Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
Contract 2022-033ADocuSign Envelope ID: 4D0D64E7-7415-479B-B553-F1 CK4430M C
CONTRACT APPROVAL FORM
TO: BRIAN BULTHUIS, CITY MANAGER [IDSTHRU: FREDDY SUAREZ, PROCUREMENT SERVICES DIRECTOR
FROM: RAMSEY JIMENEZ, SENIOR PROCUREMENT AGENT
SUBJECT: ELEVATOR AND ESCALATOR MAINTENANCE AND REPAIR
DATE: MAY 2, 2022
THE PROCUREMENT SERVICES DIRECTOR RECOMMENDS THE
FOLLOWING:
APPROVE: Agreement between the City of Clermont and Oracle Elevator Company to
provide elevator and escalator maintenance and repair. The agreement shall take effect
on the date of execution by both parties and shall remain in effect for one (1) year, unless
renewed or terminated as provided by the Broward County Board of County
Commissioners contractual agreement. Upon mutual agreement, the agreement may be
renewed for one (1) additional one (1) year term.
2. Why is this action necessary: In accordance with the City of Clermont Purchasing
Policy, the City Manager is authorized to approve contracts under $20,000 that do not
require a budget amendment.
3. ADDITIONAL INFORMATION: At the request of the Public Services Department, the
Procurement Services Department sought a contract with Broward County B.C.C. for
elevator and escalator maintenance and repair, contract number BLD2116389131. The
estimated annual expenditures is less than $20,000 and it is included in the Public
Services Department budget. The Procurement Services Department issued RFI 2204-
004 to notify local vendors of the City's intent to utilize other governmental entities'
contract. At the completion of the RFI the Procurement Services Department received no
interest. The Broward County B.C.C. contract was fully competed, advertised, and
complies with the City of Clermont Purchasing Policy.
4. FISCAL IMPACT: The fiscal impact of $20,000 is included in the current year approved
budget.
5. EXHIBITS: Broward County Bid Tabulation
Elevator and Escalator Maintenance and Repair Agreement
�DocuSig_neddbby:
�' \
534781168a39SFgnature
APPROVAL AUTHORITY
Approved ® Disapproved ❑
Reason/Suggestion (If disapproved)
City Manager
Title
5/2/2022
Date
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C
AGREEMENT NO. 2022-033 FOR
ELEVATOR AND ESCALATOR MAINTENANCE AND REPAIR
THIS AGREEMENT, is made and entered into this 2nd day of May
2022, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation
under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont,
Florida, (hereinafter referred to as "CITY"), and Oracle Elevator Company, whose address
is: 2315 Stirling Road, Ft. Lauderdale FL, 33312, (hereinafter referred to as
"CONTRACTOR").
WHEREAS, Broward County Board of County Commissioners (hereinafter referred to as
"Broward County Board BCC"). Through the public procurement process awarded an
Agreement for elevator and escalator maintenance and repair, Broward County Board BCC
Contract Number BLD2116389B 1;
WHEREAS, CITY desires to utilize the above -referenced awarded bid, CONTRACTOR's
response thereto and Agreement in accordance with CITY's procurement policy; and
WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms
and conditions of the Broward County Board BCC Contract Number BLD2116389B 1;
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth,
mutually agree as follows:
ARTICLE 1— SCOPE OF WORK
The CONTRACTOR shall furnish elevator and escalator maintenance and repair as
described in the Broward County Board BCC Contract Number BLD2116389B1, which is
attached hereto and incorporated herein as Exhibit "A" and shall perform everything
required by this Agreement and the other exhibits attached hereto. Provided, however, that
nothing herein shall require CITY to purchase or acquire any items or services from
CONTRACTOR that is not specified in the CITY's purchase order. To the extent of a
conflict between this Agreement and Exhibit "A", the terms and conditions of this
Agreement shall prevail and govern. In all instances the CITY purchasing policy,
resolutions and ordinances shall apply.
ARTICLE 2 — THE CONTRACT SUM
CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth
in the Agreement documents and the Unit Price Schedule as set forth in Exhibit "B",
attached hereto and incorporated herein.
1
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C
ARTICLE 3 — TERM AND TERMINATION
3.1. This Agreement is to become effective upon execution by both parties, and shall
remain in effect until January 31, 2023 unless terminated or renewed by Broward
County Board BCC.
