in utility suppliers, utility rates, method of utility billing, or method of utility purchasing; (g) improper maintenance or unsound usage of the Improvement Measures or any related equipment at any facility or portion of the premises (other than by JCI); (h) changes to the Improvement Measures or any related equipment or to any facility or portion of the premises required by local building codes or any governmental or quasi-governmental entity; or (i) additions or deletions of Improvement Measures or any related equipment at any facility or portion of the premises.
Such a change or condition need not be identified in the Baseline in order to permit JCI to make an adjustment to the Baseline and/or the Annual Project Benefits. If JCI does not receive the notice within the time period specified above and travels to either Customer’s location or the project site to determine the nature and scope of such changes, Customer agrees to pay JCI, in addition to any other amounts due under this Agreement, the applicable hourly consulting rate for the time it took to determine the changes and to make any adjustments and/or corrections to the project as a result of the changes, plus all out-of pocket expenses, including travel costs. Upon receipt of such notice, or if JCI independently learns of any such change or condition, JCI shall calculate and send to Customer a notice of adjustment to the Baseline and/or Annual Project Benefits to reflect the impact of such change or condition, and the adjustment shall become effective as of the date that the change or condition first arose. Should Customer fail to promptly provide JCI with notice of any such change or condition, JCI may make reasonable estimates as to the impact of such change or condition and as to the date on which such change or condition first arose in calculating the impact of such change or condition, and such estimates shall be conclusive.
IV. BASELINE CALCULATIONS AND UTILITY RATES
The unit utility costs for the Baseline period are set forth below as “Base Utility Cost” and shall be used for all calculations made under this Schedule. The Base Utility Cost shall be escalated annually by the actual utility cost escalation but such escalation shall be no less than the mutually agreed “floor” escalation rate of four percent (4%).
The Base Utility usage for each type of utility represents the 12 month average utility usage of the facilities from November 2014 through October 2015 as reported in the utility bills from that period.
Electricity rates in effect January 1, 2016 are documented below.
The first year of savings is scheduled to occur in 2018 and therefore for Year 1 savings, the calculated savings were escalated for two years at the rate of 4% each year. This applies to all measures except PV FIM 1.
Schedule 2
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________ City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
37
Note: The annual energy cost escalation rate of 4% is as mutually agreed upon during the April 20, 2016 M&V Workshop with the Customer and JCI. This value is used throughout Schedule 2 of this Agreement.
PG&E Electric Utility Rates effective January 1, 2016
Summer Period A (May-October)
Peak: 12:00 noon to 6:00 pm Monday through Friday (except holidays)
Partial-Peak: 8:30 am to 12:00 noon Monday through Friday (except holidays)
6:00 pm to 9:30 pm Monday through Friday (except holidays)
Off-Peak: 9:30 pm to 8:30 am Monday through Friday (except holidays)
All Day Saturday, Sunday, and Holidays
Winter Period B (November-April)
Off-Peak: 9:30 pm to 8:30 am Monday through Friday (except holidays)
All Day Saturday, Sunday, and Holidays
Site FIM # Rate Schedule Customer Charge SeasonTime-of-
Use PeriodTime-of-
Use Period
On peak
Part Peak
Off Peak
Part Peak
Off Peak
On peak
Part Peak
Off Peak
Part Peak
Off Peak
Secondary Primary Transmission Secondary Primary Transmission
Peak $0.21428 $0.20249 $0.16542
Part-Peak $0.15915 $0.15193 $0.11854
Off-Peak $0.13108 $0.12530 $0.09324
Part-Peak $0.13047 $0.12857 $0.10675
Off-Peak $0.11341 $0.11269 $0.09218
Max. Peak $18.74 $16.68 $12.27 Peak $0.14683 $0.13673 $0.10091
Part Peak $5.23 $4.57 $3.08 Part Peak $0.10671 $0.09877 $0.08847
Maximum $15.86 $12.59 $7.16 Off Peak $0.08014 $0.07436 $0.07199
Part Peak $0.13 $0.15 $0.00 Part Peak $0.10122 $0.09364 $0.09042
Maximum $15.86 $12.59 $7.16 Off Peak $0.08674 $0.08039 $0.07777
WWTP Old Rate, Aquatic Center, Police
Dept
Corp Yard and Town Hall
City Hall
Old City Hall
3
3
3, 4A
1, 2, 3, 4C
-
-
$0.18948
Demand Charge (per kW)
-
Total Energy Charge (per kWh)
$0.25368
$0.23002
$0.20267
$0.21039
A-6 TOU
Single phase service per meter/day =$0.32854; Polyphase service per meter/day =$0.65708.
Plus Meter charge =$0.20107per day for A6 or A6X; =$0.05914 per
day for A6W5/ Winter$0.19402
$0.17578
Summer
$0.17620
$0.24779
$0.54462
Single Phase Service per meter/day =$0.32854 Polyphase Service per meter/day =$0.65708
Summer
Winter -
$6.27 Winter
$16.37 $15.45 $9.59 Summer$4.59959 per meter
per day
A-10 TOU
Cust Chg/Meter Chg: Mandatory:
$19.71253/day for E19S; =$32.85421/day for
E19P; =$59.13758/day for E19T. Voluntary: With SmartMeter =
$4.59959/day for E19V, S, P and T. Without
SmartMeter = $4.77700/day for E19 V or X; =$4.63507/day for
E19W4/
E-19 TOU
Summer
Winter
A-1 TOU
$9.00 $9.29
Schedule 2
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________ City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
38
PG&E Electric Utility Rate A10 TOU (new rate for WWTP)
Schedule 2
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________ City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
39
A-10 Time-of-Use Periods for WWTP
Summer Period A (June-September)
Peak: 5:00 pm to 10:00 pm All days
Partial-Peak: 3:00 pm to 5:00 pm All days
10:00 pm to 12:00 am All days
Off-Peak: 12:00 am to 3:00 pm All days
Winter Period B (October-May)
Peak: 5:00 pm to 10:00 pm All days
Off-Peak: 10:00 pm to 5:00 pm All days
Super Off-Peak: 10:00 am to 3:00 pm March - May all days
Schedule 2
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________ City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
40
Lighting Blended Rates
Old City Hall Normal Hours are 0800 to 1800 Monday through FridayPG&E Rate A6 Assume Summer and Winter are 6 months each
