HomeMy WebLinkAboutResolution - 3875 - Contract-Anthony Mechanical Services Inc-HVAC Maintenance, Auditorium & Coliseum - 04/23/1992Resolution No. 3875
April 23, 1992
Item #33
RESOLUTION
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 Anthony Mechanical Services, Inc. for H.V.A.C.
maintenance for the City of Lubbock 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 23rd day of April , 1992.
ATTEST:
, L,zy aecreia
APPROVED S TO CONT
ne a s, Purthasing Manager
APPROVED AS TO FORM:
V V .. Y. M M• • M.� Y - • Y. ,
City Attorney
DGV:ja/ANT80NY.RES/D2-Agenda
No Text
l+�
City of Lubbock
P.O. Box 2000
Lubbock. Texas 79457
B06-767-2167 -
r
C
k
Office of
Purchasing
MAILED TO VENDOR: March 25, 1992
CLOSE: March 27, 1992 @ 2:00 P.M.
NEW CLOSE: April 3, 1992 @ 2:00 P.M.
BID #11874
ADDENDUM #1
Please modify or amend Contract Documents as follows:
1. Please change the closing date of_March _27th^ 1992 at 2:00 P.M. to the
2. Bid Proposal Form; paragraph 1; sentence number 2; should read:
"Please note that the owner and/or contractor reserves the
right to unilaterally terminate contract prior to the end
of any contract year upon 60 (Sixty) days written notice."
THA YOU,
Ron Shuffield,
CITY OF LUBBOCK
PLEASE RETURN ONE COPY WITH YOUR BID
CITY OF LUBBOCK
SPECIFICATIONS
for
TITLE: HVAC MAINTENANCE CONTRACT
ADDRESS: LUBBOCK AUDITORIUM/COLISEUM
BID NUMBER: 11874
PROJECT NUMBER: 1111-532155-5241
CONTRACT PREPARED BY: Purchasing Department
-1-
(THIS PAGE LEFT BLANK INTENTIONALLY)
INDEX
PAGE
.2-
1.
NOTICE TO BIDDERS..........................................................................................3
2.
GENERAL INSTRUCTIONS TO BIDDERS............................................................................5
3.
BID PROPOSAL - BID FOR LUMP SUM CONTRACTS.................................................................10
4.
PAYMENT BOND..............................................................................................15
5.
PERFORMANCE BOND..........................................................................................18
6.
CERTIFICATE OF INSURANCE..................................................................................21
T.
CONTRACT
..................................................................................................23
25
8.
GENERAL CONDITIONS OF THE AGREEMENT— ....................... o ..........
0 ..................................
9.
CURRENT WAGE DETERMINATIONS...............................................................................43
10.
SPECIFICATIONS............................................................................................44
11.
SPECIAL CONDITIONS........................................................................................45
12.
NOTICE OF ACCEPTANCE......................................................................................46
.2-
(THIS PAGE LEFT BLANK INTENTIONALLY)
NOTICE TO BIDDERS
(THIS PAGE LEFT BLANK INTENTIONALLY)
NOTICE TO BIDDERS
BID # 11874
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 27th day of March. 1992. or as changed by the issuance of formal addenda to ell
planholders, to furnish all labor and materials and perform all work for the construction of the following
described project:
H.V.A.C. MAINTENANCE CONTRACT - LUBBOCK AUDITORIUM/COLISEUM
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 of Lubbock will consider the bids on the 9th day of April. 1992. 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 or prior, 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
j 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.
r., 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
l 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 5159x, 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 witl 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 17th day of March. 1992 at 10.00 o'clock a.m., Lubbock
Auditorium Stage, 2720 6th Street, Lubbock, Texas.
CITY OF LUBBOCK
BY: Gene E ds, C.P.M.
Purchasing Manager
n
t
7,
ADVERTISEMENT FOR BIDS
BID 0 11874
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 27th day of March, 1992, 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. MAINTENANCE CONTRACT - LUBBOCK AUDITORIUM/COLISEUM
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 will be a prebid conference on 17th day of March. 1992, at 10:00 o'clock a.m., Lubbock
Auditorium Stage, 2720 6th Street, Lubbock, Texas.
O
By: Gene Ead , C.P.M.
PURCHASING MANAGER
(THIS PAGE LEFT BLANK INTENTIONALLY)
GENERAL INSTRUCTIONS TO BIDDERS
-4-
(THIS PAGE LEFT BLANK INTENTIONALLY)
a
GENERAL INSTRUCTIONS TO BIDDERS
1. SCOPE OF WORK
The work to be done under the contract documents shall consist of the following:
j� Total maintenance service includes both preventative and predictive maintenance service to be provided by
C the'Contractor on all equipment and associated devices related to the HVAC and other systems as outlined
within the specifications for a period starting May 1, 1992 through March 31, 1996.
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 four 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-
i
7. MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materiats 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 shalt 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 organitation 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.
-6-
PM
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 shalt not cease until the date of issuance to Contractor of City's certificate of
acceptance of the project.
14. EXPLOSIVES
The use of explosives wilt 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
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.
15. CONTRACTOR'S REPRESENTATIVE
The successful bidder shalt 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 shalt 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
I
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 5159x, 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 taw 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 shalt 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 shalt 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 r -
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.
r
-8-
The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten
dotlars 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 shalt be
correctly fitted 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 shalt 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 shalt 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 property 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 COPT 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.
t
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.
a.
f
(THIS PAGE LEFT BLANK INTENTIONALLY)
BID PROPOSAL
-10-
(THIS PAGE LEFT BLANK INTENTIONALLY)
BID PROPOSAL
t BID FOR LUMP SUM CONTRACTS
L PLACE Lubbock Auditorium/Coliseum
DATE March 27, 1992
PROJECT N0.1111-532155-5241
Anthony Mechanical Services, Inc. (hereinafter Proposal of cr called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your invitation for bids for the Auditorium/Coliseum H.V.A.C. Equipment Maintenance
Contract, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all
other related contract documents, as welt as the premises and equipment at each site, and being familiar with all of
the conditions surrounding the H.V.A.C. equipment including the availability of materials and tabor, hereby proposes
to furnish all labor, materials, and supplies necessary to complete the entire work for four (4) years in accordance
with the plans, specifications and contract documents, and at the price stated below. Please note that the owner
reserves the right to unilaterally terminate contract prior to the end of any contract year upon 60 (SIXTY) days
written notice. The price to cover all expenses incurred in performing the work required under the contract
documents, of which this proposal is to be a part, is as,foltows:
Bid item 1:Total Maintenance Service of Heating, Ventilating, Air Conditioning and Mechanical Equipment, including
the Temperature Control System, but excluding the Energy Management System as indicated in the Contract Documents.
'YEAR 2• Thirty one thousand nine hundred eighty dollars (E31,980.00 )
MATERIALS:
MATERIALS:
Four Thousand six -,.;i hundred '.dollars
(= 4,600.00 )
6
SERVICES:
Twenty
six thousand one hundred eighty dollars
(=2§,180.0.0
Thirty three thousand two
TOTAL BID:_
Thirty
thousand seven hundred eighty dollars
Thirty four thousand
our
hundred torty doll -ars
(_
, )
YEAR 1:
Thirty
thousand seven hundred eighty dollars
(= 30,780.00 )
s
MATERIALS:
SERVICES:
Four thousand seven hundred eighty four dollars
(y 4,784.00 )
Twenty seven thousand one hundred ninety six dollars(S27,196.0)
[[[
TOTAL:
Thirty
one thousand nine hundred e g tyO ars
(_ , )
'YEAR 2• Thirty one thousand nine hundred eighty dollars (E31,980.00 )
MATERIALS:
Four thousand nine hundred
seventy five dollars
($ 4,975.00 )
SERVICES:
Twenty eigat t5ousanaun
SERVICES:
(_Zd9Z41.UU)
TOTAL:
Thirty three thousand two
hundred sixteen dollars
(s J.Z1b.UU)
YEAR 3: Thirty three thousand two hundred sixteen dollars (=33,216.00 )
MATERIALS:
Five thousand
one hundred
seventy four dollars
(s
5,174.00 )
SERVICES:
Twenty nine thousand
two
hundred S Xty siX dollars
(S29,265.0)
TOTAL:
Thirty four thousand
our
hundred torty doll -ars
(_
, )
YEAR 4; Thirty four thousand four hundred forty dollars (_ $34,440.00
MATERIALSNineteen thousand five hundred thirty three dollars (= 19,533.00
SERVICES:One hundred tent ousan eight un re eig ty three )
TOTAL: One hun re Thirty t ousan our hundred —s—Ex—teen o kyr• )
Bid Item 2:Total Preventive Maintenance Service of Heating, Ventilating, Air Conditioning and Mechanical Equipmeo
including the Temperature Control System , but excluding the Energy Management System as indicated in the Contrac
Documents:
MATERIALS F o thousand two hundred dollars (s 2,200.00 )
SERVICES: teen th8usand thousande g tun re o ars (_
TOTAL BID:Eighteen t ousan o ars )
(s )
YEAR 1:
Eighteen thousand dollars
18,000.00
(=
MATERIALS
.TWO thousand two hundred eighty
eight dollars
2 288.00
SERVICES:
Sixteen t ousan our un re
it y two o ars
(_
,
). —
UU
TOTAL:432
lbteen ousan seven un re
wen y o ars
(S
,)
18,72U -
YEAR 2:
Eighteen thousand seven hundred
twenty dollars
18 720.00
MATERIALS TWO thousand three hundred eighty dollars 2' 380.00
(s )
SERVICES: Seventeen OUSari SIX y O arS _
TOTAL: Nineteen thousand four hundred forty dollars( )
cs 19,440.00 )
YEAR 3: Nineteen thousand four hundred forty dollars (= 19,440.00 )
MATERIALS.Two thousand four hundred seventy five dollars (s 2,475.00 )
SERVICES: Seventeen thousand six hundred eighty five dollars (= 17,685.00 )
TOTAL: Twenty thousand one hundred sixty dollars (= 20,160.00 ) —
YEAR 4: Twenty thousand one hundred sixty dollars (s 20,160.00 )
MATERIALS;ine thousand three hundred forty three dollars (s 9,343.00 )
SERVICES: Sixty six thousand nine hundred seventy seven do ars(= 66,977.00 )
TOTAL: Seventy six thousand three hundred twenty o ars (s )
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 specified 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--).
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-ir
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.
-12-
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 (x6520.80 ) or a Proposal Bond in the sum of _ Dollars (x ),
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.
Anthony Mechanical Services, Inc.
Contractor
BY:
/John Anthony
I1U1f1l1117i1111/ll ,�
,4 r !i ,.Corporation)
VIE T
ukry
e ,
/1jJ //11111111 i N j1��
.13-
LIST OF SUBCONTRACTORS
This form shall be completed and submitted with the Bidder's Proposal
Minority Owned
Yes. No
X
1_ Delta Water Labs, Lubbock, Texas
2.
7
3.
a
4.
I
5.
6.
7.
r
8.
4.
10.
Minority Owned
Yes. No
X
r
Anthony Mechanical Services, Inc.
P.O. Box 3460
w Lubbock, Texas 79452
(806) 765-7373
Anthony Mechanical Services has been designing, installing, and
maintaining air conditioning and heating systems in the Panhandle
area since 1924. These capabilities enable us to meet all your
mechanical system needs from total replacement to preventive
maintenance, emergency repair service and total energy
conservations programs. our technicians are trained to maintain
and repair all types of equipment. Controlled dispatching of fully
equipped service vans assures priority response in emergency
situations.