3.2. Notwithstanding any other provision of this Agreement, CITY may, upon written
notice to CONTRACTOR, terminate this Agreement: a) without cause and for
CITY's convenience upon thirty (30) days written notice to CONTRACTOR b) if
CONTRACTOR is adjudged to be bankrupt; c) if CONTRACTOR makes a general
assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with
any of the conditions of provisions of this Agreement; or e) CONTRACTOR is
experiencing a labor dispute, which threatens to have a substantial, adverse impact
upon the performance of this Agreement, without prejudice to any other right or
remedy CITY may have under this Agreement. In the event of such termination,
CITY shall be liable only for the payment of all unpaid charges, determined in
accordance with the provisions of this Agreement, for work, properly performed
and accepted prior to the effective date of termination.
3.3. Upon mutual Agreement of the parties, this Agreement may be renewed for one (1)
additional year term.
ARTICLE 4 — PROVISION OF SERVICES AND COMPLETION OF WORK
4.1. The CONTRACTOR shall only provide to CITY Elevator and Escalator
Maintenance and Repair upon receipt of an authorized order from CITY and shall
provide the requested items in the timeframe and as set forth in Broward County
Board BCC Contract Number BLD2116389BI or in the specific purchase order or
authorized order submitted by CITY. Nothing herein shall obligate CITY to
purchase any specific amount of product from CONTRACTOR or create an
exclusive purchase agreement between CITY and CONTRACTOR. CITY shall not
be obligated or required to pay for any items received until such time as CITY has
accepted the items in accordance with the order provided to CONTRACTOR.
4.2. CONTRACTOR, upon receipt of an order hereunder, shall immediately notify
CITY if it has an issue or question related to the fulfillment of the order or whether
there will be any delay in providing the items requested. Failure of
CONTRACTOR to so notify CITY will preclude CONTRACTOR from seeking
payment of any kind for any items that were delayed in delivery. Upon receipt of
notification of the delay, CITY may at its sole option cancel the order and seek the
items from any available source.
4.3. It is expressly understood and agreed that the passing, approval and/or acceptance
of any gasoline, diesel, kerosene, LP gas and bio-diesel herein by CITY or by any
agent or representative as in compliance with the terms of this Contract shall not
operate as a waiver by the CITY of strict compliance with the terms of this Contract
2
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C
and the CITY may require the CONTRACTOR replace the accepted gasoline,
diesel, kerosene, LP gas and bio-diesel so as to comply with the warranties and
specifications hereof
4.4. COMPANY specifically acknowledges that this Contract does not bind or obligate
CITY to purchase any minimum quantity of product during the term hereof.
ARTICLE 5 — PAYMENTS
In accordance with the provisions fully set forth in the Contract Documents,
CONTRACTOR shall submit an invoice to CITY upon completion of the services and
delivery of products to CITY as set forth in the applicable purchase order. CITY shall make
payment to the CONTRACTOR for all accepted deliveries and undisputed product
delivered and services provided, within thirty (30) calendar days of receipt of the invoice.
ARTICLE 6 — DISPUTE RESOLUTION - MEDIATION
6.1. Any claim, dispute or other matter in question arising out of or related to this
Agreement shall be subject to mediation as a condition precedent to voluntary
arbitration or the institution of legal or equitable proceedings by either party.
6.2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and
other matters in question between them by mediation.
6.3 The parties shall share the mediator's fee and any filing fees equally. The mediation
shall be held in Clermont, Lake County, Florida, unless another location is mutually
agreed upon. Agreements reached in mediation shall be enforceable as settlement
Agreements in any court having jurisdiction thereof.
ARTICLE 7 — INSURANCE AND INDEMNIFICATION RIDER
7.1. Worker's Compensation Insurance — The CONTRACTOR shall take out and
maintain during the life of this Agreement, Worker's Compensation Insurance for
all its employees connected with the work of this Project and, in case any work is
sublet, the CONTRACTOR shall require the subCONTRACTOR similarly to
provide Worker's Compensation Insurance for all of the subCONTRACTOR
employees unless such employees are covered by the protection afforded by the
CONTRACTOR. Such insurance shall comply with the Florida Worker's
Compensation Law. In case any class of employees engaged in hazardous work
under this Agreement at the site of the Project is not protected under the Worker's
Compensation statute, the CONTRACTOR shall provide adequate insurance,
satisfactory to the CITY, for the protection of employees not otherwise protected.
