You are on page 1of 143

The Port Authority of NY & NJ MEMORANDUM

TO: Maintenance Management Staff


JFROM: Aaron Sherburne
DATE: September 13, 2000

SUBJECT: ABM Consolidated Contract


REFERENCE: World Trade Center Contract 799.710

The following document is a condensed version of the ABM


Consolidated Contract 799.710. It includes transmittal memorandums, sections
I: Introduction, section DI: Scope of Work, ABM Engineering's Executive Summary,
Quality Assurance Plan, Labor Staffing Plan, Schedule Project Labor Rates, Cost
Proposal, and Bolt-On Services. It was created in a continuing effort to make the original
contract easier to reference

Please note the sections that have been removed are still valid, and
can be found in any copy of the original contract agreement. Each of the remaining
sections has been tabbed, and a new Contents page has been created to account for the
removed sections. This is not to be confused with the Contract Administration Manual,
which is forthcoming.

If you have any questions on this matter feel free to contact me at


ext. 5619.

Aaron Sherburne
Management Associate,
Operations & Maintenance Management

Memo Only Complete Setfsl


J. Amatuccio L. Ardizzone
J. Castaldo P. CHtes
P. Taylor B. D'Aleo
F. Varriano T. Degnan
L. Zucchi B. Devlin
B. Hamann
B. Hutchinson
C. Luongo
P. Negron
E. Pipitone
H.Ret
R. Simonetti
nit Files (6)
TABLE OF CONTENTS
SECTION DESCRIPTION

Port Authority of NY & NJ

1 Transmittal Memorandums

2 Introduction

3 Scope of Work

ABM Engineering Services

4 Executive Summary

5 Quality Assurance Plan

6 Labor Staffing Plan

7 Schedule Project Labor Rates

8 Cost Proposal

9 Bolt-On Services
ONt WOOD TRAK CENTO
f€W VO8K, NV 10048

(212) 435-7000
(973) 961-6600

October 15, 1999

CERTIFIED MAIL - RETURN RECEIPT REQUESTED

ABM Engineering Services Company


551 Fifth Avenue
Suite 300
New York, NY 10176

ATTENTION: Mr. Alan B. Abramson,


Vice President

RE: WORLD TRADE CENTER- WTC-799.710- AGREEMENT TO PERFORM


CONSOLIDATED ELECTRICAL, MECHANICAL & GENERAL MAINTENANCE
SERVICES. CONTRACT #4600001047, P.O. #4500007131

Dear Mr. Abramson:

The above referenced Agreement has been accepted. Attached is a countersigned


executed original copy of World Trade Center #WTC-799.710.

Please note for invoicing and administrative purposes Contract #4600001047 and
Purchase Order #4500007131.

Your facility contact is Mr. Leandro Zucchi, telephone (212) 435-5798. Should you
require any additional information, please call me at (212) 435-3951 or fax 3954.

Very tmb/yours,

sing Buyer
Purchasing Serviced Division

/nr
WKCTOS

OE WCXO TJAK C£N~lK. 40$


NEU' YORK, NX 10048

September 28, 1999 (212)435-8225

ABM Engineering Services Company


551 Fifth Avenue
Suite 300
New York, NY 10176

Attention: Mr. AlanB. Abramson,


Vice President

RE: WORLD TRADE CENTER - WTC-799.710 -


AGREEMENT TO PERFORM CONSOLIDATED ELECTRICAL,
MECHANICAL & GENERAL MAINTENANCE SERVICES

Dear Mr. Abramson:

The Port Authority of New York and New Jersey (the Authority) hereby accepts your
proposal dated May 24, 1999 for providing consolidated Electrical, Mechanical and
General Maintenance services for the World Trade Center. The contract shall commence
at 12:01 a.m. on November 1, 1999.

The contract between the parties consists of the following:

1. Section I, n, IE, IV, V, and exhibits A,B,C,D,E,F, and G of the Port Authority's Request
for Proposal for consolidated Electrical, Mechanical and General Maintenance services
dated May 3, 1999.
2. Sections I, II, ID, IV, V, VI, Vn, all schedules, the Cost Proposal and the Bolt-on
Sections of ABM Engineering Services Company's proposal dated May 24, 1999.
3. In case of conflict between the documents referenced above, the Port Authority's
Request for Proposal dated May 3, 1999 shall take precedence over item #2 above,
except for all mechanical and electrical non-routine maintenance, repairs and emergency
maintenance, for which ABM Engineering Services Company will absorb the first
$20,000 of aggregate cost during each month until December 31, 2000.
If you are in agreement with the above please indicate such agreement by filling out and
signing the attached documents and at the lower left of this page and returning a copy of the
documents and this letter to the attention of the undersigned at 1WTC, 40th floor
(Purchasing).

Should you require any additional information, please contact Mr. Larry Waxman of my
staff at 212-435-3951 or fax X3954. Your facility contact is Mr. Leandro Zucchi at
212-435-5798.

Sincerely, Agreed:
ABM Engineering Services Company

By:
Michael Rienzi
Director Title:
Office of Procurement
Date:
7
SIGNATURE SHEET

OFFER: The undersigned offers and agrees to furnish to the Port Authority of New York and New
Jersey the services and/or materials in compliance with all terms, conditions, specifications and
addenda of the Contract Signature also certifies understanding and compliance with the certification
requirements of the standard terms and conditions.

Bidding Entity ABM Engineering Services Company

Bidder's Address 551 Fifth Avenue - Suite 300

City, State, Zip New York. NY 10176

Telephone No. 212-297-0200 Fax 212-573-8794

SIGNATURE DATE

Print Name and Title Alan B. Abramson. Vice President

STATEMENT OF IRREVOCABILITY: This offer shall be irrevocable for 120 days after the date on
which the Port Authority opens this bid.

Bidding Entity: ft&ff

SIGNATURE:
(Same as person signing abdve)

ACKNOWLEDGMENT

STATE OF:

CONTYOF:

On this QC/ day of^a>/,


of £5541999
1999 , personally came before me, /f/o^
fl/a<* &
£ •• nw*****^, who duly
sworn by me, did depose that she/he has knowledge of the matters herein stated and they are in all
f respects true and that she/he has been authorized to execute the foregoing offer and statement of
irrevocability on behalf of said corporation, partnership or firm.
s f A GLORIA MELENDEZ
Notary Public. Stale of Ne* Yortc
ZJ No. 31-490C331
Qualified in New Y^k County
Commission txo.--es
commission EXO.--CS -My
-My;27.Jfcj
NOTE: If a joint venture is allowed, duplicate this Signature Sheet and have each joint venturer sign
separately and affix to the back of this Signature Sheet.
NAME & RESIDENCE OF PRINCIPALS

Names and Residences of Principals of Bidder. If general or limited partner, or individual, so indicate.

NAME TITLE Address of residence.


Do not give business address

James C. Scranton President 15508 Saddleback Road


Santa Clarita, CA 91351

Alan B. Abramson Regional Vice 19 Juneau Blvd.


President Woodbury,NY 11797
551 Fifth Avenue. Suite 300
/ABM Engineering Services New York. NY 10176
Telephone: (212) 297-0200
Facsimile: (212- 573-673^

May 24, 1999

Mr. Michael Rienzi


Director
Office of Procurement
Port Authority of New York/New Jersey
One World Trade Center - 40th Floor
Suite 4011
New York, NY 10048

Re: World Trade Center Operations and Maintenance Consolidation

Gentlemen:

In response to your Request for Proposal dated May 3, 1999, and pursuant to our
discussions, we are pleased to submit our proposal for performing Consolidated
Mechanical, Electrical & General Maintenance Services at the World Trade Center.

We look forward to your approval and the resolution of formal contractual details.
Meanwhile, if you have any questions or require additional information please give me a
call.

Very trujy^ yours,

Alan B. Abramson, P.E.


Vice President

ABA:tm

a subsidiary of <M3M industries Incorporated


The Port Authority of NY & NJ

SECTION I
INTRODUCTION

The Port Authority of New York and New Jersey ("PA") hereby invite: your firm to
submit a proposal for mechanical, electrical and structural maintenance services at the
World Trade Center ("WTC"). Your firm will_be expected to furnish all labor,
supervision, training, uniforms, equipment, materials, supplies, minor repairs and all
other services required to perform the services described.

The PA is inviting your firm to provide a proposal for a consolidated contract that would
include operational watches and tours, routine and non-routine maintenance, service calls
and emergency services throughout the WTC including direct services for tenants.

The PA will expect the contractor to provide a computerized maintenance management


system (CMMS) that would provide the required cost accounting and reporting to the PA.

The proposal will be for a consolidated contract but the PA will require the contractors at
a minimum to provided cost center accounting in the following areas: One WTC, Two
WTC, Four WTC, Five WTC, Concourse and Central Plant and Services.

The services identified hi the attached specifications are a significant departure from the
existing contract specifications. The PA expects the contractor to develop maintenance
routines and a staffing plan consistent with industry best practice while maintaining labor
harmony throughout the WTC.

The goal of the PA is to provide the highest quality maintenance services hi accordance
with a performance based contract to all WTC tenants and customers occupying and
visiting the WTC similar to other first class (Class A) commercial office buildings in
New York City. The PA expects to realize significant savings in staffing, increases in
productivity and increased reliability of equipment operation.

Page 1 of 1
5/3/99
The Port Authority of NY & N J

SECTION IH
SPECIFICATION - SCOPE OF WORK

3.0 Introduction

A. Working under the general direction of the World Trade Department Manager of
Operations and Maintenance Management or his designated representative
hereinafter called "Manager," the Contractor shall be responsible for developing
and executing detailed building operating plans for the mechanical, electrical and
building equipment and systems at me World Trade Center (WTC) which shall be
subject to the approval of the Manager. The approved operating plans will seek to
provide the highest possible operational efficiency compatible with adequate
maintenance and repair requirements, energy conservation, and observing all
required hazardous material and occupational health and safety control
requirements.

! B. The Contractor shall recognize that the services covered by this contract are vital
I to the World Trade Department's mission; that continuity of the services must be
maintained at the utmost proficiency without interruption. The Contractor must
i prepare contingency plans in the event of a strike by the Contractor's employees.
I

I C. Operational Requirements: The WTC operates 24 hours per day, 7 days per week
including weekends and Holidays. The Manager will provide the Contractor with
a list of occupants that operate or have special requirements outside the normal
business hours. As such, the appropriate maintenance staff must be on site 7 days
per week, 24 hours per day including weekends and holidays to operate, monitor,
maintain and perform preventive maintenance and minor repairs to the
mechanical, electrical and building systems and any other equipment necessary to
operate the WTC. The WTC equipment will be operated to provide the
environmental temperatures mandated by the WTC during the heating and cooling
season. .This will necessitate starting and stopping the building heating,
ventilating and air conditioning ("HVAC") equipment at any hour, based on
weather conditions, to provide the proper environmental conditions during the
required hours of operation.

-1 -
May 3,1999
The Port Authority of NY & NJ

3.1 Intent

A. The Contractor shall provide all management, supervision, labor, material, repair
parts, tools, supplies and equipment vehicles, and shall plan, schedule, coordinate
and ensure effective, economical, and timely completion of all work and services
specified hi this contract

B. The specifications are a statement of the minimum level of work and services that
are to be provided in certain areas under this contract They are not intended to
be, nor shall they be construed as limiting specifications or requirements. At a
minimum, the Contractor shall be required to take all reasonable steps and
measures which would be taken by a prudent building owner to maximize the life
expectancy of the property/equipment in a class A office building by proper
operation, maintenance and repair.

C. All mechanical, electrical, water distribution, utility systems and equipment in the
WTC shall be operated at the highest level of efficiency compatible with the then
current energy conservation requirements, and maintained using the highest
industry standards of performance throughout the contract performance period.
This level of maintenance shall preserve the equipment in an unimpaired operating
condition; i.e., well above the point where deterioration will begin, thereby
extending the normal life expectancy of the equipment The Contractor is
responsible for performing routine and non-routine maintenance and repairs as
necessary, on a 24 hour a day, 365 days per year, including Emergency Response
Services.

D. The Contractor shall maintain the machinery spaces, shops and storerooms in a
clean and orderly manner. When work is performed in these areas, the Contractor's
personnel shall clean all equipment on which work was performed and the entire
area, in which work was done, leaving all in a condition satisfactory to the
Manager. All Sub-Contractors who perform work in the machine rooms will be
likewise accountable for maintaining the machine rooms in a clean and orderly
manner. The Contractor shall also be responsible for maintaining the security of •
the mechanical equipment rooms. This includes keeping all doors closed and \g

deficiencies relating to locks and security hardware should be reported i


immediately to the PA locksmith shop. The Contractor must notify the Manager's
office of any unrecognized person. t

E. The Contractor must obtain the approval of the Manager prior to storing anything J
in machinery spaces. Operating supplies such as packing, lubricants, rags, cleaners, '|
etc., shall be property secured in containers approved by the Manager and stored in |
accordance with all fire, life safety and environmental applicable codes and/or 1
ordinances. I

-2-
May 3,1999
The Port Authority of NY & NJ

3.1 Intent - continued

F. The Contractor is advised that the World Trade Center has certain areas on support
beams and asbestos containing sprayed on fire proofing and ceiling slabs insulated
with asbestos piping and plaster, as well as base building vinyl asbestos floor tile
thermal system. The Contractor must have a company NYSDOL asbestos
handlers license, employ NYSDOL O&M certified workers and have sufficient on-
site asbestos response equipment consistent with asbestos O&M responses. The
Contractor will provide an Operations and Maintenance Plan with the appropriate
regulations, rules and procedures to be adhered to with regard to the operations,
maintenance and repair whenever the Contractor is working in areas where
asbestos may be disturbed. All Contractor asbestos operations and maintenance
responses must be performed in accordance with NY State Department of Labor
and US Occupational Safety and Health Standard applicable to asbestos. The
Contractor may review existing asbestos records in the Manager's office during
working hours (7:00am-4:00pm).

-3-
May 3,1999
The Port Authority of NY & N J

3.2 Definitions

A. Emergency Service Calls. Are those service calls when the work consists of
correcting failures which constitute an immediate danger to personnel or property,
including but not limited to, broken water pipes, electrical power outages,
electrical problems which may cause fire or shock, gas or oil leaks, major air
conditioning or heating problems, etc. Any work considered by the Manager to
(i „ be of an emergency nature shall also be classified as an Emergency Call.
Response to an Emergency Call shall be immediate.

, H B. Emergency Response Services. These services will only be required when the
M emergency clearly requires Contractor personnel over and above that on duty as
per the approved labor-staffing plan.

• C. Routine Maintenance. Scheduled work on items of equipment and/or systems


required to provide continuing operation, to preclude unnecessary breakdowns
|li.,ll and to prolong the life of equipment or systems. Preventive maintenance
! includes, but is not limited to: greasing, oiling, adding refrigerant, changing
filters, cleaning, adjusting, replacing belts, and replacement of other expendable
items. The Contractor shall ensure that all housekeeping and maintenance are
done in accordance with the applicable safety requirements. The Manager will
make the determination as to whether a repair job is routine maintenance or non-
routine maintenance. In the event of a disagreement, the Contractor shall proceed
diligently with the performance of the work, pending resolution of any request for
relief, claim, appeal, or action relating to the contract

D. Non-Routine Maintenance. Unscheduled work required to prevent a breakdown of


mechanical and electrical equipment and or component; or a system; or to put it
back in service after a breakdown; or failure; or the work required to repair
interior and exterior structural problems where the cost of labor, materials, and
parts is expected to be $25,000.00 or less. This dollar threshold applies to each
individual repair job that may be required. The Contractor shall be responsible
for the first $2,000 of all repair costs in this category.

E. Base Building Billing Rate. The billing rate for all non-routine work within the
scope of the contract

F. Non-Base Building Billing Rate. The billing rate for all non-routine work outside
the scope of the contract for the WTD as defined in Services Excluded, Section
; 3.4, page 12.
I- -
»>*

-4-
May 3,1999
The Port Authority of NY & N J

3.2 Definitions - continued

G. Scheduled Project Services Billing Rate. The billing rate for scheduled requests
for services by the Manager that would include the use of labor services
approximately 30 days or longer in duration. The Contractor shall submit to the
Manager a detailed computer generated cost estimate utilizing the labor rate
identified in Exhibit E-3.

H. Repair Job. Each "individual repair job" shall consist of the smallest practical
individual task or component which can be repaired or replaced during routine
maintenance to bring about correction of a specific problem in accordance with
standard relative industry or trade practice and in conformance with the terms of
this contract Individual repairs jobs may not be lumped together to force the
collective cost to exceed $2,000 and are included as part of routine maintenance.

I. Operation. Operation includes the daily or other periodic starting, stopping,


adjusting, inspecting, lubricating, etc., of the mechanical, electrical, utility
equipment and systems.

H. Service Calls. Service calls are responses to mechanical, electrical, structural and
plumbing malfunctions, or problems reported by building occupants or World
Trade Department personnel. Service calls shall be classified and accomplished as
follows:

i. Emergency Service Calls. Are those service calls when the work consists of
correcting failures which constitute an immediate danger to personnel or
property, including but not limited to, broken water pipes,- electrical power
outages, electrical problems which may cause fire or shock, gas or oil leaks,
air conditioning or heating problems, etc. Any work considered by the
Manager to be of an emergency nature shall also be classified as an
Emergency Call. The Contractor shall respond to Emergency Service Calls
immediately. The Contractor shall remain on the job until the emergency has
been relieved.

H. Urgent Calls. For circumstances that interrupt or otherwise adversely impact


either World Trade Department operations or building occupant operations,
the Contractor shall respond within IS minutes and remain on the job until the
condition has been relieved. Examples of these types of service calls include,
but are not limited to, inoperative electrical circuits, temperature complaints,
and inoperative lighting above a workstation.

iii. Routine Calls. The Contractor shall respond within one (1) hour to all other
service calls and complete the required work within 24 hours. In those
instances where a service call cannot be resolved within 24 hours due to
circumstances beyond the Contractor's control, the Contractor shall

-5-
May 3,1999 c
The Port Authority of NY & N J

3.2 Definitions - continued

immediately notify the Manager of the time and date corrective action will be
completed.

I. Tours. Tours involve observing and inspecting operating equipment for proper
operation, turning equipment on or off and making minor adjustments to
equipment located throughout the WTC. In addition, the Contractor will observe
for various types of leaks, noisy motors, excessive vibrations, loose belts,
discharge temperatures, etc.

J. Watches. Watches involve performing certain tasks required for the operation of
the mechanical and electrical equipment in a centralized location. Watches
include, but are not limited to: starting equipment, checking at designated
intervals all operating equipment in the area, recording readings, shifting
equipment and loads, and making adjustments at the central control center, and
taking water samples, making tests and adding chemicals as required.

K. *Tenant Maintenance Services - shall mean maintenance work requested by WTC


tenants, including Port Authority as tenant, the costs of which are the
responsibility of such tenants pursuant to the terms of then- leases at the WTC.
Examples of such work include, but are not limited to, repair and/or replacement
of a flush-o-meter, faucet or toilet seat and clearing stoppages, replacement of
ceiling tiles, adjusting door closures, replacing bathroom paper dispensers,
installation of ballast, sockets, receptacles, circuit breakers, switches and
relamping.

L. *Minor Tenant Alteration Services - shall mean alteration work requested by


WTC tenants including Port Authority as tenant, which does not require the
submission of a Tenant Alteration Application (TAA) to the WTC pursuant to the
terms of the tenant's lease with the Authority and the costs of which are the
responsibility of the tenant pursuant to the terms of such lease. Examples of such
work include, but are not limited to installation of Dwyer units, sinks or water
coolers, relocation of sprinkler heads and installation and/or relocation of HVAC
diffusers/ducts, installation of new doors, frames, construction of minor partitions,
walls and fabrication of shelves, counters, installation of electrical outlets,
deducted circuits/data cables and additional light fixtures.

*Tenant Maintenance Services and Minor Tenant Alteration Services may also be
referred to herein as "Direct Services."

