Loading...
HomeMy WebLinkAboutResolution - 3353 - Contract - Honeywell Inc - HVAC Maintenance, Auditorim_Coliseum - 04_12_1990HW:js RESOLUTION Resolution # 3353 April 12, 1990 Item #34 BID #10549 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract by and between the City of Lubbock and Honeywell, Inc. for H.V.A.C. Equipment Mainte- nance Contract for the Auditorium/Coliseum, attached herewith, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this ATTEST: e boyo, city secretary APPROVED TO CONTENT: i 4,,,, jGe'ne Ea , Purc acing Manager APPROVED AS TO FORM: Harold Willard, Assistant City Attorney 12th day of April Q B. C. McMINN, MAYOR , 1990. i r�* r rA .K FOR CITY OF LUBBOCK SPECIFICATIONS FOR H.V.A.C. EQUIPMENT MAINTENAPTCE CONTRACT BID # 10549 CITY OF LUBBOCK Lubbock, Texas,*,.&, yih, CITY OF LUBBOCK SPECIFICATIONS for TITLE: H.V.A.C. EQUIPMENT MAINTENANCE CONTRACT ADDRESS: LUBBOCK AUDITORIUM -COLISEUM BID NUMBER: 10549 PROJECT NUMBER: 1111-532101-5241 CONTRACT PREPARED BY: Purchasing Department -1- (This page left blank intentionally) INDEX PAGE 1. NOTICE TO BIDDERS ........................................... .3 .............................................. 2. GENERAL INSTRUCTIONS TO BIDDERS............................................................................4 �.. 3. BID PROPOSAL - BID FOR LUMP SUM CONTRACTS.................................................................10 4. PAYMENT BOND..............................................................................................13 5. PERFORMANCE BOND..........................................................................................16 6. CERTIFICATE OF INSURANCE..................................................................................19 7. CONTRACT..................................................................................................21 8. GENERAL CONDITIONS OF THE AGREEMENT.......................................................................23 9. CURRENT WAGE DETERMINATIONS...............................................................................41 10. SPECIFICATIONS.. ..42 ........................................................................................ 11. SPECIAL CONDITIONS........................................................................................43 12. NOTICE OF ACCEPTANCE......................................................................................45 re -2- (This page left blank intentionally) !.a NOTICE TO BIDDERS -3- (This page left blank intentionally) NOTICE TO BIDDERS BID # 10549 Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be �. received at the office of the Purchasing Manager, 1625 13th St., Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 28th day of March, 1990, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: H.V.A.C. EQUIPMENT MAINTENANCE CONTRACT * ^ After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of Gene Eads, Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City Council will consider the bids on the 12th day of April. 1990, at Municipal Bldg., Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should be issued by a company carrying a current Best Rating of 8 or superior, as the rating of the bond company is a factor that will be considered in determination of the lowest responsible bidder. If the contract price does not exceed $25,000.00 the said statutory bonds will not be required. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equaL opportunities to submit bids in response to this invitation and wiLL not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. There will be a pre -bid conference on 19th day of March, 1990, at 10:00 o'clock a.m., Coliseum, Lubbock Memorial Civic Center. 1501 6th Street. CITY OF LUBBOCK BY: Gene Eads, C.P.M. Purchasing Manager ADVERTISEMENT FOR BIDS BID # 10549 r.. Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401 until 2:00 o'clock p.m. on the 28th day of March, 1990, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: H.V.A.C. EQUIPMENT MAINTENANCE CONTRACT After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and publicly read aloud. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. Attention of each bidder is particularly called to the Schedule of General Prevailing Rate of Per Diem Wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, Texas. Each bidder's attention is further directed to the provisions of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning such wage scales and payment by the ,.. contractor of the prevailing rates of wages as heretofore established by the City of Lubbock. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. --- There wilt be a prebid conference on 19th day of March, 1990, at 10:00 o'clock a.m., Coliseum , Lubbock Memorial Civic Center, 1501 6th Street. BY: Gene Eads, C.P.M. PURCHASING MANAGER (This page left blank intentionally) GENERAL INSTRUCTIONS TO BIDDERS -4- (This page left blank intentionally) GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK The work to be done under the contract documents shall consist of the following: Provide labor and materials for heating, ventilation and air conditioning (H.V.A.C.) equipment maintenance. The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the Gen- eral Conditions. All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 3. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 4. TIME AND ORDER FOR COMPLETION The maintenance service covered by the contract documents shall be for two years from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. " The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so sub- mitted, the City may direct the Contractor to take such action as the City deems necessary to insure comple- tion of the project within the time specified. 5. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 6. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. -5- 7. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for pro- tecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provi- sion. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project. 8. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against de- fective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 9. PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished di- rectly to the Contractor. The Contractor shall then distribute copies of plans and specifications to sup- pliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Con- tractor. 10. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materi- als, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construc- tion, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City re- serves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the proposed contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 11. TEXAS STATE SALES TAX This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the ma- terials to be incorporated into the work without paying the tax at the time of purchase. 7M 12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construc- tion of the project contemplated by these contract documents. The City of Lubbock agrees that it will fur- nish Contractor the location of all such underground lines and utilities of which it has knowledge. How- ever, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such under- ground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 13. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger sig- nals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and re- placed by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barri- cades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 14. EXPLOSIVES t,. The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor ..m shall assume full responsibility for all damage which may occur as a direct or indirect result of the blast- ing. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. ,., In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. r-^ 15. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 16. INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written -7- notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subroga- tion. The insurance certificates furnished shall name the City as an additional insured and shall further state that all subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. 17. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations there- under. The inclusion of the schedule of general prevailing rate of per diem wages in these contract docu- ments does not release the Contractor from compliance with any wage Law that may be applicable. Construc- tion work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 18. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (Less mandatory Legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deduc- tions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. -8- The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such Laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 19. PROVISIONS CONCERNING ESCALATOR CLAUSES Proposals submitted containing any conditions which provide for changes in the stated bid price due to in- creases or decreases in the cost of materials, labor or other items required for the project will be re- jected and returned to the bidder without being considered. 20. PREPARATION FOR PROPOSAL The bidder shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he proposes to do the work contemplated or furnish the materials required. Such prices shall be written in ink, dis- tinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If the proposal is submitted by an indi- vidual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. if the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: (a) Bidder's name (b) Proposal for (description of the project). Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal may be withdrawn or altered thereafter. 21. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the fol- lowing: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Proposal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) insurance Certificates. (j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. (This page left blank intentionally) r..a BID PROPOSAL -10- (This page left blank intentionally) a. h 1 BID PROPOSAL BID FOR LUMP SUM CONTRACTS xY �? PUKE Lubbock Taxas yy p 3� 28/ 90 J'32ia.r. -' PROJECT N0. 10549 1 Proposal of Honeywell Inc. (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) +z:..., '~Gentlemen: ^ The Bidder, in compliance with your invitation for bids for the Auditorium/Coliseum H.V.A.C. Equipment Contract i Maintenance, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents, as well as the premises and equipment at each site, and being familiar with all of ,'.?the conditions surounding the H.V.A.C. equipment including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies necessary to complete the entire work for two (2) years in accordance =with the plans, specifications and contract documents, and at the price stated below. The price to cover all I. expenses incurred in performing the work required under the contract documents, of which this proposal is to be a c^part, is as follows: t„bID` ITEM I - Total Maintenance Contract - includes Predictive, Preventive, Planned, aNd Emergency Maintenance; and labor, parts, materials, supplies, tools, and instruments for the buildings identified above: ram.. y.M,�Y, ._•,.: TOTAL: SIXTY EIGHT THOUSAND FORTY DOLLARS (s 68 , 040.00 ) 'ems;:•.. 7,91D ITEM II - Preventive Maintenance Contract - includes all labor, parts, materials, tools, instruments, and supplies for Preventive Maintenance Services only for two (2) years for the buildings identified above: .;.TOTAL: FORTY SIX THOUSAND EIGHT DOLLARS (S 46,008.00 ) '^ .Amount shall be shown in both words and figures. In case of discrepancy,'the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specifieed in a . written "Notice to Proceed" of the Owner. Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with in- struction number 20 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (S ) or a Proposal Bond in the sum of %. Dollars which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the owner within ten (10) days after the date of receipt of written notification of acceptance of said proposal;.otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all con- tract documents made available to him for his inspection in accordance with the Notice to Bidders. Honeywell, Inc Contractor BY: Mike} oma (Seal if Bidder is a Corporation) ATTEST: A ttached Secretary -12- I, S. Ueland, do hereby certify that I am the duly elected and qualified Secretary of Honeywell Inc., a corporation r organized and existing under and by virtue of the laws of the \ State of Delaware, and that the following is a true and correct copy of certain resolutions duly adopted pursuant to authority granted at a meeting of the Board of Directors thereof, convened -- and held in accordance with the law and the by-laws of said corporation, at the offices of the Company, Honeywell Plaza, Minneapolis, Minnesota, on the 17th day of February, 1987, and that such resolutions are now in full force and effect: XIX-B. Buildings Services Division RESOLVED, That each individual serving in,apy position of the Building Services Division listed below is�authorized to sign on behalf of the Company any instrument relating to, issued or required in connection with, the sale or lease of products and services of such Division except (1) a guarantee of the obligation of a third party, (2) an instrument relating to any banking -or borrowing transaction by the Company, ,(3) a,lease of real property, (4) a deed, mortgage, contract or other instrument for the conveyance, or purchase, of any interest in real property, and (5) lien waivers: Vice President, Services Sales and Operations, Controller, Director of Marketing, Services, Director, Field Sales, Area Service Sales Director, Branch Manager; ^- RESOLVED, That each individual serving in any position of the Building Services Division listed below is authorized to sign purchase orders on behalf of such Division: Controller, Vice President, Services Sales and Operations, Director of Marketing, Services, Director, Field and Servicenet Operations, Manager, Memphis Service Center, Manager, Service net Operations; RESOLVED, That each individual serving in any position of the Company's Building Services Division listed below is authorized to sign on behalf of the Company releases, lien waivers and performance bonds relating to the business of such Division: Controller, Vice President and Field Director; RESOLVED, That each individual serving in any position of the Building Services Division listed below is authorized to sign Subcontract Agreements on behalf of the Company: Director, Field and Servicenet Operations, Branch Operations Manager, Vice President and Field Director, Branch Manager. IN WITNESS WHEREOF, I have affixed my name as Secretary and have caused the corporate seal of this corporation to be hereunto affixed this lath day of November, 1988. Ij Secretary L HONEYWELL INC. GUARANTEES THAT WE WILL IN WORST CASE RESPOND TO THE CITY OF LUBBOCK BUILDINGS COVERED BY THE TOTAL MAINTENANCE SERVICE IN THREE (3) HOURS OR LESS IN ANY EMERGENCY SITUATION, DURING ANY 24 HOUR DAY TO INCLUDE SATURDAYS, SUNDAYS AND HOLIDAYS. MIKE THOMA BRANCH MANAGER HONEYWELL, INC. (806) 762-0506 ST. PAUL FIRE AND MARI? INSURANCE COMPAN Pmperty&LkbhtV St. Paul, Minneso lns1i1ra1!9e A Capital Stock Compar BID BOND Approved by The American Institute of Architects, A. I. A. Document A 310 Feb. 1970 Edition KNOW ALL MEN BY THESE PRESENTS, that we HONEYWELL INC. as Principal, hereinafter called the Principal, and the ST. PAUL FIRE AND MARINE INSURANCE COMPANY, a corporation duly organized under the laws of the "^ State of Minnesota as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF LUBBOCK, TX in the sum of as Obligee, hereinafter called the Obligee, FIVE PERCENT OF THE AMOUNT OF THE ATTACHED BID--------------- ------- Dollars ($ 5% OF BID ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. j� AREAS, the Principal has submitted a bid for MECHANICAL SERVICE CONTRACT, COLISEUM AND AUDITORIUM NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 28TH , day of MARCH A. D. 19 90 (Seal) Seuntjens=Direc or Title) Insurance & Ris nagement St. Paul Fire and Mari Mnsurance Company (Seal) (surety) (Attorney -in -fact) ,JANET K. NELSON —STATE OF MINNESOTA ss: CO(JNTY OF HENNEPIN —On MARCH 28 1990 before me, a Notary Public within and for said C6unty and State, personally appeared JANET K. NELSON known to me to be the Attorne-y- in-FSct of ST. PAUL FIRE AND MARINE INSURANCE COMPANY the corporation described in aC' that executed the within and foregoing instrument and known to me to be the person who .cuted the said instrument in behalf of said corporation d he duly acknowledged to me that such cor oration executed the same. LAURIE F. WHEELER NOTAtY ''JBLIC - OqN4ESOTA HINNEP114 CCA1.4TY m My commission expc.-,6 .18-91 11 R- P" ,— n ST PAUL FIRE AND MARINE INSURANCE COMPANY CERTIFICATE OF; ..`385 Washington Street, St. Paul, Minnesota 55102 i+'!::'AUTHORITY NO.' (lllr ! t .,.'!:l yj , �„'1J1;�1��4� or venficadon of the authenticity of this Power of Attorney, you may telephone toll free 1-SOf1328 2189 and ask for +; . , the Powelr of Attorney. Clerk Please refer to the Certificate of Authority No. and the named individual(s):: _f�(;! f)�r j'I}�,L11,� � j•ri`ri+ rtr (_,! !r,,., :. : i ::.; ri_ i� 1„ .::,,, r 1t 'l: if lti ':'!r __.::;; : ;; , r 1 (�r)t,�llll! y �(r,l�)i� l�f i 1', 15,�,',, �, }`t ,, 1 utri r !rj 111 111''•�;. '�r ,)'GENERAL POWER OF ATTORNEY, CERTIFIED COPY ,(Original on File at Home Office of Company, See Certification.)•1,1 •jilt Ctateof NOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine insurance Company, a corporation organized and existing under the law's of the. ;' Minnesota, having its principal office in the City of St. Paul, Minnesota, does hereby constitute and appoint: i i; t '' �; !/'i;; l r: /' ',lf `I r; (1 i. jj 11l :I ,:! ilj i. `, •`', I:: '1`, :1, 4,ii , ,. , 1! ,-, ' i`!1 i:1'' {-, 'lli' ei' (•, \. 1. t. 1'i•l !•11 �,,, , (,i(i1 If �� rill IS II i S (1S \\' it t ,t'.jt 51711�11'1t'�tl•tt'f 11 ,11t}\115+ �5•`,'1-.-.„i1', `altl��j! t �!5,-:}1i `j ,� it!, +.1` t�1 ,1t, ,ljjjt `1 1 .,1 „} ,5 jl { i, ., ;� O 1 ,�,;��I{,j �r i ,,,;,,, ;:• ,,: :,1. r,. , , 'i,; ?, :,. �i1 r:���)1 %r� ,,i' l;;f,, f, r� I;,,,:, ,:,; 'ir }),,,,� . 1!�? l� ;1�� r% ; i i'�i� .%l' i!�' !i !'t• 11, 1.: '',r rl 1r ,,1 ! t ; F! r i; r!. r� lr;; .. l ,r, lr' it l;'r ,l:r;i •..1.(r. ��!'J (1.!!-: ': f ,.. :. !l i., �:,I;r::f. ii• ,(. 1,1 •r 1 :1 1! .lr.trrl t, �1(( t, r EarI- L Laison,Meredith F. Shian ' :'Janet K. ' elson, individually, ' (, r( i ('r� ('+ r!! ,y1'i}j`'j�l•'i}1'lll \ Jr"! '!` �`,..,` Minneapolis, Minnesota l,\}t [!'fl��tJ1\i} {; � :I (! , (;: (, (� (1 l + •fl 1. -, ll r ;,iJ )ijlll;:it(�,,�;. I t' t,, ,i 1, , !i;f I , 1!1 ! 1Jtj) 1} 1 5 ; r } ! !7l nr'I- 1 11, ' ` "r .'%•'lli'1' %`,1i, i/rf ' li �i r' f., rr. 1 J1r i t�l1lj f �f�j J� �r !!(ttl)�It 1•,:1', 1. its true and lawful attorneys)-m-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizances, contracts oF, i indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or.l' otherwise, ;"i: Ilr rr I 'Jr; .t , 1 S�J:!)i)�r'S+})lf' !.'1�, •:lllir,ll h ` ' NOT M. EXCEED IN PENALTY THE SVM OF FIFTY MILLION ($50,000,000) EACH ` \1 � �+ , ! '1\u,! 