3
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C
7.2. CONTRACTOR's Commercial General Liability Insurance — The
CONTRACTOR shall take out and maintain during the life of this Agreement,
Commercial General Liability and Business Automobile Liability Insurance as
shall protect it from claims for damage for personal injury, including accidental
death, as well as claims for property damages which may arise from operating under
this Agreement whether such operations are by itself or by anyone directly or
indirectly employed by it, and the amount of such insurance shall be as follows:
(a) CONTRACTOR's Commercial General Liability, $1,000,000 Each,
($2,000,000 aggregate). Liability Coverages, Bodily Injury Occurrence, &
Property Damage Combined Single Limit
(b) Automobile Liability Coverages, $1,000,000 Each, Bodily Injury &
Property Damage Occurrence, Combined Single Limit
(c) Excess Liability, Umbrella Form $2,000,000 Each Occurrence, Combined
Single Limit
Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall
be amended to provide coverage on an occurrence basis.
7.3. Indemnification Rider
(a) To the fullest extent permitted by law, the CONTRACTOR shall indemnify
and hold harmless the CITY and its employees from and against all claims,
damages, losses and expenses, including but not limited to reasonable
attorney's fees, arising out of or resulting from its performance of the Work,
provided that any such claim, damage, loss or expense (1) is attributable to
bodily injury, sickness, disease or death, or to injury to or destruction of
tangible property (other than the Work itself) , and (2) is caused in whole or
in part by any negligent act or omission of the CONTRACTOR, any
subcontractor, anyone directly or indirectly employed by any of them or
anyone for whose acts any of them may be liable, regardless of whether or
not such acts are caused in part by a party indemnified hereunder. Such
obligation shall not be construed to negate, abridge, or otherwise reduce any
other right to obligation of indemnity which would otherwise exist as to any
party or person described in this Article; however, this indemnification does
not include the sole acts of negligence, damage or losses caused by the
CITY and its other contractors.
(b) In any and all claims against the CITY or any of its agents or employees by
any employee of the CONTRACTOR, any subcontractor, anyone directly
or indirectly employed by any of them or anyone for whose acts any of them
may be liable, the indemnification obligations under this Paragraph shall
not be limited in any way by any limitation on the amount or type of
damages, compensation or benefits payable by or for the CONTRACTOR
2
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C
or any subcontractor under workers' or workmen's compensation acts,
disability benefit acts or other employee benefit acts.
(c) The CONTRACTOR hereby acknowledges receipt of ten dollars and other
good and valuable consideration from the CITY for the indemnification
provided herein.
ARTICLE 8 — NOTICES
All notices shall be in writing and sent by United States mail, certified or registered, with
return receipt requested and postage prepaid, or by nationally recognized overnight courier
service to the address of the party set forth below. Any such notice shall be deemed given
when received by the party to whom it is intended.
CONTRACTOR: Oracle Elevator
2315 Stirling Road
Ft. Lauderdale, FL 33312
Attn: Rrobert Schram
OWNER: City of Clermont
Attn: Brian Bulthuis, City Manager
685 W. Montrose Street
Clermont, FL 34711
ARTICLE 9 — MISCELLANEOUS
9.1. Attorneys' Fees — In the event a suit or action is instituted to enforce or interpret
any provision of this Agreement, the prevailing party shall be entitled to recover
such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any
appeal, in addition to all other sums provided by law.
9.2. Waiver — The waiver by city of breach of any provision of this Agreement shall not
be construed or operate as a waiver of any subsequent breach of such provision or
of such provision itself and shall in no way affect the enforcement of any other
provisions of this Agreement.
9.3. Severability — If any provision of this Agreement or the application thereof to any
person or circumstance is to any extent invalid or unenforceable, such provision, or
part thereof, shall be deleted or modified in such a manner as to make the
Agreement valid and enforceable under applicable law, the remainder of this
Agreement and the application of such a provision to other persons or
circumstances shall be unaffected, and this Agreement shall be valid and
enforceable to the fullest extent permitted by applicable law.