Assume during Summer that Peak Period is from 1200 to 1800Assume during Summer that Part Peak Period is from 0800 to 1200Assume during Winter that Part Peak Period is from 0800 to 1800
Therefore25% Summer On Peak $0.5446225% Summer Part Peak $0.1762050% Winter Part Peak $0.19402
Interor Average Blended Rate $0.3030Exterior Average Blended Rate $0.1760
WWTP, Aquatic Center and Police Department
PG&E Rate E19 Normal interior Hours are mostly 0600 to 1800 Sunday through MondayAssume 10% of use is exterior - always Off PeakAssume Summer and Winter are 6 months eachAssume during Summer that Peak Period is from 1200 to 1800Assume during Summer that Part Peak Period is from 0800 to 1200Assume during Winter that Part Peak Period is from 0800 to 1800All Weekend Hours are off PeakAll Exterior Lighting is Off Peak
Therefore23% Summer On Peak $0.146823% Summer Part Peak $0.10677% Summer Off Peak $0.0801
36% Winter Part Peak $0.101211% Winter Off Peak $0.0867100% Average Blended Rate $0.2104
Exterior Average Blended Rate $0.0834
Corp Yard and Town Hall
PG&E Rate A1 Normal interiror Hours are mostly 0600 to 1800 Sunday through MondayAssume 10% of use is exterior - always Off PeakAssume Summer and Winter are 6 months eachAssume during Summer that Peak Period is from 1200 to 1800Assume during Summer that Part Peak Period is from 0800 to 1200Assume during Winter that Part Peak Period is from 0800 to 1800All Weekend Hours are off PeakAll Exterior Lighting is Off Peak
Therefore23% Summer On Peak $0.253723% Summer Part Peak $0.23007% Summer Off Peak $0.2027
36% Winter Part Peak $0.210411% Winter Off Peak $0.1895100% Average Blended Rate $0.2041
Exterior Average Blended Rate $0.1961
City Hall
PG&E Rate A10 Normal interiror Hours are mostly 0600 to 1800 Sunday through MondayAssume 10% of use is exterior - always Off PeakAssume Summer and Winter are 6 months eachAssume during Summer that Peak Period is from 1200 to 1800Assume during Summer that Part Peak Period is from 0800 to 1200Assume during Winter that Part Peak Period is from 0800 to 1800All Weekend Hours are off PeakAll Exterior Lighting is Off Peak
Therefore23% Summer On Peak $0.214323% Summer Part Peak $0.15927% Summer Off Peak $0.1311
36% Winter Part Peak $0.130511% Winter Off Peak $0.1134100% Average Blended Rate $0.2062
Exterior Average Blended Rate $0.1222
The following establish the electric rate used for FIMs 2, 3 Lighting Retrofit savings calculations
Blended Rate Calculations
Schedule 2
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________ City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
41
V. PRIMARY OPERATIONS SCHEDULE PRE & POST RETROFIT
The schedules and operations information as shown in the table below will be the basis of the pre retrofit baseline and post retrofit which will be used for the project to calculate savings.
Lighting Baseline Burn Hours Table
HVAC Baseline Operating Conditions City Hall Note: Pre and Post Retrofit operating conditions are same
USAGE GROUPS MONDAY TUESDAY WEDNESDAY THURSDAY FRIDAY SATURDAY SUNDAYWEEKLY TOTAL
ANNUAL TOTAL
Hours with Occupancy
Sensor Control
EXTERIOR 12 12 12 12 12 12 12 84 4368 3058HALL/LOBBY (High Use) 24 24 24 24 24 120 6240 4368HALL/LOBBY (Low use) 18 18 18 18 18 90 4680 3276OFFICE OPEN SPACE (High Use) 4 4 4 4 4 20 1040 728OFFICE OPEN SPACE (Low Use) 3 3 3 3 3 15 780 546PRIVATE OFFICE 7 7 7 7 7 35 1820 1274RESTROOMS 3 3 3 3 3 15 780 546SPECIAL USE 1 4 4 4 4 4 20 1040 728SPECIAL USE 2 8 8 16 832 582STORAGE/ IT 4 4 4 4 4 0 0 20 1040 728PUBLIC OPEN SPACE 8 8 8 8 8 40 2080 1456
Hours with Photocell Control
PARKING GARAGE 24 24 24 24 24 24 24 168 8760 6132
Time On Time Off Time On Time Off
Monday 6:00 19:00 00:01 24:00
Tuesday 6:00 19:00 00:01 24:00
Wednesday 6:00 19:00 00:01 24:00
Thursday 6:00 19:00 00:01 24:00
Friday 6:00 19:00 00:01 24:00
Saturday OFF OFF 00:01 24:00
Sunday OFF OFF 00:01 24:00
Holidays OFF OFF 00:01 24:00Occupied Room Temperature During Heating Season:
72 degrees F 72 degrees F
Unoccupied Low Temperature Limit During Heating Season:
64 degrees F 64 degrees F
Heating season is November to May November to MayOccupied Room Temperature During Cooling Season:
74 degrees F 74 degrees F
Unoccupied High Temperature Limit During Cooling Season:
82 degrees F 82 degrees F
Cooling season is June to October June to October
HVAC
Floor 1,2,3 4 System
Server Room Split System
HVAC
Schedule 2
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________ City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
42
Old Town Hall Note: Pre and Post Retrofit operating conditions are same
Note: No savings for the HVAC equipment replacement at the Public Safety building is estimated.
Time On Time Off Time On Time Off
Monday 7:00 19:00 7:00 19:00
Tuesday 7:00 19:00 7:00 19:00
Wednesday 7:00 19:00 7:00 19:00
Thursday 7:00 19:00 7:00 19:00
Friday 7:00 19:00 7:00 19:00
Saturday off off off off
Sunday off off off off
Holidays off off off offOccupied Room Temperature During Heating Season:
70 degrees F 70 degrees F
Unoccupied Low Temperature Limit During Heating Season:
70 degrees F 62 degrees F
Heating season is November to May November to MayOccupied Room Temperature During Cooling Season:
76 degrees F 76 degrees F
Unoccupied High Temperature Limit During Cooling Season:
74 degrees F 74 degrees F
Cooling season is June to October June to October
AC-1,2,3 AC-4
HVACHVAC
Schedule 2
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________ City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
43
VI. MEASUREMENT & VERIFICATION ACITIVITIES
JCI will perform the M&V Activities set forth below in connection with the Assured Performance Guarantee. The following table describes the M&V Plan:
Data records maintained in the ordinary course of system operation shall be used and relied upon by Johnson Controls in connection with the Measurement and Verification Activities. Johnson Controls will use commercially reasonable efforts to ensure the integrity of the data collected to calculate the required metrics. In the event data are lost due to equipment failure, power failure or other interruption in data collection, transmission or storage, Johnson Controls will use reasonable engineering methods to estimate the impact of or replace the lost data.