-6-
May 3, 1999
The Port Authority of NY & NJ

33 Services Included

A. The Contractor shall provide full maintenance services outlined below on the
equipment identified in Exhibit A, at the frequencies specified by the Contractor
and approved by the World Trade Department The Contractor shall follow
industry standard as well as local laws and codes with respect to licensing of
personnel to manage the operations of the mechanical, electrical and building
systems. The services included in this contract-but are not limited to the
following:
> Operations and Maintenance (O&M) of the electrical power distribution
system
> O&M of the emergency electrical power generators and distribution system
> O&M of the electrical lighting systems and controls
> Maintenance and re-lamping of common area lighting
> Maintenance of the Stentafon Communication System
> O&M of the HVAC systems, River Water Pump Station, Fire Pumps and
miscellaneous systems.
> O&M of the central refrigeration plant (water side only)
> O&M of the domestic water system
> O&M of the sprinkler system
> O&M of the HVAC automated control system
> O&M of the high pressure steam distribution system
> Maintenance and repair of the window washing equipment
> Maintenance and repair of the slurry wall
> Maintenance and repair of the facade
> Maintenance and repair of common area doors
> Miscellaneous services as requested by the World Trade Department

B. The Contractor shall be responsible for establishing an effective automated


computer system, acceptable to the Manager, to assist accomplishing routine and
non-routine maintenance, including maintaining a backlog listing of work to be
accomplished. The Contractor shall be responsible for all costs associated with
accomplishing all maintenance repairs (including any that may have been pre-
existing) where the cost of labor equipment and material will be $2,000 or less.
*
C. The Contractor shall be responsible for maintaining all warranted and non-
warranted equipment. However, if the warranty on a piece of equipment includes
maintenance, the Contractor shall only be responsible for operating the equipment
until the warranty expires. At this time the Contractor shall take over the
maintenance of the equipment

D. The Contractor shall operate the HVAC equipment so as to ensure adherence to


the following temperature levels and energy conservation practices:

-7-
May 3, 1999
The Port Authority of NY & NJ

33 Services Included - continued

i. Temperature levels stipulated by the World Trade Department are subject to


change based on World Trade Department energy policies and lease
requirements: Temperatures within the stipulated levels shall be maintained to
maximize customer satisfaction. The Contractor shall seek to minimize
energy use, providing the tenants are not adversely impacted while operating
the WTC in this manner. During non-business hours, heating temperatures
shall be set no higher than 55 degrees Fahrenheit and air-conditioning will not
be provided except as necessary to return space temperatures to the required
temperatures for the beginning of working hours.

ii. During business hours in periods of heating and cooling, provide ventilation
in- accordance with ASHRAE Standard 62, Ventilation for Acceptable Indoor
Air Quality where physically practical. Where not physically practical,
provide the maximum amount of ventilation during periods of heating and
cooling. Outside ah- intake during the heating and cooling seasons should be
set to minimum position under most conditions. Maximize the use of outside
air during moderate seasons, when it would be more economical than using
heating or cooling systems based on outside temperature and humidity
conditions.

iii. The Project Manager or designated representative must contact the Manager
or his designated representative daily to determine which equipment should be
operated and the appropriate start-up and shutdown times. This requirement
may be waived at the discretion of the Manager.

E. Domestic hot water temperature levels shall be maintained at 105 degrees F. at the
furthest point

F. Running tests or checks of large or high energy use equipment, such as chillers,
pumps, air handling equipment, etc., shall be performed during normal operating
times provided that it does not cause an interruption hi service or increase
monthly demand cost The Manager will define the peak usage periods during
which tests or checks are prohibited, and provide the Contractor with this
information.

G. Environmental conditions in special areas such as training and computer rooms


shall be maintained at all time to assure the reliable-operation of the equipment in
those areas.

-8-
May 3,1999
I
The Port Authority of NY & NJ

33 Services Included — continued

H. The Contractor shall be responsible to operate all electrical power distribution


equipment and systems including but not limited to the emergency electrical
power generator and distribution system, and the electrical lighting system and
controls. The Contractor shall also be responsible for developing a roster of
routines to relamp all the common areas.

I. All testing of high-use electrical equipment - chillers, fans, pumps, etc. shall be
done "off peak" and with the prior approval of the Manager.

J. Parties other than the Contractor often install equipment, at the WTC and this
equipment will be turned over to the Contractor. The Contractor shall prepare a
deficiency list for this equipment within 30 days at no additional cost to the World
Trade Department. The Contractor shall be responsible for maintaining all
equipment from the day the equipment is turned over unless such equipment is
covered under warranty. The Contractor will then be paid for the additional
required maintenance on a retroactive basis incorporated into the contract by a
modification. However, if the new equipment simply replaces a comparable piece
of equipment, the Contractor shall be responsible for maintaining the new
equipment at no additional cost to the World Trade Department.

K. Work Plan Requirements. No less than twenty (20) calendar days prior to the
commencement at the WTC of the Contractors operations, the Contractor shall
submit the following items to the Manager for approval:

i. A written building operating plan demonstrating how the Contractor will


operate the building in conformance with the contract and the World Trade
Department requirements identified in this contract.

ii. Proposed maintenance roster of routines.


iii. Annual schedule for periodic preventive maintenance

iv. Quality Assurance Program.

v. Hazard Communication Program,

vi. Asbestos O & M Plan

vii. Inspection schedule,

viti. Copies of all proposed logs to be used by the Contractor.

-9-
May 3,1999
The Port Authority of NY & NJ

33 Services Included - continued

L. Reporting Requirements. Within twenty-five (25) calendar days after


commencement of contract performance at the WTC, the Contractor shall submit
the following items to the Manager for approval:

i. Resumes for proposed project manager and all supervisory employees,

ii. Statement of Personal Work History for all employees of the Contractor.

iii. Name (where practicable), title, phone number and complete address of
responsible Official (s); (1) to whom check payments are to be sent; (2) who
may be contacted concerning the bank account information listed below and
(3) bank account information as required. Any changes to above information
shall be submitted to the Manager at least 30 days before the effective date of
change.

iv. The Contractor shall provide the Manager with documentation of the
certificates of all training, licenses, and permits for all contract employees
who work at the WTC no later than 10 work days after award of contract and
shall provide the required documentation for all employees not later than 5
calendar days prior to employee' s start work date. The Contractor shall
insure that all certificates of training, licenses, and permits, are kept current
and valid at no additional cost to the Port Authority.

v. Initial water analysis and prescribed water treatment program report.

M. The Contractor shall maintain daily building operating logs including equipment-
operating logs as per industry standard. The Contractor will be required to use the
refrigeration-operating log that is referenced in Exhibit B. The Contractor shall
make the operating logs available for inspection by the Manager or his
representative at any time.

N. Within five (5) calendar days after the end of every month, a monthly report shall
be submitted to the Manager that shall include but is not limited to (water
analysis, DMR testing, fire extinguisher testing, sprinkler testing, and additional
reports as requested.

O. The Contractor will be responsible for submitting a service call report within five
(5) calendar days after the end of each month for the duration of the contract

P. Within five (5) calendar days after the end of the month, a monthly progress
report indicating the preventive maintenance work performed on each piece of
equipment by type, equipment number, and location shall be submitted to the
Manager. Preventive maintenance performed should be in accordance with the
annual preventive maintenance schedule.
-10-
May 3,1999 c
The Port Authority of NY & NJ

33 Services Included - continued

Q. All repairs shall be recorded on a computerized system that allows tracking the
repair history of any piece of equipment. This system must be submitted to the
World Trade Department for approval prior to the start of this contract

R. The Contractor shall be responsible for supporting Emergency Procedures as set


forth hi the WTC Emergency Procedures Manual. All Contractor personnel must
be thoroughly familiar with this plan.

i. Designated Contractor personnel shall become thoroughly familiar with the "
Emergency Procedures Plan" responsibilities. Participation in emergency
plans shall be mandatory during the event of a building related emergency or
natural disaster.

ii. The Contractor shall incorporate in the Emergency Procedures Plan a detailed
description of the exact responsibility of each employee.

iii. The Contractor shall follow established policies and specific procedures for
responding to emergency alarms; bomb threats, or suspect incendiary devices.

iv. The Contractor shall obtain floor plans and area maps of the facility which
depict emergency evacuation routes, the location and type of each fire alarm,
location of utility cutoff valves or switches, utility system controls and special
instructions pertaining to security controls.
S. Holidays

The Contractor shall provide reduced staffing for the following holidays:

(1) New Years Day


(2) Martin Luther King Day
(3) Presidents Day
(4) Memorial Day
(5) July 4th
(6) Labor Day
(7) Columbus Day
(8) Veterans Day
(9) Thanksgiving Day
(lO)Christmas Day

-11-
May 3, 1999
The Port Authority of NY & NJ

3.4 Services Excluded


fji.
A. The Contractor shall specifically instruct its officers, employees and
^ representatives to perform no maintenance or activities within these itemized
exclusions unless specifically authorized otherwise in writing by the Manager of
l|| The World Trade Center.

"'i B. The Contractor shall not-have responsibility for the following functions since the
work required will be performed by others:

„,, i. Operation or maintenance of elevators and escalators.

ii. Painting services.

iii. Maintenance of the centrifugal refrigeration machines' electrical drive, motor


controllers and protection devices.
4 iv. Maintenance of radio and TV broadcast equipment
Hit
v. Maintenance of identified CCTV systems.
I! vi. Glass Replacement

vii. Carpet Replacement

viii. Compactors Replacement

ix. Fire Alarms Replacement

x. Minor Alteration Services

xi. Any work which in the sole opinion of the Manager requires an expertise
beyond the capabilities of the Contractor.

-12-
May 3,1999
The Port Authority of NY & NJ

3.5 Term

A. The period of performance for the initial term of this contract will commence
upon execution by both parties and shall terminate December 31,2002. The Port
Authority shall have two option periods of three years each.

B. Manager shall have the right to cancel any of the Routine Maintenance services at
any time during the term of this agreement with 30 days prior written notice and
the contract price will be reduced accordingly.

C. On a mutually agreeable date no less than ninety (90) calendar days prior to the
contract termination date, the Contractor and the Manager or his designee shall
together make a complete and systematic inspection of all mechanical, electrical,
water distribution, utility systems and equipment covered by this contract Based
upon this inspection, the Contractor shall be provided with an existing deficiency
list The Contractor shall compile a list of deficiencies found in that joint
inspection and submit it to the Manager.

D. Within thirty (30) calendar days from list submission, the Contractor must-correct
all deficiencies that fall within the scope of this contract Failure to make all
corrections may result in deductions from payment for any deficiencies not
corrected within thirty (30) calendar days. Deductions identified in Section 3.7 C
may be taken for any additional deficiencies which develop after the preliminary
ninety (90) calendar day closeout inspection and which remain uncorrected at the
termination of the contract NOTE: The preparation of the deficiency list during
mis period of time in no way alleviates the Contractor from his responsibility to
perform preventative maintenance as scheduled during this period.

E. It remains the responsibility of the Contractor to make all adjustments


(PM/repairs) to bring all equipment to a level of performance and satisfaction as
reasonably determined as acceptable by the Manager. All such work is to be
completed and found acceptable prior to actual contract expiration date.

F. Continuity of Services - Prior to the expiration of this contract, and after selection
by the World Trade Department of a successor Contractor, the Contractor and
each successor Contractor shall jointly prepare a mutually agreeable detailed plan
for-phase-in/phase-out services including training of subsequent contract
employees for a period not to exceed sixty (60) days prior to the expiration of this
contract at no additional cost to the Port Authority. Continuity for all services
required under this contract shall be maintained during this period. If the
Contractors) cannot agree to phase-in/phase-out plans, the World Trade
Department has the right to bring in their own employees and bill the cost to the
two Contractors.

-13-
May 3,1999
The Port Authority of NY & NJ

3.6 Escalation

A. Adjustments after the initial term will be made once annually during each option
period following the expiration date of the initial term of this contract. The
contract price to be adjusted for each adjustment shall be the price of the third
year of the initial term.

B. The term of this contract shall commence upon execution by both parties and
shall terminate December 31,2002. The Port Authority shall have two option
periods of three years each. It is hereby understood and agreed that the charges
set forth on the Contractor's Bid Sheet Exhibit E are applicable to the Initial
Term and shall not be adjusted during the Initial Term.

The Port Authority shall have the right to extend this Contract for two (2)
additional three (3) year periods (hereinafter called the "First Extended Term" and
the "Second Extended Term") from the Expiration Date upon the same terms and
conditions subject to the following: by written notice to the Contractor not later
than sixty (60) days prior to the expiration of the First Extended Term. Procedure
shall be used for the second term.

The adjustment to the extended initial term will be based on the following: 80% of
the contract price for the thud year of the initial term and 80% of the labor rate
identified in Schedule E-3, will be increased or decreased in the same percentage
as the Consumer Price Index for All Urban Consumers, All Items Index, New
York-New Jersey - Long Island, NY-NJ-CT, published by the Bureau of Labor
Statistics of the United States Department of Labor (hereinafter called the "CPI-
U-ALL Items"). 20% of the contract price for the third year of the initial term
will be increased or decreased in the same percentage as the Wholesale Metals &
Metal Product Index (hereinafter called "WM&MP").

In each case of adjustment the Base Index shall be that for July 2001 and the comparison
index shall be the index for the September prior to the year of the Extended Term for
which the adjustment is being made. The method of adjustment shall be multiplying the
price for the third year of the Initial Term by a fraction, the numerator being the index for
the September prior to the year of the Extended Term for which the adjustment is made,
the denominator being the Base Index.

-14-
May 3, 1999
The Port Authority of tff &

3.7 Payments

A. Services shall be billed at the end of each month and invoices must be delivered
to the World Trade Department, in a format approved by the Manager by the 1 Oth
day of the following month in order to be processed within 30 days.

B. Changes. The World Trade Department may order changes by additions or


deletions to the specifications, in which event the payments due will be adjusted
accordingly. All such orders must be in writing and the Contractor shall not be
entitled to reimbursement for any extra costs unless the amount of such extras is
approved by the Manager hi writing before the work involved in any such change
is begun.

C. The failure of the Contractor to perform the routine maintenance as specified


within this contract will result hi the Manager deducting the estimated value of
the routine work order not performed within the scheduled routine maintenance
period multiplied by 1 from the monthly invoice for the initial 6 months of this
agreement and multiplied by 2 from the monthly invoice for the duration of this
agreement

D. If the Manager and Contractor shall fail to agree on the performance of any
obligation required hereunder in this agreement, either party may give notice to
the other of such failure. If the dispute is not resolved within thirty (30) days after
receipt of a Dispute Notice, either party may request a resolution through
arbitration as provided for in this section.

i. In such cases where this agreement expressly provides for the determination
or resolution of a dispute, issue or question by arbitration (at the request of
either of the parties hereto), the same shall be determined or resolved by
arbitration (and not litigation) conducted in The City of New York, County of
New York, in accordance with the then applicable rules of the American
Arbitration Association (or any successor thereto) ("AAA"), and judgement
upon the award rendered may be entered in any court having jurisdiction
thereof, hi addition to any applicable requirements of the AAA, the party
desiring arbitration of such dispute or question shall, in the notice setting forth
its request that such dispute or question be submitted to arbitration, set forth
with particularity the dispute or question sought to be arbitrated, and make
specific reference to the provisions of this agreement which expressly provide
for the settlement of such dispute or question by arbitration. In the event that
the AAA or any successor body of similar function shall not then be hi
existence, Manager and Contractor shall seek to agree for the fifteen (15) day
period following the giving of the notice referred to in the preceding sentence
upon the appropriate body of rules to govern arbitration to be conducted
pursuant to this Section. If the parties fail to agree within such fifteen (15)
day period, such arbitration shall be governed by then applicable rules of the

-15-
May 3,1999 c
The Port Authority of NY & NJ

3.7 Payments - continued

judge of the New York State Supreme Court for the First Department (the
"Appointing Authority").

ii. The party desiring arbitration shall appoint as arbitrator on its behalf, a person
having not less than ten (10) years experience in the general area which is the
subject of the arbitration and give notice thereof to the other party who shall,
within fifteen (15) days thereafter, appoint as arbitrator on its behalf, a second
person having no less than ten (10) years experience in the general area which
is the subject of the arbitration and give written notice thereof to the first
party. If the other party fails to appoint the second arbitrator within such 15
day period the first party shall give the second party notice of such failure.
The arbitrators thus appointed shall, within fifteen (15) days following the
appointment of the second arbitrator, appoint a third disinterested person
having not less than ten (10) years experience in the general area which is the
subject of the arbitration, and said three (3) arbitrators shall, as promptly as
possible (but in any event within thirty (30) days following the appointment of
the third arbitrator), determine the matter which is the subject of the
arbitration, and whether any damages, costs or expenses are to be awarded in
the connection hereof. The decision of the majority of the arbitrators shall be
conclusive and binding upon the parties hereto, shall be delivered to the
parties hereto by the arbitrators when made, and shall be controlling for all
purposes under this agreement immediately upon receipt buy the parties
hereto of a copy of the decision. The effectiveness of such decision for such
purposes shall not be delayed or postponed pending confirmation of the
arbitration decision or award or entry of judgement the decision or award,
notwithstanding any challenge or contest by either or both of the parties hereto
with respect to the decision or award, and notwithstanding any application or
other request by either or both of the parties hereto that the arbitrators or any
court or other body stay, set aside, nullify, modify or otherwise changed the -
decision or award. The parties hereto shall make no request or other
application to the arbitrators or any court or other body for any injunction,
stay or other relief which would be contrary to the provisions of the preceding
sentence, and hereby agree that the arbitrators, any court and any other body
shall have no jurisdiction or other authority to consider any request or other
application for, or grant, any injunction, stay or other relief which would
violate any provision of mis Section. If any decision of the majority of the
arbitrators shall not be set aside, nullified, modified or otherwise changes after
the parties hereto receive a copy of the original decision or award, the parties
hereto shall thereupon comply with the action setting aside, nullifying,
modifying or otherwise changing the original decision or award, with such
changes and adjustments by the parties hereto in actions taken pursuant to the
original decision as many be necessary for such purpose.

-16-
May 3,1999
The Port Authority of NY & NJ

3.7 Payments - continued

iii. If either party hereto fails to appoint an arbitrator when it is required to do so


pursuant to the terms and provisions of this Section, (provided that a notice
was given as provided above with respect to the failure to appoint the second
arbitrator) then, and in such an event, the sole arbitrator who has been
appointed will decide the matter in question. If the two (2) arbitrators
appointed by the parties hereto shall fail within fifteen (15) days after the
appointment of the second arbitrator to appoint a third arbitrator, then, either
of the parties hereto, may apply to the Appointing Authority for the
appointment of such arbitrator. If any appointed arbitrator should fail to act,
his successor shall be appointed within ten (10) days by the party who
originally appointed him or in the event such party shall fail so to appoint such
successor, then the matter will be decided by the remaining arbitrators, or in
the case of the third arbitrator, his successor shall be appointed as herinabove
provided. Neither of the parties hereto shall raise any challenge or objection
as to the full power and jurisdiction of the Appointing Authority to entertain
such application and make such appointment

iv. The arbitrators are hereby granted the authority to determine the manner in
which the expenses of the arbitration are to be borne. Nonetheless, if the
arbitrators fail or neglect to determine in what manner the expenses of the
arbitration are to be borne then, unless otherwise subsequently determined by
a majority of the arbitrators, whose determination shall be binding and
conclusive upon the parties hereto, each party shall bear the fees and expenses
of (i) its attorneys and other experts and the arbitrator that it selected and (ii)
be responsible for one-half of the fees and expenses of the third arbitrator.

-17-
May 3, 1999
The Port Authority of NY & NJ

3.8 Direct Services Work

Direct Services are requests for work outside of the scope of this agreement as listed
below. The Contractor shall have the ability to utilize personnel from the routine
maintenance program to complete work under this section only if all routine maintenance
scheduled for the month is completed. Any services provided by the PA shall be at the
applicable rates in effect at the time the service is provided (i.e., hoisting charges, trash
removal charges, etc.) During and at completion of work, debris shall not be allowed to
spread into adjacent areas or accumulate in the work area itself. All such debris, excess
material, and parts shall be cleaned up and removed at the end of each day while work is
in progress and at the completion of the job. Upon completion of work, any stains, and
other unsightly marks shall be removed by the Contractor.

A. World Trade Department

i. The Contractor shall, perform various miscellaneous services requested by the


Manager, totaling 30 staff hours per month as part of this contract at no
additional cost to the World Trade Department. If more than 30 hours are
i requested, the Contractor shall submit to the Manager a detailed computer
generated cost estimate identifying labor and material within 24 hours after
receiving the miscellaneous request The proposal is subject to negotiations
by the World Trade Department

ii. Miscellaneous services shall consist of but are not limited to: hanging
pictures, maps and bulletin boards, and any other work as requested by the
Manager. Proof of material cost will be provided via copies of paid invoices.
Standard prices shall be established for commonly used items.
i
iii. The Manager shall confirm, in writing all orders for miscellaneous services.
The authorization for work will describe the work to be performed, the time
for completion, and the total cost of the project

iv. The Contractor shall perform various reimbursable services requested by the
Manager, as part of this contract Reimbursable services consist of work not
otherwise covered hi this specification. The Contractor shall submit to the
Manager a detailed computer generated cost estimate identifying labor and
material within 24 hours after receiving the reimbursable request The
proposal is subject to negotiations by the World Trade Department.

v. If Contractor claims that any instruction entitles the Contractor to


" : reimbursement under this Agreement, Contractor shall notify the World Trade
ii | Department thereof in writing within three (3) days after the receipt of such
instructions and, except in emergency situations endangering life or property,
the Contractor shall not proceed to execute such instructions unless the World

-18-
May 3,1999
The Port Authority of NY & NJ

3.8 Direct Services Work- continued

vi. Trade Department approves such extra cost in writing. Failure by the
Contractor to comply with the provisions of section 3.8.4v shall constitute a
waiver by the Contractor of any right for extra compensation.