15 ,+ ,!y ;sPf ii ,1 1 ` ', ,i , y t ) S►�1� �� t 'r r i r )} ! U%ri•;' i � I')I;, r ' _t,J 1 Ir ! tl, i I/1 r and the execution of all such instrument(s) in pursuance of these presents, shall be as binding upon said St. Paul Fire and Marine insurance Company, as fully, and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office-,1( This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of Article V,-Section 6(C), of the By -Laws!( %'adopted by the Board of Directors of ST. PAUL FiRE AND MARINE INSURANCE COMPANY at a meeting called and held on the 23rd day of January; 1970; l�of which the following is a true transcript of said Section 6(C): ,Me President or any Vice President, Assistant Vice President, Secretary or Resident Secretary shall have power and authority'Company (1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Com an thereto, �;;, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. and ': ; � r t''•t)'rJ't,_': i':)!1) Will ,� l); ;" II!t(2�1. 'section aind/nt oi any of the cial By -Laws of the Company, who are and authorized to certify to copies of any power -of -attorney issued in p urs rnj le') f• this' �,.1 r1111�1 ! r ' (3) ;To remove, at any time, any such Attorney -in -fact or Special Attorney -in -fact and revoke the authority given him."' .,:�,I;'?If•1; t,--. .: r ;;., ,• :� Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meetiag_duly called and held on the 6th day of May, 1959 of which the following is a true excerpt /' f !/ ; i ! tt ' t / „ , ••,. (!' " ,'1'1��. !,11,lf lr''(! il};ri1l j"Now therefore the signatures of such officers and the seal 'oftheCompany, may be affixed to any such power of attorney or any-cerfificaie relating; It 1\1i, :'thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the � i)} Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company, in the, ! C , ' !future with respect to any bond or undertaking to which it is attached:' }i 11`,Il'•�'jj) `;' , i l :1'r , !u; )j „`.j ! i�111!• � ')IIr;.. J (;,ti i a°REroyt °+ ' 7' ` IN TESTIMONY WHEREOF, St. Paul Fire and Marine Insurance Company has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 1st day of March. A.D. 1984. 10II.;i, Jljif)il�)11;� f,"„ I ; ! '}j1,) : ST PAUL FIRE AND MARINE INSURANCE COMPANY: :t! �s ;l't i.STATEOFMINNESOTA ! ! 1'•; 1 } 1 OfRamse sslii '' 111 1))il y.j., y 1„ ,.. t „r '•:, ,° 'r. t1 1 j , , !ffrill rit,ll '!! l ` + ,y �.zz((� LRANGF \( 1 1 1 I 11l 1 l (l I�ly(�t�' ;t, r ,�1''1 ;lS`l� !'' ` + \li':i'• l', 1i1\I' i I ; iYtcePresidenf,i rlNgrpl!!! l`` ! { i S 1}41 ,/ 1 tr•r 1 lr%ur e I1 ,.1 �'}11"1; i 1 t' 'rr i 1 4 !' % 1%fif I ,; , !`till. , ,!`i;i(��1(il t, �,( .c (� t ,� ,tit( l; l'' {l,' ti On this !;!)r) ZiI1C1;'; i,!' ,;iday of ' '!;')•`? c*-'tr ;'19 89 . before me came the individual who executed the preceding instrument, to me'N I personally known; and; being by me duly sworn, said that he/she is the therein described and authorized officer of St. Paul Fire and Marine Insurance.i:'+ ),Company; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his/her signature were duly affixed by;;:! )der of the Board of Directors of said Company.. ,i` 'ii, �''t ;+''+il" ti;'ii`• ;,,, lil:'ill ,1. ))i}Iu l,; j�.:-irf�l'!i t ir.. l.:, i, ,t t• nrr),: !j„ ll) i,;l it !)+i.'r' ,i i• "t ii`il, `'' `li:Il• ) .+l(11I P(It'1(il,(1•rl•(yj 1Jti t.i , ;:! ' , i', I,•:: `r il'ri" 'ti;•,� i •.!i I1ll,, Ir `, i it ; 'i(�` I � ( 'r, ,. �{, : �'! r''( Il�� IIIi)1(1 ( iN TESTIMONY WHEREOF. l have hereunto set my hand and affixed my Official Seat at the city' of St. Paul Minnesota ' the da , (Z1f1�.sL..i�,j�, )land year first above written, ,,.,:;•i,1{!•'i;il!.(;'1;t!' ;1't '!1„ :t 111 l,.i �'ii !.''l',' ,y " y111 y , r)'•,I1 , li' ;!',)� i:�:),iJ 1 )'i llii'J ll! �}.�:1•l ll�l; /; )'+ 1r111' r' J5 'rl i �r)t, i�f;,;i i �: �•: ;l�iiirrl •li 1)�; ��):r?i :y('.`.t,liil j1o�iy7 h t 1ll! rr Ir t 1 i( I I� i. rr !r!rlfjll r..'nr .1!{i�!)l�ltil,!,rli`1 U.`,-,f`'ll,li'lt` '1•'Itjrj V, 14 i�+�I!i'1,(''�t��'1+ t�\`' i 1 ,'+'� 1!�}+,� !I �•+t' J�1 If ,i rJl ,.I'I -i +',i!; i i r ' !, , � 1 rl r(Il ( 1, 1 '! •f I , l r ; (f , �(- r �! 'j lrt, ! tr r , )J 11 Ili 'I �' t. ! I I ( ff i t,i 1 t•:. ,,:.- rll. '; ( t + il. ; ,I I :�i, i' ,l t t \ \l .. ,..., ' , l` tl `1 i rt ., !,,• , r1 r) li ,! ' MARY C. STEMPER, Notary Public, Ramsey County, MN (,t COUK� ' 'Ir`1tt (lit, „ it (t+ It i !, !: 1 !; j!r '; !r% ' I My Commission Expires November 1, 1990. 1 :it+r 1ri:�: ''1 i • -' .. -, ,••-: , ','. .'. .' ,, „ :i.� , 11_t�l �1 t'r: , l 1. -.ri l (:CERTIFICATION 1, the undersigned officer of St Paul Fire and Marine Insurance Company, do hereby certify that 1 have compared the foregoing copy of the Power of Attorney' and affidavit, and the copy of the Section of the By -Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. y'+ i IN TESTIMONY WHEREOF, i have hereunto set my hand this ! a.. 28TH MARCH 90 'y. day of , 19 Secretary'; Only a certified copy of Power of Attorney bearing the Certificate of Authority No, printed in red on the upper right corner is binding. Photocopies, carbon copies or other reproductions of this document are invalid and not binding upon the Company. ?`;'ANY INSTRUMENT ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE iS TOTALLY VOID AND WITHOUT ANY VALIDITY. 29550 Rev. 8-88 Printed in U.S.A. w 0.- PAYMENT BOND -13- (This page left blank intentionally) 0 STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION, 1959 KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Dollars (S ) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, adminis- trators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the day of 19_, to and said Principal under the Law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at Length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a sub -contractor in the prosecution of the work provided for in said con- tract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. -14- IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 19_ Surety Principal By: *By_ (Title) By: (Title) By: (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby des- ignates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Approved as to form: City of Lubbock By: City Attorney Surety *By. (Title) *Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. if signed by an Attorney in Fact, we must have copy of power of attorney for our files. -15- 0- W" ST PAUL FIRE AND MARINE INSURANCE COMPANY CERTIFICATE OF Washington Street, St. Paul, Minnesota 55102 !f}� I-AUTHORETY NO (;r r r orven icationoftheauthenticit of this Power of " �� It f)) y Attorney, you may telephone toll free 1-80Q328-2 J 89 and ask for : , , , f r he Power of AttorneyClerk Please refer to the Certificate of AuthorityNo. and the named individuals �'�' 111 I � i' + : r? I '• !L. J�,. ,� - '.' !, -. 1. :?! l � : 11 ,'' .. �,,- ,•,. '' t (. , I I I 1 ,.GENERAL POWER OF ATTORNEY CERTIFIED (ri• i��r( �t 1��'irr��(�I ,i Ori inal on File at Home Office of Com an See Certification ~f(j� i(1 , •'.�11 � , 1 {(:1 .., .. 1t .''•'. .',.I, ;:1: I: ,:;i:: '. .., +. '. ';, ;;,ire' :, •;1. !};: (}J; .,", 1}}/. ), )j; ?!f., .. M• l CNOW'ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, a corporation' organized and existing under the laws. of the:, t estate jotf _Minnesota, (having its principal office in the City of St. Paul, Minnesota, does hereby constitute and appoint: 'r(,11 ;'"; i `i (`j l�), Vll ll'�11 %fit 11 ii l`litt' t',i}11j11�t'lj'� t+{\ i,i y, 'j'}il\t {�}'} t\t+ +�''t\'�',�1it,tV{(\1+t,:1li ��t tys �lr }}���' � lye ! } ;� }ti) , } , . , , ti !41 i,,l r!(Jt', .,;;,;:)��(!? 'Jrr ] Jr! } ))� f l 1 11\\}} �tt��,5\� 1 (tlrit( ilf+i,f(•!f I +rr 1 (, 1, 1, Jlrl,:! ( If(!( (I r;i(r� rl r r; ri + !: (.!L+ rnr, „i 1, ,., ,!. I'll(' rl, r+, 1 (, (, It "rl' `'\+,�`\tl ( 1• ( ,Earl R. Larson, Meredith F.. Shun,, Janet K:' Nelson, itidiv�Idua11Y• 11�11 r('I �rt..1}+ Ij �j, Minneapolis, Minnesotatill,l'1• t\ rj I ,irlr `, , r r , rrl,lf•iJ ! jtr ( !�, } .'tt ,1:}' 1 ,t , ttt�, •.1 } 111�,, 17 'i. �1 i ':ti : .? :l}. 1 }li :,11:)�./ t .f , ,..11 „ rl ' �/ `i� i} j\)(j (( ( 1 11i1't�(1 ,I•t I:'j tjil i!,I5 11 �fi 1L\1}j, �l 5 1, �(1 �{ V.; `, ,•• �`, ,} ,' , ,t,. :: its true and lawful attorneys) -in -fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizarices;�contracts of f '• indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, f''i(t ( !iii i' I fi (,, (li• i ii: ) i:(r:i.,,i ijl'i''i i'+(i (j'itl,l'I"tit '' + It' iii'` !ili�y(,{,� r,li l)( 1�{ t`�',t ,, '.. (/) tJ,tllt i5, It,,;t, ;1t i"il t?f�/4,1}t1} ii((;i/, .NOT M EXCEED TN PENALTY ' THE SUM OF ' FIFTY' MILLION t$50 � 000 000 it -,,''1}`J}`.1•'1`)''1''t'}`J'i11.Jj/1'1+,'`,;'r.}'j''jt.l_.,'t'.{:11'i�/}/�'Is,/ i•r�- 'J;li'I }; r,• 'i,. „. }11/11 :!�1 }r +' ',r U .fr r rr,!' !ri'1 ' %! "'r'•} %(1 +/ J1 O trf) 1-0 .t 1 land the execution of all such instrument(s) in pursuance of these presents, shall be as binding upon said St. Paul Fire and Marine Insurance Company, as ipllj!? and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office ,}1�j)ljit ,i This Power of'Attorney is executed, and may be certified to and maybe revoked, pursuant to and by authority of Article V,-Section 6(C), of the By -Laws i 'adopted by the Board of Directors of ST. PAUL FIRE AND MARINE INSURANCE COMPANY at a meeting called and held on the 23rd day of January, 1970; ! !.ofwhich the following isatrue transcript ofsaid Section 6(C); til;};;i)} it ; }j,i l j '`.'0 jr, , 1 .. •.: ',',!.. if; l: - t I ) r( � "The President orianylVice President; Assistant Vice Prsident, Secretary or Resident Secretary shall have power and authority 'tit" ` �( 1l)r,A I ��'�l�,j+, bonTo ds and ndert koint ings, recognizancand to e, chorize them to execute on behalf of the ontracts of indemn ty and other writi g obligato y n the naturethe thereof, andCompany. th`, i) , ( ce,; ( (( ((t (2):To appoint special Attorneys -in -fact; who are hereby authorized to certify to copies of any power -of -attorney attorney issued m pursuance of this ?)}'section and/or any of the By -Laws of the Company, and ;!i ' 1, . i :: ....: (+-?t)111.'.,; �. rI 'I; , % ;t•((�(! l((`', ;i °To remove at anytime, any such Attorney -in -fact or Special Attorney -in -fact and revoke the authonty given 111•li'ill:il: i/;lt Furthe, ).ithis Power of Attorney signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting. duly; ,;'`called and held on the 6th day of May, 1959,1 of which the following is a true excerpt .%(illli+.'i'i t.l'I', ,1 ,,i• i,l .'... ,'i:�j;(l(f.�1,(+111,i 5�ti )�r"Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating; ! (t t, ( ()thereto by.facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the it r 1" Company and any such power so executed and certified by facsimile signature and facsimile seal shall be valid and binding upon the Company, in the:: f future with respect to any bond or undertaking to which it is attached:' (' R��l�,lnt+i+nnmT4E,p ,,((((i lr[ TESTIMONY WHEREOF, St. Paul Fire and Marine Insurance Company has caused this instrument to be signed and its;', �I1rc�J�E yay� ,f)i!!i`corporatesealtobeaffixedbyitsauthorizedofficer.thislstdayofMarch,A.D 1984 ( 1 ?ji!I1;}fitj)11}�)t;tt�}!11) !:'i'l!' Sf-PAULFIREANDMARINEINSURANCECOMPANY+' ;STATE'OF.MINNESOTAJ t I, t' ,'`,i,'t;Vl' i 1.•V )1 I,ttVli,;;;1i: ,i i;+tyi}��4 is.. }:Countyof Ramsey , r ; ,, ,' r(, ;;1lrt, `1' !{}}+ +}++ +1",+µ+ itli t1. "''+ { {+ li I Ill y+•+ 't t'it'1 ,,+ t ,ii,{,; 1'}) ,Z�tiS G�GO•rr1j/f / 1• } 1 �f.��j+�i;�{}i(i+:!{111(it7iir+1?f((fl ''f]�(l ���t({j{f �1Jr(�`i:ri!� r ,t; !!• •j: i..)�,� ,ryGR^N�/ � � � � � � 1\111%1)y1�1,}+l�V } ,\},1',. ,'�'t}t� V+,•1,1! 1\1 I� }''t ,;t +i', +� tt:. V .,' 1 + } i `��VicePresident ( ,llltl�4."�ti�{`,{{�����1(\��It( � l 1f day of ; ,'!; f 1tber i 19 '!:. 89 ,before me came the individual who executed the preceding instrument, to me rt , personally known, and;, being by me duly sworn, said that he/she is the therein described and authorized officer of St. Paul Fire and Marine Insurance.;` Company; that the seal of fixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his/her signature were duly affixed by r t rderofthe Board of.Directors of said Company. .. '(1.;::(.ti••:+!,,+!.'!rt,,,.l�,t�rl;ll,;l,f((fr! „ (I,j!Ili:.!.• ,' - '' ` a .t.�,. 1 I�lt�)Ilf,i,,lt. .',. ii I+1,,.,1�.,. 'ii•V1�;�i� I,IN TESTIMONY WHEREOF, i have hereunto set my hand and affixed my Official Seal, at the city of St. Paul, Minnesota, the day` , Ilandyearfirstabovewritten .,t1,:1'1, t 'lift+' t51i 1 ,} , i }+?}1j'1 '► + '�1' rjt.)If Wit) ((� ']! 1 fir l" 1,1 f f+t 'fi rl i( �/ `+ 1; •'l5 �11, ,1•.;il(J1 i, !Z• r✓ �v ill t 11 ,;,t 1 5�+} +t�li1 ,,+ � 1 + y 1',' 1l4 t yr t . �l t j};} )t I:. t �`� f 7' 'i�l+fr it 1�(]��lr:ir� '!(ri{'(r+rf(``• �l ?1' ](j��l�rj1(i ! (i�f j f. rr(ti �`((r � , Il; ( �r�i i} „ tI\� t,}l,'}�•, tt1 1 ,)'V+ +�1 i':( t�}}}1 }�` V5 ` i\ii'} i,llil�;�j11;}}� ,)11+ �lV�}r1V'. i,i r, � ; �'�) )�� 1+' rrrl.� 11'!`+1, t j ref i, �' a ! COUtYt (tt;l(,1(s ll'(1t11s�ri�'l}t�ls �1 }111J, ` '4 +i:lt/ \it tt }, , MARYC STEMPER, Notary Public, RamseyCounty,MN:` t !t (1(('lrll 1, My CommissionExpires November 1, 1990 ( Jt( .(,L. f1 ! t tt,;�l(i1{�(11 1 ,t;+�t i `}rl•} I lri,ji}+1" \ +.!}1V, it ., 11 ` !; I r. i ,+,1))! Ali}j,}rl Ili tr tl i`rt j1]t1Jr} CERTIFICATION' �I`;I, the undersigned officer of St. Paul Fire and Marine Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney `} and affidavit, and the copy of the Section of the By -Laws of said Company asset forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of ,,"Attorney has not been revoked and is now in full force and effect. \ ; . . FIRE y (,' ;.: ' I•r:: f IN TESTIMONY WHEREOF, I have hereunto set my hand this 28TH MARCH : 90 "1� 111 r1 y't'R vCE +t, day of , 19 Secretary ,, a Only a certified copy of Power of Attorney bearing the Certificate of Authority No. printed in red on the upper right corner is binding. Photocopies, carbon copies or other reproductions of this document are invalid and not binding upon the Company. i,'ANY INSTRUMENT ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY VOID AND WITHOUT ANY VALIDITY.'.' +: t r(l 29550 Rev, 8-88 Printed in tJ.S.A. PERFORMANCE BOND r -16- (This page left blank intentionally) I9 lsstibull a P+ntxrNl4L►it>thty I.. b xtruxt! BOND #400JA5798 BOND CHECK BEST RATING LICENSED IN TEXAS n A A PERFORMANCE BOND ST. PAUL FIRE: AND MARINE INSURANCE COMPANY St. Paul, Minnesota` A Capital Stock Company °S7- e-1% 2-/111)111012. Approved by The American Institute of Architects A.I.A. Document No. A-311 Feb., 1970 Edition ,_KNOW ALI. AIEN BY THESE PRESENTS: That .......... HONEYWELL INC. .................................................................................................... ................................................................................._................................................................................ ............................... 1........................... (here insert the name and address or legal title of the Contractor) as Principal, hereinafter called Contractor, and, ST. PAUL FIRE AND MARINE INSURANCE COMPANY, a corporation organized under the laws of the State of Minnesota, with its flume Office in the City of St. Paul, Minnesota, as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF LUBBOCK .............................................................................................................................................................................................................................. P. O. BOX 2000, LUBBOCK, TX 79401 ._.............................................................................................................................................................................................................................. (here insert the name and address or legal title of the Owner) as Obligee, hereinafter called Owner, in the amount of...SIXTY.,EIGHT THOUSAND FORTY AND N01100--- ----- .................. ..I...... ......................................... . _--_------------------------------------- Dollars($....68r040,.00.._...................), ........................................................................................................................................................ for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WIIEREAS, Contractor his by written agreement dated .........................MAY 1,..................................... ...l9wQ entered into a contract with Owner for ....PREFERRED MAINTENANCE, COLISEUM AND .AUDHTORRUM ......................................................................_............................. ........... .......... ..... .............. ........ .......... ........... ............ _...... .................................................................. ................_......................... ............. ...... ..... in accordance with drawings and specifications prepared by .................................. ...................................... _....................................... ................................................................................._........................................................................................................................................... (Ifere insert full name, title and address) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perfurm said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. -' 'fhe Surety hereby waives notice of any alteration or extension of succession of defaults under the contract or contracts of completion time made by the Owner, arranged under this paragraph) sufficient funds to pay true cost of coln- Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly 11 Complete the Contract in accordance with its terms and condi- - lions, or 2) Obtain a bid or bids for completing the Contract in accordance with its terns and conditiuns, and upon determination by Surety of the lowest responsible bidder, or, it the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make avail. a6 �r es,( yvcn though there should be a default or a 1 Y LAC ILLY J UCE,LICENSED NT AGENT pletion less the balunce of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price;' as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the (:ontract anti any amendments thereto, less the amount properly paid by Owner to Con- tractor, Any suit under this bond roust lie instittued before the expiration Of two (2) Years from the date Oil which final payment under the con- tract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner nanted herein or the heirs, executors, administrators or successors of Owner. . Sign t ut scaled this ............. —iSl .......................day o[........._.........Y...................................................A. 1). 19. 90 In the presence of: ...INCy ...............................(Seal) J..BHONZYWELL Y: ......_........................ ................. ... .. ................... ............... ��i�j..... Direcior RR In an.e & Risk Management St. auli;re an art a Insurance omp ny (Seal) ,�/�..—SyurctY) �.!d............... ........ I.... ...................................... By............... .../..).:. 6. (\�'iF,a•ss) (A(lorney-in-rats) JANET K. NELSON DI,5Ct;C� Q;IE OF. G�[]r�'R NTX nFfUfiitlite�� �1 �SICIPATION IN TIME EVENT THE INSURAI� I. Zb�f(��3'f� IS �Pbi r Tb F LFILL ITS CONTRACTURAL OBLIGATION UNDER THIS POLICY OR CONTRACT OR APPLICATION OR CERTIFICATC OR EVIDENCE OF COVERAGE, THE POLICYHOLDER OR CERTIFICATEHOLDER IS NOT PROTECTED BY AN INSURANCE GUARANTY FUND OR OTHER SOLVENCY PROTECTION ARRANGEMENT. .