city of royal oak oakland county, michigan … · form of proposal bonds and ... air conditioning...

93
CITY OF ROYAL OAK OAKLAND COUNTY, MICHIGAN CONTRACT DOCUMENTS ADVERTISEMENT INSTRUCTIONS TO BIDDERS CONTRACT FORM OF PROPOSAL BONDS AND SPECIFICATIONS FOR CITY BUILDING HEATING, VENTILATING AND AIR CONDITIONING MAINTENANCE CONTRACT NO. B-0603

Upload: lybao

Post on 08-Apr-2019

217 views

Category:

Documents


0 download

TRANSCRIPT

CITY OF ROYAL OAK

OAKLAND COUNTY, MICHIGAN

CONTRACT DOCUMENTS

ADVERTISEMENT

INSTRUCTIONS TO BIDDERS

CONTRACT

FORM OF PROPOSAL

BONDS AND SPECIFICATIONS

FOR

CITY BUILDING HEATING, VENTILATING AND AIR CONDITIONING MAINTENANCE

CONTRACT NO. B-0603

CITY OF ROYAL OAK OAKLAND COUNTY, MICHIGAN CITY BUILDING HEATING, VENTILATING AND AIR CONDITIONING MAINTENANCE

CONTRACT NO B-0603

INDEX OF CONTRACT DOCUMENTS Index Page Advertisement............................................................................................... A 1

Special Instructions to Bidders .................................................................... SIB 1 – SIB 12

Contract………………………………………………………………… C 1 – C 10

Hold Harmless Agreement........................................................................... HHA 1

Form of Proposal……………………………………………………….. P1 – P 9

Insurances ..................................................................................................... I 1 – I 2

Bonds…........................................................................................................ BD 1 - BD 3

Contractor's Affidavit................................................................................... AF 1

PROJECT SPECIFICATIONS Standard Specifications for Construction for the City of Royal Oak, Michigan........................................................... See Enclosed Book Specifications .............................................................................................. S 1 - S 47

Asbestos Survey Summary .......................................................................... AS 1 – AS 5

i

ADVERTISEMENT CITY OF ROYAL OAK, MICHIGAN

CITY BUILDING HEATING, VENTILATING AND

AIR CONDITIONING MAINTENANCE CONTRACT NO. B-0603 NOTICE TO CONTRACTORS: Sealed proposals will be received by the Clerk of the City of Royal Oak, Michigan, up to 2:00 P.M. on the 7th day of March 2006, at which time all proposals will be publicly opened and read aloud in the City of Royal Oak City Hall, Room 309, located at 211 Williams Street, Royal Oak, Michigan for "City Building Heating, Ventilating and Air Conditioning Maintenance," Contract No. B-0603. The work shall consist of furnishing labor, equipment, and materials for City Building Heating, Ventilating and Air Conditioning maintenance work. The proposal documents under which the work is to be done may be examined and obtained at the Office of the City Engineer, Royal Oak City Hall, 211 Williams Street, Royal Oak, Michigan, 48067. Copies may be obtained at a non-refundable cost of $25.00. Bid packages CAN NOT be mailed. Contact the Engineering Department at 248-246-3260 for all information regarding the request for proposals. Request for proposals are also available at the website of the Michigan Intergovernmental Trade Network (MITN) at www.govbids.com/scripts/MITN/public/home.asp. MITN requires a fee for subscribing to this service. Minority and female Contractors are specifically invited to bid on this Contract. The City also requests Contractors to use minority and female subcontractors whenever possible. No bidder may withdraw its proposal between the date set for the opening thereof and the date upon which the Contract is awarded. Each proposal must be accompanied by a Certified Check or Bid Bond by a recognized surety company in the amount of five percent (5%) of the bid, payable to the City of Royal Oak as security for the acceptance of the Contract. No bidder may withdraw his proposal between the date set for the opening thereof and the date upon which the Contract is awarded. The right to reject any or all proposals and the right to waive defects in proposals will be reserved by the City. By order of the Commission of the City of Royal Oak, Michigan. Mary Ellen Graver City Clerk To be advertised in: The Mirror – 2/23/06 Dodge Reports 02/22/06 to 3/7/06 Construction Assoc. of MI 2/23/06 to 3/7/06 MITN 2/22/06 A-1

SPECIAL INSTRUCTIONS TO BIDDERS

CITY BUILDING HEATING, VENTILATING AND

AIR CONDITIONING MAINTENANCE

CONTRACT NO. B-0603

The work under this Contract shall be performed in accordance with the City of Royal Oak Standard Specifications for Construction; Standard Instructions to Bidders and General Conditions except when modified by the Special Instructions to Bidders, Specifications or Contract as herein described. TYPE OF WORK The work under this Contract consists of, but is not limited to, the following: Provide all labor, equipment and materials for the maintenance necessary to keep heating, ventilating and air conditioning (HVAC) systems and controls in City buildings listed herein in good operating order. BIDDERS FORM OF PROPOSAL All bid proposals shall be on the City Form of Proposal attached hereto the Contract Documents. AWARD AND EXECUTION OF THE CONTRACT It is the intention of the City to award the Contract to a single lowest responsible bidder, provided it’s bid is reasonable but the City reserves the right to award each part of the Form of Proposal; “Basic Services”, “Water Treatment Services”, “Star Dream Sculpture Fountain Cleaning and Manual Water Treatment” and “Extra Work/Emergency Work” to separate bidders under separate Contracts based of the bid prices provided and the best interest of the City will be served by accepting the proposal(s). The City shall forward to the Contractor a written notice of award upon acceptance of the bid by the City Commission. The bidder to whom the Contract is awarded will be required to execute the form of Contract and to furnish all bonds, certificates of insurance, and a Hold Harmless Agreement within ten (10) days (Sundays and legal holidays excepted) after receiving the written notice of the award, or within such extended period as may be approved by the City; and in the case of his/her failure to do so, he/she may be considered by the City to have abandoned his/her interests in the Contract, and his/her proposal guaranty may be declared forfeited to the City, and the Contract may be awarded to another bidder.

SIB 1

SPECIAL INSTRUCTIONS TO BIDDERS - Continued CONTRACT NO. B-0603

SIB 2

BOND REQUIREMENTS The successful bidder shall be required to execute two (2) bonds, on the forms included herein the Contract Documents, with sureties acceptable to the City. One bond shall be executed on behalf of the City and shall be conditioned on the faithful performance and fulfillment of the Contract work for a period of one (1) year after the date of the final contract payment. The other bond shall be executed on behalf of the People of the State of Michigan and shall be conditioned upon the full payment of all labor and materials used in the work and the protection of the City from all liens and damages arising from the Contract work. The amount of the bonds shall be based upon the total of the amounts bid for “Basic Services”, “Water Treatment Services” and “Star Dream Sculpture Fountain Cleaning and Manual Water Treatment” on the Form of Proposal for the Contract at the time the bids are received. The bid bond shall be based upon 5% of the total of the amounts bid for “Basic Services”, “Water Treatment Services” and “Star Dream Sculpture Fountain Cleaning and Manual Water Treatment” on the Form of Proposal for the Contract. The Form of Proposal shall be accompanied by a Certified Check payable to the City of Royal Oak or bid bond by a recognized surety company as security for the acceptance of the Contract. No bidder may withdraw it’s proposal between the date set for the opening thereof and the date upon which the Contract is awarded. The City Attorney shall approve all bonds as to form and substance. A surety licensed to do business in the State of Michigan shall issue the bonds.

SPECIAL INSTRUCTIONS TO BIDDERS - Continued CONTRACT NO. B-0603

SIB 3

LOCATIONS OF WORK

City Building Address Building Manager / Office Phone A. City Hall & "Star Dream" Sculpture Fountain

211 Williams St. Roger Jacob / 248-246-3267

B. Police 221 E. Third St. Ted Quisenberry / 248-246-3525 C. Library 222 E. 11 Mile Rd. Carol Windorf / 248-246-3710 D. Fire Station #1 215 E. Sixth Street Wil White / 248-246-3800 E. Fire Station #2 1411 W. Webster Rd. Wil White / 248-246-3800 F. Fire Station #3 3128 Rochester Road Wil White / 248-246-3800 G. Fire Station #4 31000 N. Woodward Wil White / 248-246-3800 H. Senior Community Ctr. 3500 Marais Ave. Kathy Heikkila / 248-246-3912 I. Dept. of Public Service 1600 N. Campbell Al Orr / 248-246-3327 J. Animal Shelter 1515 N. Edgeworth Ted Quisenberry / 248-246-3525 K. John Lindell Ice Arena 1403 Lexington Blvd. Ron Holbrook / 248-246-3961 L. Tennis Courts/Soccer Dome

1319 Lexington Blvd. Greg Rassel c/o Roger Jacob / 248-246-3267

M. Royal Oak Farmer’s Market

316 E. Eleven Mile Rd.

Gwen Ross / 248-246-3276

N. Jack & Patti Salter Community Center.

1545 E. Lincoln Ave. Tod Gazetti / 248-246-3185

MEASUREMENTS AND PAYMENTS See “Method of Measurement and Basis of Payment” section of the Specifications of these Contract Documents. CITY BUILDING HVAC EQUIPMENT EXAMINATIONS AND INVESTIGATIONS The prospective bidder shall carefully and thoroughly examine and verify all City building HVAC equipment indicated in the Contract Documents listed herein for the proposed work and determine for his/her self all conditions under which he/she will be obligated. No plea of ignorance of conditions that may exist or that may hereafter exist, or of difficulties that may be encountered in the execution of the work under this contract, as a result of the bidder’s failure to make prudent examinations and investigations, will be accepted as an excuse for any failure or omission on the part of the Contractor to fulfill in every detail all requirements of the Contract Documents, nor will same be accepted as a basis for a claim for extra compensation or damages. The prospective bidder shall contact each respective City Building Manager as indicated in the Specifications

SPECIAL INSTRUCTIONS TO BIDDERS - Continued CONTRACT NO. B-0603

SIB 4

for an appointment to examine and investigate the HVAC equipment for each City building. CITY BUILDINGS NOT LISTED IN THE SPECIFICATIONS The City reserves the right to request and receive from the Contractor “Extra Work/Emergency Work” services for City buildings not listed on the list of buildings in the Specifications when requested by the City for the items and unit prices bid on the Form of Proposal for “Extra Work/Emergency Service” work and performed at no extra cost to the City. EXISTING MANUFACTURER AND CONTRACTOR WARRANTIES Some of the equipment listed in Schedule A for the following buildings are recently new and are under warranty by the equipment manufacturer and the installation Contractor as determined by the respective City Building Manager. The Contractor shall notify the respective City Building Manager of any warranty related equipment problems so the warranty may be applied. The Contractor shall not perform “Extra Work/Emergency Work” on any equipment while under warranty unless directed by the respective City Building Manager. These buildings are as follows:

1. Library 2. Royal Oak Farmer’s Market 3. Fire Station # 1 4. Fire Station # 3 5. Fire Station # 4 6. Jack & Patti Salter Community Center

WARRANTIES AND GUARANTEE’S FOR NEW EQUIPMENT INSTALLED The Contractor shall provide all manufacturers’ warranties for new equipment installed under this Contract to the respective City Building Manager at the completion of the work prior to payment for the new equipment. The Contractor shall provide a one (1) year total guarantee on parts and labor for new equipment installed under this Contract to the respective City Building Manager at the completion of the work prior to payment for the new equipment. CONTRACTORS SERVICE PERSONNEL Qualified personnel directly employed or supervised by the Contractor and qualified to keep the equipment and components in good operating order shall only perform mechanical equipment and component service work. All work, except supervisory, electric, and electronic, on refrigeration and air conditioning equipment shall be performed by a certified Type I and Type II technician as

SPECIAL INSTRUCTIONS TO BIDDERS - Continued CONTRACT NO. B-0603

SIB 5

required by 40 CFR Part 82 subpart F through the proper refrigerant practices program approved by the United States Environmental Protection Agency. Any mechanic performing work under the Contract shall provide their certification to the Engineer. WORK SCHEDULING Within ten (10) days after the award of this Contract, the Contractor shall provide the Engineer with Checklists of the “Basic Services” for each respective City building as detailed in the Specifications and a General Schedule of all the City buildings indicating which months the Contractor plans to perform the “Basic Services” as outlined in Schedule A of the Specifications. The Contractor shall perform “Basic Services” on equipment and other items covered under the Specifications during normal working hours (8AM to 5PM, Monday through Friday). Each respective City Building Manager reserves the rights to adjust or change the dates, times or month’s visits are proposed for “Basic Services”. INTERIOR BUILDING PROTECTION The Contractor shall provide interior building protection so as not to interfere with any City operations. All work required for re-scheduling service work and interior protection shall not be paid for separately, but payment shall be considered included in other pay items in the Contract. EMERGENCY CALLS The Contractor shall provide a 24-hour emergency telephone number in the event the City of Royal Oak Police Department, the Engineer or the City Building Manager contacts the Contractor to respond to an emergency situation. The Contractor shall respond immediately or the City of Royal Oak will proceed with the necessary emergency response and take all action the City deems necessary. The Contractor shall reimburse the City of Royal Oak for all expenses incurred for the emergency response upon receipt of billing. STORAGE OF EQUIPMENT AND MATERIALS Materials, tools, and equipment shall not be distributed upon or near the site of the work in such a manner as to obstruct or cause unnecessary inconvenience. The Contractor shall be held responsible for all materials until they are finally incorporated into the work and accepted. The Contractor shall be held responsible and to repair any damage done by reason of the storage of tools, materials, and equipment. The Contractor shall not rely on the City to provide storage area(s) for equipment and materials. CONTRACTOR’S RESPONSIBILITY FOR WORK COORDINATION

SPECIAL INSTRUCTIONS TO BIDDERS - Continued CONTRACT NO. B-0603

SIB 6

The Contractor shall coordinate and cooperate in this work so as not to delay or interfere with other Contractors and City forces working in the buildings. The Contractor shall make no claims against the City for additional payment due to delays or other conditions created by the operations of such other parties. If there is a difference of opinion as to the respective rights of the Contractor and others doing work within the limits of or adjacent to the work being done under this Contract, the Engineer will decide as to the respective rights of the various parties involved in order to secure the completion of the City’s work in general harmony and in a satisfactory manner, and his decisions shall be final and binding on the Contractor. MISCELLANEOUS DEBRIS, MATERIALS AND EQUIPMENT Upon completion of the work each day, the Contractor shall clean up, remove all equipment, tools and debris and leave the work area in a neat and clean condition. Miscellaneous debris including equipment or parts replaced or other material generated by the work shall be hauled away expeditiously from the City building area to a landfill approved by the City. The removal of the materials shall be included in the bid prices for “Basic Services”. The Contractor is responsible for coordinating its work with the respective City Building Manager for the removal and replacement of any equipment. INSPECTION The City will provide all inspection necessary for the work. BIDDER INFORMATION The bidder information as specified under item 7 on page SI-2 in the “Standard Instructions to Bidders” of the City of Royal Oak Standard Specifications for Construction shall be provided with the bid as listed on the Form of Proposal. BIDDER’S REQUIREMENTS The following requirements shall be provided with the bid:

A. Five references of similar jobs. The references shall include a one sentence job description,

year of work, and owner representative and phone number. B. A detailed schedule indicating “Basic Services” and “Water Treatment Services” for all

buildings including 24-hour emergency call out numbers. The schedule shall include staffing to be used by the Contractor in the execution of the Contract.

C. Address and description of bidders place of business.

SPECIAL INSTRUCTIONS TO BIDDERS - Continued CONTRACT NO. B-0603

SIB 7

D. List of contracts on which the bidder is currently engaged. E. Name of proposed subcontractor to be used for “Water Treatment Services” if applicable. F. Such additional information as will satisfy the owner that the bidder is adequately prepared,

in technical experience and otherwise, to fulfill the Contract. BOILER INSPECTIONS AND TESTING REQUIRED BY LAW The Contractor shall perform all boiler, control, and safety device testing as required by the Michigan Department of Consumer & Industry Services Bureau of Construction Codes & Fire Safety/Boiler Division for all boilers indicated in Schedule A of the Specification of the Contract Documents. All work required for boiler inspections and testing required by law shall not be paid for separately but payment shall be considered included in the unit prices bid for “Basic Services” for each City building. PERMITS The Contractor shall secure all Federal, State, and City permits and licenses necessary for the prosecution of the work. Permits for the work required by the City shall be obtained and the fee will be waived. CONFORMITY TO CONTRACT & SPECIFICATIONS Proposals shall be made in full conformity to all the conditions as set forth in the Contract and Specifications attached hereto. ASBESTOS CONTAINING BUILDING MATERIAL Asbestos containing building material has been identified throughout the City buildings. The survey report prepared by Professional Service Industries, Inc., is included for review by the Contractor attached hereto. All work performed by the Contractor shall meet all City, State, and Federal requirements required when working with asbestos containing building material. CONTRACTORS PERSONNEL The Contractor shall provide personnel to accomplish all required services on schedule as specified. All personnel shall be skilled in heating, ventilating and air conditioning maintenance. The Contractor shall be responsible for proper conduct of all its personnel. If problems arise with any Contractors personnel, the City may request a change of service personnel for future work that the Contractor shall adhere to.

SPECIAL INSTRUCTIONS TO BIDDERS - Continued CONTRACT NO. B-0603

SIB 8

The Contractor shall furnish a list of all employees who will work in any City building. The list shall contain the name and length of time employed by the Contractor. The list shall be kept current. All personnel employed by the Contractor in performance of these services shall be those in its regular employment. All personnel shall be employees of the Contractor and not self-employed individuals. No subcontracting shall be allowed except for “Water Treatment Services”. Personnel supplied by the Contractor will be deemed employees of the Contractor and will not for any purpose be considered employees or agents of the City. The Contractor shall be solely responsible for payment of salary (including withholding of income taxes and social security), vacation pay (in accordance with the Contractor’s policy), liability insurance, workers’ compensation disability benefits, unemployment compensation, and their related benefits whether statutory or not. The work schedule shall be determined by the demands of the job and shall comply with the Fair Labor Standards Act. If requested by the City, the Contractor shall provide payroll records as evidence that FICA and Income Tax are being withheld. All Contractors personnel shall wear identification tags while working in any City building. Contractor’s personnel shall follow security procedures as established by City Building Managers. LIBRARY SUMP PUMPS The Contractor shall not take either of the two (2) sump pumps out of service at the Library located at 222 E. Eleven Mile Road without providing backup pump(s) to keep up with the constant high volume of water entering the sump. The two (2) filter baskets mounted inside the sump shall be cleaned monthly. DEPARTMENT OF PUBLIC SERVICES BUILDING Scheduled “Basic Services” for the Department of Public Services Building located at 1600 N. Campbell is not required for any equipment. Boiler start-up on October 1 and shut-down on June 1 (or as directed) and boiler testing as required by the State Boiler Division is required for the two (2) steam boilers including all equipment that is necessary to start/shut-down the steam heat system as listed in Schedule A. Scheduled “Water Treatment Services” and “Extra Work/Emergency Work” shall be provided in accordance with the specifications. JOHN LINDELL ICE ARENA ICE GENERATING EQUIPMENT Maintenance for the ice generating equipment at the John Lindell Ice Arena located at 1403 Lexington Blvd. is not required as part of this contract. “Basic Services” is required for all other equipment as listed in Schedule A for the John Lindell Ice Arena.