B. WTC Tenants and Port Authority as a Tenant

i. Tenant Maintenance Services and Minor Tenant Alteration Services, also


known as Direct Services, will not be assigned to the Contractor pursuant to
this Contract and the Contractor is hereby authorized to contract directly with
WTC tenants and the Port Authority as a tenant for the provision of such
services beginning with the commencement of this contract. Such
authorization is subject to the following:

a. The Contractor shall provide staff performing Tenant Services with


uniforms, which are plainly distinguishable from those worn, by staff
providing services to the WTC under the Contract. The Contractor shall
also provide identification badges or woven insignias of a type and style,
which shall be subject to prior and continuing approval of the Manager.
The Contractor shall ensure that the Tenant Services craftpersons wear
these uniforms and identification badges or insignias at all times while
performing Tenant Services, and that its employees maintain a neat, clean
and orderly appearance at all times.

b. Marketing of Tenant Services directly to WTC tenants shall be the


responsibility of the Contractor.

c. The Contractor shall provide, at its own expense, any telephone service
and office equipment necessary for the performance of Tenant Services.
Such equipment may include, but shall not be limited to, portable radio
equipment, paging equipment, facsimile and copy machines and personal
computers.

d. Invoices for amounts due in connection with the performance for Tenant
Services shall be submitted directly to the appropriate tenant. The invoice
shall clearly set forth the dates, description and price for services
provided. Prices for Tenant Services shall be determined by mutual
agreement between the Contractor and each tenant The WTC has no
obligation whatsoever to pay for any Tenant Services, all of which shall be
considered rendered pursuant to independent agreements entered into by
the Contractor with WTC tenants including The Port Authority as a tenant.
Howerver, the WTD shall have the right to audit such invoices at any
time.

-19-
May 3, 1999 c
The Port Authority of NY & N J

3.8 Direct Services Work — continued

e. The Manager shall have the authority to reasonably determine what work
falls within the definitions of Tenant Maintenance Services and Minor
Tenant Alteration Services and his decisions with respect thereto shall be
final and binding on the parties hereto. In the event the Contractor is
uncertain as to whether or not work falls within such definitions; he shall
request a determination for the Manager prior to performing any such
work.

f. The Contractor shall specifically instruct its officers, employees and


representatives that all Tenant Services must be performed in compliance
with the NYC Building Code, the NYC Electrical Code and all other
applicable laws, codes and regulations, including the WTC building rules
and regulations and should not impact on any base building systems.

g. The Contractor shall notify the Manager or his designated representatives


regarding any request for shutdown of base building utilities which will
cause interruption of services in other areas of the building. Such request
must be delivered to the Manager of WTC Plant and Structures at least ten
(10) working days prior to the requested shutdown and shall be subject to
the final approval of the Manger of WTC Plant and Structures.

h. The WTC makes no representation mat it will utilize the Contractor for the
performance of Tenant Services in any spaces within the WTC which are
occupied by the Port Authority in the capacity of a tenant

i. In the performance of the work, the Contractor shall obtain a WTC permit
from the Manager prior to any cutting or welding and shall comply with
the conditions which form a part of said permit, a sample of which may be
examined in the office of the Facility Manager.

-20-
May 3, 1999
The Port Authority of NY & NJ

3.9 Routine Maintenance

A. The Contractor shall be responsible for all costs associated with accomplishing all
maintenance repairs (including any that may have been pre-existing) where the
cost of labor equipment and material is expected to be $2,000 or less.

B. The Manager is to be notified at least 24 hours (whenever possible) in advance


when work is to be done on equipment which requires opening or dismantling of
equipment, or loss of service of such equipment for inspection or maintenance.
Such equipment will include, but is not limited to pumps, refrigeration units,
condensers, evaporators, and/or such equipment as determined critical by the
Manager. Contract inspectors and other representatives of the World Trade
Department may inspect the equipment before, during, and after any work is
performed.

C. Scheduled routine preventive maintenance (PM) shall be performed, at a


minimum, in accordance with the equipment manufacturer's recommendations,
industry standards, or the best trade practices of the industry. Prior to the
commencement of the contract, the Contractor shall submit a list of all proposed
maintenance procedures to the World Trade Department for approval. Upon such
approval, the Contractor will prepare a computerized roster of routines for such
equipment and incorporate it into this contract All such roster of routines shall
become and remain the property of the World Trade Department.

D. The Equipment Inventory List represents the most accurate and current record of
equipment and systems. The equipment listed in Exhibit A is NOT intended to
represent all equipment and systems covered under this contract. The Contractor
must verify its accuracy with on-site inspections prior to proposal submission.
Those equipment and systems within, or an integral part of the building structure
at the time of submission of the Contractor's bid or offer, but omitted by the
World Trade Department for whatever reasons from the inventory list, shall be
considered to be on the inventory list for the purposes of carrying out the
performance of this contract The Contractor should consider those omitted
items, and their related workload in their proposal. The Contractor accepts the
equipment maintained as is, where is and shall have no claim arising out of the
condition of the equipment at the time it is turned over to the Contractor for
maintenance.

E. All preventive maintenance scheduled for each month must be completed during
that month. Requests by the Contractor for deviations from the approved schedule
must be submitted with appropriate justification to the Manager for approval. If
approval is not granted, no deviation will be accepted and deductions may be
taken.

-21 -
May 3, 1999
£ The Port Authority of NY & NJ

3.9 Routine Maintenance — continued

F. Equipment for which scheduled maintenance is to be performed less frequently


than annually, i.e., every three (3) years, every five (5) years, etc., shall be
scheduled and accomplished so that an equal portion of the equipment will be
maintained each year. For example: if the frequency for performing p.m. is every
three (3) years, one-third of the equipment shall be scheduled each year.
However, the preventive maintenance on any piece of equipment with a
preventive maintenance frequency of three or more years, must be performed
within the 3-year base period of this contract Subject to the approval of the
Manager, some such equipment maintenance may be scheduled and accomplished
within one (1) year.

G. Within five (5) calendar days after the end of each month, a monthly computer
generated progress report indicating the preventive maintenance work performed,
including the date the preventative maintenance was performed, on each piece of
equipment shall be submitted to the Manager.

H. Structural Repairs.

i. The Contractor shall provide all labor, equipment and materials necessary to
perform all structural maintenance and repairs (including patching, sealing,
and fireproofing where necessary) to the interior and exterior of the facility
including but not limited to: exterior wall, roofing, flashing, skylights,
chimneys, ventilators (and other items that pierce the roof), gutters,
downspouts, splash blocks, overhangs, windows, doors, sidewalks, driveways,
roads, curbing, parking areas, patios and exterior stairways, ulterior walls,
floor coverings, concrete floors, hardwood flooring, carpeting, ceramic tile,
marble stonework, interior stairways, ceilings and ceiling tile, Venetian blinds
and shades, doors.

ii. The level of maintenance shall assure that the property is free of missing
components or defects that affect the safety, appearance, or intended use of
the facility or would prevent any electrical, mechanical, plumbing, or
structural system from functioning in accordance with the design intent
Corrected or repaired work shall be carried to completion, including touch-up
painting and/or operational checks. The quality of the work and the repaired
areas shall be fully compatible with adjacent surfaces or equipment All
replacements shall match existing conditions in dimensions, materials, and
quality of work, finish, color, or design.

iii. During and at completion of work, debris shall not be allowed to spread into
adjacent areas or accumulate in the work area itself. All such debris, excess
material, and parts shall be cleaned up and removed at the end of each day

-22-
May 3,1999
I The Port Authority of NY & NJ

3.9 Routine Maintenance - continued

while work is in progress and at the completion of the job. Upon completion
of work, any stains, and other unsightly marks shall be removed by the
Contractor.

iv. Wherever the term "appearance" is used in this or subsequent clauses, it shall
be construed to mean an appearance—similar to the original finished
appearance with only minor, unobjectionable deterioration resulting from
normal use.

v. The Contractor shall be responsible for accomplishing structural


repairs/replacements where the cost of labor, equipment and materials is
expected to be $2,000 or less during any billing month. These dollar
thresholds apply to all individual repair jobs or replacements that may be
required. The Contractor shall accomplish such repairs/replacements within 7
calendar days or at the discretion of the Manager. The Contractor shall notify
the Manager at least 72 hours in advance of any work that is to be performed
that would be disruptive to building occupants or interfere with normal
building operations.

vi. Any required repairs shall be immediately reported to the Manager. Work
shall not be performed until the Contractor and the Manager have reached an
agreement on the price to accomplish the project The Manager in the case of
an emergency may waive this requirement The Contractor shall submit to the
Manager a detailed computer generated cost estimate within 24 hours, to
perform the work. This estimate shall include the labor hours and cost by
trade or by the various types of work to be performed on the project and an
itemized listing of the cost of supplies, material and overhead as allowed by
the contract The Contractor shall compute the labor costs using the bid unit
hourly rate for mechanical, electrical and structural repair services specified in
Exhibit E-2. The World Trade Department reserves the right to procure
and/or furnish any or all parts and/or materials required for a particular repair
to the Contractor as World Trade Department furnished property or to have
the required repair performed by any other means deemed to be in the best
interest of the Port Authority of New York and New Jersey.

vii. The Contractor shall maintain in a safe and usable condition, power doors,
revolving doors, sliding or swinging doors. The World Trade Department is
to be notified immediately when any of these items require repairs. Any
repairs to these pieces of equipment must be completed within 24 hours.

-23-
May 3,1999
The Port Authority of NY & NJ

3.9 Routine Maintenance - continued

I. Service Calls.

i. A service call is a report by building occupants, World Trade Department


Personnel, or other interested parties, of a mechanical, electrical, plumbing,
structural malfunction and/or related maintenance problems and the
Contractor's subsequent response to, and correction of the problem, including
any needed maintenance repairs. The Contractor shall develop and implement
a computerized system to receive, record, respond, and track all service calls,
trouble calls, or other operational problems. In responding to any type of
service call, the Contractor shall update the tenants and continue to keep them
informed, either by personal visit or phone call, until the problem has been
corrected. The Contractor must also keep the Manager informed of the status
of all repairs.

ii. The Contractor shall be responsible for the first $2,000 (including labor
materials and equipment) of all service calls, including service calls which
become maintenance repair work and architectural/structural repairs.

iii. The Contractor shall not be required to perform any repairs where the cost is
expected to exceed $25,000. This dollar threshold applies to each individual
repair that may be required.

-24-
May 3,1999
The Port Authority of NY & NJ

3.10 Non-Routine Maintenance

A. Non-Routine repairs are defined as unscheduled work required to prevent a


breakdown of a piece of equipment or system or to put it back in service after a
breakdown or failure. The Contractor shall furnish a comparable piece of
equipment, if available, in the event an item must be replaced up to the amount of
$2,000 but not expected to cost over $25,000. The World Trade Department may
choose to upgrade a piece of equipment if it is in-their best interest (i.e. for energy
conservation). If there is any additional cost associated with the upgrade, this cost
will be incurred by the World Trade Department.

i. Contractor shall be responsible for the first $2,000 (including labor, materials
and equipment) of all non-routine maintenance repairs expected to cost
between $2,000 and $25,000.00. These dollar amounts should apply to each
individual piece of equipment requiring a repair. The Contractor shall
accomplish such repairs within 7 calendar days or at the discretion of the
Manager. The Contractor shall notify the Manager at least 72 hours in
advance of any work that is to be performed that would be disruptive to the
WTC occupants or interfere with normal WTC operations. The Contractor
shall maintain a computerized log of all repairs including man-hours and
material cost. The Contractor must make mis log available to the World
Trade Department at any time.

ii. Any required repairs shall be immediately reported to the Manager. Work
shall not be performed until the Contractor and the Manager have reached an
agreement on the price to accomplish the project; the Manager in the case of
an emergency may waive this requirement The Contractor shall submit to the
Manager, a detailed computer generated cost estimate within 24 hours, to
perform the work. This estimate shall include the labor hours and cost by
trade or by the various types of work to be performed on the project and an
itemized listing of the cost of supplies, materials and overhead as allowed by
the contract The Contractor shall compute the labor costs using the bid unit
Eourly^rate for mechanical, electrical and structural repair services specified in
Exhibit E-3. The Contractor shall be financially responsible for the first
$2,000 for repairs in this category. The World Trade Department reserves the
right to procure and/or furnish any or all parts and/or materials required for a
particular repair to the Contractor as World Trade Department furnished
property or to have the required repair performed by any other means deemed
to be in the best interest of the Port Authority of New York and New Jersey.

-25-
May 3,1999
The Port Authority of NY & NJ

3.10 Non-Routine Maintenance - continued

B. Emergency Response Services

i. Emergency response services consist of immediately responding to requests


for service and not withstanding anything herein, the Contractor will not
receive compensation for emergencies that occur during a shift when the
" Contractor may recruit or divert employees who are already on site. The
Contractor shall be entitled to receive compensation for any emergency
response that clearly requires Contract personnel over and above that on duty.

ii. When emergency response services are provided, the Contractor will be paid
at the hourly rate specified in Exhibit E-3. The Contractor shall submit to the
Manager, a computer generated proposal for the emergency response services,
within a 24 hour period following the incident This proposal is subject to
negotiations. Any incident where the incurred cost exceeds $25,000 will be
negotiated and authorized in writing by the Manager.

iii. The Contractor's unit price for emergency response services shall include the
cost of labor, overhead and profit for the Contractor's in-house employees.
The Contractor shall not be paid for emergency response services for
emergency mechanical, electrical and structural maintenance repairs or other
emergencies for the first $2,000. Should the Manager authorize repairs
exceeding the $2,000 threshold, the Contractor may charge for his in-house
labor at the unit price established for maintenance repairs. It should be noted
that the Contractor shall be paid for only that portion which exceeds the
$2,000 threshold. For any other emergency response service .other than
mechanical, electrical or structural maintenance, the Contractor shall be paid
at the unit price for emergency response services.

C. The World Trade Department reserves the right to procure and/or furnish any or
all parts and/or materials required for a particular repair to the Contractor as
World Trade Department furnished property or to have the repair performed by
any means deemed to be in the best interest of the World Trade Department. If the
Contractor furnishes the parts and/or materials, the price to be paid shall be on the
basis of established catalog or list prices, in effect when material is furnished, less
all applicable discounts, but in no event shall such price be in excess of the
Contractor's sale price to his most favored customers for the same item in like
quantity, or current market price whichever is lower.

D. All orders for non-routine repairs in excess of $2,000 shall be authorized in


writing by the Manager. The authorization will describe the work to be performed
and the total cost of the project.

-26-
May 3,1999
The Port Authority of NY & NJ

3.10 Non-Routine Maintenance — continued

E. The Contractor shall not be required to perform any repairs where the cost is
expected to exceed $25,000. This dollar threshold applies to each individual
repair that may be required.

F. As requested by the Manager, the Contractor may provide cost proposals for
repairs that exceed $25,000.00.

-27-
May 3,1999
The Port Authority of NY & N J

3.11 Contracted Routine Maintenance

A. In addition, to the routine maintenance services provided by the Contractor, the


World Trade Department has identified specialized mechanical, electrical and
structural maintenance services that are routine hi nature and would supplement
the primary routine maintenance services. The Contractor would have the option
of performing these services directly or sub-contracting for the services.
Specifications for the following services are located in Exhibit D.
> HVAC Filter Replacement
> Perimeter Induction Unit Cleaning and Calibration
> Closed and Open System Water Treatment
> Fire Extinguisher Maintenance
> Delta Barrier Maintenance
> Window washing scaffolding maintenance
> Common Area Lighting Maintenance
> Facade Maintenance
> Slurry Wall maintenance
> Common Area Door Maintenance

B. The Contractor shall provide the Manager with copies of any contracts or
subcontracts for the Manager's approval prior to entering into such contract for
providing such services required under this contract which approval shall not
unreasonably be withheld or delayed. This information shall be provided before
the start date of the contract

C. All subcontracts shall be assignable at the Port Authority's option, to the Port
Authority or its nominee.

D. Manager shall have the right to cancel any of the Contracted Routine Maintenance
services at any time during the term of this agreement with 30 days prior notice
and the contract price will be reduced accordingly.

-28-
May 3, 1999
The Port Authority of NY & NJ

3.12 Computerized Maintenance Management System (CMMS)

A. The Contractor shall be responsible for establishing an effective automated


computer system, acceptable to the Manager, for accomplishing routine and non-
routine maintenance, scheduling and tracking, including a backlog listing of work
to be accomplished.

B. The Contractor will maintain a computerized roster of routine for all equipment
and incorporate it into this contract. All such roster of routines shall become and
remain the property of the World Trade Department.

C. The Contractor shall develop and implement a computerized periodic preventive


maintenance program of equipment and systems by dates, equipment and
building, based on the Equipment Inventory List and other information developed
by the Contractor and the World Trade Department The schedule shall state for
each piece of equipment, the date for scheduled maintenance, the equipment
number, and the location of the equipment. All equipment and systems shall be
maintained at an acceptable level, as previously defined; to assure that the WTC is
operated in an efficient manner. The Preventative Maintenance program shall
include, but shall not be limited to: periodic inspection, testing, cleaning,
lubrication, adjustment, filter cleaning and replacement, and necessary parts and
repairs to keep the equipment and systems in optimum operating condition.

D. Reports:

i. Within the first year of the contract, the Manager will determine the standard
report package that will be provided to the Manager within 5 days after the .
end of each month by the Contractor. This standard report package can be
modified from time to time as determined by the Manager.

ii. The Manager may request additional reports from the Contractor at no
additional cost to the PA.

E. Training:

i. The Contractor shall provide training as necessary to the PA personal that


would enable the PA personal to utilize the CMMS in the administration of
this contract

F. Licensing:

i. The Contractor shall provide a licensing agreement to the PA that would


enable the Manager to utilize the CMMS upon expiration of this contract, and
would transfer ownership of all data related to the operation at the WTC to
the Manager after expiration of this contract

-29-
May 3,1999 c
3.12 Computerized Maintenance Management System (CMMS)

G. Security of the Data:


i. The Contractor shall provide a written statement and/or procedure how the
Contractor will maintain the security of the data within the CMMS.

-30-
May 3,1999
The Port Authority of NY & N J

3.13 Customer Care Center

A. The Contractor shall provide a single, centralized computer generated mechanism


through which all WTC maintenance activities and other services can be fully
integrated. The service shall be available for use by the WTC tenants and the
World Trade Department at such times to be determined by the Manager.

B. Establish computer generated mechanisms to track and measure service volume


and performance.

C. Service call log. The Contractor shall maintain a computerized service call log in
sufficient detail to enable the Manager to determine whether services are
completed in accordance with the terms of the contract The service call log shall
be available for inspection by the Manager at any time.

D. Service call report Within five (5) calendar days of the end of each month, the
Contractor shall submit a computer generated report to the Manager totaling each
service call performed during that month. This report must indicate the date, the
room number, the contact person, telephone number, problem, corrective action
and worker who corrected the problem.

E. Quality Assurance (Q A) Program.


The Contractor shall establish a complete QA program to assure the requirements
of the contract are provided as specified and complies with the ISO 9002 standard
promulgated to manage quality. The Quality Assurance Program will be
reviewed approximately every six (6) months. Adjustments will be made
accordingly as designated by the Manager. Within ten (10) calendar days prior to
the starting date of the contract, the Contractor shall submit a copy of his program
to the Manager. The program shall include, but not be limited to the following:

i. An inspection system covering all the services described in the contract A


checklist used in inspecting contract performance during regularly scheduled
or unscheduled inspections, the name(s) of the individual(s) who will perform
the inspection.

ii. The inspection checklist shall include every area of the Contractor's
operation, as well as every task required to be performed. This will include
the name of the person performing the inspection.

iii. A system for identifying and correcting deficiencies in the quality of services
before the level of performance becomes unacceptable and/or the World Trade
Department inspectors point out the deficiencies.

iv. A file of all inspections conducted by the Contractor and the corrective action
taken. This documentation shall be made available to the World Trade
Department at any time during the term of the contract.
-31-
May 3,1999 c
The Port Authority of NY & NJ

3.14 Labor Staffing

A. The Contractor shall have in its employ at all times a sufficient number of capable
and qualified employees to enable it to properly, adequately, and safely,
economically manage, operate and maintain the facility. All matters pertaining to
the employment, supervision, compensation, promotion, and discharge of such
employees are the responsibility of the Contractor, who is in all respects the
employer of such employees and shall maintain labor harmony within the WTC
with such employees. The Contractor shall subcontract or use his own employees
trained and experienced, to maintain specialized equipment such as: Stentafon,
window washing - equipment, high voltage electrical distribution systems and
slurry wall. The Contractor's employees must also be thoroughly familiar with all
Federal, State and local laws and regulations applicable to this facility, (i.e.,
Asbestos regulations, CFC Regulations, etc.) The Manager may require removal
of any employee from the facility at any time for any reason which includes an
employee who is identified as a potential threat to the health, safety, security,
general well being or operational mission of the facility and its population to the
extent permitted by law. Unsatisfactory performance will also be considered
grounds for removal.