-i 1� r- -i I-. u' ST PAUL FIRE AND MARINE INSURANCE COMPANY CERTIFICATE OF } UabAry }� 1 '1jy`};+ `,'ti, 1 385 Washington Street, St. Paul, Minnesota 55102 j/ ,'i AUTHORITY NO r l•ti!1{:� ((! (" ?t(,1. ,;i; i:l is. ::::' _: c.: y!., ., .. + ,l ,.; + ! t(!,`i;'{ 1 EE 1'•"�'!1 +' "(. or verification of the authenticity of this Power of Attorney, ouma tel hone toil freel-800328-2189andaskfor,ir{)!!l ,'11I1'}1 r�tl� j 1}l ��lf ithe Power of Attorney Clerk. Please refer to the Certificate of Authorityo: and the named individual(s). l+I�Jpi. PY. !]POWER OF ATTORNEY` CERTIFIED COPY '!ilt 0riginal on File at Home Office of Company. See Certification) ! ' C,,NOW •ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, a corporation organized and existing under the laws.of3}ie �tate of. Minnesota, having its principal office in the City of St. Paul, Minnesota, does hereby constitute and appoint: I"/:i`. ,; ; j' i {11{+r {'l( i { �IJ �. , j t i Ili !l i t, i , , t!i i � , { `1 , , 1 �1 11• ` , 1 (�'((i (j �{�1`i�li j;�t�\',+1t11,, S 41�+1 ,) !,+}i liti1,1.;}}. �, 1� ` i`IJ � 11t }'1 1,\ 1 ;,1}�I1 11 � ,t) }1'} , 1} 1 ';S• ;il;� r } };, )r\�)}i 1 )) �1�(y}) � l,r!,r } r 1 r�) ( •'•). �) � r.Jll�lr r t ) � : !� r i )r � (} 7 r1 , ,) I)i , ) r, 1! is 11 llr'1 'ilJ�j} /1 i �� �� t' y I(. + ( �� 7I,r , , r "��'S'EaI;1 R Larson, Meredith F. 'Shun, :ldanet` K�, Nelson, individually, 1'�1Jlf?l �ji� '';I� �S� i it'�ii!t• Minneapolis , ' Minnesota .\�;`,r�l)i1�•'?iti+''1),r {''} ' 1 ' �li) j}\I))))) �1 �7 } ! Ilk �i , i;" ;,, t' !::r'ii!, h ; t r :'i I Ill ,tl t •(,l�tr (( ;,,,1!••,rt! ll.!1' ``r `1 ` i V! l ( .r �, i., r/ /lrllr ll Jf' Il%!'•, Ili f'1 ,, ':r 1 „ I1 I (� llr• 1j its true and lawful attorneys) -in -fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizances; contracts of 1;-,indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract o 11 : ! ii ( ((,(rjr 1( ! ' j, „' (` ,li ! i f i(({1 i, ".'"+.: ,:•.. } 1,1� I�,,S,.ij ;'i�}:, 1{]4l�!)jil�l;')1 `1'I 1 li'd ' ';'`I Illlfi"}'I\;1��+ ;•',ill�� f i ' l � :;i 1 r .li,ilrinll i+'`'�j111�1111•,n.l�., t ! ! rr•Ilil�{l�)( (, It?JJ, t -r (( 1! I�i r NOT TO EXCEED IN PENALTY THE SUM OF FIFTY'MILLION ($50,000,000) EACH;}'} !i .,t(fr .. ,l ftlltt l,. 'rrt ,l. ,(1,1 , ''�'Il.' .. .Ir,1i({� ��[ri(I1�1{/%r/ li•; 1.,, Ih;,, !((, 11.1 (,l /�.l{.Ili �ll� i�,�'I��l,�� � , i and the execution of all such instrument(s) in pursuance of these presents, shall be as binding upon said St. Paul Fire and Marine lasnrance Company, as' fully i. and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its pnncrpal office , This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of Article V,-Section 6(C), of the By-Lawsi adopted by the Board of Directors of ST. PAUL FIRE AND MARINE INSURANCE COMPANY at a meeting called and held on the 23rd day of January,1970,1 of which the following is a true transcript of said Section 6(C):. 7.))1f�i1,.!};ii r -' i' .. .t it '•' ,,•. •: ,. r( i I(t It, ,lei{t,�{t( l� 1` :,),1 %"The President or any Vice President; Assistant Vice President, Secretary or Resident Secretary shall have power and authority 1}}' , 1,',1110,im� ,�� (1) ; ..To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto;!' �'j,11 ',;, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and f;, ! (2) '.To appoint special Attorneys -in -fact; who are hereby authorized to certify to copies of any power of attorney issued in pursuanceW .thissection : ii i !)' /)?, }' i f i(3) o r move, and/or ny time, nof the y such At orney n Company,f the ct r Special Attorney -in -fact and revoke the authority given t;{'\,`(; ` i,' ;(!} ,,,,11 I,, I,. :`!• ;; ,':,:if,%Ilrilil•1i',:, :'1',,;i: i!, 1;: .: ": ,:. ". ,• ,,::: ,.. --,:(,�. )��!l��1111��J� • Further, this Power of Attorney signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting, duly called and held on the 6th day of May, 1959 ' of which the following is a true excerpt i 7 ' ;, i ' , { (1 i�J, ++ + ( I- tpi.?;!i.:i!!l,i,.•:;:•:,�..}'}:11 li !, ,,i't,(l,( `, 1111(1 I r, r l r; l i f • .''Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating; r thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the,,{,y `.Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company, in the: 'I '';'futurewithrespecttoanybondorundertakingtowhichitisattached':,,li,1i }�rli})\;'i+1�1,1},i%�yi'1 1 ; �. f), ! " li ! :Ir r,. /!(;r Ir. ,, 11C J•7 ! 1 Llr t! �t, ' • (QawW`""""'++Inµ, 1 ' 1N TESTIMONY WHEREOF, St. Paul Fire and Marine Insurance Company has caused this instrument to be'signed- and its,,' il'yFtRe 6 gabi 1' i P Y yA.D.I (1 rr , ilil l�j� tJ J .y�, 1, (f�cor orate seal to be its this lstda of March 1984 I{,�i,i�,.,•r { � ;li({r jltl { i�(t,.; (, ST.PAULFIREAND MARINE INSURANCE COMPANY:i { r r m STATE OFMINNESOTAi ss. t' ,,; ,.)li}(,1, I(.:1 `'flllj}t'+i,rtl'' '' , i + i' ) 'ltl) ;i !},1,,: } 1!''•11;'+1�{ )1.County ofRamsey : 1` . , OW '{+ 1 } 'I 1 1• .' \1, ',III!`♦1i }�''fi1�11„ }I`,it l�'it „ 111t �!�{Jy�lil }4 .)1 f,!1,; !t, p�? •"(I } 7 1 7 Ir �1+'1!j : i+fl rll,rl ! I r �! 'll;iit• 1 1': 1•' . 0R ANiir I- } Vice President, /nnro!w� 1 1 r111 (1171 (1 r }l�1, � +i{�! {! '1 I,,1; ���f �itl ti'22nd;h; )! 1�'da of :.31;,i11; tember : ; ,: 89 1 i, this ,; )r; `, day , 19 , before me came the individual who executed the preceding instrument, to i'personatty known, rand, being by me duly sworn, said that he/she is the therein described and authorized officer of St. Paul Fire and Marine Insuranee,'.'i ?,Company; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his/her signature were duly affixed by 11 "order of the Board of.. Directors of said Company. !t / r .i 1� � i „i, Irll, rj j( !!r• ))Iri'•t. „/: .) i- ! 7 jj ;'I`r i,l• 1 J1'I'(1 •�'j 1 i (t ii{�'It((f ljilfi�i �({�``7 "�it �fl ' ,r(" �(i! ._(:; ;, (It'� li':;, �!��ii!�1. ��'�l i,,r �� :�liitiiii•'f. f -' '.ili, �f,l,! �lj�l �1{Ili (, f,l ,il� illjlliltll'J 'f t.,l,i!�� 1A� l,}iiSS),})iNTESTIMONYWHEREOF. Ihave hereunto set myhand and affixed myOfficial Seal, atthe cuyofSt. Paul, Minn esota,theday;� t.1,4ndyearfirstabovewritten yil'!.It•il R Sic ` t ill 17 Il I y it ) lr!) ':� ! 'i rl I)1 '�'! ' !!r'1.�' 'll 1'; t , };•�, )11 + ,1 ), 1! 11 �5.1• �] ' 'i itr !,lli�il' �iJltiitrlil•.(t. lJltj(f,'t If it O i,? .'J�. �i� - � �{I„i/t�,•1 , t�i r !(lt,1l ,�' 1• 1i�1{!�l •{It��(. (.(; il��ll i{�tl�' f, ' jj1 rill 11,,,1, , f,�!1;1' \!.il, ,'1,1114\�I.,I.1•(..:4, +itij,.1't 't11f l �r �• , } 1; 11,!, , � � ��,� ; ; }1t, } l�jR ,1',i}I1. 1 t},!r, "''. ;:'' „ )IS 2 � P r , I,,.r )i1 ! ) r;'''f111•,J,)Irl} 1 I r S ) li j ,.� i�"7 f�l r,r, illf;' � Ir,r/. (, !( rj,l l�i(!� ,1 r I+ l + f r•' 1 �((1' (lili�l(r !i 1��� 11 ? f , n � L Irr } :� 'bt' ,'„t tl'y ('�,, 1', +',t:i Sl�11 1 ��` 411it'I'tl�, t 1 1 Il, t {, I'll} 1}i�\I I`i''�\ {1 1•t ,. I 'li • l �. _ '+' '' 'li'+i, ', rit' ,;i �'i' 1�,:I,riJl1 1' 1 17t1 rlt, }•'�'i1 !. }1 j !r!,)1• , , � , I 1 .; \ i •, fj ll/i !/" 'j.(11'i(Irl(!'. ':Il 1 ! r,: ;lr jr.iI +Frti ! t, '. ! i I f (1{{ tlt,t,k' � ,1 1 , 1�' +!.`i,;`, i, , ! , It� .l ,. t•: l r: , ,l_ i•+ , l 1 1, , t � , It 1 � t.I1 r,11' ii, •' ' ''„�.!,-1, 1-_ } i, ?' Couto, i',;. MARY C STEMPER Notary Public Ramsey County, MN , I, My Commission Expires November 1, 1990 S}}}\ l t.4,!„'. , , , .t, �. , •. ,1 1 , , •, 1 , � ,'. , ! '.'' _"i, ,- ;, 11, 1, 111 I •; � 1}� 1 !. r 1 I 1., .. 1• II r 1 r t 7u ( ;CERTIFICATION I i, the undersigned officer of St Paul Fire and Marine Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney / and affidavit, and the copy of the Section of. the By -Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE 1= HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of ' :,,Attorney has not been revoked and is now in full force and effect. "i ILE IN TESTIMONY WHEREOF, i have hereunto set my hand this ; { z i' • 1 L 28TH day of MARCH , 19 90 Secretary Only a certified copy of Power of Attorney bearing the Certificate of Authority No. printed in red on the upper right corner is binding. Photocopies, carbon copies or other reproductions of this document are invalid and not binding upon the Company. }; 'lrr . i.!tlllr ,i ANY INSTRUMENT ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY VOID AND WITHOUT ANY VALIDITY.. 29550 Rev. 8-88 Printed in U.S.A. CERTIFICATE OF INSURANCE -19- (This page left blank intentionally) r-. ram. ��7ZERTIFICATE OF IN ' ISSUE DATE (MM/DD/YY) 3/22/90 THIS CERTIFICATE iS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERSNO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. .EXANDER & ALEXANDER OF irth Park Center IP MN COMPANIES AFFORDING COVERAGE COMPANYAinneapolis, LETTER THE HARTFORD INSURANCE GROUP .O. Box 1360 MN 55440 COMPANY B LETTER INSURED COMPANY LETTER C HONEYWELL INC. COMPANY LETTER Honeywell Plaza Minneapolis, MN 55408 COMPANY E LETTER THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI- TIONS OF SUCH POLICIES. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMfOOrr) POLICY EXPIRATION DATE (MWDOM) ALL LIMITS IN THOUSANDS GENERAL LIABILITY *41 CSMD56900E 7-1-89 7-1-92 GENERAL AGGREGATE $ A T COMMERCIAL GENERAL' LIABILITY X X I CLAIMS MADE ❑OCCURRENCE General Liability PRODUCTS-COMPIOPS AGGREGATE $ 5,006 PERSONAL & ADVERTISING INJURY $ 1,000 A OWNER'S & CONTRACTORS PROTECTIVE *41JSMD56901E 7-1-89 7-1-92 EACH OCCURRENCE $ 1,000 FIRE DAMAGE (ANY ONE FIRE) $ X Contractual Products & Completed Operations MEDICAL EXPENSE (ANY ONE PERSON) $ AUTOMOBILE LIABILITY ANY AUTO 41CSED56902E (A/0) 7-1-89 7-1-92 �L $ 1,000 X ALL OWNED AUTOS SCHEDULED AUTOS 41CSED56903E (NJ) 41CSED56904E (TX) 7-1-89 7-1-89 7-1-92 7-1-92 BODILY INJURY (PER PERSON) \ $ HIRED AUTOS NON -OWNED AUTOS 41MCPD56905E (MA) 7-1-89 7-1-90 $ 9IURv APCDIDENT) PROPERTY DAMAGE GARAGE LIABILITY $ EXCESS LIABILITY EACH OCCURRENCE $ AGGREGATE $ OTHER THAN UMBRELLA FORM A WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY 41WBRP21680E 41WBRP21681E (ISSC) 41WBRP21682E (Icotro 7-1-89 7-1-89 ) 7-1-89 7-1-92 7-1-92 7-1-92 LAIN STATUTORY p�' $ 500 (EACH ACCIDENT) $ (DISEASE -POLICY LIMIT) ,$ buu (DISEASE -EACH EMPLOYEE) OTHER * Claims to be serviced by The Hartford Insurance Group subject to a $250,000 SIR. DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I RESTRICTIONS I SPECIAL ITEMS Lubbock Auditoruim & Coliseum _ . . son . . City Of Lubbock P.O. Box 2000 Lubbock, TX 79401 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED R PRES E /—,J ( r p�, I, S. Ueland, do hereby certify that I am the duly elected and qualified Secretary of Honeywell Inc., a corporation organized and existing under and by virtue of the laws of the State of Delaware, and that the following is a true and correct copy of a resolution duly adopted pursuant to authority granted at a meeting of the Board of Directors thereof, convened and held in accordance with the law and the by-laws of said corporation, �- at the offices of the Company, Minneapolis, Minnesota, on the 18th day of April, 1989, and that such resolution is now in full force and effect: VII. Insurance RESOLVED, That the Director of Corporate Insurance and Risk Management is authorized to execute on behalf of the Company any instrument relating to, issued or required in connection with, (1) insurance contracts and endorsements, (2) health management and service contracts related to insurance, (3) surety bonds in which the Company acts as principal, (4) documents filed with the U.S. Department of Labor under the Employee Retirement Income -Security Act of 1974, (5) State Workers Compensation reports, including commitments to pay all legal liabilities under state laws authorizing self-insurance by the Company, (6) releases for recovery for damages sustained by the Company, and (7) guarantees of financial responsibility for physical damage to r automobiles covered under the Company's insurance program. IN WITNESS WHEREOF, I have affixed my name as Secretary and have caused the corporate seal of this corporation to be hereunto affixed this 8th day of December, 1989. Secretary - --ft P- CONTRACT -21- (This page left blank intentionally) CONTRACT , STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 12th day of April 1990, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through B.C. McMinn, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and Honeywell Inc. of the City of LUBBOCK, County of LUBBOCK and the State of TEXAS, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CON- TRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as fol- lows: o—, BID # 10549 - H.V.A.C. EQUIPMENT MAINTENANCE CONTRACT FOR THE AMOUNT OF $68,040.000 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, Labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. T: CITY OF LUBBOCK, TEXAS (OWNER) By: . "� Secr tary MAYOR APPROV TO CONTENT: APP OVED AS TO FORM: Honeyyell Inc. �-, CONTRACTOR r By: TITLE-.�U�it�l COMPLETE ADDRESS: ATTEST: 1622 Sixth Street Lubbock, TX 79401 Corporate Secretary -22- (This page left blank intentionally) M" GENERAL CONDITIONS OF THE AGREEMENT a- -23- (This page left blank intentionally) GENERAL CONDITIONS OF THE AGREEMENT I- OWNER Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this con- tract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood to mean the person, persons, co -partnership or corporation, to -wit: Honeywell Inc., who has agreed to perform the work embraced in this contract, or to his or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to ROBYN WILLIAMS, DEPUTY DIRECTOR FOR OPERATIONS, CIVIC CENTERS, City of Lubbock, under whose supervision these contract documents, including the plans and specifications, were prepared, and who will inspect constructions; or to such other representative, supervisor, or inspector as may be authorized by said owner to act in any particular under this agreement. Engineers, supervisor or inspectors will act for the Owner under the direction of owner's Representative, but shall not directly supervise the Contractor or men acting in behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in accordance with the Notice to Bidders. 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, �.. designation or prescription of the owner's Representative is intended; and similarly, the words "Approved," ('Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their na- ture, be specifically and clearly described and specified, but are necessarily described in general terms, �-. the fulfillment of which must depend on individual judgment, then, in all such cases, any question of the fulfillment of said specifications shall be decided by the Owner's Representative, and said work shall be done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the character of the work. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no re- sponsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated ..., by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. -24- 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to him who gives the notice. 8. WORK Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract docu- ments. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract docu- ments has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly Locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense to him and he shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract docu- ments. He will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner that the completed project will conform to the requirements of the contract docu- ments, but he will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the basis of his on -site observations, he will keep the Owner informed of the progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of the Contractor. -25- 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commence- ment of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Con- tractor shall be allowed no extra compensation therefore. The Contractor shall give the owner's Repre- sentative ample notice of the time and place where lines and grades will be needed. All stakes, marks, e-• etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representa- tive at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further agreed that the Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this contract. He shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The Owner's Representative's estimates and findings shall be conditions precedent to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under this contract; provided, however, that should Owner's Representative render any decision or give any direction, which in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with said Owner's Representative within 30 days his written objection to the decision or direction so rendered, and by such action may reserve the right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direc- tion of the Owner's Representative as rendered shall be promptly carried out, and any claim arising there- from shall be thereafter adjusted to arbitration as hereinafter provided. The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a written decision on all claims of the parties hereto and on all questions which may arise rela- tive to the execution of the work or the interpretation of the contract, specifications and plans. Should the Owner's Representative fail to make such decision within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the party appealing. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Con- tractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors _ or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's Representative for his decision. . 26- 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in his absence and all directions given to him shall be binding as if given to the Contractor. Adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Con- tractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of his agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING it is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the na- ture and location of the work, the confirmation of the ground, the character, quality and quantity of mate- rials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way effect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained. 