5
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C
9.4. Amendment — Except for as otherwise provided herein, this Agreement may not be
modified or amended except by an Agreement in writing signed by both parties.
9.5. Entire Agreement — This Agreement including the documents incorporated by
reference contains the entire understanding of the parties hereto and supersedes all
prior and contemporaneous Agreements between the parties with respect to the
performance of services by CONTRACTOR.
9.6. Assigningnt — Except in the event of merger, consolidation, or other change of
control pursuant to the sale of all or substantially all of either party's assets, this
Agreement is personal to the parties hereto and may not be assigned by
CONTRACTOR, in whole or in part, without the prior written consent of city.
9.7. Venue — The parties agree that the sole and exclusive venue for any cause of action
arising out of this Agreement shall be Lake County, Florida.
9.8. Applicable Law — This Agreement and any amendments hereto are executed and
delivered in the State of Florida and shall be governed, interpreted, construed and
enforced in accordance with the laws of the State of Florida.
9.9. Public Records — Contractor expressly understands records associated with this
project are public records and agrees to comply with Florida's Public Records law,
to include, to:
(a) Keep and maintain public records that ordinarily and necessarily would be
required by the CITY in order to perform the services contemplated herein.
(b) Provide the public with access to public records on the same terms and
conditions that the CITY would provide the records and at a cost that does
not exceed the cost provided in this Florida's Public Records law or as
otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from
public records disclosure requirements are not disclosed except as
authorized by law.
(d) Meet all requirements for retaining public records and transfer, at no cost,
to the CITY all public records in possession of CONTRACTOR upon
termination of the contract and destroy any duplicate public records that are
exempt or confidential and exempt from public records disclosure
requirements. CONTRACTOR shall use reasonable efforts to provide all
records stored electronically to the CITY in a format that is compatible with
the information technology systems of the CITY.
71
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C
(e) IF CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTRACTOR SHALL
CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT
CITY CLERK'S OFFICE, (352) 241-7331.
ARTICLE 10 —AGREEMENT DOCUMENTS
The Agreement Documents, as listed below are herein made fully a part of this Agreement
as if herein repeated.
Document Precedence:
10.1. This Agreement
10.2. Purchase Order / Notice To Proceed
10.3. An applicable Contractor Quote or Statement of Work
10.4. All documents contained in the Broward County Board BCC Contract Number
BLD2116389B 1.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
this 2nd day of May , 2022.
CITY OF CLERMONT
ATTEST:
—DocuSigned by:
T4 AdA-yo(
City Clerk
7
DocuSign Envelope ID: 4D0D64E7-7415-479B-B553-F1 C8C4430A1 C
ORACLE ELEVATOR COMPANY
By: FZned by:
Auj Sf
(S ignatAr&f9D2 FA1 AA7F4CA_.
Print Name: Michael west
Title: Senior vice President
Date: 5/2/2022
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C
BID TABULATION
Bid #BLD2116389B1
Elevator and Escalator Maintenance and Repair -Port Everglades
AWARDED BY THE BOARD OF COUNTY COMMISSIONERS ON MARCH 5, 2019, ITEM 36
Opened: 6/20/2018
Responses: 4
Declinations: 1
BRVARD
COUNTY
Item #
Item
Qty
Unit
thyssenkrupp Elevator
2801 SW 15th St.
Pompano Beach, FL
33069
Price Total
Oracle Elevator
2315 Stirling Rd.
Ft. Lauderdale, FL 33312
Price Total
Eastern Elevator Service
Inc.
