HomeMy WebLinkAboutContracts & Agreements_10-2004_CCv0001.pdf Eaztzet4;ivitw,;fomfAm*a-4-itwiw:-r'Avwteowazs;tawp2taqawmmkg,m,kvmntnsmtgwumvmf2*3v=lrmk ,-.iw-ffsq--4tsat-,,,,mg--.2-7ttFTazrzraN
INDEPENDENT CONTRACTOR AGREEMENT
This Agreement is made and entered into this 20th day of January,2004 by and between the
City of Redlands, a municipal corporation,hereinafter("City")and F.M.Thomas Air Conditioning,
Inc., hereinafter("Contractor").
AGREEMENT
Section I. Services. Contractor shall furnish to City the materials, and will perform
maintenance services for the City's Facility HVAC Systems(the"Services"),all as more specifically
described in Exhibit "A" which is attached hereto and incorporated herein by this reference. In
addition, Contractor shall develop, furnish and install a computer control program for City Facility
HVAC Systems, including new thermostats and override capabilities, and shall furnish and install
equipment to replace malfunctioning units (the "Equipment"), as specifically described in Exhibit
"B" which is attached hereto and incorporated herein by this reference.
Section 2. Payment. City shall pay Contractor the sum of One Hundred Forty Five
Thousand Seven Hundred Twenty Eight Dollars($145,728.00)for the Services provided under this
Agreement in sixty equal monthly installments commencing on the date of this Agreement.
City shall pay Contractor the sum of Two Hundred Twelve Thousand Nine Hundred Seventy
Three Dollars ($212,973.00) for the Equipment provided under this Agreement in sixty equal
monthly installments commencing on the date of this Agreement.
Contractor shall provide City with monthly invoices and shall be entitled to payment within
thirty (30) days thereof.
Section 3. Term and Cancellation. The term of this Agreement shall be for five(5) years
from the date first written above, unless earlier terminated by City by providing Contractor thirty
(30) days prior written notice of such termination. City may terminate this Agreement, without
cause, and without any liability to Contractor.
Section 4. Indemnity. Contractor shall defend, indemnify and hold harmless City, its
elected officials, officers, employees and agents, from and against any and all actions, claims,
demands, lawsuits, losses and liability for damages to persons or property, including costs and
attorneys' fees, that may be asserted or claimed by any person, firm, entity, corporation, political
subdivision or other organization arising out of or in connection with Contractor's negligent and/or
intentionally wrongful acts or omissions associated with Contractor's performance of this
Agreement; but excluding such actions, claims, demands, lawsuits and liability for damages to
persons or property arising from the sole negligence or intentionally wrongful acts of City,its elected
officials, officers, employees or agents.
Section 5. Insurance. Contractor shall procure and maintain during the term of this
Vreerncilt wpd
Agreement, comprehensive general liability and property damage insurance, including automobile
and excess liability insurance,against all claims for injuries to persons or damages to property which
may arise from or result in connection with the performance of Contractor's services under this
Agreement. Contractor shall also maintain Workers' Compensation Insurance in accordance with
the State of California Workers'Compensation laws. All of Contractor's insurance(except Workers'
Compensation) shall name City, its elected officials, officers and employees, agents (collectively
hereinafter"City and City Personnel") as additional insureds and contain no special limitations on
the scope of protection afforded to City and City Personnel. All of Contractor's insurance(i) shall
be primary insurance and any insurance or self-insurance maintained by City or City Personnel shall
be in excess of Contractor's insurance and shall not contribute with it; (ii) shall be "date of
occurrence"rather than"claims made"insurance; (iii)shall apply separately to each insured against
whom claim is made or suit is brought,except with respect to the limits of the insurer's liability;(iv)
shall be written by insurance companies qualified to do business in California and rated "B+" or
better in the most recent edition of Best Rating Guide, and only if they are of a financial category
Class X or better, unless such rating qualifications are waived by City in its sole and absolute
discretion.
A. Each insurance policy shall be endorsed to state that coverage shall not be suspended,
voided, canceled, reduced in coverage or in limits, or non-renewed, without thirty(30) days prior
written notice thereof given by the insurer to City by U.S. Mail, certified or personal delivery.
B. Contractor shall furnish City with duplicate originals of insurance certificates and
endorsements effecting coverage required by this Agreement which shall be received and approved
by City before Contractor's Services are commenced. The duplicate originals and original
endorsements for each policy shall be signed by a person authorized by that insurer to bind coverage
on its behalf The procuring of such insurance or the delivery of duplicate originals and
endorsements evidencing the same shall not be construed as a limitation on Contractor's obligation
to defend and indemnify City and City Personnel.
C. The amount of insurance required hereunder shall be as follows:
(i) General Liability (including premises and operations, contractual liability,
personal injury,independent contractor's liability): Five Million Dollars($5,000,000),single limit,
per occurrence and annual aggregate.
(ii) Automobile Liability (including owned, non-owned and hired autos): Five
Million Dollars ($5,000,000), single limit, per occurrence and annual aggregate.
(iii) Workers' Compensation and Employer's Liability: In accordance with State
Statutory requirements.
(iv) Professional Liability: Five Million Dollars(S5,000,000),per occurrence and
annual aggregate.
FM I homa, Agreement
D. Any deductible or self-insured retentions shall be declared to and approved by City
prior to the execution of this Agreement by City. In addition, Contractor shall file with City the
following signed certification:
"I am aware of, and will comply with. Divisions 4 and 5 of the California Labor Code by
securing, paying for, and maintaining in full force and effect for the duration of the contract,
complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to City
before execution of this Agreement."
For any Workers' Compensation and Employer's Liability Coverage,the insurer shall waive
all rights of subrogation against City and City Personnel arising from work performed by Contractor
for City. Contractor shall require all subcontractors similarly to provide such Workers'
Compensation Insurance for their respective employees. City and City Personnel shall not be
responsible for any claims in law or equity occasioned by failure of Contractor to comply with this
section or with the provisions of law relating to Workers' Compensation.
Section 6. Independent Contractor. It is the express intention of the parties hereto that
Contractor is an independent contractor and not an employee of City. Nothing in this Agreement
shall be interpreted or construed as creating or establishing a relationship of employer and employee
between City and Contractor. Both parties acknowledge that Contractor is not an employee for State
tax, Federal tax or any other purpose.
Section 7. Discrimination Prohibited. In the performance of this Agreement and in the
hiring and recruitment of employees, Contractor shall not discriminate on the basis of race, creed,
color, religion, sex, physical handicap, ethnic background or country of origin.
Section 8. Replacement of Assigned Personnel. The parties agree that "cause" for
replacement of an assigned employee shall be deemed established when the City Manager,or his or
her designee, provides a written explanation to Contractor as to the reason why such action is
necessary. The determination of the necessity for such action shall be within the sole and unfettered
discretion of the City Manager or his or her designee.
Section 9. Notices. Any notice to be given pursuant to this Agreement shall be deposited
with the United States Postal Service, postage prepaid and addressed as follows:
CITY: Administrative Services Director
City of Redlands
35 Cajon Street
P.O. Box 3005
Redlands, California 92373
CONTRACTOR: F.M. Thomas
231 Gemini Avenue
I hoitias
3
Ngreettient .pd
Brea, California 92621
Nothing in this paragraph shall be construed to prevent the giving of notice by personal service.
Section 10. Assignment. Contractor shall not assign or subcontract any part of the
Services subject to this Agreement without first obtaining the written consent of City.
Section 11. Modifications. No change or modification of the terms or provisions of this
Agreement shall be deemed valid unless made in writing and signed by both parties.
Section 12. Governing Law. This Agreement shall be governed by and construed in
accordance with the laws of the State of California.
Section 13. Effect of Headings. The heading sections of this Agreement have been
inserted for convenience of reference only and shall not affect the interpretation of any of the
provisions of this Agreement.
Section 14. Attorneys'Fees. In the event any action is commenced to enforce or interpret
the terms or conditions of this Agreement the prevailing party shall, in addition to any costs and
other relief, be entitled to the recovery of its reasonable attorneys' fees.
Section 15. Entire Agreement. This Agreement represents the entire agreement of the
parties hereto as to the matters contained herein and supersedes any and all prior written or verbal
agreements between the parties.
IN WITNESS \A/THEREOF,the parties hereto have executed this Agreement on the day and date first
shown at Redlands, California.
CITY OF REDLANDS in
By:
/---„-
y: ',/ -
L-1 Ih/-LA I
b
Susa Peppier, Mayor /
/
ATTEST:
, ("D
Lorr ,
)..41,4,u
i oyzer, C y ' brk
i
P.M. THOMAS AIR CONDIT NING, INC.