18. CHARACTER OF WORKMEN The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or dis- orderly, such man or men shall be discharged from the work and shall not again be employed on the work with- out the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecu- tion and completion of this contract where it is not otherwise specifically provided that Owner shall fur- nish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public ob- servation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. -27- M_ 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such obser- vation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give am- ple notice as to the time each part of the work.will be ready for such observation. Owner or Owner's Rep- resentative may reject any work found to be defective or not in accordance with the contract documents, re- gardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the Owner, it must, if requested by owner or Owner's Repre- sentative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representa- tive to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required ,., by law or the contract documents. If any work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representa- tive, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspec- tions, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approval, and any work which meets �— the requirements of any such tests or approval but does not meet the requirements of the contract documents shall be considered defective. Such defective work shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under this agreement to make such inspections, tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES ^. It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owners' Representative as un- suitable or not in conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and re- build or otherwise remedy such work so that it shall be in full accordance with this contract. It is fur- ther agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they in- crease the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra work. In -28- case the owner shall make such changes or alterations as shall make useless any work already done or mate- rial already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, al- teration or addition to the work as shown on the plans and specifications or contract documents and not cov- ered by Contractor's proposal, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representa- tive when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sun; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is com- menced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) per cent. In the event said extra work be performed and paid for under Method (C), then the provisions of this para- graph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workmen's Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these mat- ters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machin- ery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and com- pensate him for his profit, overhead, general superintendence and field office expense, and all other ele- ments of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the Owner's Repre- sentative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative in- sists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbi- tration as herein below provided. -29- 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of this contract that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the Contractor fully understands the work to be included and has provided sufficient sums in his proposal to complete the work in accordance with these plans and specifications. It is further understood that any re- quest for clarification must be submitted no later than five days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT ►-� If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and .._ the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein speci- fied, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC The Contractor shall take out and procure a policy or policies of Workmen's Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend, indem- nify and save harmless the owner and all of its officers, agents and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sus- tained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the failure of Contractor or any subcon- tractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with costs which may be obtained against the owner or any of its officers, agents, or employees including attorney's fees. The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work pro- gresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assump- tion of duty to supervise safety precautions by either the Contractor or any of his subcontractors. -30- 28. CONTRACTOR'S INSURANCE The Contractor shall procure and carry at his sole cost and expense through the life of this contract, in- surance protection as hereinafter specified. Such insurance shall be carried with an insurance company au- thorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A. Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $300,000 Bodily Injury and $300,000 Property Damage per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury (with exclusion "c" waived) The City is to be named as an additional insured on this policy for this specific job, and copy of the endorsement doing so is to be attached to the Certificate of Insurance. B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the City of Lubbock as insured and the amount of such policy shall be as follows For bodily injuries, including accidental death, $500,000 per occurrence, and $100,000 for Property Damage. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury $250/500,000 Property Damage $100,000 to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non - owned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance The Contractor shall obtain a Builder's Risk policy in the amount of (100% of poten- tial loss) naming the City of Lubbock as insured. -31- E. Excess or Umbrella Liability insurance The Contractor shall have Excess or Umbrella Liability Insurance in the amount of ($1,000,000 minimum) with coverage to correspond with Comprehensive General Liability and Comprehen- sive Automobile Liability coverages. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. F. Worker's Compensation and Employers Liability Insurance As required by State statute covering all employees whether employed by the Contractor or any Sub- contractor on the job with Employers Liability of at least $100,000 Limit. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. r- (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named in- sured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) con- tained in the job specifications. No substitute of nor amendment thereto will be accept- able. 29. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY EQUIPMENT AND SUPPLIES The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any .. demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness »� within five (5) days after demand is made, then Owner may, during the period for which such indebtedness -32- shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. Any and all communications between any party under this paragraph must be in writing. 30. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The contractor shall pay all royalties and license fees, and shall provide for the use of any design, de- vice, material or process covered by letters patent or copyright by suitable legal agreement with the Paten- tee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is speci- fied or required in these contract documents by Owner; provided, however, if choice of alternate design, de- vice, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harm- less from any loss on account thereof. If the material or process specified or required by Owner is an in- fringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement. 31. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner effect the contract or the work, and shall indemnify and save harmless the Owner against any claims arising from the violation of any such taws, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, he shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, in- sofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 32. ASSIGNMENT AND SUBLETTING The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this contractual agreement. 33. TIME FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be specified in the Notice to Proceed. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the com- pletion of the work described herein is reasonable time for the completion of the same, taking into consid- eration the average climatic change and conditions and usual industrial conditions prevailing in this Local- ity. -33- The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impractica- bility and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sus- tain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for payments or from final payment. it is further agreed and understood between the Contractor and Owner that time is of the essence of this contract. " 34. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Con- tractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contact, the plans and specifications, and within the time of completion designated in the proposals; provided, also, that when the Owner is having other work done, either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor proposes to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the sev- eral parts. 35. EXTENSION OF TIME The Contractor agrees that he has submitted his proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the owner, or by changes ordered in the work, or by strike, walk -outs, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an ex- tension of time, submitting therewith all written justification as may be required by Owner's Representative for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after re- ceipt of a written request for an extension of time by the Contractor supported by all requested docu- mentation shall then submit such written request to the City Council of the City of Lubbock for their con- sideration. Should the Contractor disagree with the action of City Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided. 36. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays in- cident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 37. QUANTITIES AND MEASUREMENTS -34- No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract,'they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals of- fered for the work. It is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 38. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the perfor- mance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the exis- tence or character of the work. 39. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by him and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 40. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of de- fective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the con- tract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract. -35- 41. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an applica- tion for partial payment. Owner's Representative shall review said application for partial payment and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate for par-tial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement shall Also include the value of all sound ma- terials delivered on site of the work that are to be fabricated into the work. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of this agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained per- centage due Contractor. 42. FINAL COMPLETION AND ACCEPTANCE Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been completed or substantially completed, the Owner's Representative and the Owner shall in- spect the work and within said time, if the work be found to be completed or substantially completed in ac- cordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor. 43. FINAL PAYMENT Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or be- fore the 31st day after the date of certificate of completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual obligations under the terms of this con- tract; and said payment shall became due in any event upon said performance by the Contractor. Neither the certificate of acceptance nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special condi- tions (if any) of this contract or required in the specifications made a part of this contract. 44. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on account of failure to conform to the contract, whether actually incorporated in the work or not, and Con- tractor shall at his own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. 45. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the -36- date of substantial completion. The Owner or the Owner's Representative shall give notice of observed de- fects with reasonable promptness. 46. PAYMENT WITHHELD The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. 47. TIME OF FILING CLAIMS It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) days after the Owner's Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claim by either party, except where noted other- wise in the contract documents. 48. ARBITRATION All questions of dispute under this agreement shall be submitted to arbitration at the request of either party to the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three; one named in writing by each party and the third chosen by the two arbiters selected; or if the arbiters fail to se- lect a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party demanding arbitration fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the de- cision of the Owner's Representative shall be final and binding on him. Should the other party fail to choose an arbiter within ten (10) days, the Owner's Representative shall appoint such arbiter. Should ei- ther party refuse or neglect to supply the arbiters with any papers or information demanded in writing, the arbiters are empowered by both parties to take Ex Parte Proceedings. The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract, unless either or both parties shall appeal within ten (10) days from date of the award by the ar- biters, and it is hereby agreed that each party shall have the right of appeal and all proceedings shall be according to and governed by Arbitration Statutes of Texas, being Article 224, et seq., Vernon's Annotated Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION. -37- The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sus- tained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The ar- biters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writ- ing and shall not be open to objection on account of the form of proceedings or award. 49. ABANDONMENT BY CONTRACTOR In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the owner's Representative, or if the Contractor fails to comply with the or- ders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten (10) days after service of such notice, then the Owner may provide for completion of the work r.. in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and sup- plies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been com- pleted by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been com- pleted by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspa- per having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. However, should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this .�. contract, the Contractor or his Surety shall be credited therewith. When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within * 30 days after the date of certificate of completion. -38- In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or'supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sun derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machin- ery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. 50. ABANDONMENT BY OWNER In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been included in payments to the Contractor and have not been incorpo- rated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Con- tractor at the prices stated in the the attached proposal, the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Con- tractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify same to the owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Agreement. 51. BONDS The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds $25,000.00. If the contract price does not exceed $25,000.00, the statu- tory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is fur- ther agreed that this contract shall not be in effect until such bonds are so furnished. 52. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special con- ditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. -39- r. 53. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 54. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and au- thority to direct, supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to ob- serve Contractor's work during his performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 55. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. -40- (This page left blank intentionally) CURRENT WAGE DETERMINATIONS -41- DGV:da Resolution #2502 January 8, 1987 Agenda Item #18 RESOLUTION WHEREAS, the City Council has heretofore established the general prevailing rate of per diem wages for each craft or type of workmen or mechanics needed to execute public works contracts for the City of Lubbock _ in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and WHEREAS, such wage rates were established by Resolution No. 719 enacted February 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984; and WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works contracts shall be as set forth in the following named exhibits, which exhibits shall be attached hereto and made a part hereof for all intents and purposes: . Exhibit A: Building Construction Trades Exhibit B: Paving and Highway Construction Trades Exhibit C: Electrical Trades Exhibit D: Overtime Rate Exhibit E: Weekend and Holiday Rate Such wage rates are hereby found and declared to be the general prevailing rate of per diem wages in all localities where public works are undertaken on behalf of the City of Lubbock and such wage rates shall be included in all public works contracts as provided by law. Passed by the City Council this 8th day of January 1987. B.C. McMINN, MAYOR . TTE Ranettd Boyd, City Secretary APPROVED TO ONTENT: t: Bi 1 P yne, Dilrector of Building Services APPROVED AS TO FORM: Do Idl. Vandiver, First Assistant City Attorney EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Bricklayer ~' Bricklayer -Helper Carpenter Carpenter -Helper ..; Cement Finisher Drywall Hanger Electrician Electrician -Helper f Equipment Operator - Heavy Light •- Floor Installer Glazier Insulator, Piping/Boiler Insulator -Helper Iron Worker Laborer, General Mortar Mixer Painter Plumber ' Plumber -Helper . Roofer Roofer -Helper Sheet Metal Worker Sheet Metal Worker -Helper Welder - Certified Hourlv Rate $11.60 8.35 - 5.50 10.50 5.00 11.00 5.50 7.35 8.70 10.50 5.25 8.00 5.70 8.00 7.50 9.50 5.00 7.30 4.75 5.60 8.75 9.25 6.00 7.65 4.75 8.75 5.50 8.00 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Asphalt Heaterman Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrician Flagger Form Setter Form Setter -Helper Laborer, General Laborer, Utility Mechanic Mechanic -Helper POWER EQUIPMENT OPERATORS Asphalt Paving Machine Bulldozer Concrete Paving Machinist Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grade Operator. Roller Scraper Tractor Truck Driver - Light Heavy Hourlv Rate $5.25 4.75 7.35 4.75 10.50 4.75 6.50 5.50 4.75 5.80 6.50 6.00 6.00 5.25 6.50 5.85 6.40 6.40 8.00 5.25 5.25 5.50 5.25 5.25 � r r. EXHIBIT C Electric Construction Trades. Prevailing Wage Rates Craft Power Line Foreman ,.� Lineman Journeyman Lineman Apprentice Series Groundman Series Hourly Rate $11.00 10.45 8.90 7.25 EXHIBIT D Prevailing Wage Rates �-� Overtime Rate The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. EXHIBIT E Prevailing Wage Rates Weekend and Holiday Rate .