B. Qualifications of Mechanics: In the absence of any licensing requirement by State


and local jurisdictions, the Contractor shall certify, in writing, to the Manager,
that the mechanical, electrical and structural personnel involved in the
performance of this contract are competent - (journeyman level). Typically this
relates to 3 to 5 years of job training or the completion of an industry accepted
apprenticeship program. Employees whose experience is less than this will be
considered apprentices or helpers and not journeyman.

C. Workmanship: Contractor shall perform the Services such that the WTC be
maintained in a manner at least equivalent to that of other first-class New York
City office buildings. All employees shall be mentally and physically competent
to perform the services required. Contractor all times will enforce strict discipline
and good order among its employees and all sub-contractors.

D. Administration/Clerical Staffing: Contractor shall have at all times a sufficient


number of capable and qualified staff to provide administrative and clerical
services required .to implement this contract These administrative and clerical
employees shall be computer literate hi common business applications such as
Microsoft Office.

-32-
May 3,1999
The Port Authority of NY & NJ

3.15 Management and Supervision

A. Supervision

i. The Contractor will ensure that all work required by this contract is
satisfactorily supervised. The Contractor shall provide sufficient supervision
as is essential to carry out all the terms and conditions of this contract The
Contractor's hourly and supervisory employees must be able to read, write,
and speak English. No World Trade Department employees are authorized to
exercise either direct or indirect supervision over the Contractor's employees.
The Contractor must supply all of its employees with portable radios so these
employees can effectively communicate with each other and may be easily
reached in the event of an emergency. The Contractor shall also provide at
least one of these radios to the Manager who may also be required to reach the
Contractor personnel. These radios will be returned to the Contractor upon
the completion or termination of the contract

ii. Contact After Normal Hours. The Contractor shall supply beepers to all of its
supervisory employees. The Contractor shall, not later than 5- calendar days
before the effective date of the contract, provide the Manager with telephone
and beeper numbers which the World Trade Department may use at any time
to directly contact the Contractor, Project Manager and all other supervisory
employees. The Contractor will immediately notify the Manager of any
change in these numbers.

iii. Project Manager. A "project manager" is a Corporate Representative


designated in writing by the Contractor who has full authority to act for the
Contractor during the term of the contract and who is authorized to accept
inspection reports and all other correspondence on behalf of the Contractor.
No later than five (5) calendar days after "Notice To Proceed," the Contractor
shall designate a project manager-NOTE: The Contractor shall have a
minimum of one individual during normal business hours (6:00 AM TO 6:00
PM) who has full authority to act on behalf of the Contractor.

iv. Qualifications of Supervisory Employees. All supervisory personnel should


possess at least 2 years of recent (within the past 5 years) experience in
directing personnel responsible for accomplishment of operation and
maintenance work in buildings of the approximate size and characteristics of
the buildings to be operated and maintained under this contract A detailed
resume containing the information specified below must be submitted to the
Manager for approval prior to the assignment of any supervisors to the
contract. These qualification standards apply to both new and replacement
supervisory personnel. In addition, one or more of the Contractor's
supervising personnel shall be responsible for all Health and Safety
requirements including but not limited to OSHA identified competent person.

-33-
May 3, 1999 c
• The Port Authority of NY & NJ

3.15 Management and Supervision - continued

The Contractor shall submit to the Manager the following:

a. The full names of the proposed supervisors.


b. Detailed descriptions of the previous 5 years employment histories of the
proposed supervisors.
c. The name and address of the companies for whom the proposed
supervisors worked for the past 5 years, along with the names and
telephone numbers of immediate supervisors.

'hi
M

-34-
May 3,1999
The Port Authority of NY & NJ

3.16 Communication Systems

A. The Contractor's personnel shall be assigned two-way radios, provided by the


Contractor and approved by the P.A., while working at the WTC to effect
immediate response. All apparatus shall be compatible with standard equipment
used at the WTC and programmed to interface communications as follows:

Transmit Receive Private


Frequency Frequency Line

473.5625 470.5625 141.3/4A

473.5875 470.5875 156.7/5 A

473.6125 470.6125 127.3/3A

458.650 453.650 156.7/5 A

458.375 453.375 110.9/2Z

All radios must have tone identification capability. All radios must transmit and
receive frequencies in megahertz. Motorola MT 1000 or MT 2000 radios meet
the above requirements.

-35-
May 3, 1999
Contractor shall furnish all supplies, materials and equipment nece sary for
onnance of the work required by this contract, unless otherwise specified
ill be available to the Contractor to order supplies at
Any materials purchased from the PA stock room
will be deducted from the contractor's monthly billing.

heater elements ballasts, toilets, sinks, motors, valves, filters, hardware such as
^otS washers, nuts, bolts, screws, gaskets etc., faucet ^washe* packing,
dope toilet seats, parts for soap dispensers, flush-o-meters, parts for flush
for toilet and hand towel dispensers door te*^ "£« *les'
wire/cable, conduit, switches, sprinkler and smoke heads.

C The Contractor shall arrange for the installation, at his own expense, of a private
" phone system for his use in making calls outside the building.

maintenance of the WTC.


F At the expiration or termination of the contract all equipment furnished and
byTcontractor to the building equipment and systems shaU reman,
the property of the World Trade Department provuied tte contractor
cSXice with the provisions of this contract This excludes
administrative equipment and computerized maintenance
Contractor's Customer Care Center, software, hardware,
trade fixtures, tools, furnishings and communications
equipment

U
i!
-36-
May 3, 1999
The Port Authority of NY & NJ

3.18 Space and Supportiug Facilities

A. World Trade Department property shall remain the property of the World Trade
Department in all respects. Within ten (10) working days, upon request of the
Manager, the Contractor shall render and submit to the Manager for confirmation,
an accounting of all World Trade Department property. An accounting shall also
be submitted at the termination or expiration of the contract period

B. The Contractor shall take all reasonable precautions, as directed by the World
Trade Department, or in the absence of such direction, in accordance with sound
industrial practices, to safeguard and protect all World Trade Department
property. The Contractor shall be responsible for maintaining, repairing, and
replacing tools and repair/maintenance equipment if damaged as well as returning
all World Trade Department furnished property in the condition to which it was
given to the Contractor.

C. World Trade Department property shall be used only in direct operations of


providing contract services to the WTC, and shall not be used for any personal
advantage, business gain, or other personal endeavor by the Contractor or his
employees.

D. The following items will be furnished by the World Trade Department:

i. The World Trade Department will furnish all utilities, including fuel oil for all
emergency generators. (NOTE: it is the responsibility of the Contractor to
advise the Manager when a fuel delivery is required. Such notice must be
given sufficiently in advance as to preclude a lack of fuel, or the fuel oil level
becoming so low as to possibly incur contamination of remaining fuel.)

ii. The World Trade Department will furnish space within the WTC
commensurate with the Contractor's personnel complement and operational
requirements, including locker rooms. Any equipment, such as clothes
lockers, tables, benches, chairs, etc., made available by the World Trade
Center for Contractor's use must be kept neat and clean and must be returned
to the World Trade Department at the expiration of the contract in reasonably
the same condition as it was at the time of entering into the contract. A World
Trade Department representative will inspect all Contractor space at least once
per month to ensure the Contractor is maintaining the space in accordance
with the standards set forth in this specification.

iii. Compliance with the Occupational Safety and Health Act and other applicable
laws and regulations for the protection of employees is exclusively the
obligation of the Contractor. The World Trade Department will assume no
liability or responsibility for the Contractor's compliance or non-compliance
with such requirements.

-37-
May 3, 1999 c
The Port Authority of NY & NJ

3.18 Space and Supporting Facilities - continued

iv. Space in the WTC will be assigned to the Contractor for the storage of an
inventory of bulk supplies, replacement parts, and any equipment that he will
use in the performance of work under that contract The Contractor shall
maintain this space in a neat and orderly condition. The World Trade
Department will not be responsible in any way for damage or loss to the
Contractor's stored "supplies, materials, replacement parts, or equipment,
except to the extent caused by negligence or willful misconduct of the World
Trade Department, it's agents, or employees. A World Trade Department
representative may inspect the Contractor's assigned spaces at any time
without prior notice.

v. Prior to any modification of the storage, office or locker space facilities


assigned to the Contractor, the Contractor must provide all documentation
including estimated cost, if any describing in detail the modification
requested. No alterations to such facilities shall be made without specific
written permission from the Manager or representative; however, in the case
of alterations for OSHA compliance, such permission shall not be
unreasonably withheld. The Contractor shall return such facilities to the
World Trade Department in the same condition as received, fair wear and tear
and approved modifications excepted. These facilities shall be used in the
performance of this contract only.

vi. The World Trade Department shall provide the Contractor with sufficient
storage area within the WTC before the start date of the contract.

vii. Applicable Publications — World Trade Department publications and available


drawings applicable to this Contract as listed on Exhibit F. The Contractor is
obligated to follow these publications to the extent (a specific procedure in a
paragraph, section, chapter or volume) outlined under this Contract The
Contractor shall be guided by those publications to the extent necessary to
accomplish requirements under this contract The World Trade Department
shall provide all publications listed at the start of the contract Supplements or
amendments to listed publications from any organizational level may be
issued during the life of the Contract The Contractor shall immediately
implement those changes in publications, which result in a decrease, or no
change in the Contractors cost of performance. Prior to implementing any
revision, supplement, or amendment that will result in an increase in
Contractors cost of performance, the Contractor shall submit to the Manager a
price proposal and obtain direction when to implement the new requirements.
Said price proposal shall be submitted within 7 calendar days from the date
the Contractor receives notice of the revision, supplement, or amendment
giving rise to the increase in cost of performance. Changes in

-38-
May 3,1999
UsSSggg The Port Authority of NY & NJ

3.18 Space and Supporting Facilities - continued

the contract price due to supplements and amendments shall be considered


under the "changes" clause. Failure of the Contractor to submit a price
proposal within 7 calendar days from the date of receipt of any change shall
entitle the World Trade Department to performance in accordance with such
change at no increase in contract price or at a decrease to be determined by the
Manager. It is the Contractor's responsibility to ensure that all publications
are posted and up-to-date. Upon completion of the contract, the Contractor
shall return all issued publication to the World Trade Department

-39-
May 3, 1999
The Port Authority of NY & NJ

3.19 Uniforms

The Contractor shall supply and require all employees, including supervisors, to wear,
neat and clean distinctive uniform clothing for ready identification, and assure that
every employee is in uniform no later than the date specified by the Manager or
otherwise, no later than fourteen (14) calendar days from the date an employee first
enters on duty. The uniform shall have badges and/or monograms easily identifiable,
affixed thereon, in a permanent manner with Contractor name and trade designations
and the insignia of the WTC to be approved by the World Trade Department. Color or
color combination, as appropriate for distinction between supervisory personnel and
trades will be used for the uniforms, and approved by the World Trade Department.
The World Trade Department shall not be responsible in any way for Contractor
furnished uniforms. Any contract employee not wearing the proper attire is subject to
removal from the facility.

-40-
May 3, 1999
The Port Authority of NY & NJ

3.20 Keys and Electronic Access Cards

A. Contractor's employees, while in the WTC, shall wear an identification badge


prominently displayed furnished by the World Trade Department. The World
Trade Department shall have the right to periodically verify the badges of each
employee of Contractor with respective personnel records submitted by the
Contractor. Any Contractor's employee not having an identification badge shall
have to leave the WTC immediately upon the request of the World Trade
Department

B. The Contractor shall procure keys and access key cards for the performance of the
Services by submitting a request to the World Trade Department The Worid
Trade Department may, at any time, hold the Contractor accountable for keys and
access key cards assigned to the Contractor during the term of this Agreement. In
addition, the Contractor shall not duplicate or attempt to duplicate keys or access
key cards that are issued by the World Trade Department and any such
duplication or attempt to duplicate shall be cause for termination of this
Agreement by the World Trade Department without prior notice to the Contractor.

C. Keys and access key cards issued to the Contractor shall remain in the Building at
all times by checking in and out from the Contractor's supervisor. The
Contractors employees are not to use these keys or access cards to open an office
for any other person or open the door while in the office to admit any person even
if recognized as a tenant of the area. Failure to comply shall result in the
Contractor's removal of the employee from the WTC.

D. At any time, The World Trade Department may direct the Contractor to surrender,
on demand, all keys and access key cards issued to the Contractor for access to
specific work areas. The Contractor shall maintain and supply the World Trade
Department with a current list of employees possessing or having been issued one
or more keys or access key cards to the WTC.

E. The Contractor shall be liable to the World Trade Department for all damages,
including, without limitation, consequential damages arising as a result of failure
by the Contractor or any of the Contractor's employees to return any of the keys
or key cards to the World Trade Department or from the existence of any
duplicate keys or key cards caused by negligence, misconduct or other fault of
Contractor, it's employees and agents. To the extents set forth above, the
Contractor shall be responsible for all costs incurred as a result of lost keys or key
cards of the Contractor's employees.

F. Upon completion of all daily work, the Contractor shall make certain that all
lights and water taps have been turned off and doors have been closed and locked
except as otherwise directed by the World Trade Department. Light switches not
working, lights out, loose ceiling title, frayed carpet, leaking facets or hazardous

-41 -
May 3,1999 c
! The Port Authority of NY & NJ

3.20 Keys and Electronic Access Cards — continued

the World Trade Department immediately.

G. The Contractor's employees will observe the World Trade Department's rules and
regulations currently in effect and any reasonable changes which may be required
in the future.

-42-
- May 3, 1999
The Port Authority of NY & K J

3.21 Insurance

Insurance Procured by Contractor

The Contractor shall take out, maintain, and pay the premiums on Commercial General
Liability Insurance, including but not limited to premises-operations, products-completed
operations, broad form property damage and independent Contractors coverage, with a
contractual liability endorsement covering the obligations assumed by the Contractor
under this Contract and Automobile Liability Insurance covering owned, non-owned and
hired vehicles in the following limits:

Commercial General Liability Insurance - $10 million combined single limit per
occurrence for bodily injury and property damage liability.

Automobile Liability Insurance - $1 million combined single limit per accident


for bodily injury and property damage liability.

In addition, the foregoing liability policy(ies) shall name The Port Authority of New
York and New Jersey as additional insured and the Commercial General Liability Policy
shall include premises-operations, products-completed operations, broad form property
damage and independent Contractors coverage. Moreover, the Commercial General
Liability Policy shall not contain any provisions for exclusions from liability other than
provisions for exclusions from liability forming part of the standard, basic unammended
and unendorsed Commercial General Liability Policy and except as otherwise provided
herein, the liability policy(ies) and certificate of insurance shall contain a cross-liability
endorsement.

The certificate of insurance and policy(ies) shall contain the following wording for the
above liability coverage:

Further, unless otherwise agreecTby the Authority, the liability policy shall be specifically
endorsed, to prohibit the insurance carrier from raising any defense involving in any way
jurisdiction of the Tribunal, immunity of the Authority, governmental nature of the
Authority or the provisions of any statutes respecting suits against the Authority without
obtaining written express advance permission from the General Counsel of the Authority.

The Contractor shall also take out, maintain, and pay the premiums on Workers'
Compensation Insurance in accordance with the requirements of law in the state(s) where
the work will take place.

If the Contractor uses watercraft to perform work under this agreement, the Contractor
must have the watercraft exclusion deleted from the Commercial General Liability Policy
as required above.

-43-
May 3,1999
The Port Authority of NY & NJ

3.22 Insurance — continued

Each policy above shall contain a provision that the policy may not be cancelled,
terminated, modified without thirty (30) days written notice to the Port Authority of New
York and New Jersey, General Manager, Risk Management at the address below.

The Port Authority may at any time during the term of this agreement change or modify
the types of insurance and limits of coverage of insurance and any additional cost to be
amended subject to the agreement of the parties.

Within five (5) days after the receipt of the acceptance of the Contractor's proposal, the
Contractor must submit an original Certificate of Insurance to the Port Authority of New
York and New Jersey, General Manager, Risk Management 64 N, 1 WTC, New York,
NY 10048 (Attention: Contract Certificate Review) and a copy of the certificate to the
Engineer, at the location where the work will take place. This certificate of insurance
shall show evidence of the above insurance policy(ies), staring the contract number.
Upon request, the Contractor shall furnish to the General Manger, Risk Management, a
certified copy of each policy. Premium information may be redacted, however, proof of
premium payment shall be furnished if requested.

The certificates) of insurance must be approved by the General Manager, Risk


Management, before any work can begin at the construction site. To expedite the review
of the certificates) of insurance, they may be faxed to the General Manager, Risk
Management at 212-435-5599. However, original certificates of insurance must be
submitted in accordance with the aforementioned paragraph.

If at any time the above liability insurance should be cancelled, terminated, or modified
so that the insurance is not in effect as above required, then, if the Engineer shall so
direct, the Contractor shall suspend performance of the contract at the construction site.
If the contract is so suspended, no extension of time shall be due on account thereof. If
the Contract is not suspended (whether or not because of omission of the Manager to
order suspension), then the Authority may, at its option, obtain insurance affording
coverage equal to the above required, the cost of such insurance to be payable by the
Contractor to the Authority.

-44-
May 3, 1999
ADDENDUM TO SECTION III -
SPECIFICATION - SCOPE OF WORK

Section III, SPECIFICATION - SCOPE OF WORK, is hereby modified as follows:

1. On page 37, in Section 3.18 B, the final two lines are modified to read as follows: "all World
Trade Department furnished personal property in the nature of tools and repair/maintenance
equipment in the condition to which it was given to the Contractor."

2. On page 41, in Section 3.20 E, in the fifth line, the following is inserted after "cards": "but
only to the extent any of the foregoing are".

3. On page 44:

a) The Section designation is changed to "3.21 Insurance-Continued".

b) In the second paragraph on the page, the final two lines are modified to read as follows:
"the types of insurance and limits of coverage of insurance and the Port Authority shall
pay the Contractor any additional cost as a result thereof, to be subject to the agreement of
the parties."
CONSOLIDATED MAINTENANCE CONTRACT FOR

THE WORLD TRADE CENTER

EXECUTIVE SUMMARY

INTRODUCTION

PURPOSE:

The purpose of this contract is to consolidate mechanical, electrical, and general


maintenance services into a single performance contract. Together with the Port
Authority of New York & New Jersey, ABM Engineering shares the following goals and
commits to their achievement:

4 We will improve the overall quality of the facility through better and consistent
maintenance and timely repairs, thereby increasing daily system performance and
extending equipment life.

4 We will significantly improve the operations and maintenance delivery organization


through better management and training.

4 We will assure accountability and proof of performance in a manner that makes


every activity trackable, traceable, and measurable.

4 We will improve tenant satisfaction with the facility and with facility services. We
will survey the tenant population as we start and at regular intervals thereafter.

4 We will reduce current maintenance costs substantially.

APPROACH:

Our approach to achieving these shared business goals is as follows:

4 We will provide a state of the art Computerized Maintenance Management System


and Service Center for the tracking of all service activities, maintenance activities,
dispatching, staff tracking, cost tracking, and customer satisfaction activities.

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract The World Trade Center
* We will provide a new Site Management Team consisting of multidisciplinary
individuals, some of whom have World Trade Center experience, and some of
whom come from other prestigious commercial properties in New York City. Team
members will have well defined responsibilities with regard to managing staff,
quality, safety, and customer satisfaction.

4 We propose to operate under a performance basedrontract arrangement where


we will be responsible and highly accountable for building operation and
maintenance activities. We will perform all required tasks in a manner that permits
the efficient and flexible utilization of manpower under our control. In doing so,
we will accept the financial risks and rewards associated with performance
contracting and performance auditing.

4 In an atmosphere of continuous improvement, governed by the International


Quality Standard call ISO 9002, we will emphasize best commercial practices in all
areas of operations and maintenance.

BENEFITS:

The benefits of our approach to the World Trade Center are as follows:

* We will operate on an "open book" basis with regard to activity management,


which will permit ABM management and World Trade Center management to track
performance and assure that maintenance is being performed.

4 Improved performance will be real and measurable.

4 By our accepting the financial risks associated with maintenance, risks to the World
Trade Center will be reduced. Your satisfaction with the ABM work force will be
significantly improved as will the satisfaction of the tenants.

4 Together, we will convert World Trade Center operations and maintenance


management from an institutional philosophy to a commercial philosophy, thereby
enhancing reputation and cost structure.