,---/ /
By:
po 1 honta, Agreetmmt A pd 4
ATTACHMENT A
SERVICE SCOPE
Preventive maintenance services,repair services,replacement services and all appurtenant services,
parts, tools and labor required to maintain HVAC systems shall be provided by Contractor on all
equipment and associated devices related to the heating, ventilating, air conditioning and control
systems. Contractor shall furnish all personnel,parts, materials,test equipment,tools and services
in conformance with the terms as conditions of this Agreement.
SERVICE COMPANY QUALIFICATIONS
Technician Requirements:
Contractor shall employ adequate full time service technicians competent, capable and qualified to
respond to critical emergencies within one (1) hour and be on the job site\\Tithing two (2) hours of
the original call.
The service technicians assigned to maintain mechanical systems shall be journeymen with a
minimum of five (5) years experience working on similar systems. All mechanical service
technicians shall hold a Universal EPA License. The service technicians assigned to maintain
mechanical systems shall be qualified to service the equipment type under contract as well as all
associated pneumatic, electric and electronic controls.
Contractor is required to utilize professional engineering support, in the fields of refrigeration,
boilers and pneumatic and electric and electronic controls, which will be utilized when retrofits or
modifications take place in order to provide support documentation to the City with appropriate
certified approvals.
Preventive Maintenance Scheduling:
Contractor shall schedule preventive maintenance tasks by computer to assure a uniform and detailed
method of scheduling work.
Inventory and Test Equipment:
Contractor shall maintain in its local office an adequate inventory of replacement parts and
components and shall demonstrate that it owns the proper tools and test equipment to maintain all
the systems under this Agreement. In addition, Contractor shall maintain a central warehouse
inventory that includes replacement parts for components in the system under this Agreement to
ensure fast availability in emergency situations. This includes all temperature sensors, controllers,
dampers, valves, actuators, relays, air compressors, flame safeguards and boiler controls.
For mechanical,Contractor shall own and be able to document the use of the following tools and test
equipment: combustion efficiency test equipment; infrared scanner;water treatment chemical drop
test kit;conductivity tester;refrigeration oil test kit;electronic refrigeration leak detector;velometer;
nomas Agreement
pd 5
amprobe; refrigeration reclamation unit; megger; flowhood; CO meter; CO(2) meter; portable
cranes; and gantries.
GENERAL MAINTENANCE PROCEDURES
Maintenance Procedures and Records:
1. All preventive maintenance tasks shall be computer generated based on a program using each
building's run time, on manufacturer's maintenance recommendations and on no less than
a ten (10) year data bank of maintenance experience and manufacturer's specifications to
assure uniform,detailed and all inclusive method of defining preventive maintenance tasks.
Contractor may be required to show copies of said computer preventive maintenance reports
to demonstrate compliance with this requirement.
2. Contractor shall control scheduling the interval of preventive maintenance and task functions
to be performed by both calendar periods and operating hours(run time)as pertinent to each
piece of equipment.
3. As work is scheduled,Contractor shall issue to the mechanic on the job,a computer-prepared
service report detailing exactly what tasks to perform, time of perfoiinance, skill levels,
required and special tools and instrumentation needed to maintain they systems at optimum
comfort and efficiency levels.
4. After each service call is completed, a service report shall be furnished to a designated
representative of the City for signature.
5. After each service call report is signed off, details from the completed service report shall
be reentered in the data bank to assure closed-loop performance control and continuous
program updating. The City shall have ongoing access to this file within forty-eight (48)
hours of notification to Contractor.
6. On a semi-annual basis, Contractor shall advise and assist in the determination of
improvements to the mechanical and control systems that shall conserve energy and/or
increase reliability and comfort for City employees.
Preventive Maintenance Calls:
All planned maintenance service under this Agreement shall be performed during the City's normal
working hours defined as 8:00 a.m. to 4:30 p.m. The City shall provide reasonable means of access
to all equipment covered by this Agreement. Contractor shall be free to start and stop all primary
equipment incidental to the operation of the mechanical systems as arranged with the City's
representatives.
Emergency Service:
I Every activity performed under this Agreement is designed to minimize the incidence of
homas. ‘greonent N,‘pd 6
emergency situations. However, backup emergency service shall be provided twenty-four
(24) hours per day to minimize down time and inconvenience.
2. Contractor shall provide emergency service on an as-required basis. Emergency service shall
be considered as calls in addition to the scheduled preventive maintenance calls.
A. All labor,overtime,travel costs,parts, supplies and any other expenses incurred and
expended on such a call shall be provided by Contractor and shall be included in the
cost of the service program.
B. Emergency service shall be provided as often as needed, on a 24-hour basis,
weekends and legal holidays included.
C. Contractor shall respond to all emergency situations within two (2) hours of
notification of system problems.
D. Contractor shall supply a minimum of two(2)telephone numbers,available 24 hours
per day, 365 days per year, for emergency response team support.
3. If an emergency service call is requested and inspection does not reveal any defect in the
system and equipment for which Contractor is responsible, compensation shall be made to
Contractor at the regular rates prevailing for such service.
Parts and Complete Replacement:
Contractor shall replace worn parts or complete components with new parts or reconditioned
components. It is understood that this undertaking by Contractor applies only to the systems and
mechanical equipment covered. Contractor shall not make replacements or repairs necessitated by
reason of negligence or misuse of the equipment by other than the Contractor or by reason of any
other cause beyond its control, except ordinary wear and tear.
ENERGY MANAGEMENT AND TEMPERATURE CONTROL SYSTEMS
MAINTENANCE
Contractor shall furnish automation and control maintenance according to the tetras and conditions
herein set forth.
Contractor shall use personnel trained to service and maintain the Honeywell Automation Systems
and related software. Personnel shall be directly employed and supervised by Contractor. Personnel
shall be factory trained and experienced in keeping the specified equipment in proper working
condition. Factory trained certification shall be provided upon request.
Contractor shall be a signatory to a license agreement for all applicable proprietary Honeywell
software (i.e. CARE Configuration Software, Enterprise Building Integrator Operation Software).
Contractor shall provide proof of having these agreements upon request.
Services Included:
1. As an integral component of the Energy Management System, Contractor shall be capable
FAI I ma Agreement A pd 7
of providing software maintenance on the Honeywell Excel 5000 Automation System and
Enterprise Building Integrator System. This software maintenance must include:
A. Base Software Maintenance. Contractor shall be required to maintain system
software, application software and energy management software. Tasks to be
provided shall include reviewing current data files to verify that current application
programs are working properly. Support of application software shall be provided
to maximize system utilization. Onsite evaluation and implementation of changes
to improve system operation is required. Contractor shall also be able to provide
complete backup for all software(i.e. Disc configuration, E-Prom Configuration)to
minimize system down time and improve system maintenance.
B. Remote Software Support. Contractor shall provided the equipment and support
needed to remotely tie into the Honeywell Excel 5000 Automation System and
Building Integrator System. This will allow the Contractor to provide remote support
of the system for preventive maintenance purposes as well as improve its trouble-
shooting capabilities in emergency situations. Contractor shall be responsible for
providing the necessary equipment and software to provide this service. Contractor
shall perform remote analysis on a quarterly basis.
C. Software Upgrades. As the factory provides new software revisions. Contractor, as
part of this Agreement, shall provide and install these revisions. Revisions shall be
provided to enhance current system performance and prevent system obsolescence.
Contractor shall install revisions within ninety (90) days of their release by the
factory.
2. Contractor shall provided software and programming to modify the existing Honeywell
program controls for the following facilities: Civic Center, Safety Hall,Police Annex,Joslyn
Senior Center, Community Senior Center, Smiley Library and the Waste Water Plant.
Modifications shall include, but are not limited to, the elimination of proprietary issues and
passwords, installation of new thermostats, the addition and installation of over-ride
capabilities for the Civic Center, Police Annex, Joslyn Senior Center and the
Community/Senior Center. Contractor shall provide City with complete copies of all
software, programs, modifications, files and records. This items shall remain the property
of the City.
3. Contractor shall provide regularly scheduled training sessions covering system operation and
system programming to ensure the City maximizes the use of its Energy Management
Systems. Contractor shall provide training information and schedules on a quarterly basis.
Contractor shall have the resources to provide training for up to eight(8)City personnel,both
on and off premises. Instructors shall be factory trained and certified in each respective
subject area.
4. Contractor shall perform automation maintenance on Honeywell Excel 5000 Energy
Management System,Honeywell Enterprise Building Integrator and all equipment currently
located and operating HVAC equipment for City facilities.