Anthony Mechanical Services is your authorized dealer' for LINO
ServiceTM. This affiliation enables us to consistently expand and
enhance our building maintenance programs' quality, responsiveness
and responsibility. LINO Service TM provides our customers quality
performance from a total building services organization, built on
the understanding of the owner's long term operation and
maintenance needs.
LILAC Service TM maintenance programs were developed in recognition
of the broad spectrum of mechanical system requirements. All
maintenance activities are initiated, directed, administered,
monitored, and updated by the LINO System. This programming
assures that services are performed on a regular basis, that no
�•
maintenance tasks are overlooked, and that equipment profiles are
developed to ensure that the necessary maintenance and repairs are
provided for each piece of equipment. The utilization of the LINC
Service TM computer scheduling system allows us to substantially
improve the quality and efficiency of our field operations and
improve the services available to our customers.
In addition to LINC Service TM maintenance programs Anthony
k
Mechanical Services provides total maintenance capabilities.
* Design and Build Construction * Sheet Metal Service
* Mechanical system Installation * Plumbing and Piping Service
,
r"
SERVICE rM
MECHANICAL SYSTEM DESIGN, BUILD, LITM
Anthony Mechanical Services, Inc.
P.O. Box 3460
Lubbock, Texas 79452
(806) 765-7373
Anthony Mechanical Services, Inc. guarantees three hour response
time on all emergency services, 24 hours a day, seven days a week,
including holidays.
TM
MECHANICAL SYSTEM DESIGN, BUILD. LINC SERVICE
Anthony Mechanical Services, Inc.
P.O. Box 3460
Lubbock, Texas 79452
(806) 765-7373
Name of Technician
Phone
# of years employed
Joe Caldwell
765-7373
10
Roger Lindsey
765-7373
3
George Rudisill
765-7373
5
Johnny Sullivent
765-7373
10
Mark vonberg
765-7373
6
John Anthony
765-7373
10
TM
MECHANICAL SYSTEM DESIGN, BUILD, LINC SERVICE
I r
Anthony Mechanical Services, Inc.
I
II. QUALIFICATIONS OF BIDDER
C. Reference Client List
Company Name
1. Mesa Petroleum
2. Lamesa Cotton Growers
3. First Federal Savings & Loan
4. Midland Air Terminal
5. Charter Plains Hospital
6. Willow Hill Center
Contract Years
Contact
Telephone #
System Type
4
Vicki Holton
378-1000
Chill water
3
Don Lewellyn
872-8879
Chill water
8
Sharon Nelson
762-0491
Chill water
2
Ken Day
563-1461
Chill water
4
Keith Bowman
744-5505
DX Units
6
David Fleming
797-3220
Chill.water
MECHANICAL SYSTEM DESIGN, BUILD, LINC SERVICE TM
m
(R)
1- y � �. � � �
17 P T• N (J (3-024 L..:[ %! c : ; 1-:.* f� V :l: (11:: I I� t� i-1,: S ,3 .f. t1 %l f-51. f•�• Ir F" J is iti'r :L 4 f:
h y I f
M �-, .L i�!'T• 1' i�,'-11 ! (:; L: t.J � 1 ?: r ; 206
12/11/91
DEC" 1 1991.
ANTHONY MECH . SER.
A Ca R 1�: E: M i. PLAINS I••I O S 1- l T' A I_
'� (; III IT lJ I_. E. A! t) C� 1.:11:5:3
80J. N. QUAKER
dlh�c�rirvldi�hir EQLJlPMEWl khkkA /raAkkkit
E*Q-•T'YPE.: F --1CKAGIZ FIVAC UN:ET'
E:C,!•-CCtiN
-
....Ci[:;�(1:
I_�
: (}C.
.•3T'fE. N(.JP41'ER 0(
�
(w FII (11K
IF C1- i I? : 004-00.4(,(:IVI
RFrC !:. CCIDE : {}r,'
WHEN
COMPL.
TASKS COVERED UNDER AGRI:EME:N'T'
PTCI"(E:.fa
f
I
FILTER 13ECTiClN
1-16x2Ox2 PI...EA'T'ED
1--20x2O x2 PI_I :A'T•I":D
-
?- 2O x2 J x2 PLEATED
`
002 ea type 002 16.Ox25.OxO2.0 to: S
00:I. ea type 002 16.Ox2O,OxO2.O to.. S
001 ea type 002 0 , O x O . O xO2 . O •t. o
00 ea type 002 20. 0 x25. 0 x02. O t o :
0S.
NCITE FI:L.•T'E:R CHANGE: ON SEI VT'C.-E: REF'CII.;T'
CONT'ROL.. PANEL_
09.
INSPEC'T' AND TIGHTEN
E:I_I-CTRICAL. CONNE_CTl0N::)
C,0MIDRE:3130RS
10 .
TNSE•C:(,,•T FOR REF i (aE F?F`sNT Pi N11.)
0:C i._ L.E'AKS
•
11.
CHECK OIL 1_I -_:VEL
_ 12.
CHECK REFRIGERANT C:I••IAIrC•IE:
MAIN (-IR FAN -- MOTOR ASt.•rEMF.3I,..Y
13,
INSPECT BLADES
..
__--• 14,
C1_EAN D:C R'T• ACCUMU1_A'VION
15.
INSPECT BEARING'S FOR E.XC.F-:Si.-)':t11:::
__.
WI::AfR AND END PLAY
16.
CHECK BEARINGS FOR E::XCE:SS:I:CJI:::
-��
T'E•:MPERAT'URE: AND ABUSE'
11,
LUBRICATE: BE.ARlNCS
--- 18.
INSPECT DR:CVE: COUPLINGS,
P U I_. _. E: YS AND
19.
ADJUST I]R.T.VI:: (:OUPL.IN(aS,
__.
PULLEYS AN 13 BELTS
0I'E:RAT3:CINAL. :CP•!ISI•'E:(.'.'TJ N
20.
SEQUENCE TEST UNI:T
21.
CHECK CRANIO CAI.':: I-II•`ATI:R'CIF'F.:FAT':i:CIN
----•
22.
OBSERVE SURFACE TEM Fl E:RAI'I.JRE S
r
PACiE7
02 OF MOIRE
(c:) The
Linc C orporatioTI 1980
PAYMENT BOND
-15-
(THIS PAGE LEFT BLANK INTENTIONALLY)
BOND NO. 30435204
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLOLNIAL AMERICAN CASUALTY AND SURETY COMPANY
HOME OFFICES: BALTIMORE. MD. 21203
STATUTORY PAYMENT BOND PURSUANT TO ARTICLE -160A
OF THE REVISED CIVIL STATL"TES OF TEXAS AS
ANEENDED BY ACTS OF THE 71ST LEGISLATURE, 1989
(Penalty of this bond must be 100% of Contract amount)
KNOW ALL MEN BY THESE PRESENTS:
That,
� a
(Here insert the name and address or legal tide of the Contractor)
BOND CHECK
BEST RATING_
LICENSED IN T FY"'-
DATE 464y
(hereinafter called the Principal), as Principal.
PtandFIDELITY AND DEPOSIT COMPANY OF MARYLAND
Z '>
+ . (Here insect the Dame of the Surety)
t 3' a corporation organized and existing under the laws of the State of Maryland. with its principal office in the
City of Baltimore, (hereinafter called the Surety), as Surety, are held and firmly bound unto
CITY OF LUBBOCK
?ry
(Here insert the name of the Oblige`)
(hereinafter called the Obligee),
in the amount of THIRTY THOUSAND SEVEN HUNDRED EIGHTY AND NO/100-------------------
(Here insert an amount equal to the total contract price)
----------------------- ----
noIlars (S 30,780.00 ),
for the payment whereof, the said Principal and Surety bind themselves. and their heirs, administrators, -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
23RD day of. APRIL, 1992,
to H.V.A.C. MAINTENANCE CONTRACT — LUBBOCK AUDITORIUM/ COLISEUM PROJECT
..�'
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
7 all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in
a said contract, 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 5160A of the Revised
Civil Statutes of Texas, and all liabilities on this bond to all such claimants shall be determined in accordance with
( the provisions of said Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this
PM , 4TH day of MAY 19-92—
ALTHOUGH
992ALTHOUGH THE CONTRACT INCLUDES THREE OPTIONAL YEARS, WHICH MAY BE AGREED UPON BY THE
PRINCIPAL AND OBLIGEE WITHOUT REQUIRING THE CONSENT OF THE SURETY, IT IS UNDERSTOOD THA.
. SURETY'S OBLIGATION IS FOR A TERM OF ONE YEAR ONLY. SURETY WILL NOT BE OBLIGATED
TO RENEW ITS ONE YEAR BOND; BUT IF SURETY DESIRES TO E.YTEND BOND FOR ANY ADDITIONAL
RENEWAL PERIOD, IT WILL DO SO BY CONTINUATION CERTIFICATE.
1.0 ANTHONY MECHANICAL
A SERVICES. IVC.(SEAL)
(SEAL)
_ pF CORPORATI01hG. ANTHONYPrincipal PRESIDENT
FIDELITY A�V'D DEPOSIT COhiP.ANY OF M.161AND
ZI COLONIAL AMERICAN CASUAL AND SURETY COMPANY
r t m
' By �-^ �uc.H
' � (SE.at)
KEVIN J. D ATTORNEY—IN—FACT
tis
..s ..� _ The
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
o D COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
Companies HOME OFFICES: BALTIMORE, MD. 21203
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN
1. Cnstr:uun, AND St-RFTY COSIP:\NY, corporations of the State of Maryland, by C. M. PECOT, JR. , Vice -President,
and C. W. ROBBINS Assistant Secretary, in pursuance of authority granted by Article Vi. Section 2 of
r•• the respective By -Laws of said Companies. which are set forth on the reverse side her of and are hereby certified to be in full force
and effect on the date herein', do hereby nominate, constitute an int How owan and Kevin J. Dunn,
both of Lubbock, Texas, EACH.......... ((JJ .... ° ..
t e true and lawfu-F-agent and Attorney -in -Fact of each, to xecute,VY
deliver, for, and on its behalf as surety, and
as its act and deed: any and all bonds and akin CEPT bonds on behalf of
Independent Executors, Community S ors anity Guardians ...............
A'MMe execution of such bonds or undertakings inee of th ents, shall be as binding upon said Companies, as fully
i and amply, to all intents and purposes, as if *tneaVOcen duly ec ed and acknowledged by the regularly elected officers of
the respective Companies at their offices in e, Md., ' own proper persons. This power of attorney
revokes that issued on beha}Howax wan, etal, dated February 18,1991.
rM
IN WITNESS WHEREOF, the said Vi idents and��3tant Secretaries have hereunto subscribed their names and affixed
the Corporate Seals of the said FID(: D DE COMPANY OF MARYLAND
and the COLONIAL AMERICAN CASUALTY AND
SURETY COMPANY this------------------------ $ t -- -- ----
-day of_---------- ----- --Jsdllua—rj-------------------- A.D. 19.1 a
ATTEST: OA4DELITY AND DEPOSIT COMPANY 4MARND
. - ----- BY ------ - --f----------------------
Ass�stanr Secretaty ident
r
COLONIAL AMERICAN CASUALTY ANDS RETY MPANY
SEALi9-------- -- BY- - - -- - - -------------
�^
Assista t Secretary V .e -President
j STATE OF MARYL M r
« CITY OF BALTIMORE ' SS:
On this 1St day of January , A.D. 1992, before the subscriber, a Notary Public of the State of Maryland, in and
for the City of Baltimore, duly commissioned and qualified, came the above-named Vice -Presidents and Assistant Secretaries of the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally
known to be the individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution
of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid,
and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures
as such officers were duly affixed and subscribed to the said instrument by the authority and direction if the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Sea1„7kjn7M�t1jre tc and ca t above written.