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract 3 The World Trade Center
THE PERFORMANCE BASED CONTRACT

The key elements in achieving the previously described shared business goals are
simplicity in delivery, and a high level of performance accountability. Therefore, we
believe that the base building crew, supplemented as necessary by ABM, should be
responsible for Tours and Watches, PM and Incidental Maintenance and Repairs.
Tours and Watches, and PM will be performed as pre-planned activities dictated by
good practice as specified in the Roster of Routines. Incidental maintenance and
\s will be those activities that can be performed in under two hours and require a
! simple solution. These activities will likely be encountered during normal rounds and
PM performance or may result from service calls. A more detailed list of such services
is provided in the body of the proposal. In accordance with typical commercial
practices, this simple maintenance will be performed by the workforce during its
normal travels through the facility. While larger work will be recorded through the
Service Center, the goal is to minimize the paperwork associated with creating Work
Orders and eliminate authorization requests for simple maintenance tasks. This is in
line with our goal to streamline processes and eliminate tasks that add costs
associated with bureaucracy. This will provide a better maintained facility, a better
managed facility and a more accountable and responsible workforce. We fully expect
to instill the value of "ownership" in the workforce, whereby our craft people take
ownership of the work that they do and the facility that they maintain.

We also intend to perform regular "rehabilitative" maintenance to all common spaces


on multi-tenant floors on an annual basis in addition to responding to regular service
calls. A team of Carpenters, Maintenance Mechanics and Electricians will rehabilitate
floors, walls, ceiling, mechanical, electrical, plumbing, and restroom appurtenances in
all small spaces. This work will begin immediately upon award.

In accordance with your request, non-routine and emergency maintenance will be


performed on a time and material or lump sum basis as authorized by World Trade
Center management. Estimates, costs, cost center allocations and authorization
information will be monitored via the Service Center,

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract 10 The World Trade Center
( Engineering TOE POCT JUmumfTT
SetVK5es

. We propose that all mechanical and electrical non-routine maintenance, repairs and
emergency maintenance, ABM will absorb the first $20,000 of aggregate cost during
each month until December 31, 2000. This $20,000 (deductible) can be allocated
throughout the facility to cost centers as World Trade Center management sees fit.
This deductible will be applicable for each month individually and will not be
extendable or transferable to prior or subsequent months' activities. We believe that
the inclusion of incidental maintenance with Tours and Watches and PM, together with
the $20,000 deductible or aggregate non-routine and emergency maintenance work,
provide the World Trade Center with significant flexibility and economic benefit in
utilizing the ABM resource efficiently. From January 1, 2001 there will be a $2,000
deductible per non-routine work order with no cap on the total dollar value or
frequency of said work.

We propose that during the initial term of this agreement that all non-routine
maintenance performed by the general maintenance staff up to 616 straight time man
hours per month are included in the contract. Any overtime performed by the general
maintenance staff will be applied to the deductible at the multiplied rate of 1.5%.

CONTRACTED ROUTINE MAINTENANCE

Under this contract, ABM will take full responsibility for the performance of contracted
routine maintenance, otherwise known aswbolt-on" services. These services are as
follows:
4 Rlter Maintenance
4 Induction Units
4 Water Treatment
4 Fire Extinguishers
4 lighting Maintenance
4 Facade Maintenance
4 Slurry Wall Maintenance
4 Public Door Maintenance
4 Delta Barrier Maintenance
4 High Tension Electrical Maintenance
4 Electrical System Thermography
4 Roof Rig Maintenance
4 Tank Maintenance

Cost associated with contracted routine maintenance are presented in the cost
summary portion of the Executive Summary. Detailed scope descriptions, cost
breakdowns and proposed vendors are included in the body of the proposal.

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract 1]L The World Trade Center
In summary, ISO 9002 requires that we say what we will do, that we do what we say,
"then audit the documentation to verify that this is so. This documentation, in ISO
jargon is called "objective evidence." To make this so, all requirements and actions
must be measurable, trackable and traceable.

The ingredients of ISO 9002 are as follows:

4 Management responsibility (policies, resources)


4 A quality system (or means of continuous improvement)
4 Contract Reviews (do we, you and the tenants agree on expectations)
4 Documentation and data management processes (all services)
4 Purchasing control
4 Product identification and traceability (what was done and when)
4 Well defined process and controls
4 Inspection and testing procedures
4 Management of non-conformances
4 Corrective and preventive action procedures
4 Internal audits and training

The above mentioned processes and procedures must all be documented and will
govern our operations at the World Trade Center. The primary tool for the
recordkeeping associated with ttiese processes is the CM MS and Service Desk in
combination. ISO 9002 is a management tool to ensure organization, focus and
accountability. It is the type of tool that provides results where you need it. More
importantly, it requires that ABM engage the services of an independent 3rd party
auditor, whose job it is to audit processes and performance to ensure that services are
provided in accordance with our obligations.

Daily reviews by management and field supervisors will be performed to the extent
defined in our Quality Manual, dose out of Work Orders will not occur until this
inspection is performed. Customized management reports will be developed jointly
between ABM and World Trade Center facility managers to monitor and assure the
performance of all promised work. Again, the CMMS/Service Center combination will
provide the engine for creating these reports.

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract 13 The World Trade Center
QUALITY ASSURANCE

ISO 9002 is a standard promulgated by the International Standards Organization to


manage quality. ABM Engineering is currently undergoing ISO 9002 certification for
all of its sites. The World Trade Center will become certified as well.

In summary, ISO 9002 requires that we say what we will do, that we do what we say,
then audit the documentation to verify that this is so. This documentation, in ISO
jargon is called "objective evidence." To make this so, all requirements and actions
must be measurable, trackable and traceable.

The ingredients of ISO 9002 are as follows:

4 Management responsibility (policies, resources)


4 A quality system (or means of continuous improvement)
4 Contract Reviews (do we, you and the tenants agree on expectations)
4 Documentation and data management processes (all services)
4 Purchasing control
4 Product identification and traceability (what was done and when)
4 Well defined process and controls
4 Inspection and testing procedures
4 Management of non-conformances
4 Corrective and preventive action procedures
4 Internal audits and training

The above mentioned processes and procedures must all be documented and will govern
our operations at the World Trade Center. The primary tool for the recordkeeping
associated with these processes is the CMMS and Service Desk in combination. ISO 9002
is a management tool to ensure organization, focus and accountability. It is the type of
tool that provides results where you need it More importantly, it requires that ABM
engage the services of an independent 3rd party auditor, whose job it is to audit processes
and performance to ensure that services are provided in accordance with our obligations.
I
I. I
Daily reviews by management and field supervisors will be performed to the extent
" ' defined in our Quality Manual. Close out of Work Orders will not occur until this
I' inspection is performed. Customized management reports will be developed jointly
"_ between ABM and World Trade Center facility managers to monitor and assure the
I! i performance of all promised work. Again, the CMMS/Service Center combination will
Ii " provide the engine for creating these reports.

«!
The Port Authority of New York & New Jersey May 24,1999
H Consolidated Maintenance Contract Oy, The World Trade Center
Engineering nc POfCTJUfTMOfaTY
Services

Certification Process —World Trade Center Site

The following list of activities are required at the World Trade Center. They are as follows:

Management Training
Site Orientation
Self-Readiness Questionnaire
Account Obligation Form
Quality & General Procedure Manual
Internal Audit - ABM Corporate to review site.
External Audits - 3rd Party Organization to audit ABM site activities every 3 years.

The ABM Engineering Company expects to become ISO 9002 registered when so
designated by an outside registrar as early as July, 1999. The World Trade Center will be
set up in accordance with ISO 9002 requirements immediately as we convert to our new
contractual arrangement. At that time the World Trade Center will be considered ISO
9002 compliant Technically, however, the certification or registration is not official until
the outside auditor designates the entire company as compliant. We will put the World
Trade Center on the list for external audit in December.

A copy of our Quality Policy follows as well as a copy of our Regional Office Quality and
General Procedures Manual Table of Contents. A controlled copy of your site-based
manual will be kept in the ABM office.

Information Systems

We are currently instituting a nationwide data network based upon '"thin-client" technology
which will permit communication of Best Practices among our sites. We have only begun
to realize the scope of the opportunity.

MANAGEMENT REVIEW:

At the end of each day, week, month, or on demand at any time, management can
review ABM's progress and activity with respect to the following:

* All Service Desk activity (transactions, calls in, calls out, calls by location, calls
by cost center, calls by problem type, etc.)
4 Distribution and dose out of all work orders (PM and Service)
4 Quality Assurance (inspection results)
4 Non-Conformances and Exception Reports (work behind schedule, work
postponed, work in excess of time allotted, productivity problems, etc.)

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract 25 The World Trade Center
Engineering ^^1^: TOE«Wr«mPHO«Tr

+ Customer satisfaction data (on time, on budget, attitude and perception


surveys)

Our CMMS and Service Center will be serviced by a staff that is highly trained in
customer service. We will also provide a Database Administrator to handle the large
quantity of data necessary to continually improve quality.

In summary, the CMMS is the central tool that will make the "performance" part of ttie
performance contract work. It consists of new people, new processes and new
systems. It represents an area for the World Trade Center to grow with respect to
adding functions, other contractors, and new service enhancements over the years.

In addition to the above, our supervision staff will do the following:

• Inspect the Craft daily for appearance


« Evaluate Craft quarterly
• All supervision staff to be evaluated quarterly by management

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract 26 The World Trade Center
|BK|5«5^ fln8
Services
ncHMTMnvfORnr

CUSTOMER SATISFACTION PROGRAM

ABM Engineering is committed to develop a Customer Satisfaction Survey Program as part


of our Quality Assurance and Continuous Improvement efforts. Its primary initial elements
are as follows:

« Distribute survey questionnaire.


4 Collect, compile all data.
4 Share report with Port Authority of New York & New Jersey Management.
4 Provide feedback of positive and negative results to employees.
4 Action Plan implementation to increase satisfaction.

We plan to take a survey soon after the inception of this contract, additionally we will
repeat annually and will coordinate with World Trade Department.

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract 27 The w°rld Trade Center
SAFETY AND SAFETY TRAINING
ABM will audit our current situation and establish a Safety Program to assure compliance
with federal and state Occupational Safety and Health codes and regulations pertinent to
workplace safety. On-site personnel will be instructed in hazard recognition and the
practices available to avoid injuries and illnesses. This program shall:

* Be prepared in accordance with World Trade Center/Port Authority of New York & New
Jersey Policies and Procedures.
4 Address applicable public safety, workplace safety, fire prevention, health safeguards
and environmental issues.
4 Assure that work performed conforms to ABM requirements and governmental
regulations.
4 Provide accident prevention guidance to on-site staff.
4 Use established procedures for investigating, reporting and analyzing accidents.
4 Offer specialized safety training.
4 Meet applicable OSHA standards where applicable.

Typical areas to be covered include:

1. CONFINED SPACE

4 Planning sessions by qualified person


4 Testing the atmosphere
j 4 Ventilation
\\ 4 Training the personnel
t
jj 4 Lockout /tagout
f" ' 4 Standby people / communication
* . 4 Qualified person
t' 4 How hazards occur
t
i\ Confined space entry permit
t 4 Implement the WTC program
I
The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract 28 The World Trade Center
2. ASBESTOSO&M

* //ai/e in place the required training by OSHA and N. Y.5. Dept of Labor.
4 To include the medical surveillance program
4 All documentation and record keeping.
3. LOCKOUT / TAGOUT

4 OSHA regulated Lockout/Tagout energy control procedures for the control of


hazardous energy.

4. MATERIALS HANDLING / HAZARD COMMUNICATION PROGRAM

4 ABM has a policy in place to comply with the OSHA Hazard Communication
Standard, 29CFR 1910.1200.

4 AH workers will receive training which will inform them of the known hazards of the
chemicals known to be present in their work areas to which they are or may be
exposed to during their normal duties or in foreseeable emergency situations.

4 This policy requires that all employees have access to all material safety data sheets
for hazardous chemicals to which they are exposed.

4 Train employees as to the proper methods available for the handling of heavy
objects.

5. ABM SAFETY INCENTIVE PROGRAM

4 Goaf: to achieve an injury free workplace.

4 Each site will have a goal of zero accidents during the stated time period.

6. BLOODBORNE PATHOGENS

7. PPE (Personal Protective Equipment)

ABM has prepared a Generalized Safety Communications Program (copy attached)


for monthly job site refresher meetings. This program will be incorporated into the
World Trade Center program as a supplement.

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract 2g Tne World Trade Center
Engineering iHEMMITMfT

„, - PERSONNEL TRAINING PROGRAM


in
- Employee training is a continual program with ABM Engineering Services. The World
i! Trade Center will be no exception.
If
|(i| ABM Engineering Services has a full time National Training and Safety Coordinator and a
full time Regional Training Director.
•i»"
M On-site training programs will be set up to meet the specific -needs of the World Trade
Center. The training program will be directed by our Site Program Manager, Mr. Larry
Spahn, with the assistance of the Training Director. They will structure the on-site training
program in conjunction with our Branch Manager, Jim Minto.
.„,, Responsibilities
The training responsibilities of ABM Engineering Services will include:
: it i 4 The establishment of a weekly training session, at which time specific equipment,
,„ , systems, or safety training will be conducted.
4 The development of a quarterly training schedule. This is to be posted in the
engineering office with the time, date and subject of training to be held.
4 The Integration of engineers on the 2^ and 3^ shifts in the training program.

4 The arrangement for training from installing manufacturers and the arrangement for
• <" training on specific equipment to ensure operating personnel are qualified to operate
and maintain newly installed equipment.
4 The arrangement for training of all personnel in the areas of customer service, safety,
technical, human resources and management issues.
4 The maintenance of a training log which will keep an accurate record of all training
conducted and which engineers attended each training session.
Instructors
*•
':'| Instructors for training sessions will be assigned by the ABM Engineering Services Program
**' ' Manager Mr. Larry Spahn. They will consist of ABM managers, ABM Trainin^and Safety
|$ Coordinators, the chief engineer, other engineers with special qualifications, outside
.- equipment and systems representatives, or our Safety Consultant.

•H
The Port Authority of New York & New Jersey May 24, 1999
Consolidated Maintenance Contract 30 The World Trade Center
The training program will begin with our management staff, who will be indoctrinated in
the performance requirements, resources and programs of ABM Engineering. As additional
engineers are added to the staff, the training program will expand to ensure all engineers
are qualified to operate and maintain all installed systems at the facility. Training sessions
will be scheduled to offer minimal disruption to the facility and meet individual shift
schedules.

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract 31 The World Trade Center
Engineering
Sconces TOE PO«T JUTT«O«TY -,-c-v

PERFORMANCE AUDITING

There are many reports available on a daily, weekly, and monthly basis for the
purposes of Management Review and Performance Auditing. Those reports that
may be appropriate for performance auditing are as follows:

* All Service Desk activity (transactions, calls in, calls out, call by location, calls
by cost center, calls by problem type, etc.)
* Distribution and dose out of all work orders (PM and Service)
* Quality Assurance (inspection results)
4 Non-conformances and Exception Reports (work behind schedule, work
postponed, work in excess of time allotted, productivity problems, etc.)
+ Customer satisfaction data (on time, on budget, attitude and perception
surveys)
4 Non-routine Maintenance Status

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract The World Trade Center
me ram* JurmoMrr

BUILDING STAFFING

Buildings will be staffed with Craft personnel as noted on the following chart.

Note that primary craft supervision will be performed by Assistant Chief


Engineers to assure maximum staff productivity.

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract 41 The World Trade Center
Engineering
Services

COMPUTER CHARGES AND FUTURE LICENSING

Should the Port Authority of New York & New Jersey wish to license the ABM
software package (PM, Service Desk, etc.) from ABM at any time through the
end of the initial contract term, the annual fee would be $50,000. After the
initial term, escalation will be 5% per year.

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract 54 The World Trade Center
Engineering
Services
B3? ^

MATERIALS AND SUPPLIES

* Obtained 1998 Actual Expenses from Port Authority of New York & New
Jersey _

4 Removed all Non-routine maintenance materials from the list

* Reviewed list with the Port Authority of New York & New Jersey.

4 Applied Best Practice judgement

PROPOSED MATERIAL AND SUPPLIES COST

260,000
240,000
105,000
$605,000

This represents an annual lump sum cost payable monthly to ABM for the
purchase and supply of all materials associated with Tours and Watches, PM
and Basic Maintenance.

Cost of materials and equipment will not change for 3 years based upon our
intent to improve efficiency.

ABM will pursue sourcing arrangements for all supplies whether inventoried or
not. The sourcing arrangements will take into account delivery times and-off
site warehousing requirements. The Port Authority of New York & New
Jersey stock room will be considered as a supply source based upon price
competitiveness and availability.

• Discounted 60% in first 6 months of contract based upon ABM plans to


renovate multi-tenant common spaces with Port Authority of New York
& New Jersey supplied materials.

The Port Authority of New York &. New Jersey May 24,1999
Consolidated Maintenance Contract The World Trade Center
Engineering
Services

SCHEDULED PROJECT LABOR RATES

The rates for capital improvement projects or non-routine projects that require
approximately 30 business days or more, will be based on (prevailing rates and
7% overhead and 3% profit).

Example of 1999 cost derivation sheets attached.

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract The World Trade Center
Engineering
I Services

1999

1
MECHANICAL
,——

Assistant Chief 48.10


Mechanic 37.31
! Engineer 39.67
1 Helper 32.83
*I
i ELECT•RICAL
j
i

! Foreperson 58.55
i Helper 31.47

GENERAL MAINTENANCE

Foreperson 40.33
Carpenter 37.37 j

The Port Authority of New York & New Jersey Kay 24, 1999,
Consolidated Maintenance Contract The Wortd Trade Center^
2000

MECHANICAL j

i Assistant Chief 49.54]


Mechanic 38.43 !
Engineer 40.86 !
Helper 33.81 !
i
!
1 ELECTRICAL
1
! Foreperson 60.31
1 Helper 32,41
I Electrician 54,78
! i
i GENERAL MAINTENANCE
! 1 • !
1 Foreperson 1 41.53 i
i Carpenter ! 38.49 1

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract 63 The World Trade Center
TME POKrjumiomrr
aozcE

2001

MECHANICAL

Assistant Chief 51.03 !


Mechanic 39.58 !
Engineer 42.09 i
Helper 34.82

ELECTRICAL

Foreperson 62.12
Helper 33.38
Electrician 56.42

GENERAL MAINTENANCE.