FM I his Ngreement 8
Frequency of Service:
1. Eal/Honeywell Building Management System and F.M. Thomas Management Systems
Monthly Measure, record and adjust power supply voltages
Check for transmission errors
Record OS and data file
Verify automatic alarm annunciation
Perform memory diagnostic
Verify site has backup software available
Clean interior
Perform system optimization
Check for data base corruption/viruses
Check conditions and alignment of components
Quarterly Data base backups
2. Printers
Monthly Adjust and clean printer mechanisms
Check log printing functions
Check printer ribbon/cartridge for replacement needs
3. Excel and F.M. Thomas Control Panels
Monthly Data base backups archived to EBI
Perform digital input test
Perform digital command point test
Measure, record and adjust power supply voltages
Clean interiors
Check condition and alignment of components
Check and calibrate standard accessory devices
Weekly Functional test for battery backup
4. Telephone Line Interface
Monthly Verify proper dial-out operation to remote sites
Verify dial-in operation from remote sites
Measure, record and adjust power supply voltages
Clean interiors
Coordinate corrective actions with telephone company as
required
Semi-Annually Check all point status for proper operation
5. Alarms
Weekly Check printout of a return or normal
Check all alarm status for proper operation
Monthly Cause a digital alarm, checking display and printout
Cause simultaneous alarms and check printouts
\.1 hc,mits Agreement v,pd 9
6. Field Tasks
Semi-Annually Check and calibrate temperature sensors
Check and calibrate humidity sensors
Check groups for analog errors
Test and replace defective status contacts
7. Contractor shall maintain temperature control systems. The equipment to be maintained
includes air compressors, air dryers, PRV's, controllers, sensors, thermostats
(electric/programmable/pneumatic),pressure controls,relays,limits,valves,valve operators,
damper motors,humidity controls, step switches,time clocks,bidders,controllers,capacity
controls, safety controls, recorders, control panels and gauges. Maintenance tasks shall be
performed as follows:
Air Compressors
Semi-Annually Drain tank and filter bowl
Check and replace crankcase oil
Check and manually actuate safety relief valve
Oil motor
Adjust belt for tension
Inspect air lines
Clean and replace intake and discharge air filters
Check pressure switch and repair or replace as required
Air Dryers
Semi-Annually Check bypass valve and repair or replace as required
Check pressure-relief valve and repair or replace as required
Check condition of coil (refrigerated dryer)
Clean as required
PRV Stations
Semi-Annually Check pressure reducing valve settinL, and reset as necessary
Check to assure nozzle and restrictor are free of dirt
Check pressure relief valve and repair or replace as required
Check pressure switch and repair or replace as required
Drain filter bowl and replace filter
Clean as necessary
Electric Pneumatic Relays
Semi-Annually Check and tighten electric connections
Check relay operation
Clean as necessary
Pneumatic Controllers
i-NI Nrcemellt 1 0
Semi-Annually Check operation through complete cycle and calibrate
Check proportional band for proper setting
Clean nozzle flapper area as required
Check for dirty filters and screens
Check for proper air pressure operating range
Temperature Sensors
Semi-Annually Check for clogged restrictors
Check for faulty sensor lines
Check for clogged sensor nozzles
Control Panels
Semi-Annually Check calibration and operation and recalibrate as needed
Clean control panel
Check accuracy of gauges
Check connections for air leakage
Check switches for speed of response
Clean contacts on electrical controls
Room Thermostat
Semi-Annually Check calibration and adjust as needed
Check programmed schedules when applicable
Pneumatic/Electric Switch
Semi-Annually Check for proper operation and replace if inoperable
Control Valve
Semi-Annually Check valve for complete open/shut movement
Check valve packing and replace or lubricate as needed
Check plug and seat for shut-off
Check for proper air pressure operating range
Check for signs of leakage around stem,bonnet and connctions
Lubricate stem as needed
Dampers and Damper Motors
Semi-Annually Lubricate dampers
Set/adjust and lubricate damper linkages
Lubricate damper operator shafts
Check travel and close-off of operators
Check for air leakage
Check operation of zone dampers
Economizer Controls
homas lgreement I
,z5_w,taftsmanvz-smozdtvatzmzxasfoaatm-zwi-,:aw,:
Semi-Annually Check outside and return air sensor for proper calibration
Check controller for proper calibration
Check return air and outside air sensors for sequencing
Lubricate dampers and adjust linkage as needed
Check damper operator for proper movement
Hot/Cold Deck Controls
Semi-Annually Check discharge sensor for calibration
Calibrate and adjust controller
Lubricate damper operator and check stroke of operator
Lubricate dampers and adjust linkage
Hot Water Reset Controls
Semi-Annually Check calibration and operation of controls and recalibrate
Check mixing valve for signs of leakage
Check mixing valve through full travel
Check for proper close off
Clean as needed
Air Handling Unit Controls
Semi-Annually Check calibration and operation of controls
Lubricate dampers
Set/adjust damper linkages
Check and adjust travel and close-off of damper operator
Check outside air and mixed air sensors for accuracy
Check controller for proper operation of return and fresh air
Check operation of zone dampers on multi-zone systems
Check proper operation of economizer controls
Static Pressure Controls
Semi-Annually Check calibration and operation of controls
Check nozzle and restictor of static pressure controller and
clean as needed
Check and adjust throttling ranges on static pressure controller
Check pneumatic controller for proper operation
Check damper and damper controls for proper operation
Room and Zone Controls
Semi-Annually Check operation of room thermostat and calibrate as needed
Check operation of valve and/or damper controls
Check valve packing and replace or lubricate as needed
Check for corrosion around valve and lubricate stem
Lubricate dampers and adjust linkages
FYI homd, \greement,dod
Clean stroke of operator
Parts Replacement
1. All parts,components or devices for the environmental system as listed above that are worn
or are not in proper operational condition shall be repaired and/or replaced with new parts,
components or devices.
2. When equipment or parts are replaced in their entirety, and a newer design of this device is
available and is functionally equivalent and compatible,the device o f the newer design shall
be used as the replacement.
3. All repair and replacement parts,components and devices for the environmental systems and
equipment as listed above shall be supplied by Contractor and shall be included in the cost
of the service program.
4. All miscellaneous parts and supplies necessary to maintain the environmental systems and
equipment shall be supplied by Contractor and shall be included in the cost of the service
program.
5. Contractor shall not be made responsible for repairs or replacements necessitated by reason
of negligence or misuse of the equipment by other than the Contractor, or by reason of any
other cause beyond the control of Contractor, except ordinary wear and tear.
6. Contractor shall be available, at no additional charge, for consultation regarding design
changes and equipment selection, based on past experience with similar systems.
MECHANICAL SYSTEM MAINTENANCE
The specific quantities, sizes and model numbers of the major pieces of equipment shall be listed
by vendor in Attachment 1.
The preventive maintenance and the responsibility of the Contractor shall not be limited only to these
major pieces of equipment,but shall also include all appurtenant devices and systems as listed below
that are related to the heating, ventilating and air conditioning systems.
General Maintenance Description:
1. Heating System. Boilers,burners,furnaces,pumps,cleaning of heating coils,water strainers,
unit heaters, duct heaters, heat exchangers, humidifiers, etc.
2. Cooling System. Air conditioning compressors, evaporative condensers, air cooled
condensers, chilled water and condenser water pumps, reciprocating chillers, cleaning of
cooling coils, etc.
I I noin.in Agreement nnpri 13
7-7--mr.3waZ ="
3. Air Handling System. Fans,motors, air filters,dampers, induction units,mixing boxes, fain
coil units, electric heat elements, etc.
4. Miscellaneous Equipment. Exhaust fans, manual valves, float valves, direct expansion
valves,thermometers,gauges,magnetic starters,manual motor starters,pump and fan motor
drivers,belts, electrical wiring from motor starters to their respective motors, check valves
and refrigerant.
5. Water Treatment Services. Hot water systems, steam systems, chilled water systems(open
or closed), evaporative condensers, cooling towers and chilled or hot water circulating
pumps.
6. Air Filtration System. Pre-filters,pouch filters,fan coil filters,automatic roll-type filters and
bag filters.
Equipment Not Included:
1. Maintenance services, including repair labor and parts replacement for portions fo the
systems and equipment that are non-maintainable or non-moving are not included as part of
these specifications.
Excluded items shall be considered as: foundations;structural supports;domestic water lines;
drains;plumbing;oil lines;gas lines;piping;oil storage tanks;air handling duct work;boiler
shell and tubes; unit cabinets;boiler trim and reflector material;cooling tower structures;etc.
3. Contractor shall provide a report of any work that is outside the scope of this Agreement that
is in need of attention and that may include equipment as outlined above.
4. These specifications cover only that equipment listed herein and in the event the system is
altered, changed or if any equipment is added, then that portion shall be added or deleted as
required and shall be in accordance with the specifications.