------
���Mouer�+ f ary Public Carol J. Fader
My commission expires ---- Augl.I.s_t.__1_,___199.2----------------
�c, t ca•
CERTIFICATE
1, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct
copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice -Presidents who executed the said Power of Attorney
were Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article Vt. Section 2 of the
respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY
' COMPANY.
This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT
COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969 and of the Board of Directors of the COLONIAL
AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of December, 1991.
RESOLVED: "That the facsinnle or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore
or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Com-
pany with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF. I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this
------4M---day of --- — --- — ----- )�-- ------------ ------ 19----92
— -
168-5048 -- Assistant Secretary
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT. COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice- _
Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Commmittee, shall have
power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents,
Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons
to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds,
and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal
of the Company thereto."
EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -
Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have
power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, _
Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons
to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds,
and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal
of the Company thereto."
E14PORTANT NOTICE: PLEASE READ
r
i COMPLAINT NOTICE:
SHOULD ANY DISPUTE ARISE ABOUT YOUR PREMIUM OR ABOUT A CLAIM
W THAT YOU HAVE FII.ED, CONTACT THE AGENT OR WRITE TO THE COMPANY
THAT ISSUED THE BOND #f30435204. IF THE PROBLEM IS NOT RESOLVED, YOU
MAY ALSO WRITE THE STATE BOARD OF INSURANCE, P.O. BOX 1490919
AUSTIN, TEXAS 78714-9091. FAX # (512)475-1771. THIS NOTICE OF COMPLAINT
PROCEDURE IS FOR INFORMATION ONLY AND DOES NOT BECOME A PART OR
CONDITION OF THIS BOND ##30435204.
i`
I
9
E14PORTANT NOTICE: PLEASE READ
r
i COMPLAINT NOTICE:
SHOULD ANY DISPUTE ARISE ABOUT YOUR PREMIUM OR ABOUT A CLAIM
W THAT YOU HAVE FII.ED, CONTACT THE AGENT OR WRITE TO THE COMPANY
THAT ISSUED THE BOND #f30435204. IF THE PROBLEM IS NOT RESOLVED, YOU
MAY ALSO WRITE THE STATE BOARD OF INSURANCE, P.O. BOX 1490919
AUSTIN, TEXAS 78714-9091. FAX # (512)475-1771. THIS NOTICE OF COMPLAINT
PROCEDURE IS FOR INFORMATION ONLY AND DOES NOT BECOME A PART OR
CONDITION OF THIS BOND ##30435204.
PERFORMANCE BOND
-18-
(THIS PAGE LEFT BLANK INTENTIONALLY)
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 CON-DTTION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithful-
ly perform the work in accordance with the plans, specifications and contract documents, 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 5160A of the Revised
Civil Statutes of Texas, 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.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this
4TH day of MAY 1992
ALTHOUGH THE CONTACT INCLUDES THREE OPTIONAL YEARS, WHICH MAY BE AGREED UPON BY THE
7 PRINCIPAL Ain OBLIGEE WITHOUT REQUIRING THE CONSENT OF THE SURETY, IT IS UNDERSTOOD
THAT SURETY'S OBLIGATION IS FOR A TERM OF ONE YEAR ONLY. SURETY WILL NOT BE
r OBLIGATED TO RENEW ITS ONE YEAR BOND; BUT IF SURETY DESIRES TO EXTEND BOND FOR ANY
ADDITIONAL RENEWAL PERIOD, IT WILL DO SO BY CONTINUATION CERTIFICATE.
A
ANTHONY MECHANICAL SERVICES, INC(SEAL)
e
- (SEAN.)
w �— NYJ PRESIDENT
(iF oRPOR�►TIoh'1 Principal
FIDELITY AND DEPOSIT CONIPAI Y OF MARYLAND
= COLONIAL AMERICA.VL CASUALTY A.YD SURETY CONIPA.I'Y
%
By [rSEAL)
-"- ^•+T�+ ♦ TT7�TN ]TTf1q\iFV-TV-:�('T
BONDNO. 30435204
71.:
`
The
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUALTY AVD SURETY COMPANY
..:
� HOME OFFICES: BALT11MORE. .V1D. 21303
STATUTORY PERFORNIA.N CE BOND PG'RSUA.`T TO ARTICLE 5160A
OF THE REVISED CINIL STATUTES OF TEXAS AS
'
A-NfE`NDED BY ACTS OF THE 71ST LEGISLATL%tE, 1989 BOND CHECK
(Penalty of this bond must be 1007a of Contract amount) BEST RATING . /L
�.
KI OW ALL HIEN BY THESE PRESEN7S: LICENSED I i
DATE ..�2 0
That, ANTHONY MECHANICAL SERVICES INC.
L,
(Hers iasrt die name and address or legal tide of die Contracron
(hereinafter called the Principal), as Principal.
and FIDELITY AND DEPOSIT COMPANY OF MARYLAND
(Here insert the name of the Surety)
a corporation organized and existing under the la ws of the State of Maryland. with its principal office is the
kr
:''
City of Baltimore, (hereinafter called the Surety), as Surety, are held and firmly bound unto
CITY OF LUBBOCK
s
(Here inset the name of the Obligee)
(hereinafter called the Obligee).
l r
in the amount of THIRTY THOUSAND SEVEN HUNDRED EIGHTY AND NO/ 100-------------------
(Here msec as amount equal to the total con=
-----------------------
Dollars (S 30,780.00 ),
w
for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators. executors,
-
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Oblige, dated the
23RD day of APRIL 19 92 ,
to H.V.A.C. MAINTENANCE CONTRACT — LUBBOCK AUDITORIUM/COLISEUM PROJECT
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 CON-DTTION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithful-
ly perform the work in accordance with the plans, specifications and contract documents, 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 5160A of the Revised
Civil Statutes of Texas, 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.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this
4TH day of MAY 1992
ALTHOUGH THE CONTACT INCLUDES THREE OPTIONAL YEARS, WHICH MAY BE AGREED UPON BY THE
7 PRINCIPAL Ain OBLIGEE WITHOUT REQUIRING THE CONSENT OF THE SURETY, IT IS UNDERSTOOD
THAT SURETY'S OBLIGATION IS FOR A TERM OF ONE YEAR ONLY. SURETY WILL NOT BE
r OBLIGATED TO RENEW ITS ONE YEAR BOND; BUT IF SURETY DESIRES TO EXTEND BOND FOR ANY
ADDITIONAL RENEWAL PERIOD, IT WILL DO SO BY CONTINUATION CERTIFICATE.
A
ANTHONY MECHANICAL SERVICES, INC(SEAL)
e
- (SEAN.)
w �— NYJ PRESIDENT
(iF oRPOR�►TIoh'1 Principal
FIDELITY AND DEPOSIT CONIPAI Y OF MARYLAND
= COLONIAL AMERICA.VL CASUALTY A.YD SURETY CONIPA.I'Y
%
By [rSEAL)
-"- ^•+T�+ ♦ TT7�TN ]TTf1q\iFV-TV-:�('T
The FIDELITY AND DEPOSIT COMPANY OF MARYLAND
o D COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
CornpaNes HOME OFFICES: BALTIMORE, MD. 21203
t.
POWER OF ATTORNEY
KNOB ALI. MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN
CASUAI:rl' AND St'RETY COMPNNY, corporations of the State of Maryland, by C. M. PECOT, JR. , Vice -President,
and C. W. ROBBINS Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of
the respective By -Laws of said Companies, which are set forth on the reverse side her of and are hereby certified to be in full force
r and effect on the date hereof, do hereby nominate. constitute ank Int How ,owan and Kevin J. Dunn,
both of Lubbock, Texas, EACH............ ° ..
te rue and iawFuV—agent and Attorney -in -Fact of each, to xecute, s deliver, for, and on its behalf as surety, and
as its act and deed: any and all bonds and akin ° XCEPT bonds on behalf of
Independent Executors, Community S ors a mmunity Guardians..........
ATTIRE execution o such bonds or undertakings in nee of th ents, shall be as binding upon said Companies, as fully
and amply, to all intents and purposes, as if
*(den duly ec ed and acknowledged by the regularly elected officers of
the respective Companies at their offices in e, Md., ' own proper persons. This power of attorney
.revokes that issued on beha}Howax wan, etal, dated February 18, 1991.
44
IN WITNESS WHEREOF, the said Vi Idents anA tant Secretaries have hereunto subscribed their names and affixed
the Corporate Seals of the said FID!�;2�, D DE COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND
� �V �
SURETY COMPANY this -------------------------`61---- �v_- -------day of ---- —------------- —JaLn z_rj_---------------• A.D. 19-42
ATTEST: <ELITY AND DEPOSIT COMPANYOMAt
------ By -----------SE
AL -----
-f----------------------
Assistant Secretary Vint
rCOLONIAL AMERICAN CASUALTY AND S RETY MPANY
!SEAL -- -- - - ry -------- By ----------
Assr., a t ecreta V' e -Presidents
$TATE OF MAR t'
CITY OF BALTIMORE I SS:
On this 1st day of January , A.D. 1992 , before the subscriber, a Notary Public of the State of Maryland• in and -
for the City of Baltimore, duly commissioned and qualified, came the above-named Vice -Presidents and Assistant Secretaries of the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally
known to be the individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution
of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid,
and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures
t as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
Y IN TESTIMONY WHEREOF, I have hereunto set m hand and affixed m Official S
y y eaL*-Ajhej0M5Palti rc to and above written.
�•�woa■r++ 1 ary Public Car01 J. Fader
My commission expires ---- August --- 1,...1492 ------------- -_
CERTIFICATE
1, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct
copy, is in full force and effect on the date of this certificate; and 1 do further certify that the Vice -Presidents who executed the said Power of Attorney
�+ were Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as providoJ in Article VI, Section 2 of the
respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY
COMPANY.
�+ This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT
1 COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969 and of the Board of Directors of the COLONIAL
I. AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of December, 1991.
RESOLVED: "That the facsinrile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore
r or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Com-
pany with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, 1 have hereunto subscribed my name and affixed the corporate seals of the said Companies, this
------4T9---day of --------------MY -------•-------------• 19 ---- 9.2 �.
A
168-5048 -
Assistant Secretary
—
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -
Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Commmittee, shall have
power, by and with the concurrence of the Secretary or any of the Assistant Secretaries, to appoint Resident Vice -Presidents,
Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons
to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, —
and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages .... and to affix the seal
of the Company thereto."
EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -
Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have
power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, _
Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons
to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds,
and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal
of the Company thereto." —
IMPORTANT NOTICE: PLEASE READ
COMPLAINT NOTICE:
SHOULD ANY DISPUTE ARISE ABOUT YOUR PREMIUM OR ABOUT A CLAIM
THAT YOU HAVE FILED, CONTACT THE AGENT OR WRITE To THE COMPANY
THAT ISSUED THE BOND #30435204. IF THE PROBLEM IS NOT RESOLVED, YOU
MAY ALSO WRITE THE STATE BOARD OF INSURANCE, P.O. BOX 149091,
AUSTIN, TEXAS 78714-9091. FAX # (512)475-1771. THIS NOTICE OF COMPLAINT
PROCEDURE IS FOR INFORMATION ONLY AND DOES NOT BECOME A PART OR
CONDITION OF THIS BOND #30435204.
i ro
CERTIFICATE OF INSURANCE
-21-
(THIS PAGE LEFT BLANK INTENTIONALLY)
u-!%28/92 08:13 IaM 7U2 UOUb SE:NIRY INSURANCE -►-►-> ANTHONY MECH LO 002
CERTIFICATE Of INSURANCE ISSUE DATE 04-28-92
-------------------------------=-------^--------------- i------•-----—���__......�----- ------ 1
PRODUCER - COMPRNIES AFFORDING COVERAGES —^--�
JAMES R. JIM MCEWIM I !
4415 71st St. Ste. 115 CpttPRHY LETTER A SENTRY INSURANCE A MUTUAL CO.
� LUBBOCK, TEXAS 79424 �""'�------""-J�--------------}
COMPANY LETTER 8 ° I
�"-----------------=-------r ___----------------
INSURED ----------------
---_ ` COMPANY LETTER C }
I..._ -____LE �------__—_ ---�
} ANTHORY MECHANICAL INC. f COMPANY LETTER D
P.O. BOX 2706
LUBBOCK, TEXAS 7940E ; COMPANY LETTER E
I--------- =__________---------------- _-- --I
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEK ISSUED To THE INSURED NAMED ABOVE FDR THE POLICY PERIOD f
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY COXTRAC71 OR OTHER -DOCUMENT WITH RESPECT TO WHICH THIS 1
I CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, }
EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES.
----- -----�---------------------------______-------_i
POLICY ` POLICY ' LIA81LM LIMITS IK THOUSANDS ;_ ---I CORE TYPE OF INSURANCE POLICY NUMBER EFFECTIVE ; EXPIRATION �--- r EACH OCCURRENCE; AGGREGATE I
DATE , DATE , ,
t!-----------+-��._-----+---------------------------------t--------_�
' GENERAL LIABILITY
i 1 f BODILY INJURY 1$ 2 i$ j
A IX COMPREHENSIVE FORM 1 33-62961-01 1 07-01-91 I 07-01-92
I X .PREMISES OPERATIONS
I X UNDERGROUND EXPLOSION & I I ( (I t I
COLLAPSE HAZARD } } 1 } QROPERTY,DAMAfiE IS I$ }
l [X) PRODUCTS/COMPLETED I ! i _.._.. + ` I
OPERATIONS.- •
I X CONTRACTUAL } 1 I I i I I
I. X INDEPENDENT CONTRACTORS I BI PD
(�X BROAD -FORM PROPERTY I' COMBINED 'fit .500 �S 500 l
1
• OAMAGE PERSONAL IIIJURY I.......`.._-....------------ -j- ---
[.PERSONALINJURY ;S 500 1
+-- --T— i---------------------------•-----------------------
--------
1
--•f---------- -{----
AUTOMOBILE LiA8ILITY ' BODILY INJURY`
A } X -ANY AUTO } 33-6296-02 ! 07-01-91 1 07-01-92 1 (PERPERSON)---_ ;$ ; }
I f'� ALL OWNED AUTOS I I
}PRIM, PASS.) } 4 I I BODILY INJURY
I(-] ALL OWNED AUTOS I I t I (PER ACCIDENT IS ?
I f I I I -------------------f_-----------1--------- ----}
(OTHER)t
i X 'MIRED AUTOS I I I I PROPERTY DAMAGE '" ' I
I X NON-OKNED AUTOS I } 1 ;a"----=---------+--_____:�"�I
GARAGE LIABILITY ` ; I COMBINED Is Soo PO I 1
- ---
-1 ------------------i----------+------. ---- --- i -------
' EXCESS LIABILITY
A I[Xj'UMBRELLA FORM
Il OTHER.TNAH-UMBRELLA
I
WORKERS' COMPENSATION
A I . AND
11 EMPLOYERS- LIABILITY
3362961-04 07-01-91
133-62961-05 07-01-91
I 07 -DI -92 18I & PD I i
I ; COMBINEDI3-2,000 I$ 2,000
t ------------t-------------- ------------__--_---}
' STATUTORY
07-01-92 1 $ .500 EACH ACCIDENT) 1
S 500 ' DISEASE -POLICY LIMIT) 1
iS 500 lftTQV6QV_VAf'W EMPLOYEE)
` OTHER
33-62961-03 I 07-01-91 I 07-01-92 I
A I .INLAND MARINE _ -- -- -------_.I
E.oEscRIPTIDK OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
_ _ -----------I
` CERTIFICATE HOLDER- --------_________ ` CAHCELLATIaN .
SHOULD ART OF THE ABOVE DESCRIBED POLICIES SE -CANCELLED BEFORE I
t I THE EXPIRATION DATE -THEREOF, THE ISSUING COMPANY WILL ENDEAVOR
I CITY aF LUBBOCK TO MAIL 30 DAYS KRITTER:NOTICE TO THE CERTIFICATE HOLDER I
NAKED TO THE'LEFT BUT FAILURE TO MAIL SUCH NOTICE SHALL
7iP BOx 2000 I'IMPOSE NO.OBLIGILT16H OR LIABILITY OF ANY KIND UPON THE COMPANY, }
LUBBaCK,'TEXAS 79457 I ITS'AGENCYS OR REPRESENTATIVES. j
-1 AUTHORIZED REPR
CONTRACT
-23-
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this April 23. 1992, by and between the City of Lubbock, County of
Lubbock, State of Texas, acting by and through B.C. McMinn, Mayor, thereunto authorized to da so, hereinafter
referred to as OWNER, and ANTHONY MECHANICAL SERVICES. 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:
BID # 11874-H.V.A.C. MAINTENANCE CONTRACT - LUBBOCK AUDITORIUM/COLISEUM PROJECT IN THE AMOUNT OF $130,416.000.
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,
tabor, 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.
ATTEST:
Corporate Secretary
r
CITY OF LUBBOCK, TEXAS (OWNER)
By: Z.`
MAYOR
ANTHONY MECHANICAL SERVICES, INC.
CONTRAC OR
By.
LE:
COMPLETE ADDRESS:
PO BOX 3460
LUBBOCK, TX 79452
9
23
k:
C■
GENERAL CONDITIONS Of THE AGREEMENT
(THIS PAGE LEFT BLANK INTENTIONALLY)
Fm
7,
GENERAL CONDITIONS OF'THE AGREEMENT
1. 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, copartnership or corporation, to -wit: ANTHONY MECHANICAL
SERVICES. 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 Ownergs Representative or representative is used in this contract, it shall be understood
as referring to JERRY SMITH, DIRECTOR OF BUILDING SERVICES, City of Lubbock, under whose supervision these
contract documents, including the plans and specifications, were prepared, and who will inspect construc-
tions; 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 shalt 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 tike import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owners 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 Ownerls 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 shalt 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.
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, toots, superintendence, labor, insurance, and ell 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 shalt 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 shalt 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 shalt 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
wilt 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 alt 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 wilt keep the owner informed of the —
progress of the work and wilt endeavor to guard the Owner against defects and deficiencies in the work of
the Contractor.
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
pe 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,
etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him,
Poll 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 shalt, in all
cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this
contract. He shalt 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 inaccordancewith 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.
r -28-
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 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-
riats 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 shalt
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 shalt 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 tabor, 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 shalt 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.
.29-
21. OBSERVATION AND TESTING
1^ 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,
r 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 shalt 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
r.
.30.
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 sum; 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 (15X) 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 (15X) 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.
-31-
so
} 25. DISCREPANCIES AND OMISSIONS
i..
It is further agreed that it is the intent of this contract that all work described in the proposal, the
r specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor
k
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
w 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 tights, 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.
-32.
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 r
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 shalt 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. r
I
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.
-33-
r
!� E. Excess or Umbrella Liability insurance
The Contractor shall have Excess or Umbrella Liability Insurance in the amount of
01,000,000 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 jab 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 requirertN:nts, 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.
(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.
(T) 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
iThe 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 toots, 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
r�
-34-
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 alt 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 laws, 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.
-35-
r.
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 shalt 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 shalt 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
r 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 shalt be paid by Owner to Contractor.
37. QUANTITIES AND MEASUREMENTS.
t
-36-
i
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.
.37-
f*+
4
41. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shalt submit to Owner's Representative an apptica-
tion forrtial
pa 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 shalt 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
r the work has been completed or substantially completed, the Owner's Representative and the Owner shalt 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 shalt 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 shalt 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 shalt 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 become 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 shalt remedy any detects due thereto and pay for
r"
any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the
I
-38-
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 shalt 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 shalt 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.
.39-
r+
r
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
roll appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The or-
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
F notification from the Owner or the Owners 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
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 taw, 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 shalt 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 shalt 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.
r
E
-40-
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 shalt 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
sum derived from such sate 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, toots, 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 shalt fait 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 shalt 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 shalt 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 125,000.00. If the contract price does not exceed $25,000.00, the statu-
tory bonds will not be required. All bonds, if required, shalt 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 shalt not be in effect until such bonds are so furnished.
52. SPEECIAL 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.
-41-
53_ LOSSES FROM NATURAL CAUSES
Unless otherwise specified herein, alt toss 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 Owners Representative shalt 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 Owners 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 shalt remove all such debris and also his tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shalt be left in good order and
condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor.
-42-
(THIS PAGE LEFT BLANK INTENTIONALLY)
CURRENT WAGE DETERMINATIONS
-43-
r-.
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
DGV:da
RESOLUTION
Resolution 7AF2502
January 8, 1987
Agenda Item #18
'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
,.230 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
1.
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 1887.
`ham
B.C. MCMINN, MAYOR
Ranett"oyd, City Secretary
APPROVED T ONTENT: APPROVED AS TO FORM:
Bi 1 Pyne, D rector of Building p'
Services Id G. Vandiver, First
Assistant City Attorney
EXHIBIT A
_
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft
Hourly Rate
Acoustical Ceiling Installer
$11.60 �-
Air Conditioner Installer
8.35
Air Conditioner Installer -Helper
5.50
Bricklayer
10.50
Bricklayer -Helper
5.00
Carpenter
11.00
Carpenter -Helper
5.50
Cement Finisher
7.35
Drywall Hanger
8.70
Electrician
10.50
Electrician -Helper
5.25
Equipment, Operator -
Heavy
8.00
Light
5.70
Floor Installer
8.00
Glazier
7.50
Insulator, Piping/Boiler
9.50
Insulator -Helper
5.00
Iron Worker
7.30
Laborer, General
4.75 .
Mortar Mixer
5.60
Painter
8.75
Plumber
9.25
Plumber -Helper
6.00
Roofer
7.65
Roofer -Helper
4.75
Sheet Metal Worker
8.75
Sheet Metal Worker -Helper
5.50
- Welder - Certified
8.00
p
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Hourly 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
Craft
Asphalt Heaterman
Asphalt Shoveler.
Concrete Finisher
Concrete Finisher -Helper
Electrician
r
Flagger
Form Setter
Form Setter -Helper
Laborer, General
Laborer, Utility
Mechanic
�..