Option A: FIM 15C Electric Rate Change for Photovoltaic (PV) for WWTP (NEM-A)
Energy savings from the PV system FIM result from the displacement of utility provided electricity by the PV array produced electricity at the proposed utility rates. Additional savings is the result of changing the electric rate from the current PG&E rate to the PG&E A-10 TOU6 rate which provides a higher value for the electricity produced by the PV system.
This measure will utilize one time IPMVP Option A M&V approach. JCI will validate the energy savings realized from the implementation of this FIM by:
Verification at the commencement of the Guarantee Term, via inspection of PG&E billing that the proposed rate change has been made.
Once the verification described above has been made, thereafter, the post-retrofit savings for this measure will be deemed to have been verified and no further M&V activities will be performed for the remainder of the term.
FIM # FIM Title Option FIM Description M&V Method
1Photovoltaic (PV) at WWTP (NEM)
IPMVP B / Operation Verification
Installation of Photovoltaic (PV) System at the Industrial Waste Water Plant plus rate schedule change (option A)
Installation Period: JCI will assist customer in changing the electrical rate. Setup Draker systems to provide monthly and annual data for PV Reports. JCI will provide a Post Installation Report that provides the monthly PV savings from the partial acceptance date to the beginning of Year 1 Measurement & Verification Period. Measured variables are - Sunlight solar irradiance (kWh/m2) (Measured Post retrofit), Electricity Production kW and kWh, (Measured Post retrofit). JCI will notify customer to change rate schedule. Year 1 -5 Period: Continuous measurement of solar insolation and electrical power output. Comparison of actual production to modeled energy production of PV generation. Baseline adjustments will be made for solar insolation and for outages due to acts of nature/god and vandalism. Normalized production shall be inputted into the calculation sheet to determine savings based on new rate schedule. The rate schedule will be verified by JCI. Monthly monitoring PV data via the data acquisition system.
2,3 Lighting RetrofitsIPMVP A with stipulated Pre-measurements
Convert Existing Light Fixtures to LED. Convert Existing HPS Exterior HPS fixtures to LED Fixtures.
Installation Period: JCI's Liighting Subcontractor will complete an 80/20 M&V sampling Plan for one time Post kW and FC readings. Pre readings will be stipulated based light fixture manufacturers published kW. Hours of operation are agreed upon. JCI Lighting Subcontractor will complete the post light fixture measurements (consumption in watts and light level in fc and, complete as-builts. The PAE will update the installation report with as-built conditions and JCI will deliver the Post Installation Measurement & Verification Report to the customer. Year 1 - 5Period: As-built lighting revisions made during the PIR will be applied to determine annual energy savings. The savings determined in the PIR report will be used as verified savings for the remaining years of the contract.
3Parking Garage Lighting Controls
IPMVP A
Install Photocell Lighting Controls on 4 circuits that control 114 light fixtures in the Downtown Parking Garage.
Installation Period: JCI will install Photocell lighting controls on four circuits that control (114) light fixtures in the downtown parking garage. The total savings from lighting controls is 58,794 kWh/year Year 1 Period: Pre and post measurements are based on the manufacturers published kW. Hours of operatioon are stipulated and agreed ujpon by the customer. Year 2 - 5 Period: The PAE will complete an annual inspection on the lighting system controls to verify the lighting controls are operating as designed each year when the Annual Measurement & Verificatioon Report is deliverrd to the customer. The savings determined in the PIR report will be used as verified savings for the remaining years of the contract..
4Replace HVAC
SystemsOption A
Replace existing HVAC RTU heat pumps with high efficient RTU heat pumps at City Hall, Old Town Hall and Public Safety building
Installation Period: Verify FIM HVAC submittals of new HVAC equipment meet or exceed contract efficiency. Measurement- One time data logger installation on New HVAC systems 5 tons and larger to record amperage on all phases of power and outside air temperature. The measured performance EER/SEER of new HVAC systems will be compared to Manufacturers ARI rated EER / SEER efficiency. If the efficiency measured deviates more than +/- 10% of the ARI rated efficiency the calculated savings will be recalculated. The agreed upon non-measured savings will be applied each year until the end of the contract. Year 1 - 5 Period: Visual inspection of HVAC systems. Savings are agreed upon between customer and JCI and will be used as verified savings each year for the entire length of contract.
Schedule 2
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________ City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
44
Rate Change Calculation: The following methodology is used to determine the savings resulting from the rate change:
Using the baseline electric bills from November 2014 through October 2015. The existing PG&E rate (old rate) and the PG&E rate A-10 TOU (new rate) have been applied to the baseline with the generation of the PV system, with the savings being the difference.
Site Old PG&E
Electric Rate
Change to New PG&E Electric
Rate
Waste Water Treatment Plant (WWTP)
E-19S TOU A-10 TOU
Annual Cost Savings $ = Baseline Expenses – Post Retrofit Expenses
where:
Baseline Expenses = (baseline kWh and kW (see below Option B FIM 1) at old rate) – (estimated PV kW and kWh production at old rate)
Post Retrofit Expenses= (baseline kWh and kW (see below Option B FIM 1) at new rate) – (estimated PV kW and kWh production at new rate)
As shown above in Section IV, the new electric Utility Rate A-10 TOU will be used to calculate the PV rate Change Savings and escalated annually by the actual utility cost escalation but such escalation shall be no less than the mutually agreed “floor” escalation rate of four percent (4 %) during the performance period.
FIMs 2, 3 Lighting Retrofits
The savings for this FIM will be verified using IPMVP Option A, Retrofit Isolation with Key Parameter Measurement.
The existing power draw will be stipulated based upon the manufacturer’s nameplate wattage as observed during the lighting audit. These wattage values are listed in Schedule 1 in the room by room scope of work.
The lighting system annual run hours by space type are agreed upon. These run hours are based on interviews with city personnel and observations during the lighting audit. The results of the lighting run hours, multiplied by the baseline lighting load (kW) result in the baseline usage. This usage was calibrated to the baseline utility bills to verify the baseline lighting usage.
The post installation run hours for the City Hall Parking Garage fixtures receiving new photocells is agreed upon as a 30% reduction of the baseline burn hours.
The lighting run hour values will not be measured. The agreed upon run hours table can be found in section V Baseline Conditions above and in Schedule 1 room by room scope of work.
The post installation fixture power draw will be measured one time post installation using a true RMS meter. Fixtures with similar lamps and ballasts, counts and types, will be grouped together with a lamp/ballast code. A wattage sample reading (w) measured wattages will be used when possible. In
Schedule 2
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________ City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
45
some situations, such as when a certain type of lighting fixture was not available, typical wattages as published by ANSI (American National Standards Institute) will be used. No measurements will be taken on fixture types with less than 20 fixtures.