Services Included:
The general services listed below shall apply to the City's systems and equipment. This preventive
maintenance work shall be provided no less than four(4)times per year,including start-up and shut
down.
1. Examine each piece of equipment and device to see that it is functioning properly and is in.
good operational condition.
2. Clean all components of dust, old lubricants, etc. to allow the equipment to function as
designed.
3. Lubricate all equipment where needed to permit bearings, gears and all contract wearing
FM_TlormsAgreetnemwpd 14
points to operate freely and without undue wear.
4. Adjust all linkages, motors, drives, etc. that have drifted from the initial design settings and
positions.
5. Include all unit heaters; fan cabinets and air handling units; boilers and controls;
compressors; air cooled condensers; and packaged rooftop units.
Water Treatment Services:
Contractor shall provide the necessary labor and chemicals to properly maintain all water within the
heating and cooling circulating system to control metal cortosion, scale formation and biological
fouling or contaminated discharge.
1. The chemicals provided shall meet OSHA, Environmental Protection Agency and OEQC
requirements for safety to personnel and the environment. All chemicals supplied shall be
biodegradable and all discharged effluents shall be non-polluting.
2. For open cooling tower systems,an automatic monitoring system shall be supplied to provide
continuous water analysis. This equipment shall be programmed on a real time basis to
analyze the quality of the circulating water and automatically adjust the chemical treatment
feed rates and bleed intervals based on the level to total dissolved solids, and without effect
from variances in water temperature. The controller shall incorporate emergency fail-safe
features, which shall result in a visual alarm during emergency conditions that may result
from high concentration conditions.
3. All necessary control panels, bleed valves, injection pumps, associated piping, fittings and
all labor to install this monitoring equipment shall be supplied by the Contractor and shall
be included in the cost of the service program.
Contractor shall provide all labor to take monthly test samples, adjust feed rates, change
settings, drain and flush systems, service automatic monitoring equipment, manually inject
chemicals(for closed systems)and provide a detailed water analysis and service report after
performing the services as outlined above.
5. For hot water heating systems and chilled water systems, Contractor shall perform the
following:
A. Drain system of existing water and chromate compound; and
B. Refill system with clean water and add the required dosage of chemical treatment.
Chemical shall be non-chromate corrosion inhibitor such as the borate nitrite type.
It shall be acceptable to the pollution agencies as a non-pollutant.
Air Filter Services:
Contractor shall provide, install and regularly change all air filters as a frequency dictated by dirt
I'M 1110111.H V,10:1001( 15
conditions, but no less than six (6) times per year for frame media and as often as necessary for roll-
type media.
I. Filter frames shall be of the reusable type and shall be of a permanent rigid construction that
shall permit the insertion of media pads and may also allow the use of the optional pads with
different efficiencies, if needed.
2. Filter frames shall be sized to fill the entire cross section of the units to prevent blow-by and
eliminate filter spacers in the system.
3. Filter media(frame or roll type systems) shall be with an average AFI gravimetric rating of
not less than 70% efficiency.
4. Filter media shall be standard polyester fiber and shall be bonded together preventing fiber
shedding and blow through for maximum efficiency and shall be of the fire retardant type of
at least Class 2 rating. Efficiency shall be 40% on pleated filters and 90% on bag filters.
5, Toll media for roll type filters shall be made available in varying widths to meet the needs
of the City and shall be available in dry or tacki tied polyester fiber.
6. Permanent filters, if not used. shall be turned over to the City.
Parts Replacement:
Contractor shall repair and/or replace with new parts,components or devices, all parts, components
or devices for mechanical systems as listed above that are worn or are not in proper operational
condition.
I. When equipment or parts arc replaced in their entirety and a newer design of this device is
available and is functionally equivalent and compatible,the device of the newer design shall
be used as the replacement.
2. All repair and replacement parts, components and devices for the mechanical systems and
equipment shall be supplied by Contractor and shall be included in the cost of the service
program.
3. All miscellaneous parts and supplies necessary to maintain the mechanical systems and
equipment shall be supplied by the Contractor and shall be included in the cost of the service
program, including but not limited to belts, valve packing, lubricants, tools, paints,
refrigerant, test instruments, meters, etc.
4. Contractor shall not be made responsible for repairs or replacements necessitated by reason
of negligence or misuse of the equipment by other than the Contractor, or by reason of any
other cause beyond the control of the Contractor. except ordinary wear and tear.
16
ti
tt:
ut, SPECIAL CONDITIONS
1. City shall provide access to all devices that are to be serviced. Contractor shall be free to
start and stop all primary equipment incidental to the operation of the mechanical systems
as arranged with and directed by the City's representative.
2. Contractor shall not be liable for any loss, delay, injury or damage, whether direct or
consequential,that may be caused by conditions beyond Contractor's control including,but
not limited to, acts of government, strikes, lockouts, fire, explosion, theft, riot, civil
commotion,wars, malicious mischief, floods and other acts of God.
3. Contractor shall not make any modifications to the existing systems that will violate the UL
Listing of a system.
4. Contractor shall not be required to make safety tests or to install new attachments,additional
controls or equipment as recommended or directed by a governmental authority required by
such tests, or to make replacements mentioned herein with parts or devices of a different
design. Contractor shall be reimbursed for expenses, parts and labor which are incurred
because of the above mentioned work.
5. It is further understood that, should any major component of the system be replaced by the
City,a credit shall be issued by the Contractor prorated over the period during which service
and repair of the new equipment is covered by the manufacturer's or installer's warranty.
FM Thomas Agreement wpd 1 7
ATTACHMENT B
EQUIPMENT LIST
A. Police Department Facility—212 Brookside Avenue
MECHANICAL
Equipment I Qty Manufacturer Capacity 1 Model Number Location
Reciprocating Compressor 1 Carrier 40 ton 1 5H40A219 Mechanical Room
Multi-zone Air Handler 1 Carrier 40 ton I 39W12 Mechanical Room
Hot Water Boiler 1 Ajax 675,000 BTU WGB675 Mechanical Room
Evaporative Condenser 1 B.A.C. 40 ton VXC-58 Patio—southwest corner
Split System Fan Coil Unit 1 Mitsubishi 36,000 BTU PC36BK Computer Room
Condensing Unit 1 Mitsubishi 4 36,000 BTU P436G6 Roof- north end