Mechanic -Helper
P
POWER EQUIPMENT OPERATORS
Asphalt Paving Machine
Bulldozer
Concrete Paving Machinist
Front End Loader
'
Heavy Equipment Operator
Light Equipment Operator
Motor Grade Operator.
r^
Roller
Scraper
Tractor
Truck Driver -
k
Light
Heavy
a
r•
Hourly 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
EXHIBIT C
r-,
Electric Construction Trades
Prevailing Wage Rates
Craft Hourly Rate
Power Line Foreman $11.00
Lineman Journeyman 10.45
Lineman Apprentice Series 8.90
Groundman Series 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.
r
SPECIFICATIONS
r
-44-
(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)
r�
I. SCOPE
A. Total maintenance service includes both preventive and
predictive maintenance service to be provided by the
Contractor on all equipment and associated devices related
to the HVAC and other systems as outlined within the
specifications for a period starting May 1, 1992 through
March 31, 1996.
B. The Contractor shall furnish all supplies, components,
replacement parts, materials, test equipment, tools,
personnel and services in conformance with the terms and
conditions as outlined below.
II. Mechanical Maintenance Service
A. Equipment Included
I. The specified quantities, size and model numbers
(if known) ofthe major pieces of equipment are listed
separately on the equipment lists attached for each
building. A list of major equipment for each building
is included in Bid Item II.
Air conditioning compressor(s), air cooled
condensers, chiller tubes, cooling towers,
cooling tower fans, pumps, water chillers,
cooling coils, manual and remote control valves,
replacement refrigerant, oil and lubricants,
etc.
PMP I-1
r
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
F
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,
replacement refrigerant, oil and lubricants,
etc.
PMP I-1
r
C. Air Handling System
Fans, motors, air grilles, plenums, registers, air
filters, dampers, air washers, evaporative cooling pads,
mixing boxes and their dampers, fan coil units, outside
air damper and damper motors, etc.
d. Temperature Control System
Thermostats, control valves and their operators, damper
motors, control linkages, controllers, temperature and
pressure sensors, pneumatic compressors, compressed air
dryers,'time clocks, etc.
e. Miscellaneous Equipment
Exhaust fans, manual valves, float valves, direct
expansion valves, thermometers, gauges, magnetic
starters, sump pumps, 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 to
replace that lost in operation or service and equipment
for refrigerant recovery and reclaim.
f. Equipment Changes
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.
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.
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
PMS I-2
system, including start-up and shut -down. �n_thly inspections
must be performed on all eq�_ipment with report of inspection
filed
a. Examine each piece of equipment and device to see that it
is functioning properly and is in good operating
condition.
r� 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.
4
d. Lubricate all equipment where needed to permit bearings,
!^ gears, and all contact wearing points to operate freely
i and without undue wear.
e. Adjust all linkages, motors, drives, etc., that have
drifted from initial design settings.
f. Calibrate all sensing, monitoring, output, safety, andread-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. Preventative maintenance
C. On call and 24 hour emergency service
'd. All service 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
r condition shall be repaired, and/or replaced with new parts,
t components, or devices.
PMS I-3
2. When equipment or parts are replaced in their entirety, and a
never 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 following sections:
Maintenance Procedures and Records
Preventive Maintenance and Emergency Service
III. Environmental Control System
A. Eg uiement Included
1. Temperature Control System(s)
Thermostats, temperature and pressure sensors, temperature and r
pressure controls, relays, limits, valves, valve operators,
dampers, motors, linkages, humidity control, step switches,
time clocks, contactors, controllers, capacity controls,
safety controls, control panels,gauges, air compressors,
compressed air dryers, automatic blowdown, remote controls,
etc.
IV. Water Treatment Service -
A. Equipment Included
1. Steam and condensate, chilled water system, condensing water
system, cooling towers, condensing, 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 condensing, steam,
condensate and cooling water systems to control metal
corrosion, scale formation, biological fouling or contaminated
discharge.
PMS I-4
r
c
2. The chemicals provide must meet OSHA Environmental Protection
Agency an OEOC 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 all four 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 shall be of fiberglass or polyester materials,
with an ASHRAE standard 52-76 average efficiency 25-30% and
arrestance 90-92X.
VI. Maintenance Procedures and Records
A. The Contractor shall provide within the proposal a specific and
detailed plan including 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 Contra.ctor shall
advise and assist the City of Lubbock to conserve energy and
minimize utility expenditures.
PMS I-5
r-
VIII. Preventive Maintenance and Emergency Service -Sal -1s
A. The Contractor shall schedule and perform the preventive
maintenance service. Monthly inspections must be performed on all
equipment and appropriated Service Reports filed.
1. After each service call, a service report in duplicate shall
be furnished to the City of Lubbock representative at the
Civic Center.
2. Two of the scheduled service calls shall include the system
start-up and the system shut -down, for the appropriate season.
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.
his
B. The Contractor shall also pre inach advancetofnwithin servicestto be ^
specification a monthly schedule
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.
END OF SECTION
d:
i^
J' LUBBOCK, TEXAS
t4
4
4
�...
BID ITEM NO II
TECHNICAL SPE-IFICATIONS
FOR
PREVENTIVE MAINTENANCE PROCEDURES
AND
MAJOR EQUIPMENT LIST
FOR
FOR LUBBOCK AUDITORIUM — COLISEUM
d:
i^
J' LUBBOCK, TEXAS
i
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
PREVENTIVE MAINTENANCE PROCEDURES'
THE LUBBOCK AUDITORUIM COLISE►M
Part I - Gener 1:
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 pproper environment and operating
conditions in the building. Maintain proper flows of air, steam,
condensate, and hot and chilled water and ensure correct setting of
regulating devices to obtain 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 description 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
necessary instruments 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
e� 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:ENERAL: Before final acceptance of the annual test 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
PMP II -1
results. Written explanations of any abnormal conditions are
required. Submit 2 copies of the report.
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 or Steam Pressure and Condensate
Temperature
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 AND 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
PMP II -2
r -
2.06:
I. Installation Data
a. Manufacturer and Model
b. Size
c. Type Drive
d. Motor H.F., Voltage, Phase, and Full Load Amps
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
TEMPERATURE ONTROL 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
2. Corresponding Outdoor Temperature Readings (DB & WB)
3. Relative Humidity -
4. Service Ret Required Monthly
END OF SECTION
PMP II -3
No Text
INDEX ON
MAJOR EQUIPMENT LIST AND
PREVENTIVE MAINTENANCE
PROCEDURES FOR THE
LUBBOCK AUDITORIUM - COLISEUM
1. MECHANICAL EQUIPMENT
2. TEMPERATURE CONTROL COMPONENTS
r`
PMP -A
PMP -M-1/54
PMP -TC -1/19
No Text
t
EQUIPMENT NAME: CHILLER (AUDITORIUM)
MARK: CH#1
MODEL NO.: CARRIER 9T10-119 WITH 5H120—A194
COMPRESSOR
SERIAL NO.s # 440010 WITH 048JO1954
a
EQUIPMENT LOCATION: BASEMENT EQUIPMENT ROOM
(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.
c
DATE INSTALLED: 1954
PROCEDURE:
FREQUENCY (DAYS):
�••
CHECK THE CHILLER'S EVAPORATOR, CONDENSER
30
PRESSURE, OIL SUMP TEMPERATURE, AND NET OIL
PRESSURE
g
CHECK THE OIL LEVEL IN THE COMPRESSOR OIL SUMP 30
CLEAN ALL WATER STRAINERS IN THE CHILLED
90
r
WATER PIPING SYSTEM
CLEAN ALL WATER STRAINERS IN THE CONDENSING
90
NATER PIPING SYSTEM
COMPLETE ALL RECOMMENDED 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 ITEMSH
SHOULD BE CHECKED BEFORE COOLING SEASON
COMPRESSOR MOTOR:
365
CHECK MOTOR CONTINUITY
CHECK AND TIGHTEN MOTOR TERMINALS
MEGGER MOTOR
CHECK NAMEPLATE AND RATING
STARTER:
CHECK OVERLOAD SETTING TRIP POINTS AMPS
365
TIGHTEN ALL TERMINALS
CHECK CONDITION OF STARTER CONTACTS
4.
OIL SUMP:
365
CHANGE OIL IF NEEDED
CHECK OIL CONDITION
is 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 9TIO-119 WITH 5H120 -A194
COMPRESSOR
SERIAL NO.: # 440011 WITH 0484JO
EQUIPMENT LOCATION: BASEMENT EQUIPMENT ROOM
(1956 COOLING TOWER ON ROOF)
r
EQUIPMENT DESCRIPTION: COOLING, CAPACITY
119 TONS, CHILL WATER 305 GPM,
CONDENSING WATER 305 GPM, COMPRESSORS AND CONDENSERS, REFRIG. R-22.
P
COMPRESSORS 261 FLA AT 208V/3 PHASE.
DATE INSTALLED: 1956
PROCEDURE:
FREQUENCY (DAYS):
CHECK THE CHILLER'S EVAPORATOR, CONDENSER
30
r,
PRESSURE, OIL SUMP TEMPERATURE, AND NET OIL
PRESSURE
r
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
90
WATER PIPING SYSTEM
P
3
COMPLETE ALL RECOMMENDED AND WEEKLY
90
MAINTENANCE PROCEDURES
OFF-SEASON MAINTENANCE - DURING PERIODS WHEN 90
CHILLER IS NOT BEING OPERATED, OPERATE THE
r
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 AND RATING
STARTER:
365
CHECK OVERLOAD SETTING TRIP POINTS AMPS
i.
TIGHTEN ALL TERMINALS
CHECK CONDITION OF STARTER CONTACTS
r
365
1
OIL SUMP:
CHANGE OIL IF NEEDED
CHECK OIL CONDITION
1
1
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
PMP -M-4
EQUIPMENT NAME: CHILLER (STAGE)
MARK: CH#3
MODEL NO.: CARRIER 30HL040.WITH TWO 09DD930-500
REMOTE CONDENSERS
SERIAL NO.: #5579762 WITH P595717 AND P595718
EQUIPMENT LOCATION: BASEMENT EQUIPMENT ROOM (CONDENSERS OUTSIDE ON ROOF)
EQUIPMENT DESCRIPTION: COOLING CAPACITY 38.1 TONS, CHILL WATER 134 GPM, DUAL
COMPRESSORS AND CONDENSERS, REFRIG. R-22. COMPRESSORS 1620FLA AT 230V/3 PHASE.
CONDENSERS 21.1 FLA AT 230V/3 PHASE 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
CLEAN ALL WATER STRAINERS IN THE CONDENSING
90
WATER PIPING SYSTEM
COMPLETE ALL RECOMMENDED 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 AND RATING
STARTER:
365
CHECK OVERLOAD SETTING TRIP POINTS 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 LIME IN TUBES.
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 SUCTION11FRAME COUPLED, MECHANICAL SEALS,
65 FT. HD., 610 GPM, -15 HP PUMP, 42 FLA AT 208V-3 PHASE.
DATE INSTALLED: 1985
EQUIPMENT SERVES: WATER CHILLERS
FREQUENCY (DAYS):
PROCEDURE:
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 NAMEPLATE
DATA.
CHECK MOTOR BEARING TEMPERATURE OR CASE
365
TEMPERATURE
365
CLEAN MOTOR
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 NAMEPLATE
DATA.
CHECK MOTOR BEARING TEMPERATURE OR CASE
365
TEMPERATURE
CLEAN MOTOR
365
CHECK MOTOR STARTER FOR PROPER OPERATION
365
AND CHECK TIGRTNESS OF ALL TERMINALS AND
LEADS.
PMP -M-8
r
9,
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:
BLOWDOWN STRAINER
REMOVE STRAINER MEDIA AND CLEAN
CHECK THE MECHANICAL SEALS FOR LEAKS.