-, The rate for weekend and holiday is.1 1/2 times base rate. (This page left blank intentionally) ems4 SPECIFICATIONS -42- (This page left blank intentionally) r— BID SPECIFICATIONS , AND CONTRACT FOR HEATING, VENTILATING AND AIR CONDITIONING (HVAC) MAINTENANCE EQUIPMENT CONTRACT OF THE LUBBOCK AUDITORIUM — COLISEUM CITY OF LUBBOCK OFFICE OF PURCHASING MANAGER 1990 cw JAG( F. RSI#ti A . , �� (This page left blank intentionally) BID ITEM NO. I TECHNICAL SPECIFICATIONS FOR TOTAL MAINTENANCE SERVICE - OF Heating, Ventilation, Air Conditioning, and Mechanical Systems and Equipment For Lubbock Auditorium - Coliseum Lubbock, Texas PMS I -A (This page left blank intentionally) I. SCOPE A. Preventive and predictive maintenance service shall. be provided by the Contractor on all equipment and associated devices related to the HVAC and other systems as outlined within the specifications. B. The Contractor shall furnish all personnel, components, replacement parts, materials, test equipment, tools, and services in conformance with the terms and conditions as outlined below. II. Mechanical Maintenance Service A. Equipment Included 1. The specified quantities, size and model numbers (if known) of the major pieces of equipment shall be listed separately on the equipment lists attached for each building. A list of major equipment for each building is included in Bid Item II. 2. The preventive and predictive maintenance and the responsibility of the Contractor shall not be limited only to these major pieces of equipment as shown on the equipment list, but shall also include all associated devices and systems as listed below that are related to the heating, ventilating and air conditioning system(s). a. Heating System Boilers, burners, boiler tubes, furnaces, pumps, heating coils, steam traps, water strainers, unit heaters, heat exchangers, humidifiers, manual and remote control valves, etc. b. Cooling System Air conditioning compressor(s), air cooled condensers, chiller tubes, cooling towers, cooling tower fans, pumps, �- water chillers, cooling coils, manual and remote control valves, etc. r.. c. Air Handling System Fans, motors, air grilles, .plenums, registers, air filters, dampers, induction units, mixing boxes, fan coil units, outside air damper and damper motors, etc. d. Temperature Control System Thermostats, valves, damper motors, controllers, sensors, pneumatic compressors, time clocks, etc. PMS I-1 e. Miscellaneous &guipment Exhaust fans, manual valves, float valves, direct expansion valves, thermometers, gauges, magnetic starters, pump and fan motor drives, bearings, belts, motor starters and the electrical wiring from motor starter to their respective motor, check valves, refrigerant piping and insulation, refrigerant variable speed fan drives;' etc. B. Equipment Not Included 1. Maintenance services, including repair, labor and parts replacement, for portions of the system and equipment that are non -maintainable or non-moving are not required nor included as part of this specification. 2. Excluded items shall be considered as: foundation structural supports, domestic water lines, drains, plumbing lines, and gas lines up to boiler control valve, air handling ductwork outside of air handling equipment room, boiler ductwork outside of equipment room, boiler shell, unit cabinets, boiler trim and refactory materials. 3. This specification covers all equipment that is used for heating and cooling at all locations in this contract. In the event the system is altered, changed or if any equipment is added or deleted to meet system requirements then their maintenance services shall be in accordance with this specification. C. Service Included 1. The general services listed below shall apply to the systems and equipment as shown on the equipment list and as described in the section entitled equipment included. This preventive maintenance work shall be provided on the heating and cooling system, including start-up and shut -down. Monthly inspections must be performed on all equipment. a. Examine each piece of equipment and device to see that it is functioning properly and is in good operating condition. b. Clean all components of dust, old lubricants, etc. to allow the equipment to function as designed. c. Paint all equipment as needed to prevent and protect against corrosion and deterioration. d. Lubricate all equipment where needed to permit.bearings, gears, and all contact wearing points to operate freely and without undue wear. e. Adjust all linkages, motors, drives, etc., that have drifted from initial design settings. PMS I-2 f. Calibrate all sensing, monitoring, output, safety, and read- out devices for proper ranges, settings and optimum efficiencies. g. Test -and cycle all equipment as a system after it has been cleaned and lubricated, adjusted, and calibrated to see that it is in good operational condition and at optimum efficiency. h. Tear down major pieces of equipment such as compressors periodically based on accumulated operating hours, to prevent breakdowns and to improve operational conditions. �- 2. Perform semi-annual vibration analysis of the equipment maintained, above (1) hp. The analysis shall be provided semi- annually as a written report showing the vibration measures. 3. In summary, the Contractor shall include: a. Predictive maintenance b. Planning maintenance c. 24 hour emergency service d. All parts and labor e. "Fixed" annual cost D. Parts Replacement 1. All parts, components, or devices for the mechanical systems as listed above and on attached equipment summary list that are excessively worn or are not in proper operational condition shall be repaired, and/or replaced with new parts, components, or devices. 2. When equipment or parts are replaced in their entirety, and a newer design of this device is available and is functionally equivalent and compatible, the device of the newer design shall be used as the replacement. 3. All repair and replacement parts, components, and devices for the mechanical system shall be supplied by the Contractor and shall be included in the cost of the service program. 4. The Contractor shall not be made responsible for repairs necessitated by reason of negligence or misuse of the equipment by other than the Contractor, or by reason of any other cause beyond the control of the Contractor except ordinary wear and tear. E. Additional Services For other additional services that apply to this mechanical maintenance section, refer to the Special Conditions and Bid Item I sections: Maintenance Procedures and Records Preventive Maintenance and Emergency Service PMS I-3 III. Environmental Control System A. Equipment Included 1. Temperature Control System(s) Thermostats, sensors, computes, pressure controls, relays, limits, valves, valve operators, damper, motors, humidity control, step switches, time clocks, contactors, controllers, capacity controls, safety controls, control panels, gauges, and air compressors, remote controls, etc. IV. Water Treatment Service A. Equipment Included 1. Hot water system, chilled water system, cooling towers, and chilled and hot water circulating pumps. B. Services Included 1. The Contractor shall provide necessary labor and chemicals to properly maintain all water within the heating and cooling systems to control metal corrosion, scale formation, biological fouling or contaminated discharge. 2. The chemicals provide must meet OSHA Environmental Protection Agency an OEQC requirements for safety to personnel and the environment. 3. The Contractor shall provide all labor to take test samples, adjust feed rate, change settings, drain and flush systems, service automatic feed equipment, manually inject chemicals (for closed systems), provide a detailed water analysis and service report after performing those services as outlined above. V. Air Filter Service A. Service Included 1. Framed filters, fan coil filters, and pre -filters. The Contractor shall provide, install and regularly change all air filters at a frequency dictated by air conditions, but not less than six (6) times per year for framed media. 2. Filter frames shall be sized to fill the entire cross section of the units to prevent blow -by and eliminate filter spacers in the units. 3. Filter media (frame and fan coil) shall be of fiberglass or polyester materials. ASHRAE 52-76 average efficiency shall be 25-30% with an arrestance of 90-92%. PMS I-4 P_ VI. Maintenance Procedures and Records A. The Contractor shall provide within the proposal a specific and detailed plan so as to the proposed methods by which the maintenance services are to be accomplished. B. As work is scheduled, the Contractor shall issue, to his mechanic on the job, the necessary and appropriate recommended maintenance procedures and a listing of any special lubricants, tools, etc., that are required for proper maintenance of the apparatus concerned. C. The Contractor's administration system shall provide for continuous updating of maintenance procedures and frequencies from historical data. Breakdown experience and frequency shall determine the on - site material inventory level and preventive maintenance frequencies. D. During the course of the service program, the Contractor shall advise and assist the City of Lubbock to conserve energy and minimize utility expenditures. VIII. Preventive Maintenance and Emergency Service Calls A. The Contractor shall schedule and perform the preventive maintenance service. Monthly inspections must be performed on all equipment. 1. After each service call, a service report shall be furnished. 2. Two of the scheduled service calls shall include the system start-up and the system shut -down, for the appropriate season. r- 3. The Contractor shall perform the necessary preventive maintenance as recommended by the manufacturer of the equipment, and shall incorporate the listed checks and functions into his work schedule. B. The Contractor shall provide each location within this specification a monthly schedule in advance of services to be performed by date and time. 1. All labor, overtime, travel costs, parts, supplies, and other expenses incurred on such a call shall be provided by the Contractor and shall be included in the cost of the service program. 2. This emergency service shall be provided as often as needed, on a 24-hour basis, weekends and legal holidays included. 3. The Contractor shall be capable of responding to an emergency situation within three (3) hours. 4. The Contractor shall be on call on a 24-hour basis and provide a telephone answering service in order to respond to emergency. calls. ' -- PMS I-5 (This page left blank intentionally) BID ITEM NO. II TECHNICAL SPECIFICATIONS FOR PREVENTIVE MAINTENANCE PROCEDURES AND MAJOR EQUIPMENT LIST FOR FOR LUBBOCK AUDITORIUM - COLISEUM LUBBOCK, TEXAS PMP II -A (This page left blank intentionally) PREVENTIVE MAINTENANCE PROCEDURES THE LUBBOCK AUDITORIUM - COLISEUM Part I - General: 1.01: Scope: Furnish all labor, transportation, tools, parts, -supplies, materials, and instruments. Perform all operations in connection with the scheduled preventative Maintenance Procedures on mechanical and electrical systems to produce proper environment and operating conditions in the building. Maintain proper flows of air and water, correct setting of regulating devices and other end results as more fully described hereinafter. 1.02: Qualifications: The Preventative Maintenance of equipment and systems will be performed by a Technical Firm whose preventative operations qualify them to perform such on -going program. The maintenance work shall be done under the direct supervision of a qualified work supervisor employed by the Preventative Maintenance firm. 1.03: Documents: The selected Preventative Maintenance firm will be furnished a set of mechanical construction plans for the project as well as a schedule of the minimum required maintenance functions. These documents constitute a part of the contract for the construction of the project. Where the term "Contractor" occurs in the specification, reference is made to the Contractor for the Preventative Maintenance contract. 1.04: The Preventative Maintenance procedures for the Lubbock Auditorium - Coliseum are a scheduled listing of the essential supervisory maintenance for the mechanical and electrical systems. The frequency required for performance of each function is stated; this work is primarily labor with required materials to be furnished by the Contractor. 1.05: The Contractor shall provide all labor necessary to perform the scheduled maintenance and work, also provide all hand tools and instruments necessary for the period of two years. The contractor will furnish all oil, refrigerants, grease, and lubricants and will apply them. The filters, belts, small spare or replacement parts also will be furnished by the Contractor for installation by Contractor. All repair work on damaged items will be provided by the Owner under separate contract. Part II - Service Report Data Required 2.01: GENERAL: Before final acceptance of the service report is made, the Preventative Maintenance Contractor shall furnish the following data. The data shall be neatly entered on appropriate forms together with any typed supplements required to completely document all results. Written explanations of any abnormal conditions are required. Submit 2 copies of the report. PMP II-1 2.02: AIR SYSTEM DATA: A. Equipment (fan or factory fabricated station unit): 1. Location and Identification Data 2. Manufacturer and Model 3. CFM and Static Pressure 4. Design and Operating Condition of Fan and Filters -5. Motor H.P., voltage, Phase, Cycles, Operating Load Amps and Full Load Amps _ 6. Condition of Belts and Sheaves 7. Condition of Electrical Service and Connections 2.03: AIR HEATING AND COOLING EQUIPMENT A. Design Data: 1. Load (BTUH or MBH) 2. G.P.M. 3. Entering and leaving warm temperature 4. Entering and leaving air conditions (D.B. and W.B.) each zone 5. C.F.M. 6. Water Pressure Drop B. Recorded Data 1. Type of equipment and identification (location of number designation) 2. Entering and leaving air conditions (D.B. and W.B.) each zone 3. Entering and leaving water temperature 4. G.P.M. 5. Temperature rise or drop 2.04: CHILLERS, BOILERS, AND CONVERTER A. Design 1. Load 2. G.P.M. 3. Enter and Leaving Water Temperature 4. Enter and Leaving Combustion Air or Condensing Water 5. Condensing Water Pressure Drop 6. Steam Pressure and Condensate Return Temperature B. Recorded Data 1. Type of equipment and identification 2. Chilled or hot water entering and leaving water temperature 3. Chilled and Hot Water G.P.M. 4. Condensing Water entering and leaving water temperature 5. Condensing Water G.P.M. and pressure drop 2.05: WATER SYSTEM DATA A. Pumps 1. Installation Data a. Manufacturer and Model b. Size c. Type Drive d. Motor H.P., Voltage, Phase, and Full Load Amps 11 -- PMP II-2 r-. B. Design Data 1. G.P.M. 2. Head 3. R.P.M. 4. B.H.P. ►. C. Recorded Data 1. Discharge Pressures (Full -Flow and No -Flow) 2. Suction Pressures (Full -Flow and No -Flow 3. Operating Head 2.06: TEMPERATURE CONTROL DATA A. Design Data 1. Inside design temperature (DB & WB) 2. Inside Relative Humidity 3. Outside Design Temperatures (DB & WB) B. Recorded Data 1. Morning and afternoon temperature readings (DB & WB) in each zone r~ 2. Corresponding Outdoor Temperature Readings (DB & WB) 3. Relative Humidity 4. Service Report Required Monthly END OF SECTION PMP II-3 (This page left blank intentionally) INDEX OF MAJOR EQUIPMENT LIST AND PREVENTIVE MAINTENANCE PROCEDURES FOR THE LUBBOCK AUDITORIUM - COLISEUM 1. MECHANICAL EQUIPMENT PMP-M-1/54 2. TEMPERATURE CONTROL COMPONENTS PMP-TC-1/19 PMP-A (This page left blank intentionally) EQUIPMENT NAME: CHILLER (AUDITORIUM) MARK: CH#1 MODEL NO.: CARRIER 9T10-119 WITH 5H120-A194 COMPRESSOR SERIAL NO.: #440010 WITH 0484J01954 EQUIPMENT LOCATION: BASEMENT EQUIPMENT ROOM (COOLING TOWER) EQUIPMENT DESCRIPTION: COOLING CAPACITY 119 TONS, CHILL WATER 305 GPM, CONDENSING WATER 305 GPM, COMPRESSORS AND CONDENSERS, REFRIG. R-22. COMPRESSORS 261 FLA AT 208V/3 PHASE. DATE INSTALLED: 1954 PROCEDURE: FREQUENCY (DAYS): CHECK THE CHILLER'S EVAPORATOR, CONDENSER 30 PRESSURE, OIL SUMP TEMPERATURE, AND NET OIL PRESSURE CHECK THE OIL LEVEL IN THE COMPRESSOR OIL SUMP 30 CLEAN ALL WATER STRAINERS IN THE CHILLED 90 WATER PIPING SYSTEM CLEAN ALL WATER STRAINERS IN THE CONDENSING WATER PIPING SYSTEM 90 COMPLETE ALL RECOMMENDED DAILY AND WEEKLY 90 MAINTENANCE PROCEDURES OFF-SEASON MAINTENANCE - DURING PERIODS WHEN 90 CHILLER IS NOT BEING OPERATED, OPERATE THE CHILLER FOR A 30-MINUTE PERIOD THE FOLLOWING ITEMS SHOULD BE CHECKED BEFORE COOLING SEASON COMPRESSOR MOTOR: 365 CHECK MOTOR CONTINUITY CHECK AND TIGHTEN MOTOR TERMINALS MEGGER MOTOR CHECK NAMEPLATE AMP RATING STARTER: 365 CHECK OVERLOAD SETTING TRIP POINT AMPS TIGHTEN ALL TERMINALS CHECK CONDITION OF STARTER CONTACTS OIL SUMP: 365 CHANGE OIL IF NEEDED CHECK OIL CONDITION PMP-M-1 CONTROL CIRCUITS: 365 LOW TEMPERATURE CONTROL CALIBRATION SETPOINT, TRIP -POINT HIGH PRESSURE CONTROL CALIBRATION SETPOINT, TRIP -POINT OIL PRESSURE CONTROL CALIBRATION CUT-OUT, CUT -IN CONDENSER: 365 VISUALLY INSPECT FOR DIRT OR LIME IN TUBES. LEAK TEST CHILLER 365 REFRIGERANT AND OIL ANALYSIS FOR ACID CONTENT 365 PMP-M-2 r- EQUIPMENT NAME: CHILLER MARK: CH#2 MODEL NO.: CARRIER 9T10-119 WITH 5H120-A-194 COMPRESSOR SERIAL NO.: 440011 WITH 0484JO EQUIPMENT LOCATION: BASEMENT EQUIPMENT ROOM (1956 COOLING TOWER ON ROOF) EQUIPMENT DESCRIPTION: COOLING CAPACITY 119 TONS, CHILL WATER 305 GPM, CONDENSING WATER 305 GPM, COMPRESSORS AND CONDENSERS, REFRIG. R-22. COMPRESSORS 261 FLA AT 208V/3 PHASE. DATE INSTALLED: 1956 PROCEDURE: FREQUENCY (DAYS): CHECK THE CHILLER'S EVAPORATOR, CONDENSER 30 PRESSURE, OIL SUMP TEMPERATURE, AND NET OIL PRESSURE CHECK THE OIL LEVEL IN THE COMPRESSOR OIL SUMP 30 CLEAN ALL WATER STRAINERS IN THE CHILLED 90 WATER PIPING SYSTEM CLEAN ALL WATER STRAINERS IN THE CONDENSING WATER PIPING SYSTEM 90 COMPLETE ALL RECOMMENDED DAILY AND WEEKLY 90 MAINTENANCE PROCEDURES OFF-SEASON MAINTENANCE - DURING PERIODS WHEN 90 CHILLER IS NOT BEING OPERATED, OPERATE THE CHILLER FOR A 30-MINUTE PERIOD THE FOLLOWING ITEMS SHOULD BE CHECKED BEFORE COOLING SEASON COMPRESSOR MOTOR: 365 CHECK MOTOR CONTINUITY CHECK AND TIGHTEN MOTOR TERMINALS MEGGER MOTOR CHECK NAMEPLATE AMP RATING STARTER: 365 CHECK OVERLOAD SETTING TRIP POINT AMPS TIGHTEN ALL TERMINALS CHECK CONDITION OF STARTER CONTACTS OIL SUMP: 365 CHANGE OIL IF NEEDED CHECK OIL CONDITION PMP-M-3 CONTROL CIRCUITS: 365 LOW TEMPERATURE CONTROL CALIBRATION SETPOINT, TRIP -POINT HIGH PRESSURE CONTROL CALIBRATION SETPOINT, TRIP -POINT OIL PRESSURE CONTROL CALIBRATION CUT-OUT, CUT -IN CONDENSER: 365 VISUALLY INSPECT FOR DIRT OR LIME IN TUBES. LEAK TEST CHILLER 365 REFRIGERANT AND OIL ANALYSIS FOR ACID CONTENT 365 r w PMP-M-4 EQUIPMENT NAME: CHILLER (STAGE) MARK: CH#3 MODEL NO.: CARRIER 30HLO40 WITH TWO 09DD030-500 REMOTE CONDENSERS t.. SERIAL NO.: #5579762 WITH P595717 AND P595718 EQUIPMENT LOCATION: BASEMENT EQUIPMENT ROOM (CONDENSERS OUTSIDE ON ROOF) r-. EQUIPMENT DESCRIPTION: COOLING CAPACITY 38.1 TONS, CHILL WATER 134 GPM, DUAL COMPRESSORS AND CONDENSERS; REFRIG. R-22. COMPRESSORS 162 FLA AT 230V/3 PHASE. CONDENSERS 21.1 FLA AT 230V/3PH EACH. DATE INSTALLED: 1986 PROCEDURE: FREQUENCY (DAYS): CHECK THE CHILLER'S EVAPORATOR, CONDENSER 30 PRESSURE, OIL SUMP TEMPERATURE, AND NET OIL PRESSURE CHECK THE OIL LEVEL IN THE COMPRESSOR OIL SUMP 30 CLEAN ALL WATER STRAINERS IN THE CHILLED 90 WATER PIPING SYSTEM COMPLETE ALL RECOMMENDED DAILY AND WEEKLY 90 MAINTENANCE PROCEDURES OFF-SEASON MAINTENANCE - DURING PERIODS WHEN 90 CHILLER IS NOT BEING OPERATED, OPERATE THE CHILLER FOR A 30-MINUTE PERIOD THE FOLLOWING ITEMS SHOULD BE CHECKED BEFORE COOLING SEASON COMPRESSOR MOTORS: 365 CHECK MOTOR CONTINUITY CHECK AND TIGHTEN MOTOR TERMINALS MEGGER MOTOR CHECK NAMEPLATE AMP RATING STARTER: 365 CHECK OVERLOAD SETTING TRIP POINT AMPS TIGHTEN ALL TERMINALS CHECK CONDITION OF STARTER CONTACTS OIL SUMP: 365 CHANGE OIL IF NEEDED CHECK OIL CONDITION PMP-M-5 CONTROL CIRCUITS: 365 LOW TEMPERATURE CONTROL CALIBRATION SETPOINT, TRIP -POINT HIGH PRESSURE CONTROL CALIBRATION SETPOINT, TRIP -POINT OIL PRESSURE CONTROL CALIBRATION CUT-OUT, CUT -IN CONDENSER: 365 VISUALLY INSPECT FOR DIRT OR LINT IN FINS. LEAK TEST CHILLER 365 REFRIGERANT AND OIL ANALYSIS FOR ACID CONTENT 365 PMP-M-6 EQUIPMENT NAME: PRIMARY HOT/CHILLED WATER PUMP MARK: P-1 MODEL NO.: AURORA 74-17 654 TYPE 411BF WITH AJ4622A89 ELECTRO DYNAMIC MOTOR SERIAL NO.: EQUIPMENT LOCATION: BASEMENT MECHANICAL EQUIPMENT ROOM EQUIPMENT DESCRIPTION: END SUCTION, FRAME COUPLED, MECHANICAL SEALS, 65 FT. HD., 610 GPM, 15 HP PUMP, 42 FLA AT 208V-3 PHASE. DATE INSTALLED: 1985 EQUIPMENT SERVES: WATER CHILLERS PROCEDURE: FREQUENCY (DAYS): SLOWDOWN STRAINER 30 REMOVE STRAINER MEDIA AND CLEAN 90 CHECK THE MECHANICAL SEALS FOR LEAKS. 