Split System Fan Coil Unit 1 I Mitsubishi 21,000 BTU FDK210HAI Dispatch Room ,
Condensing Unit 1 Mitsubishi 21,000 BTU FDIC210HAI Southwest Corner
Circulating Pump 1 PACO 1'/2 Hp 10-15506 Evaporative Condenser
Hot Water Circulating Pump_ 1 B & G 1/2 Hp PD35-5 Mechanical Room
ENVIRONMENTAL CONTROLS
Equipment Qty Manufacturer Capacity Model Number Location
Room Thermostat 8 Honeywell Electric T921A1191 Throughout Facility
EMS Local CPU 1 Honeywell XL100 XL100BS Mechanical Room
Modem Interface Submodule 1 Honeywell XDM506 XDM506 XL100
Modem 1 Multitech 56k Bd GCMT224BAF XL100
B. Police Annex Facility — 30 Cajon Street
MECHANICAL
Ec ui I ment I Qty Manufacturer Ca eacity Model Number Location
ChillerMultilock
EMI 30 ton MS3OSLVM Chiller Room
1 Coolie Tower IIMI B.A.C. 60 ton VXT -55 RC Building—West Exterior
Chilled Water Pum• EIIMMIMIIIEEMMIIIEEE Chiller Room I
Condenser Water Pum I 1 B & G EIMMIIIIIIMIIIIIIII Coolin: Tower Area
Hot Water Boiler 1111 Ajax 675,000 BTU WGB675 Boiler Room
Ilot Water Circulatin: Puma 11. B & B 3/4 H a PD35-5 I Boiler Room
S a lit System Packa.e Unit 1:111 Lennox 4 ton H58-513V-11.1133-65-1 Corn inter Room
Fan Coil Unit 9 Trane 1/6 H a B12DLIOU 1st Floor Offices
Fan Coil UnitMI EIMIIIIIIIIIMIMIII Boiler Room
EEETAMIN
Air Handlin: Unit Ull Trane 1 H 2" Floor Offices
ENVIRONMENTAL CONTROLS
;
Equipment i Qty. Manufacturer i Capacity Model Number 1 Location
t
I Room Thermostat 5 I Barbara Coleman Electric T8100 Throu i hout Facility
EMS Local CPU I 1 Hone well XL100 XL100BS Chiller Room
Modem Interface Submodule, 1 Honeywell XDM506 XDM506 XL100
Nlodens I 1 Multitech I 56k BPB GCMT224BAF I XL100
C. Civic Center Plaza, Building A —35 Cajon Street
MECHANICAL
Equipment Qty Manufacturer Capacity Model Number Location
Fan ( oil Unit 1 _ Carder 3 ton 4ORD005300 Attic
an Coil Unit 3 Carrier 4 ton 4016005300 Attic
(
1 Fan Coil Unit 1 Carrier 5 ton 40RS08510 Attic I
I Fan Coil Unit 3 Carrier 8 ton 4ORS010510 Attic
Fan Coil Unit 1 Carrier 7 ton 40RS08510 Attic
Fan Coil Unit , 1 , Carrier 18 ton 401602400 Attic
ENVIRONMENTAL CONTROLS
Equipment _ Qty Manufacturer Capacity Model Number 1 Location
1 Room Thermostat 9 Honeywell Electric T921C1009 Throughout Facility
EMS Local CPU 1 Honeywell XL500 XL500PNLW/1 Basement
CPU Dl Expansion Module 1 Honeywell DI Module XEL523 Basement
CPU Al Expansion Module 1 Honeywell Al Module XF521A Basement
CPU DO Expansion Module 1 Honeywell DO Module XF524 Basement
CPU AO Expansion Module 1 Honeywell AO Module XF522 Basement
CPU Power Supply Module 1 Honeywell l'os'er Suppl \lott XP502 Basement
-J'
Modem Interface Submodule 1 1 Honeywell XDM506 XDM506 1 XI,100
Modem 1 1 Multitech 56k BPB GC7IT22BAF X1.100
D. Civic Center Plaza, Building B — 35 Cajon Street
MECHANICAL
Equipment Qty Manufacturer Capacity Model Number Location
Fan Coil Unit I 2 i Carrier 3 ton 40RS005300 2"d Attic
Fan Coil Unit I 1 1 Magic Air 3 1/2 ton 48BH\V-4 1" Hoor, North
Fan Coil Unit 1 Carrier 5 ton 40RS08510 rd Attic 7
Fan Coil Unit 1 Carrier 6 ton 40RS07510 2"d Attic
Fan Coil Unit 1 Carrier 8 ton 40RS010510 2"d Attic
Fan Coil Unit 1 Carrier 10 ton , 4ORS012530 1st Floor, South
Fan Coil Unit 1t Carrier 13 ton 40RS016 1st Floor, North
Split System Fan Coil Unit 1 1 1 Trane I'A ton , TTIIISC,18HXD-51 Hallway
ENVIRONMENTAL CONTROLS
Equipment I Qty1 Manufacturer1 Capacity 1 Model Number Location 1
Room Thermostat 9 Honeywell Electric T921C1009 Throughout Facility
EMS Local CPU 1 Honeywell XL500 XL500PNLW/1 Basement
CPU DI Expansion Module 1 Honeywell DI Module XFL523 Basement
CPU :Al Expansion Module 1 Honeywell Al Module XF521A j Basement
. ..
CPI DO Expansion Module 1 Honeywell 1)0 Module XF524 Basement
CPU AO Expansion Module 1 ' Honeywell AO Module i XF522 I Basement
('Pt Power Sue •lv Module 1 Honeywell Powei Sopply Modi XP502 Basement
Modem Interface Submodule 1 Honeywell XDM506 XDM506 X1,100
L-- -
Modem1 Multitech 56k BPB 1 GCMT224BAF XL100
_ 1 •
, x
E. Civic Center Plaza. City Hall — 35 Cajon Street
MECHANICAL
Equipment ! Qty Nlanufacturer Capacity Model Number Location
• ,
Fan Coil Unit 2 Carrier 12 ton 4ORSOI 6 2" Floor Messanine
Fan Coil Unit 5 ' McQuay 3 ton AH-13x5 2" Floor Attic ;
, ..4
Fan Coil Unit 5 I McQuay 2 ton AH-13x6 2'd Floor Attic
Fan Coil Unit 1 1 Carrier 2 ton 40RS005300 Basement Hallway
ENVIRONMENTAL CONTROLS
[qui.ment Qt 'EMEMEEMEEMSSEN Model Number Location
Room Thermostat 12 Honeywell Electric T921C1009 Throughout Facility
EMS Local CPU ; 1 Honeywell XL500 XL500PNLW/1 Basement
CPU DI Ex liansion Module 1 Honeywell DI Module MUM= Basement
CPU Al Expansion Module 1 I Honeywell Al Module XF521A Basement
CPL 1)0 Expansion Module 1 Honeywell DO Module MEM. Basement
CPU AO Expansion Module 1 Honeywell AO Module EIMMIIIII Basement
('Pt Power Su•ply Module 1 Honeywell P"el StIPPI) )1" XP502 Basement ,
Modem Interface Submodule 1 L Honeywell XDM506 XDM506 J XL100
Modem 1 1 Multitech 56k BPB GCMT224BAF X1,100
I . Civic Center Plaza, Chiller Room and Garage— 35 Cajon Street
MECHANICAL
Equipment Qty1 Manufacturer Capacity Model Number 1 Location
1 ' -
Chiller 2 Multistack 90 ton MS-3-5-11V 11 Chiller Room
Coolino Tower 1 I Marley 200 ton 8445 Building, North Exterior
I Chilled \\ ater Pump 2 Wiemann 7 V2 lIp 21/2 K7 1/2- 4 Chiller Room
Condenser Water Pump 1 Wiemann 7 V2 Hp 21/2 K 71/2- 4 Cooling Tower Area
Garage Exhaust Fan 3 Brurdage 1 5 Hp 1 S-30 Garage
ENVIRONMENTAL CONTROLS
Elio ipment FQtyl Manufactureri Capacity ; Model Number ; Location
EMS Local CPU 1 ' Honeywell XL 500 XL500PNLW/1 Basement
CPU DI Expansion Module 1 Honeywell ' DI Module XL523 I Basement
CPU Al Expansion Module I 4 Honeywell Al Module XFL521A Basement
CPU DO Expansion Module I , Honeywell DO Module XF524 Basement
CPU AO Expansion Module 1 [ Honeywell AO Module XF522 Basement
CPU Power Supply Module 1 I Honeywell Power Suppl Nlod xF502 Basement
1 7
Modem Interface Submodule I 1 } lioneyNvell XDM506 XDM506 XL100
t
Niodem 1 i Multitech 56k BPB GCMT22BAF XI,100
(,. Inimal Shelter — 50,1 V. Kansas Street
MECHANICAL
Equipment ! Qt Manufacturer Capacity I Model Number ' Location
Heat Punt!) Unit 1 1 1 Lennox 2 ton
! C1IP10-261 ! Roof
i Heat Puntp Unit i 1 i Lennox : 4 ton CH P10511-2P i Roof
ENVIRONMENTAL CONTROLS
LEquipment Qtyl Manufactured Capacity Model Number i Location
r
! Room Thermostat 1 2 1 Honeywell i Electric 1 T874G1204 , Throughout Facility
.._
B. A. K. Smiley Library - 125 W. Vine Street
MECHANICAL
Equipment Qty, Manufacturer Capacity Model Number Location
Chiller 1 Carrier 86'A ton 30HR090 Basement 1
,----
Coolinor, l ower 1 B.A.C. 121 3/4 ton VXT-65 Roof
Chiller Water Pump 2 Pearless 5 Hp 830A Basement
Condenser Water Pump 2 Pearless 5 Hp 830A Basement
1.8 million BTLI CI -I 80W-GI Boiler Room ,
Hot Water Boiler 1 Bryan _ i
(lot Water Pump 2 B & G 'A Ilp 60 Boiler Room
Duplex Air Compressor l Ingersoll Rand 4 Hp 'T 30 Basement
fir Drier 1 Hankison 1/6 Hp 8010 Basement
_Package , C Unit 2 Carrier 4 ton 50EE048630 Basement
Air Handling Unit 3 Dunn & Bush HtgiClg Water VAH32-BQ Roof
Air Handling Unit 1 Dunn & Bush Htg/Clg Water VAH64-BQ Basement
Air Handling Unit 2 Airtherm I Htg/Clg Water VHC-L0612F I Basement i
kir II indling Unit 1 Airtherm Htg/Clg Water VBC-1,1015F Basement
kir Handling Unit 1 Airtherm Htg/Clg Water VI1C-M1420E Basement
Xir Handlinp, Unit 1 Airtherm Htg/Clg Water V1-IC-L1218F Basement