IF SEAL LEAKS ARE OBSERVED, IMMEDIATELY
REPLACE THE SEALS WITH SEALS FROM THE
MANUFACTURER.
LUBRICATE THE PUMP AND MOTOR BEARINGS
CHECK MOTOR CONTINUITY
CHECK & TIGHTEN MOTOR TERMINALS
MEGGER MOTOR
CHECK MOTOR VOLTAGE AND CURRENT AT ZERO
AND NORMAL LOAD AND COMPARE 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.
PMP -M-9
FREQUENCY '(DAYS):
30
90
90
180
365
365
365
365
365
365
365
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:
FREQUENCY (DAYS):
OBSERVE CONDENSATE WATER TEMPERATURE AND
30
STEAM PRESSURE UNDER NORMAL OPERATING
CONDITIONS.
-
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
365
ELECTRODE ASSEMBLY
CHECK CONDENSATE DRAIN
365
EXAMINE EXHAUST GAS DUCT AND CHIMNEY
365
INSPECT MAIN BURNER ASSEMBLY
365
INSPECT BOILER TUBES
365
PMP -M-10
EQUIPMENT NAME: BOILER
MARK: TEX 49802
MODEL NO.: FITZGIBBONS B29 60M182
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
30
STEAM PRESSURE UNDER NORMAL OPERATING
CONDITIONS. ._
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
365
ELECTRODE ASSEMBLY
CHECK CONDENSATE DRAIN
365
EXAMINE EXHAUST GAS DUCT AND CHIMNEY
365 .
INSPECT MAIN BURNER ASSEMBLY
365
INSPECT 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 BTUEI
DATE INSTALLED: 1954
PROCEDURE:
FREQUENCY (DAYS):
OBSERVE CONDENSATE WATER TEMPERATURE AND
30
STEAM PRESSURE UNDER NORMAL OPERATING
CONDITIONS.
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 r'
CHECK ALL CONTROLS
180
CHECK THE LOW WATER CUTOFF CONTROL
365
ELECTRODE ASSEMBLY
CHECK CONDENSATE DRAIN
365
EXAMINE EXHAUST GAS DUCT AND CHIMNEY
365
INSPECT MAIN BURNER ASSEMBLY
365
INSPECT BOILER TUBES
365
PMP -M-12
i
EQUIPMENT NAME: STEAM TO WATER HEAT EXCHANGER
DARK: 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
OPERATINGAND
CONDITIONS 30
PRESSURE UNDER NORMAL
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
- r
SERIAL NO.: 22895-B
EQUIPMENT LOCATION: BASEMENT EQUIPMENT ROOM
EQUIPMENT DESCRIPTIONt 2,800 CFM, 2 HP MOTOR
AT 208 V-3 PHASE.
DATE INSTALLED: 1954
EQUIPMENT SERVES: BASEMENT EQUIPMENT ROOM
PROCEDURE:
FREQUENCY (DAYS):
LUBRICATE MOTOR
90
LUBRICATE SHAFT BEARINGS
180
CHECK BELT AND BELT TENSION
180
CLEAN PULLEY, CHECK TIGHTNESS TO SHAFT,
180
AND PULLEY ALIGNMENT
CLEAN WHEELS
365
CHECK MOTOR CONTINUITY
365
CHECK AND 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 r-
CHECK MOTOR STARTER FOR PROPER OPERATION
365
AND CHECK TIGHTNESS OF ALL TERMINALS AND
LEADS
PMP -M-14
3
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
i,
EQUIPMENT DESCRIPTION: RELIEF FAN, HORIZONTAL,' DRAW THRU UNIT.
7,000 CFM SUPPLY AIR AT 380 RPM, 6 FLA -2 HP SUPPLY FAN AT 208 V/3 PHASE, TWO
v SPEED MOTOR FOR 50% CFM CAPACITY AT LOW SPEED.
DATE INSTALLED: 1986
'y EQUIPMENT SERVES: AUDITORIUM
PROCEDURE: FREQUENCY (DAYS):
INSPECT FILTERS FOR CLEANLINESS 30
CHANGE FILTERS 60
ING GREASE LINES ARE 90
k
CHECK THAT FAN BEAR
TIGHT TO THE BEARINGS SO NO GREASE LEAKS
AT THE CONNECTION
r,.
LUBRICATE FAN BEARINGS
90
CHECK BEARING LOCKING SETSCREWS AND OTHER
90
y
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 RESISTANT ZINC CHROMATE PAINT
CLEAN FAN WHEELS AND FAN SHAFT. REMOVE RUST
365
FROM FAN SHAFT WITH AN EMERY CLOTH AND
365
RECOAT THE SHAFT WITH L.P.S. 3 OR AN EQUIVALENT
CHECK MOTOR CONTINUITY
365
f
r
PMP -M-15
CHECK AND 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.
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:
CHECK OIL LEVEL. REPLENISH, IF NECESSARY
WITH PROPER OIL AND CORRECT VISCOSITY,
FOR SURROUNDING CONDITIONS
MANUALLY DRAIN TO CHECK OPERATION OF
AUTOMATIC DRAIN VALVE
CHECK DISTRIBUTION SYSTEM FOR LEAKS
MANUALLY OPERATE SAFETY VALVES TO MAKE
CERTAIN THEY ARE FUNCTIONING
CLEAN INTERCOOLER FINS AND CYLINDER
REPLACE OR CLEAN INTAKE FILTER
INSPECT OIL FOR CONTAMINATION AND
CHANGE IF NECESSARY
CHECK BELTS FOR CORRECT TENSION
CHECK OPERATION OF CONTROLS
CHECK EFFICIENCY OF COMPRESSOR
(PUMP UP TIME CHECK)
CHANGE OIL
TIGHTEN ALL BOLTS
CHECK ELECTRIC MOTOR AND LUBRICATE IF
NECESSARY
CHECK MOTOR CONTINUITY
CHECK AND TIGHTEN MOTOR TERMINALS
PMP -M-17
FREQUENCY (DAYS):
30
sa
30
30
30
30
30
30
30
30
90
90
365
365
365
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
30
WITH PROPER OIL AND CORRECT VISCOSITY,
FOR SURROUNDING CONDITIONS
MANUALLY DRAIN TO CHECK OPERATION OF
30
AUTOMATIC DRAIN VALVE
CHECK DISTRIBUTION SYSTEM FOR LEAKS
30
MANUALLY OPERATE SAFETY VALVES TO MAKE
30
CERTAIN THEY ARE FUNCTIONING
CLEAN INTERCOOLER FINS AND CYLINDER
30 -
REPLACE OR CLEAN INTAKE FILTER
30
INSPECT OIL FOR CONTAMINATION AND
30
CHANGE IF NECESSARY
CHECK BELTS FOR CORRECT TENSION
30
CHECK OPERATION OF CONTROLS
30
CHECK EFFICIENCY OF COMPRESSOR
30
(PUMP UP TIME CHECK)
CHANGE OIL
90
TIGHTEN ALL BOLTS
90
CHECK ELECTRIC MOTOR AND LUBRICATE IF
365
NECESSARY
CHECK MOTOR'CONTINUITY
365
CHECK AND TIGHTEN MOTOR TERMINALS
365
PMP -M-18
EQUIPMENT NAME: DRYER
MARK: 0-1
MODEL NO.: HONEYWELL
SERIAL NO.: EM8210
EQUIPMENT LOCATION: BASEMENT EQUIPMENT ROOM
EQUIPMENT DESCRIPTIONS CAPACITY 9.5 SLFM AT 80 PSI, 100 DEG. F., REFRIG. R-12,
1/6 SP MOTOR AT 115 V-1 PHASE -60 HZ.
DATE INSTALLED:
EQUIPMENT SERVES: INSTRUMENT AIR
PROCEDURE:
CHECK OPERATION OF UNIT
BLOVDOWN FILTER AND DRAIN
CHECK OPERATION OF BLOWDOWN SYSTEM. REPAIR 0
REPLACE AS. REQUIRED
CHECK PRESSURE -RELIEF VALVE: REPAIR OR
REPLACE AS REQUIRED.
CHECK MOISTURE CONTENT OF COMPRESSED AIR
CRECK OPERATION OF REFRIGERATION UNIT.
DRAIN FILTER BOWL AND REPLACE FILTER
CLEAN CONDENSER
CHECK REFRIGERATION SYSTEM CHARGE
PMP -M-19
FREQUENCY (DAYS):
30
30
R 90
90
90
90
180
365
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,
90
CLEAN IF AIR FLOW IS CLOGGED
LUBRICATE MOTORS
180
INSPECT ELECTRICAL WIRING CONDITION
365
TIGHTEN ALL CONNECTIONS
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, 90
CLEAN IF AIR FLOW IS CLOGGED
LUBRICATE MOTORS 180
INSPECT ELECTRICAL WIRING CONDITION 365
TIGHTEN ALL CONNECTIONS
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: FREQUENCY (DAYS):
CHECK DRAIN PIPE FOR OBSTRUCTIONS 30
CHANGE FILTERS 60
INSPECT COILS FOR DIRT BUILD-UP, 90
CLEAN IF AIR FLOW IS CLOGGED
LUBRICATE MOTORS 180
INSPECT ELECTRICAL WIRING CONDITION 365
TIGHTEN ALL CONNECTIONS
r-
PMP -M-22
II
EQUIPMENT NAME: FAN COIL UNITS
MARKS 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:
CHECK DRAIN PIPE FOR OBSTRUCTI(3NS
CHANGE FILTERS
INSPECT COILS FOR DIRT BUILD-UP,
CLEAN IF AIR FLOV IS CLOGGED
LUBRICATE MOTORS
INSPECT ELECTRICAL WIRING CONDITION
TIGHTEN ALL CONNECTIONS
PMP -M-23
FREQUENCY (DAYS):
30
60
90
180
365
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: FREQUENCY (DAYS):
CHECK DRAIN PIPE FOR OBSTRUCTIONS 30
CHANGE FILTERS 60
INSPECT COILS FOR DIRT BUILD-UP! 90
CLEAN IF AIR FLOW IS CLOGGED
LUBRICATE MOTORS 180
INSPECT ELECTRICAL WIRING CONDITION 365
TIGHTEN ALL CONNECTIONS
PMP -M-24
I
I
C
EQUIPMENT NAME: FAN COIL UNITS
MARK: FC -6
MODEL NO.: MCQUAY TSC -0310
(
SERIAL NO.:
�•.