SPECIAL INSTRUCTIONS TO BIDDERS - Continued CONTRACT NO. B-0603

SIB 9

COSTS TO CORRECT DEFICIENCIES Any costs incurred by the City to correct deficiencies due to the failure of the Contractor to perform the work in accordance with the Contract Documents will be deducted from payments to the Contractor. The Contractor shall bear the cost of repair or replacement of any building items or equipment damaged as a result of its operations. Damaged items shall be repaired or replaced as determined by the Engineer. The Contractor in conformity with the latest edition of the Building, Plumbing, and the National Electrical Code shall make all repairs and replacements. The Engineer will investigate all complaints received regarding the Contractor and shall also have the right to make investigations on his own initiative. If, in the opinion of the Engineer, any work has not been done in accordance with the Contract, the Engineer shall immediately notify the Contractor in writing of the nature of the defect, location, remedies desired, and the time limit within which the defect shall be remedied. Should the Contractor fail to remedy the defect within the time limit allowed, the Engineer may remedy the defect with another Contractor, and deduct the cost thereof from the amount due the Contractor. The Engineer may notify the Contractor to stop all other work under this Contract until the defect has been remedied. The City shall not be required to pay for any work done by the Contractor in violation of any such stop order, and the amount due for any such work shall be regarded as liquidated damages due the City as a result of such breach of this Contract. EQUIPMENT REPORTS AND “NOT-TO-EXCEED” PROPOSALS When requested by a City Building Manager or the Engineer, the Contractor shall provide written reports on equipment reviews and recommendations with an estimated “Not-To-Exceed” proposal amount for the “Extra Work”. If the City determines to accept the proposal from the Contractor for the “Extra Work” with a not to exceed limit amount, the work shall be performed and paid for in accordance with the “Method of Measurement and Basis of Payment” terms specified in the Specifications of the Contract Documents for “Extra Work” with a not to exceed limit amount as provided in the proposal. These proposals shall be considered part of this Contract and payment for this shall be included in other pay items of work and provided at no extra cost to the City. The City reserves the right to hire other Contractor(s) to perform any heating, ventilating and air conditioning (HVAC) maintenance work, “Extra Work/Emergency Work” or to provide equipment replacement as the City determines is in it’s best interest at any City building at any time. FIVE-YEAR MAJOR EQUIPMENT AND CONTROLS REPLACEMENT SCHEDULE REPORT

SPECIAL INSTRUCTIONS TO BIDDERS - Continued CONTRACT NO. B-0603

SIB 10

The Contractor shall review all City building HVAC systems and controls to evaluate their condition and their ability to provide cost effective energy-efficient service. The Contractor shall also review specific building HVAC control system problems provided by the Building Manager or the Engineer. A written comprehensive report shall be provided on or before December 31, 2006, which shall include a prioritized recommended five (5) year major equipment and control system replacement schedule for each building. If the Contractor is awarded an annual Contract extension, a report shall be provided on or before December 31 for each additional year the Contract is extended. Equipment and control system replacements shall be energy efficient. The replacement schedule report shall provide a detailed description of the equipment and/or controls to be replaced, the benefits from the replacement, the estimated budget cost of the improvement, and any estimated annual energy savings and maintenance savings that should occur. The City may copy and use the report in any way it determines is in its best interest. The five-year major equipment and controls replacement schedule report shall be considered included in the unit prices bid for “Basic Services” and shall be provided at no extra cost to the City. TIME OF STARTING AND COMPLETING The work to be done under this Contract is to begin April 1, 2006 provided the Contract is executed by all parties and bonds and insurances have been approved by the City and will be terminated March 31, 2007 unless the time may be extended as determined by the City under the Special Instructions to Bidders “Annual Contract Extensions” section as follows. ANNUAL CONTRACT EXTENSIONS The City reserves the right to extend the Contract at the completion of the annual term of service covered under Contract No. B-0603 provided the best interest of the City would be served by extending the Contract. The Contractor shall provide percent increases to be applied for each possible subsequent annual Contract extension to the previous annual Contract term for “Basic Services”, “Water Treatment Services”, and “Star Dream Sculpture Fountain Cleaning and Manual Water Treatment”, and hourly labor rates to be applied for “Extra Work/Emergency Work” and percentage to be applied for Overhead and Profit mark-up for HVAC parts or equipment purchased for “Extra Work or Emergency Work” for each possible subsequent annual Contract extension specified on the Form of Proposal with the bid. The Contractor shall honor the annual unit price increases, rates and mark-up percentage for HVAC parts and equipment for any Contract extension(s) if the City determines to extend the Contract, and all terms of Contract No. B-0603 shall remain in effect including bond and insurance requirements. The City solely reserves the right to determine to extend the Contract for any subsequent annual extension(s). TITLE VI COMPLIANCE The City of Royal Oak in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252,

SPECIAL INSTRUCTIONS TO BIDDERS - Continued CONTRACT NO. B-0603

SIB 11

42 USC 2000d-d4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally Assisted Programs of Department of Transportation, and all requirements issued pursuant to such Act, hereby notifies all bidders that minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of gender, disability, race, color, sex or national origin in consideration for an award. During the performance of this contract, the consultant/contractor, for itself, its assignees, and successors in interest, (hereinafter referred to as the “contractor”) agrees as follows: 1. Compliance with Regulations

The contractor shall comply with the regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter referred to as DOT), Title 49, Code of Federal Regulations, part 21 (hereinafter referred to as the Regulations), as they may be amended from time to time, herein incorporated by reference and made a part of this contract. 2. Nondiscrimination

The contractor, with regard to the work performed during the contract, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations.

3. Solicitations for Subcontracts, including Procurement of Materials and Equipment

In all solicitations either by competitive bidding or negotiations made by the contractor for work to be performed under a subcontract, including procurement of material for leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor’s obligations under this contract and the Regulations relative to nondiscrimination on the ground of race, color, sex, or national origin.

4. Information and Reports

The contractor shall provide all information and reports required by the Regulation or directives issued pursuant thereto, and shall permit access to it’s books, records, accounts, other sources of information and its facilities as may be determined by the City of Royal Oak, Michigan Department of Transportation or appropriate Federal Agency to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where

SPECIAL INSTRUCTIONS TO BIDDERS - Continued CONTRACT NO. B-0603

SIB 12

any information required of a contractor is in exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the Michigan Department of Transportation or the appropriate Federal Agency as needed, and shall set forth what efforts it has made to obtain the information.

5. Sanctions for Noncompliance

In the event of the contractor’s noncompliance with the nondiscrimination provisions of this contract, the City of Royal Oak shall impose such contract sanctions as the Michigan Department of Transportation may determine to be appropriate, including, but not limited to:

A. Withholding of payments to the contractor under contract until the contractor

complies, and/or B. Cancellation, termination, or suspension of the contract, in whole or in part.

6. Incorporations and Provisions

The contractor shall include the provisions of paragraphs (1) through (5) in every subcontract, including procurement of materials and leases of equipment, unless exempt by Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontractor or procurement as the City of Royal Oak, Michigan Department of Transportation, or appropriate Federal Agency may direct as a means of enforcing such provisions, including sanctions for noncompliance.

CONSTRUCTION CONTRACT THIS MEMORANDUM OF AGREEMENT, made this day of

, 20 , BY AND BETWEEN THE CITY OF ROYAL OAK, MICHIGAN, party of

the first part, commonly referred to herein as the CITY, and of

, County of , State of , party of the second part, commonly

referred to herein as the CONTRACTOR.

WITNESSETH, the parties to these presents, each in consideration of the agreements on the other herein contained, have agreed and hereby agree to as follows: Article 1: That the said CONTRACTOR has agreed and by these presents does agree with the said CITY for the consideration set forth in Article 5 of this Contract to build and/or construct for the said CITY the entire work as shown on the Plans and as described in the Specifications, Instructions to Bidders, Proposal, and other documents together with all appurtenances and appurtenant work, in the manner and time prescribed including the furnishing of all materials, tools, equipment, transportation, labor, supervision, and all else necessary therefor and incidental thereto. The short title and description of this Contract shall be known and referred to as:

CITY BUILDING HEATING, VENTILATING AND AIR CONDITIONING MAINTENANCE

CONTRACT NO. B-0603 Article 2: That the CONTRACTOR agrees that he will prosecute the work under this Contract so as to bring it to full completion by March 31, 2007, or as extended in accordance with the Special Instructions to Bidders, and he further agrees that the CITY is hereby authorized to deduct and retain out of monies that may be due or become due him under this Contract the sum of four-hundred dollars ($ 400.00) for each and every working day that the work remains uncompleted beyond the time limit named above, as amended by such extension of time as may be as allowed under Article 3 of this Contract, and that, in view of the difficulty of ascertaining the loss which the CITY will suffer by reason of delay in the performance of the work hereunder, the deduction and retention of such sum is to be considered not a penalty but the payment of liquidated damages stipulated beforehand by the parties hereto as representing the cost of additional inspection and engineering and the loss to the CITY of the use of the said construction of facilities.

C1

CONTRACT NO. B-0603 - Continued

C 2

Article 3: That the parties hereto mutually agree that if the CONTRACTOR shall be obstructed or delayed in the prosecution of completion of his work by disastrous storms, or by acts of Providence, or by general strikes, or by Court Injunction, or by any neglect or delay on the part of the CITY, the CONTRACTOR shall have no claim for damages for such causes or delay, but he shall in such case be entitled to such extension of time limit specified herein for the completion of the work as the Engineer shall adjudge to be just and reasonable provided, however, that formal claim for such extension be made in writing by the CONTRACTOR within a week after the time when such alleged cause of delay shall have occurred. Article 4: That the parties hereto mutually agree to the following stipulations as setting forth certain conditions which shall be taken to exist between the said parties and the conditions under which the work is to be done: 1. Definition of Forms: Whenever in the Contract the following terms, or

pronouns in place of them, are used, their intent and meaning shall be interpreted as follows:

"Contract" The agreement covering the performance of the work hereinafter

defined and the payments therefor; including Advertisement, Instructions to Bidders, Form of Proposal, Executed Contract, Contract Bonds, Insurance, Specifications, Plans, Supplementary Agreements which may be entered into, all of which documents are to be treated as one instrument whether or not set forth at length in the Form of Contract.

"City" The City of Royal Oak, Michigan, or the properly authorized agents

or representatives. "Engineer" The City Engineer of the City of Royal Oak, Michigan, or his duly

authorized agents, assistants, or representatives, limited to the specific duties assigned or entrusted to them.

"Contractor" The party of the second part, contracting to perform the work covered

by this Contract, or any part of it, his successor, assigns, or his duly authorized agents or legal representatives.

"City Clerk" The Clerk or Treasurer or Attorney of the City of Royal Oak, "City Treasurer" Michigan "City Attorney" 2. Plans: The location, depth and dimensions, structural details, and

CONTRACT NO. B-0603 - Continued

C 3

construction requirements of the work to be done are shown in a set of drawings adopted by the CITY and on file at the office of the City Engineer entitled:

CITY BUILDING HEATING, VENTILATING AND AIR CONDITIONING MAINTENANCE

CONTRACT NO. B-0603 When the figures or dimensions are given on the drawings, they are to have precedence over dimensions taken by scaling. During the progress of the work, the CITY may furnish drawings explanatory of those mentioned herein, which shall thereupon become a part hereof. The CITY shall have the right to make reasonable modifications of Plans, if it is to its best interest to do so, and the CONTRACTOR shall be paid for the work as it is actually done. The CONTRACTOR shall furnish, wherever required, drawings showing in detail the materials and construction of any part of the work for which the Engineer does not issue detail drawings. No time will be allowed for delays caused by the CONTRACTOR in submitting drawings that are not in accordance with the specifications. The CONTRACTOR shall check all dimensions and quantities on the drawings and he shall notify the Engineer of all errors, which he may discover. 3. Specifications: A set of technical specifications explaining in detail how the work under this Contract is to be done and describing the character and quality of the various materials employed therein is attached to this Contract and is made expressly a part of it. 4. Plans and Specifications Cooperative: The plans and specifications are intended to be cooperative. They shall be construed as supplementary and explanatory each to the other, and any work called for on the plans and not particularly shown on the plans is to be as included under this Contract the same as is set forth in the specifications and exhibited on the plans. 5. The Engineer to Decide: In case of any conflict between the specifications and the plans, or in case the meaning of either or both should be obscure or uncertain or in dispute, the Engineer shall decide as to the true intent, and his decisions shall be binding and final. 6. Supervision of Work: All work shall be done under the supervision of and subject to the approval of the Engineer who shall have authority to make all inspections and direct it and determine the amount, quality, acceptability, and fitness of any labor, material,

CONTRACT NO. B-0603 - Continued

C 4

or construction which in his opinion does not fully meet the requirements of the specifications. 7. Suitable Tools and Equipment: It is mutually understood that the workmanship furnished under this Contract shall be first class. To the end that a good substantial and workmanlike job may be produced, the CONTRACTOR shall furnish suitable tools and equipment. Any tools or equipment that shall not, in the judgment of the Engineer, be suitable or sufficient to produce this result may be ordered from the work by him and such tools or equipment shall be substituted therefor by the CONTRACTOR as will meet with the approval of the Engineer. 8. Requirements for Materials: It is mutually understood that all materials furnished by the CONTRACTOR to be used in this work shall be of first quality in every respect and material so furnished which may not, in the judgment of the Engineer, be equal to the requirements of the specifications may be rejected by the Engineer, and such rejected materials must not be used and must immediately be removed by the CONTRACTOR from the site of the work. The presence of the inspector or Engineer on the project shall in no way relieve the CONTRACTOR of his obligations to both provide materials and perform the work in full conformity to the specifications. Work found to be unsatisfactory prior to the expiration date of the maintenance clause of the Performance Bond shall be replaced at no cost to the CITY regardless of whether or not the inspector or Engineer was present at the time the work was originally performed. 9. Trade Names and Patents: Whenever an article of any class or materials or

equipment is specified by the trade name of any particular patentee, manufacturer, or dealer, or by reference to the catalog of any such manufacturer or dealer, it shall be taken to mean and specify the article or articles or materials described or equal thereto in quality, finish, and durability and equally serviceable for the purpose for which it is or they are intended. The Engineer shall make the decision as to whether the materials or equipment offered are equal to those specified and his decision shall be final. 10. Patent and Patent Rights: The CONTRACTOR shall protect and save the CITY harmless against all claims and actions brought against the CITY by reason of any actual infringement upon patent rights in any material, process, machine, or appliances used by him in the work. 11. Right-of-Way: The necessary rights-of-way for any construction to be done across or in private property will be obtained by the CITY. The CONTRACTOR shall take due and proper precautions against any injury to adjacent structures and shall hold himself strictly within the rights secured to him by the CITY in prosecuting the work on private property.

CONTRACT NO. B-0603 - Continued

C 5

12. Sanitary Regulations: The CONTRACTOR at all times shall provide for the employees an abundant supply of pure drinking water and shall give orders against the use for drinking purpose of any water in the neighborhood known to be injurious to the health of the workers. The CONTRACTOR shall provide at convenient points approved by the Engineer, properly secluded from public observations, necessary sanitary conveniences for the use of the employees. These shall be maintained in a manner, which will meet with the approval of the Engineer, and the CONTRACTOR shall vigorously enforce their use. 13. Labor Laws and Ordinances: The CONTRACTOR shall obey and abide by all the laws of the State of Michigan relating to the employment of labor and public work and all ordinances and requirements of the CITY regulating or applying to public improvements. The CONTRACTOR agrees not to discriminate against any employee or applicant for employment, to be employed in the performance of the Contract, with respect to hire, tenure, terms, conditions, or privileges of employment, of any matter directly or indirectly related to employment, because of age or sex, except where based on a bona fide occupational qualification, or race, color, religion, national origin, or ancestry. The CONTRACTOR further agrees that every subcontract entered into for the performance of the Contract will contain a provision requiring non-discrimination in employment, as herein specified, binding upon each subcontractor. Breach of this covenant may be regarded as a material breach of the Contract. 14. Local Sources for Labor and Materials: All labor employed upon the work of this Contract shall be obtained from residents of the CITY insofar as this is available. All supplies, equipment, and materials shall be obtained from sources and dealers in the CITY insofar as is practicable. 15. Assignment or Subletting of Contract: In the execution of the Contract it may be necessary for the CONTRACTOR to sublet part of the work to others; however, the CONTRACTOR shall not award any work to any subcontractor without prior written approval of the CITY, which approval shall not be given until the CONTRACTOR submits to the CITY a written statement concerning the proposed award to the subcontractor, which statement shall contain such information as the CITY may require. The CONTRACTOR shall be fully responsible to the CITY for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. Nothing contained in this Contract shall create any contractual relation between any subcontractor and the CITY. The CONTRACTOR shall not assign, transfer, convey, or otherwise dispose of this

CONTRACT NO. B-0603 - Continued

C 6

Contract, of any part thereof, or his right, title, or interest in the same or any part thereof, without the previous consent in writing of the CITY. The CONTRACTOR shall not assign by power-of-attorney or otherwise any of the monies due or to become due and payable under this Contract without the previous consent in writing of the CITY. 16. Contractor Insurance Requirements: The CONTRACTOR shall not commence work under this contract until he has obtained the insurances required under this paragraph. All coverages shall be with insurance companies licensed and admitted to do business in the State of Michigan. All coverages shall be with insurance carriers acceptable to the City of Royal Oak, Michigan. A. Workers's Compensation Insurance: The CONTRACTOR shall procure and

maintain during the life of this Contract, Worker's Compensation Insurance, including Employer's Liability Coverage, in accordance with all applicable Statutes of the State of Michigan.

B. Commercial General Liability Insurance: The CONTRACTOR shall procure

and maintain during the life of this Contract, Commercial General Liability Insurance, on an "Occurrence Basis", with limits of liability not less than $300,000 per occurrence and/or aggregate combined single limit Personal Injury, Bodily Injury and Property Damage. Coverage shall include the following extensions: (a) Contractual Liability; (b) Products and Completed Operations; (c) Independent Contractor's Coverage; (d) Broad Form General Liability Extensions, or equivalent; (e) Deletion of all Explosion, Collapse and Underground (XCU) Exclusions, if applicable.

C. Motor Vehicle Liability: The CONTRACTOR shall procure and maintain

during the life of this Contract, Motor Vehicle Liability Insurance, including Michigan No-Fault Coverage, with limits of liability not less than $300,000 per occurrence combined single limit Bodily Injury and Property Damage. Coverage shall include all owned vehicles, all non-owned vehicles, and all hired vehicles.

D. Additional Insured: Commercial General Liability Insurance and Motor

Vehicle Liability Insurance, as described above, shall include an endorsement stating the following shall be "Additional Insureds": The City of Royal Oak, all elected and appointed officials, all employees and volunteers, all boards, commissions, and/or authorities and board members, including employees and volunteers thereof.

E. Cancellation Notice: Worker's Compensation Insurance, Commercial

General Liability Insurance, and Motor Vehicle Liability Insurance, as described above, shall include an endorsement stating the following: "It is understood and agreed that thirty (30) days Advance Written Notice of

CONTRACT NO. B-0603 - Continued

C 7

Cancellation, Non-Renewal, and/or Material Change in Coverage will be sent to: City Engineer, City Hall, 211 Williams Street, P.O. Box 64, Royal Oak, Michigan 48068-0064."

F. Owner's & Contractor's Protective Liability: The CONTRACTOR shall

procure and maintain during the life of this Contract, Owner's and Contractor's Protective Liability with the limits of liability not less than $300,000 per occurrence and/or aggregate, combined single limit, Bodily Injury and Property Damage. The City of Royal Oak, Michigan, shall be "Named Insured" on said coverage. Thirty (30) days notice of cancellation shall apply to this policy.

G. Proof of Insurance Coverage: The CONTRACTOR shall provide the City of

Royal Oak, Michigan, at the time contracts are returned by him for execution, certificates and policies as listed below:

a. Three (3) copies of Certificates of Insurance for Worker's

Compensation Insurance; b. Three (3) copies of Certificates of Insurance for Commercial General

Liability Insurance; c. Three (3) copies of Certificates of Insurance for Vehicle Liability

Insurance; d. Original Policy, or Original Binder pending issuance of policy, or

Owner's & Contractor's Protective Liability Insurance; e. If so requested, Certified copies of all policies mentioned above will

be furnished. H. If any of the above coverages expire during the term of this Contract, the

CONTRACTOR shall deliver renewal certificates and/or policies to the City of Royal Oak at least ten (10) days prior to expiration date.

I. The Hold Harmless Agreement (Page HHA-1) of this Contract shall be

executed by the CONTRACTOR. 17. Insufficiency of Sureties: Should the CITY at any time deem the Sureties under the Contract to be unsatisfactory, and they so notify the CONTRACTOR, the CONTRACTOR shall furnish forthwith the substitution new Sureties acceptable to the CITY. No further payment shall be deemed due or shall be made until the new Sureties shall qualify and be accepted by the CITY.