Foreperson
42.77 1
Carpenter 39.64

•r
M* fr
M I

May 24,1999
The Port Authority of New York & New Jersey The World Trade Center
Consolidated Maintenance Contract 64
SJff JJS2SSS

2002

MECHANICAL
i
i Assistant Chief 52.56
1 Mechanic 40.77
i Engineer 43.35
! Helper 35.86
!
ELECTRICAL
1
Foreperson 63.98
Helper 34.38
Electrician 58.11

GENERAL MAINTENANCE

Foreperson 44.05 i
Carpenter 40.82 i

The Port Authority of New Yoric &. New Jersey May 24,1999
Consolidated Maintenance Contract 65 The World Trade Center
1999* 2000 2001 2002
lechanical Labor 53,888.269 S4.040.545 S4.161.761 S4.286.614
aectrical Labor SI.636.983 SI.636.983 SI.686.092 SI.736.675
General Maine Labor S21 1.316 $217.655 $224,185 S230.911
Supervision SI.465.527 SI.509.493 SI. 554.778 $1.601.421
[anagement Cost $598.622 $600.494 $618.509 $637,064
CMMSSuff $205.959 $205.959 $212.138 $218302
CMMS "Maintenance" SO $0 $0 $0
Subtotal : $8.006,676 $8.211.129 $8,457.463 S8.7 11.187

CONTRACTED MAINTENANCE
?ilter Maintenance $279.300 $280.548 $288.964 S297.633
Induction Units $0 $0 $0 $0
Water treatment $20,000 $20.600 $21.218 $21.855
'trt Extinguishers $27,647 $28.476 $29331 $30.211
Lighting $316399 $316.399 S325.891 $335,668
<acade $0 $0 $0 SO
Slurry Wall Maintenance $0 $0 $0 $0
tublic Door Maintenance $270331 $275.748 $284,020 $292.541
telta Barrier Maintenance SO SO $0 $0
ligh Tension Maintenance $200,689 $200.689 $206.710 $212,911
"hennographic SO $51.500 $53.045 $54.636
toof Rig Maintenance $60.000 $61,800 $63.654 $65364
Tank Maintenance $13.000 $13,390 $13.792 $14,205
Subtotal : $1.187.366 $1,249,150 $1.286.625 $1325.224

MATERIALS & EQUIPMENT


Mechanical $260,000 $260.000 $260.000 $260,000
Electrical $240,000 $240,000 $240.000 $240.000
General Maintenance: $42.000 $105.000 $105,000 $105.000
Specialty Equipment
Subtotal $542.000 $605.000 $605.000 $605.000

SUBTOTAL: $9,736,042 $10,065,280 $10349,088 $10,641,411

Overhead (7% of SUBTOTAL) $681.523 $704.570 $724.436 $744.899


Profit (3%) $312327 $323,095 $332^06 $341389

Subtotal $994,050 $1,027,665 $1,056,642 $1,086,488

TOTAL PER YEAR: $10,730,092 $11,092,945 $11,405,730 "$11,727,899

* 1999 BILLING WILL BE PRORATED ACCORDINGLVTO THE


ACTUAL CONTRACT START DATE.
Plnzn Buildings Central Plant A Total Cost Total Cost Total Cost Total Cost
Contract Components One WTC Two WTC & Concourse Services Year 1999 Year 2000 Year 2001 Year 2002

Administrative & Clerical $281.603 $281.603 $160,916 $80,458 $804.581 $806,454 $830,647 $855.566
35% 35% 20% 10%
Routine Maintenance $2,520,733 $2,520,733 $1.440,419 $720.210 $7,202.095 $7,404,676 $7,626,816 $7.855,621
35% 35% 20% 10%
Contracted Routine Maintenance $385,888 1 $385,888 $267,692 $147,898 $1,187,366 $1.249.150 $1,286,625 $1.325.224

Supplies & Equipment $162.600 $162,600 $81,300 $135,500 $542,000 $605,000 $605.000 $605,000
30% 30% 15% 25%
General & Administnrtive $238.533 $238.533 $136,305 $68.152 $681,523 $704,570 $724.436 $744.899
35% 35% 20% 10%
Profit $109.384 $109.384 $62,505 $31,253 $312,527 $323,095 $332.206 $341.589
35% 35% 20% 10%

TOTAL COST : $3,698,744 $3,698,744 $2,149,138 $1,183,471 $10,730,097 $11,092,945 $11,405,730 $11,727,899
Plaza Buildings Central Plant & Tola! Cost Total Cost Total Cost Total Cost
Contract Components One WTC Two WTC & Concourse Services Year 1999 Year 2000 Year 2001 Year 2002
HVAC Filter Replacement $97,755 $97.755 $55.860 $27,930 $279,300 $280,548 $288.964 $297.633

Perimeter Induction Unit Cleaning & Calibration $0 $0 $0 $0 $0 $0 $0 $0

Closed & Open System Wnier Treatment $4,000 $4,000 $4,000 $8,000 $20,000 $20,600 $21,218 $21.855

Fire Extinguisher Maintenance $9.676 $9.676 $5.529 $2.765 $27.647 $28,476 $29.331 $30.211

Delta Barrier Maintenance $0 $0 $0 $0 $0 $0 "" $6 $6


Window Washing Scaffold Maintenance $24,000 $24,000 $12,000 $0 $60,000 $61,800 $63,654 $65.564

Common Area Lighting $79,100 $79,100 . $79,100 $79,100 $316,399 $316,399 $325,891 "" "$335',668

Common Area Door Maintenance $94,616 $94.616 $81.099 $0 $270.331 $275.748 $284,020 $292.541

-ligh Tension Maintenance $70,241 $70,241 $30.103 $30.103 $200,689 $200.689 ""$206.710 $2i2.9ii

Thermographic Study $0 $0 $0 $0 $0 $51,500 $53.045 $54,636

:ire Tank Maintenance $6,500 $6.500 $0 $0 $13.000 $13.390 $13.792 $14.205

TOTAL CONTRACTED ROUTINE MAINT. $385,888 $385,888 $267,692 $147,898 $1,187,36(5 $1,249,150 $1,286,625 $1,325,224
.-*
1999
Base Buildine Rate* Non-Base-Building Rate**
Straight OT Straight OT
i
Electrician $55.23 $82.85 $71.80 1 $107.70

Engineer S36.65 I
$54.98 $47.65 I $71.47

Carpenter $33.86 ! $50.79 $44.02 i S66.03

2000
Base Building Rate Non-Base-Building Rate
Straight i OT Straight ! OT

Electrician $55.23 $82.85 $71.80 1 $107.70


i
Engineer $38.08 $57.12 $4930 ! $74.26
i
Carpenter $34.37 $51.56 $44.68 ! $67.02

2001
Base Building Rate Non-Base-Buildins Rate
Straight OT Straight ! OT

Electrician $56.89 $8533 $73.95 $110.93

Engineer $39.22 $58.83 $50.99 $76.48

Carpenter $35.40 $53.10 $46.02 ! $69.03

2002
Base Building Rate Non-Base-Building Rate
Straight OT Straight OT

Electrician $5839 $87.89 $76.17 $114.26

Engineer $40.40 $60.60 $5232 $78.78

Carpenter $36.46 $54.69 $47.40 $71.10

* The above rates do not include any overhead & profit.

** The Base Building rate multiplied by 13% results in the Non-Basic Building Rate
Full time Union Staff
I Plaza &
:
1 WTC 2 WTC Concourse Central Services Total

Shift #1 j 2.75 2.75 2.75 2.75 11


Shift #2 j 6.95 5.4 7.25 11.25 30.85
Shift #3 j 5.75 6 4.75 11.75 28.25
i
Total ! 15.45 14.15 14.75 25.75 70.10

Full time Supervision


1 Plaza &
1
1 WTC 2 WTC Concourse Central Services Total
I

Shift #1 0.6 0.65 0.6 0.35 2.2


Shift #2 1.85 2.1 2.1 2.7 8.75
Shift #3 ! 0.65 0.65 0.75 0.95 3

Total ! 3.1 3.4 3.45 4 13.95

Full time Administrative &


Clerical Staff -
Plaza &
1 WTC 2 WTC Concourse Central Services Total

Shift #2 0 1.25 1.25 1.25 3.75


Shift #2 1.25 1.25 1.25 1.25 5
Shift #2 1.25 0 0 0 1.25

Total 2.5 25 2.5 2.5 10

Plaza &
1 WTC 2 WTC Concourse Central Services Total
Annual Routine Maintenance 1 \0
Hours 21,736 19,032 20,280 104,208
/ARM Engineering
Sefvices

THE PORT AinHOIOTY


FILTER MAINTENANCE

SCOPE OF WORK:

Trie scope of work includes the following in accordance with exhibit D-2:

1. All fan pre-filters to be changed twice a year or as required.


2. All fan bag filters to be replaced once a year or as required.
3. All Cellon roll filters to be replaced twice a year or as required.
4. Vacuum and/or washing of each filter bank once a year.

We will store the filters in the Mechanical Equipment Room where the filters are
to be used. This will reduce the required storage space. ABM is responsible for
disposal and discarding of used materials. Contractor will use Class 2 filter
where applicable.

Initial Vendor: ABM

Total Cost: $279,300 (1999 Rates)

The Port Authority of New York* New Jersey ^


Consolidated Maintenance Contract ^ The Worid Trade Center
FILTER MAINTENANCE LABOR COST DERIVATION
REVISED S/24/33
WORLD TRADE CENTER

6
7
I
9
10
it
12
13
14
L Bunding Staff
1" 2.00
CXASSnCATKIN

MECHANICS
HOURLY
COST
MONTHLY
HOURS

173 33
TOTAL
MONTHLY HOURS
AMOUNT

$7.81040
1

K
16 200 Total Staff $7,810.40
17
U Total Wages J7.810.40
19
20 «- Taxes * Insurance 7.SSOX SS97.SO
21 O.*S2% (EFFECTIVE RATE) S6&S8
22 O.119% (EFFECTIVE RATE) SSJ3
23 S92S (RATE/P6RSONIMO.) 118 SO
24 a.«5S% (EFFECTIVE RATE)
25
26 Total Taxes ft Insurance S691.91
27
« H. IPERHOUR « OF MOORS J
HM«i tea >f»Mmn • tool • »4 «X)E 346-67 S949.87
30 PMWX< Funtf - UK* • »4 WOE 346.67 J67600
31 Annuity Fund - Local« »4 WOE 2-20 346.67 1762.67
32 ToMng Fund - Local • «4 IUOE 0.15 346.67 SS2.00
33 Sick Pvy Fvnd - LOCM • *4 IUOE 1.13 346.67 S391.73
34 8.17 Total Benefits
35
36 IV. Other Direct Cost
37 S11.17425
36 S2417
39 111.198.42
t 1999 SUBTOTAL MONTHLY COST (W/O W/C & PLPO) $22^33.00
41
42 ANNUAL SUBTOTAL OF ALL COSTS BEFORE YUC ft .PLPO S270J96.00
43
44 V. Worfcert Comp * PLPO
45 WortwnComp S492.O6
46 PLPO 3349^3
47 TOTAL WAS* PLPO S741J99
4t
49
SO
SI 1999 TOTAL MONTHLY SELLING PRICE (Wtth WIC & PLPO)
52
S3 1999 TOTAL ANNUAL SELLING PWCE (Wtth W/C ft PLPO)
The Port Authority of NY & NJ

Exhibit D-2
HVAC Filter Maintenance

The listed HVAC filters are currently in use at the World Trade Center.

The contractor shall develop and submit a rooster of routines for the replacement and
maintenance in accordance with the manufactures' recommendations and industry best
practice.

SIZE BAG PRE 3' ROLL 4' ROLL 'ROLL €'ROLL CELL PLEATED
1WTC
B-6 level All Class 1 92
• 92
3* 2
4' 8
5' 6
6' 19
7th Floor 375
41st Floor 502
56
6
43rd/44th Floors 3* 4
75th Floor 587
12
108th Floor 347
969 92 6 8 6 19 990 - 18

2WTC All Class 1


B-6 level 61 -
61
3' 1
4' 5 «

5' 6
ff 1
7th Floor 394
41st Floor 590
43rd/44th Floors 3 4
75th Floor \ 567
10
12
108th Floor 333
1055 61 5 5 6 1 SOO 12

01/21/99
The Port Authority of NY & NJ

4WTC All Class 2 T


B-2 level 24 x 24 x 146
• I
I— •— •

30
24 x 24 x 146
30
24 x 24 x 4
12
25 x 24 x 2
12
6
6* 6
3' 3
9th Floor 24 X 24 X 219
30
24 x 24 x 219
30
365 371 3 0 0 6 6 0

5WTC All Class 2


B-2 level 91
91
41 1
5* 13
6' 3
B-2 level - new MER I2x24x 7
20
13x24x 7
20
24 x 24 x 36
30
25x24x 36
30
3rd Floor 16 bag 16
16pre 16
9th Floor 373 bag 373
373 pre 373
523 523 0 1 13 3 0 0

BAG PRE 3' ROLL 4' ROLL 5* ROLL 6'ROLL CELL PLEATED
TOTALS 2912 1047 14 14 25 29 1896 30

01/21/99
Engineering
Services

INDUCTION UNITS
Wii

*•(

1*11.,

ti
Kf.

ll
Engineering
I Services

INDUCTION UNITS

SCOPE

1. Clean, vacuum or wash permanent filters.


2. Clean and chemically treat condensate pan.
3. Vacuum and/or brush cooling colls.
4. Check operation of control valves.
5. Calibrate pneumatic controls.
6. Straighten coil fins.
7. Clean induction nozzles.
8. Clean Interior unit surfaces.

The listed above will be performed on a 3-year cycle. The work will be
performed during the first and third shift.

Our schedule will be flexible enough to accommodate new tenant floor dean up
before occupancy.

Initial Vendor: ABM

Annual Cost to Port Authority of New York & New Jersey - $0

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract 67 The World Trade Center
££ The Port Authority of NY & NJ

Exhibit D-3
Perimeter Induction Unit Cleaning and Calibration

Carrier Corporation Weathermasier Perimeter Induction Units exists throughout the


World Trade Center Complex and are distributed approximately as follows:

WTC1&WTC2 22,156 units


NEPB 1,724 units _
SEPB 1,672 units

The contractor shall develop and submit a rooster of routines for the required
maintenance in accordance with the manufactures' recommendations and industry best
practice.

*.,,
"*

.3 01/06/99
The Port Authority of NY & NJ

Exhibit D-3
Perimeter Induction Unit Cleaning and Calibration

Carrier Air Co*np»ay

UiJlT Hor-x-te COOLING to«-


UNIT G'-PM insieif CAPACITY
Mo Sire CFM W Iko BTO/UR
A 26
8 4$ l.fco •2-4^0
c
D «c.
E 35 .7. •2.4.70 *•
F 3H
G
7o .O 4(300
I 35" .O

J
K So .0 45* IO

L £L OQG

M •2. 4-ooc
KJ IH
O 40 o.f
P IK (.fee t. 500 JO

NoTEi'--
|. U*ilT-

A- Room
6-

-4
3. 5ee Surer <
HAUP C*ll-

As.
CHIOCCO «T OAT1
Vl EATH CRHASTCR U n rr PEK F«R MAKCE PATA
ENGINEERING CALCUIATIONS FORM E-72 (6-65)
. The Port Authority of NY & NJ

Exhibit D-3
Perimeter Induction Unit Cleaning and Calibration

Carrier Air ConditioaLoy Company

MOTE*. - Co«tR./KCTo«. Tc p^-v. in THE P\IGHT


CARRIE*
HOPCL
UMlT CoO»JT BY

w ISl N i
L-.M. ToTAUS
34 •J-f M-

6 Tfi^f

3*7
3H 9o
I i ! 33-

3H ! i 3/
3/ 32. — CV--
•'.'I "30 Cv
vt'l i 1 47

K 3/ 32.. - 43 -
3J| U< 3/ i
M 3 J" 35 /7
M /// iS4 4l ! <: tss
/// 1 4 \ i 4 I 4 ] 4 i 4 ;4
IK\ U <-
TOTALS jf4 ; iu,j -1. Ci

BL P& -WORLD JR/lof


CMCCKCO «T ItATK'
*>•«•.

1:1 ENGJNEERING CALCULATIONS FORM E-72 (6-67)


jssr The Port Authority of NY & NJ

Exhibit D-3
Perimeter Induction Unit Cleaning and Calibration

Carrier *Air Conditioning Company

No. or ToTAt-
COIL CAP. fi/OZ Z LC four OF (J/Vi
tw/r crtt B7V/W. GPM HOVEL
38 AV-Y^ .8
B t-8 I.Z- 731 3.07
c 6? /./r 1.3. 3H Z37
o 6S~ l.Z. ZOI
£ t-3 .r SO £7
F 3S& 1-73 /.r. ^w 43 2-C.
Gr 72- 1+110 ZJZ. - /.x 3H IB
&' 73- <t600. l.o 3H 67
H 3S-80 l.o. S/ Zl
T i.r 3H 4-0 2.7 £7
J \oo /.r 3H 132
H
L l op .32. 78
L' loo 2.30 l.o 7- Z3-
n 3IM .8 ZO
N ,*,.
O l-o.. ...f <•_ 4<* *
p lie t.st 7.r 3K 10

I. TOTAL
Roon
U/MTEX . MEATS**--
Ten*. — Her 7e>»/>. =.

P.l
\

rnorosaiOM AfltC »Mcrr M«


lor.
CMCOCKB «T MTV
Me •*. •
B
OIOOE60Z.L
ENGINEERING CALCULATIONS FORM E-72 d-<
Sen/ices

TOE PORT AUTHORITY


ABM ENGINEERING SERVICES
WORLD TRADE CENTER
WATER TREATMENT SERVICE PROGRAM
Sa^^S?*^^^^'":'^s^okGOTaN£^ "'— .

1.0 GENERAL
Contractor will furnish all testing equipment, chemicals, training and service necessary to
provide a complete Water Treatment Program, including but not limited to monthly site visits.
The water Treatment Company shall be a recognized specialist in me field of industrial water
treatment for a minimum of ten (10) years. This company shall have regional accredited
laboratory, research and development facilities, plus technical service representatives located
within the trading area of me job site. One PhD. chemist is to be on the staff of the approved
vendor, and contractors to provide relevant resumes/ references if needed.

A Company who provides these critical items, and is approved by the owner shall provide the
water treatment products and services.

Alternate suppliers shall require written approval 10 days prior to the bid due date.

2.0 WATER TREATMENT CHEMICALS


Furnish one year's supply of the recommended formulas for control of scale and corrosion in
the closed recuculating system. Formulations shall not contain any ingredients, which may be
•; harmful to system materials of construction. Provide MSD sheets on all chemical products.
No system shall be operated without the benefit of chemical protection. Once the
* recommended chemical residual is achieved, any additional chemicals required to re-treat the
j| system due to water loss or to accomplish other work shall be provided by the Contractor.

II
I
II

II
I
SYSTEM II - 1
ABM ENGINEERING SERVICES

3.0 TEST EQUIPMENT

Furnish basic water test equipment, including carrying case and spare reagents for
maintaining control of the program standards in the closed loop system. Test kit will include
reagents and apparatus for the determination of corrosion inhibitor level in the closed loop
system.

4.0 WATER TREATMENT SERVICE PROGRAM

Approved contractor shall provide all consulting services for a period of one year from start-
up of the Closed Loop system, which will include:

Installation and system start-up procedure recommendations


• Initial water analysis and recommendations.
• Training of operating personnel on proper feeding and control techniques.
Monthly field service, written report and consultation meetings.
Any necessary log sheets and record forms.
Any required laboratory and technical assistance.

A qualified, full-time representative of the approved vendor will provide all services.

SYSTtM II - 2
ESz The Port Authority of NY & NJ

Exhibit D-l
Chemically Treated Water Systems

The contractor shall provide chemical treatment for the specified systems to minimize
corrosion, biological and chemical corrosion and maximize heat transfer rates

The contractor shall develop and submit a rooster of routines for the required
maintenance in accordance with the manufactures' recommendations and industry best
practice.

System # System Served System Description Svstem Size (GaH Buildina


1WT-SEC-108-1A Sec Water Northwest Downfeed 7500 1
2 WT-SEC-108-3A Sec Water Southeast Downfeed 7500 1
3 WT-SEC-108-7A Sec Water Restraunt 1000 1
4 WT-1NT-107-T1 Interior Reheat Rest No Longer Used 1
5 WT-SEC-75-1A Sec Water Northwest Downfeed 7500 1
6 WT-SEC-75-3A Sec Water Southeast Downfeed 7500 1
7 WT-SEC-75-5A Sec Water Northwest Upfeed 7500 1
8 WT-SEC-75-7A Sec Water Southeast Upfeed 7500 1
9 WT-CC-43A-2 Computer Cooling System #2 10500 1
10 WT-SEC-41-1 Sec Water Northwest Downfeed 7500 1
11 WT-SEC-41-3 Sec Water Southeast Downfeed 7500 1
12 WT-SEC-41-5 Sec Water Northwest Upfeed 7500 1
13 WT-SEC-41-7 Sec Water Southeast Upfeed 7500 1
14 WT-SEC-7-1 Sec Water Northwest Upfeed 7500 1
15 WT-SEC-7-3 Sec Water Southeast Upfeed 7500 1
16 WT-INT-294-1 System Eliminated Eliminated
17 WT-CC-274-7 Computer Cooling System #7 10500
18 WT-CC-264-1 Computer Cooling System #1 10500
19 WT-CC-264-SE3 Computer cooling System #3 15000
20 WT-AUX-242-2 Aux Cooler for B-5 Plant 4600
21 WT-CHW-242-2 Chilled Water Low Zone 260000
22 WT-CHW-242-3 Chilled Water High Zone 182000
23 WT-SEC-108-2 Sec Water Northwest Downfeed 7500 2
24 WT-SEC-108-4 Sec Water Southeast Downfeed 7500 2
"i
25 WT-SEC-108-8 Sec Water ObservationDeck 1000 2
26 WT-SEC-75-2 Sec Water Northwest Downfeed 750 2
27 WT-SEC-75-4 Sec Water Southeast Downfeed 750 2
28 WT-SEC-75-6 Sec Water Northwest Upfeed . 750 2
li-

ft
It 01/07/99
SL The Port Authority of NY & NJ

29 WT-SEC-75-8 Sec Water Southeast Upfeed 7500 2


30 WT-CC-75-9 Computer Cooling System #9 4000 2
31 WT-CC-43B-8 Computer Cooling System #8 12500 2
32 WT-CC-43B-10 System Eliminated Eliminated
33 WT-SEC-41-2 Sec Water Northwest Downfeed 7500 2
34 WT-SEC-41-4 Sec Water Southeast Downfeed 7500 2
35 WT-SEC-41-6 Sec Water Northwest Upfeed 7500 2
36 WT-SEC-41-8 Sec Water Southeast Upfeed 7500 2
37 WT-SEC-7-2 Sec Water Northwest Upfeed 7500 2
38 WT-SEC-7-4 Sec Water Southeast Upfeed 7500 2
39 WT-CC-284-5 Computer Cooling System #5 6000 2
40 WT-SEC-9-1N Sec Water Northwest Downfeed 10000 5
41 WT-SEC-9-3N Sec Water Southeast Downfeed 9500 5
42 WT-AUX-S2-1N Aux Service Chilled Water 6000 CONC
43 WT-AUX-S2-3N ASOA PREHEAT (GLYCOL) No Data 5
44 WT-AUX-S2-5N AUX SERV REHEAT 2700 CONC
45 WT-RAD-8N DIRECT RADIATION 4000 CONC & 5
46 WT-CC-289-NE4 Computer Cooling Sys #4 5000 5
47 WT-SEC-9-1E Sec Water North & West Zone 10000 4
48 WT-SEC-9-3E Sec Water South & East Zone 9000 4
49 WT-AUX-9-17E System Eliminated
50 WT-RAD-S2-1E DIRECT RADIATION 4000 CONC & 4
51 WT-AUX-S2-3E ASOA REHEAT 2700 CONC & 4
52 WT-AUX-S2-6E ASOA PREHEAT (GLYCOL) 4
53 WT-INT-S2-9E Interior Reheat 4300 4
54 WT-AUX-S2-12E Aux. Serv. Chilled Water 600CI CONC & 4
55 WT-CC-294-SE6 Computer Cooling Sys.# 6 900C) 4
56 WT-CC-9-NEPB Comp Cooling Sys #10(Glycol) No DaUl 5

01/07/99
IVALCO CHEMICAL COMPANY
15O-I BROAOW/AV C SLjrTE 1 TOc Z NEW YORK. NEW YORK -.CO36 r AREA SI 2-

FAX: 2-.