F
EQUIPMENT LOCATION: STAGE FIRST FLOOR
EQUIPMENT DESCRIPTION: HORIZONTALLY CEILING
MOUNTED
i;
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,
90
CLEAN IF AIR FLOW IS CLOGGED
r
LUBRICATE MOTORS
180
G
INSPECT ELECTRICAL WIRING CONDITION
365
k
i,
TIGHTEN ALL CONNECTIONS
�Y
e
f"R
E
r
PMP—M-25
r
EQUIPMENT NAME: FAN COIL UNIT5
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: FREQUENCY (DAYS):
CHECK DRAIN PIPE FOR OBSTRUCTIONS 30
CHANGE FILTERS 60
INSPECT COILS FOR DIRT BUILD-UP, 90
CLEAN IF AIR FLOW IS CLOGGED
LUBRICATE MOTORS 180
INSPECT ELECTRICAL WIRING CONDITION 365
TIGHTEN ALL CONNECTIONS r
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, 90
CLEAN IF AIR FLOW IS CLOGGED
LUBRICATE MOTORS 180
INSPECT ELECTRICAL WIRING CONDITION 365
TIGHTEN ALL CONNECTIONS
PMP -M-27
EQUIPMENT NAME: FAN COIL UNITS
MARK: FC -9
MODEL NO.: MCQUAY TSC-061ER
SERIAL NO.:
FL R
EQUIPMENT. LOCATION: STAGE SECOND 00
EQUIPMENT DESCRIPTION: HORIZONTALLY CEILING MOUNTED
DATE INSTALLED: 1985
EQUIPMENT SERVES: DRESSING ROOM 11
PROCEDURE: FREQUENCY (DAYS):
CHECK DRAIN PIPE FOR OBSTRUCTIONS 30
CHANGE FILTERS 60
INSPECT COILS FOR DIRT BUILD-UP, 90
CLEAN IF AIR FLOW IS CLOGGED
LUBRICATE MOTORS 180
INSPECT ELECTRICAL WIRING CONDITION 365
TIGHTEN ALL CONNECTIONS
EQUIPMENT NAME: FAN COIL UNITS
MARK: FC -10
MODEL NO.: MCQUAY TSC-0610ER
SERIAL NO.:
EQUIPMENT LOCATION: STAGE SECOND FLOOR
EQUIPMENT DESCRIPTION: HORIZONTALLY CEILING MOUNTED
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, 90
CLEAN IF AIR FLOW IS CLOGGED
LUBRICATE MOTORS 180
INSPECT ELECTRICAL WIRING CONDITION 365
TIGHTEN ALL CONNECTIONS
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, 90
CLEAN IF AIR FLOW IS CLOGGED
LUBRICATE MOTORS 180
INSPECT ELECTRICAL WIRING CONDITION 365
TIGHTEN ALL CONNECTIONS
PMP -M-30
'
EQUIPMENT NAME: FAN COIL UNITS
MARK: FC -13 AND FC -14
MODEL NO.: MCQUAY TSC -121C (TWO )
t
SERIAL NO.:
EQUIPMENT LOCATION: STAGE SECOND FLOOR
`
EQUIPMENT DESCRIPTION: HORIZONTALLY CEILING
MOUNTED
DATE INSTALLED: 1985
EQUIPMENT SERVES: CHORUS.2
FREQUENCY (DAYS):
PROCEDURE:
+^30
i
CHECK DRAIN PIPE FOR OBSTRUCTIONS
CHANGE FILTERS
60
O.
INSPECT COILS FOR DIRT BUILD-UP,
90
CLEAN IF AIR FLOW IS CLOGGED
r
I
LUBRICATE MOTORS
180
4..
INSPECT ELECTRICAL WIRING CONDITION
365
TIGHTEN ALL CONNECTIONS
7
1.
PMP -M-31
EQUIPMENT NAME: AIR HANDLING UNIT
MARK: AHU -3 AND AHU-4
MODEL NO.: CARRIER 30ED11
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: 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
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 RESISTANT 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
PMP -M-32
90
90
90
90
90
365
365
365
365
PMP -M-33
i
365
365
365
365
365
365
365
365
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 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
I
AND CHECK TIGHTNESS OF ALL TERMINALS AND
LEADS
PMP -M-33
i
365
365
365
365
365
365
365
365
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
EQUIPMENT SERVES: STAGE
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 RFP TANK 4' DIAMETER, 12' 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 180
IF CONDENSING WATER FLOW IS CLOGGED
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: 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 ELECTRICAL WIRING FOR CONDITION.
365
TIGHTEN ALL CONNECTIONS
INSPECT COILS FOR LINT OR DIRT BUILD-UP
365 �-
CLEAN IF AIR FLOW IS CLOGGED
INSPECT THE UNIT CASING AND ACCESSORIES
365
FOR CHIPPING OR CORROSION. IF DAMAGE IS
FOUND, CLEAN AND REPAINT WITH A GOOD GRADE OF
RUST RESISTANT 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-36
1
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 AND TIGHTEN MOTOR TERMINALS
365
F
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
� "
365
f
CLEAN MOTOR
4.
ro
CHECK MOTOR STARTER FOR-PROPER OPERATION
365
AND CHECK TIGHTNESS OF ALL TERMINALS AND
LEADS
'"
i
4
r
' 6
rm
7
7
4
r
r
i"'
PMP-M-37
EQUIPMENT NAME: AIR HANDLING UNIT
MARK: AHU-7
MODEL NO.: CARRIER 39H5-270
SERIAL NO.: 440049
EQUIPMENT LOCATION: MEZZANINE (UNDER BALCONY)
EQUIPMENT DESCRIPTION: SINGLE ZONE HORIZONTAL, DRAW THRU UNIT
6,700 CFM SUPPLY AIR AT 910 RPM, 9.5 FLA -3 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 ELECTRICAL WIRING FOR CONDITION.
365
TIGHTEN ALL CONNECTIONS
_
INSPECT COILS FOR LINT OR DIRT BUILD-UP
365
CLEAN IF AIR FLOW IS CLOGGED
INSPECT THE UNIT CASING AND ACCESSORIES
365
FOR CHIPPING OR CORROSION. IF DAMAGE IS
FOUND, CLEAN AND REPAINT WITH A GOOD GRADE OF
RUST RESISTANT 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
i
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 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
PMP -M-39
365
365
365
365
365
365
365
365
EQUIPMENT NAME: AIR HANDLING UNIT
MARK: AHU-8, AHU-9- AND ABU -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. BEATING/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 ELECTRICAL WIRING FOR CONDITION. 365
TIGHTEN ALL CONNECTIONS
INSPECT COILS FOR LINT OR DIRT BUILD-UP 365
CLEAN IF AIR FLOW IS CLOGGED
INSPECT THE UNIT CASING AND ACCESSORIES 365
FOR CHIPPING OR CORROSION. IF DAMAGE IS
FOUND, CLEAN AND REPAINT WITH A GOOD GRADE OF
RUST RESISTANT 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
365
FOREIGN MATERIAL. CLEAR THE DRAIN OPENINGS
AND DRAIN LINE TO ENSURE ADEQUATE FLOW
CHECK MOTOR CONTINUITY
365
CHECK AND 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-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 208 V-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, 180
AND PULLEY ALIGNMENT
CLEAN WHEELS 365
CHECK MOTOR CONTINUITY 365
CHECK AND 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-42
t.
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
t"
'l
EQUIPMENT DESCRIPTION: 20,000 CF, 3 HP, 1150
RPM, MOTOR AT 208V-3 PHASE
DATE INSTALLED: 1954
EQUIPMENT SERVES: COLISEUM
FREQUENCY (DAYS):
!.
PROCEDURE:
�•
LUBRICATE MOTOR
90
LUBRICATE SHAFT BEARINGS
180
'i
CHECK BELT AND BELT TENSION
180
CLEAN PULLEY, CHECK TIGHTNESS TO SHAFT,
180
AND PULLEY ALIGNMENT
CLEAN WHEELS
365
CHECK MOTOR CONTINUITY
365
CHECK AND TIGHTEN MOTOR TERMINALS
365 -
r.
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
r
CLEAN MOTOR
365
CHECK MOTOR STARTER FOR PROPER OPERATION
365
AND CHECK TIGHTNESS OF ALL TERMINALS
AND LEADS
i
^
^
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 208V/3 PHASE,.HEATING CAPACITY
405,000 BTUH TOTAL 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 ELECTRICAL WIRING FOR CONDITION.
365
TIGHTEN ALL CONNECTIONS
INSPECT COILS FOR LINT OR DIRT BUILD-UP
365
CLEAN IF AIR FLOW IS CLOGGED
INSPECT THE UNIT CASING AND ACCESSORIES
365
FOR CHIPPING OR CORROSION. IF DAMAGE IS
FOUND, CLEAN AND REPAINT WITH A GOOD GRADE OF
RUST RESISTANT 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
CHECK AND TIGHTEN MOTOR TERMINALS
365
PMP -M-44
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
PMP—M-45
365
365
365
365
365
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 THRU H-17
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 CONDITION
TIGHTEN ALL CONNECTIONS
PMP -M-46
FREQUENCY (DAYS):
30
90
90
365
180
365
EQUIPMENT NAME: EVAPORATIVE COOLERS
MARK: EC -18 & 19
MODEL NO.:
SERIAL NO.:
EQUIPMENT LOCATION: INTERIOR AT MAINTENANCE OFFICE AND CONCESSION
EQUIPMENT DESCRIPTION: HORIZONTALLY MOUNTED
DATE INSTALLED: 1992
EQUIPMENT SERVES: MAINTENANCE OFFICE AND MAIN CONCESSION STAND
PROCEDURE: FREQUENCY (DAYS):
CHECK DRAIN PIPE FOR OBSTRUCTIONS 30
INSPECT ASPEN PADS FOR DIRT BUILD-UP, 90
CLEAN IF AIR FLOW IS CLOGGED
INSPECT SPRAY PUMP AND WATER SUMP 90
FOR DIRT AND CLEAN IF NECESSARY
CHANGE ASPEN PADS 365
LUBRICATE MOTORS 180
INSPECT ELECTRICAL WIRING CONDITION 365
TIGHTEN ALL CONNECTIONS
PMP -TC -46A
EQUIPMENT NAME: CONDENSATE PUMP
MARK: CP -1
MODEL NO.: BURKS PUMPS 5G5 - 1/4" 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
(FILL SUMP WITH WATER AND PUMP DOWN)
30
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
AND NORMAL LOAD AND COMPARE TO NAMEPLATE
365
DATA
CHECK MOTOR BEARING TEMPERATURE OR CASE
TEMPERATURE
365
CLEAN MOTOR
365
CHECK MOTOR STARTER FOR PROPER OPERATION
365
AND CHECK TIGHTNESS OF ALL TERMINALS AND
LEADS
PMP -M-47
i
EQUIPMENT NAME: CONDENSATE PUMP
MARK: CP -2
MODEL NO.: BURKS PUMPS
SERIAL NO.:
EQUIPMENT LOCATION: BASEMENT MECHANICAL EQUIPMENT ROOM (NORTH)
EQUIPMENT DESCRIPTION: CONDENSATE PUMP, 10 GAL. RECEIVER, 10 PSI H.D., 6 GPM, 1/4
HP - 1750 RPM, 6.1 FLA AT 120-1 PHASE
DATE INSTALLED: 1954
EQUIPMENT SERVES: H & U UNIT
PROCEDURE:
CHECK PUMP FOR PROPER OPERATION
(FILL SUMP WITH WATER AND PUMP DOWN)
CHECK OPERATION OF CHECK VALVES
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
PMP -M-48
FREQUENCY (DAYS):;
30
365
365
365
365
365
365
365
365
EQUIPMENT NAME: CONDENSATE PUMP
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 PUMP, 10 GAL. RECEIVER, 10 PSI H.D., 3 GPM, 1/4
HP - 1750 RPM, 6.1 FLA AT 120-1 PHASE
DATE INSTALLED: 1978
EQUIPMENT SERVES: WOMEN'S DRESSING ROOM F.C. UNITS
PROCEDURE:
CHECK PUMP FOR PROPER OPERATION
(FILL SUMP WITH WATER AND PUMP DOWN)
CHECK OPERATION OF CHECK VALVES
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
PMP -M-49
FREQUENCY (DAYS):
30
365
365
365
365
365
365
365
365
EQUIPMENT NAME: FAN COIL UNITS
MARK: FC -15
MODEL NO.: MCQUAY SCB-121A
SERIAL NO.:
EQUIPMENT LOCATION: TOP OF WOMEN'S DRESSING ROOMS.