CONTRACT NO. B-0603 - Continued

C 8

18. Service of Notice: The address given by the CONTRACTOR in the Proposal is hereby designated as the place where all notices including letters and other communications shall be served, mailed, or delivered. This place may be changed at any time by the CONTRACTOR by written notice to the Engineer. Nothing herein contained shall preclude or render inoperative service of any notice upon the CONTRACTOR by delivering it to him personally or by serving notice to the agents or representatives in charge of any part of the work. In addition, where the CONTRACTOR is a corporation, such notice may be delivered to any of its officers or directors. 19. Default of Contract: When, in the opinion of the Engineer, the work or any part of the work to be done under this Contract has been abandoned, is unnecessarily delayed, or cannot be completed at the rate of progress or within the time specified, or the CONTRACTOR is willfully violating any of the covenants of this Contract or is carrying it out in bad faith, or has been adjudged as bankrupt, or if he should make a general assignment for the benefit of his creditors, then the Engineer shall so certify in writing to the CITY and the CITY, in writing, may declare the CONTRACTOR in default and so notify him to discontinue the work. The CITY may then call upon the Sureties to complete the work or may complete it by other means. The CITY may take over and use materials and equipment at the site of the work and other materials and equipment used elsewhere for the work at the time of default and may procure other materials, equipment, and all else necessary for the completion of the work. The CITY may recover the cost of completing the work by deducting the amount thereof from any monies due or which may become due the CONTRACTOR under this Contract, and when such monies are insufficient to pay said cost, the amount of said cost in excess of such monies shall be paid by the CONTRACTOR or by the Surety. 20. Progress Payments and Estimates: At the end of each month or at such other time intervals as may be mutually agreeable, the Engineer will make an estimate of the quantity and value of the work done by the CONTRACTOR since the date of the previous estimate and, as soon as practicable thereafter, the CITY will pay the CONTRACTOR, as a partial payment, not less than ninety percent (90%) of the amount of such estimate, except that the CITY may at any time retain from such partial payments a sum sufficient to meet any undischarged indebtedness of the CONTRACTOR in connection with the work performed. 21. Final Estimate and Payment: As soon as practicable after completion of all the work included in this Contract and after all known defects and deficiencies have been remedied, the Engineer will make a final inspection of said work and prepare a final estimate of the amount of money due to the CONTRACTOR. The CONTRACTOR shall file with the Engineer, as a condition precedent to final payment, an affidavit that all payrolls, material bills, and all other indebtedness incurred by him in connection with the work have been paid or an affidavit showing in detail the nature and amount of any such indebtedness that is unpaid. The CITY shall hold from final payment an amount of money sufficient to meet any such undischarged indebtedness of the CONTRACTOR until an affidavit that any

CONTRACT NO. B-0603 - Continued

C 9

such indebtedness is paid is filed with the Engineer. The CITY may also withhold from final payment an amount of money, not to exceed ten percent (10%) of the total Contract price for not more than six (6) months as security against hidden defects in the work included in this Contract. If, at the end of said six month period, no such defects have been discovered, the CITY shall make payment to the CONTRACTOR of any such money withheld. If, at the end of such period, such defects have been discovered, the CITY may continue to withhold said sum of money until any such defects have been repaired by the CONTRACTOR or may use such money to make the necessary repairs and pay to the CONTRACTOR any money unexpended. Article 5: That the said CITY, in consideration of the faithful and entire performance by the CONTRACTOR of his obligations under this Contract, hereby agrees to pay to the said CONTRACTOR, at the time and in the manner stipulated in Sections 20 and 21 of Article 4, the sum as determined by multiplying the actual quantities of authorized and approved work done under said item schedule in the Proposal by the respective unit prices bid therefor on the Proposal. Article 6: It is mutually agreed to by the parties hereto that any extra work not specifically mentioned in the Contract but which is obviously necessary to the complete performance of the Contract and which may be fairly implied as included will be considered so included and will be performed by the CONTRACTOR without extra charge therefor. It is further agreed that if the CONTRACTOR shall do any extra work for which no price has been agreed upon beforehand, the price to be paid shall be actual cost to the CONTRACTOR of the labor and materials expended in such work plus fifteen percent (15%) of such cost for superintendence, overhead expense, insurance, and for the use of tools and plant. No claim for extra work will be allowed unless such work has been previously ordered in writing by the Engineer and unless such claim has been presented for payment as soon as practicable after such work was done and before making up of the final estimate.

CONTRACT NO. B-0603 - Continued

C 10

IN WITNESS WHEREOF, the parties hereto have set their hands and seals in

triplicate this day of , 20 .

WITNESSES: CITY OF ROYAL OAK: ____________________________ James B. Ellison, Mayor _______________________ Mary Ellen Graver, City Clerk CONTRACTOR: ____________________________ APPROVED AS TO FORM: __________________________ David Gillam Consulting Attorney

HOLD HARMLESS AGREEMENT CITY BUILDING HEATING, VENTILATING AND AIR CONDITIONING MAINTENANCE CONTRACT NO. B-0603 "To the fullest extent permitted by law, , agrees to defend, pay in behalf

of, indemnify, and hold harmless the City of Royal Oak, its elected and appointed officials,

employees and volunteers and others working for or in behalf of the City of Royal Oak, against any

and all claims, demands, suits, or loss, including all costs connected therewith, and for any damages

which may be asserted, claimed or recovered against or from the City of Royal Oak, its elected and

appointed officials, employees, volunteers or others working in behalf of the City of Royal Oak, by

reason of personal injury, including bodily injury and death; and/or property damage, including loss

of use thereof, which arises out of or is in any way connected or associated with this Contract."

_______________________________ _______________________ Signature Date HHA 1

CITY OF ROYAL OAK, MICHIGAN

FORM OF PROPOSAL

City Building Heating, Ventilating and Air Conditioning Maintenance CONTRACT NO. B-0603

The undersigned, as bidder, declares that, having carefully examined the site of the proposed work and informed himself fully in regard to the conditions to be met in the performance of the work and having read and examined the Special Instructions to Bidders, Specifications, form of Contract and Standard Specifications for Construction pertaining to this work, he proposes to furnish all materials, tools, equipment, transportation, labor, supervision, and all else necessary for the satisfactory completion of the work and items described below in full accordance with, and in complete conformity to the Contact Documents and Specifications for this work now on file in the office of the City Engineer, City Hall, Royal Oak, Michigan, at and for the following prices named below, to wit:

ITEM DESCRIPTION QTY UNIT UNIT PRICE $ AMOUNT

I BASIC SERVICES: -------------- ---------- ------------------- ---------- ----------------- --------1. City Hall 12 Month

2. Police 12 Month3. Library 12 Month4. Fire Station #1 4 Month

5. Fire Station #2 3 Month 6. Fire Station #3 4 Month 7. Fire Station #4 4 Month 8. Senior Community Center 4 Month 9. Department of Public Service 2 Month

P1

FORM OF PROPOSAL - CONTINUED CONTRACT NO, B-0603

ITEM DESCRIPTION QTY UNIT UNIT PRICE $ AMOUNT

10. Animal Shelter 2 Month11. John Lindell Ice Arena 6 Month 12. Tennis Courts/Soccer Dome 2 Month13. Royal Oak Farmers Market 3 Month 14. Jack & Patti Salter Community Center 4 Month

PART I TOTAL

II WATER TREATMENT SERVICES: ------------- --------- ------------------- --------- ----------------- --------1. City Hall 4 Quarterly 2. Police 4 Quarterly3. Library 4 Quarterly4. Fire Station #2 4 Quarterly 5. Dept. of Public Service 4 Quarterly

PART II TOTAL

III “STAR DREAM” SCULPTURE FOUNTAIN CLEANING AND MANUAL WATER TREATMENT

------------- --------- ------------------- --------- ----------------- --------

1. “Star Dream” Fountain 5 Month

PART III TOTAL

P 2

FORM OF PROPOSAL - CONTINUED CONTRACT NO, B-0603

ITEM DESCRIPTION

IV EXTRA WORK/EMERGENCY WORK: --------------------------------- 1 Hourly Straight Time Labor Rate (Includes Benefits, Overhead & Profit) / Hour 2 Hourly Overtime Labor Rate (Includes Benefits, Overhead & Profit) / Hour

3 Overhead and Profit Mark-Up Percentage for HVAC Parts or Equipment Purchased for “Extra Work or Emergency Work” %

V BIDDER REQUIREMENTS: (See Special Instructions to Bidders-Bidder Requirements)

Information to be provided with bid

P 3

FORM OF PROPOSAL - CONTINUED CONTRACT NO, B-0603

ITEM DESCRIPTION

VI EXTENSION OF CONTRACT NO. B-0603 FOR PERIOD STARTING APRIL 1, 2007 AND ENDING MARCH 31, 2008 (See Special Instructions to Bidders – Annual Contract Extensions):

-------------------------------

1 Basic Services – Percent increase to original bid unit prices provided on Part I of this Form of Proposal

%

2 Water Treatment Services – Percent increase to original bid unit prices provided on Part II of this Form of Proposal

%

3 “Star Dream” Sculpture Fountain Cleaning and Manual Water Treatment-Percent increase to original bid unit price provided on Part III of this Form Of Proposal %

4 Extra Work/Emergency Work – Hourly Straight Time Labor Rate (Includes Benefits, Overhead & Profit) / Hour

5 Extra Work/Emergency Work – Hourly Overtime Labor Rate (Includes Benefits, Overhead & Profit) / Hour

6 Overhead and Profit Mark-Up Percentage for HVAC Parts or Equipment Purchased for “Extra Work or Emergency Work”

%

P 4

FORM OF PROPOSAL - CONTINUED CONTRACT NO, B-0603

ITEM DESCRIPTION

VII EXTENSION OF CONTRACT NO. B-0603 FOR PERIOD STARTING APRIL 1, 2008 AND ENDING MARCH 31, 2009 (See Special Instructions to Bidders – Annual Contract Extensions):

-------------------------------

1 Basic Services – Percent increase to previous annual extension increase provided on Part VI of this Form of Proposal

%

2 Water Treatment Services – Percent increase to previous annual extension increase provided on Part VI of this Form of Proposal

%

3 “Star Dream” Sculpture Fountain Cleaning and Manual Water Treatment-Percent increase to previous annual extension increase provided on Part VI of this Form Of Proposal

%

4 Extra Work/Emergency Work – Hourly Straight Time Labor Rate (Includes Benefits, Overhead & Profit) / Hour

5 Extra Work/Emergency Work – Hourly Overtime Labor Rate (Includes Benefits, Overhead & Profit) / Hour

6 Overhead and Profit Mark-Up Percentage for HVAC Parts or Equipment Purchased for “Extra Work or Emergency Work”

%

P 5

FORM OF PROPOSAL - CONTINUED CONTRACT NO, B-0603

ITEM DESCRIPTION

VIII EXTENSION OF CONTRACT NO. B-0603 FOR PERIOD STARTING APRIL 1, 2009 AND ENDING MARCH 31, 2010 (See Special Instructions to Bidders – Annual Contract Extensions):

-------------------------------

1 Basic Services – Percent increase to previous annual extension increase provided on Part VII of this Form of Proposal

%

2 Water Treatment Services – Percent increase to previous annual extension increase provided on Part VII of this Form of Proposal

%

3 “Star Dream” Sculpture Fountain Cleaning and Manual Water Treatment-Percent increase to previous annual extension increase provided on Part VII of this Form Of Proposal

%

4 Extra Work/Emergency Work – Hourly Straight Time Labor Rate (Includes Benefits, Overhead & Profit) / Hour

5 Extra Work/Emergency Work – Hourly Overtime Labor Rate (Includes Benefits, Overhead & Profit) / Hour

6 Overhead and Profit Mark-Up Percentage for HVAC Parts or Equipment Purchased for “Extra Work or Emergency Work”

%

P 6

FORM OF PROPOSAL - CONTINUED CONTRACT NO, B-0603

ITEM DESCRIPTION

IX EXTENSION OF CONTRACT NO. B-0603 FOR PERIOD STARTING APRIL 1, 2010 AND ENDING MARCH 31, 2011 (See Special Instructions to Bidders – Annual Contract Extensions):

-------------------------------

1 Basic Services – Percent increase to previous annual extension increase provided on Part VIII of this Form of Proposal

%

2 Water Treatment Services – Percent increase to previous annual extension increase provided on Part VIII of this Form of Proposal

%

3 “Star Dream” Sculpture Fountain Cleaning and Manual Water Treatment-Percent increase to previous annual extension increase provided on Part VIII of this Form Of Proposal

%

4 Extra Work/Emergency Work – Hourly Straight Time Labor Rate (Includes Benefits, Overhead & Profit) / Hour

5 Extra Work/Emergency Work – Hourly Overtime Labor Rate (Includes Benefits, Overhead & Profit) / Hour

6 Overhead and Profit Mark-Up Percentage for HVAC Parts or Equipment Purchased for “Extra Work or Emergency Work”

%

P 7

FORM OF PROPOSAL CONTRACT NO. B-0603 The undersigned agrees that, if the foregoing Proposal be accepted by the City of Royal Oak, he will, within ten (10) days (Sundays and legal holidays excepted) after receiving notice of such acceptance, provide all bonds and insurances, and enter into the attached form of Contract to do all the work specified at the prices named in the Proposal; and he further agrees that he will commence work immediately, and prosecute it faithfully to completion by March 31, 2007 (or as extended in accordance with the Special Instruction to Bidders) in accordance with the Specifications. In submitting this bid, it is understood by the undersigned that the right is reserved by the City to accept any bid, to reject any or all bids, and to waive any irregularities or informalities in bidding in the interest of the City. Accompanying this Proposal is a (Bid Bond) (Certified Check) in the amount of Dollars ($ ) not less than five percent (5%) of the total amount of the bid submitted. If the undersigned shall fail to execute the Contract or furnish the bonds and insurances within the time limited, or fail to fulfill the agreements concerning the proposed work, it is agreed that the City may, at its option, determine that the undersigned has abandoned his interests in the proposed Contract and that the certified check or Bid Bond accompanying this Proposal may be retained by the City as liquidated damages and not as a penalty, but otherwise the certified check or Bid Bond shall be returned to the undersigned upon the execution of the Contract and acceptance of the bonds. DATED AND SIGNED AT _________________________________________ This __________________ Day of ____________________, 20 . Name of Bidder______________________________ By______________________________ Title______________________________ Address______________________________ ______________________________ Telephone______________________________

P8

FORM OF PROPOSAL CONTRACT NO. B-0603 The full names and residences of all persons interested in the foregoing bid as principals are as follows: If a partnership, give names of: If a corporation, give names of: PARTNER PRESIDENT PARTNER SECRETARY PARTNER TREASURER PARTNER MANAGER If a partnership, attach a copy of County issued Assumed Name Certificate to this Proposal. State in Which Incorporated: If a corporation, attach a copy of State Issued Certificate of Good Standing to this Proposal.

P9

CERTIFICATE OF PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE STATE OF MICHIGAN ) COUNTY OF OAKLAND ) being first duly sworn deposes and says that he is the Insurance Company, an insurance company authorized to carry Public Liability and Property Damage Insurance in the State of Michigan. Deponent further says that Contractor carries Public Liability and Property Damage Insurance in the proper amounts as specified for the prosecution of Contract for the City of Royal Oak, Michigan. Subscribed and sworn to before me this day of , 20 . Notary Public ___________________________ My Commission Expires: __________________________ PL and PD Insurance Statement I 1

CERTIFICATE OF WORKERS' COMPENSATION INSURANCE STATE OF MICHIGAN ) COUNTY OF OAKLAND ) being first duly sworn deposes and says that he is authorized to carry Workers' Compensation Insurance in the State of Michigan. Deponent further says that , Contractor, carries Workers' Compensation Insurance with this Company for the protection of employees of said Contractor employed in the prosecution for the City of Royal Oak, Michigan. Subscribed and sworn to before me this day of , 20 . Notary Public ______________________________ My Commission Expires: _____________________________ Workers' Compensation Insurance Statement I 2

PERFORMANCE, MAINTENANCE AND GUARANTEE BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE ,

Contractor, as Principal, and as surety, are held and firmly bound unto the City of Royal Oak, Michigan (hereinafter called the

CITY) in the sum of:

Dollars ($ ) to be paid to the CITY for which payment well and truly to be made, we bind

ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally to those presents.

THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above named Principal did on the day of , 20 by articles that date, enter into a Contract with the CITY

for the CITY BUILDING HEATING, VENTILATING AND AIR CONDITIONING MAINTENANCE, CONTRACT NO. B-0603.

NOW THEREFORE, if the said Principal shall save and hold harmless the said CITY from all public liability and damages of every description in connection therewith, shall well and faithfully in all things fulfill the said Contract according to all the conditions and stipulations therein contained, in all respects, and shall save and hold harmless the said CITY from and against all liens and claims of every description in connection therewith and for a period of one year after the completion of the work upon certification of the Engineer shall replace all work performed and materials furnished that are not performed or furnished according to the requirements of the Contract and make good all defects thereof which shall become apparent before the expiration of said period of one year, then the obligation shall be void and of no effect, but otherwise it shall remain in full force and virtue, and in the event that the said CITY shall extend the time for the completion of said work or otherwise modify elements of the Contract in accordance with the provisions thereof, such extension of time or modification of the Contract shall not in any way release sureties on this bond. NOW THEREFORE, the Principal guarantees that for a period of one (1) year from the date of the final estimate he will, without cost to the CITY, keep in good order and repair any defect in the work done under said Contract by his employees, agents, subcontractors, or material suppliers, that may develop during said time due to improper materials, defective equipment, workmanship or arrangements, and that he will likewise restore to good condition any work disturbed while correcting such defects, excepting only such part or parts of said work which may have been disturbed without his consent or approval after acceptance thereof by the CITY: and that whenever directed to do so by the CITY, through written notice served personally or by mail upon the Principal at

or upon the Surety (Sureties) at , he will proceed at once to make the repairs

specified, and in case of failure to do so, within one week from the date of service of said notice or such additional time as may be fixed therein the CITY

shall have the right to purchase such materials and employ such labor and equipment as may be necessary to undertake, do and make such repairs, and to

be reimbursed by the Principal or Surety (Sureties) for the full expense thereof. If it is necessary to make any repair or set a barricade at once to protect life

and property, the CITY may take such action immediately without notice to the Principal or Surety (Sureties). The CITY shall not be obligated to obtain

the lowest bids for doing the work, or any part thereof, but all sums actually paid therefor shall be reimbursed by either the Principal or Surety (Sureties).

In this connection, the judgment of the CITY shall be final and conclusive. If the Principal, for a period of one (1) year from the date of the final estimate,

shall keep the work done under the aforesaid Contract in good order and repair, excepting only such part or parts of said work which may have been

disturbed without his consent or approval after acceptance thereof by the CITY, and shall, whenever given notice as herein provided, immediately proceed

to make specified repairs, or, in default thereof shall reimburse the CITY for expenses incurred in making such repairs, and shall fully indemnify, defend

and save the CITY harmless from all suits and actions for damages of every name and description brought or claimed against it, for or on account of any

injury or damage to person or property received or sustained by any party or parties, by or from any of the acts or omission or through the negligence of

the Principal's employees, agents, subcontractors or material suppliers in the performance of the work required by said Contract, and from any and all

claims arising under the Workers' Compensation Act of the State of Michigan, as amended, then the above obligation shall be void, otherwise to remain in

full force and effect.

BD 1

IN WITNESS THEREOF, the parties herein have caused this instrument to be executed by their respective officers this day of

, 20 .

Signed, Sealed and Delivered

in the presence of:

(Seal)

(Seal)

Principal

BOND CORRECT AS TO FORM: (Seal) Attorney Performance Bond (Maintenance Stipulation)

BD 2

BD 3

LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, that we , Contractor, as Principal, and

, as Surety, are held and firmly bound unto the City of Royal Oak, Michigan (hereinafter called the CITY) in the sum of

Dollars ($ ) to the payment whereof, well and truly to be made, we bind ourselves, our heirs, executors,

administrators, successors and assigns, jointly and severally to these presents.

THE CONDITION OF THIS OBLIGATION is such that: WHEREAS, the above named Principal did on the day of , 20 , by articles that date, enter into a Contract with the CITY

for the CITY BUILDING HEATING, VENTILATING AND AIR CONDITIONING MAINTENANCE, CONTRACT NO. B-0603.

AND WHEREAS, this bond is given in compliance with and subject to the provisions of Act No. 187 of the Public Acts of Michigan (1905) as amended, the same being sections 570.101 to 570.105 inclusive, of the Compiled Laws of the State of Michigan for 1948 and P.A. 213 (1963), as amended. NOW THEREFORE, if the above named principal, legal representatives, or successors shall pay or cause to be paid to all subcontractors, persons, firms and corporations as the same may become due and payable, all indebtedness which may arise from said principal to a subcontractor, to any person, firm or corporation on account of any labor performed or materials furnished in connection with the Contract, construction and work herein referred to, then this obligation shall be void; otherwise to remain in full force and effect. This bond is given upon the express condition that any changes, alterations, or modifications that may be hereafter recorded or made in the construction and complete installation of the work herein referred to, or the placing of an inspector or superintendent thereon by the CITY shall not operate to discharge or release the sureties thereon.