fir Handling Unit 1 Airtherm Htg/Clg Water HSC108LF Basement
Air Handling Unit 3 Airtherm Htg/Clg Water CP-021-2 Basement
Air handling Unit 1 Airtherm Htg/Clg Water
CP-061-2 Basement
ACP-061-3 ir Handling Unit 1 Airtherm Htg/Clg Water Basement
Xir Ilandlino Unit 1 Airtherm Htg/Clg Water DP-041-1 Basement
Air Handling Unit 1 Airtherm Mg/0g Water HwBc4 Basement
r— kir Handling Unit 2 Trane Htg/CIg Water 1400 Basement
Fan Coil Unit 2 Airtherm Htg/Clg Water HWBC2 Attic
Fan Coil Unit 1 Airtherm litg/Clg Waters HWBC3 i Attic
Exhaust Fan 1 I Antrimaster 1/4 Hp 1/4LYR 1 7
Roof
Exhaust Fan . 1 ; Cook f Y2 Hp : 245CT5B I Roof
ENVIRONMENTAL CONTROLS
Equipment : Qty Manufacturer 1 Capacity Model Number Location ,
\ -\\ Box . vv!ri .,,, 10 Robertshaw Pneumatic Throughout Facility ,
Piton mall(' thermostar 10 haw RobertsPneumatic T18-301 Throughout Facility
Plieumatic AMU Controller ' 9 Hone)well Pucu mane Basement
EMS Local CP11 Hon eyWell XL500 XL500PNLW/1 Basement
! CPU DI Expansion Module ; 2 Honeywell DI Module XFL523 Basement
, , 4
CPU Al Expansion Module 1 1 Honeywell Al Module XF52IA Basement
CPU DO Expansion Module 1 4 Honeywell DO Module XF524 Basement
L CPU Power Supply Module 1 1 Honeywell – vower supply Mod XP502 Basement —1
Modern interface Submodulei 1 Honeywell XDM506 XDM506 XL100
Modern ! 1 Multitech
56k BPB , GCMT22BAF 1 XL100
1. Community Center/Senior Center– 111 W. Lugonia Avenue
MECHANICAL
Equipment Qty Manufacturer Capacity Model Number Location i
Package X.0 Unit 1 1 Carrier 1 31/4 ton 48GL042520C South Roof
Package ‘C Unit 5 1 Carrier 3 ton 48GL03620CA South Roof
,--
! Package X.0 Unit 4 ' Carrier 5 ton 48GS06009050 Roof Zones 1,2,3 & 4
Package kC Unit 1 Carrier 8 1/4 ton 48TJD009551 Roof Zone 5
Package ‘C Unit 2 Carrier 20 ton 48H,JD025 Gym Roof
Package AC I. nit 2 _ Carrier 3 ton 48TJE004501 Senior Center Roof
1-> ickaoe X.0 Unit 2 Carrier 4 ton 48TJD005501 Senior Center Roof,-.
Pack;ige AC Unit 1 Carrier 10 ton 49TJDO12501 Senior Center Roof
EN aporatiN e Cooler 2 Adobe Air 3,000 CFM ED0300 Senior Center Roof
Exhaust Fan 2 McCook Senior Center Roof
Domestic Water Boiler 1 j Raypak 725,000BTU W10724 Roof
ENVIRONMENTAL CONTROLS
Equipment Qty Manufacturer Capacity Model Number Location
Programmable Thermostat 12 Honeywell Electric T7200A1006 Throughout Facility
Zone Manager 1 Honeywell Q7750 Q7750A2003 Storage Room
'Transformer 5 Honeywell 24Vac40Va AT72D1006 Storage Room
Modem 1 Multitech 56kBPB GCMT224BAF Storage Room
Modem Submodule 1 Honeywell Submodule 1 XDM506 Storage Room
Excel 10 Alit Controller 5 Honeywell \ '7750 1; \\7750A20051 AC Units
Excel 10 0/1 Remove 1 Honeywell L W7761 1 W7761A2002 1 Storage Room
.1. Hillside Memorial Park, Office– 1540 Alessandro Road
MECHANICAL
Equipment Qty Manufacturer. Capacity Ti Model Number I Location
; Heat Pump Unit 1 i Goettle 1 2 ton 1 HP241F Roof
ENVIRONMENTAL CONTROLS
Equipment Qty ll Manufactureri Capacity 1 Model Number Location I
Programmable Tltermostat : 1 1 Honeywell Electric ; T7200B1004 Main Office Area
K. Jo fin Senior Center– 21 Grant Street
MECHANICAL
Equipment Qty: Manofacturer Capacity Model Number ' Location
Package AC Unit 1 , Carrier 2 ton 48N1,T03 Roof
Package -AC Unit 1 Carrier 3 ton 58KLA136500C Roof
Multi-Zone AC Unit 1 1 Lennox 50 ton DMS-1600350 Roof
Heat Pump AC Unit 1 t,, Carrier 7 Vz ton 5001-1008530 Roof
Heat Pump AC Unit 1 1 Carrier 5 ton 50011006520 Roof 1
ENVIRONMENTAL CONTROLS
Equipment Qtyl Manufacturer! Capacity 1 Model Number ' Location
Modem 1 Multitech 1 56k BPB GCMT224BAF i XL100
Modem Submodule 1 Honeywell Submodule XDM506 Storage Room
Excel 100 Controller , 1 Honeywell XL100 XL100BS Storage Room
L. Horace Hinkley Rater Treatment Plant– 1604 Crofton Avenue
MECHANICAL
Equipment Qt yl Alanufacturer Capacity Model Number Location
Package AC Unit 2 Lennox 2 ton GCSIOX-26150 Roof
Package \C Unit 1 Lennox 4 ton GCS9-653-120 Roof
Unit Heater, Gas 1 Reznor I 25.000 BTU CEEXL74 Shop
[nit Ileater, Electric , 1 , Emerson I kw 1 MU11-0504 Shop
ENVIRONMENTAL CONTROLS
Equipment 1 Qty! ManufacturerCapacity 1 Model Number T Location
t ' , 1
Room Thermostat i 3 L Honeywell Electric 1 T874A1010 1 Throughout Facility
1/. II aste Ji'ater Treatment Plant – 1951) Nevada Street
MECHANICAL
Equipment Qty Manufacturer I Capacity Model Number Location
Heat Pump AC Unit 1 Carrier 2 ton 50N924-3 Roof
tient Pump AC Unit 1 Trane 5 ton Roof
Heat Pump AC Unit 1 'Franc 10 ton Roof
1k it Pump AC Unit , 1 i Trane 1 15 ton S1MA200X39560302 Roof
ENVIRONMENTAL CONTROLS
Equipment ! Qty Manufacturer! Capacity ' Model Number 1 Location
Zone Mana_er 1 1 Honeywell Q7750 Q7750A2003 ; Storage Room
Franrm
sfoer I 4 Honeywell 24Va ra
ac40VAT72D1006 1 Sto :e Room
--
\lodem 1—71 Multitech 56kBPB GCATT22BAF XLIOO
Modem Submodule , 1 Honeywell Submodule XDM506 ' Storage Room
Excel 10 Alit: Controller r4 Honeywell W7750 W7750A2005 i AC Units
______ '
V. Tare {l'ater Treatment Plant— 3050 Mill Creek Road
MECHANICAL
Equipment Qty Manufacturer Capacity Model Number Location
Split System Fan Coil Unit 1 Lennox 7Y ton CBH1795 Basement
Condensing Unit 1 Lennox 7V2 ton HS17953 Parking Lot
Unit Heater, Gas 1 I Reznor , 125,000BTU HCX175-6 Basement
ENVIRONMENTAL CONTROLS
I
Equipment Qtvl Manufacturer Capacity ' Model Number I Location 1
Room Thermostat J 1 [ Honeywell Electric I T921C1009 1st Floor
0. Fire Station .Vo. 1 — 525 E. Citrus Avenue
MECHANICAL
Equipment J Qty Manufacturer Capacity Model Number Location
Package kC Unit 1 Lennox 5 ton CHA8-683 Roof
Package AC Unit 1 Lennox 5 ton 6C520RX651-1 ' Roof
Package ‘C Unit 1 , Goettle 3 V ton 5C421E13 Roof
ENVIRONMENTAL CONTROLS
Equipment ! Qty; Manufacturer- Capacity 1 Model Number I Location I
Room Thermostat 3 ! Honeywell 1, Electric I T874A1010 , Throughout Facility
P. Fire Station ,Vo. 2 - 1716 Garden Street
MECHANICAL
Equipment Qtyl Manufacturer I Capacity Model Number Location
Split System Fan Coil Unit 1 , Lennox 1 G20Q6X Furnace Closet
I 5 ton
( ondensinv, Unit 1 Lennox 5 ton HSE246511P Parkin! Lot
Unit Heater. Gas EN Lennox 100,000BTU LF-100AM Au I aratus Floor
ENVIRONMENTAL CONTROLS
Equipment 1 Qtyl Manufacturer' Capacity Model Number ' Location
Room Thermostat 1 I Honeywell I Electric T874A1010 Throughout Facility
Q. Fire Station No. 3 - 10 W. Pennsylvania Avenue
MECHANICAL
E ui ment Qtv Manufacturer Ca'acity Model Number TLocation
Package AC Unit 2 Carrier 3 ton 48KLAA03651 Roof
Package AC Unit 1 Carrier I 5 ton 48LH006500 Roof
,
t nit Heater. Gas 2 Sterlina 125,000BTU CFE-75 Apparatus Floor
,-,
ENVIRONMENTAL CONTROLS
Equipment Qty ManufacturerCapacity Model Number Location
i
1 Room Thermostat 4 Honeywell I Electric T874A1010 Throughout Facility ,
„
P. Lincoln - 125 W. l'ine Street
MECHANICAL
Equip men t Qty Manufacturer Capacity Model Number Location
Split System Fan Coil Unit 2 Lennox 5 ton HP26-060-7P Attic
Condensing Unit 2 Lennox 5 ton HP26-060-7P South Exterior of Building
Split Sysiem Heat Pump Unit 1 Lennox 3 ton HP26-036-7P Basement
Condensing Unit 1 Lennox 3 ton HP/6-036-7P South Exterior of Building
ENVIRONMENTAL CONTROLS
Equipment Qty' Manufacturer Capacity Model Number Location
Room Thermostat 3 Honeywell Electric T874G1204 Throughout Facility
S. Corporate Yard, Building A - 1270 W Park Avenue
MECHANICAL
Equipment Qtv Manufacturer 11=111111 Model Number Location
Heat Pump Unit 1 Lennox 2 V2 ton CHP 15311-1P Roof
split System Heat Pump Unit 1 Mitsubishi 2 ton I Purchasin.