2111 N. Commerce Pkwy.
Weston, FL 33326
Price Total
Schindler Elevator
13800 NW 2nd St., Ste. 140
Sunrise, FL 33325
Price Total
BLD211638961--01-01
Monthly
Maintenance -T1Montgomery Elevator #33213
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-02
Monthly
Maintenance -T1Montgomery Escalator #33212
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$321.00
$7,704.00
BLD2116389B1--01-03
Monthly
Maintenance - T2 thyssenkrupp Elevator #04-20000
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-04
Monthly
Maintenance - T2 thyssenkrupp Elevator #04-20001
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-05
Monthly
Maintenance -T2Montgomery Elevator #32853
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-06
Monthly
Maintenance -T2Montgomery Escalator #32852
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD211638961--01-07
Monthly
Maintenance -T2Montgomery Escalator #50024
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-08
Monthly
Maintenance - T2 Kone Escalator #1200070
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD211638961--01-09
Monthly
Maintenance -T4Schindler Elevator #1400164
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD2116389B1--01-10
Monthly
Maintenance -T4Schindler Elevator #1400165
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD211638961--01-11
Monthly
Maintenance -T4Schindler Escalator #1400168
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
Group 2, Port Facilities 5L
Monthly
Maintenance -T4 Schindler Escalator#1400169
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD211638961--01-13
Monthly
Maintenance -T18Montgomery Elevator #52122
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-14
Monthly
Maintenance - T18 Kone Elevator #08-00123
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD211638961--01-15
Monthly
Maintenance - T18 Kone Elevator #08-00122
24
month
$645.00
$15,480.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD2116389B1--01-16
Monthly
Maintenance - T18 Kone Elevator #09-00085
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD2116389B1--01-17
Monthly
Maintenance - T18 Kone Elevator #09-00086
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD2116389B1--01-18
Monthly
Maintenance - T18 Kone Elevator #09-00087
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD2116389B1--01-19
Monthly
Maintenance - T18 Kone Escalator #09-00090
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-20
Monthly
Maintenance - T18 Kone Escalator #08-00120
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD211638961--01-21
Monthly
Maintenance - T18 Kone Escalator #08-00121
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-22
Monthly
Maintenance - T18 Kone Escalator #09-00088
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-23
Monthly
Maintenance - T18 Kone Escalator #09-00089
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-24
Monthly
Maintenance - T18 Kone Escalator #09-00092
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD211638961--01-25
Monthly
Maintenance - T18 Kone Escalator #09-00091
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-26
Monthly
Maintenance -T18Montgomery Elevator #51136
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD211638961--01-27
Monthly
Maintenance - T19 Kone Escalator #1200087
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-28
Monthly
Maintenance - T19 Kone Escalator #1200088
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-29
Monthly
Maintenance - T19 Kone Elevator #1200089
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD2116389B1--01-30
Monthly
Maintenance - T19 Kone Elevator #1200090
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD211638961--01-31
Monthly
Maintenance -T21Montgomery Escalator #58365
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-32
Monthly
Maintenance - T21 Kone Escalator #1200091
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-33
Monthly
Maintenance - T21 Kone Escalator #1200092
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-34
Monthly
Maintenance - T21 Kone Elevator #1200093
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-35
Monthly
Maintenance - T21 Kone Elevator #1200094
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-36
Monthly
Maintenance -T21Montgomery Escalator #58366
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD211638961--01-37
Monthly
Maintenance - T21 Kone Elevator #58367
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD2116389B1--01-38
Monthly
Maintenance - T21 Kone Elevator #58368
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD2116389B1--01-39
Monthly
Maintenance -T26Montgomery Elevator #41110
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-40
Monthly
Maintenance -T26Montgomery Escalator #41114
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD211638961--01-41
Monthly
Maintenance -T26Schindler Escalator #1200086
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.001
$16,800.00
$1,081.00
$25,944.00
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C
BID TABULATION
Bid #BLD2116389B1
Elevator and Escalator Maintenance and Repair -Port Everglades
AWARDED BY THE BOARD OF COUNTY COMMISSIONERS ON MARCH 5, 2019, ITEM 36
Opened: 6/20/2018
Responses: 4
Declinations: 1
BRVARD
COUNTY
Item #
Item
Qty
Unit
thyssenkrupp Elevator
2801 SW 15th St.
Pompano Beach, FL
33069
Price Total
Oracle Elevator
2315 Stirling Rd.
Ft. Lauderdale, FL 33312
Price Total
Eastern Elevator Service
Inc.