The as-built lighting quantity and fixture types will be compared to the proposed lighting quantity and fixture types listed in the savings calculation spreadsheets. Corrections will be made to the original building FIM spreadsheet calculations as appropriate. If such updates to the calculation spreadsheets are made they will be detailed and provided in the Post Installation Report with the revised energy savings.
Once adjustments described above have been made, thereafter, the post-retrofit savings for this measure will be deemed to have been measured and verified and no further M&V activities will be performed for the remainder of the term.
FIM 2 & 3 Lighting Retrofit Savings Calculation: Energy (kWh) Annual kWh Savings Lighting = u [Connected kW Savingsu x Hours of Operation]t,u where: Hours of Operation= number of operating hours during the time period t for the usage group u
The energy savings will be applied using the appropriate utility rate, based on the Lighting Blended rate shown above in Section IV and escalated annually by the actual utility cost escalation but such escalation shall be no less than the mutually agreed “floor” escalation rate of five percent (4%) during the performance period. FIM 4 Replace HVAC Equipment: The following methodology is used to determine the savings resulting from HVAC System Replacement:
Package Rooftop or Split System Replacement: For these measures Johnson Controls used an industry accepted simulation program, "eQuest” to determine the energy savings from replacing existing HVAC equipment with higher efficient HVAC equipment. Inputs into the simulation program were defined using actual data gathered during the audit including building construction, load conditions (i.e. weather, people, and internal loads), equipment, and operation. The hours of operation and the setpints are detailed in Section V above. The eQuest modeling program uses the actual time of use utility rate to calculate the operating costs and savings. The utility rates used for each HVAC system are defined in Section IV, Baseline Calculation & Utility Rates, PG&E Electric Utility Rates effective January 1, 2016. The City Hall is A-10 TOU and the Town Hall are A-6 TOU. The eQuest model simulates the consumption based on the hour by hour utility rate. Using actual conditions accurately define the load of heating or cooling required by the existing HVAC equipment. Changes were then made in the equipment performance values for the post-installation model scenario and the simulation run again to determine the energy required to heat or cool the building. The savings were the difference between the energy consumption requirements of the existing baseline equipment and the proposed post-installation equipment, multiplied by the utility rate, as follows:
Existing Baseline Costs per year – Proposed Post Installation Costs per year Baseline and Proposed Annual costs are determined by the following equation: Annual kWh Costs HVAC = u [Connected kW Costsu x Hours of Operation]t,u where: kW Costsu
= kilowatt costs realized during the baseline and post-installation time for usage group
Schedule 2
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________ City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
46
Hours of Operation = number of operating hours during the time period t for the usage group u
Annual kW CostsHVAC = u [Connected kW x 12 months/yr]
JCl will use stipulated manufacturers' published data for efficiency and field data to calculate and validate HVAC savings. HVAC systems 5 tons or larger will have one time post measurements taken at 15 minute intervals for a minimum period of one week to confirm equipment operating characteristics match those in the submittals and HVAC calculations.
The savings are validated by the measurements, verification, and monitoring of key parameters of the FIM. The respective variables that are measured, verified, and monitored are selected based on IPMVP protocols. The key operating parameters for the rooftop and split system upgrades are the difference in unit efficiencies. One time power factor measurements and voltage will be taken to determine the HVAC system kW by multiplying the measured amperage.
Post-Installation measurement of two variables - kW during the performance period, - Outside air temperature during performance period.
If the temperature deviates more than 10% from the design condition 95 degrees F during the measurement period manufacturers integrated part load data will be used to validate HVAC equipment efficiency. If the measured efficiency is deviates more than -10% of the manufacturers rated efficiencies then the savings will be recalculated. The EER is the energy efficiency ratio of unitary HVAC equipment and defined by the following formula:
EER = Ec / Pa
Where: Ec = Heat removed in units BTU/Hr Pa = Power Input in units Watts = Voltage*Amperage
Power, Pa will be determined by the average of the 15 minute amperage readings measured by the logger multiplied by the voltage. Ec will be calculated based the HVAC units full output in BTU/HR X the ratio of actual average measured amperage / full load amperage). The operating hours and set-points must be maintained by the city. Maintaining these conditions will ensure the savings will be attained. These parameters are fixed.
JCI will also complete the following Measurement & Verification Procedure on HVAC systems replaced.
Review Submittals and note equipment to be installed at site.
Refer to start-up sheets and measurement requirements by equipment model.
Verify SEER on new equipment submittals.
Note new/replacement equipment and record Manufacturer, Model No., and Serial No.
Use the Start-up Information Sheet provided to measure and record new unit voltage, power factor, and amperage when unit is fully running.
Use only a true RMS meter and provide a calibration certificate which covers the time period when the readings were taken.
Record outside air temperature (OAT) at time measurements are taken.
Note the date and time of measurements.
Schedule 2
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________ City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
47
Three HVAC units that are 5 tons and larger shall have data loggers installed to measure performance. Equipment to measure: City Hall: HP-1, 7.5 ton, HP-2, 7.5 ton and Town Hall, HP-2, 7.5 ton.
Loggers will measure amperage on each phase plus outside air temperature at 15 minute intervals for a minimum duration of one week. The real time data obtained will be used to calculate the EER and or SEER at the outside air temperature during the logging period. The calculated “actual” EER/SEER will be compared to the design EER/SEER and if it deviates more than - 10% the savings will be recalculated.
Option B: FIM 1 Photovoltaic (PV) for WWTP (NEM-A)
Energy savings from this renewable resource FIM result from the displacement of utility provided electricity by the PV array produced electricity at the baseline utility rates. The energy production was estimated by the industry-standard PV-Syst calculation program utilizing Typical Meteorlogical Year 3 (TMY3) weather data. The PV-Syst program uses local hourly solar radiation data to calculate electrical energy output for a given PV array DC rating, AC derate factor and panel orientation. A insolation meter will be installed at the site to measure the solar radiation and will be monitored by the Data Acquisition System.
This measure will utilize an IPMVP Option B M&V approach. JCI will validate the energy production and savings realized from the implementation of this FIM by:
Verify, via monitoring system that the equipment is being maintained and functioning properly
Monthly review of the on-line monitoring data such as solar irradiation, temperature and kWh/kW provided by the monitoring systems included with the FIM. This will require remote access for JCI.