February 2, 1999

Mr. Larry Spahn


World Trade Center Site Manager
551 Fifth Avenue
New York, N.Y. 10176

Dear Mr. Spahn:

Thank you for the opportunity to submit a proposal for the Chemically Treated Water Systems detailed
in Exhibit D-1 . These systems have a total volume of 779, 800 gallons of water.

By definition a dosed loop makes up no more than 10% of its' total volume annually. Because there
are over 50 systems our proposal wifl provide for treatment of 20% of the total volume to cover some
excessive water loss. Our proposal also assumes that these systems are currently maintained well,
treated to recommended levels with corrosion inhibitor and biockje.

We will provide Corrosion inhtoftor and biockJe to treat all systems in Exhibit D-1. In addition we will
provide, a Program Administration Manual, test kits and training. Building engineers will be required to
test systems weekly, log results and take appropriate corrective action if necessary.

The total budget cost for these products and services will be $20,000 annually. If you need additional
information or clarification, please cad me or Tom Layden.

Sincerely,

Louis M. Schoen

Cc: Tom Layden


Engineering
Services

FlF-6

THE PORT AUTHORITY


TOE POUT JMmttHarr

FIRE EXTINGUISHER

SCOPE (see attached proposal)

1. Contractor will inspect and tag all fire extinguishers


2. Recharge as required
3. Hydrodrastic testing, where required.

Initial Vendor: Lund Fire Products, Inc.

Total Cost: $27,647.46 (1999 Rates)

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract 6g The World Trade Center
Fire Extinguisher Mantenance 4/9/99

[6 Extinguisher Inspections

Labor Rates

Mechanic Helper
Wage Package

PICA
SUI
FUI
Work/Comp
NY/SD
PL/PD
Total $0.00 $0.00

Mechanic Total Hours

Helper Total Hours $

total Labor cost $0.00

Annual cost Breakdown

Labor $14,885.00
^charging $ 7,748.54
-•pairs $ 774.85
Hydrostatic Testing $ 4,239.07

Sub total $27,647.46

Sales Tax

Total Cost $27,647.46


# units Unit Type Inspection Cost per Unit Total

'!" 2000 2.5 Gallion Water $ 3.25 $ 6,500.00

19 50 Ib. Wheeled unit $ 9.75 $ 185.25

98 10lb. ABC dry chemical $ 3.25 $ 318.50

95 20 Ib. ABC dry chemical S 3.25 $ 308.75

40 20 Ib. Co2 $ 3.25 $ 130.00

Total $ 22.75 $ 7,442.50

NYC Fire Code Requires Semi-annual inspections of all Fire Extinguishers.

Annual Labor Cost $ 14,885.00

j
Unit Recharging 4/9/99

flecharging of Units ( 30% of Total Count Done Annually)

of Units Done Annually Annual Cost

|V&ter 600 4680


I )ry Chemical 10lb. 30 450
i 20lb. 30 690
#2 20lb. 12 168
Ansul 150lb. 6 1170

Subtotal $ 7,158.00

Jates Tax $ 590.54

\nnual Recharging Cost $ 7,748.54

Repairs (Parts & Labor = 10% of Annual Recharging Fees ) $ 774.85

Hydrostatic Testing ( 20% of Total Count Done Annually)

Water 400 3200


Dry Chemical 10lb. 20 190
20lb. 20 190
DO2 20lb. 8 156
Ansul 150lb. 4 180

^total $ 3,916.00

Sales tax $ 323.07

Annual Hydrostatic Testing Cost $ 4,239.07

Annual Recharging Cost $ 7,748.54


Annual Repairs Cost $ 774.85
Annual Hydrostatic Testing $ 4,239.07

Annual Cost $ 12,762.46


AAP1UI
Services

U6.HTIN6,

THE POmr AUTHORITY


, Engineering
Services TWPOKnur

HI-RISE LIGHTING MAINTENANCE PROGRAM


SCOPE

INCLUDES all labor and material to maintain the following:

1. All Interior Common Area Lighting


2. All Exterior Lighting
3. All Identification Signage
4. All Mechanical Areas
5. All Utility Closets
6. Parking Garage
7. Loading Docks
8. Elevator Cars
9. All Chandeliers
10. All Directories
11. All Stairwells
12. All Base Building Exit Lighting
13. Roof Beacon Lights
14. Obstruction Lights
15. Air Plenum Lights
16. South and North Projections
17. Antenna Mass Lighting (Decorative)

EXCLUDES any of the following:

Neon Glass
Neon Transformers
Cold Cathode Lighting

Initial Vendor: Amtech Lighting Service

Total Cost: $316,399 (1999 Rates)

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract 7Q The World Trade Center
HIGH-RISE LIGHTING MAINTENANCE LABOR COST DERIVATION
REVISED 5/24/99
WORLD TRADE CENTER

6
7
e
9
'10
f I. BuiMing Staff NO. CLASSIFICATION HOURLY MONTHLY TOTAL AMOUNT
12 COST HOURS MONTHLY HOURS
13
14 1.00 HELPERS 164.66 164.66 S2.828.92
15 3.00 HELPERS 164.66 493.98 S7J77.59
16 4.00
17 Total Staff 10.206.51
18 NON- AND SCHEDULED O/T 0.00 so.oo
19 Total Wages 10.206.51
20
21 IL STATUTORY COSTS PICA 7.650% S780BO
22 1.888% (EFFECTIVE RATE) $192.67
23 0.18314 (EFFECTIVE RATE) $18.67
24 LIABIUTY INS 0226% (EFFECTIVE RATE) $23.05
25 W COWPiOfS 7.250% (HATE PER WAGES) S739.97
26 NYECAPUES 0.50014 (RATE PER WAGES) $51.03
27 NECADUES 0200% (RATE PER WAGES) $20 41
28 BENEFIT PGM 0250% (RATE PER WAGES) S2S.S2
29 APPRENTICE-
30 TRAINING 0.500% (RATE PER WAGES) $51.03
31
32 18.646% (EFFEC1IVE RATE)
33
34 Total Taxes & Insurances 11,903.15
35
36
37 01. Employee Benefits PER HOUR OR.
3B %OFWAGES OOFHOURS AMOUNT
••9
ELECTRICIANS JOINT INDUSTRIAL BOARD 1.000% $102.07
PHBP-PENSION TRUST FUND 10.550% SI .076 79
42 PHBP-MEDICAL 15.590% $1591 IS
43 DENTAL PLAN 2.040% $20821
NEBF 3.000% $30620
45 ANNUITY S 1.00 658.64 S658.64
46 ASBF HOURLY 13230% S1JS0.32
47 ASBF RCA (EMPLOYEE) . 7.650% $780.80
48 ASBF VACATION/HOLIDAY 6.000% S612J9
49 EDUCATION & CULTURAL 1.000% $102.07
SO COMPENSATION SUPPLEMENT 0.500% $51.03
SI ASBF PER HOUR $ 0.63 658.64 S<1494
52 Total Benefits S7.2S4.65
S3
54 IV. Other Direct Cost
ss MATERIALS AND SUPPLES S6.91667
SE UNIFORMS 658.64 SSS62
S7 Total Other Direct Costs: S7JOO223
S8
1999 TOTAL MONTHLY COST 26,366.60
CO
61 1999 TOTAL ANNUAL COST J316.399.19

I
I
AJJUOHmVlUOd 3H1

>M
1ME MMI •BTHOfBTY

FACADE

SCOPE

1. Undetermined at this time ~


2. Awaiting Port Authority of New York & New Jersey Consultant Report
3. Will supply proposal upon request

Initial Vendor: TBD

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract 71 The World Trade Center
Services

\MW-U

' I

4 *«<•!'
i
i

THE^ORTAirmORnY -^g.
*•«.*.

!.*<«,
SLURRY WALL MAINTENANCE

SCOPE

1. Undetermined at this time


2. A waiting Port Authority of New York & New Jersey Consultant Report
3. Will supply proposal upon request

Initial Vendor: TBD

Benefits: Services as required

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract 72 The World Trade Center
Engineering
Services

*" <l li

THE PORT AUTHORITY


AVT^ l!>"
f !*«'t
PUBLIC DOOR MAINTENANCE

SCOPE

Biannual Maintenance Program (53) Revolving Doors: remove four wings, center
shaft and speed control. Disassemble speed control. Clean all internal parts,
replacing worn gears as needed. Disassemble collapsing mechanisms. Clean all
parts and lubricate. Furnish and install new guide pins as needed. Re-secure
handle, glass stops and weather stripping. Reinstall all components.

(58) Ellison balance doors; remove doors, shaft covers, shaft, overhead track,
and check bottom gear assembly, replace cam follower. Clean and lubricate
bottom gearbox assembly. Replace top track as needed. Reinstall all
components. Re-secure handles, glass stops and weather-stripping (111) swing
doors: remove doors, dosers, bottom arms, top pivots and pivot blocks.
Replace, bottom arms, and tops pivots. Re-secure handles, glass stops and
weather-stripping.

(17) Handicapped doors; remove doors and roller assemblies. Furnish and install
new roller assemblies. Reinstall doors. Adjust all existing electronic hardware.
Reinstall all components.

Sub-grade ADA and automatic air lock doors are included.

Annual maintenance; replace weather stripping on all doors. Furnish and install
door dosers for Ellison and swing doors.

Notes:

All proper safety precautions such as providing safety signs and roping and/or
full height barricades when needed.

All work will be performed during day time working hours.

These services will be executed by union mechanics by worker's compensation,


public liability and damage.

Insurance certificates will be issued upon request.

Initial Vendor: ABM


Total Cost: $270,331 (1999 Rates)

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract 73 The World Trade Center
PUBLIC DOOR MAINTENANCE LABOR COST DERIVATION
2
3 WORLD TRADE CENTER
4 REVISED 5/24/99
s
I
7
e
9
to
11 L Building Staff NO. CLASSIFICATION HOURLY MONTHLY TOTAL AMOUNT
12 COST HOURS MONTHLY HOURS
13
14 2.00 CARPENTERS 173.33 34667 $7.893.60
IS
16 2.00 Total Staff S7.893.60
17 NON- AND SCHEDULED Q/T 0.00 $0.00 0.00 $0.00
18 Total Wages $7,893.60
19
20 U. Taxes <V Insurance 7.650% $603.86
21 0.843% (EFFECTIVE RATE) $66 58
22 0.118% (EFFECTIVE RATE) $9.33
23 $9.25 (RATE/PERSON/MO.) $18.50
24 8.846% (EFFECTIVE RATE)
25
26 Total Taxes & Insurance
27
» «H
*I. AMOUNT |
Employee DC oc fits (PER HOUR • OF HOURS
29 Health and Welfare $ 3.50 347 $1213.33
X Pension Fund s 2.00 347 $693.33
31 Annuity Fund $ 1.25 347 $43333
32 Training Fund s . 347 $0.00
33 Sick Pay Fund $ - 347 $0.00
34 s 6.75 Total Benefits $2^40.00
35
36 IV. Other Direct Cost
37 Work Shoes $12.50
36 Materials $10.833-33
1999 SUBTOTAL MONTHLY COST (W/O W/C & PLPD) S21.777.70
40
41 ANNUAL SUBTOTAL OF ALL COSTS BEFORE W/C <\D $261.332.40
42
43 V. Workers Comp A PLPD
44 Workers Comp 6.30% $497 JO
45 PLPD 3.20% $252.60
46 TOTAL W/C & PLPD $749.89
47 1999 TOTAL MONTHLY SELLING PRICE (With W/C & PLPD) $22.527.59
48
49 1999 TOTAL ANNUAL SELLING PRICE (With W/C & PLPD) $270,331.10
50
51
52
53
54
55
56
57
56
59
60
61
62
Engineering
Services

TWEWHT AUTHORITY
DELTA BARRIER MAINTENANCE

SCOPE

1. Manufacturers recommended PM, Labor and Materials (see attached


scope)
2. Repairs (Labor Only)

Initial Vendor: ABM


Total Cost: $22,044

Annual cost to the Port Authority of New York & New Jersey = $0

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract 74 The World Trade Center
DELTA BARRIER MAINTENANCE

MAINTENANCE SCHEDULE

MONTHLY

Check and service the following at monthly service intervals:

Note: Block traffic during maintenance to prevent accidents.

1. Shut system off and drop system pressure to zero.

2. Replace the oil filter at first monthly maintenance. For systems that are
cycled less than 100 cycles per day, replace every third month there after. If
system is cyded above this rate, or the location is in a high dust environment,
replace filter monthly.

3. Check the accumulator pressure while the system is at zero pressure using
Delta Charging Kit A02469-31 or equal. If tool is not available, observe the
value that the pressure gage jumps to when power is again turned on. (See
Hydraulic Section for details). Log valve and pressure setting on Log
sheet provided.

4. Confirm that the Barrier operates smoothly during the raises and lower cycle.
Adjust speeds as desired.

5. Deploy the roadplate to the up position, remove inspection plates and check
for debris build up in the bottom of the foundation frame, or around the
hinges. Tighten fittings and clean debris as necessary.

6. Reserved.

7. Check all control functions for complete operation of all features.

8. Turn off pump/motor power, bleed system pressure to zero and add clean,
filtered oil to the top of the site glass.

9. Clean dust ad debris from around HPU tank and hydraulic lines. Wipe up any
spilled oil.

10.Turn power on and bring system back to operation.

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract 75 The World Trade Center
Engineering
I Services 3X? 33359

MAINTENANCE SCHEDULE «..

YEARLY

~heck and service the following at yearly service intervals in addition to trie
nonthly check:

Note: Block traffic during maintenance to prevent accidents.

L. Drain the oil from the reservoir and flush with mineral spirits or clean oil.
After wiping down the tank sides and bottom to assure that no
contamination remains, replace with dean filtered oil.

I. Open side key-locked doors, check that the hydraulic cylinders are not
leaking internally (see Hydraulic Trouble Shooting section for details).
Replace cylinder seals or cylinder as necessary.

3. Check cylinder clevis pins for wear, replace as necessary.

4. Examine the foundation frame for debris buildup, check drain lines and !
sump wells for drainage. Clean debris.

5. Reserved.

5. Check condition of the Barrier paint surface. Prepare, prime and touch up
area where the paint has been chipped or worn away. Apply new
reflective tape as necessary. ' \

Replace or protect hoses as required. j

8. Thoroughly dean the HPU, removing dust and spilled oil. Remove any
rust build up on components. Touch up paint where necessary.

9. Check the accumulator pressure while the system is at zero pressure using *, l(1,|rt
Delta Charging Kit A02469-31 or equal. If tool is not available, observe i
the value that the pressure gauge jumps to when power is again turned
on. (See Hydraulic Section for details). Log value and pressure setting on
Log sheet provided. |

The Port Authority of New York & New Jersey May 24,1999 *""
Consolidated Maintenance Contract 76 The World Trade Center L
10. Test motor starter overloads by pressing the test button. Replace if
necessary or press reset. Auto/Manual switch should be in the Manual
position.

11. Check the pressure relief valve by depressing the starter armature and
allowing unit to run to the relief pressure value of 2200 psig. Adjust as
necessary.

I
I
The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract 77 The World Trade Center
Engineering
JM Services THEPOffTAOTHMUTY
JGESE57

DELTA BARRICADE SYSTEM PRESSURE LOG


PUMP SERIAL NUMBER

PURPOSE: To provide a record of the key pressure values on the hydraulic


system to facilitate trouble shooting and preventive-maintenance.

DATE LOW PRESSURE HIGH PRESSURE ACCUM


SWITCH SWITCH PRESSURE

DEFINITIONS:
HIGH PRESSURE: The gage reading where the pump shuts off. Typical 1850
psi. See factory tag for exact value.

LOW PRESSURE: The pressure value where the pressure switch turns the
pump back on after pressure drops from being at ttie high value. See factory
tag.

ACCUMULA TOR PRESSURE: Nitrogen charge value. Make a direct


measurement with a delta tt200-1506 accumulator pressure gauge/charge kit.
This measurement is done with the hydraulic system pressure at zero. Or take
an indirect reading by watching the pressure gauge. This is done by starting at
zero hydraulic pressure. Turn on the pump motor and watch the gauge. It will
rise quickly and then slow down as it charges the system. The pressure where
the gauge slows down is the nitrogen charge pressure in the accumulator.
Recharge the accumulator with nitrogen if its pressure value goes below 25% of
the hydraulic pressure switch setting.
The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract The World Trade Center
78
DELTA BARRIER MAINTENANCE COST DERIVATION
REVISED SHOTS
WORLD TRADE CENTER
s
6
7
8
9
~10
•i L Building Staff I NO. CLASSIFICATION HOURLY MONTHLY TOTAL AMOUNT
12 1 COST HOURS MONTHLY HOURS
13
14 0.29 MECHANICS $21.77 173.33 5027 $1.09431
IS
16 029 Total Staff 5027 $1,094.31
17
18 Total Wages $1.094.31
19
20 H. Taxes & Insurance RCA 7.650% $83.71
21 SUI 0.882% (EFFECTIVE RATE) $9.65
22 FUI 0.123% (EFFECTIVE RATE) $1 .35
23 NYSD $925 (RATE/PERSON/WO.) $2.68
24 8.900% (EFFECTIVE RATE)
25
26 Total Taxes & Insurance $97.39
27
28 ML Employee Benefits (pERHOun « OF HOURS AMOUNT |
29 Hunt and Wcttare - Local * 94 mOE $ 2.74 5027 $137.73
30 Pmion Fund -Local' 94 IUOE S 1.95 5027 $98.02
31 Annuity Fund -Local* 94 IUOE $ 220 5027 $110.59
32 Training Fund -Local* 94 IUOE $ 0.15 5027 $7.54
33 Sick Pay Fund- Local «S4 IUOE S 1.01 5027 $50.61
34 S 8.05 Total Benefits S4O4.48
35
36 IV. Other Direct Cost
37 MaunalsandSupNws $218.75
38
•39 S218.75
0 1999 SUBTOTAL MONTHLY COST (W/O W/C * PLPO) $1,814.93
1
42 ANNUAL SUBTOTAL OF ALL COSTS BEFORE W/C & PLPO S21.779.16
43
44 V. Workers Cocnp & PLPO
45 Woriure Comp 6.30% $68.94
46 PLPO 320% $35.02
47 TOTAL W/C & PLPO S1O3.96
48
49
SO
51 1999 TOTAL MONTHLY SELLING PRICE (With W/C A PLPD) $1,918.89
52
S3 1999 TOTAL ANNUAL SELLING PRICE (With W/C & PLPO) S23.026.67
si'
Services

TENION

41 l i !

THE PORT AUTHORITY


invjrj
Engineering
services IHE MNcrwrmoiHrr

f HIGH TENSIONMAINTENANCE

SCOPE (see attached)

1. Three year cycle —


2. Clean, maintain and test
3. 600 V and Above Equipment
4. Sub-stations, chiller plant pumps, switchgear, transformers, vacuum
breakers, etc.

Initial Vendor: ABM


Total Cost $200,689.00

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract 7g The World Trade Center
Engineering ^NPlliP ,-»
Sendees THE POfCT AOTNOWTY

HIGH TENSION MAINTENANCE

The scope of work will include labor, equipment, and miscellaneous materials to
perform high voltage electrical maintenance at the above site.

The buildings included in the scope will be as follows:


1. One World Trade Center Tower
2. Two World Trade Center Tower
3. Four World Trade Center
4. Five World Trade Center
5. Concourse and Sub Cellar Areas
6. Riverwater Pump Station

The work will be performed by Union Local 3 DBM electricians as a per normal
industry standard practices. The main power distribution center will be
performed in such a manner that all the equipment will be cleaned, maintained,
and tested in a three-year cycle.

The scope of work to be performed is as follows:

High Tension Maintenance

Provide supervision and test reports only to perform maintenance and testing of
high voltage (600 volts and above) equipment at the above site in the six
buildings as listed above.