90 ..., IF SEAL LEAKS ARE OBSERVED, IMMEDIATELY REPLACE THE SEALS WITH SEALS FROM THE MANUFACTURER. LUBRICATE THE PUMP AND MOTOR BEARINGS 180 CHECK MOTOR CONTINUITY 365 CHECK & TIGHTEN MOTOR TERMINALS 365 MEGGER MOTOR 365 CHECK MOTOR VOLTAGE AND CURRENT AT ZERO 365 AND NORMAL LOAD AND COMPARE TO NAMEPLATE DATA. CHECK MOTOR BEARING TEMPERATURE OR CASE 365 �. TEMPERATURE. CLEAN MOTOR 365 CHECK MOTOR STARTER FOR PROPER OPERATION 365 AND CHECK TIGHTNESS OF ALL TERMINALS AND LEADS. " PMP-M-7 EQUIPMENT NAME: PRIMARY CONDENSING WATER PUMP MARK: P-2 MODEL NO.: AURORA 74-17 654 TYPE 411BF WITH AJ4622A89 ELECTRO DYNAMIC MOTOR SERIAL NO.: EQUIPMENT LOCATION: MECHANICAL EQUIPMENT ROOM EQUIPMENT DESCRIPTION: END SUCTION, FRAME COUPLED, MECHANICAL SEALS, 65 FT. HD., 610 GPM, 15 HP PUMP, 42 FLA AT 208/23OV-3 PHASE. DATE INSTALLED: 1985 EQUIPMENT SERVES: WATER CHILLERS PROCEDURE: FREQUENCY (DAYS): BLOWDOWN STRAINER 30 REMOVE STRAINER MEDIA AND CLEAN 90 CHECK THE MECHANICAL SEALS FOR LEAKS.- 90 IF SEAL LEAKS ARE OBSERVED, IMMEDIATELY REPLACE THE SEALS WITH SEALS FROM THE MANUFACTURER. LUBRICATE THE PUMP AND MOTOR BEARINGS 180 CHECK MOTOR CONTINUITY 365 CHECK & TIGHTEN MOTOR TERMINALS 365 MEGGER MOTOR 365 CHECK MOTOR VOLTAGE AND CURRENT AT ZERO 365 AND NORMAL LOAD AND COMPARE TO NAMEPLATE DATA. CHECK MOTOR BEARING TEMPERATURE -OR CASE 365 TEMPERATURE. CLEAN MOTOR 365 CHECK MOTOR STARTER FOR PROPER OPERATION 365 AND CHECK TIGHTNESS OF ALL TERMINALS AND LEADS. PMP-M-8 0 EQUIPMENT NAME: STAGE CHILLED WATER PUMP MARK: P-3 MODEL NO.: WEINMAN 2K5-4 SERIAL NO.: #8663 EQUIPMENT LOCATION: MECHANICAL EQUIPMENT ROOM EQUIPMENT DESCRIPTION: END SUCTION, CLOSE COUPLED, MECHANICAL SEALS, 56 FT. HD., 134 GPM, 5 HP PUMP, 12 FLA AT 208V-3 PHASE. DATE INSTALLED: 1986 .- EQUIPMENT SERVES: WATER CHILLER #3 PROCEDURE: FREQUENCY (DAYS): BLOWDOWN STRAINER 30 --, REMOVE STRAINER MEDIA AND CLEAN 90 CHECK THE MECHANICAL SEALS FOR LEAKS. 90 IF SEAL LEAKS ARE OBSERVED, IMMEDIATELY REPLACE THE SEALS WITH SEALS FROM THE MANUFACTURER. LUBRICATE THE PUMP AND MOTOR BEARINGS 180 CHECK MOTOR CONTINUITY 365 CHECK & TIGHTEN MOTOR TERMINALS 365 MEGGER MOTOR 365 CHECK MOTOR VOLTAGE AND CURRENT AT ZERO 365 AND NORMAL LOAD AND COMPARE TO NAMEPLATE DATA. CHECK MOTOR BEARING TEMPERATURE OR CASE 365 TEMPERATURE. CLEAN MOTOR 365 CHECK MOTOR STARTER FOR PROPER OPERATION 365 AND CHECK TIGHTNESS OF ALL TERMINALS AND ' LEADS. p;-- r - PMP-M-9 EQUIPMENT NAME: BOILER MARK: TEX 49801 MODEL NO.: FITZGIBBONS B29 60M182 SERIAL NO.: 1954HSBA 13197 EQUIPMENT LOCATION: BASEMENT EQUIPMENT ROOM EQUIPMENT DESCRIPTION: CAPACITY 5,369,000 BTUH DATE INSTALLED: 1954 PROCEDURE: OBSERVE CONDENSATE WATER TEMPERATURE AND STEAM PRESSURE UNDER NORMAL OPERATING CONDITIONS. CHECK FOR UNUSUAL NOISE OR VIBRATION INSPECT FOR GASKET AND PIPING LEAKS. CHECK THE LOW WATER CUTOFF CONTROL CHECK THE PRESSURE RELIEF VALVE BLOW DOWN BOILER CHECK ALL CONTROLS CHECK THE LOW WATER CUTOFF CONTROL ELECTRODE ASSEMBLY CHECK CONDENSATE DRAIN EXAMINE EXHAUST GAS DUCT AND CHIMNEY INSPECT MAIN BURNER ASSEMBLY INSPECT THE BOILER TUBES FREQUENCY (DAYS): 30 30 30 30 30 30 180 365 365 365 365 365 PMP-M-10 EQUIPMENT NAME: BOILER MARK: TEX 49802 MODEL NO.: FITZGIBBONS B29 60M182 .r SERIAL NO.: 1954HSBA 13223 EQUIPMENT LOCATION: BASEMENT EQUIPMENT ROOM EQUIPMENT DESCRIPTION: CAPACITY 5,369,000 BTUH DATE INSTALLED: 1954 PROCEDURE: FREQUENCY (DAYS): OBSERVE CONDENSATE WATER TEMPERATURE AND STEAM PRESSURE UNDER NORMAL OPERATING CONDITIONS. 30 CHECK FOR UNUSUAL NOISE OR VIBRATION 30 INSPECT FOR GASKET AND PIPING LEAKS. 30 CHECK THE LOW WATER CUTOFF CONTROL 30 CHECK THE PRESSURE RELIEF VALVE 30 BLOW DOWN BOILER 30 CHECK ALL CONTROLS 180 CHECK THE LOW WATER CUTOFF CONTROL .- ELECTRODE ASSEMBLY 365 CHECK CONDENSATE DRAIN 365 EXAMINE EXHAUST GAS DUCT AND CHIMNEY 365 INSPECT MAIN BURNER ASSEMBLY 365 INSPECT THE BOILER TUBES 365 ' PMP-M-11 EQUIPMENT NAME: BOILER MARK: TEX 49803 MODEL NO.: FITZGIBBONS B29 60M182 SERIAL NO.: 1954HSBA 13192 EQUIPMENT LOCATION: BASEMENT EQUIPMENT ROOM EQUIPMENT DESCRIPTION: CAPACITY 5,369,000 BTUH DATE INSTALLED: 1954 PROCEDURE: FREQUENCY (DAYS): OBSERVE CONDENSATE WATER TEMPERATURE AND STEAM PRESSURE UNDER NORMAL OPERATING CONDITIONS. 30 CHECK FOR UNUSUAL NOISE OR VIBRATION 30 INSPECT FOR GASKET AND PIPING LEAKS. 30 CHECK THE LOW WATER CUTOFF CONTROL 30 CHECK THE PRESSURE RELIEF VALVE 30 BLOW DOWN BOILER 30 CHECK ALL CONTROLS 180 CHECK THE LOW WATER CUTOFF CONTROL ELECTRODE ASSEMBLY 365 CHECK CONDENSATE DRAIN 365 EXAMINE EXHAUST GAS DUCT AND CHIMNEY 365 INSPECT MAIN BURNER ASSEMBLY 365 INSPECT THE BOILER TUBES 365 ' PMP-M-12 a-. EQUIPMENT NAME: STEAM TO WATER HEAT EXCHANGER MARK: CONVERTER B&G CSW MODEL NO.: SERIAL NO.: EQUIPMENT LOCATION: BASEMENT EQUIPMENT ROOM EQUIPMENT DESCRIPTION: CAPACITY 2,304,000 BTUH, 610 GPM, 130 DEGREES F. WITH 5# STEAM. DATE INSTALLED: 1954 PROCEDURE: FREQUENCY (DAYS): OBSERVE THE WATER TEMPERATURE AND STEAM PRESSURE UNDER NORMAL OPERATING CONDITIONS. 30 CHECK FOR UNUSUAL NOISE OR VIBRATION 30 INSPECT FOR GASKET AND PIPING LEAKS. 30 CHECK THE PRESSURE RELIEF VALVE 30 CHECK ALL CONTROLS 180 CHECK STEAM TRAP AND CONDENSATE DRAIN 365 INSPECT THE CONVERTER TUBES 365 PMP-M-13 EQUIPMENT NAME: EXHAUST FAN MARK: AA-1 MODEL NO.: GENERAL BLOWER SIZE 3 VENT SET SERIAL NO.: 22895-B EQUIPMENT LOCATION: BASEMENT EQUIPMENT ROOM EQUIPMENT DESCRIPTION: 2,800 CFM, 2 HP MOTOR AT 208V-3"PHASE. DATE INSTALLED: 1954 EQUIPMENT SERVES: BASEMENT EQUIPMENT ROOM PROCEDURE: LUBRICATE MOTOR LUBRICATE SHAFT BEARINGS CHECK BELT AND BELT TENSION CLEAN PULLEY, CHECK TIGHTNESS TO SHAFT, AND PULLEY ALIGNMENT CLEAN WHEELS CHECK MOTOR CONTINUITY CHECK AND TIGHTEN MOTOR TERMINALS MEGGER MOTOR CHECK MOTOR VOLTAGE AND CURRENT AT ZERO AND NORMAL LOAD AND COMPARE TO NAMEPLATE DATA CHECK MOTOR BEARING TEMPERATURE OR CASE TEMPERATURE CLEAN MOTOR CHECK MOTOR STARTER FOR PROPER OPERATION AND CHECK TIGHTNESS OF ALL TERMINALS AND LEADS FREQUENCY (DAYS): 90 180 180 180 365 365 365 365 365 365 365 365 PMP-M-14 , EQUIPMENT NAME: AIR HANDLING UNIT MARK: AHU-1 AND AHU-2 MODEL NO.: CARRIER 39E-H-17 SERIAL NO.: 3285T 33329 EQUIPMENT LOCATION: BASEMENT MECHANICAL EQUIPMENT ROOM EQUIPMENT DESCRIPTION: RELIEF FAN, HORIZONTAL, DRAW THRU UNIT. 7,000 CFM SUPPLY AIR AT 380 RPM, 6 FLA-2 HP SUPPLY FAN AT 208V13 PHASE, TWO SPEED MOTOR FOR 50% CFM CAPACITY AT LOW SPEED. DATE INSTALLED: 1986 EQUIPMENT SERVES: AUDITORIUM PROCEDURE: FREQUENCY (DAYS): INSPECT FILTERS FOR CLEANLINESS 30 CHANGE FILTERS 60 CHECK THAT FAN BEARING GREASE LINES 90 ARE TIGHT TO THE BEARINGS SO NO GREASE LEAKS AT THE CONNECTION. LUBRICATE FAN BEARINGS 90 CHECK BEARING LOCKING SETSCREWS AND OTHER 90 SETSCREWS FOR PROPER TIGHTNESS. ALL BEARING RACES MUST BE SECURE. LUBRICATE FAN MOTORS. 90 ALIGN SHEAVES AND CHECK LEVEL OF SHAFTS. 90 CHECK FAN BELT TENSION. TIGHTEN OR REPLACE 90 AS NEEDED. INSPECT ELECTRICAL WIRING FOR CONDITION. 365 TIGHTEN ALL CONNECTIONS. INSPECT THE UNIT CASING AND ACCESSORIES 365 FOR CHIPPING OR CORROSION. IF DAMAGE IS FOUND, CLEAN AND REPAINT WITH A GOOD GRADE OF RUST RESISANT ZINC CHROMATE PAINT. CLEAN FAN WHEELS AND FAN SHAFT. REMOVE RUST 365 FROM -FAN SHAFT WITH AN EMERY CLOTH AND RECOAT THE SHAFT WITH L.P.S. 3 OR AN EQUIVALENT. CHECK MOTOR CONTINUITY 365 PMP-M-15 CHECK & TIGHTEN MOTOR TERMINALS 365 MEGGER MOTOR 365 CHECK MOTOR VOLTAGE AND CURRENT AT ZERO 365 AND NORMAL LOAD AND COMPARE TO NAMEPLATE DATA. CHECK MOTOR BEARING TEMPERATURE OR CASE 365 TEMPERATURE. CLEAN MOTOR 365 CHECK MOTOR STARTER FOR PROPER OPERATION 365 AND CHECK TIGHTNESS OF ALL TERMINALS AND LEADS. PMP-M-16 EQUIPMENT NAME: AIR COMPRESSOR MARK: #1 MODEL NO.: JOHNSON MILWAUKEE A-454 #14 SERIAL NO.: EQUIPMENT LOCATION: BASEMENT EQUIPMENT ROOM EQUIPMENT DESCRIPTION: CONTROL AIR COMPRESSOR, JOHNSON-CONTROLS, 1 HP MOTOR AT 208V-3 PHASE-60 HZ. RECEIVER 30 GAL. DATE INSTALLED: 1954 EQUIPMENT SERVES: TEMPERATURE CONTROLS PROCEDURE: FREQUENCY (DAYS): CHECK OIL LEVEL. REPLENISH, IF NECESSARY, WITH PROPER OIL AND CORRECT VISCOSITY, FOR SURROUNDING CONDITIONS 30 MANUALLY DRAIN TO CHECK OPERATION OF AUTOMATIC DRAIN VALVE 30 CHECK DISTRIBUTION SYSTEM FOR LEAKS 30 MANUALLY OPERATE SAFETY VALVES TO MAKE CERTAIN THEY ARE FUNCTIONING 30 CLEAN INTERCOOLER FINS AND CYLINDER 30 r.- REPLACE OR CLEAN INTAKE FILTER 30 INSPECT OIL FOR CONTAMINATION AND CHANGE IF NECESSARY 30 CHECK BELTS FOR CORRECT TENSION 30 CHECK OPERATION OF CONTROLS 30 ,® CHECK EFFICIENCY OF COMPRESSOR (PUMP UP TIME CHECK) 30 CHANGE OIL 90 TIGHTEN ALL BOLTS 90 CHECK ELECTRIC MOTOR AND LUBRICATE IF NECESSARY 365 CHECK MOTOR CONTINUITY 365 CHECK AND TIGHTEN MOTOR TERMINALS 365 PMP-M-17 EQUIPMENT NAME: AIR COMPRESSOR MARK: #2 MODEL NO.: HONEYWELL ACP-C2S-153H3 SERIAL NO.: 885-3796 EQUIPMENT LOCATION: BASEMENT EQUIPMENT ROOM EQUIPMENT DESCRIPTION: CONTROL AIR COMPRESSOR (DUPLEX);• HONEYWELL CONTROLS, 1.5 HP MOTOR AT 208V-3 PHASE-60 HZ., 6.2 CFM @ 100 PSI, RECEIVER 30 GAL. DATE INSTALLED: 1985 EQUIPMENT SERVES: TEMPERATURE CONTROLS PROCEDURE: FREQUENCY (DAYS): CHECK OIL LEVEL. REPLENISH, IF NECESSARY, WITH PROPER OIL AND CORRECT VISCOSITY, FOR SURROUNDING CONDITIONS 30 MANUALLY DRAIN TO CHECK OPERATION OF AUTOMATIC DRAIN VALVE 30 CHECK DISTRIBUTION SYSTEM FOR LEAKS 30 MANUALLY OPERATE SAFETY VALVES TO MAKE CERTAIN THEY ARE FUNCTIONING 30 CLEAN INTERCOOLER FINS AND CYLINDER 30 REPLACE OR CLEAN INTAKE FILTER 30 INSPECT OIL FOR CONTAMINATION AND CHANGE IF NECESSARY 30 CHECK BELTS FOR CORRECT TENSION 30 CHECK OPERATION OF CONTROLS 30 CHECK EFFICIENCY OF COMPRESSOR (PUMP UP TIME CHECK) 30 CHANGE OIL 90 TIGHTEN ALL BOLTS 90 CHECK ELECTRIC MOTOR AND LUBRICATE IF NECESSARY 365 CHECK MOTOR CONTINUITY 365 CHECK AND TIGHTEN MOTOR TERMINALS 365 PMP-M-18 EQUIPMENT NAME: DRYER MARK: 0-1 MODEL NO.: HONEYWELL SERIAL NO.: HKN8210 EQUIPMENT LOCATION: BASEMENT EQUIPMENT ROOM P-- EQUIPMENT DESCRIPTION: CAPACITY 9.5 SLFM AT 80 PSI, 100-DEG. F., REFRIG. R- 12, 1/6 HP MOTOR AT 115V-1 PHASE-60 HZ. DATE INSTALLED: EQUIPMENT SERVES: INSTRUMENT AIR PROCEDURE: FREQUENCY (DAYS): CHECK OPERATION OF UNIT 30 BLOWDOWN FILTER AND DRAIN 30 CHECK OPERATION OF BLOWDOWN SYSTEM REPAIR OR 90 REPLACE AS REQUIRED. CHECK PRESSURE -RELIEF VALVE; REPAIR OR 90 REPLACE AS REQUIRED. CHECK MOISTURE CONTENT OF COMPRESSED AIR 90 CHECK OPERATION OF REFRIGERATION UNIT. DRAIN FILTER BOWL AND REPLACE FILTER. 90 CLEAN CONDENSER. 180 CHECK REFRIGERATION SYSTEM CHARGE. 365 PMP-M-19 EQUIPMENT NAME: FAN COIL UNITS MARK: FC-1 MODEL NO.: MCQUAY TSC-041ER SERIAL NO.: EQUIPMENT LOCATION: STAGE FIRST FLOOR EQUIPMENT DESCRIPTION: HORIZONTALLY CEILING MOUNTED DATE INSTALLED: 1985 EQUIPMENT SERVES: DRESSING ROOM 2 PROCEDURE: FREQUENCY (DAYS): CHECK DRAIN PIPE FOR OBSTRUCTIONS 30 CHANGE FILTERS 60 INSPECT COILS FOR DIRT BUILD-UP, CLEAN IF AIR FLOW IS CLOGGED 90 LUBRICATE MOTORS 180 INSPECT ELECTRICAL WIRING CONDITION, TIGHTEN ALL CONNECTIONS 365 PMP-M-20 EQUIPMENT NAME: FAN COIL UNITS MARK: FC-2 MODEL NO.: MCQUAY TSC-041ER SERIAL NO.: EQUIPMENT LOCATION: STAGE FIRST FLOOR EQUIPMENT DESCRIPTION: HORIZONTALLY CEILING MOUNTED DATE INSTALLED: 1985 EQUIPMENT SERVES: DRESSING ROOM 3 PROCEDURE: FREQUENCY (DAYS): .., CHECK DRAIN PIPE FOR OBSTRUCTIONS 30 CHANGE FILTERS 60 INSPECT COILS FOR DIRT BUILD-UP, CLEAN IF AIR FLOW IS CLOGGED 90 LUBRICATE MOTORS 180 INSPECT ELECTRICAL WIRING CONDITION, TIGHTEN ALL CONNECTIONS 365 ' PMP-M-21 EQUIPMENT NAME: FAN COIL UNITS MARK: FC-3 MODEL NO.: MCQUAY TSC-041ER SERIAL NO.: EQUIPMENT LOCATION: STAGE FIRST FLOOR EQUIPMENT DESCRIPTION: HORIZONTALLY CEILING MOUNTED DATE INSTALLED: 1985 EQUIPMENT SERVES: DRESSING ROOM 4 PROCEDURE: CHECK DRAIN PIPE FOR OBSTRUCTIONS CHANGE FILTERS INSPECT COILS FOR DIRT BUILD-UP, CLEAN IF AIR FLOW IS CLOGGED LUBRICATE MOTORS INSPECT ELECTRICAL WIRING CONDITION, TIGHTEN ALL CONNECTIONS FREQUENCY (DAYS): 30 60 90 180 365 PMP-M-22 EQUIPMENT NAME: FAN COIL UNITS MARK: FC-4 MODEL NO.: MCQUAY TSC-041ER SERIAL NO.: EQUIPMENT LOCATION: STAGE FIRST FLOOR EQUIPMENT DESCRIPTION: HORIZONTALLY CEILING MOUNTED DATE INSTALLED: 1985 EQUIPMENT SERVES: DRESSING ROOM 5 PROCEDURE: FREQUENCY (DAYS): CHECK DRAIN PIPE FOR OBSTRUCTIONS 30 CHANGE FILTERS 60 INSPECT COILS FOR DIRT BUILD-UP, CLEAN IF AIR FLOW IS CLOGGED 90 LUBRICATE MOTORS 180 INSPECT ELECTRICAL WIRING CONDITION, TIGHTEN ALL CONNECTIONS 365 ' - PMP-M-23 EQUIPMENT NAME: FAN COIL UNITS MARK: FC-5 MODEL NO.: MCQUAY TSC-041ER SERIAL NO.: EQUIPMENT LOCATION: STAGE FIRST FLOOR EQUIPMENT DESCRIPTION: HORIZONTALLY CEILING MOUNTED DATE INSTALLED: 1985 EQUIPMENT SERVES: DRESSING ROOM 6 PROCEDURE: CHECK DRAIN PIPE FOR OBSTRUCTIONS CHANGE FILTERS INSPECT COILS FOR DIRT BUILD-UP, CLEAN IF AIR FLOW IS CLOGGED LUBRICATE MOTORS INSPECT ELECTRICAL WIRING CONDITION, TIGHTEN ALL CONNECTIONS FREQUENCY (DAYS): 30 60 I 365 PMP-M-24 EQUIPMENT NAME: FAN COIL UNITS MARK: FC-6 MODEL NO.: MCQUAY TSC-0310 SERIAL NO.: EQUIPMENT LOCATION: STAGE FIRST FLOOR EQUIPMENT DESCRIPTION: HORIZONTALLY CEILING MOUNTED DATE INSTALLED: 1985 EQUIPMENT SERVES: DRESSING ROOM 7 PROCEDURE: FREQUENCY (DAYS): CHECK DRAIN PIPE FOR OBSTRUCTIONS 30 CHANGE FILTERS 60 INSPECT COILS FOR DIRT BUILD-UP, CLEAN IF AIR FLOW IS CLOGGED 90 p LUBRICATE MOTORS 180 INSPECT ELECTRICAL WIRING CONDITION, TIGHTEN ALL CONNECTIONS 365 PMP-M-25 EQUIPMENT NAME: FAN COIL UNITS MARK: FC-7 MODEL NO.: MCQUAY TSC-061ER SERIAL NO.: EQUIPMENT LOCATION: STAGE FIRST FLOOR EQUIPMENT DESCRIPTION: HORIZONTALLY CEILING MOUNTED DATE INSTALLED: 1985 EQUIPMENT SERVES: DRESSING ROOM 9 PROCEDURE: CHECK DRAIN PIPE FOR OBSTRUCTIONS CHANGE FILTERS INSPECT COILS FOR DIRT BUILD-UP, CLEAN IF AIR FLOW IS CLOGGED LUBRICATE MOTORS INSPECT ELECTRICAL WIRING CONDITION, TIGHTEN ALL CONNECTIONS FREQUENCY (DAYS): 30 60 I 0161 PMP-M-26 6a EQUIPMENT NAME: FAN COIL UNITS MARK: FC-8 MODEL NO.: MCQUAY TSC-061ER SERIAL NO.: EQUIPMENT LOCATION: STAGE SECOND FLOOR EQUIPMENT DESCRIPTION: HORIZONTALLY CEILING MOUNTED DATE INSTALLED: 1985 EQUIPMENT SERVES: DRESSING ROOM 10 PROCEDURE: FREQUENCY (DAYS): CHECK DRAIN PIPE FOR OBSTRUCTIONS 30 CHANGE FILTERS 60 INSPECT COILS FOR DIRT BUILD-UP, CLEAN IF AIR FLOW IS CLOGGED 90 LUBRICATE MOTORS 180 INSPECT ELECTRICAL WIRING CONDITION, TIGHTEN ALL CONNECTIONS 365 PMP-M-27 EQUIPMENT NAME: FAN COIL UNITS MARK: FC-9 MODEL NO.: MCQUAY TSC-061ER SERIAL NO.: EQUIPMENT LOCATION: STAGE SECOND FLOOR EQUIPMENT DESCRIPTION: HORIZONTALLY CEILING MOUNTED DATE INSTALLED: 1985 EQUIPMENT SERVES: DRESSING ROOM 11 PROCEDURE: CHECK DRAIN PIPE FOR OBSTRUCTIONS CHANGE FILTERS INSPECT COILS FOR DIRT BUILD-UP, CLEAN IF AIR FLOW IS CLOGGED LUBRICATE MOTORS INSPECT ELECTRICAL WIRING CONDITION, TIGHTEN ALL CONNECTIONS FREQUENCY (DAYS): 30 60 90 180 365 PMP-M-28 EQUIPMENT NAME: FAN COIL UNITS MARK: FC-10 MODEL NO.: MCQUAY TSC-061ER SERIAL NO.: EQUIPMENT LOCATION: STAGE SECOND FLOOR EQUIPMENT DESCRIPTION: HORIZONTALLY CEILING MOUNTED r. DATE INSTALLED: 1985 EQUIPMENT SERVES: DRESSING ROOM 12 PROCEDURE: FREQUENCY (DAYS): CHECK DRAIN PIPE FOR OBSTRUCTIONS 30 CHANGE FILTERS 60 INSPECT COILS FOR DIRT BUILD-UP, CLEAN IF AIR FLOW IS CLOGGED 90 LUBRICATE MOTORS 180 INSPECT ELECTRICAL WIRING CONDITION, TIGHTEN ALL CONNECTIONS 365 ' - PMP-M-29 EQUIPMENT NAME: FAN COIL UNITS MARK: FC-11 AND FC-12 MODEL NO.: MCQUAY TSC-121C (TWO) SERIAL NO.: EQUIPMENT LOCATION: STAGE SECOND FLOOR EQUIPMENT DESCRIPTION: HORIZONTALLY CEILING MOUNTED DATE INSTALLED: 1985 EQUIPMENT SERVES: CHORUS 1 PROCEDURE: FREQUENCY (DAYS): CHECK DRAIN PIPE FOR OBSTRUCTIONS 30 CHANGE FILTERS 60 INSPECT COILS FOR DIRT BUILD-UP, CLEAN IF AIR FLOW IS CLOGGED 90 LUBRICATE MOTORS 180 INSPECT ELECTRICAL WIRING CONDITION, TIGHTEN ALL CONNECTIONS 365 PMP-M-30 EQUIPMENT NAME: FAN COIL UNITS MARK: FC-13 AND FC-14 MODEL NO.: MCQUAY TSC-121C (TWO) SERIAL NO.: EQUIPMENT LOCATION: STAGE SECOND FLOOR EQUIPMENT DESCRIPTION: HORIZONTALLY CEILING MOUNTED DATE INSTALLED: 1985 EQUIPMENT SERVES: CHORUS 2 PROCEDURE: FREQUENCY (DAYS): CHECK DRAIN PIPE FOR OBSTRUCTIONS 30 CHANGE FILTERS 60 INSPECT COILS FOR DIRT BUILD-UP, CLEAN IF AIR FLOW IS CLOGGED 90 LUBRICATE MOTORS 180 INSPECT ELECTRICAL WIRING CONDITION, TIGHTEN ALL CONNECTIONS 365 y PMP-M-31 EQUIPMENT NAME: AIR HANDLING UNIT MARK: AHU-3 AND AHU-4 MODEL NO.: CARRIER 39ED11 SERIAL NO.: 3285T33330 AND 3285T33331 EQUIPMENT LOCATION: STAGE PROPERTY ROOM EQUIPMENT DESCRIPTION: SINGLE ZONE, HORIZONTAL, DRAW THRU UNIT. 7,000 CFM SUPPLY AIR AT 689 RPM, 8.5 FLA-3 HP SUPPLY FAN AT 208V/3 PHASE, COOLING CAPACITY 251,140 BTUH TOTAL, 157,332 BTUH SENSIBLE. COOLING COIL WITH 3-WAY VALVE. HONEYWELL PNEUMATIC CONTROLS DATE INSTALLED: 1985 EQUIPMENT SERVES: STAGE PROCEDURE: INSPECT FILTERS FOR CLEANLINESS CHANGE FILTERS CHECK THAT FAN BEARING GREASE LINES ARE TIGHT TO THE BEARINGS SO NO GREASE LEAKS AT THE CONNECTION. LUBRICATE FAN BEARINGS CHECK BEARING LOCKING SETSCREWS AND OTHER SETSCREWS FOR PROPER TIGHTNESS. ALL BEARING RACES MUST BE SECURE. LUBRICATE FAN MOTORS. ALIGN SHEAVES AND CHECK LEVEL OF SHAFTS. CHECK FAN BELT TENSION. TIGHTEN OR REPLACE AS NEEDED. INSPECT ELECTRICAL WIRING FOR CONDITION. TIGHTEN ALL CONNECTIONS. INSPECT COILS FOR LINT OR DIRT BUILD-UP. CLEAN IF AIR FLOW IS CLOGGED. INSPECT THE UNIT CASING AND ACCESSORIES FOR CHIPPING OR CORROSION. IF DAMAGE IS FOUND, CLEAN AND REPAINT WITH A GOOD GRADE OF RUST RESISANT ZINC CHROMATE PAINT. FREQUENCY (DAYS): 30 60 90 90 90 90 90 90 365 365 365 PMP-M-32 CLEAN FAN WHEELS AND FAN SHAFT. REMOVE RUST 365 FROM FAN SHAFT WITH AN EMERY CLOTH AND RECOAT THE SHAFT WITH L.P.S. 3 OR AN EQUIVALENT. INSPECT THE DRAIN PAN FOR SLUDGE OR OTHER 365 FOREIGN MATERIAL. CLEAR THE DRAIN OPENINGS AND DRAIN LINE TO ENSURE ADEQUATE FLOW. CHECK MOTOR CONTINUITY 365 CHECK & TIGHTEN MOTOR TERMINALS 365 MEGGER MOTOR 365 CHECK MOTOR VOLTAGE AND CURRENT AT ZERO 365 AND NORMAL LOAD AND COMPARE TO NAMEPLATE DATA. CHECK MOTOR BEARING TEMPERATURE OR CASE 365 TEMPERATURE. CLEAN MOTOR 365 CHECK MOTOR STARTER FOR PROPER OPERATION 365 AND CHECK TIGHTNESS OF ALL TERMINALS AND LEADS. PMP-M-33 EQUIPMENT NAME: COOLING TOWER MARK: CT-1 MODEL NO.: MARLEY #8606 SERIAL NO.: 4-1005-74-MRP-3 EQUIPMENT LOCATION: STAGE PROPERTY ROOM ROOF EQUIPMENT DESCRIPTION: WATER FLOW 610 GPM, 10 HP, 208V-3 PHASE. DATE INSTALLED: 1974 PROCEDURE: FREQUENCY (DAYS): INSPECT FAN FOR NOISE AND VIBRATION 30 CHECK FAN OIL LEVEL GEAR DRIVE 30 CHECK WATER DISTRIBUTION NOZZLES 30 LUBRICATE BEARINGS 30 LUBRICATE�GEAR DRIVE 30 INSPECT FRAMEWORK METAL PARTS 180 CLEAN AND FLUSH WATER DISTRIBUTION SYSTEM 180 LUBRICATE BEARINGS 180 LUBRICATE MOTOR 180 LUBRICATE GEAR DRIVE 180 INSPECT AND FLUSH FILL 365 INSPECT AND CLEAN DRIFT ELIMINATORS 365 INSPECT AND CLEAN LOUVERS 365 CHECK FAN PITCH ANGLE 365 CHECK MOTOR CONTINUITY 365 CHECK AND TIGHTEN MOTOR TERMINALS 365 PMP-M-34 EQUIPMENT NAME: REMOTE COOLING TOWER SUMP MARK: S-1 MODEL NO.: BELCO #1409 W/CLAYCO CF12 FLOAT AND 100-01 HYTROL MAKE-UP VALVE SERIAL NO.: EQUIPMENT LOCATION: STAGE PROPERTY ROOM EQUIPMENT DESCRIPTION: VERTICAL FRP TANK 41 DIAM., 12f"TALL DATE INSTALLED: 1985 EQUIPMENT SERVES: COOLING TOWER PROCEDURE: FREQUENCY (DAYS): CHECK DRAIN PIPE FOR OBSTRUCTIONS 30 CHECK FLOAT OPERATION AND MAKE-UP VALVE 30 INSPECT SUMP FOR DIRT BUILD-UP, CLEAN IF CONDENSING WATER FLOW IS CLOGGED 180 INSPECT FRP TANK 365 PMP-M-35 EQUIPMENT NAME: AIR HANDLING UNIT MARK: AHU-5 AND AHU-6 MODEL NO.: CARRIER 39H5-270 SERIAL NO.: 440043 AND 440044 EQUIPMENT LOCATION: MEZZANINE (UNDER BALCONY) EQUIPMENT DESCRIPTION: SINGLE ZONE, HORIZONTAL, DRAW THRU UNIT. 4,000 CFM SUPPLY AIR AT 1100 RPM, 9.5 FLA-3 HP SUPPLY FAN AT 208V/3 PHASE, COOLING CAPACITY 160,000 BTUH TOTAL, 120,000 BTUH SENSIBLE. HEATING/COOLING COIL WITH 3-WAY VALVE AND OUTSIDE AIR DAMPERS. JOHNSON PNEUMATIC CONTROLS DATE INSTALLED: 1954 EQUIPMENT SERVES: UNDER BALCONY PROCEDURE: CHANGE FILTERS CHECK THAT FAN BEARING GREASE LINES ARE TIGHT TO THE BEARINGS SO NO GREASE LEAKS AT THE CONNECTION. LUBRICATE FAN BEARINGS FREQUENCY (DAYS): 60 90 CHECK BEARING LOCKING SETSCREWS AND OTHER SETSCREWS FOR PROPER TIGHTNESS. ALL BEARING RACES MUST BE SECURE. LUBRICATE FAN MOTORS. ALIGN SHEAVES AND CHECK LEVEL OF SHAFTS. CHECK FAN BELT TENSION. TIGHTEN OR REPLACE AS NEEDED. INSPECT COILS FOR LINT OR DIRT..BUILD-UP. CLEAN IF AIR FLOW IS CLOGGED. INSPECT ELECTRICAL WIRING FOR CONDITION. TIGHTEN ALL CONNECTIONS. INSPECT THE UNIT CASING AND ACCESSORIES FOR CHIPPING OR CORROSION. IF DAMAGE IS FOUND, CLEAN AND REPAINT WITH A GOOD GRADE OF RUST RESISANT ZINC CHROMATE PAINT. CLEAN FAN WHEELS AND FAN SHAFT. REMOVE RUST FROM FAN SHAFT WITH AN EMERY CLOTH AND RECOAT THE SHAFT WITH L.P.S. 3 OR AN EQUIVALENT. 