Using an Excel based spreadsheet, JCI will compile the data on the PV System actual performance for use in determining the Performance Period Energy. Data to be collected shall align with the PG&E utility rate periods and include at minimum the following paramenters:
Solar Insolation (Global Horizontal) (kWh/m^2)
Array Energy Output to Grid (MWh)
Baseline adjustments will be made for solar insolation and for outages due to acts of nature/God and vandalism. A 0.5% (one half of one percent) degradation rate shall be applied to the guaranteeed production rate annually to account for PV module power output degradation.
An annual loss of energy production due to soiling of -4% is accounted for in JCI’s performance guarantee. Refer to Schedule 3 for Customer’s responsibilities for PV panel washings. No loss of energy production is accounted for due to snow accumulation on PV panels.
JCI will perform the above M&V activities for the Guarantee Term of the Agreement.
Schedule 2
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________ City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
48
Photovoltaic Baseline (Proposed Performance Period Energy Production)
City of Placerville Proposed Performance Period PV Production)
(PV SYST Results)
Site / Arrays Solar Insolation Annual
Total (GlobHor) (kWh/m^2) PV System
Size kW Array Energy Output Annual
Total (E_Array)(MWh)
FIM 1 WWTP NEM-A 1814.6 831.92 1384.9
PV System Calculation: Annual Cost Savings = (Adjusted Performance Period Energy and Demand) X Baseline Rate where:
Adjusted Performance Period Energy (MWh) = (Photovoltaic Measured Results + (Less Energy Due to Outages)) x (Measured Solar Insolation/ Solar Insolation Annual Total)
Performance Period Energy= Measured Array Energy Output
As shown above in Section IV, the existing electric Utility Rate (E-19S) will be used to calculate the PV Energy Savings and escalated annually by the actual utility cost escalation but such escalation shall be no less than the mutually agreed “floor” escalation rate of five percent (5%) during the performance period.
VII. MEASUREMENT & VERIFICATION SERVICES
JCI will provide the M&V Services set forth below in connection with the Assured Performance Guarantee.
1. During the Installation Period, a JCI Performance Assurance Specialist will track Measured Project Benefits. JCI will report the Measured Project Benefits achieved during the Installation Period to Customer within 60 days of the commencement of the Guarantee Term.
2. Within 60 days of each anniversary of the commencement of the M&V Term, JCI will provide
Customer with an annual report containing:
A. an executive overview of the project’s performance and Project Benefits achieved to date;
B. a summary analysis of the Measured Project Benefits accounting; and
C. depending on the M&V Option, a detailed analysis of the Measured Project Benefits calculations.
3. During the M&V Term, a JCI Performance Assurance Specialist will monitor the on-going performance of the Improvement Measures, as specified in this Agreement, to determine whether anticipated Measured Project Benefits are being achieved. In this regard, the Performance Assurance Specialist will periodically assist Customer, on-site or remotely, with respect to the following activities:
A. review of information furnished by Customer from the facility management system to
confirm that control strategies are in place and functioning;
Schedule 2
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________ City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
49
B. advise Customer’s designated personnel of any performance deficiencies based on such information;
C. coordinate with Customer’s designated personnel to address any performance deficiencies that affect the realization of Measured Project Benefits; and
D. inform Customer of opportunities to further enhance project performance and of opportunities for the implementation of additional Improvement Measures.
4. For specified Improvement Measures, JCI will:
A. conduct pre and post installation measurements required under this Agreement;
B. confirm the building management system employs the control strategies and set points specified in this Agreement; and
C. analyze actual as-built information and adjust the Baseline and/or Measured Project Benefits to conform to actual installation conditions (e.g., final lighting and water benefits calculations will be determined from the as-built information to reflect the actual mix of retrofits encountered during installation).
D. confirm that the appropriate metering and data points required to track the variables associated with the applicable Improvement Measures’ benefits calculation formulas are established; and
E. set up appropriate data capture systems (e.g., trend and totalization data on the facility management system) necessary to track and report Measured Project Benefits for the applicable Improvement Measure.
F. Trend data records maintained in the ordinary course of system operation shall be used and relied upon by Johnson Controls in connection with Project Benefit calculations. Johnson Controls will use commercially reasonable efforts to ensure the integrity of the data collected to calculate the required metrics. In the event data is lost due to equipment failure, power failure or other interruption in data collection, transmission or storage, Johnson Controls will use reasonable engineering methods to estimate the impact of or replace the lost data.
Schedule 3
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________ City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
56
CUSTOMER RESPONSIBILITIES
In order for JCI to perform its obligations under this Agreement with respect to the Work, the Assured Performance Guarantee, and the M&V Services, Customer shall be responsible for:
(1) Providing JCI, its subcontractors, and its agents reasonable and safe access to all facilities and properties that are subject to the Work, the Assured Performance Guarantee, and M&V Services;
(2) Scheduling for shut downs of affected locations during installation, including timely shutdowns of chilled water and hot water systems as needed to accomplish the Work;
(3) Providing reviews and approvals of design submissions and other project documents within timeframes specified on the project schedule;
(4) Providing the following information, as available, with respect to the project and project site within three weeks following JCI’s request: (a) Any and all available surveys describing the property, boundaries, topography and reference
points for use during construction, including existing service and utility lines; (b) Any and all available geotechnical studies describing subsurface conditions, and other
surveys describing other latent or concealed physical conditions at the project site. (c) temporary and permanent easements, zoning and other requirements and encumbrances
affecting land use, or necessary to permit the proper design and construction of the project and enable JCI to perform the Work;
(d) a legal description of the project site; (e) as-built and record drawings of any existing structures at the project site; and (f) Environmental studies, reports and impact statement describing the environmental conditions,
including hazardous conditions or materials, in existence at the project site. (5) Securing and executing all necessary agreements with adjacent land or property owners that are
necessary to enable JCI to perform the Work; (6) Providing assistance to JCI in obtaining any permits, approvals, and licenses that are necessary for
the performance of the Work and are JCI’s responsibility to obtain as set forth in Schedule 1; (7) Properly repairing and performing appropriate preventative maintenance on, all equipment and
building systems affecting the Assured Performance Guarantee in accordance with manufacturers’ standards and specifications; including, but not limited to, the following: (a) PV system repairs and maintenance, (b) PV panel washing, minimum three per year. (An annual loss of energy production due to soiling
of -4% is accounted for in JCI’s performance guarantee. The frequency of Customer’s panel washings may vary and additional washings may be required to prevent exceeding this loss.) Note: Customer may elect to contract with JCI for the PV maintenance and panel washing and thereby assign these responsibilities to JCI.
(c) PV systems monitoring using Draker, or equal, Data Acquisition System including any annual subscription costs.