1. Twenty-two substations - each with four main high voltages switches,


four feeders and four transformers throughout the facility's six buildings
as noted above.
2. Chiller plant pumps - with eight riser pumps and 10 chilled water pumps
include the main switches, breakers and transformers.
3. New chiller plant switch gear - including two 13.8 kV transformers, seven
main G.E. power vac circuit breakers and associated switchgear, five
transformer breaker lineups, chilled water pumps and controllers.

The primary distribution substation (eight lineups total) will be performed on a


three year cycle, as will be the power factor testing of the Main Line Vacuum
Interrupters.

The Port Authority of New York & New Jersey May 24, 1999 "'
Consolidated Maintenance Contract HO
ftn The World Trade Center |<t H
The following work will be performed on the H.V. switches:

1. Clean, exercise, and lubricate all mechanisms, contact areas and linkages.
2. Check operation of switch and perform any necessary alignment required.
3. Perform contact resistance tests prior to starting work (as found readings)
and after maintenance is complete (as left readings).
4. Perform as found and as left in substation resistance tests.
5. Physically inspect all components, and list all potential problem areas and
defects.
6. Perform any other maintenance and/or inspection as required by the
manufacturer.

The following work will be performed on power circuit breakers:

1. Clean and inspect cubicle and switchboards. Torque bus work to standard
values.
2. Physically inspect breaker cubicle and all associated components and list
any potential problems or defects.
3. Inspect shutter, primary contacts and stabs, racking, mechanism, and
secondary contacts.
4. Physically inspect breaker and breaker components.
5. Check breaker wipe and gap and verify that they are to proper
manufacturer's specifications. Adjust as necessary.
6. Perform as found, and as left micro ohm contact resistance
measurements.
7. Perform as found, and as left insulation resistance tests.
8. Perform vacuum integrity test and/or hipot across contacts.
9. Check for proper operation of breaker, operate and adjust. Lubricate
where required.
10. Check indicators and interlocks, and note number of operations.
11. Perform any additional tests or adjustments as required by the
manufacturer.

The following will be performed on transformers:

1. Remove covers, dean core and coil.


2. Make a physical inspection of the transformer and associated equipment
(i.e. fans, alarms, etc.)
3. Perform insulation resistance test.
4. Perform turns ratio test.

All the above work is based on straight time hours.

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract 81 The World Trade Center
Engineering
I Services

Please note the above prices include adherence to all OSHA, and union rules,
and in all cases include two men working together on all equipment 480 volts
and above.

All work unless otherwise noted is to be conducted between the hours of 8:00
a.m. and 4:30 p.m. on normal business days. The prices quoted include the cost
of all labor, equipment, miscellaneous materials, and minor repairs. Prices as
quoted do not include the cost of any major remedial or repair work.

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract 82 The World Trade Center

( I
HIGH TENSION COST DERIVATION
REVISED S/24/99
WORLD TRADE CENTER
•5
6
7
8
9
"io
11 I. Building Staff NO. CLASSIFICATION HOURLY MONTHLY TOTAL AMOUNT
12 COST HOURS MONTHLY HOURS
13
14 2.00 ELECTRICIANS $26.08
IS 2.00
1C Tout Staff 8.588.S3
17 $4103 so.oo
18 NontSdwdutol Ovw-tme Total Wages 8.548.53
19
20 U. STATUTORY COSTS RCA 7.650-4 £657.02
21 sm 1.12214 (EFFECTIVE RATE) $96.33
22 FUI 0.109% (EFFECTIVE RATE) $9.33
23 UABIUTYmS 0.134% (EFFECTIVE RATE) $11.53
24 W. COMPMXS 7.250% (RATE PER WAGES) 1622.67
25 HYECAOUES 0500% (RATE PER WAGES) $4244
26 NECAOUES 0200% (RATE PER WAGES) S17.1B
27 BENEFIT PGM 0250% (RATE PER WAGES) $2147
it APPRENTICE-
29 0.500% (RATE PER WAGES) $4244
X
31 17.714% (EFFECTIVE RATE)
32
33 Total Taxes * Insurances $1,521.42
34
3S
36 HI Employee Benefits PER HOUR OR
37 % Of WAGES • OF HOURS

ELECTRICIANS JOINT INDUSTRIAL BOARD 1.000%


0 PH8P-PENSION TRUST FUND 10.550% $906.09
.1 PH8P-MEDICAL 15590% S1.33895
42 DENTAL PLAN 2.040% $175-21
43 NEBF 3.000% $257.66
44 ANNUITY 1.00 329.32 $329.32
45 AS8F HOURLY 13230% S1.136.26
46 ASBF PICA (EMPLOYEE) 7.6SO% $657.02
47 ASBF VACATION/HOLIDAY 6.OOOV. $515.31
48 EDUCATION & CULTURAL 1.000% $85.89
49 COMPENSATION SUPPLEMENT 0500% S42.94
SO ASBFPERHOUR 0.63 329.32 $207.47
SI Total Benefits 15,738.01
52
S3 IV. Other Direct Cost
S4 MATERIALS AND SUPPLIES 183333
SS UNIFORMS 329.32 S4281
56 Total Other Direct Costs: J876.14
57

1999 TOTAL MONTHLY COST 1C.724.10


60
Cl 1999 TOTAL ANNUAL COST £200,689.22

62
63
64
65
66
67
Engineering
Services

IHE PORT JUFTHORirr


ELECTRICAL SYSTEM THERMOGRAPHY

SCOPE

1. Three year cycle


2. Infrared testing (thermal image)
3. Detailed reporting (hard copy and CD Rom)

Initial Vendor: ABM


Total Cost $151,531.68

The Port Authority of New York & New Jersey May 24,1999
Consolidated Maintenance Contract g3 The World Trade Center
Engineering
Services 1ME POWT AfflKOmrr

ELECTRICAL SYSTEM THERMOGRAPHY

The Scope of Work will include all labor, equipment, miscellaneous materials and
thermographic reports to perform an Electrical Systems thermographic study at
the above site.

The buildings included in the scope will be as follows:

1. One World Trade Center Tower


2. Two World Trade Center Tower
3. Four World Trade Center
4. Five World Trade Center
5. Concourse and Sub Cellar Areas
6. Riverwater Pumping Station

The work will be performed by Union Local 3 DBM electricians as per normal
industry standard practices. All work listed below will be performed on an 36
month cycle.

The scope of work to be performed is as follows:

I. Thermographic Survey and Spot Demand

This work will include examining all circuit breaker panels, disconnect switches,
distribution panels, and bus ducts, 600 volts or less in all the electrical closets,
mechanical room motor control centers, elevator rooms main power disconnects
and main service rooms in the areas listed above.

The thermographic study will examine all the above areas with an infrared
thermal imager and a spot demand study will be performed taking voltage and
current readings on all main devices. An inventory list of examined equipment
will be taken. If a hot spot is detected, we will document it with a picture of the
thermal image, a photograph of the area will be taken, and an identification will
be made in the field, and it will be cross referenced in the report.

The report will identify the problem area and make recommendations of the
most reasonable repair. We will provide four hard copies of the report and a CD
ROM.

The above is inclusive of all reports. AH the work is to be done during normal
hours (straight time).
Please note the above prices include adherence to all OSHA, and union rules.
The Port Authority of New York & New Jersey May 14,1999
Consolidated Maintenance Contract The World Trade Center
ABM Services

A
THE PORT AUTHORITY
ROOF RIG MAINTENANCE
SCOPE

1. Monthly inspections
2. Full scope PM (monthly)
3. Minor repairs (labor only included)
4. Major repairs (not included)

Initial Vendor: American Scaffolding


Total Cost $60,000.00

>e Port Authority of New York & New Jersey


msolidated Maintenance Contract May 24, 1999
85 The World Trade Center
Roof Rig Monthly Maintenance Schedule

Based on 8 Hours Operation Per Day

i
1. A high grade general purposes bearing grease should be applied to all nipples

j including turn tables.

2. Inspect the following chains of each hoist drive system for proper tension

And general conditions:

a) Cable Winding Device Chain

b) Main Power Spindle Switch Chain

c) Control Current Spindle Switch Chain

d) Over-speed Governor chain

3. Grease the spindle of each hoist cable winding device with high grade graphite
lubricant. Do not allow grease to accumulate or become resinous. Before
regreasing, dean spindle with a pretroleum bases solvent.

Lubricants may be substituted where required.


Roof Rio Quarterly Maintenance Schedule

Based on 8 Hours Operation Per Day

1. Inspect proper functioning of

a) both hoist winch assemblies

b) drive chassis

c) hydraulic system for the outrigger

d) hydraulic system for bogy revolving device

e) all control limit switches. They should be kept clean and lightly oiled

2. Inspect and adjust, if necessary, the main and control spindle end

switches according to the manufacturer's instructions.

3. Perform primary brake test on both hoist trains. It is very important that

these brakes be kept in good operating conditions. If necessary adjust the

brakes according to the manufacturer's instructions

4. Perform secondary brake test on both hoist trains. Adjust brakes if

Necessary. Inspect the dogs and the slipping couplings of the overspeed

governors for freedom of movement, to insure that the mechanism is in

satisfactory condition. This work will be done with your consultants at

their required intervals.

5. The sliprings and brushes on the main hoist shafts must be kept dean. If

Cleaning is required, use electrical contact solvent


6. Inspect all linkages of outrigger, hydraulic cylinders, secondary brake
systems and the bogy revolving device. Lubricate the pivot points with

machine oil or use high grade bearing grease.


Roof Rio Yearly Maintenance Schedule

Base on 8 Working Hours Daily. *,

1 It is recommended that the machine be run periodically, at least

once a month during the standstill period. This will insure that

bearings, gear faces and other internal parts of the gear reducers

are covered with oil to resist corrosion. The yearly maintenance

schedule should not be suspended for over one year.

2 Change oil in main hoist gear reducter.

Recommended replacement oil:

Shell Macoma Oil 75 or equivalent

Riling

Remove the side cover plate located above the oil draining plug. The oil can

then be poured through the opening into the housing. To bring the oil level up

to the mark on the dip stick requires approx. 5.3 gallons of oil.

Draining the CHI

Remove the oil draining plug. It is advisable to remove the cover above. This will

allow entry of air into the housing.

3. Change oil and clean filter in hydraulic pump units.

Recommended replacement oil:

Esso Oil "Esstic 50" or equivalent

4. Lubricate with grease gun all sealed bearings on:


Drum Shaft

Cable Winding Device

Bogy Wheels

Cable Sheaves

Use high grade bearing grease. Grease fittings should be cleaned before

greasing.

5. Grease hoist cables lightly with a wire rope lubricant.

Note: The first oil change in the main hoist gear reducers and in the hydraulic power

units should be made after 160 hours of use.

Additionally, wire ropes are tested and re-swaged once a year. We will work

with you on this.


FAX-2O1 -863-^222
Hoisting • Rigging • Engineering ona Maintenance of Powered Scotlolchng
•»

achal service systems corporation

INTRODUCING

MACHAL SERVICE SYSTEMS CORP.


&
AMERICAN SCAFFOLD PARTS CORP

ESTABLISHED IN 1970, MACHAL SERVICE SYSTEM IS HERE TO PROVIDE COMPLETE


SERVICE FOR ALL YOUR PERMANENT WINDOW WASHING REQUIREMENTS. WE SERVICE
AND MAINTAIN ALL MAKES AND TYPES OF PERMANENT WINDOW WASHING SYSTEMS.
WE ALSO INSTALL NEW SYSTEMS AND OFFER APPROVED RETROFITTING OF OLD
SYSTEMS, COMPLETE FROM ENGINEERING TO FINAL INSTALLATION.

WE ARE AN AUTHORIZED SKY CLIMBER DEALER AND OFFER COMPLETE SERVICE OF


YOUR SKYCLIMBER HOISTS. THESE REPAIRS ARE PERFORMED BY OUR FACTORY
TRAINED AND CtK'llHbD TECHNICIANS IN OUR OWN SHOP OR ON SITE WITHIN 2 HOURS
OF YOUR CALL, DISTANCE PROVIDING.

WE ALSO PROVIDE THE ABOVE SERVICE FOR MOTORS MANUFACTURED BY OTHERS.

AMERICAN SCAFFOLD PARTS CORP. WAS ESTABLISHED IN 1981 TO SERVE ALL YOUR
SCAFFOLD RENTAL NEEDS. WE HAVE A LARGE INVENTORY OF SWING STAGE RENTALS
ALONG WITH A COMPLETE SELECTION OF PIPE SCAFFOLDING, AND ALL SIZES OF
SIDEWALK BRIDGING. ADDITIONALLY, WE OFFER COMPLETE ERECTION AND
DISMANTLING SERVICES. WE ALSO RENT SCISSOR LIFT, MANOFTS, AND FORKLIFTS.

PLEASE CALL US TO LOOK AT YOUR NEXT JOB OR TO GO OVER YOUR NEXT BID,
WHETHER IT REQUIRES MAINTENANCE, NEW INSTALLATION, OR POWER SWING AND
FRAME SCAFFOLDING RENTALS.

WE HAVE LICENSED RIGGERS AND CARRY Al LIABILITY INSURANCE OF $5,000,000.00 AND


ANY SPECIAL WORDING ON A CERTIFICATE CAN OBTAINED.

MACHAL / AMERICAN WILL GIVE YOU PROFESSIONAL, PERSONALIZED SERVICE WITH


EFFICIENCY AND IS ALWAYS READY TO SERVE YOUR SCAFFOLDING NEEDS.

ULY

ROBERT NICKEL
SERVICE MANAGER
Engineering
Services

THE PORT AUTHORITY


Februarv 18. 1999

A B M Engineering Services
551 5th Avenue
Suite 300
New York, NY 10176

Att: Larry Spahn


Q«: 033248

PWACH Re: 110FL, 75FL, 41FL, 20FL, 110th FL. -2Compartment


1 World Trade Center
NKCO INC.
Gentlemen:

Ve submit the following quotation for work required to the water tanks.

Crescent Street SPECIFICATIONS FOR STEEL TANK CLEANING:


id City. N.Y. 11101 Cleaning & Inspections - Clean by scrubbing, scraping, and chlorinating
18) 729-4900 in accordance with the requirements of the Nev York City Health
(718) 482-0661 Department. All debris will be put in plastic bags and removed
from the premises. We will inspect the interior of the tank to
determine the structural condition and the condition of the lininc
if any. Should further work be required, a proposal will be
submitted.

The tank(s) are to be drained and refilled by Building Engineer.

| PRICE - TWO THOUSAND FOUR HUNDRED (52,400.00) DOLLARS.


i
j NOTE: The above price (s) are for EACH tank.

! The above work will be done in accordance to confined space regulations

ALTERNATE:
Coating - Apply two part Koppers 300M Bitumastic lining to all interior
surfaces to a minimum thickness of 8 mil.
senwach PRICE - THREE THOUSAND FIVE HUNDRED (S3,500.00) DOLLARS.
Master Plumber #949
>ressk>n Contractor 4276 The two compartment tank on the 110th floor should be calculated as twc
« / Sprinkler Testing separate tanks.
is Removed
M Preventer
Thanking you for the inquiry and trusting to be favored with your ordei
ion & Testing

ROSENHACJKTAKR, CO. ,INQ,

) ^^ttSL^^^tZr: -—-r*\^

Andrew Rosenwrch, Lie.949


JR 130TH YEAR
D & STEEL TANKS AR:cd
EL STRUCTURES

Accepted Date
Preventive Maintenance Program
ANSI/ISO/ASQU Q9002-1994
ABME (GP-09)
Master Equipment List (Detail)

EQUIPMENT TYPE: 0045 - CHILLER - RECIPROCATING (5-97)

* Task ID Frequency Master Task Description


005 Q GENERAL OPERATIONAL INSPECTION
0124 S CHECK COMPRESSOR OIL LEVELS

EQUIPMENT TYPE: 0055 - ABSORBER CHILLER

Task ID Frequency Master Task Description


9544 S INSPECT FILTER
9542 S INSPECT AND CLEAN PURGE PROBES
9543 S CONDUCT RUNNING VACUUM TEST
9545 S FLUSH SEAL SYSTEM
0039 A REMOVE CONDENSER HEADS AND PUNCH TUBES
0037 A INSPECT AND CLEAN PURGE TANK
0038 A INSPECT PURGE VALVE
0035 A LUBRICATE AND ADJUST VALVE MOTOR LINKAGE
0036 A LUBRICATE ALL PUMP MOTORS
9988 A CHECK ALL ELECTRICAL CONNECTIONS FOR TIGHTNESS
0034 A TIME DILUTION CYCLE
0020 A TEST ALARM CIRCUITS
9991 A INSPECT, CLEAN AND TEST CONTROLS
9989 A CLEAN AND PAINT UNIT AS REQUESTED
0040 A RECORD MAINTENANCE ACTIONS IN EQUIPMENT HISTORY

EQUIPMENT TYPE: 0056 - A/C COMPRESSOR (RECIP) (5-97)

Task ID Frequency Master Task Description


0608 M **OBSERVE EPA 608 REQUIREMENTS**
9888 M OPERATIONAL CHECK FOR VIBRATION AND/OR UNUSUAL NOISE
9890 M CHECK OIL LEVEL
9541 S CHECK OPEATTON OF CRANKCASE HEATER
9540 S LUBRICATE MOTOR BEARINGS
0044 A TAKE OIL SAMPLES AND HAVE ANALYSIS PERFORMED -
0043 A INSPECT OIL FILTER, REPLACE/CLEAN AS REQUIRED
0028 A CHECK TIGHTNESS OF ALL BOLTS, NUTS AND SCREWS
9988 A CHECK ALL ELECTRICAL CONNECTIONS FOR TIGHTNESS
0042 A REMOVE COUPLING AND RUN MOTOR INDEPENDENTLY. CHECK
BEARINGS FOR NOISE, VIBRATION AND OVERHEATING
" 0008 A RECORD MOTOR AMP READINGS IN EQUIPMENT HISTORY LI ( ) L2 ( )
L3()
0009 A RECORD MOTOR MEGGER READINGS IN EQUIPMENT HISTORY MEG-
OHMS
9989 A CLEAN AND PAINT UNIT AS REQUIRED
Preventive Maintenance Program
ANSI/ISO/ASQU Q9002-1994
ABME (GP-09)
Master Equipment List (Detail)

0040 A RECORD MAINTENANCE ACTIONS IN EQUIPMENT HISTORY


IUIPMENTTYPE: 0057-A/C UNIT (PKGD-AIR CLD-DX-DIRECT DRV) (5/97)

; ID Frequency Master Task Description


0608 M **OBSERVE EPA 608 REQUIREMENTS**
9888 M OPERATIONAL CHECK FOR VIBRATION AND/OR UNUSUAL NOISE
9597 Q CHECK SYSTEM CHARGE - IF LOW, REPAIR LEAKS AND CHARGE
SYSTEM
9681 Q INSPECT PIPING AND CONNECTIONS
9729 Q INSPECT AIR FILTERS
9561 S FLUSH CONDENSATE DRAINS
9991 A INSPECT, CLEAN AND TEST CONTROLS
'l 0028 A CHECK TIGHTNESS OF ALL BOLTS, NUTS AND SCREWS
9988 A CHECK ALL ELECTRICAL CONNECTIONS FOR TIGHTNESS
0007 A LUBRICATE MOTOR BEARINGS
0012 A INSPECT COILS FOR LEAKS AND DIRT. CLEAN AS REQUIRED
9989 A CLEAN AND PAINT UNIT AS REQUIRED
0040 A RECORD MAINTENANCE ACTIONS IN EQUIPMENT HISTORY

EQUIPMENT TYPE: 0058 - AIR COOLER/DRYER

Task ID Frequency Master Task Description

0608 M **OBSERVE EPA 608 REQUIREMENTS**


9886 M CHECK PRESSURE CONTROL STATION
9887 M DRAIN PRE FILTER
9722 Q INSPECT AUTOMATIC BLEEDS
9723 Q MANUALLY BLEED OFF WATER
9538 S RECORD COOLED AIR TEMPERATURE IN EQUIPMENT HISTORY
9994 A CLEAN CONDENSOR COIL
9988 A CHECK ALL ELECTRICAL CONNECTIONS FOR TIGHTNESS
9991 A INSPECT, CLEAN AND TEST CONTROLS
0040 A RECORD MAINTENANCE ACTIONS IN EQUIPMENT HISTORY

EQUIPMENT TYPE: 0059 - AIR COMPRESSOR


9725 Q GENERAL OPERATIONAL INSPECTION
9729 Q INSPECT AIR FILTERS
9724 Q DRAIN RECEIVER
9595 Q CHECK COMPRESSOR OIL LEVELS
9596 Q CHECK AUTO BLOW DOWN FOR PROPER OPERATION
9546 S CHANGE COMPRESSOR OIL
9560 S INSPECT BELTS/SHEAVES FOR WEAR, TENSION AND ALIGNMENT

You might also like