Condensin. Unit 1 Mitsubishi 2 ton Ground Floor
hut [heater. Gas 1 1 Coleman 2519 Warehouse
Unit Heater, Gas I 1 Reznor 20,000 BTU XA200 Warehouse
Unit Heater, Gas Reznor 75,000 BTU CEEXLB75 Warehouse
ENVIRONMENTAL CONTROLS
Equipment Qty I'Vlanufacturer I Capacity I Model Number Location
Room Thermostat 2 Honeywell Electric T874G1204 ! Throughout Facility
T. Corporate Yard, Building B - 1270 W. Park Avenue
MECHANICAL
Equipment Qtyi Manufacturer Capacity Model Number Location
Heat Pump Unit 2 Lenox 4 ton CHP15-511-1P I Roof
Unit Heater, Gas 1 Lenox 35,000 BTU LF35L-M Garage
Unit Heater, Gas 3 Reznor 60,000 BTU I CEEXL860 Garage
ENVIRONMENTAL CONTROLS
,
Equipment Qty Manufacturer' Capacity Model Number Location
Room Thermostat 2 Honeywell I Electric I T874G1204 ; Throughout Facility
L. Corporate Yard, Building C- 1270 W. Park Avenue
MECHANICAL
I Equipment ! Qty Manufacturer! Capacity T Model Number I Location
_
Heat Pump Unit ! 2 Lennox2 ton I CHP15-311-1P Roof
' Heat Punts Unit 3 Lennox ! 4 ton CHP10-511-2P I Roof
ENVIRONMENTAL CONTROLS
Equipment i Qty Manufacturer[ Capacity Model Number I Location
, .
Room Thermostat 5 L Honeywell Electric T874G1204 Throughout Facility
• („orporate lard, Garage and Sign Shop — 12 70 11-'. Park A venue
MECHANICAL
Equipment Qty Manufacturer Capacity Model Number 1 Location
Heat Pump Unit 1 I Heil 4 ton PHAD47NIK2 Sign Shop Roof
Heat Pump Unit 1 Lennox 2V2 ton I CHP15-311-1P 1 Office Roof
• S lit System Heat Puma Unit1 1 Mitsubishi 9,000 BTU MUH-09W-41 1 Puma Station
Condensing Unit I Mitsubishi 9,000 BTU MUH-09CW Puma Station
ENVIRONMENTAL CONTROLS
Equipment Qty.' Manufactureri Capacity j Model Number Location
441
Room Thermostat 1 3 Honeywell Electric 1 T874G1204 Throughout Facility
Evaporative Coolers to be added to the Contract
CORPORATE YARD:
Building A 3 Units
Building B 4 Units
Building 13 110 Units
Building J I Unit
Building M 2 Unit
FIRE ST \TION 263
Apparatus Room' 2 Units
FM THOMAS AIR COND 7147380886 02/08
t14
TIS
F. M. THOMAS AIR CONDITIONING, INC.
Zg4
Contractor's License # 313574 231 Gemini Avenue, Brea, CA 92621
(800)660-0891 FAX(714)738-0886 (714)738-1062
November 19, 2003
City of Redlands Ref: Maintenance and Service
35 Cajun St., Suite 30 of City Facility IIVAC System
Redlands, CA. 92373 Revised on December 11, 2003
Attn.: Marjorie Pettus
DESCRIPTION OF WORK
F.M. Thomas Air Conditioning, Inc. is pleased to submit our proposal for the ( 5 ) below
projects to the City of Redlands. These cost may be added to the existing"Maintenance
and Service of City Facility HVAC System", Contract No. 01-9900-2884 for any period
of time,once agreed on by both parties. These projects can be started immediately and
will he prioritized as per the customers request.
Reference each proposal for the description and scope of work required
I. Program controls -Proposal #3339
Modify or change the existing"Honeywell" system for all seven sites with override
thermostats. Total Price. . . . . . . „ 534,072,00
II. Fleet Garage - Proposal 43314
Replace the ten existing evaporative coolers with eight heaters.
Total Price $71,864.00
III. Police Facility - .Proposail #3343
Replace the existing air handler.
Total Price $84,170.00
IV. Library-Proposal 43342
Install a new drain pan under the cooling tower.
Total Price 5 1.867.00
Items I. Thru IV. Total Price $191,973.00
V. Monitoring-Proposal 43209
Monitor the cities"Honeywell"system, Monday-Friday from 7:00am to 5:00 pm.
Yearly Cost $ 4,200.00
hr HOMPS RIR COND 71477380E3E P.03/04;
City Of?Redlands Ref: Maintenance and Service
v,ist
35 C Uti St,, Suite 30 of City Facility HVAC System
Redlands, CA. 92373
Add the below increase to the existing monthly contract cost of S12,144.00.
(reference Contract No. 01-9900-2884)
Five Year Contract
Cost all (4) projects, Program controls,Fleet Garage, Police Dept., Library $191,973.00
Monitoring $4,200.00 for( 5 years) „ „ . . $ 21,000.00
$212,973.00 divided by 60 months . . . . . . .$3,549.55
Seven Year Contract
Cost all (4)projects, Program controls, Fleet Garage,Police Dept., Library $191,973.00
Monitoring $4,200.00 for( 7 years ) . „ „ „ . $ 29.400.00
$221,373.00 divided by 84 months . . . . . . .$2,635.39
Ten Year Contract
Cost all (4) projects, Program controls,Fleet Garage, Police Dept., Library $191,973.00
Monitoring$4,200.00 for( 10 years ). . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . S 42,000 00
$233,973.00 divided by 120 months . . . . . . $l. 49.77
TI:is proposal shall remain open for thirty clays from the date set forth above, and may
require reevaluation if not accepted within that period of time. This proposal will become
a binding agreement upon acceptance by CUSTOMER and approval by an official of F.M.
Thomas as evidence by their signat‘tres below. This approved agreement will be set forth
all tenris and condiCons upon both parties, and no person shall promise on behalf of F.M.
Thomas which is not expressed within. The customer agrees to bay F.M. Thomas the total
amount of S or $_ per month over a period of
months. Any unpaid moneys of the total amount shall be paid to F.M. Thomas with
30 days. of the of written notification that this agreement has been terminated, The
customer has the option to include this proposal to the existing Maintenance and Service
of City facility I-1VAC System, Contract No. 01-9900-2884 or keep it separate. This
proposal is based on the CUSTOMER extending the existing Contract No. 0 1-9900-2 8 4
to F.M Thomas for a period of months for the total monthly cost of S12,144.00.