IN WITNESS THEREOF, the parties hereto have caused this instrument to be executed by their respective officers this day of , 20

.

Signed, Sealed and Delivered

in the presence of:

(Seal) (Seal) Principal BOND CORRECT AS TO FORM: (Seal) Attorney Labor and Material Bond

CONTRACTOR'S AFFIDAVIT STATE OF ) ) COUNTY OF )

The undersigned, hereby represents that on the

day of , 20 , it was awarded a Contract by the City of Royal Oak, hereinafter

called the Owner , and

the undersigned further represents that the subject work has now been accomplished and the said

Contract has now been completed.

The undersigned hereby warrants and certifies that all of its indebtedness arising by reason of the said Contract has fully been paid or satisfactorily secured; and that all claims from subcontractors and others for labor and material used in accomplishing the said project, as well as all other claims arising from the performance of the said Contract, have been fully paid or satisfactorily settled. The undersigned further agrees that, if any such claim should hereafter arise, it shall assume responsibility for the same immediately upon request to do so by the Owner. The undersigned, for a valuable consideration, the receipt of which is hereby acknowledged, does further hereby waive, release and relinquish any and all claims or right of lien which the undersigned now has or may hereafter acquire upon the subject premises for labor and material used in accomplishing said project owned by the Owner. This affidavit is freely and voluntarily given with full knowledge of the facts, on this day of , 20 . Contractor ____________________________

By____________________________

Title____________________________

Subscribed and sworn to before me, a Notary Public

in and for County, .

on this day of , 20 . Notary Public My Commission expires

AF 1

SPECIFICATIONS

CITY BUILDING HEATING, VENTILATING AND AIR CONDITIONING MAINTENANCE

CONTRACT NO. B-0603

GENERAL INFORMATION The following sections of the City of Royal Oak Standard Specifications for Construction apply totally to this Contract:

1. Standard Instructions to Bidders 2. General Conditions

The Contractor shall provide all labor, equipment, and materials as specified in these specifications to complete all aspects of the Contract. All work specified under this Contract shall be performed in accordance with all applicable Federal, State and City codes, regulations and ordinances. METHOD OF MEASUREMENT AND BASIS OF PAYMENT All items of work on this Contract will be measured and paid at the units and prices shown on the Form of Proposal. The miscellaneous items not shown on the Form of Proposal, but necessary to properly complete the work shall be considered included in the items and unit prices bid and shall be performed at no extra cost to the City. “Extra Work/Emergency Work” shall only be performed as requested by the respective City Building Manager. The Contractor shall provide separate invoices for “Basic Services”, “Water Treatment Services”, “Star Dream Sculpture Fountain Cleaning and Manual Water Treatment” and “Extra Work/Emergency Work”. Invoices shall also be separated by each City building sent directly to the respective City Building Manager to the addresses listed in the Contract for approval and payment processing. Invoices shall indicate the Contract No. B-0603, the City building where the services were provided, a description of the work performed that is being invoiced, and a detailed breakdown of the charges indicating the items of work and unit prices in accordance with the Form of Proposal. For “Extra Work/Emergency Work”, the Contractor shall prepare and shall submit an itemized invoice for the work complete with HVAC parts or equipment supplier or manufacturer invoices and service record time slips signed by the respective City Building Manager when the work was performed as a basis of payment. Time slips for the Contractors service personnel shall be provided for each and every visit to any City building for any service to be performed by the Contractor under this Contract whether it is

S 1

SPECIFICATIONS - Continued CONTRACT NO. B-0603

“Basic Services”, “Water Treatment Services”, “Star Dream Sculpture Fountain Cleaning and Manual Water Treatment” or “Extra Work/Emergency Work” for basis of payment. Time slips for the Contractors service personnel shall indicate the City building and address where the service work was provided, the time the Contractors service personnel arrived to the City building, the time the service was completed by the Contractors service personnel and the total amount of hours the Contractors service personnel was at the City building location performing the service work. Time taken for any lunch breaks by the Contractors service personnel shall be deducted from the total amount of hours the personnel was at the City building location. The Contractors service personnel shall check in with the respective City Building Manager or his/her designated representative at the time the personnel arrives to begin the service work and shall check-out when the services are completed with the respective City Building Manager or designated representative for their signature on the time slip. The Contractors service personnel the same day as the service is provided shall provide a copy of the time slip to the respective City Building Manager after the service work is complete. For “Extra Work/Emergency Work” the Contractor shall only charge and be paid for actual time the Contractors service personnel is at the City building performing the service work and for actual time the Contractors service personnel takes to pick-up parts or equipment from an HVAC parts or equipment supplier or manufacturer. The time spent by Contractor service personnel to and from or at the Contractor’s office or yard to pick up tools, equipment, materials or supplies shall not be charged or paid under this Contract. The Contractors service personnel’s equipment truck or vehicle, travel time, mileage and any other minimum fees or charges shall not be charged or paid for separately but shall be considered included in the items and unit prices bid for “Extra Work/Emergency Work” labor rates provided on the Form of Proposal. The straight time labor rate provided on the Form of Proposal for “Extra Work/Emergency Work” shall apply to weekdays between the hours 7:00 a.m. to 3:30 p.m. except holidays. The overtime labor rate provided on the Form of Proposal shall apply to all other times outside the hours stated for the straight time labor rate charges. The unit prices provided on the Form of Proposal for straight time and overtime labor rates for “Extra Work/Emergency Work” shall include all charges including benefits for the Contractors service personnel and all profit and overhead amounts. The item for “Overhead and Profit” percentage provided on the Form of Proposal shall only apply to the Contractor’s actual purchase cost without any mark-up for parts or equipment purchased for the repair or replacement of HVAC equipment for the “Extra Work/Emergency Work” from an HVAC parts and equipment supplier or manufacturer. Invoices to the Contractor from HVAC parts and equipment suppliers or manufacturers shall be provided with invoices for “Extra Work/Emergency Work” as a basis of payment. The Contractor shall furnish, install, and schedule air filter media replacements following all HVAC equipment manufacturer’s recommendations or as determined by the respective City Building Manager for each City building air handling systems included in the items and unit prices provided for “Basic Services” for each City building and at no extra cost to this Contract. This includes all types of filters, periodic filter media mount and permanent type filter cleaning and rotating rollomatic type air filters. Rollomatic filters shall be furnished the same as all other

S 2

SPECIFICATIONS - Continued CONTRACT NO. B-0603

types of filters included in the items and unit prices provided for “Basic Services”. The Contractor shall provide all labor, equipment, materials, including water treatment chemicals for water treatment for all steam boilers, hot water boilers, closed water systems, and cooling tower systems. The cost of furnishing, installing (manual or automatic with the equipment provided) and maintaining chemicals shall be included in the items and unit prices provided for "Water Treatment Services" on the Form of Proposal. The Contractor shall perform water analysis tests and add appropriate chemicals to the water for treatment against corrosion, scale, carry-over, sludge, solidifications, and biological fouling to keep all systems functioning properly and free of these items on an as required basis. “Water Treatment Service” shall be performed as often as necessary to keep the systems clean and in proper concentration and shall be invoiced and paid at the end of every three (3) months (quarterly) for the respective City building that receives “Water Treatment Service” as shown on the Form of Proposal. “Star Dream” sculpture fountain cleaning and manual water treatment shall be performed weekly during the months of May through September and invoiced and paid on a monthly basis for the previous months service. “Basic Services” shall be performed, invoiced and be paid ONLY for the months “Basic Services” are provided for each respective City building in accordance with Schedule A of this Contract No. B-0603 as follows: Number of Contractor’s Monthly Service and City Building Payments for “Basic Services” Per Annual Contract Term 1. City Hall Twelve (12) 2. Police Twelve (12) 3. Library Twelve (12) 4. Fire Station #1 Four (4) 5. Fire Station #2 Three (3) 6. Fire Station #3 Four (4) 7. Fire Station #4 Four (4) 8. Senior Community Center Four (4) 9. Department of Public Service Two (2) 10. Animal Shelter Two (2) 11. John Lindell Ice Arena Six (6) 12. Tennis Courts/Soccer Dome Two (2) 13. Royal Oak Farmer’s Market Three (3) 14. Jack & Patti Salter Comm. Center Four (4) The Contractor shall provide a copy of the completed checklist and service personnel time slip approved by the respective City Building Manager with all invoices for “Basic Services”.

S 3

SPECIFICATIONS - Continued CONTRACT NO. B-0603

I. BASIC SERVICES

The Contractor shall provide mechanical equipment and component service on the equipment and components as follows on Schedule A for each City building at the

following locations:

City Building Address Building Manager / Office Phone A. City Hall & "Star Dream" Sculpture Fountain

211 Williams St. Roger Jacob / 248-246-3267

B. Police 221 E. Third St. Ted Quisenberry / 248-246-3525 C. Library 222 E. 11 Mile Rd. Carol Windorf / 248-246-3710 D. Fire Station #1 215 E. Sixth Street Wil White / 248-246-3800 E. Fire Station #2 1411 W. Webster Rd. Wil White / 248-246-3800 F. Fire Station #3 3128 Rochester Rd. Wil White / 248-246-3800 G. Fire Station #4 31000 N. Woodward Wil White / 248-246-3800 H. Senior Community Ctr. 3500 Marais Ave. Kathy Heikkila / 248-246-3912 I. Dept. of Public Service 1600 N. Campbell Rd. Al Orr / 248-246-3327 J. Animal Shelter 1515 N. Edgeworth Ted Quisenberry / 248-246-3525 K. John Lindell Ice Arena 1403 Lexington Blvd. Ron Holbrook / 248-246-3961 L. Tennis Courts/Soccer Dome

1319 Lexington Blvd. Greg Rassel c/o Roger Jacob / 248-246-3267

M. Royal Oak Farmer’s Market

316 E. Eleven Mile Rd.

Gwen Ross/ 248-246-3276

N. Jack & Patti Salter Community Center.

1545 E. Lincoln Ave. Tod Gazetti / 248-246-3185

S 4

SPECIFICATIONS - Continued CONTRACT NO. B-0603

The Contractor shall check and perform required routine maintenance on equipment and components as described in Schedule A and listed as follows to keep them in good operating order. The Contractor's “Basic Services” work shall consist of: a. General Equipment Maintenance Check List Heat Exchanger 1) Visually check for leaks. Tighten connections. 2) Verify pressure gauge and thermometer accuracy. 3) Check and clean strainers. Check steam traps and hand

valves. 4) Check operating safety devices. 5) Clean exterior surfaces as required. Humidifiers 1) Check and clean strainers. Check steam trap and hand valves. 2) Clean and check float assembly. 3) Check and clean drains and drain pan. 4) Clean heating equipment. 5) Inspect electrical connections, relays, contactors, and

operating and safety controls. 6) Clean plugged spray nozzles. 7) Check unit-operating conditions. 8) Clean exterior surfaces as required. Steam PRV 1) Verify accuracy of gauges. 2) Check unit operation and lubricate as required. 3) Clean as required. Fans & Central Fan Systems 1) Check and clean fan assembly. 2) Lubricate fan bearings per manufacturer's recommendation. 3) Lubricate motor bearings per manufacturer's

recommendations. 4) Check belts and sheaves. Replace belts and adjust belt

tension as required.

S 5

SPECIFICATIONS - Continued CONTRACT NO. B-0603

5) Tighten all nuts and bolts. 6) Check motor mounts and vibration pads. 7) Check motor operating conditions. 8) Inspect electrical connections and contactors. 9) Lubricate and adjust associated dampers and linkage. 10) Check fan operation. 11) Check outside air intake screen. 12) Check and clean drains and drain pans. 13) Check and clean strainers, check steam traps and hand valves. 14) Check filter-advancing mechanism. Lubricate and adjust as

required. 15) Inspect filters and replace as required. 16) Check heating and cooling coils. 17) Inspect humidifier. 18) Clean external surfaces as required. 19) Check mixing boxes. Condensers - Air Cooled 1) Remove all debris from within and around unit. 2) Inspect for leaks. 3) Check belts, pulleys, and mounts. Replace belts and adjust

belt tension as required. 4) Lubricate fan and motor bearings per manufacturer's

recommendation. 5) Inspect electrical connections, contactors, relays, and

operating and safety controls. 6) Check motor operating conditions. 7) Check and clean fan blades as required. 8) Check and clean coil. Straighten fins as required.

9) Check operating conditions. Adjust as required. 10) Check refrigerant, oil, oil pressure, and charge as required.

Pumps 1) Lubricate pump bearings per manufacturer's

recommendations. 2) Lubricate motor bearings per manufacturer's

recommendations. 3) Tighten all nuts and bolts. Check motor mounts and vibration

pads. 4) Visually check pump alignment and coupling. 5) Check motor operating conditions. 6) Inspect electrical connections and contactors. 7) Check and clean strainers, then check hand valves.

S 6

SPECIFICATIONS - Continued CONTRACT NO. B-0603

8) Inspect mechanical seals and pump packing. 9) Verify gauges for accuracy. 10) Clean external surfaces as required. 11) Check suction and discharge pressures. Reciprocating Chillers 1) Inspect for leaks. 2) Check belts, sheaves, and coupling alignment. Replace belts

and adjust belt tension as required. Adjust coupling alignment as required.

3) Check compressor oil level, acid test oil and meg hermetic motor. Change oil and refrigerant filler dryer and compressor oil filter as required.

4) Check compressor and crankcase heater operation. 5) Check vibration eliminators. 6) Inspect electrical connections, contactors, relays, and

operating/safety controls. 7) Clean external surfaces as required. 8) Review manufacturer's recommendation for start-up. 9) Check auxiliary equipment operation. 10) Energize crankcase heater per manufacturer's

recommendation for crankcase warm-up. 11) Check and test all operating and safety controls. 12) Start chilled water pump, condenser water pump, and cooling

tower. 13) Check refrigerant, charge, oil, and oil pressure. 14) Log all operating conditions after unit stabilizes. 15) Review operating procedures. 16) Inspect chiller and make adjustments as required. 17) Cycle operating controls and check unloaders.

18) Review chiller operation. 19) Check glycol feeder operating conditions, glycol volume

and charge when required. Absorption Chillers 1) Check starter and control panel. 2) Leak test. 3) Check hand valve diaphragms. 4) Check operation of purge unit. 5) Change oil in the purge pump and oil filter as required. 6) Lubricate purge pump motor and change belt. 7) Clean magnetic stainer on the solution motor cooling circuits. 8) Review manufacturer's recommendation for start-up. 9) Check auxiliary equipment operation.

S 7

SPECIFICATIONS - Continued CONTRACT NO. B-0603

10) Check and test all operating and safety controls. 11) Log all operating conditions after unit stabilizes. 12) Add octyl alcohol. 13) Trim solution concentration to maximum efficiency.

14) A Lithium Bromide solution sample should be taken for test lab analysis.

15) Review operation procedures. 16) Check glycol feeder operating conditions, glycol volume

and charge when required. Automatic Temperature Controls

1) Check and clean units from dust and dirt. 2) Check settings, programs and operation. 3) Check batteries and change when required.

Air Compressor 1) Drain tank and check traps. 2) Change oil and check oil pressure. 3) Check belt and sheaves. Replace belts and adjust belt tension

as required. 4) Check suction filter as required. 5) Check unloader and check valve. 6) Check high-pressure safety valve. 7) Check motor operating conditions and lubricate. 8) Check PE switch, starter, and alternator. 9) Record compressor run time. Refrigerated Air Dryer 1) Check refrigerant pressure (33#). 2) Check refrigerant temperature (35F). 3) Clean condenser and cover grills. Filter and Pressure Reducing Station 1) Check particle filters (change as required). 2) Check oil filter (change as required). 3) Check pressure reducing valve settings. 4) Check low-pressure safety valve. Boiler/Chiller, Converter Pumps, and Zone Controls 1) Calibrate all controllers. 2) Calibrate all transmitter and receiver gauges.

S 8

SPECIFICATIONS - Continued CONTRACT NO. B-0603

3) Check all PE switches. 4) Check all control valves. 5) Check all pilot positioners. 6) Check all auxiliary control devices. Fan Systems and HVAC Unit Controls 1) Review sequence of operation. 2) Check all dampers and lubricate. 3) Check all pilot positioners. 4) Check all control valves. 5) Calibrate all controllers. 6) Calibrate all transmitters and receiver gauges. 7) Check all solenoid air valves, PE switches, and air valves. 8) Check all auxiliary control devices. Room Terminal Unit Controls 1) Check all room thermostats. 2) Check all control valves. 3) Check operation of unit coil steam traps. 4) Check operation of all dampers and lubricate. 5) Check all PE switches, solenoid air valves, and limit controls. 6) Check operation of all auxiliary devices. Centrifugal Chillers 1) Check main starter and control panels. 2) Leak test. 3) Inspect condenser tubes for fouling - clean as necessary. 4) Meg compressor motor and oil pump motor. 5) Change oil and filters. Test for acidity. 6) Check operation of purge unit. 7) Clean purge drum and oil separator. 8) Change oil in purge pump and oil separator. 9) Lubricate purge pump motor and change belt. 10) Lubricate inlet vane linkage. 11) Check oil pump heater operation. 12) Review manufacturer's recommendations for start-up. 13) Check auxiliary equipment operation. 14) Check refrigerant and oil levels. 15) Check oil pump heater and purge oil heater. 16) Check and test all operating and safety controls. 17) Log all operating conditions after unit stabilizes. 18) Review operating procedures. 19) Purge operation. Check site glass and drain non-

S 9

SPECIFICATIONS - Continued CONTRACT NO. B-0603

condensables from purge. 20) An oil sample should be taken after start-up for test lab

analysis. 21) Check glycol feeder operating conditions, glycol volume and

charge when required. Chilled Water Coil Cooling 1) Lubricate fan bearings per manufacturer's recommendation. 2) Lubricate motor bearings per manufacturer's

recommendation. 3) Check belts and sheaves. Replace belts and adjust belt

tension as required. 4) Lubricate and adjust dampers and linkage. 5) Inspect filters. 6) Check motor operating conditions. 7) Inspect electrical connections, contactors, relays, and

operating/safety controls. 8) Check and clean strainers and humidifier. Check hand valves

and steam traps. 9) Check and clean drains and drain pans. 10) Check heating coils. 11) Secure unit panels and inspect roof curb flashing. Cooling Tower 1) Remove all debris from within and around unit, then flush as

required. 2) Check and clean strainers, bleed, overflow, and drain. 3) Lubricate fan and motor bearings per manufacturer's

recommendation. 4) Change oil in gear reducer assembly as per manufacturer's

recommendation. 5) Check belts, motor pulley, and motor mounts. Replace belts

and adjust belt tension as required. 6) Inspect electrical connections, contactors, relays, and

operating/safety controls. 7) Check motor operating conditions. 8) Clean float valve assembly and check for proper operation. Direct Expansion Cooling 1) Lubricate fan bearings per manufacturer's recommendation. 2) Lubricate motor bearings per manufacturer's

recommendation. 3) Check belts and sheaves. Replace belts and adjust belt

S 10

SPECIFICATIONS - Continued CONTRACT NO. B-0603

tension as required. 4) Check and clean coils. Straighten fins as required. 5) Lubricate and adjust dampers and linkages. 6) Check and clean drain pan and drains. 7) Inspect filters and replace as required. 8) Check motor operating conditions. 9) Inspect electrical connections, contactors, relays, and

operating/safety controls. 10) Check compressor oil level, acid test oil and meg motor.

Check crankcase heater operation. (Change oil filter as required.)

11) Start compressor, check operating conditions, and adjust as required.

12) Secure unit panels and inspect roof curb flashing. 13) Inspect for refrigerant leaks and charge when required. 14) Check operating conditions and adjust as required. b. Additional General Preventive Maintenance Examine, clean, lubricate, adjust, and calibrate equipment and

equipment components. Such components include, but are not limited to: belts, bearings, blowdown valves, boiler operating and safety equipment, burner flame safeguard equipment, check valves, chemical feed pumps, condensate pumps, coils, conductivity controllers, control transformers, control wiring, dampers, duct heaters, electrodes, environmental controls, fans, filters, float valves, flowtimers, gas burner controls, gas pressure regulators, gear reducers, hand valves, humidifiers, ignition transformers, motors, motor starters, oil burners, oil burner controls, oil nozzles, oil filters, oil pumps, refrigeration compressors, refrigerant filter dryers, refrigerant piping, relays, solenoid valves, and thermal expansion valves.

c. Brush condenser tubes one (1) time per year. d. Secure boilers at the end of heating seasons, clean flues, punch tubes,

and prepare for the next heating season. e. Boiler maintenance shall be performed by personnel qualified in

burner controls and flame safeguard controls. f. Purge refrigerants of air and non-condensable gases. Work shall be

done using refrigerant recovery method by an EPA-certified technician as required.

g. Notify the Building Manager of any leaks found in the refrigeration

S 11

SPECIFICATIONS - Continued CONTRACT NO. B-0603

system and repair any minor leaks. h. Contractor shall maintain the following items related to equipment

listed: 1. Electric wiring from starter to its respective equipment. 2. Refrigerant piping between two (2) or more pieces of system

equipment. i. The Contractor shall keep and provide the City of Royal Oak with a

complete record of all maintenance work done. j. It is agreed that by submitting the form of proposal, the Contractor

has made a complete inspection and inventory of all buildings and equipment and that its proposal agrees in all respects with the specifications.