(8) Provide JCI a copy of the PV System maintenance report with dated logs of maintenance performed 30 days prior to the annual anniversary of the Final Completion Date.
(9) Providing the utility bills, reports, and similar information reasonably necessary for administering JCI’s obligations under the Assured Performance Guarantee within ten (10) days of Customer receipt and/or generation or JCI’s request therefore;
(10) Providing all records relating to energy and/or water usage; (11) Providing and installing utility sub-meters on all new construction and/or additions built during the
Guarantee Term as recommended by JCI or, alternatively, paying JCI’s applicable fees for calculating necessary adjustments to the Assured Performance Guarantee as a result of the new construction;
(12) Promptly notifying JCI of any change in use or condition described in Section III of Schedule 2 or any other matter that may impact the Assured Performance Guarantee;
(13) Taking all actions reasonably necessary to achieve the Non-Measured Project Benefits; (14) Providing JCI, its subcontractors, and its agents reasonable and safe access to all facilities and
properties that are subject to the Work, the Assured Performance Guarantee, and M&V Services; (15) Obtaining any permits, approvals, and licenses that are necessary for the performance of the Work
and are not JCI’s responsibility to obtain as set forth in Schedule 1, including, but not limited to:
Schedule 3
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________ City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
57
(a) Applying for and obtaining PG&E electric rates relating to the new PV system(s) (b) Providing CEQA permit for the PV systems at the WWTP not later than July 1, 2017. The City of
Placerville will contract directly with others for the Hangtown Creek Waste Water Treatment Photovoltaic scope of work as it relates to the CEQA Environmental assessment and permit documents, including but not limited to, the topographic and boundary survey, supplemental MND and the critical environmental analysis.
(c) Storm Water Pollution Prevention Plan (SWPPP) Construction Site Monitoring Program (CSMP) monitoring cost and fees.
(16) Electric service upgrades per utility company requirements, either on site, offsite or elsewhere as may be required by the utility company.
(17) Furnishing cellular phone, and data connection, or equivalent, and service for the following: (a) Data Acquisition Systems for PV system
(18) Providing area during construction for equipment and material laydown.
Schedule 4
Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2008 Johnson Controls, Inc.
58
PRICE AND PAYMENT TERMS Customer shall make payments to JCI pursuant to this Schedule 4.
1. Compensation. The Lump Sum Guaranteed Maximum Price (GMP) for the project is $3,757,578 and is made up of two (2) separate values:
Waste Water Fund Project of: $3,108,481 General Fund Project of: $649,097 Total: $3,757,578 The amounts shown above include all costs associated with completing the project including but not limited to general conditions, PS&E, construction, construction management, construction engineering, materials, services, commissioning, and geological testing, etc. Should JCI not receive the Initial Notice to Proceed Attachment 1A by July 1, 2017 the City will be responsible for any and all cost increases as a result of the delay as more specifically set forth in paragraph 3 of this Agreement. The Project Development Fee, for the Water Enterprise Fund, approved by City Council on November 24, 2015 for $156,735 is not included in the above project cost. The fee of $129,966 will be invoiced separately. 2. Payments. Are made up of three (3) separate components: a). Initial Payment, b). Progress Payments and
c). Retention. a. Initial Payment: A payment of twenty five (25%) percent, will be due within thirty (30) days of
Customer issuing JCI the Notice to Proceed. The Initial Payment includes ten (10%) percent for Project Development and Engineering completed and an additional fifteen (15%) percent for Mobilization.
b. Progress Payments: Monthly progress payments, based upon percent of work completed as
defined by the Project Schedule of Values for work. A Schedule of Values will be submitted to the Customer within ten (10) business days of JCI receiving the Notice to Proceed. Included in the work completed calculation, will be all costs for stored materials. JCI will provide invoices for the remaining payments on a monthly basis, and shall be based upon the percentage of work completed to date. Such invoices will be paid once the work is inspected to ensure the work is in compliance with and in furtherance of the Agreement, including the guarantees provided herein. Such inspection, approval and payment by the Customer with respect to each invoice shall be done within thirty (30) days of Customer’s receipt of such invoice. In the event that Customer raises an issue regarding the compliance and/or completion of the Work, Customer shall pay all amounts that are not in dispute within such thirty (30) day period.
c. Retention: The Progress Payments will continue up to ninety five percent (95%) percent of the
total price. The final five (5%) percent shall be billed once the Final Notice of Completion is approved by the Customer.
3. Payments Instructions. Payments shall be submitted by either by a Wire Transfer or Overnight Mail. The instructions for the payments are listed below:
Remit via Wire Transfer Remit via Overnight JP Morgan Chase JP Morgan Chase Bank One First National Plaza 14800 Frye Rd TX1-0029 Chicago, IL 60670 Fort Worth, TX 76155 Credit to Johnson Controls Inc. Attn: Johnson Controls Inc. PO Box 730068 Job Number 6PZ7-0006 Phone 817-399-5042 Water Enterprise Fund ABA# 071-000013 Depositor Acct #55-14347 Account type: Checking
4. Planned Services Agreement for Post Construction Measurement & Verification Services. The price for JCI's M&V Services, in addition to the above, as detailed on Schedule 2 of this Agreement, is $222,730. Refer to Attachment 4 for additional information. These payments will be due and payable when Customer receives JCI's invoice and in advance of the services JCI is to provide, and shall be made throughout the Guarantee Term.
Attachment 1A
Johnson Controls, Inc. Initials: _____________ Customer Initials: _____________ City of Placerville Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2017 Johnson Controls, Inc.
59
INITIAL NOTICE TO PROCEED 1A
Johnson Controls, Inc. 103 Woodmere Rd. Suite 110 Folsom CA 95630 ATTN: Christopher Schulken, V.P. Regional General Manager, Energy Solutions Re: Notice to Proceed for City of Placerville Performance Contract Dear Christopher Schulken: This Notice to Proceed is being issued by City of Placerville (“Customer”) to Johnson Controls, Inc. (“JCI”) pursuant to that certain Performance Contract entered into between Customer and JCI for the purpose of notifying JCI to commence all final design, engineering and equipment procurement under such contract. In the event that this Notice to Proceed is delivered by Customer prior to the execution of the Performance Contract by Customer and JCI, Customer understands and expects JCI will incur significant costs and expenses in complying with this Notice to Proceed. In the event the Performance Contract is not executed by the parties, for any reason, Customer agrees to pay JCI for its costs and fees incurred in complying with this Notice to Proceed on a time and material basis. Customer agrees to pay amounts billed by JCI no later than thirty (30) days after Customer receives JCI’s payment application. JCI will continue to submit payment applications to Customer until the Performance Contract is executed. Once the Performance Contract is executed, JCI will begin submitting its payment applications to Customer in accordance with the terms and conditions set forth therein. Any amounts already paid by Customer will be credited towards the Performance Contract price. By signing and dating this Notice to Proceed, the parties hereto agree to these terms and represent and warrant they have the authority to execute this Notice to Proceed on behalf of their respective organizations. CITY OF PLACERVILLE JOHNSON CONTROLS, INC. Signature: Signature: Printed Name: M. Cleve Morris Printed Name: Chris Schulken Title: City Manager Title: V.P. Regional General Manager, Energy Solutions
Date: Date:
Attachment 1B
Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2008 Johnson Controls, Inc.