90 90 90 90 90 180 365 365 365 PMP-M-36 r-. INSPECT THE DRAIN PAN FOR SLUDGE OR OTHER 365 FOREIGN MATERIAL. CLEAR THE DRAIN OPENINGS AND DRAIN LINE TO ENSURE ADEQUATE FLOW. CHECK MOTOR CONTINUITY 365 CHECK & TIGHTEN MOTOR TERMINALS 365 MEGGER MOTOR 365 CHECK MOTOR VOLTAGE AND CURRENT AT ZERO 365 AND NORMAL LOAD AND COMPARE TO NAMEPLATE DATA. CHECK MOTOR BEARING TEMPERATURE OR CASE 365 TEMPERATURE. CLEAN MOTOR 365 CHECK MOTOR STARTER FOR PROPER OPERATION 365 AND CHECK TIGHTNESS OF ALL TERMINALS AND LEADS. PMP-M-37 EQUIPMENT NAME: AIR HANDLING UNIT MARK: AHU-7 MODEL NO.: CARRIER 39H6-270 SERIAL NO.: 440049 EQUIPMENT LOCATION: MEZZANINE (UNDER BALCONY) EQUIPMENT DESCRIPTION: SINGLE ZONE, HORIZONTAL, DRAW THRU UNIT. 6,700 CFM SUPPLY AIR AT 910 RPM, 15.9 FLA-5 HP SUPPLY FAN AT 208V/3 PHASE, COOLING CAPACITY 240,000 BTUH TOTAL, 192,000 BTUH SENSIBLE. HEATING/COOLING COIL WITH 3-WAY VALVE. JOHNSON PNEUMATIC CONTROLS DATE INSTALLED: 1954 EQUIPMENT SERVES: FOYER PROCEDURE: FREQUENCY (DAYS): CHANGE FILTERS 60 CHECK THAT FAN BEARING GREASE LINES 90 ARE TIGHT TO THE BEARINGS SO NO GREASE LEAKS AT THE CONNECTION. LUBRICATE FAN BEARINGS 90 CHECK BEARING LOCKING SETSCREWS AND OTHER 90 SETSCREWS FOR PROPER TIGHTNESS. ALL BEARING RACES MUST BE SECURE. LUBRICATE FAN MOTORS. 90 ALIGN SHEAVES AND CHECK LEVEL OF SHAFTS. 90 CHECK FAN BELT TENSION. TIGHTEN OR REPLACE 90 AS NEEDED. INSPECT COILS FOR LINT OR DIRT BUILD-UP. 180 CLEAN IF AIR FLOW IS CLOGGED. INSPECT ELECTRICAL WIRING FOR CONDITION. 365 TIGHTEN ALL CONNECTIONS. INSPECT THE UNIT CASING AND ACCESSORIES 365 FOR CHIPPING OR CORROSION. IF DAMAGE IS FOUND, CLEAN AND REPAINT WITH A GOOD GRADE OF RUST RESISANT ZINC CHROMATE PAINT. CLEAN FAN WHEELS AND FAN SHAFT. REMOVE RUST 365 FROM FAN SHAFT WITH AN EMERY CLOTH AND RECOAT THE SHAFT WITH L.P.S. 3 OR AN EQUIVALENT. ' = PMP-M-38 INSPECT THE DRAIN PAN FOR SLUDGE OR OTHER 365 FOREIGN MATERIAL. CLEAR THE DRAIN OPENINGS AND DRAIN LINE TO ENSURE ADEQUATE FLOW. CHECK MOTOR CONTINUITY 365 CHECK & TIGHTEN MOTOR TERMINALS 365 MEGGER MOTOR 365 CHECK MOTOR VOLTAGE AND CURRENT AT ZERO 365 AND NORMAL LOAD AND COMPARE TO NAMEPLATE DATA. CHECK MOTOR BEARING TEMPERATURE OR CASE- 365 TEMPERATURE. CLEAN MOTOR 365 CHECK MOTOR STARTER FOR PROPER OPERATION 365 AND CHECK TIGHTNESS OF ALL TERMINALS AND LEADS. PMP-M-39 EQUIPMENT NAME: AIR HANDLING UNIT MARK: AHU-8, AHU-9 AND AHU-10 MODEL NO.: CARRIER 39H11-270 SERIAL NO.: 440063, 440064 AND 440065 EQUIPMENT LOCATION: ATTIC MECHANICAL EQUIPMENT ROOM EQUIPMENT DESCRIPTION: SINGLE ZONE, HORIZONTAL, DRAW THRU UNIT. 15,000 CFM SUPPLY AIR AT 809 RPM, 42 FLA-15 HP SUPPLY FAN AT 208V/3 PHASE, COOLING CAPACITY 598,000 BTUH TOTAL, 450,000 BTUH SENSIBLE. HEATING/COOLING COIL WITH 3-WAY VALVE AND OUTSIDE AIR DAMPERS. JOHNSON PNEUMATIC CONTROLS DATE INSTALLED: 1954 EQUIPMENT SERVES: AUDITORIUM AND BALCONY PROCEDURE: FREQUENCY (DAYS): CHANGE FILTERS 60 CHECK THAT FAN BEARING GREASE LINES 90 ARE TIGHT TO THE BEARINGS SO NO GREASE LEAKS AT THE CONNECTION. LUBRICATE FAN BEARINGS 90 CHECK BEARING LOCKING SETSCREWS AND OTHER 90 SETSCREWS FOR PROPER TIGHTNESS. ALL BEARING RACES MUST BE SECURE. LUBRICATE FAN MOTORS. 90 ALIGN SHEAVES AND CHECK LEVEL OF SHAFTS. 90 CHECK FAN BELT TENSION. TIGHTEN OR REPLACE 90 AS NEEDED. INSPECT COILS FOR LINT OR DIRT BUILD-UP. 180 CLEAN IF AIR FLOW IS CLOGGED. INSPECT ELECTRICAL WIRING FOR CONDITION. 365 TIGHTEN ALL CONNECTIONS. INSPECT THE UNIT CASING AND ACCESSORIES 365 FOR CHIPPING OR CORROSION. IF DAMAGE IS FOUND, CLEAN AND REPAINT WITH A GOOD GRADE OF RUST RESISANT ZINC CHROMATE PAINT. CLEAN FAN WHEELS AND FAN SHAFT. REMOVE RUST 365 FROM FAN SHAFT WITH AN EMERY CLOTH AND RECOAT THE SHAFT WITH L.P.S. 3 OR AN EQUIVALENT. PMP-M-40 INSPECT THE DRAIN PAN FOR SLUDGE OR OTHER FOREIGN MATERIAL. CLEAR THE DRAIN OPENINGS AND DRAIN LINE TO ENSURE ADEQUATE FLOW. CHECK MOTOR CONTINUITY CHECK & TIGHTEN MOTOR TERMINALS MEGGER MOTOR CHECK MOTOR VOLTAGE AND CURRENT AT ZERO AND NORMAL LOAD AND COMPARE TO NAMEPLATE DATA. CHECK MOTOR BEARING TEMPERATURE OR CASE TEMPERATURE. CLEAN MOTOR CHECK MOTOR STARTER FOR PROPER OPERATION AND CHECK TIGHTNESS OF ALL TERMINALS AND LEADS. 365 365 365 365 365 365 365 365 PMP-M-41 EQUIPMENT NAME: EXHAUST FAN MARK: BB HK PORTER MODEL NO.: 105B SERIAL NO.: EQUIPMENT LOCATION: ATTIC OVER REAR PROJECTION BOOTH EQUIPMENT DESCRIPTION: 650 CFM, 1/4 HP MOTOR AT 208V-3-•PHASE. DATE INSTALLED: 1985 EQUIPMENT SERVES: REAR PROJECTION BOOTH PROCEDURE: FREQUENCY (DAYS): LUBRICATE MOTOR 90 LUBRICATE SHAFT BEARINGS 180 CHECK BELT AND BELT TENSION 180 CLEAN PULLEY, CHECK TIGHTNESS TO SHAFT, AND PULLEY ALIGNMENT 180 CLEAN WHEELS 365 CHECK MOTOR CONTINUITY 365 CHECK AND TIGHTEN MOTOR TERMINALS 365 MEGGER MOTOR 365 CHECK MOTOR VOLTAGE AND CURRENT AT ZERO AND NORMAL LOAD AND COMPARE TO NAMEPLATE DATA 365 CHECK MOTOR BEARING TEMPERATURE OR CASE TEMPERATURE 365 CLEAN MOTOR 365 CHECK MOTOR STARTER FOR PROPER OPERATION AND CHECK TIGHTNESS OF ALL TERMINALS AND LEADS 365 PMP-M-42 EQUIPMENT NAME: EXHAUST FAN MARK: AA 2 THROUGH 7 MODEL NO.: GENERAL BLOWER SIZE 6 VENT SET SERIAL NO.: 22895-13 EQUIPMENT LOCATION: LIGHT BRIDGE EQUIPMENT DESCRIPTION: 20,000 CFM, 3 HP, 1160 RPM, MOTOR AT 208V-3 PHASE. DATE INSTALLED: 1954 EQUIPMENT SERVES: COLISEUM PROCEDURE: FREQUENCY (DAYS): LUBRICATE MOTOR 90 LUBRICATE SHAFT BEARINGS 180 �^ CHECK BELT AND BELT TENSION 180 CLEAN PULLEY, CHECK TIGHTNESS TO SHAFT, ^„ AND PULLEY ALIGNMENT 180 CLEAN WHEELS 365 .. CHECK MOTOR CONTINUITY 365 CHECK AND TIGHTEN MOTOR TERMINALS 365 MEGGER MOTOR 365 CHECK MOTOR VOLTAGE AND CURRENT AT ZERO AND NORMAL LOAD AND COMPARE TO NAMEPLATE DATA 365 r-^ CHECK MOTOR BEARING TEMPERATURE OR CASE TEMPERATURE 365 CLEAN MOTOR 365 CHECK MOTOR STARTER FOR PROPER OPERATION AND CHECK TIGHTNESS OF ALL TERMINALS AND LEADS 365 ' -PMP-M-43 EQUIPMENT NAME: AIR HANDLING UNIT MARK: H-1 THROUGH 20 MODEL NO.: CARRIER 4612-6 SERIAL NO.: b-144 EQUIPMENT LOCATION: MECHANICAL EQUIPMENT ROOM EQUIPMENT DESCRIPTION: SINGLE ZONE, HORIZONTAL, DRAW THRU UNIT. 7,500 CFM SUPPLY AIR, 9.5 FLA-3 HP SUPPLY FAN AT 230V/3 PHASE, HEATING CAPACITY 405,000 BTUH. HEATING COIL WITH STEAM VALVE AND OUTSIDE AIR DAMPERS. JOHNSON PNEUMATIC CONTROLS DATE INSTALLED: 1954 EQUIPMENT SERVES: COLISEUM PROCEDURE: FREQUENCY (DAYS): CHECK THAT FAN BEARING GREASE LINES 90 ARE TIGHT TO THE BEARINGS SO NO GREASE LEAKS AT THE CONNECTION. LUBRICATE FAN BEARINGS 90 CHECK BEARING LOCKING SETSCREWS AND OTHER 90 SETSCREWS FOR PROPER TIGHTNESS. ALL BEARING RACES MUST BE SECURE. LUBRICATE FAN MOTORS. 90 ALIGN SHEAVES AND CHECK LEVEL OF SHAFTS. 90 CHECK FAN BELT TENSION. TIGHTEN OR REPLACE 90 AS NEEDED. INSPECT COILS FOR LINT OR DIRT BUILD-UP. 180 CLEAN IF AIR FLOW IS CLOGGED. INSPECT ELECTRICAL WIRING FOR CONDITION. 365 TIGHTEN ALL CONNECTIONS. INSPECT THE UNIT CASING AND ACCESSORIES 365 FOR CHIPPING OR CORROSION. IF DAMAGE IS FOUND, CLEAN AND REPAINT WITH A GOOD GRADE OF RUST RESISANT ZINC CHROMATE PAINT. CLEAN FAN WHEELS AND FAN SHAFT. REMOVE RUST 365 FROM FAN SHAFT WITH AN EMERY CLOTH AND RECOAT THE SHAFT WITH L.P.S. 3 OR AN EQUIVALENT. CHECK MOTOR CONTINUITY 365 PMP-M-44 I- n CHECK & TIGHTEN MOTOR TERMINALS 365 MEGGER MOTOR 365 CHECK MOTOR VOLTAGE AND CURRENT AT ZERO 365 AND NORMAL LOAD AND COMPARE TO NAMEPLATE DATA. - CHECK MOTOR BEARING TEMPERATURE OR CASE 365 TEMPERATURE. CLEAN MOTOR 365 CHECK MOTOR STARTER FOR PROPER OPERATION 365 AND CHECK TIGHTNESS OF ALL TERMINALS AND LEADS. PMP-M-45 EQUIPMENT NAME: EVAPORATIVE COOLERS MARK: EC-1 THROUGH 17 MODEL NO.: ARVIN ESlED830 SERIAL NO.: EQUIPMENT LOCATION: EXTERIOR AT OUTSIDE AIR INTAKE EQUIPMENT DESCRIPTION: HORIZONTALLY MOUNTED DATE INSTALLED: 1989 EQUIPMENT SERVES: HEATING AND VENTILATING UNIT H-1 PROCEDURE: CHECK DRAIN PIPE FOR OBSTRUCTIONS INSPECT ASPEN PADS FOR DIRT BUILD—UP, CLEAN IF AIR FLOW IS CLOGGED INSPECT SPRAY PUMP AND WATER SUMP FOR DIRT AND CLEAN IF NECESSARY CHANGE ASPEN PADS LUBRICATE MOTORS INSPECT ELECTRICAL WIRING CONDITIONp TIGHTEN ALL CONNECTIONS FREQUENCY (DAYS): 30 .o 90 365 180 365 PMP—M-46 EQUIPMENT NAME: CONDENSATE PUMP MARK: CP-1 MODEL NO.: BURKS PUMPS 5G5 - 1/41' WITH WAGNER MOTOR #4861300-38 SER. ADJIF SERIAL NO.: 949923 EQUIPMENT LOCATION: BASEMENT MECHANICAL EQUIPMENT ROOM EQUIPMENT DESCRIPTION: CONDENSATE PUMP, 100 GAL. RECEIVER, 20 PSI H.D., 9 GPM, 1/2 HP - 3450 RPM, 10.3 FLA AT 120-1 PHASE. DATE INSTALLED: 1954 EQUIPMENT SERVES: BOILER PROCEDURE: FREQUENCY (DAYS): ,.� CHECK PUMP FOR PROPER OPERATION 30 (FILL SUMP WITH WATER AND PUMP DOWN) CHECK OPERATION OF CHECK VALVES 365 CHECK MOTOR CONTINUITY 365 CHECK & TIGHTEN MOTOR TERMINALS 365 MEGGER MOTOR 365 r- CHECK MOTOR VOLTAGE AND CURRENT AT ZERO 365 AND NORMAL LOAD AND COMPARE TO NAMEPLATE DATA. CHECK MOTOR BEARING TEMPERATURE OR CASE 365 TEMPERATURE. r. CLEAN MOTOR 365 CHECK MOTOR STARTER FOR PROPER OPERATION 365 AND CHECK TIGHTNESS OF ALL TERMINALS AND LEADS. u " - PMP-M-47 EQUIPMENT NAME: CONDENSATE PUMP MARK: CP-2 MODEL NO.: BURKS PUMPS SERIAL NO.: EQUIPMENT LOCATION: MECHANICAL EQUIPMENT ROOM (NORTH) EQUIPMENT DESCRIPTION: CONDENSATE PUMP, 10 GAL. RECEIVER, 10 PSI H.D., 6 GPM, 1/4 HP - 1750 RPM PUMP, 6.1 FLA AT 120-1 PHASE. DATE INSTALLED: 1954 EQUIPMENT SERVES: H & U UNIT PROCEDURE: FREQUENCY (DAYS): CHECK PUMP FOR PROPER OPERATION 30 (FILL SUMP WITH WATER AND PUMP DOWN) CHECK OPERATION OF CHECK VALVES 365 CHECK MOTOR CONTINUITY 365 CHECK & TIGHTEN MOTOR TERMINALS 365 MEGGER MOTOR 365 CHECK MOTOR VOLTAGE AND CURRENT AT ZERO 365 AND NORMAL LOAD AND COMPARE TO NAMEPLATE DATA. CHECK MOTOR BEARING TEMPERATURE OR CASE 365 TEMPERATURE. CLEAN MOTOR 365 CHECK MOTOR STARTER FOR PROPER OPERATION 365 AND CHECK TIGHTNESS OF ALL TERMINALS AND LEADS. PMP-M-48 EQUIPMENT NAME: CONDENSATE PUMPS MARK: CP-3 AND CP-4 MODEL NO.: SKIDMORE 16M-21 SERIAL NO.: EQUIPMENT LOCATION: ON TOP OF WOMEN'S DRESSING ROOMS EQUIPMENT DESCRIPTION: CONDENSATE PUMPS, 10 GAL. RECEIVER, 10 PSI H.D., 3 GPM, 1/4 HP - 1750 RPM PUMP, 6.1 FLA AT 120-1 PHASE. DATE INSTALLED: 1978 EQUIPMENT SERVES: WOMEN'S DRESSING ROOM F.C. UNITS PROCEDURE: FREQUENCY (DAYS): CHECK PUMP FOR PROPER OPERATION 30 (FILL SUMP WITH WATER AND PUMP DOWN) CHECK OPERATION OF CHECK VALVES 365 CHECK MOTOR CONTINUITY 365 CHECK & TIGHTEN MOTOR TERMINALS 365 MEGGER MOTOR 365 CHECK MOTOR VOLTAGE AND CURRENT AT ZERO 365 AND NORMAL LOAD AND COMPARE TO NAMEPLATE DATA. CHECK MOTOR BEARING TEMPERATURE OR CASE 365 TEMPERATURE. CLEAN MOTOR 365 CHECK MOTOR STARTER FOR PROPER OPERATION 365 AND CHECK TIGHTNESS OF ALL TERMINALS AND LEADS. PMP-M-49 EQUIPMENT NAME: FAN COIL UNITS MARK: FC-15 MODEL NO.: MCQUAY SCB-121A 1200 CFM WITH 1/2 HP - 2.1 FLA - 208V-3PH SERIAL NO.: EQUIPMENT LOCATION: TOP OF WOMEN'S DRESSING ROOMS EQUIPMENT DESCRIPTION: HORIZONTALLY MOUNTED DATE INSTALLED: 1978 EQUIPMENT SERVES: WOMEN'S VISITING DRESSING ROOM PROCEDURE: CHECK DRAIN PIPE FOR OBSTRUCTIONS CHANGE FILTERS INSPECT COILS FOR DIRT BUILD-UP, CLEAN IF AIR FLOW IS CLOGGED LUBRICATE MOTORS CHECK BELT AND BELT TENSION CLEAN PULLEY, CHECK TIGHTNESS TO SHAFT, AND PULLEY ALIGNMENT INSPECT ELECTRICAL WIRING CONDITION, TIGHTEN ALL CONNECTIONS FREQUENCY (DAYS): 30 60 90 180 180 180 365 PMP-M-50 EQUIPMENT NAME: FAN COIL UNITS MARK: FC-16 MODEL NO.: MCQUAY SCB-161A 1670 CFM WITH 3/4 HP - 3.0 FLA - 208V-3PH MOTOR SERIAL NO.: EQUIPMENT LOCATION: TOP OF WOMEN'S DRESSING ROOMS EQUIPMENT DESCRIPTION: HORIZONTALLY MOUNTED DATE INSTALLED: 1978 EQUIPMENT SERVES: WOMEN'S HOME DRESSING ROOM PROCEDURE: FREQUENCY (DAYS): CHECK DRAIN PIPE FOR OBSTRUCTIONS A 30 CHANGE FILTERS 60 INSPECT COILS FOR DIRT BUILD-UP, CLEAN IF AIR FLOW IS CLOGGED 90 LUBRICATE MOTORS 180 CHECK BELT AND BELT TENSION 180 "^ CLEAN PULLEY, CHECK TIGHTNESS TO SHAFT, AND PULLEY ALIGNMENT 180 INSPECT ELECTRICAL WIRING CONDITION, TIGHTEN ALL CONNECTIONS 365 ' - PMP-M-51 EQUIPMENT NAME: EXHAUST FAN MARK: EF-#8 AND #9 MODEL NO.: 105D1C72 SERIAL NO.: EQUIPMENT LOCATION: ON TOP OF WOMEN'S DRESSING ROOMS EQUIPMENT DESCRIPTION: 459 CFM, 1/2 HP MOTOR AT 120V-1-PHASE. DATE INSTALLED: 1978 EQUIPMENT SERVES: WOMEN'S DRESSING ROOMS PROCEDURE: FREQUENCY (DAYS): LUBRICATE MOTOR 90 LUBRICATE SHAFT BEARINGS 180 CLEAN WHEELS 365 CHECK MOTOR CONTINUITY 365 CHECK AND TIGHTEN MOTOR TERMINALS 365 MEGGER MOTOR 365 CHECK MOTOR VOLTAGE AND CURRENT AT ZERO AND NORMAL LOAD AND COMPARE TO NAMEPLATE DATA 365 CHECK MOTOR BEARING TEMPERATURE OR CASE TEMPERATURE 365 CLEAN MOTOR 365 CHECK MOTOR STARTER FOR PROPER OPERATION AND CHECK TIGHTNESS OF ALL TERMINALS AND LEADS 365 PMP-M-52 EQUIPMENT NAME: EXHAUST FAN MARK: EF-#10 AND #11 MODEL NO.: BROAN 313 SERIAL NO.: EQUIPMENT LOCATION: ON TOP OF WOMEN'S DRESSING ROOMS EQUIPMENT DESCRIPTION: 256 CFM, 1/15 HP MOTOR AT 120V-1 PHASE. DATE INSTALLED: 1978 EQUIPMENT SERVES: WOMEN'S DRESSING ROOMS PROCEDURE: FREQUENCY (DAYS): LUBRICATE MOTOR 90 LUBRICATE SHAFT BEARINGS 180 CLEAN WHEELS 365 CHECK MOTOR CONTINUITY 365 CHECK AND TIGHTEN MOTOR TERMINALS 365 MEGGER MOTOR 365 CHECK MOTOR VOLTAGE AND CURRENT AT ZERO AND NORMAL LOAD AND COMPARE TO NAMEPLATE DATA 365 CHECK MOTOR BEARING TEMPERATURE OR CASE TEMPERATURE 365 CLEAN MOTOR 365 CHECK MOTOR STARTER FOR PROPER OPERATION AND CHECK TIGHTNESS OF ALL TERMINALS AND LEADS - 365 w PMP-M-53 EQUIPMENT NAME: EXHAUST FAN MARK: EF-12 MODEL NO.: BROAN 319 SERIAL NO.: EQUIPMENT LOCATION: ON TOP OF WOMEN'S DRESSING ROOMS EQUIPMENT DESCRIPTION: 158 CFM, 1/40 HP MOTOR AT 120V-1 PHASE. DATE INSTALLED: 1978 EQUIPMENT SERVES: WOMEN'S DRESSING ROOMS PROCEDURE: FREQUENCY (DAYS): LUBRICATE MOTOR 90 LUBRICATE SHAFT BEARINGS 180 CLEAN WHEELS 365 CHECK MOTOR CONTINUITY 365 CHECK AND TIGHTEN MOTOR TERMINALS 365 MEGGER MOTOR 365 CHECK MOTOR VOLTAGE AND CURRENT AT ZERO AND NORMAL LOAD AND COMPARE TO NAMEPLATE DATA 365 CHECK MOTOR BEARING TEMPERATURE OR CASE TEMPERATURE 365 CLEAN MOTOR 365 CHECK MOTOR STARTER FOR PROPER OPERATION AND CHECK TIGHTNESS OF ALL TERMINALS AND LEADS _ 365 PMP-M-54 r- EQUIPMENT NAME: ROOM THERMOSTAT (PNEUMATIC) MARK: FAN COIL UNITS FC-1-14 MODEL NO.: VARIOUS SERIAL NO.: VARIOUS EQUIPMENT LOCATION: DRESSING ROOMS AND CHOIR ROOMS EQUIPMENT FUNCTION: CONVERTS CHANGE IN ROOM TEMPERATURE TO AIR PRESSURE CHANGE TO PNEUMATIC OPERATOR. SCHEDULE OF OPERATION: A COOLING THERMOSTAT AND A THREE SPEED SWITCH ARE LOCATED IN THE ROOM MOUNTED ON A COMMON BASE. THERE IS A MODULATING VALVE ON THE CHILLED WATER INLET TO THE COIL. ON A CALL FOR COOLING AT THE THERMOSTAT, THE MODULATING COOLING VALVE WILL BEGIN TO OPEN TO THE COOLING WATER SUPPLY, ALLOWING CHILLED WATER TO FLOW THROUGH THE COIL IN PROPORTION TO THE LOAD. WHEN THE THERMOSTAT CALLS FOR NO COOLING, THERE SHALL BE NO FLOW THROUGH THE UNIT. THIS "DEAD SPOT" SHALL BE APPROXIMATELY 1 DEGREE IN RANGE. PROCEDURE: FREQUENCY (DAYS): n CHECK CALIBRATION OF EACH THERMOSTAT DURING COOLING SEASON ONLY CHECK THROTTLING RANGE FOR PROPER SETTING. DURING COOLING SEASON ONLY CHECK NOZZLE AND RESTRICTOR. BEGINNING OF COOLING SEASON PMP-TC-1 EQUIPMENT NAME: OUTDOOR AIR TEMPERATURE SENSOR (PNEUMATIC) MARK: AHU #1 & #2 MODEL NO.: VARIOUS SERIAL NO.: VARIOUS EQUIPMENT LOCATION: BASEMENT EQUIPMENT ROOM SERVES: AUDITORIUM " EQUIPMENT FUNCTION: CONVERTS CHANGE IN OUTDOOR AIR TEMPERATURE TO AIR PRESSURE CHANGE TO PNEUMATIC OPERATOR. SEQUENCE OF OPERATION: SEQUENCES AHU NO. 1 AND NO. 2 THROUGH FIVE STEPS OF OPERATION BASED UPON OUTSIDE AIR TEMPERATURE. PROCEDURE: FREQUENCY (DAYS): CHECK CALIBRATION OF EACH THERMOSTAT 60 CHECK THROTTLING RANGE FOR PROPER SETTING. 60 CHECK NOZZLE AND RESTRICTOR. 120 PMP-TC-2 ram+ i r� EQUIPMENT NAME: ROOM THERMOSTAT (PNEUMATIC) MARK: AHU #3 & #4 MODEL NO.: VARIOUS SERIAL NO.: VARIOUS EQUIPMENT LOCATION: STAGE SERVES: STAGE EQUIPMENT FUNCTION: CONVERTS CHANGE IN ROOM TEMPERATURE TO AIR PRESSURE CHANGE TO PNEUMATIC OPERATOR. SEQUENCE OF OPERATION: THE UNITS HAVE CHILLED WATER COIL WITH 3-WAY VALVE CONTROL. THE SPACE THERMOSTAT MODULATES THE 3-WAY VALVE ON THE COOLING COIL MAINTAIN SPACE TEMPERATURE. PROCEDURE: FREQUENCY (DAYS): CHECK CALIBRATION OF EACH THERMOSTAT 60 CHECK THROTTLING RANGE FOR PROPER SETTING. 60 CHECK NOZZLE AND RESTRICTOR. 120 " - PMP-TC-3 EQUIPMENT NAME: ROOM THERMOSTAT (PNEUMATIC) MARK: AHU #7 MODEL NO.: VARIOUS SERIAL NO.: VARIOUS EQUIPMENT LOCATION: UNDER BALCONY SERVES: FOYER EQUIPMENT FUNCTION: CONVERTS CHANGE IN ROOM TEMPERATURE TO AIR PRESSURE CHANGE TO PNEUMATIC OPERATOR. PROCEDURE: FREQUENCY (DAYS): CHECK CALIBRATION OF EACH THERMOSTAT 60 CHECK THROTTLING RANGE FOR PROPER SETTING. 60 CHECK NOZZLE AND RESTRICTOR. 120 SEQUENCE OF OPERATION: WINTER: ON A RISING TEMPERATURE THE ROOM THERMOSTAT WILL GRADUALLY CLOSE THE 3-WAY VALVE TO THE COIL. SUMMER: THE ROOM THERMOSTAT WILL ON A RISING TEMPERATURE GRADUALLY POSITION THE MIXING VALVE TO SUPPLY MORE CHILLED WATER TO THE COIL. PMP-TC-4 EQUIPMENT NAME: ROOM THERMOSTAT (PNEUMATIC) MARK: AHU #5 & #6, #8, #9 & #10 MODEL NO.: VARIOUS SERIAL NO.: VARIOUS EQUIPMENT LOCATION: IN ATTIC BALCONY AND UNDER BALCONY SERVES: AUDITORIUM " EQUIPMENT FUNCTION: CONVERTS CHANGE IN ROOM TEMPERATURE TO AIR PRESSURE .- CHANGE TO PNEUMATIC OPERATOR. SEQUENCE OF OPERATION: WHEN A FAN IS STARTED THE SOLENOID AIR VALVE OPENS O.A. DAMPER TO ITS MINIMUM POSITION. WHEN THE FAN IS SHUT OFF THE O.A. DAMPER WILL CLOSE. WINTER: ON A RISING TEMPERATURE THE ROOM THERMOSTAT WILL GRADUALLY CLOSE THE 3-WAY VALVE TO THE HEATING/COOLING COIL. WHEN THE STEAM VALVE IS FULLY CLOSED THE O.A. DAMPER WILL GRADUALLY OPEN. IF THE MIXED AIR TEMPERATURE DROPS BELOW A PREDETERMINED POINT ON THE T-800 THERMOSTAT WILL OVER -RIDE CONTROL OF THE O.A. DAMPER AND CONTROL THE DAMPER TO MAINTAIN LOW LIMIT TEMPERATURE. SUMMER: THE O.A. DAMPER WILL BE OPEN TO IT'S MINIMUM POSITION WHEN FAN IS RUNNING. THE ROOM THERMOSTAT WILL ON A RISING TEMPERATURE GRADUALLY POSITION THE MIXING VALVE TO SUPPLY MORE CHILLED WATER TO THE HEATING/COOLING COIL. -� PROCEDURE: FREQUENCY (DAYS): CHECK CALIBRATION OF EACH THERMOSTAT 60 CHECK THROTTLING RANGE FOR PROPER SETTING. 60 CHECK NOZZLE AND RESTRICTOR. 120 PMP-TC-S EQUIPMENT NAME: ROOM THERMOSTAT (PNEUMATIC) MARK: H-1 THROUGH 20 MODEL NO.: VARIOUS SERIAL NO.: VARIOUS EQUIPMENT LOCATION: COLISEUM SERVES: COLISEUM EQUIPMENT FUNCTION: CONVERTS CHANGE IN ROOM TEMPERATURE TO AIR PRESSURE CHANGE TO PNEUMATIC OPERATOR. SEQUENCE OF OPERATION: ON A RISING SPACE TEMPERATURE THE THERMOSTAT WILL CLOSE THE STEAM VALVE. WHEN THE STEAM VALVE IS CLOSED THE OUTSIDE AIR DAMPER WILL OPEN. ON A FALLING SPACE TEMPERATURE THE SEQUENCE WILL REVERSE. PROCEDURE: FREQUENCY (DAYS): CHECK CALIBRATION OF EACH THERMOSTAT 60 CHECK THROTTLING RANGE FOR PROPER SETTING. 