AIR FILTERING SERVICES The Contractor shall furnish, install, and schedule air filter media replacements following all HVAC equipment manufacturer’s recommendations or as determined by the respective City Building Manager for each City building air handling systems included in the items and unit prices provided for “Basic Services” for each City building and at no extra cost to this Contract. This includes all types of filters, periodic filter media mount and permanent type filter cleaning and rotating rollomatic type air filters. Rollomatic filters shall be furnished the same as all other types of filters included in the items and unit prices provided for “Basic Services”.

S 12

The following equipment shall be serviced included in the items and unit prices provided for “Basic Services”:

SCHEDULE A CITY HALL 211 WILLIAMS STREET

QTY MANUFACTURER/EQUIPMENT DESCRIPTION MODEL NUMBER SERIAL

NUMBER LOCATION REQUIRED SERVICE (See Required Service Key for Frequency)

1 THERMO-PAK GAS FIRED HOT WATER BOILER GW3150 6N127 BSMT. MECH. ROOM 4

1 EVAPCO ABSORPTION CONDENSER LSWA-20C2 928452 BSMT. MECH. ROOM 2

1 MARATHON ELECTRIC ¾ HP PUMP MOTOR

XC143TTDR- 5336AA-R27-L ----- BSMT. MECH. ROOM 5

1 BELL & GOSSET ¼ HP PUMP MOTOR M95171 ----- BSMT. MECH. ROOM 5

1 CHEMICAL FEEDER FOR BOILER ---- ----- BSMT. MECH. ROOM 4

1 RL DEPPMANN NIGHT SET BACK PANEL ----- ----- BSMT. MECH. ROOM NOT OPERATIONAL

1 BARBER COLEMEN OUTDOOR RESET SYZE152 F10677-1 BSMT. MECH. ROOM 4

1 LOCHINVAR 75 GALLON HOT WATER HEATER ETNO75 XA3064013 BSMT. MECH. ROOM 3

2 ARMSTRONG 10 HP CIRCULATING PUMPS AND MOTORS

3X2X6-4030 C3679 & C3680 BSMT. MECH. ROOM 8

2 LENNOX FORCED-AIR FURNACES WITH COOLING UNITS WITH ECONOMIZERS

GCS16-1353-270-7Y

5692A00346 & 5692A00344 ROOF 5

2 LENNOX PACKAGED COOLING AND GAS HEAT UNITS WITH ECONOMIZERS

LGA120SH1Y 5699F04000 & 5699F04001 ROOF 5

1 GREENHECK EXHAUST/VENTILATOR G-90-DGEX-QD 90C07664 ROOF 3

1 LIQUID METRONICS, INC. CHEMICAL FEEDERS A111-91D S82122008 BSMT. MECH. ROOM 2

1 ADVANTAGE CONTROLS CHEMICAL FEEDER B-130 IF-146P BSMT. MECH. ROOM 2

1 ADVANTAGE CONTROLS CHEMICAL FEEDER CONTROLLER

MCFB-2E IF-145 BSMT. MECH. ROOM 2

2 TRANE FORCE-FLO UNIT HEATERS H46A002W S85J16408 &

S85J16407 WEST ENT. VESTIBULE 7

1 SUMP PUMP ------ ----- BSMT. MECH. ROOM 3

1 PULSATRON METERING PUMP LC04SA-PTC1-XXX 9703102866 BSMT. MECH. ROOM 4

S 13

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A

CITY HALL 211 WILLIAMS STREET

QTY MANUFACTURER/EQUIPMENT DESCRIPTION MODEL NUMBER SERIAL

NUMBER LOCATION REQUIRED SERVICE (See Required Service Key for Frequency)

1 CARLON METER CONTROL JSJ062MT C074634 BSMT. MECH. ROOM 4

1 CARLON WATER METER 10GPC 1262422 BSMT. MECH. ROOM 4

1 BELL & GOSSETT ROLAIRTROL AIR SEPARATOR ----- ----- BSMT. MECH. ROOM 5

1 PULSATRON PLUS CHEMICAL FEEDER

LC64BA-PTC1-XXX 0005100173 BSMT. MECH. ROOM 4

1 CARRIER AIR CONDITIONING WINDOW TYPE UNIT ----- ----- ELEVATOR

PENTHOUSE 8

4 EXHAUST FANS ----- ----- RESTROOMS 15

3 SANYO CONDENSING UNIT CH0951 0033622, 0033422 & 0033022

ROOF 9

2 SANYO HEAT PUMP KHS0951 0013021 & 0014521

THIRD FL. HOUSING DEPT. OFFICE 7

2 LITTLE GIANT CONDENSATION PUMP VCMA15UL ----- THIRD FL. HOUSING

DEPT. OFFICE 9

1 SANYO HEAT PUMP KHS0951 0014221 SECOND FL. CITY ATTORNEY’S OFFICE / ROOM 204

7

1 LITTLE GIANT CONDENSATION PUMP VCMA20UL -----

SECOND FL. CITY ATTORNEY’S OFFICE / ROOM 204

9

3 SANYO CONDENSING UNIT C1211 0003822, 0004422 & 0004222

OUTSIDE FRONT ENTRANCE 9

3 SANYO AIR CONDITIONING UNIT RS1211 ----- FIRST FL. HUMAN RESOURCE OFFICE/ ROOM 111

9

3 LITTLE GIANT CONDENSATION PUMP VCMA15UL -----

FIRST FL. HUMAN RESOURCE OFFICE/ ROOM 111

9

4

SLANT/FIN CLIMATE COMMAND SELF-CONTAINED HEATING & COOLING SLANT FIN BLOWER UNITS WITH INTEGRAL CONTROLS

WC-6 OR WC-9 ----- BASEMENT PRINT SHOP 3

2

SLANT/FIN CLIMATE COMMAND SELF-CONTAINED HEATING & COOLING SLANT FIN BLOWER UNITS WITH INTEGRAL CONTROLS

WC-6 OR WC-9 ----- BASEMENT OFFICE / ROOM 5 3

3

SLANT/FIN CLIMATE COMMAND SELF-CONTAINED HEATING & COOLING SLANT FIN BLOWER UNITS WITH INTEGRAL CONTROLS

WC-6 OR WC-9 ----- DETECTIVES ROOM/ BASEMENT ROOM 3 3

S 14

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A

CITY HALL 211 WILLIAMS STREET

QTY MANUFACTURER/EQUIPMENT DESCRIPTION MODEL NUMBER SERIAL

NUMBER LOCATION REQUIRED SERVICE (See Required Service Key for Frequency)

2

SLANT/FIN CLIMATE COMMAND SELF-CONTAINED HEATING & COOLING SLANT FIN BLOWER UNITS WITH INTEGRAL CONTROLS

WC-6 OR WC-9 ----- BASEMENT KITCHEN / ROOM 14 3

1

SLANT/FIN CLIMATE COMMAND SELF-CONTAINED HEATING & COOLING SLANT FIN BLOWER UNITS WITH INTEGRAL CONTROL

WC-6 OR WC-9 ----- BASEMENT EMPLOYEE LOUNGE / ROOM 12

3

5

SLANT/FIN CLIMATE COMMAND SELF-CONTAINED HEATING & COOLING SLANT FIN BLOWER UNITS WITH INTEGRAL CONTROLS

WC-6 OR WC-9 ----- BASEMENT CABLE T.V. OFFICE & STORAGE/ROOM 1

3

6

SLANT/FIN CLIMATE COMMAND SELF-CONTAINED HEATING & COOLING SLANT FIN BLOWER UNITS WITH INTEGRAL CONTROLS

WC-6 OR WC-9 ----- FIRST FL. CLERK’S OFFICE/ROOM 101 3

2

CLIMATE COMMAND SELF-CONTAINED HEATING & COOLING SLANT FIN BLOWER UNITS WITH INTEGRAL CONTROLS

WC-6 OR WC-9 ----- FIRST FL. HUMAN RESOURCE OFFICE/ ROOM 111

3

2

CLIMATE COMMAND SELF-CONTAINED HEATING & COOLING SLANT FIN BLOWER UNITS WITH INTEGRAL CONTROLS

WC-6 OR WC-9 ----- FIRST FL. ASSESSOR’S OFFICE/ROOM 108 3

4

SLANT/FIN CLIMATE COMMAND SELF-CONTAINED HEATING & COOLING SLANT FIN BLOWER UNITS WITH INTEGRAL CONTROLS

WC-6 OR WC-9 ----- FIRST FL. TREASURER’S OFFICE/ROOM 109

3

1

SLANT/FIN CLIMATE COMMAND SELF-CONTAINED HEATING & COOLING SLANT FIN BLOWER UNITS WITH INTEGRAL CONTROLS

WC-6 OR WC-9 ----- FIRST FL. ASSESSOR’S OFFICE/ROOM 106 3

4

CLIMATE COMMAND SELF-CONTAINED HEATING & COOLING SLANT FIN BLOWER UNITS WITH INTEGRAL CONTROLS

WC-6 OR WC-9 ----- SECOND FL. ENGINEERING DEPT./ ROOM 215

3

4

SLANT/FIN CLIMATE COMMAND SELF-CONTAINED HEATING & COOLING SLANT FIN BLOWER UNITS WITH INTEGRAL CONTROLS

WC-6 OR WC-9 ----- SECOND FL. CITY MANAGER’S OFFICE / ROOM 201

3

S 15

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A

CITY HALL 211 WILLIAMS STREET

QTY MANUFACTURER/EQUIPMENT DESCRIPTION MODEL NUMBER SERIAL

NUMBER LOCATION REQUIRED SERVICE (See Required Service Key for Frequency)

5

SLANT/FIN CLIMATE COMMAND SELF-CONTAINED HEATING & COOLING SLANT FIN BLOWER UNITS WITH INTEGRAL CONTROLS

WC-6 OR WC-9 ----- SECOND FL. CITY ATTORNEY’S OFFICE / ROOM 204

3

1

ADIRONDACK AIRE SELF-CONTAINED HEATING & COOLING SLANT FIN BLOWER UNIT WITH INTEGRAL CONTROL

WCR106A320A 04041024 SECOND FL. CITY ATTORNEY’S OFFICE / ROOM 204

3

6

SLANT/FIN CLIMATE COMMAND SELF-CONTAINED HEATING & COOLING SLANT FIN BLOWER UNITS WITH INTEGRAL CONTROLS

WC-6 OR WC-9 -----

SECOND FL. BUILDING INSPECTION & CODE ENFORCEMENT / ROOM 211 & 212

3

1

SLANT/FIN CLIMATE COMMAND SELF-CONTAINED HEATING & COOLING SLANT FIN BLOWER UNITS WITH INTEGRAL CONTROL

WC-6 OR WC-9 ----- SECOND FL. ENGINEERING DEPT./ ROOM 209

3

1

ADIRONDACK AIRE SELF-CONTAINED HEATING & COOLING SLANT FIN BLOWER UNIT WITH INTEGRAL CONTROL

WCR116B3120 04092222 THIRD FL. RECREATION DEPT. OFFICE

3

3

SLANT/FIN CLIMATE COMMAND SELF-CONTAINED HEATING & COOLING SLANT FIN BLOWER UNITS WITH INTEGRAL CONTROLS

WC-6 OR WC-9 ----- SECOND FLOOR STAIR MAIN LANDING 3

3

SLANT/FIN CLIMATE COMMAND SELF-CONTAINED HEATING & COOLING SLANT FIN BLOWER UNITS WITH INTEGRAL CONTROLS

WC-6 OR WC-9 ----- THIRD FL. HOUSING DEPT. OFFICE 3

6

SLANT/FIN CLIMATE COMMAND SELF-CONTAINED HEATING & COOLING SLANT FIN BLOWER UNITS WITH INTEGRAL CONTROLS

WC-6 OR WC-9 ----- THIRD FL. FINANCE DEPT. OFFICE 3

NOTE: THE CONTRACTOR SHALL PERFORM, INVOICE AND BE PAID “BASIC SERVICES” FOR THIS

CITY BUILDING TWELVE (12) TIMES DURING THE ANNUAL TERM OF THIS CONTRACT NO. B-0603.

S 16

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A

POLICE BUIILDING

221 E. THIRD STREET

QTY MANUFACTURER/EQUIPMENT DESCRIPTION MODEL NUMBER SERIAL

NUMBER LOCATION REQUIRED SERVICE (See Required Service Key for Frequency)

1 KEWANEE GAS-FIRED HOT WATER BOILER LX85FG M5144 PENTHOUSE

MECHANICAL ROOM 4

1 KEWANEE GAS BURNER KFRG21025 ----- PENTHOUSE MECHANICAL ROOM 4

1 DEVILBISS AIR COMPRESSOR WITH 1 HP MOTOR UBL5092 D1380 PENTHOUSE

MECHANICAL ROOM 12

1 JOHNSON PNEUMATIC CONTROLS SYSTEM ----- ----- PENTHOUSE

MECHANICAL ROOM 5

1 MARATHON ELECTRIC ¾ HP CIRCULATING PUMP & MOTOR

SUL145TTDR- 5331AAL ----- PENTHOUSE

MECHANICAL ROOM 8

4 BELL & GOSSET ¾ HP CIRCULATING PUMPS & MOTOR ----- ----- PENTHOUSE

MECHANICAL ROOM 8

1 1/3 HP EXHAUST FAN MOTOR ----- ----- PENTHOUSE MECHANICAL ROOM 15

1 ¼ HP EXHAUST FAN MOTOR ----- ----- PENTHOUSE MECHANICAL ROOM 15

1 AMERICAN STANDARD AIR HANDLER 1-AB36-111 3-54389-1 PENTHOUSE

MECHANICAL ROOM 5

1 RUUD MFG. 76 GALLON HOT WATER HEATER 48359 M351848M PENTHOUSE

MECHANICAL ROOM 3

1 HOT WATER TANK PUMP MOTOR 1/6 HP ----- ----- PENTHOUSE

MECHANICAL ROOM 5

1 CARRIER AIR CONDITIONING UNIT 38AE084-610 W594974 ROOF 2

1 HEAT CONTROLLER, INC. DUCTLESS AIR CONDITIONER MTR 111 -----

3RD FLOOR TRANSMITTER STORAGE ROOM

12

1 HEAT CONTROLER, INC. COMPRESSOR MTR 111 17901-116-461 PENTHOUSE

MECHANICAL ROOM 12

2 KRITZER DUAL-VECTOR HEAT UNIT DVE3 BOTH UNITS

ARE 2411 SOUTH VESTIBULE 7

1 KRITZER DUAL-VECTOR HEAT UNIT DVT6 ----- GARAGE 7

1 SUBMERSIBLE SUMP PUMP ----- ----- BASEMENT EVIDENCE STORAGE ROOM 3

1 PULSATRON METERING PUMP LC04SA-PTC1-XXX 9703102867 PENTHOUSE

MECHANICAL ROOM 4

1 CARLON METER CONTROL JSJ075MT C074637 PENTHOUSE MECHANICAL ROOM 4

1 CARLON WATER METER 10GPC 1262425 PENTHOUSE MECHANICAL ROOM 4

1 GREENHECK EXHAUST/VENILATOR GB-24-15X-QD 87F05660 GUN RANGE NORTH

SIDE OF BUILDING 3

S 17

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A POLICE BUILDING

221 E. THIRD STREET

QTY MANUFACTURER/EQUIPMENT DESCRIPTION MODEL NUMBER SERIAL

NUMBER LOCATION REQUIRED SERVICE (See Required Service Key for Frequency)

1 CARRIER AIR CONDITIONING UNIT 40AQ030300BU 3987A11576 DISPATCH ROOM 8

1 CARRIER AIR CONDITIONING UNIT 40AQ024300BU 3088A09765 DISPATCH ROOM 8

2 AUTO FLO STEAM HUMIDIFIERS X-15B ----- DISPATCH ROOM 8 42 MIXING BOXES (VARIOUS SIZES) ----- ----- BUILDING 3

1 COPELAND CONDENSING UNIT CRD1-0200-PFVC 88D37710H PENTHOUSE MECHANICAL ROOM 8

1 COPELAND CONDENSING UNIT CRJ3-0300-TFD-270 93G22304H PENTHOUSE MECHANICAL ROOM 8

1 MARATHON 2 HP MOTOR SVL14STTDRS-33IAAL ----- PENTHOUSE

MECHANICAL ROOM 5

1 G.E. 1/3 HP AC MOTOR 5K42FG7 YXL PENTHOUSE MECHANICAL ROOM 5

1 G.E. ¼ HP AC MOTOR 5K33GG102 VWD PENTHOUSE MECHANICAL ROOM 5

1 DELCO 50 HP 3 PHASE AC MOTOR 2U9003-Z F-83 PENTHOUSE MECHANICAL ROOM 5

1 SPORLAN CATCH-ALL REFRIGERATION FILTER-DRIER C-30013-G ----- PENTHOUSE

MECHANICAL ROOM 5

1 HONEYWELL MODUTROL IV MOTOR CONTROL M9484D1010 ----- PENTHOUSE

MECHANICAL ROOM 5

2 HONEYWELL FLUID POWER GAS VALVE V4055A10983 ----- PENTHOUSE

MECHANICAL ROOM 5

2 BARBER COLMAN PNEUMATIC ACTIVATOR

MK-3121-0-2 & MK-7121-0-2 ----- PENTHOUSE

MECHANICAL ROOM 5

1 CHEMICAL FEEDER FOR BOILER ----- ----- PENTHOUSE MECHANICAL ROOM 4

1 BARBER COLMAN PRESSURE STATIC CONTROL ----- ----- PENTHOUSE

MECHANICAL ROOM 5

1 AMERICAN STANDARD UTILITY SET 165FP H165DV2 PENTHOUSE

MECHANICAL ROOM 12

2 SANYO AIR-COOLED CONDENSING UNITS CL3632 0001722 &

0001622 ROOF (FOR I.S. DEPT CITY HALL ANNEX) 8

2 SANYO AIR CONDITIONING UNITS XS3622 ----- 3RD FLOOR I.S. DEPT./

ROOM 314 8

2 LITTLE GIANT CONDENSATION PUMP VCMA15UL ----- 3RD FLOOR I.S. DEPT./

ROOM 314 8

1 GREENHECK EXHAUST FAN INCL. DAMPER CW-101-A ----- BASEMENT EVIDENCE

STORAGE ROOMS 3

S 18

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A

POLICE BUILDING 221 E. THIRD STREET

QTY MANUFACTURER/EQUIPMENT DESCRIPTION MODEL NUMBER SERIAL

NUMBER LOCATION

REQUIRED SERVICE (See Required Service Key for Frequency)

1 AAF ROLL-O-MATIC AIR FILTER C 10640011 PENTHOUSE MECHANICAL ROOM 12

1 AMERICAN STANDARD UTILITY SET 200GP H200DV2 PENTHOUSE

MECHANICAL ROOM 12

1 AMERICAN STANDARD AIRFOIL BLADED FAN ----- 330-210 PENTHOUSE

MECHANICAL ROOM 12

1 HOWELL 75 HP ELECTRIC MOTOR TYPE N H75AC PENTHOUSE

MECHANICAL ROOM 5

1 120 GALLON EXPANSION TANK ----- ------ PENTHOUSE MECHANICAL ROOM 4

NOTE: THE CONTRACTOR SHALL PERFORM, INVOICE AND BE PAID “BASIC SERVICES” FOR THIS

CITY BUILDING TWELVE (12) TIMES DURING THE ANNUAL TERM OF THIS CONTRACT NO. B-0603.