60
CONSTRUCTION NOTICE TO PROCEED 1B Johnson Controls, Inc. 103 Woodmere Rd. Suite 110 Folsom CA 95630 ATTN: Christopher Schulken, V.P. Regional General Manager, Energy Solutions Re: Notice to Proceed for City of Placerville Performance Contract Dear Christopher Schulken: The City of Placerville (“Customer”) is satisfied with Johnson Controls, Inc. (“JCI”) good faith effort to seek competitive proposals for the purpose of involving local sub contractor’s, suppliers and/or vendors in the project, and therefore is issuing JCI this Notice to Proceed pursuant to that certain Performance Contract for the purpose of notifying JCI to commence work under such contract. The foregoing notwithstanding, JCI shall not commence construction until it has received from Customer a duly executed Initial Notice to Proceed 1A. By signing and dating this Notice to Proceed, the parties hereto agree to these terms and represent and warrant they have the authority to execute this Notice to Proceed on behalf of their respective organizations. CITY OF PLACERVILLE JOHNSON CONTROLS, INC. Signature: Signature: Printed Name: M. Cleve Morris Printed Name: Chris Schulken Title: City Manager Title: V.P. Regional General Manager, Energy Solutions
Date: Date:
Attachment 2
Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2008 Johnson Controls, Inc.
61
CHANGE ORDER
Performance Contract dated , 20 between Johnson Controls, Inc. and Customer
Change Order No. Date (mo/day/yr)
Customer City of Placerville
The above referenced Performance Contract is hereby modified to the extent described below in accordance with the Terms and Conditions of the CHANGE ORDERS section thereof. Scope of Work changed as follows:
Total amount of this Change Order .................................................................................
$
Total Performance Contract amount as revised by this Change Order ..........................
$
The time for completion is: increased, decreased, unchanged. The new completion date resulting from this Change Order is:
(mo, day, yr)
[check if applicable] Assured Performance Guarantee changed as follows: Unless specifically changed by this Change Order, all terms, conditions and provisions of the above referenced Performance Contract remain unchanged and in full effect. JOHNSON CONTROLS, INC. CUSTOMER Signature:
Signature:
Printed Name:
Printed Name:
Title:
Title:
Attachment 3
Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2008 Johnson Controls, Inc.
62
CERTIFICATE OF SUBSTANTIAL COMPLETION
PARTIES: JOHNSON CONTROLS, INC. (“JCI”) 103 Woodmere Rd. Suite 110
Folsom CA 95630 City of Placerville (“Customer”)
3101 Center St Placerville, CA 95667
PROJECT: City of Placerville Performance Contract dated _____________ __, 20__ between JCI and
Customer
By executing this Certificate of Substantial Completion, Customer acknowledges the following:
a. The work set forth in the Performance Contract is substantially complete. b. Customer has received the manuals, warranty information, and training required under the
Performance Contract. c. The following punch list items must be completed by JCI (check as applicable):
punch list attached punch list complete
d. Upon completion of the punch list items, or if such punch list items are complete, JCI and Customer shall sign the Certificate of Final Completion attached hereto.
Dated , 20 . CITY OF PLACERVILLE JOHNSON CONTROLS, INC. Signature: Signature: Printed Name: Cleve Morris Printed Name: Chris Schulken Title: City Manager Title: V.P. Regional General Manager, Energy Solutions
Date: Date: Signature: Name: Sandra Spencer Title: Project Assurance Manager Date:
Attachment 3
Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2008 Johnson Controls, Inc.
63
CERTIFICATE OF FINAL COMPLETION
PARTIES: JOHNSON CONTROLS, INC. (“JCI”) 103 Woodmere Rd. Suite 110
Folsom CA 95630 City of Placerville (“Customer”) 3101 Center St
Placerville, CA 935667 PROJECT: City of Placerville Performance Contract dated _______________, 20__ between JCI and
Customer
By executing this Certificate of Final Completion, Customer acknowledges the following:
a. The work set forth in the Performance Contract has been reviewed and determined by Customer to be fully complete.
b. Customer accepts the work as complete and hereby releases JCI’s obligations under any performance
and payment bonds posted for the project as of the date set forth below. Dated , 20 . Signature: Signature: Printed Name: Cleve Morris Printed Name: Chris Schulken Title: City Manager Title: V.P. Regional General Manager, Energy Solutions
Date: Date: Signature: Name: Sandra Spencer Title: Project Assurance Manager Date:
Attachment 4
Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2008 Johnson Controls, Inc.
64
M&V SERVICES AGREEMENT
CITY OF PLACERVILLE (“Customer”) 3101 Center St Placerville, CA 95667 Proposal Date: February 22, 2017 Scope of Services Johnson Controls, Inc. (“JCI”) and the Customer (collectively the “Parties”) agree Services, as defined in Scope of Work (below), will be provided by JCI at the Customer’s facility. Terms and Conditions of this Agreement are as set forth in the Performance Contract and incorporated by this reference and cover the rights and obligations of both the Customer and JCI. This Service Agreement and the Price and Payment Terms are set forth fully herein (collectively the “Agreement”), __
Term This Agreement takes effect on the day the Certificate of Final Completion for the Performance Contract is approved by the Customer and JCI, and will continue for sixty (60) consecutive months (“Original Term”). Price and Payment Terms The total Contract Price for JCI’s Services during the Original Term is $222,730. This amount will be paid to JCI in bi-annual installments of (see following table). These payments will be due and payable in advance of services within thirty (30) days of the invoice date and such timely payment by Customer shall be a condition precedent to JCI’s obligation to perform its Services. A penalty of one and a half percent (1.5%) of the amount due per month shall accrue for payments received after the payment due date. If the Customer elects to cancel M&V Services, the Customer must do so in writing within 30 days of the renewal date, otherwise full service will continue for the remainder of the year and the Customer will be responsible for payment of the full year.