60 CHECK NOZZLE AND RESTRICTOR. 120 ' PMP-TC-6 ^ EQUIPMENT NAME: TEMPERATURE CONTROLLER MARK: AHU #1 & #2 MODEL NO.: VARIOUS SERIAL NO.: VARIOUS EQUIPMENT LOCATION: AHU NO. 1 AND NO. 2 SERVES: AUDITORIUM EQUIPMENT FUNCTION: SEQUENCES AHU NO. 1 AND NO. 2 THROUGH 5 STEPS. SEQUENCE OF OPERATION: THESE UNITS ARE EQUIPPED FOR TWO SPEED OPERATION AND CONTROLLED BY A DUAL MODE SWITCH LOCATED ON THE WALL BETWEEN THESE TWO AHU'S. IN "MANUAL" MODE, CONTROL SHALL TRANSFER TO SWITCHES ON A COMMON SUB -BASE WITH THE MODE SWITCH TO SELECT HIGH/LOW/OFF FOR BOTH AIR HANDLING UNITS. IN "AUTOMATIC" MODE, THE AIR HANDLERS SEQUENCE IN ACCORDANCE WITH THE FOLLOWING SCHEDULE BY AN OUTSIDE AIR TEMPERATURE SENSOR AND AUTOMATIC CONTROLLER. O.A. TEMP AHU NO. AND SPEED BELOW 40 DEGREE F AHU #1 OFF, AHU #2 OFF 40 DEGREES F AHU #1 LOW, AHU #2 OFF 50 DEGREES F AHU #1 LOW, AHU #2 LOW 60 DEGREES F AHU #1 HIGH, AHU #2 LOW 70 DEGREES F AHU #1 HIGH, AHU #2 HIGH ABOVE 75 DEGREES F AHU #1 OFF, AHU #2 OFF PROCEDURE: FREQUENCY (DAYS): ^ CHECK OPERATION; CALIBRATE IF NECESSARY. 60 DURING COOLING SEASON ONLY ^ r- PMP-TC-7 EQUIPMENT NAME: CONTROL VALVE (PNEUMATIC) MARK: FC 1-14 MODEL NO.: 2-WAY SERIAL NO.: VARIOUS EQUIPMENT LOCATION: FAN COIL CHILLED WATER LINE EQUIPMENT FUNCTION: REGULATES AMOUNT OF CHILLED WATER FLOWING INTO COOLING COIL. PROCEDURE: CHECK FOR SIGNS OF LEAKAGE AROUND STEM, BONNET OR AT THE CONNECTIONS. CHECK FOR PROPER CLOSE -OFF ACTION. CHECK FOR PROPER AIR PRESSURE TO THE VALVE. DETERMINE IF STEM IS OPERATING THROUGH FULL TRAVEL. CHECK FOR PROPER OPERATION FREQUENCY (DAYS): 180 180 180 180 30 DURING CLASSING SEASON ONLY PMP-TC-8 EQUIPMENT NAME: CONTROL VALVE (PNEUMATIC) MARK: AHU #3 - #4 MODEL NO.: 3-WAY SERIAL NO.: VARIOUS EQUIPMENT LOCATION: CHILLED WATER COIL ... EQUIPMENT FUNCTION: REGULATES AMOUNT OF CHILLED WATER FLOWING INTO COOLING COIL. PROCEDURE: FREQUENCY (DAYS): ,-. CHECK FOR PROPER OPERATION 30 CHECK FOR SIGNS OF LEAKAGE AROUND STEM, 180 BONNET OR AT THE CONNECTIONS. CHECK FOR PROPER CLOSE -OFF ACTION. 180 ^ CHECK FOR PROPER AIR PRESSURE TO THE 180 VALVE. DETERMINE IF STEM IS OPERATING THROUGH 180 FULL TRAVEL. " PMP-TC-9 EQUIPMENT NAME: CONTROL VALVE (PNEUMATIC) MARK: AHU #5 - #10 MODEL NO.: 3-WAY SERIAL NO.: VARIOUS EQUIPMENT LOCATION: HOT/CHILLED WATER COIL EQUIPMENT FUNCTION: REGULATES AMOUNT OF HOT/CHILLED WATER FLOWING INTO HOT/COOLING COIL. PROCEDURE: CHECK FOR PROPER OPERATION FREQUENCY (DAYS): E CHECK FOR SIGNS OF LEAKAGE AROUND STEM, 180 BONNET OR AT THE CONNECTIONS. CHECK FOR PROPER CLOSE -OFF ACTION. 180 CHECK FOR PROPER AIR PRESSURE TO THE 180 VALVE. DETERMINE IF STEM IS OPERATING THROUGH 180 FULL TRAVEL. " PMP-TC-10 EQUIPMENT NAME: CONTROL VALVE (PNEUMATIC) MARK: H 1-20 MODEL NO.: VARIOUS SERIAL NO.: VARIOUS EQUIPMENT LOCATION: AHU STEAM COIL EQUIPMENT FUNCTION: REGULATES AMOUNT OF STEAM FLOWING INTO HEATING COIL. PROCEDURE: FREQUENCY (DAYS): CHECK FOR PROPER OPERATION 30 CHECK FOR SIGNS OF LEAKAGE AROUND STEM, 180 BONNET OR AT THE CONNECTIONS. CHECK FOR PROPER CLOSE -OFF ACTION. 180 CHECK FOR PROPER AIR PRESSURE TO THE 180 VALVE. DETERMINE IF STEM IS OPERATING THROUGH 180 FULL TRAVEL. ' - PMP-TC-11 EQUIPMENT NAME: PNEUMATIC OPERATORS MARK: AHU #5, #6, #8, #9, AND #10 AND H 1-20 MODEL NO.: VARIOUS SERIAL NO.: VARIOUS EQUIPMENT LOCATION: AHU O.A. DAMPERS. EQUIPMENT FUNCTION: CONVERTS AIR PRESSURE CHANGES FROM THERMOSTAT AND AIRSTREAM INSERTION THERMOSTAT INTO AIR PRESSURE CHANGE TO OPERATE DAMPERS. PROCEDURE: FREQUENCY (DAYS): CHECK FOR PROPER OPERATION 30 CHECK AIR TUBING AND BRACKET CONNECTION 180 CHECK FOR PROPER OPERATION 180 REMOVE DUST AND DIRT 180 PMP-TC-12 r.. EQUIPMENT NAME: PNEUMATIC OPERATOR MARK: FC #1414 MODEL NO.: VARIOUS SERIAL NO.: VARIOUS EQUIPMENT LOCATION: FC 1-14, CHILLED WATER TWO-WAY VALVE. EQUIPMENT FUNCTION: CONVERTS AIR PRESSURE CHANGES FROM THERMOSTAT INTO AIR PRESSURE CHANGE TO OPERATE CONTROL VALVES. PROCEDURE: FREQUENCY (DAYS): CHECK FOR PROPER OPERATION 30 CHECK AIR TUBING AND BRACKET CONNECTION 180 CHECK FOR PROPER OPERATION 180 REMOVE DUST AND DIRT 180 PMP-TC-13 EQUIPMENT NAME: PNEUMATIC OPERATOR MARK: AHU #5-#10 MODEL NO.: VARIOUS SERIAL NO.: VARIOUS EQUIPMENT LOCATION: AHU 5-10 HOT/CHILLED WATER THREE-WAY VALVES. EQUIPMENT FUNCTION: CONVERTS AIR PRESSURE CHANGES FROM THERMOSTAT INTO AIR PRESSURE CHANGE TO OPERATE CONTROL VALVES. PROCEDURE: FREQUENCY (DAYS): CHECK FOR PROPER OPERATION 30 CHECK AIR TUBING AND BRACKET CONNECTION 180 CHECK FOR PROPER OPERATION 180 REMOVE DUST AND DIRT 180 PMP-TC-14 EQUIPMENT NAME: PNEUMATIC OPERATOR MARK: AHU #3 AND #4 MODEL NO.: VARIOUS SERIAL NO.: VARIOUS EQUIPMENT LOCATION: AHU #3 AND #4 CHILLED WATER THREE-WAY VALVES. EQUIPMENT FUNCTION: CONVERTS AIR PRESSURE CHANGES FROM THERMOSTAT INTO AIR PRESSURE CHANGE TO OPERATE CONTROL VALVES. PROCEDURE: FREQUENCY (DAYS): CHECK FOR PROPER OPERATION 30 CHECK AIR TUBING AND BRACKET CONNECTION 180 CHECK FOR PROPER OPERATION 180 REMOVE DUST AND DIRT 180 PMP-TC-15 EQUIPMENT NAME: PNEUMATIC OPERATOR MARK: H 1-20 MODEL NO.: VARIOUS SERIAL NO.: VARIOUS EQUIPMENT LOCATION: H #1-#20 STEAM VALVES EQUIPMENT FUNCTION: CONVERTS AIR PRESSURE CHANGES FROM THERMOSTAT INTO AIR PRESSURE CHANGE TO OPERATE CONTROL VALVES. PROCEDURE: FREQUENCY (DAYS): CHECK FOR PROPER OPERATION 30 CHECK AIR TUBING AND BRACKET CONNECTION 180 CHECK FOR PROPER OPERATION 180 REMOVE DUST AND DIRT 180 PMP-TC-16 0 EQUIPMENT NAME: ROOM THERMOSTAT (PNEUMATIC) MARK: FC #15 AND #16 MODEL NO.: VARIOUS SERIAL NO.: VARIOUS EQUIPMENT LOCATION: SERVES: WOMEN'S DRESSING ROOMS EQUIPMENT FUNCTION: CONVERTS CHANGE IN ROOM TEMPERATURE TO AIR PRESSURE CHANGE TO PNEUMATIC OPERATOR. SEQUENCE OF OPERATION: FAN COIL UNITS: A HEATING -COOLING THERMOSTAT T-5&6 WILL MODULATE THE STEAM COIL OPEN, ON A FALL IN SPACE TEMPERATURE. ON RISE IN SPACE TEMPERATURE, THE REVERSE WILL OCCUR. WHEN THE FAN COIL UNIT IS ENERGIZED, THE MINIMUM OUTSIDE AIR DAMPER WILL BE OPENED BY A TWO - POSITION DAMPER MOTOR. THE MINIMUM OUTSIDE AIR DAMPER WILL CLOSE WHEN THE UNIT IS DE -ENERGIZED. A HIGH LIMIT AND LOW LIMIT WILL BE DE -ENERGIZE THE FAN COIL UNIT IF EITHER OF THEIR TEMPERATURE LIMITS ARE EXCEEDED. EXHAUT FAN: THE EXHAUST FAN WILL RUN WHEN ITS RESPECTIVE FAN COIL UNIT IS RUNNING. WHEN THE OUTSIDE AIR TEMPERATURE IS ABOVE 40 DEGREES F. AND BELOW 75 DEGREES F. THE EXHAUST -RETURN DAMPER WILL BE CLOSED TO RETURN AND OPEN TO EXHAUST. BELOW 40 DEGREES F. AND ABOVE 75 DEGREES F. THE EXHAUST -RETURN DAMPER WILL BE OPEN TO RETURN AND CLOSED TO EXHAUST. PROCEDURE: FREQUENCY (DAYS): CHECK CALIBRATION OF EACH THERMOSTAT 60 CHECK THROTTLING RANGE FOR PROPER SETTING. 60 CHECK NOZZLE AND RESTRICTOR. 120 PMP-TC-17 EQUIPMENT NAME: CONTROL VALVE (PNEUMATIC) MARK: FC #15 AND #16 MODEL NO.: VARIOUS SERIAL NO.: VARIOUS EQUIPMENT LOCATION: FCU STEAM COIL EQUIPMENT FUNCTION: REGULATES AMOUNT OF STEAM FLOWING INTO HEATING COIL. PROCEDURE: FREQUENCY (DAYS): CHECK FOR PROPER OPERATION 30 CHECK FOR SIGNS OF LEAKAGE AROUND STEM, 180 BONNET OR AT THE CONNECTIONS. CHECK FOR PROPER CLOSE -OFF ACTION. 180 CHECK FOR PROPER AIR PRESSURE TO THE 180 VALVE. DETERMINE IF STEM IS OPERATING THROUGH 180 FULL TRAVEL. PMP-TC-18 EQUIPMENT NAME: PNEUMATIC OPERATOR MARK: FC #15 AND #16 MODEL NO.: VARIOUS SERIAL NO.: VARIOUS EQUIPMENT LOCATION: 15 AND 16 STEAM VALVE EQUIPMENT FUNCTION: CONVERTS AIR PRESSURE CHANGES FROM -THERMOSTAT INTO AIR PRESSURE CHANGE TO OPERATE CONTROL VALVES AND DAMPERS. PROCEDURE: FREQUENCY (DAYS): CHECK FOR PROPER OPERATION 30 CHECK AIR TUBING AND BRACKET CONNECTION 180 CHECK FOR PROPER OPERRATION 180 REMOVE DUST AND DIRT 180 PMP-TC-19 (This page left blank intentionally) SPECIAL CONDITIONS -43- (This page left blank intentionally) SPECIAL CONDITIONS 1. General Instructions to Bidders: A. All work called for in the bid documents will continue for a period of two years unless terminated under provisions of tiie contracts prior to that time. B. Each bidder will be required to bid both bid items as follows: Bid Item No. 1 for Total Maintenance Service and Bid Item No. 2 for Preventative Maintenance Service. The Owner may elect to award either one of these items or to reject all bids. .-� C. Proposals shall cover all specified preventative and operational maintenance services on HVAC Systems located in the facilities listed in bid specifications in Bid Items I and II. Please refer to those specifications for further information and scope of desired services. D. Although an equipment sheet with location shown is included as a part of this packet, bidders are required to inspect each system and its respective components to avoid misunderstandings or unexpected service requests following the award. Since the Maintenance agreement will be all-inclusive in nature and not limited to the items listed on the equipment sheet, a bidder's examination as to the quantity, condition, and complexity of each system will be required. E. Emergency service, including overtime services is included in Bid Item I under these specifications for 24-hours a day, 7 days a week and including all holidays. F. The Bidder shall include in Bid Item I a written guarantee for emergency service within three (3) hours during any 24-hour day including Saturday, Sunday and all Holidays. G. The Bidder must monitor the Lubbock Civic Center's energy usage (consumption) of all utilities at each location, and be qualified to counsel the City in various methods of energy conservation. Company shall make a quarterly written report on said energy audits. H. All bids must provide for maintenance of complete heating, cooling and ventilating systems specified herein: Through the Service Contractor's system of preventative maintenance, the Contractor must detect faulty or inoperative conditions and correct same. The City Representative will advise Contractor of any known malfunctions or operational problems. The Contractor shall respond in writing to all malfunctions and operational problems reported at the Lubbock Auditorium Coliseum. Notify City Representative in writing each month upon completion of the scheduled work. Provide a completed maintenance service report for each item of the maintenance work performed. " µ SC-1 I. The Contractor shall not be relieved from assuming all responsibility for properly estimating the difficulties of performing any services, repairs, or replacements of any equipment or components required within this set of specifications due to the failure of the Contractor or his personnel to thoroughly investigate all conditions of all equipment and locations as outlined in this specification. J. All planned preventive maintenance service work under these specifications is to be performed during normal working hours, or as approved by the Lubbock Civic Center Deputy Director of Operations. K. It is agreed that the Lubbock Auditorium - Coliseum will provide reasonable means of access to all devices which are to be serviced. The contractor shall be free to start and stop all primary equipment incidental to the operation of the Mechanical Systems when arranged with the representatives of the Lubbock Auditorium - Coliseum Contractor personnel shall comply with all regulations concerning Lubbock Auditorium - Coliseum Security measures. L. As part of this proposal, the Bidder shall submit for evaluation a comprehensive and detailed technical, financial and business prospectus, descriptively outlining its ability to adequately and satisfactorily perform the services as requested in this specification. M. It is the intention of this specification to establish and define those services that are to be performed and, in addition, to determine the capability and experience of the Bidder desiring to provide such services to the Lubbock Auditorium - Coliseum facilities. N. Requirements for Bidders: 1. All Bidders shall visit the job site and become thoroughly familiar with the facilities and equipment prior to submitting a proposal. No proposal shall be accepted from any Bidder unless it has been verified that there has been a visit and inspection of all equipment at each location by qualified persons prior to submittal. 2. At the time of bidding the Bidder and service personnel shall be fully licensed by the state of Texas to do business at the job site, to provide a complete service. 3. Services that are to be provided shall be performed by qualified and trained service personnel that are directly employed by the Contractor. Subcontracting portions of the System or services requested in this specification shall be allowed with prior consent of the City Purchasing Manager. All proposed subcontractors shall be listed in the bid proposal submittal. 4. Personnel must be employed by the successful bidder during the life of this contract. If at any time required personnel are not SC-2 available for service work at the Lubbock Auditorium Coliseum, the Contractor will be required to pay all cost accrued to effect proper maintenance on systems covered by this contract. A minimum of two (2) of these personnel shall be properly certified, thoroughly trained, and qualified to repair, service, and calibrate the automation systems used to control the heating and �. cooling in these buildings. 0. All prospective bidders must submit the following: 1. Proof of complete inspection of all equipment to be maintained at all locations. 2. Demonstrate by qualified maintenance personnel the following equipment which must be located within three-hour (3) travel time of the Lubbock Auditorium - Coliseum. a. Vibration Detector b. Conductivity Tester c. Micrometer 3. Proof of qualifications and a list of maintenance personnel to maintain the equipment at each location. Technician Home Years Employed Name Phone by company 1. 2. 3. 4. 5. 6. 2. Qualifications of Bidders: A. The Owner may make such investigations as he deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated herein. Specific qualification's requirements for bidders are set forth in Special Conditions and General Instructions to Bidders. B. Although cost will be a prime factor in the awarding of the HVAC Maintenance Contract, it is absolutely essential that each bidder be financially and operationally capable of providing the requested services and must possess the necessary qualifications and experience to satisfy the contractual obligations of the agreement. Bidders are required to provide all of the data that would assist the City of SC-3 F. Lubbock in evaluating a bidder's overall ability to perform the requested services. The City determination in this regard will be a key factor in the awarding of the contract. C. The bidder must also submit, with the bid a list of at least six (6) Reference clients with similar or larger full responsibility contracts. Please use company letterhead for this information. The format shall be as follows: Years Annual Company under Contact Telephone Contract Building Type of Name Contract Name Number Number Amount System D. The following requirements shall be considered as the minimum standards for a Bidder to be considered as qualified to provide services under this contract, and shall be prerequisite to any award. 1. A period of 10 years experience in the performance of HVAC maintenance as specified, shall be considered a minimum. 2. The Bidder shall maintain a field office and/or warehouse that is within three hours travel time of the Lubbock Memorial Civic Center. 3. The Bidder shall employ a minimum of three (3) full-time competent servicemen who are residents within three -hours travel time of the iob site. The Bidder must also employ a professional staff educated in mechanical and electrical fields, with electrical, water treatment, refrigeration, boilers, pneumatic and electric control systems personnel, who have a minimum of 5 years experience in the above specialties. 4. The Bidder must have an established standardized preventive maintenance program. A sample copy of a standard service report must be attached from a customer in Lubbock. Such standard programs preferably shall be of a computerized nature. The Bidder shall supply data that indicates the use of a standardized method by which preventive and predictive maintenance tests are defined, scheduled, recorded, and updated. E. The Bidder shall demonstrate they own the proper tools and test equipment to maintain all the systems under contract. The Bidder must own the following tools and test equipment and be able to document their use on a reasonable number of contracts of comparable size in a similar climatic area: Combustion efficiency test equipment, water conductivity tester, vibration detector, water treatment chemical drop test kit, micrometer, conductivity tester, refrigeration oil test kit, electronic refrigeration leak detector, voltmeter, ampmeter, and amprobe. Documentation must be attached to the Bid Proposal submitted. In addition, the bidder shall have access to central parts supply warehouses whose inventories include all replacement parts for any SC-4 components in the system under contract to ensure fast availability in emergency situations. For temperature controls: This includes all temperature sensors, controllers, dampers, valves, actuators, relays, air compressors, and boiler controls. G. Specifically, piping and insulation has been excluded from this maintenance contract, however when control valves or equipment must be removed and replaced or repaired, the attached piping and insulation that is affected by this work shall be repaired or replaced as part of the project so it will be entirely functional upon completion of the work. H. Closeout: Notify Owner (represented by the Civic Center Deputy Director of Operations) in writing each month upon completion of the scheduled work. Provide a completed maintenance service report for each item of the maintenance work performed. Both Serviceman and Owner's representative shall sign these reports. I. The Contractor shall have a designated supervisor on the job at all times while work is in progress. He shall report daily to the Civic Center Operations Office when work is to be performed. Perform the work as scheduled with Lubbock Civic Center Operations. o J. The City of Lubbock shall make a monthly lump sum payment upon completion of each monthly scheduled completed work of the Contract and submission of an invoice to the Owner with the service report. END OF SECTION ' SC-5 (This page left blank intentionally) NOTICE OF ACCEPTANCE TO: The City of Lubbock, having considered the proposals submitted and opened on the _day of 199_, for work to be done and materials to be furnished in and for: as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock; .4, it appearing that your proposal is fair, equitable and to the best interest of said City, please take notice that said proposal was accepted by the City Council of the City of Lubbock on the day of 198_ at the bid price contained therein, subject to the execution of and furnishing of all contract documents, bonds, cer- tificates of insurance, and all other documents specified and required to be executed and furnished under the con- tract documents. It will be necessary for you to execute and furnish to the City of Lubbock all such documents within ten (10) days from your receipt of this Notice. The five percent (56) bid security, submitted with your proposal, will be returned upon the execution of such contract documents and bonds within the above specified ten (10) day period. In the event you should fail to execute and furnish such contract documents and bonds within the time limit specified, said bid security will be re- tained by the City of Lubbock. CITY Of LUBBOCK Owner's Representative -44- (This page left blank intentionally)