S 19

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A

LIBRARY BUILDING 222 E. ELEVEN MILE ROAD

QTY MANUFACTURER/EQUIPMENT DESCRIPTION MODEL NUMBER SERIAL

NUMBER LOCATION

REQUIRED SERVICE (See Required Service Key for Frequency)

2

U.S. MOTORS SUMP PUMP SYSTEM WITH SUMP IMPELLERS & EXTERNAL 3-HP MOTORS – SEE NOTE ON NEXT PAGE

H17429A

C0701041305025F & A958AW02W012R038F

MECHANICAL ROOM 12

1 ½ HP SUBMERSIBLE SUMP PUMP & MOTOR (ELEVATOR PIT) ----- ----- ELEVATOR STORAGE

ROOM 3

1 GREENHECK VENTILATION FAN G-70-DGEX-QD 95CO3343 ROOF 3 5 VENTILATION FAN ----- ----- ROOF 3

1 TRANE CABINET UNIT HEATER ----- ----- VENDING/NORTH ENTRANCE – MAIN LEVEL

7

1 TRANE UNIT HEATER ----- ----- STORAGE/ GARAGE 7

1 MCQUAY CHILLER AGZ130B527-ER11 STNJ050500155 OUTDOOR – NORTHEAST SIDE OF BUILDING (CH-1)

2

1 GREENHECK ROOF EXHAUST FAN GB-101-4-X 05601888 LOWER ROOF (EF-1) 3

1 GREENHECK ROOF EXHAUST FAN GB-101-4-X 05601887 LOWER ROOF (EF-2) 3

1 GREENHECK CEILING EXHAUST FAN SPA-250 ----- STORAGE/ GARAGE

(EF-3) 3

2 ARMSTRONG CIRCULATING PUMP 3X2X8 4030 C522463 &

C522464 MECHANICAL ROOM (CP-3 & CP-4) 8

2 ARMSTRONG CIRCULATING PUMP ----- ----- MECHANICAL ROOM

(CP-1 & CP-2) 8

2 ARMSTRONG CIRCULATING PUMP 2B 1050-001 455729 5.25” MECHANICAL ROOM

(CP-5 & CP-6) 8

1 STERLING UNIT HEATER ----- ----- MECHANICAL ROOM (UH-1) 7

1 TRANE CABINET HEATER MODEL “E” SIZE 12 -----

VESTIBULE – MAIN LEVEL (ABOVE CEILING)

7

1 MCQUAY AIR HANDLING UNIT CAH065FDDC FB0U050500203 MECHANICAL ROOM (AHU-1) 5

1 GREENHECK RETURN AIR FAN QE1-36-1-150-X 05600269 MECHANICAL ROOM 5 1 VAW SYSTEMS SILENCER 1 21RLP ----- MECHANICAL ROOM 5 1 VAW SYSTEMS SILENCER 2 30RMP ----- MECHANICAL ROOM 5

2 LOCHINVAR BOILER CHN 1801 F05H00177200 & F05H00177199 MECHANICAL ROOM 4

1 Q MARK ELECTRIC BASEBOARD HEATER CBD50C ----- QUIET STUDY/ROOM

131 – LOWER LEVEL 7

S 20

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A LIBRARY BUILDING 222 E. ELEVEN MILE ROAD

QTY MANUFACTURER/EQUIPMENT DESCRIPTION MODEL NUMBER SERIAL

NUMBER LOCATION

REQUIRED SERVICE (See Required Service Key for Frequency)

2 ARMSTRONG CIRCULATING MOTORS -----

KP34B3180033 & KP34B3180026

MECHANICAL ROOM (CP-3 & CP-4) 8

2 ARMSTRONG CIRCULATING MOTORS -----

HB0054FKAC006109 & HB0054FKAC006106

MECHANICAL ROOM (CP-1 & CP-2) 8

2 ARMSTRONG CIRCULATING MOTORS CVC56T17D1067BP ----- MECHANICAL ROOM

(CP-5 & CP-6) 8

1 ENVIROAIR INDOOR AIR CONDITIONING UNIT ACW-24D-B 2ACR001006 HEAD END/ ROOM 101

– LOWER LEVEL 9

1 ENVIROAIR CONDENSING UNIT CCW-24D-B 3ACR001092 OUTDOOR – NORTHSIDE OF BUILDING

9

1 ARMSTRONG GLYCOL FEEDER WITH STANDARD PUMP GLA-S-LP 321106 MECHANICAL ROOM

(FOR CHILLER) 2

1 GREENHECK COMBUSTION AIR FAN BSQ-130-7-X 05J18876 MECHANICAL ROOM 5

1 B & G CIRCULATING PUMP FOR HEATER LR-15B ----- MECHANICAL ROOM 5

1 A.O. SMITH 81 GALLON HOT WATER HEATER BTR 154110 M04M00217B MECHANICAL ROOM 3

18 PRICE INDUSTRIES DIGITAL CONTROL VARIABLE AIR VOLUME BOX

SDV ----- LOWER LEVEL 3

12 PRICE INDUSTRIES DIGITAL CONTROL VARIABLE AIR VOLUME BOX

SDV ----- MAIN LEVEL 3

NOTES: THE TWO (2) FILTER BASKETS MOUNTED INSIDE THE SUMP DRAINAGE SYSTEM SHALL BE

CLEANED MONTHLY. THE CONTRACTOR SHALL NOT TAKE EITHER OF THE TWO (2) SUMP PUMPS OUT OF SERVICE WITHOUT PROVIDING BACK-UP PUMP(S) TO KEEP UP WITH THE CONSTANT HIGH VOLUME OF WATER ENTERING THE SUMP IN THE MECHANICAL ROOM.

THE CONTRACTOR SHALL PERFORM, INVOICE AND BE PAID “BASIC SERVICES” FOR THIS

CITY BUILDING TWELVE (12) TIMES DURING THE ANNUAL TERM OF THIS CONTRACT NO. B-0603.

S 21

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A

FIRE STATION # 1 215 E. SIXTH STREET

QTY MANUFACTURER/EQUIPMENT DESCRIPTION

MODEL NUMBER

SERIAL NUMBER LOCATION

REQUIRED SERVICE (See Required Service Key for Frequency)

1 GREENHECK EXHAUST FAN GB-090-4 ------ ROOF 3

1 GREENHECK EXHAUST FAN GB-060-6 ------ ROOF 3

1 GREENHECK EXHAUST FAN GB-080-6 ------ ROOF 3

1 GREENHECK EXHAUST FAN GB-121-3 ------ ROOF 3

1 GREENHECK EXHAUST FAN BSQ-240-15 ------ APPARATUS ROOM 3

5 RE-VERBER-RAY GAS FIRED INFRA-RED HEATER HLV-80N ------

APPARATUS & MAINTENANCE ROOMS

7

1 RE-VERBER-RAY GAS-FIRED INFRA-RED HEATERS PB-8 ------ APPARATUS ROOM 7

1 RE-VERBER-RAY GAS FIRED INFRA-RED HEATERS NC-7 ------ MAINTENANCE ROOM 7

1 GREENHECK KITCHEN EXHAUST SYSTEM CUB-161-HP-7 ------ ROOF 5

4 AAON H.V.A.C. UNITS

RK-2-EO-32M, RK-13-2-BO-33M, RK-08-2-EO-237 & RK-04-2-EO-222

----- ROOF 5

1 MARKEL ELECTRIC WALL HEATER H3323TTD-RP ------ MEN FIREFIGHTER’S

TOILET 7

2 MARKEL ELECTRIC WALL HEATER H3323TTD-RP ------

FEMALE FIRE FIGHTER’S LOCKER ROOM/TOILET

7

1 MARKEL ELECTRIC WALL HEATER H3323TTD-RP ------ 2ND FLOOR TOILET 7

1 MARKEL ELECTRIC WALL HEATER H3323TTD-RP ------ 1ST FLOOR UNISEX

TOILET 7

1 MARKEL ELECTRIC WALL HEATER H3327TTD-RP ------ 2ND FLOOR TOILET 7

1 MARKEL ELECTRIC WALL HEATER H3327TTD-RP ------ VESTIBULE 7

1 MARKEL ELECTRIC UNIT HEATER FIF5105 ------ MECHANICAL ROOM 7

2 ARMSTRONG CIRCULATING PUMP W/ 1/6 HP MOTOR ASTRO 30 B ------ MECHANICAL ROOM 5

1 LOCHINVAR GAS FIRED HOT WATER HEATER EWN300PM-F9 ------ MECHANICAL ROOM 5

1 LOCHINVAR HOT WATER STORAGE TANK RJS-120 ------ MECHANICAL ROOM 5

1 ASME EXPANSION TANK LTCPA20 ------ MECHANICAL ROOM 5

1 GREENHECK MAKE-UP AIR UNIT KSF-108-H10 ------ ROOF 5

NOTE: THE CONTRACTOR SHALL PERFORM, INVOICE AND BE PAID “BASIC SERVICES” FOR THIS

CITY BUILDING FOUR (4) TIMES DURING THE ANNUAL TERM OF THIS CONTRACT NO. B-0603.

S 22

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A

FIRE STATION # 2 1411 W. WEBSTER ROAD

QTY MANUFACTURER/EQUIPMENT DESCRIPTION MODEL NUMBER SERIAL

NUMBER LOCATION

REQUIRED SERVICE (See Required Service Key for Frequency)

1 BURNHAM STEAM BOILER 605 7520970 BASEMENT 10

1 LOCHINVAR 40 GAL. HOT WATER HEATER ETN040 GB8476081 BASEMENT 3

1 CHEM. TECH. INT. FEED PUMP W/TIMER 100 E8751G BASEMENT 10

1 CARLON METER CONTROL JSJ062MT C074636 BASEMENT 10

1 CARLON WATER METER 10GPC 1262424 BASEMENT 10 NOTE: THE CONTRACTOR SHALL PERFORM, INVOICE AND BE PAID “BASIC SERVICES” FOR THIS CITY BUILDING THREE (3) TIMES DURING THE ANNUAL TERM OF THIS CONTRACT NO. B-0603.

S 23

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A

FIRE STATION # 3 3128 ROCHESTER ROAD

QTY MANUFACTURER/EQUIPMENT DESCRIPTION

MODEL NUMBER

SERIAL NUMBER LOCATION

REQUIRED SERVICE (See Required Service Key for Frequency)

1 AAON H.V.A.C. UNIT RK072E0232 ------ ROOF 5

1 AAON H.V.A.C. UNIT RK102E032M ------ ROOF 5

2 MITSUBISHI H.V.A.C. UNIT PL12AK ------ VESTIBULE & WATCH ROOM 5

1 RE-VERBER-RAY GAS FIRED INFRA-RED HEATER DRV-75N ------ APPARATUS ROOM 7

1 RE-VERBER-RAY GAS FIRED INFRA-RED HEATER DX-DRV-100N ------ APPARATUS ROOM 7

1 RE-VERBER-RAY GAS FIRED INFRA-RED HEATER DX-DRV-150 ------ APPARATUS ROOM 7

1 RE-VERBER-RAY GAS FIRED INFRA-RED HEATER PB-10 ------ APPARATUS ROOM 7

2 MARKEL UNIT HEATERS FIF5105 ------ MECHANICAL ROOM & WORK/STORAGE ROOM 7

2 MARKEL UNIT HEATER FIF5103 ------ MEDICAL STORAGE & ELECTRICAL ROOM 7

1 GREENHECK SUPPLY FAN BSQ-80-7 ------ SOUTH MEZZANINE FLOOR 5

1 MARKEL ELECTRIC WALL HEATER F3323TTD-RP ------ VESTIBULE 7

2 MARKEL ELECTRIC WALL HEATER F3317T-RD ------ STAIRWELL NO. 1 &

STAIRWELL NO. 2 7

1 GREENHECK EXHAUST FAN GB-090-4 ------ ROOF 3

2 GREENHECK EXHAUST FAN GB-070-6 ------ ROOF 3

1 GREENHECK EXHAUST FAN GB-080-4 ------ ROOF 3

1 GREENHECK EXHAUST FAN BSQ-80-7 ------ TURN-OUT GEAR STORAGE ROOM 3

1 GREENHECK EXHAUST FAN BSQ-140-15 ------ MEZZANINE INDUSTRIAL EQUIPMENT PLATFORM 3

1 GREENHECK EXHAUST FAN SQ-65-D ------ ELECTRICAL ROOM 3

1 GREENHECK EXHAUST FAN SP-7 ------ TOILET 3

1 LOCHINVAR GAS FIRED HOT WATER HEATER EPN-250-100 ------ MECHANICAL ROOM 5

1 LOCHINVAR GAS FIRED HOT WATER HEATER EPN-200-100 ------ MECHANICAL ROOM 5

1 REZNOR GAS FIRED UNIT HEATER SFT-45 ------ NORTH MEZZANINE 7

1 REZNOR DUCT GAS FIRED FURNACE SC100 ------ SOUTH MEZZANINE 7

1 QUINCY AIR COMPRESSOR F310L-2-60 ------ SOUTH MEZZANINE 5

2 ARMSTRONG CIRCULATING PUMP WITH 1/6 HP MOTOR ASTRO 30B ------ MECHANICAL ROOM 5

NOTE: THE CONTRACTOR SHALL PERFORM, INVOICE AND BE PAID “BASIC SERVICES” FOR THIS CITY BUILDING FOUR (4) TIMES DURING THE ANNUAL TERM OF THIS CONTRACT NO. B-0603.

S 24

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A

FIRE STATION # 4 31000 N. WOODWARD

QTY MANUFACTURER/EQUIPMENT DESCRIPTION

MODEL NUMBER

SERIAL NUMBER LOCATION

REQUIRED SERVICE (See Required Service Key for Frequency)

1 LOCHINVAR 100 GAL. HOT WATER HEATER EPN-250-100 ----- FIRST FLOOR

MECHANICAL ROOM 5

1 GREENHECK EXHAUST FAN CUBE-180-15 ----- APPARATUS BAY ROOF 3

1 GREENHECK EXHAUST FAN BSQ-70-4 ----- FIRST FLOOR MECHANICAL ROOM 3

1 GREENHECK EXHAUST FAN SP-7 ----- FIRST FLOOR JANITORS CLOSET 3

1 GREENHECK EXHAUST FAN BSQ-80-4 ----- FIRST FLOOR UNISEX TOILET - ABOVE CEILING

3

1 GREENHECK EXHAUST FAN SP-226 ----- FIRST FLOOR MECHANICAL ROOM 3

1 GREENHECK EXHAUST FAN G-65-G ----- 2ND FLOOR JANITOR CLOSET 3

1 GREENHECK EXHAUST FAN GB-100-4 ----- 2ND FLOOR ROOF 3

2 AAON H.V.A.C. UNIT RK-05-2-EO-32M ----- 2ND FLOOR ROOF 5

1 AAON H.V.A.C. UNIT RK-05-2-EO-33M ----- 2ND FLOOR ROOF 5

1 AAON H.V.A.C. UNIT RK-05-2-EO-32M ----- APPARATUS BAY ROOF 5

3 RE-VERBER RAY GAS INFRA-RED HEATER HL-2-20-75/50N ----- FIRST FLOOR

APPARATUS BAY 7

1 RE-VERBER RAY GAS INFRA-RED HEATER HL-2-30-75/50N ----- FIRST FLOOR

APPARATUS BAY 7

1 CAPTIVEAIRE KITCHEN EXHAUST FAN NCA10FA ----- 2ND FLOOR ROOF 5

1 ELECTRIC CABINET UNIT HEATER ----- ----- FIRST FLOOR BELOW

STAIRS 7

1 QMARK ELECTRIC UNIT HEATER MUH05-81 ----- FIRST FLOOR MEDICAL DECON 7

1 QMARK ELECTRIC UNIT HEATER MUH05-81 ----- FIRST FLOOR MEDICAL SUPPLIES 7

1 QMARK ELECTRIC UNIT HEATER MUH03-81 ----- FIRST FLOOR S.C.B.A. 7

1 QMARK ELECTRIC UNIT HEATER MUH03-81 ----- FIRST FLOOR MECHANICAL ROOM 7

1 QMARK ELECTRIC UNIT HEATER MUH03-81 ----- FIRST FLOOR TOOL ROOM 7

1 QMARK ELECTRIC UNIT HEATER MUH03-81 ----- FIRST FLOOR WATER SERVICE ROOM 7

1 QMARK ELECTRIC UNIT HEATER AWH-4408 ----- FIRST FLOOR VESTIBULE 7

1 QMARK ELECTRIC UNIT HEATER AWH-4408 ----- 2ND FLOOR STAIRS 7

1 QMARK ELECTRIC UNIT HEATER AWH-4408 ----- 2ND FLOOR MALE LOCKER 7

1 CAPTIVEAIRE MAKE-UP AIR UNIT NHMUA16-G10 ----- 2ND FLOOR ROOF 5

S 25

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A

FIRE STATION # 4 31000 N. WOODWARD

QTY MANUFACTURER/EQUIPMENT DESCRIPTION

MODEL NUMBER

SERIAL NUMBER LOCATION

REQUIRED SERVICE (See Required Service Key for Frequency)

1 PLYMOVENT VEHICLE EXHAUST SYSTEM FAN ----- ----- APPARATUS BAY

ROOF 5

2 ARMSTRONG PUMP ASTRO 30B ----- FIRST FLOOR MECHANICAL ROOM 5

NOTE: THE CONTRACTOR SHALL PERFORM, INVOICE AND BE PAID “BASIC SERVICES” FOR THIS CITY BUILDING FOUR (4) TIMES DURING THE ANNUAL TERM OF THIS CONTRACT NO. B-0603.

S 26

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A

SENIOR COMMUNITY CENTER 3500 MARAIS AVENUE

QTY MANUFACTURER/EQUIPMENT DESCRIPTION MODEL NUMBER SERIAL

NUMBER LOCATION

REQUIRED SERVICE (See Required Service Key for Frequency)

1 LENNOX FORCED AIR GAS FURNACE G20Q3E-75-3 5892H07012 SOUTH MECHANICAL

ROOM 7

2 LENNOX FORCED AIR GAS FURNACES G20Q3E-50-3 5892H01158 &

5892H01159 SOUTH MECHANICAL ROOM 7

1 LENNOX FORCED AIR CENTRAL GAS FURNACE G20Q56E-150-1 5892A21787 SOUTH MECHANICAL

ROOM 7

3 LENNOX CONDENSING UNITS HS24-311-1P 5192G09028, 5192G09029 & 5192G09031

OUTDOOR-SOUTHWEST SIDE OF BUILDING

9

1 LENNOX CONDENSING UNIT HS24-651-2P 5192K13536 OUTDOOR SOUTHWEST SIDE OF BUILDING

9

1 CARRIER AIR HANDLER 40RR-028-000 0390F01142 NORTH MECHANICAL ROOM 5

2 STERLING DUCT FURNACES QVD-400S

A04446000003002 (TAG NOT ACCESSIBLE ON 2ND UNIT

NORTH MECHANICAL ROOM 7

4 CARRIER FURNACES 58GS150-CA

2489A01979, 2489A01991, 2489A01960 & 2489A01978

NORTH MECHANICAL ROOM 7

1 GREENHECK EXHAUST/VENTILATOR CUBE-18-20X ----- ROOF 3

1 CARRIER CONDENSING UNIT 38AD-028-530 0990F06635 OUTDOOR-NORTH SIDE OF BUILDING 9

1 CARRIER CONDENSING UNIT 38TH-060-500DL 0490E27428 OUTDOOR-NORTH SIDE OF BUILDING 9

1 CARRIER CONDENSING UNIT 38CKC060570 1705E05596 OUTDOOR-NORTH SIDE OF BUILDING 9

2 LOCHINVAR 38 GALLON HOT WATER HEATERS CNR155-035-DF9 BK6808962 &

BL6941279 NORTH MECHANICAL ROOM 5

1 MARCH MFG. WATER HEATER CIRCULATING PUMP 809-2” DIA ------ NORTH MECHANICAL

ROOM 5

2 HEIL AIR CONDITIONING UNIT CAC060HAA & ACC060HAA

L012215640 & L012215634

OUTDOOR-NORTH SIDE OF BUILDING 9

NOTES: “BASIC SERVICES” FOR ALL EQUIPMENT LISTED IN THIS BUILDING SHALL BE SCHEDULED

FOR MAY AND NOVEMBER AND TWO OTHER MONTHS APPROVED BY THE BUILDING MANAGER.

THE CONTRACTOR SHALL PERFORM, INVOICE AND BE PAID “BASIC SERVICES” FOR THIS

CITY BUILDING FOUR (4) TIMES DURING THE ANNUAL TERM OF THIS CONTRACT NO. B-0603.