Bi-Annual
Payment
Waste Water Fund General
Fund
Total M&V
Services Solar PV
MaintenanceM&V
Services
1 $8,631 $10,575 $3,728 $22,933
2 $8,631 $10,575 $3,728 $22,933
3 $8,537 $10,892 $1,710 $21,138
4 $8,537 $10,892 $1,710 $21,138
5 $8,793 $11,219 $1,761 $21,772
6 $8,793 $11,219 $1,761 $21,772
7 $9,057 $11,555 $1,814 $22,425
8 $9,057 $11,555 $1,814 $22,425
9 $9,328 $11,902 $1,868 $23,098
10 $9,328 $11,902 $1,868 $23,098
Total $88,688 $112,285 $21,758 $222,730
Attachment 4
Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2008 Johnson Controls, Inc.
65
Scope of Work
Measurement & Verification Services The M&V scope of work is described in detail in Schedule 2 of the Performance Contract agreement under the heading “Detailed Description of M&V Activities and Deliverables”. Please refer to that section for the specific work to be completed under this service agreement.
Solar Photovoltaic System Maintenance JCI shall provide the following maintenance services for the Solar Photovoltaic system(s):
1. System‐Wide Maintenance
Item Service Description Frequency
1 Complete and submit service report outlining any and all activity performed at the Facility. Maintenance Logs shall be submitted to Customer within 5 business days of completion of the activity on site.
Per visit
2 Inspect the mechanical functionality of the project – including but not limited to inspecting the fastening/mounting elements, equipment connection and coupling cases, verifying that the threaded connections are tight, visual inspection of all parts of the equipment and checking the cabling.
1x per year
3 Inspect all electrical boxes, combiner boxes and electrical equipment for water damage or signs ofsignificant water accumulation in underground conduit
1x per year
4 Scan combiner boxes with Infrared camera to identify loose of broken connections. 1x per year
5 Inspect cabling for signs of cracks, defects, pulling out of connections, overheating, arcing, short or open circuits, and ground faults.
1x per year
6 Check for abnormal corrosion on parts of the Facility and service any parts with the potential for corrosion to remove long‐term risks.
1x per year
7 Check the mechanical functionality of the built‐in components and interrupters (ground fault circuit interrupters and circuit breakers).
1x per year
8 Check the functionality of the meters (meters are operating, communicating reliably and measuring coherent values as compared to the backup meters).
1x per year
9 Visually inspect and basic cleaning of pyranometers according to themanufacturer’s recommendations (calibration depends on manufacturer’s specifications and would be provided on a T&M basis).
1x per year
10 Visual inspection of racking, searching for impacts, corrosion and condition of the protective paint,and absence of water deposits.
1x per year
11 Thermal camera testing of medium and high voltage electrical current connections and circuit breakers.
1x per year
2. Panel Maintenance Item Service Description Frequency
1 Visual inspection of possible glass breakage, normally caused by external actions, and visually inspect for evidence of thermal fatigue arising from assembly errors.
1x per year
2 Visual inspection for oxidation in the circuits and welding of the photovoltaic cells, normally due tothe entrance of dampness into the panel because of a fault or breakage of the sealing layers.
1x per year
3 Visual inspection for change of color to yellow or brown (known as “yellowing” and “browning”) ofthe sealant or encapsulant.
1x per year
4 Visual inspection for issues with the panel back sheet (inflammations in this area could be a symptom of a hot point in the module).
1x per year
5 Visual inspection for deformations in the junction boxes of the module due to overheating of the bypass diodes and/or high contact resistance because of bad tightness of an electrical terminal.
1x per year
6 Check the tightness and condition of the terminals with cables connected to the Panels. 1x per year
7 Undertake comparative measurement of string DC currents. 1x per year
Attachment 4
Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2008 Johnson Controls, Inc.
66
3. Inverter Maintenance Item Service Description Frequency
1 Annual maintenance performed by Service Provider as required in order to meetthe manufacturer’s warranty requirements (provided byCustomer).
1x per year
2 General visual observation of the condition and functioning of theinverter. 1x per year
3 Check wiring and the connections of the parts. In the event of anomalies (especially after violent weather conditions), check the DC overvoltage surge arresters and the AC overvoltage surge arresters. Check fuses and replace damaged (if applicable).
1x per year
4 Verify that the site of the inverter is clean, dry and well ventilated and insulated. Check cooling fans.
1x per year
5 Check that the inverter works properly and that unusual noises are not coming from inside it. 1x per year
6 Check that inverter location maintains suitable temperatures, so that this equipment can operate within the temperature range specified by the inverter manufacturer.
1x per year
7 Check the equipment protection and alarms. 1x per year
8 Clean equipment; in particular, the lower grill on the wiring box through which the air for cooling the heatsink passes and the heatsink itself. (If applicable, then replacement of components such as air filters would be ordered through the manufacturer, and Service Provider would replace air filters on a T&M basis)
1x per year
4. Component Testing Item Service Description Frequency
1 Test all DC source circuits and input circuits VOC and ISC 1x per year
2 Test all OCPDs and disconnects 1x per year
3 Verify accuracy of all meters, sensors, monitoring devices, communications equipment, weather station, security equipment (if installed and accessible)
1x per year
5. Ground Site Maintenance Item ServiceDescription Frequency
1 Visual inspection of the general site conditions, vegetation, animal damage, and erosion that couldaffect the system performance.
1x per year
2 Inspection for animal nests, dead animals, and other obstructions in vicinity of array, electrical equipment servicing zones or other key access areas.
1x per year
In the event of an alarm from the Solar PV systems’ Data Acquisition System (DAS) the following parties shall be notified: Customer’s representative, JCI Performance Engineer and the PV Maintenance subcontractor. The JCI Performance engineer shall determine the appropriate response to the alarm and the party responsible for any required actions.
Attachment 4
Performance Contract (Rev 15) Johnson Controls, Inc. – Proprietary © 2008 Johnson Controls, Inc.
67
Photovoltaic Array Cleaning JCI shall provide the following array cleaning services for the Photovoltaic system(s) three times per year:
Using clean fresh water, conduct soft brush abrasion and spray washing on problematic areas of module surface areas only. Procedure involves initial wetting of the modules, followed by non-abrasive soft bristle brush agitation based on site conditions, followed by a final rinse.
Water is available on site within 150 ft of the array and is provided for by Customer at zero cost to JCI.
Photovoltaic maintenance service and array cleaning in not subject to prevailing wage requirement.
CITY OF PLACERVILLE JOHNSON CONTROLS, INC. Signature: Signature: Name: M. Cleve Morris Name: Christopher Schulken Title: City Manager Title: V.P. Regional General Manager, Energy Solutions Date: Date:
[END OF DOCUMENT]