Any changes or modifications by the CtSTOMF,R to the existing Contract No. 01-9900-
884 must be done in turning and approved by F.M. Thomas within 30 days from the date
set forth above,
Respectfully submitted. ACCEPTANCE OF PROPOSAL
F.M.Thor-i• ,ir Co tioning,
• 0. City of Redlands
By: /4171
Customer Date
ck Miller
City Authorized Agent
Title
rri HUMAS AIR CD 7147380886 F. ic.13
F. M. THOMAS
AIR CONDITIONING, INC.
tPCV
Contractor's License # 313574 231 Oemini Avenue, Brea, CA 92621
(800)660-0891 FAX(714)738-0886 (714)738-1062
t-9,8
F. M. T. * MEANS SERVICE
PROPOSAL AND CONTRACT
November 19, 2003 Proposal # 3339
City of Redlands
35 Cajun St., Suite 30 Ref: Controls Programming
Redlands, CA. 92373
Ann: Marjorie Pettus
DESCRIPTION OF WORK
F.M. Thomas Air Conditioning, Inc. is pleased to submit our proposal to modify or
change the"Honeywell" program, for the controls in the Civic Center, Police Facility,
Police Annex, Joslyn Center, Waste Water Plant, Community Center and the Library.
This will el in-,inate all the proprietary issues and passwords that are currently not allowing
programming changes to be made. Once the modifications are complete, the city would
receive a complete copy of the new program for their records.
New thermostats with a ovenide button will be installed at the Civic Center, Police
Annex, Joslyn Center and the Community Center. This over-ride function will allow
someone to have heating or cooling for a limited amount of time,by just pushing a
button.
1. Labor and Materials included:
A. Modify or change the programming to thc existing"Honeywell" controllers for
the seven sites and install over-ride tbeifliostats as listed.
B. Provide a copy of the new "Honeywell"program once the changes are made,
II. Price, including taxes 94,072.00
We thank you for the opportunity to serve you. Please let us know if we may be of
assistance.
Sincer
00,1 RI M. r
..._-
7147380386 P.05/0E4
F. M. THOMAS AIR CONDITIONING, LNG.
33*,
Contractor's License 4 313574 231 Gemini Avenue, Brea, CA 92621
(800)660-11891 FAX(714)738-0886 (714)738-1062
PROPOSAL AND CONTRACT
august 25, 2003 Proposal# 3314
Revised 11-19-2003
City of Redlands
35 Cajun St, Suite 222 Ref: Fleet Garage
Redlands, CA. 92373 Evaporator!Heater
Attn: Marjorie Pettus
DESCRTPTION OF WORK
F.M. Thomas Air Conditioning, Inc. is pleased to submit our complete proposal to
replace the existing(10) rooftop evaporators with a evaporator and (8) with a heater unit.
The below scope of work will be done Monday—Friday, between 7:00a_m. - 3:30p,m.
I, Labor and Materials included:
A_ Provide and install (8) "Reznor"rooftop gas furnace & (10) evaporative cooler,
Gas furnace with 409 S'S heat exchanger, burners 84 drip pans.
Coolers with 2" media, float switches, 1 stage gas valve, control transformer,
314 lip ODP motors, with starters.
Remote thermostat
B. Provide and install the duct work to connect the unit to the roof penetration.
C, Provide and install the water fine o the cooler.
D. Provide and install the electrical required at the fan, 115 volt. 1 phase.
E. Provide and install the gas line to the gas furnace. (Verify gas pressure to facility)
F. Provide and install the required support base rail for each unit.
0. Provide the crane for lifting. (Operating weight: 765 lbs. each)
H. Provide start-up and test operation.
11. This quotation, ucluding tax . . . _ . _ S71,864,00
IL This quotation includes materials, taxes and labor for services described and listed
above only. The following service(s) are specifically not included,
A. Any modifications to the electrical panel or service.
B. Any modifications to the gas pressure at the facility.
C. Any structural or engineering modifications to the root'.
D. Any permits, engineering, licenses or city fees required.
Thank you for your tin-ie and consideration. Please contact me with any questions.
Ri N r
f4.
----mv,r, mtv4zPANT4-MtV
_ — -P1 'HOMPS AIR C.C.CD 7147390866 P.06:,/Cia
• F. M. THOMAS AIR CONDITIONING, INC:.
Contractor's License tt 313574 231 Gemini Avenue, Brea, CA 92621
(80())66)-0891 FAX(714)738-0886 (714)738-1062
17-71
PROPOSAL AND CONTRACT
November 19, 2003 Proposal # 3343
City of Redlands
35 Cajun St., Suite 30 Ref: Police Facility
Redlands, CA. 92373 Air Handling Unit
Attn: Marjorie Pettus
DESCRIPTION OF WORK,
F.M. Thomas Air Conditioning, Inc. is pleased to submit our proposal to change the air
handling unit, located at the cities police facility. The new unit will be installed in
scions do to the confined pace in the room. The zone dampers and filter section of the
existing unit are still in good shape and are going to be reused to help with the cost of.he
project. The building will be without any air for several days and will be scheduled with
the city to keep the down time to a minimum. The below 3cope of work will be done
Monday-Friday, between 7:00 am and 3:30 pm.
Labor and Materials included:
A, Remove and dispose of existing heating/cooling section and fan section,
B. Reuse the existing filter section anti the zone dampers secion,
C. Reuse the existing compressor for cooling and boiler for heating,
D. Provide and install a new heating/cooling coil section, :his will be connected to
the exsting,zone dampers.
L. Provide and install a new fan section with a new 10 hp motor, provide 20,000efin
under the heating and cooling section. Reconnect the new motor.
F. Reconnect the existing filter section the fan section and install new filters.
G. Reconnect the cooling and heating coils to the existing piping.
H. Re-insulate any piping that has been replaced.
Reconnect the drain line the new unit.
J. Start the air handler and cheek operation.
IL Price, including taxes . . . „ , , , . , S84,170.00
M. This quotation includes material,taxes and labor for the services described and listed
above only. The following services arc specifically not included.
A. Any air balancing, engineering, licenses, city permits,control repairs.
Sbvedip7o0 A,
Ri kMi er
_ rit t1L1Hb RIR CCt4D .14738088.E. P /08
t4->;
441, F. M. THOMAS AIR CONDITIONING, INC,
Contractor's License 313574 231 Gemini Avenue, Brea, CA 92621
(800)660-0891 FAX(714)738-0886 (714)738-1062
PROPOSAL AND CONTRACT
November 19, 2003
City of Redlands Ref: Library Cooling Tower
35 Cajun St., Suite 30
Redlands, CA. 92373 Proposal#3342
Attn: Marjorie Pettus
DESCRIPTION OF WORK
F.M. Thomas Air Conditioning, Inc is pleased to submit our proposal to install a drain
pan under the existing cooling tower on the roof of the library
The below scope of work will be done Monday-Friday,between 7:00 am and 3:30 pm
1. Labor and materials include:
A. Provide and install one galvanized steel pan under the existing cooling tower.
B Provide and install a drain line from the pan to the nearest roof dram.
II. Prie , including taxes , , , , , , , , . . . . S1,867.00
We thank you for the oppo:tunity to serve you. Please let us know if we may be of any
further assistance.
Since ly,
Rick Wier
FM THCtIAS AIR CCCD 7147380886 P.08/08
kr,A,
4AN F. M. THOMAS AIR CONDITIONING, INC.
ktv:
4A.
Contractor's License # 313574 231 Gemini Avenue, area, CA 92621
(800)660-089I FAX(714)738-0886 (714)738-1062
PROPOSAL AND CONTRACT
November 19, 2003 Proposal #3209
City of Redlands
35 Cajun St., Suite 30 Ref: HVAC Remote Monitoring
Redlands, CA. 92373
Mn: Marjorie Pettus
DESCRIPTION OF WORK
F.M. Thomas Air Conditioning,Inc. is pleased to submit our proposal to monitor the
cities air conditioning and heating system from our office in Brea, California,
The seven sites listed below would be monitored, Monday Friday from 7:00 am to 5:00
pm. Any services required, would he handled from our office, A technician will be
dispatched by our office to the location of the alarm that appears in the system.
this monitoring will include modifying daily schedules as required. Any changes to the
schedule must be provided to our office via fax a minimum of 24 hours before the
required scheduled change. Any changes or moirtoTing will be done Monday-Friday,
between 7100 ani ar d 500 pm,
I. Labor included:
Monitor the cities(7) facilities,Monday-Friday,between 7:00 am and 5:00 pm,, for
the period of one year from our Brea office.
1. Civic Center(three buildings plus the chiller section)
2. Police Facility
3. Police Annex
4. Library
5. Joslyn Senior Center
6. Water Treatment Plant
7. Community Center
IL Price, including taxes $4,200.00 per year or S350.00 per month
We thank you for the opportunity to serve youPlease let us know if we may be of'
assistance.
• 'ck. let
„.
ke4
TOTAL P.06
VS
Witssememos .--