S 27

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A

DEPARTMENT OF PUBLIC SERVICE 1600 N. CAMPBELL ROAD

QTY MANUFACTURER/EQUIPMENT DESCRIPTION MODEL NUMBER SERIAL

NUMBER LOCATION

REQUIRED SERVICE (See Required Service Key for Frequency)

2 WEIL MCLAIN STEAM BOILERS BG-488SF 369361 & 369362 MECHANICAL ROOM *1

2 POWER FLAME GAS BURNERS WITH GAS TRAIN CR-1-G12 089363507 &

089363508 MECHANICAL ROOM *1

2 MCDONNEL MILLER WATER CONTROLS 63 ----- MECHANICAL ROOM *1

1 HOFFMAN BOILER FEED WATER TANK 100VBFT-B 161005 MECHANICAL ROOM *1

1 HOFFMAN VACUUM HEATING PUMP HVSD-10-20-34 V-12667 MECHANICAL ROOM *1

1 CHALLENGE-AIR AIR COMPRESSOR E-71 9127246 MECHANICAL ROOM *1

1 ZURN AIR & GAS DRYER R-10A R19140 MECHANICAL ROOM *1

2 MARATHON 1/3 HP PUMP MOTORS 8QF56C34D1200FP ----- MECHANICAL ROOM *1

1 RUPPAIR GAS FIRED MAKE-UP AIR HEATER RAM 12 S220182A OFFICE ROOF NONE

1 RUPP MAKE-UP AIR UNIT CFA225 22587-207-6 GARAGE ROOF NONE 1 RUPP MAKE-UP AIR UNIT CFA215 21587-96-6 GARAGE ROOF NONE

1 COMMERCIAL COMFORT AIR CONDITIONER

CAC060HAB & ACC060HAB L022922091 OFFICE ROOF NONE

1 TRANE GAS FORCED AIR FURNACE YCC036F3H0BF Z133SHK1H OFFICE ROOF NONE

1 GREENHECK EXHAUST/VENTILATOR GB-18-10 87F01620 OFFICE ROOF NONE

1 GREENHECK EXHAUST/VENTILATOR GB-10-4X-0-2A 87E03514 OFFICE ROOF NONE

3 GREENHECK EXHAUST/VENTILATORS GB-18-3

87F01617, 87F01618 & 87F01619

GARAGE ROOF NONE

6 EXHAUST VENTILATION SYSTEM ----- ----- GARAGE NONE

3 GREENHECK EXHAUST/VENTILATORS GB-30-15X-QD

87E05737, 87E05730 & 87E05731

GARAGE 2ND ROOF NONE

1 GREENHECK EXHAUST/VENTALATOR GB-10-4X-QD-2A 87E03515 GARAGE 2ND ROOF NONE

1 AIR CONDITIONING WINDOW UNIT ----- ----- MECHANIC’S OFFICE NONE

19 FAN COIL UNIT HEATERS ----- ----- GARAGE NONE 1 EXHAUST FAN ----- ----- SALT DOME NONE

1 EXHAUST FAN ----- ----- BUILDING MAINTENANCE OFFICE

NONE

4 FAN COIL UNIT HEATERS ----- ----- WATER SERVICE & BUILDING MAINTENANCE SHOP

NONE

S 28

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A

DEPARTMENT OF PUBLIC SERVICE 1600 N. CAMPBELL ROAD

QTY MANUFACTURER/EQUIPMENT DESCRIPTION MODEL NUMBER SERIAL

NUMBER LOCATION

REQUIRED SERVICE (See Required Service Key for Frequency)

1 DUO-THERM GAS FIRED STOVE 1455-9 28M02 BARRICADE BUILDING NONE

1 LOCHINVAR 75 GALLON HOT WATER HEATER ETN075 NJ7497603 MECHANICAL ROOM NONE

1 LOCHINVAR 19.0 GAL. HOT WATER HEATER JRC020E NK7599731 MECHANICAL ROOM NONE

1 1/3 HP SUMP PUMP 9K291 ----- MECHANICAL ROOM NONE

1 CHEM/TECH INTERNATIONAL MANUAL FEED CHEMICAL FEEDER

MECHANICAL ROOM *1

1 CARLON METER CONTROL JSJ075MT C075193 MECHANICAL ROOM *1 1 CARLON WATER METER 10GPC 1266273 MECHANICAL ROOM *1

1 PULSATRON METERING PUMP LB64SA-PTC1-XXX 0108102341 MECHANICAL ROOM *1

1 JANITROL GAS FIRED UNIT HEATER ------ 1253G0958 BARRICADE

BUILDING GARAGE NONE

1 DAYTON 1/3 HP PUMP MOTORS BOILER FEED 6K1816 ------ MECHANICAL ROOM *1

1 MARATHON 1/3 HP BOILER FEED PUMP MOTORS ZQD56C34D-1136A ------ MECHANICAL ROOM *1

1 SUBMERSIBLE SUMP PUMP ------ ------ MECHANICAL ROOM NONE

1 LOCHINVAR 12 GAL. HOT WATER HEATER JRC012E ------ HIGH LIFT BAY-

GARAGE NONE

NOTE:

SCHEDULED “BASIC SERVICES” IS NOT REQUIRED FOR ANY EQUIPMENT AS PART OF THIS CONTRACT. BOILER AND WATER TREATMENT EQUIPMENT START-UP ON OCTOBER 1 AND SHUT-DOWN ON JUNE 1 (OR AS DIRECTED BY THE BUILDING MANAGER) AND BOILER TESTING REQUIRED BY THE STATE BOILER DIVISION FOR THE TWO (2) STEAM BOILERS INCLUDING ALL EQUIPMENT THAT IS NECESSARY TO START/SHUT-DOWN THE STEAM HEAT SYSTEM. SCHEDULED “WATER TREATMENT SERVICES” AND “EXTRA WORK/EMERGENCY WORK” SHALL BE PROVIDED IN ACCORDANCE WITH THE SPECIFICATIONS. START-UP AND SHUT-DOWN OF THE TWO (2) BOILERS INCLUDING ALL EQUIPMENT FOR WATER TREATMENT SHALL BE PERFORMED, INVOICED AND BE PAID TO THE CONTRACTOR AS “BASIC SERVICES” FOR THIS CITY BUILDING TWO (2) TIMES DURING THE ANNUAL TERM OF THIS CONTRACT NO. B-0603.

S 29

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A

CENTER STREET PARKING STRUCTURE 222 S. CENTER STREET

QTY MANUFACTURER/EQUIPMENT DESCRIPTION MODEL NUMBER SERIAL

NUMBER LOCATION REQUIRED SERVICE (See Required Service Key for Frequency)

4 BERKO FAN COIL UNIT HEATERS TWO-HUH324/ TWO-HUH224A ----- OFFICE & GARAGE NONE

2 BASE BOARD ELECTRIC HEATERS ----- ----- OFFICE NONE

1 DAYTON IN-LINE CABINET FAN EXHAUST SYSTEM WITH MOTORIZED INTAKE DAMPER

4C756A ----- GARAGE NONE

1 BASE BOARD ELECTRIC HEATERS ------ ------ JANITOR’S CLOSET NONE

1 BASE BOARD ELECTRIC HEATERS ------ ------ MEN’S PUBLIC

RESTROOM NONE

1 BASE BOARD ELECTRIC HEATERS ------ ------ PUBLIC RESTROOM NONE

1 COMFORT AIRE WALL MOUNTED AIR CONDITIONER & HEATER ------ ------ OFFICE NONE

2 LOCHINVAR 30 GALLON HOT WATER HEATERS

ETA030KK-1 & ETA030KK

LG3514277 & SL3679496 OFFICE NONE

1 HEATING AND AIR CONDITIONING UNIT ------ ------ BOOTH NONE

2 EXHAUST FAN SYSTEM ------ ------ OFFICE NONE NOTE: SCHEDULED “ BASIC SERVICES” IS NOT REQUIRED FOR ANY EQUIPMENT AS PART OF THIS

CONTRACT. “EXTRA WORK/ EMERGENCY WORK” SHALL BE PROVIDED IN ACCORDANCE WITH THE SPECIFICATIONS IF REQUESTED BY THE CITY BUILDING MANAGER.

S 30

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A

LAFAYETTE PARKING STRUCTURE 300 S. LAFAYETTE

QTY MANUFACTURER/EQUIPMENT DESCRIPTION MODEL NUMBER SERIAL

NUMBER LOCATION

REQUIRED SERVICE (See Required Service Key for Frequency)

1 CRINCRAFT FAN COIL UNIT HEATERS HD1548-3 ----- ELEVATOR ROOM NONE

1 PEERLESS EXHAUST FAN AF445 KF7242 GARAGE NONE

1 CRINCRAFT FAN COIL UNIT HEATERS HD1548-3 ------ GARAGE NONE

2 CRINCRAFT FAN COIL UNIT HEATERS HD1548-3 ------ LOBBY NONE

1 Q MARK FAN COIL UNIT HEATER MUH154 ------ GARAGE NONE

2 Q MARK FAN COIL UNIT HEATER MUH154 ------ LOBBY NONE

1 Q MARK FAN COIL UNIT HEATER MUH045 ------ SUMP ROOM NONE

1 LOCHINVAR 30 GALLON HOT WATER HEATER ETR030KK WHO351465 GARAGE NONE

2 SUMP PUMP ------ ------ SUMP ROOM NONE

1 GREENHECK SIDE DISCHARGE EXHAUST FAN SPFE-20-4 90G04424 ELEVATOR ROOM NONE

1 SMALL ELECTRIC UNIT HEATER ------ ------ RESTROOM NONE

1 HEATING AND AIR CONDITIONING UNIT ------ ------ BOOTH NONE

NOTE: SCHEDULED “ BASIC SERVICES” IS NOT REQUIRED FOR ANY EQUIPMENT AS PART OF THIS

CONTRACT. “EXTRA WORK/ EMERGENCY WORK” SHALL BE PROVIDED IN ACCORDANCE WITH THE SPECIFICATIONS IF REQUESTED BY THE CITY BUILDING MANAGER.

S 31

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A SIXTH & LAFAYETTE PARKING STRUCTURE

514 S. LAFAYETTE

QTY MANUFACTURER/EQUIPMENT DESCRIPTION

MODEL NUMBER

SERIAL NUMBER LOCATION

REQUIRED SERVICE (See Required Service Key for Frequency)

1 UNIT HEATER ------ ------ ELEVATOR ROOM NONE

1 UNIT HEATER ------ ------ ELECTRICAL ROOM NONE

1 UNIT HEATER ------ ------ WATER ROOM NONE

2 UNIT HEATER ------ ------ GARAGE NONE

1 UNIT HEATER ------ ------ UTILITY ROOM NONE

1 SUMP PUMP ------ ------ GARAGE NONE

1 G.E. AIR CONDITIONING UNIT AJCS12DC ------ MAIN BOOTH NONE

1 G.E. AIR CONDITIONER W/ HEAT AJES12DCA ------ 2ND BOOTH NONE

1 ADOBE-AIR UNIT HEATER 24H16-09 ------ MAIN BOOTH NONE

1 QMARK UNIT HEATER CWH2151 ------ MAIN BOOTH TOILET NONE NOTE:

SCHEDULED “ BASIC SERVICES” IS NOT REQUIRED FOR ANY EQUIPMENT AS PART OF THIS CONTRACT. “EXTRA WORK/ EMERGENCY WORK” SHALL BE PROVIDED IN ACCORDANCE WITH THE SPECIFICATIONS IF REQUESTED BY THE CITY BUILDING MANAGER.

S 32

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A ANIMAL SHELTER

1515 N. EDGEWORTH

QTY MANUFACTURER/EQUIPMENT DESCRIPTION MODEL NUMBER SERIAL

NUMBER LOCATION

REQUIRED SERVICE (See Required Service Key for Frequency)

2 REZNOR GAS-FIRED UNIT HEATERS F50-3

AWC31K5N18030& AXC31K5N09737

DOG ROOM 7

2 PENN POWER EXHAUST FANS 12A4 ----- ROOF 3

1 PENN POWER EXHAUST FAN 12B4 ----- ROOF 3

1 LOCHINVAR 50 GALLON HOT WATER HEATER ETN050-4 JC0166187 OFFICE 3

2 REZNOR GAS-FIRED UNIT HEATERS FSO-3

AXC31K5N09746 & AXC31K5N09731

OFFICE & CAT ROOM 7

1 ABSOLUTE AIR, INC./ MAKE-UP AIR UNIT – SEE NOTE BELOW AA1-H0M 20675 ROOF 3

NOTES:

“BASIC SERVICES” FOR ALL EQUIPMENT LISTED IN THIS BUILDING SHALL BE SCHEDULED DURING THE MONTHS OF OCTOBER AND JANUARY. PERMANENT TYPE FILTERS FOR THE NEW MAKE-UP AIR UNIT SHALL BE WASHED WHEN PERFORMING BASIC SERVICES. THE CONTRACTOR SHALL PERFORM, INVOICE AND BE PAID “BASIC SERVICES” FOR THIS CITY BUILDING TWO (2) TIMES DURING THE ANNUAL TERM OF THIS CONTRACT NO. B-0603.

S 33

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A

JOHN LINDELL ICE ARENA 1403 LEXINGTON BLVD.

QTY MANUFACTURER/EQUIPMENT DESCRIPTION MODEL NUMBER SERIAL

NUMBER LOCATION REQUIRED SERVICE (See Required Service Key for Frequency)

1 EVAPCO, INC., COOLING TOWER ATC 320 953363M OUTDOOR/REAR OF BLDG. NONE

1 MARKEL FANCOIL HEATER P3P5107CA1N ----- MECHANICAL ROOM 1

1 MARATHON MOTOR 2VE213TTDR7026GP(L) ----- MECHANICAL ROOM 5

1 BELL & GOSSETT CIRCULATING PUMP G59, SERIES 1510 ----- MECHANICAL ROOM 5

1 LAKOS SEPERATOR TIMER ----- ----- MECHANICAL ROOM 8

1 MILTON ROY CHEMICAL FEED PUMP B121-95S 90046956 MECHANICAL ROOM 8

2 LOCKINVAR HOT WATER HEATERS (LOW PRESSURE BOILERS)

RWN399 B954941 & B954515 MECHANICAL ROOM 8

2 VILTER VMC 450XL COMPRESSORS H-37640-1 & 2 65088 & 65089 MECHANICAL ROOM NONE

2 100 HP LINCOLN MOTORS 4707 U1950520164 & U1950520163 MECHANICAL ROOM NONE

2 NATIONAL BRAND EVAPORATIVE CONDENSERS

H2805.5123467890Y

C950274A-2 C950274A-3 MECHANICAL ROOM NONE

2 NATIONAL BRAND CONDENSERS FA-24192-200 RA-12168-509

C950280A-1 C950280B-1 MECHANICAL ROOM NONE

3 US ELECTRIC MOTORS 20 HP MOTORS E660A ----- MECHANICAL ROOM NONE

3 BELL & GOSSETT CIRCULATING PUMPS 5BC

1936092 1936094 1936093

MECHANICAL ROOM NONE

2 BELL & GOSSETT CIRCULATING PUMPS 15X7B5.125 1953809

1953808 MECHANICAL ROOM NONE

2 US ELECTRIC MOTORS 3 HP MOTORS G155A ----- MECHANICAL ROOM 5

3 TRANE UNIT HEATERS GBND040SED1000H

A96C33481 A95F37708 A95F37709

WEST ARENA & EAST ARENA 1

1 VILTER AMMONIA LEAK DETECTOR ----- ----- MECHANICAL ROOM NONE

1 TRANE FORCED AIR FURNACE WITH COOLING UNIT

YCD330A4H- A1A5CC1H J95F90969 ROOF 8

1 TRANE REFRIGERATION MACHINE

RAUCC804-BD032D9 J95D68634 ROOF 6

2 TRANE DUCT FURNACE GFAA40GAB A95F37712 & A95F37713 ROOF 1

1 MUNTERS CORP. DRY-COOLER AM 30 95HA300454 ROOF 8

1 PENN VENTILATOR CO. POWER VENTILATOR XW 94 EF-7 ROOF 5

S 34

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A JOHN LINDELL ICE ARENA

1403 LEXINGTON BLVD.

QTY MANUFACTURER/EQUIPMENT DESCRIPTION

MODEL NUMBER

SERIAL NUMBER LOCATION

REQUIRED SERVICE (See Required Service Key for Frequency)

2 PENN VENTILATOR CO. POWER VENTILATOR DX 13 B EF-2-3 ROOF 3

1 PENN VENTILATOR CO. POWER VENTILATOR FX18BFT EF-4 ROOF 3

1 PENN VENTILATOR CO. POWER VENTILATOR DX 9 B EF-6 ROOF 3

1 CENTRI MASTER EXHAUST/VENTILATOR P10D4 HU85696 ROOF 3

1 CENTRI MASTER EXHAUST/VENTILATOR PR 76 ----- ROOF 3

1 CENTRI MASTER EXHAUST/VENTILATOR P 16 E HU85698 ROOF 3

1 CENTRI MASTER EXHAUST/VENTILATOR P22E-2S HU85697 ROOF 3

1 CENTRI MASTER EXHAUST/VENTILATOR ----- ----- ROOF 3

1 TRANE UNIT HEATER GCND040AEF10000H C00A31722 WEST ARENA 1

2 ARMSTRONG 1/6 HP CIRCULATING PUMP

816549091 & LH32BF ----- MECHANICAL ROOM 5

2 CHILL-CON 11LD C950036A4 & C950036A5 MECHANICAL ROOM NONE

2 JOHNSON CONTROLS ------ ------ MECHANICAL ROOM NONE

2 BALDOR 3 HP CIRCULATING PUMP

85600008 & 84Z04015

F0107250175 & F0202010154 MECHANICAL ROOM NONE

1 ARMSTRONG BALL FLOAT TRAP 3LD 8402 MECHANICAL ROOM NONE

1 ARMSTRONG LIQUID DRAINER 11LD ------ MECHANICAL ROOM NONE

1 CHILL CON CONDENSER CA08096400 C950280C-1 MECHANICAL ROOM NONE

1 CONDENSER CBH05024100 C950280D-1 MECHANICAL ROOM NONE

1 MIDLAND CONDUCTIVITY CONTROLLER 101/111 20968 MECHANICAL ROOM 1

1 LAKOS SEPARATOR LHC-0609-B ------ MECHANICAL ROOM 8

1 LAWLER 802 HIGH-LOW THERMOSTATIC MIXER 73000-10 ------ MECHANICAL ROOM 8

1 MARKEL FAN COIL HEATER P3P5110CAIN ------ ZAMBONI ROOM 1

1 LOCHINVAR 50.0 GALLON HOT WATER HEATER ETX052KK-1 MF4963202 FRONT OFFICE 3

NOTES:

SCHEDULED “BASIC SERVICES” FOR ICE GENERATING EQUIPMENT IS NOT REQUIRED AS PART OF THIS CONTRACT.

THE CONTRACTOR SHALL PERFORM, INVOICE AND BE PAID “BASIC SERVICES” FOR THIS CITY BUILDING SIX (6) TIMES DURING THE ANNUAL TERM OF THIS CONTRACT NO. B-0603.

S 35

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A

ROYAL OAK GOLF CLUB 3417 DON SOPER DRIVE

QTY MANUFACTURER/EQUIPMENT DESCRIPTION MODEL NUMBER SERIAL

NUMBER LOCATION

REQUIRED SERVICE (See Required Service Key for Frequency)

1 AMERICAN STANDARD, INC. HEATING & COOLING UNIT YCH060A3L0AB F321424740 CLUB HOUSE ROOF NONE

1 LENNOX HEATING UNIT G12R05E-165-12 5888K51973 CLUB HOUSE NONE

1 EXHAUST FAN ----- ------ CLUB HOUSE ROOF NONE

3 AIR CONDITIONING WINDOW UNITS ----- ----- CLUB HOUSE NONE

1 STATE INDUSTRIES, INC. 50 GALLON HOT WATER CV50NRT75 879616261 MAINTENANCE

OFFICE NONE

1 REZNOR FAN COIL UNIT HEATERS ----- ----- MAINTENANCE

GARAGE NONE

1 LENNOX HEATING & COOLING UNIT

GCS16-413-100-10Y 5696B-03538 CLUB HOUSE ROOF NONE

1 LOCHINVAR 50 GALLON HOT WATER HEATER ETN050 PE9197505 CLUB HOUSE NONE

1 MITSUBISHI ELECTRIC AIR CONDITIONING UNIT PUG30BKC 01137260 CLUB HOUSE ROOF NONE

1 WINCHESTER GAS FIRED HEATER WMQ36-14C H384920 MAINTENANCE

OFFICE NONE

NOTE: SCHEDULED “ BASIC SERVICES” IS NOT REQUIRED FOR ANY EQUIPMENT AS PART OF THIS

CONTRACT. “EXTRA WORK/ EMERGENCY WORK” SHALL BE PROVIDED IN ACCORDANCE WITH THE SPECIFICATIONS IF REQUESTED BY THE CITY BUILDING MANAGER.