EQUIPMENT DESCRIPTION: HORIZONTALLY MOUNTED.
1200 CFM WITH 1/2 HP 2.1 FLA - 208V-3 PHASE
DATE INSTALLED: 1978
EQUIPMENT SERVES: WOMEN'S 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
PMP -M-50
FREQUENCY (DAYS):
30
60
90
180
180
180
365
EQUIPMENT NAME: FAN COIL UNITS
MARK: FC -16
MODEL NO.: MCQUAY SCB-161A
SERIAL NO.:
EQUIPMENT LOCATION: TOP OF WOMEN'S DRESSING ROOMS
EQUIPMENT DESCRIPTION: HORIZONTALLY MOUNTED
1670 CFM WITH 3/4 HP - 3.0 FLA - 208V-3 PH MOTOR
DATE INSTALLED: 1985
EQUIPMENT SERVES: WOMEN'S HOME DRESSING ROOM
PROCEDURE: FREQUENCY (DAYS):
CHECK DRAIN PIPE FOR OBSTRUCTIONS 30
CHANGE FILTERS 60
INSPECT COILS FOR DIRT BUILD-UP, 90
CLEAN IF AIR FLOW IS CLOGGED
LUBRICATE MOTORS 180
CHECK BELT AND BELT TENSION 180
CLEAN PULLEY, CHECK TIGHTNESS TO SHAFT, 180
AND PULLEY ALIGNMENT
INSPECT ELECTRICAL WIRING CONDITION 365
TIGHTEN ALL CONNECTIONS
PMP -M-51
EQUIPMENT NAME: EXHAUST FAN
MARK: EF48 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 ROOM
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
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-52
EQUIPMENT NAME: EXHAUST FAN
MARK: EF410 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 ROOM
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
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-53 !
r
EQUIPMENT NAME: EXHAUST FAN
t MARK: EF412
MODEL NO.: BROAN 319
SERIAL NO.:
r
r 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 ROOM
PROCEDURE:
FREQUENCY (DAYS):
LUBRICATE MOTOR
90
LUBRICATE SHAFT BEARINGS
180
r'
CLEAN WHEELS
365
E.
CHECK MOTOR CONTINUITY
365
CHECK AND 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
n
is
G
i
i.
i,
,.
PMP -M-54
(THIS PAGE LEFT BLANK INTENTIONALLY)
r-
FIR
EQUIPMENT NAME: ROOM THERMOSTAT (PNEUMATIC)
MARK: FAN COIL UNITS FC —1-14
�.. MODEL NO.: VARIOUS
P 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:
s 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,
r" THERE SHALL BE NO FLOW THROUGH THE UNIT. THIS "DEAD SPOT" SHALL BE APPROXIMATELY
1 DEGREE IN RANGE.
PROCEDURE:
CHECK CALIBRATION OF EACH THERMOSTAT
CHECK THROTTLING RANGE FOR PROPER SETTING
CHECK NOZZLE AND RESTRICTOR
PMP—TC-1
FREQUENCY (DAYS):
DURING COOLING SEASON ONLY -60
DURING COOLING SEASON ONLY -60
BEGINNING OF COOLING SEASON -365
EQUIPMENT NAME: OUTDOOR AIR TEMPERATURE SENSOR (PNEUMATIC)
MARK: AHU #1 & #2
MODEL NO.: VARIOUS
SERIAL NO.: VARIOUS
EQUIPMENT LOCATION: BASEMENT EQUIPMENT ROOM ROOMS
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:
CHECK CALIBRATION OF EACH THERMOSTAT
CHECK THROTTLING RANGE FOR PROPER SETTING
CHECK NOZZLE AND RESTRICTOR
PMP -TC -2
FREQUENCY (DAYS):
60
60
120
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 MAINTAINS 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.
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.
PROCEDURE: FREQUENCY (DAYS):
CHECK CALIBRATION OF EACH THERMOSTAT 60
CHECK THROTTLING RANGE FOR PROPER SETTING 60
CHECK NOZZLE AND RESTRICTOR 120
PMP -TC -4
k
!n'
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
7 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
t 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
k 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
t TEMPERATURE.
r" 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
'7 CHECK NOZZLE AND RESTRICTOR 120
ft
PMP -TC -5
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:
CHECK CALIBRATION OF EACH THERMOSTAT
CHECK THROTTLING RANGE FOR PROPER SETTING
CHECK NOZZLE AND RESTRICTOR
PMP -TC -6,
FREQUENCY (DAYS):
60
60
120
PROCEDURE: FREQUENCY (DAYS):
r CHECK OPERATION: CALIBRATE IF NECESSARY 60 DURING COOLING SEASON ONLY
l
PMP -TC -7
'.
EQUIPMENT NAME: TEMPERATURE CONTROLLER
MARK: AHU #1 & #2
MODEL NO.: VARIOUS
SERIAL NO.: VARIOUS
EQUIPMENT LOCATION: AHU NO. 1 AND NO.2
A
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
w
SEQUENCE IN ACCORDANCE WITH THE FOLLOWING
SCHEDULE
BY
AN OUTSIDE AIR TEM PERATURE
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 12 OFF
50 DEGREES F
AHU
#1
LOW, AHU 12 LOW
60 DEGREES F
AHU
#1
HIGH, AHU #2 LOW
4
70 DEGREES F
AHU
#1
HIGH AHU 12 HIGH
ABOVE 75 DEGREES F
AHU
#1
OFF, AHU #2 OFF
PROCEDURE: FREQUENCY (DAYS):
r CHECK OPERATION: CALIBRATE IF NECESSARY 60 DURING COOLING SEASON ONLY
l
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
PMP -TC -8
FREQUENCY (DAYS):
180
180
180
180
30 DURING CLASSING SEASON ONLY
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
HEAT/COOLING COIL.
PROCEDURE:
CHECK FOR PROPER OPERATION
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
PMP -TC -10
FREQUENCY (DAYS):
30
180
180
180
180
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:
CHECK FOR PROPER OPERATION
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
PMP -TC -11
FREQUENCY (DAYS):
30
180
180
180
180
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:
CHECK FOR PROPER OPERATION
FREQUENCY (DAYS):
30
CHECK AIR TUBING AND BRACKET CONNECTION 180
CHECK FOR PROPER OPERATION 180
REMOVE RUST AND DIRT 180
PMP -TC -12
EQUIPMENT NAME: PNEUMATIC OPERATOR
MARK: FC #1 - #14
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:
CHECK FOR PROPER OPERATION
CHECK AIR TUBING AND BRACKET CONNECTION
CHECK FOR PROPER OPERATION
REMOVE RUST AND DIRT
PMP -TC -13
FREQUENCY (DAYS):
30
180
180
180
EQUIPMENT NAME: PNEUMATIC OPERATORS
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 RUST AND DIRT 180
PMP -TC -14
EQUIPMENT NAME: PNEUMATIC OPERATOR
MARK: AHU #3 & #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:
CHECK FOR PROPER OPERATION
CHECK AIR TUBING AND BRACKET CONNECTION
CHECK FOR PROPER OPERATION
REMOVE RUST AND DIRT
PMP -TC -15
FREQUENCY (DAYS):
30
180
180
180
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:
CHECK FOR PROPER OPERATION
CHECK AIR TUBING AND BRACKET CONNECTION
CHECK FOR PROPER OPERATION
REMOVE RUST AND DIRT
PMP -TC -16
FREQUENCY (DAYS):
30
180
180
180
E,
EQUIPMENT NAME: ROOM THERMOSTAT (PNEUMATIC)
MARK: FC #15 AND #16
pft MODEL NO.: VARIOUS
SERIAL NO.: VARIOUS
r EQUIPMENT LOCATION:
G 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,
l 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.
EXHAUST FANS: 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):
k CHECK CALIBRATION OF EACH THERMOSTAT 60
CHECK THROTTLING RANGE FOR PROPER SETTING 60
CHECK NOZZLE AND RESTRICTOR 120
t
PMP -TC -17
is
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:
CHECK FOR PROPER OPERATION
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
PMP -TC -18
FREQUENCY (DAYS):
30
180
180
180
180
EQUIPMENT NAME: PNEUMATIC OPERATOR
MARK: FC #15 & #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:
CHECK FOR PROPER OPERATION
CHECK AIR TUBING AND BRACKET CONNECTION
CHECK FOR PROPER OPERATION
REMOVE RUST AND DIRT
PMP -TC -19
FREQUENCY (DAYS):
30
180
180
180
(THIS PAGE LEFT BLANK INTENTIONALLY)
SPECIAL CONDITIONS
-45.
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
SPECIAL CONDITIONS
I. General Instructions to Bidders:
l ;
A. All work called for in the bid documents will continue for a
r period 'starting May 1, 1992 through March 31, 1996 unless
F
terminated under provisions of the contracts prior to that time.
B. Each bidder will be required to bid both bid items as follows:
Bid Item No. l for Total Maintenance Service and Bid Item No 2 for
t 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 both
building 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
apart of this packet, bidders are required to inspect each system
andits 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, conditions, 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
z
weekand including all holidays.
F. The bidder shall include in Bid Item I a written guarantee for
emergency service with three (3) hours during any 24-hour day
G. The Bidder must monitor the Lubbock Auditorium -Coliseum 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 ventilation systems specified herein: Through the
Service Contractor's system of preventative maintenance, the
Contractor must detect faulty or inoperative conditions and
correct same. TheCityRepresentative will advise Contractor of
any known malfunctions or operational problems. The Contractor
7 shall respond in writing toall malfunctions and operational
problems reported at the Lubbock Auditorium -Coliseum. "Notify City
k Representative in writing each month upon completion of the
FIR scheduled work. Provide a completed maintenance service report
't
for each item of the maintenance work performed.
I
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 is 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 and 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 and 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 specifications 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
SC -2
PR
not 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.
II. Qualifications of Bidder
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 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 qualifications'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 Lubbock in evaluating a bidder's overall ability to
SC -3
perform the requested services. The City's determination in this
retard 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
standard 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 Auditorium -
Coliseum.
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 comply 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,
refrigerant pump down and refrigerant recovery and equipment,
voltmeter, ampmeter, and amprobe. Documentation must be attached to
the Bid Proposal submitted
F. In addition, the bidder shall have access to central parts supply
warehouses whose inventories include all replacement parts for any
SC -4
r 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 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.
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.
Two copies of the monthly service report must accompany the monthly
invoice.
END OF SECTION
SC -5
(THIS PAGE LEFT BLANK INTENTIONALLY)
Office of
Purchasing
City of Lubbock
P.O. Box 2000
Lubbock. Texas 79457
606-767-2167
April 23, 1992
Anthony Mechanical Services, Inc.
PO Box 3460
Attn: John Anthony
Lubbock, TX 79452
SUBJECT: HVAC Maintenance Contract -Lubbock Auditorium/Coliseum
PM
The City of Lubbock, having considered the proposals submitted and
opened on the 27th day of March, 1992, for work to be done and materials
to be furnished in and for:
City of Lubbock 'Bid # 11874
HVAC MAINTENANCE CONTRACT-LUBBOCK AUDITORIUM/COLISEUM
PM
as set forth in detail in the Specifications, Plans, and Contract
Documents for such work for the City of Lubbock; 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 April 23, 1992, at the bid price contained
therein, subject to the execution of and furnishing of all other
documents specified and required to be executed and furnished under the
contract 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.
r�
The five percent (5%) 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 retained by the City of
Lubbock.
CITY LUBBOCK
,;,
Gene Eads, C.P.M.
Purchasing Manager