S 36

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A

NORMANDY OAKS GOLF CLUB 4234 DELEMERE AVENUE

QTY MANUFACTURER/EQUIPMENT DESCRIPTION MODEL NUMBER SERIAL

NUMBER LOCATION

REQUIRED SERVICE (See Required Service Key for Frequency)

1 BRYANT FORCED AIR FURNACE SE-G 46A502321 CLUB HOUSE NONE

1 BRYANT CONDENSING UNIT 30-567S 46A28-365 CLUB HOUSE NONE

1 CARRIER FAN COIL UNIT HEATER (MAINT. GARAGE) 46BB125A 14E25684 MAINTENANCE

GARAGE NONE

1 ARMSTRONG AIR CONDITIONING, INC. FORCED AIR FURN. W/COOLING UNIT

38HWC242-3A 8493K15472 CLUB HOUSE NONE

1 A.O. SMITH CORP. 30-GALLON HOT WATER HEATER KGA30800 800-H-74-41672 MAINTENANCE

GARAGE NONE

1 LOCHINVAR 40-GALLON HOT WATER HEATER 40GTN L2091198 CLUB HOUSE NONE

NOTE: SCHEDULED “ BASIC SERVICES” IS NOT REQUIRED FOR ANY EQUIPMENT AS PART OF THIS

CONTRACT. “EXTRA WORK/ EMERGENCY WORK” SHALL BE PROVIDED IN ACCORDANCE WITH THE SPECIFICATIONS IF REQUESTED BY THE CITY BUILDING MANAGER.

S 37

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A

TENNIS COURTS/SOCCER DOME 1319 LEXINGTON BLVD.

QTY MANUFACTURER/EQUIPMENT DESCRIPTION MODEL NUMBER SERIAL

NUMBER LOCATION REQUIRED SERVICE (See Required Service Key for Frequency)

1 LOCHINVAR 100 GALLON HOT WATER HEATER CNR199-100-DF9 BF6331619 STORAGE ROOM 3

2 LUXAIRE FORCED-AIR FURNACES

GH100ME- SERIES NABSE

5950000-1414 & 5950000-1364

CONCEALED ABOVE CEILING OF OFFICE & SNACK BAR

7

NOTE: THE CONTRACTOR SHALL PERFORM, INVOICE AND BE PAID “BASIC SERVICES” FOR THIS

CITY BUILDING TWO (2) TIMES DURING THE ANNUAL TERM OF THIS CONTRACT NO. B-0603.

S 38

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A

ROYAL OAK FARMERS MARKET 316 E. ELEVEN MILE ROAD

QTY MANUFACTURER/EQUIPMENT DESCRIPTION

MODEL NUMBER SERIAL NUMBER LOCATION

REQUIRED SERVICE (See Required Service Key for Frequency)

1 CARRIER UPFLOW FURNACE 58PAV070-12 2900A54873 MECHANICAL ROOM 13

1 BRADFORD WHITE 40 GALLON HOT WATER HEATER MI403S6EN12 WD9297183 MECHANICAL ROOM 13

1 AMERICAN 40 GALLON HOT WATER HEATER G61-40T40-3NV 0208100821 KITCHEN 13

1 TRANE VOYAGER H.V.A.C. UNIT YCH180B3H0HB 553100413D WEST CANOPY ROOF 13

1 TRANE VOYAGER H.V.A.C. UNIT YCH180B3H0HB 553100434D WEST CANOPY ROOF 13

1 TRANE VOYAGER H.V.A.C. UNIT YCH180B3H0HB 553100423D WEST CANOPY ROOF 13

1 TRANE VOYAGER H.V.A.C. UNIT YCH180B3H0HB 553100392D WEST CANOPY ROOF 13

1 TRANE VOYAGER H.V.A.C. UNIT YCH180B3H0HB 552100673D EAST CANOPY ROOF 13

1 TRANE VOYAGER H.V.A.C. UNIT YCH180B3H0HB 552100627D EAST CANOPY ROOF 13

1 TRANE VOYAGER H.V.A.C. UNIT YCH180B3H0HB 552100663D EAST CANOPY ROOF 13

1 TRANE VOYAGER H.V.A.C. UNIT YCH210C3H0EA 552100630D EAST CANOPY ROOF 13

NOTES: “BASIC SERVICES” FOR ALL EQUIPMENT LISTED IN THIS BUILDING SHALL BE SCHEDULED

DURING THE MONTHS OF JULY, OCTOBER AND JANUARY. THE CONTRACTOR SHALL PERFORM, INVOICE AND BE PAID “BASIC SERVICES” FOR THIS

CITY BUILDING THREE (3) TIMES DURING THE ANNUAL TERM OF THIS CONTRACT NO. B-0603.

S 39

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A

44TH DISTRICT COURT 400 E. ELEVEN MILE ROAD

QTY MANUFACTURER/EQUIPMENT DESCRIPTION

MODEL NUMBER SERIAL NUMBER LOCATION

REQUIRED SERVICE (See Required Service Key for Frequency)

12 CARRIER VARIABLE AIR VOLUME BOXES 35D ------ BUILDING NONE

10 CARRIER VARIABLE AIR VOLUME BOXES W/ REHEAT 35D ------ BUILDING NONE

15 CARRIER FAN POWERED VARIABLE VOLUME BOXES 45T06 ------ BUILDING NONE

7 CARRIER FAN POWERED VARIABLE VOLUME BOXES 45T08 ------ BUILDING NONE

2 CARRIER FAN POWERED VARIABLE VOLUME BOXES 45T10 ------ BUILDING NONE

1 CARRIER FAN POWERED VARIABLE VOLUME BOXES 45T12 ------ BUILDING NONE

5 GREENHECK EXHAUST FANS GB-80-6X-QD

00C20022, 00C20025, 00D17542, 00D17543 & 00D17538

BUILDING NONE

1 GREENHECK EXHAUST FAN GB-70-6X-QD 00D10690 BUILDING NONE

1 LOCHINVAR HOT WATER BOILER EWN-150 E005559 MECHANICAL ROOM NONE

1 MODINE CABINET UNIT HEATER (HOT WATER) CR 4 ------ VESTIBULE NONE

2 WEIL SUBMERSIBLE SEWAGE PUMP 1413 ------ BASEMENT NONE

2 WEIL SUBMERSIBLE SEWAGE PUMP 2429 ------ BASEMENT NONE

2 WEIL DUPLEX CONTROL 8131 ------ BASEMENT NONE

2 ARMSTRONG PUMP SERIES 4030 C423833 & C423832 MECHANICAL ROOM NONE

1 FULTON GAS FIRED PULSE COMBUSTION BOILER PHW950CM 4096 MECHANICAL ROOM NONE

1 ATS AIR CONDITIONING UNIT OHS-018-AS 0004073 FIRST FLOOR NONE

4 TPI CORP. FORCE FLOW ELECTRIC HEATER AFA2-30D HF3325TTD-RP STAIRWELL NONE

2 TPI CORP. FORCE FLOW ELECTRIC HEATER J3485TA1 83RCH5TA1 STAIRWELL NONE

1 CARRIER H.V.A.C. UNIT 48EKD044 2600F12979 ROOF NONE

1 CARRIER H.V.A.C. UNIT 48EKD048 2600F12986 ROOF NONE

NOTE:

SCHEDULED “ BASIC SERVICES” IS NOT REQUIRED FOR ANY EQUIPMENT AS PART OF THIS CONTRACT. “EXTRA WORK/ EMERGENCY WORK” SHALL BE PROVIDED IN ACCORDANCE WITH THE SPECIFICATIONS IF REQUESTED BY THE CITY BUILDING MANAGER.

S 40

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A

JACK AND PATTI SALTER COMMUNITY CENTER 1545 E. LINCOLN

QTY MANUFACTURER/EQUIPMENT DESCRIPTION MODEL NUMBER SERIAL

NUMBER LOCATION

REQUIRED SERVICE (See Required Service Key for Frequency)

1 WELL RITE EXPANSION TANK ------ ------ MECHANICAL ROOM 5

1 LOCHINVAR 48 GALLON GAS DOMESTIC WATER HEATER CNR065-050 WL2481442 MECHANICAL ROOM NONE

1 BELL & GOSSETT PUMP W/ 1/6 HP MOTOR PL-36B ------ MECHANICAL ROOM 5

1 LEONARD THERMOSTATIC MIXING VALVE TM-186-30TA-PRV MECHANICAL ROOM 5

1 MARKEL ELECTRIC UNIT HEATER FIF5103N ------ MECHANICAL ROOM 7

2 TASKMASTER ELECTRIC UNIT HEATER FIF5103N ------ GYM STORAGE ROOMS 7

2 MARKEL ELECTRIC CABINET UNIT HEATER F3425 ------ EAST & WEST

VESTIBULE NONE

3 MARKEL ELECTRIC CABINET UNIT HEATER

F3422T AFC8120T ------ GYM & ART/GRAPHICS

STORAGE ROOMS 7

2 MARKEL ELECTRIC DUCT HEATER H15 ------ SENIOR M.P. ROOM 7

1 AAON H.V.A.C. UNIT RK-26-2-EO-212: HBCD0A00H00S0X

200202-AKGR34060 GYM ROOF 5

1 AAON H.V.A.C. UNIT RK-26-2-EO-212: HBCD0A00H00SOX

200202-AKGR34059 GYM ROOF 5

1 AAON H.V.A.C. UNIT RK-13-2-EO-222: HOCD0A00H00SOX

200202-AKGK33993 OFFICE ROOF 5

1 AAON H.V.A.C. UNIT RK-08-2-EO-212: HOCD0A00H00SOX

200202-AKGH33997 OFFICE ROOF 5

1 AAON H.V.A.C. UNIT RK-10-2-EO-212: HOCDOA00H00SOB

200202-AKGU33995 OFFICE ROOF 5

1 AAON H.V.A.C. UNIT RK-15-2-EO-222: JACDOA00H00SOB

200202-AKGH33998 OFFICE ROOF 5

1 AAON H.V.A.C. UNIT RK-08-2-EO-212: JACDOA00H00SOB

200202-AKGH33994 OFFICE ROOF 5

1 AAON H.V.A.C. UNIT RK-10-2-EO-212: HOCDGA00H00SOB

200202-AKGJ33996 OFFICE ROOF 5

1 AAON H.V.A.C. UNIT RK-13-2-EO-222: JOCDAA00H00SOB

200202-AKGK33999 OFFICE ROOF 5

1 GREENHECK ROOF MOUNTED EXHAUST FAN GB-121-4X-QD 02A13251 GYM ROOF 3

1 GREENHECK ROOF MOUNTED EXHAUST FAN GB-080-4X-QD-R2 02B03207 OFFICE ROOF 3

1 GREENHECK ROOF MOUNTED EXHAUST FAN GB-101-4X-QD-R3 02B02402 OFFICE ROOF 3

2 GREENHECK ROOF MOUNTED EXHAUST FAN GB-070-6-X 02B03182 &

02B03181 OFFICE ROOF 3

1 GREENHECK ROOF MOUNTED EXHAUST FAN GB-090-4X-QD-R1 01L08026 OFFICE ROOF 3

1 SANYO DUCTLESS AIR CONDITIONING SYSTEM RS 1211 ------ HEAD END ROOM 9

1 SANYO CONDENSER UNIT CL 1211 0012812 OFFICE ROOF 9

S 41

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

SCHEDULE A JACK AND PATTI SALTER COMMUNITY CENTER

1545 E. LINCOLN

QTY MANUFACTURER/EQUIPMENT DESCRIPTION MODEL NUMBER SERIAL

NUMBER LOCATION

REQUIRED SERVICE (See Required Service Key for Frequency)

1 MCQUAY SELF-CONTAINED PACKAGED AIR CONDITIONING/HEATING UNIT

MQE 007 061325105 GYM OFFICE 5

NOTE:

THE CONTRACTOR SHALL PERFORM, INVOICE AND BE PAID “BASIC SERVICES” FOR THIS CITY BUILDING FOUR (4) TIMES DURING THE ANNUAL TERM OF THIS CONTRACT NO. B-0603.

S 42

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

S 43

REQUIRED SERVICE KEY FOR SCHEDULE A 1. Bi-monthly during heat season (*1) 2. Monthly during cooling season (*2) 3. Twice a year 4. Monthly during heat season (*1) 5. Four times a year 6. Bi-monthly during cooling season (*2) 7. Twice during heat season (*1) 8. Bi-monthly year round 9. Twice during cooling season (*2) 10. Three times during heat season (*1) 11. Same time as boiler inspection 12. Monthly year round 13. Three times a year. 14. Three times during cooling season 15. Once per year *1 - Start up and shut down heating systems as directed by the respective City Building Manager. *2 - Start up and shut down cooling systems as directed by the respective City Building Manager.

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

S 44

II. WATER TREATMENT SERVICE The Contractor shall provide all labor, equipment, materials, including water treatment chemicals,

for water treatment for all steam boilers, hot water boilers, closed water systems, and cooling tower systems according to the following specifications:

The cost of chemicals provided by the Contractor shall be included in the items and unit prices

provided for "Water Treatment Services." The Contractor shall provide material safety data sheets to each City Building Manager before

chemicals are delivered to any City building. The materials shall be stored in an area designated by the respective City Building Manager. When chemicals drums are empty, the Contractor shall dispose of the empty drums at a recognized landfill. The cost of drum disposal shall be included in the bid price for "Basic Services."

“Water Treatment Services” shall be performed as often as necessary to keep the systems clean

and in proper concentration and shall be invoiced on and paid at the end of every three (3) months (quarterly) for the respective City building that receives “Water Treatment Service” as shown on the Form of Proposal.

A. STEAM BOILERS 1. Operate all chemical bleed and feed equipment to assure proper operation. 2. Chemically test the system water for proper bleed rate and treatment levels. 3. Adjust the controls to obtain proper operation. 4. Complete test records, including corrective action taken, shall be kept by the

Contractor and shall be provided to the respective City Building Manager with the quarterly invoice for the “Water Treatment Service”.

B. HOT WATER BOILERS AND CLOSED WATER SYSTEMS (INCLUDING

CHILLED WATER SYSTEMS) 1. Operate all chemical bleed and feed equipment to assure proper operation. 2. Chemically test the system water for proper bleed rate and treatment levels. 3. Adjust the controls to obtain proper operation. 4. Complete test records, including corrective action taken, shall be kept by the

Contractor and shall be provided to the respective City Building Manager with the

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

S 45

quarterly invoice for the “Water Treatment Service”. C. COOLING TOWER SYSTEMS 1. Operate all chemical bleed and feed equipment to assure proper operation. 2. Chemically test the system water for proper bleed rate and treatment levels. 3. Adjust the controls to obtain proper operation. 4. Visually inspect the open portions of the system for evidence of corrosion, scale,

or slime and algae growth. 5. Slug feed biocide and antifoam to control slime and algae growth. 6. Complete test records, including corrective action taken, shall be kept by the

Contractor and shall be provided to the respective City Building Manager with the quarterly invoice for the “Water Treatment Service”.

III. “STAR DREAM” SCULPTURE FOUNTAIN CLEANING AND MANUAL WATER TREATMENT

The Contractor shall provide weekly manual fountain cleaning every Wednesday during the months of May, June, July, August and September and add manual water treatment to control algae for the “Star Dream” sculpture fountain located adjacent to City Hall at 211 Williams Street. For each weekly cleaning the Contractor shall turn the fountain off, collect the coins that are thrown in the fountain by the public, clean the coins, deliver them to the City Treasurer, drain the fountain water to the fountain drain, scrub the fountain floor, walls, granite and marble without harming the surfaces and re-start the fountain with the drain plug still removed to rinse the algae and any debris. Once the fountain pool is rinsed clean, plug the fountain drain with the drain plug. The Contractor shall use “Care Free Enzymes Fountain Protector” as manufactured by In Sintu Solutions, Inc. of Trevor, Wisconsin (or an approved equal approved by the City Engineer) as the manual water treatment, following all of the manufacturers directions for application and apply the treatment after each cleaning. The contractor shall not use any water treatment chemicals that contain any amount of chlorine or chemicals that will damage stain or corrode the bronze, stainless steel and granite sculptures and shall not be harmful to humans. The chemical treatment shall not cause a build up on these materials so that these items remain clean and bright for public viewing. The Contractor shall provide the City with the material safety data sheets for the chemical water treatment before it is added to the fountain. “Star Dream” sculpture fountain cleaning and manual water treatment shall be performed weekly during the months of May through September and invoiced and paid on a monthly basis for the previous month’s service.

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

S 46

IV. EXTRA WORK/ EMERGENCY WORK “Extra Work/Emergency Work” shall only be performed as requested by the respective City Building Manager. The Contractor shall provide separate invoices for “Extra Work/Emergency Work”. Invoices shall also be separated by each City building sent directly to the respective City Building Manager to the addresses listed in the Contract for approval and payment processing. Invoices shall indicate the, Contract No. B-0603, the City building where the services were provided, a description of the work performed that is being invoiced, and a detailed breakdown of the charges indicating the items of work and unit prices in accordance with the Form of Proposal. The Contractor shall prepare and shall submit an itemized invoice for the work complete with HVAC parts or equipment supplier or manufacturer invoices and service record time slips signed by the respective City Building Manager when the work was performed as a basis of payment. Time slips for the Contractors service personnel shall be provided for each and every visit to any City building for any service to be performed by the Contractor under this Contract for basis of payment. Time slips for the Contractors service personnel shall indicate the City building and address where the service work was provided, the time the Contractors service personnel arrived to the City building, the time the service was completed by the Contractors service personnel and the total amount of hours the Contractors service personnel was at the City building location performing the service work. Time taken for any lunch breaks by the Contractors service personnel shall be deducted from the total amount of hours the personnel was at the City building location. The Contractors service personnel shall check in with the respective City Building Manager or his/her designated representative at the time the personnel arrives to begin the service work and shall check-out when the services are completed with the respective City Building Manager or designated representative for their signature on the time slip. The Contractors service personnel the same day as the service is provided shall provide a copy of the time slip to the respective City Building Manager after the service work is complete. The Contractor shall only charge and be paid for actual time the Contractors service personnel is at the City building performing the service work and for actual time the Contractors service personnel takes to pick-up parts or equipment from an HVAC parts or equipment supplier or manufacturer. The time spent by Contractor service personnel to and from or at the Contractor’s office or yard to pick up tools, equipment, materials or supplies shall not be charged or paid under this Contract. The Contractors service personnel’s equipment truck(s) or vehicle(s), travel time, mileage and any other minimum fees or charges shall not be charged or paid for separately but shall be considered included in the items and unit prices bid for “Extra Work/Emergency Work” labor rates provided on the Form of Proposal. The straight time labor rate provided on the Form of Proposal for “Extra Work/Emergency Work”

SPECIFICATIONS - CONTINUED CONTRACT NO. B-0603

S 47

shall apply to weekdays between the hours 7:00 a.m. to 3:30 p.m. except holidays. The overtime labor rate provided on the Form of Proposal shall apply to all other times outside the hours stated for the straight time labor rate charges. The unit prices provided on the Form of Proposal for straight time and overtime labor rates for “Extra Work/Emergency Work” shall include all charges including benefits for the Contractors service personnel and all profit and overhead amounts. The item for “Overhead and Profit” percentage provided on the Form of Proposal shall only apply to the Contractor’s actual purchase cost without any mark-up for parts or equipment purchased for the repair or replacement of HVAC equipment for the “Extra Work/Emergency Work” from an HVAC parts and equipment supplier or manufacturer. Invoices to the Contractor from HVAC parts and equipment suppliers or manufacturers are required to be provided with invoices to the City for “Extra Work/Emergency Work” as a basis for payment. The Contractor shall respond to emergency calls 24 hours a day and shall supply the City with a 24-hour-a-day call-out telephone number. The Contractor shall be at the emergency problem location within four (4) hours of receiving the emergency work call from the City. V. BIDDER REQUIREMENTS The Contractor shall provide the Bidder Requirement information specified in the Special Instructions to Bidders with the bid.

AS 1

AS 2

AS 3

AS 4

AS 5