2111 N. Commerce Pkwy.
Weston, FL 33326
Price Total
Schindler Elevator
13800 NW 2nd St., Ste. 140
Sunrise, FL 33325
Price Total
BLD2116389B1--01-42
Monthly
Maintenance -T26Schindler Escalator #1200081
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-43
Monthly
Maintenance -T26Schindler Escalator #1200084
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-44
Monthly
Maintenance -T26Schindler Elevator #1200085
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-45
Monthly
Maintenance -T26Schindler Elevator #1200082
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD211638961--01-46
Monthly
Maintenance -T26Schindler Elevator #1200083
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-47
Monthly
Maintenance - T29 Kone Elevator #01-08644
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-48
Monthly
Maintenance - T29 Kone Elevator #01-08645
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-49
Monthly
Maintenance - T29 Kone Elevator #01-08643
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-50
Monthly
Maintenance-Admin. Bldg. Dover Elevator#39087
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD2116389B1--01-51
Monthly
Maintenance-Admin. Bldg. Dover Elevator#39279
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD2116389B1--01-52
Monthly
Maintenance-Admin. Bldg. Dover Elevator#39088
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD2116389B1--01-53
Monthly
Maintenance - HMT Dover Elevator #57740
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$531.00
$12,744.00
BLD2116389B1--01-54
Monthly
Maintenance - MPG Dover Elevator #47871
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-55
Monthly
Maintenance - MPG Dover Elevator #47868
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-56
Monthly
Maintenance - MPG Dover Elevator #47869
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-57
Monthly
Maintenance - MPG Dover Elevator #47870
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-58
Monthly
Maintenance - NPG Montgomery Elevator #43594
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$531.00
$12,744.00
BLD2116389B1--01-59
Monthly
Maintenance - NPG Montgomery Elevator #43593
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$531.00
$12,744.00
BLD211638961--01-60
Monthly
Maintenance - NPG Montgomery Elevator #43595
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$531.00
$12,744.00
BLD2116389B1--01-61
Monthly
Maintenance - NPG Montgomery Elevator #43596
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$531.00
$12,744.00
BLD2116389B1--01-62
Monthly
Maintenance - NPG Montgomery Elevator #43597
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$531.00
$12,744.00
BLD2116389B1--01-63
Monthly
Maintenance - NPG Montgomery Elevator #43598
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$531.00
$12,744.00
BLD2116389B1--01-64
Monthly
Maintenance - NPG Schindler Elevator #02-05279
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-65
Monthly
Maintenance - Bldg. 611 Eastern Elevator #6978
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD211638961--01-66
Monthly
Maintenance - Bldg. 28 Dover Elevator #56713
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-67
Labor: Mechanic Regular Hours
1000
hour
$131.00
$131,000.00
$195.00
$195,000.00
$186.00
$186,000.00
$195.00
$195,000.00
BLD2116389B1--01-68
Labor: Helper Regular Hours
800
hour
$86.00
$68,800.00
$158.00
$126,400.00
$168.00
$134,400.00
$156.00
$124,800.00
BLD2116389B1--01-69
Labor: Mechanic Overtime Hours
800
hour
$235.00
$188,000.00
$255.00
$204,000.00
$386.00
$308,800.00
$331.50
$265,200.00
BLD2116389B1--01-70
Labor: Helper Overtime Hours
600
hour
$116.00
$69,600.00
$190.00
$114,000.00
$186.00
$111,600.00
$265.20
$159,120.00
BLD2116389B1--01-71
Labor: Mechanic Standby Services (Reg. Hrs.)
800
hour
$131.00
$104,800.00
$255.00
$204,000.00
$186.00
$148,800.00
$195.00
$156,000.00
BLD2116389B1--01-72
Labor: Mechanic Standby Services (Overtime Hrs.)
200
hour
$235.00
$47,000.00
$255.00
$51,000.00
386.001
$77,200.00
$331.50
$66,300.00
Subtotals
1
$1,479,800.00
$1,787,800.00
$1,869,200.00
$2,005,860.00
Parts and Materials on Pass-Thru
Non -County Permits and Fees on Pass-Thru
2
2
year
year
1 $60,000.00
$3,000.00
$120,000.00
$6,000.00
$60,000.00
$3,000.00
$120,000.00
$6,000.00
$60,000.00
$3,000.00
$120,000.00
$6,000.00
$60,000.00
$3,000.00
$120,000.00
$6,000.00
$1,605,800.00
$1,913,800.00
$1,995,200.00
$2,131,860.00
REJ AWD
REJ - Rejected as non -responsive for taking exceptions to solicitation requirements
AWD - Recommendation for Award
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C
$P. m MAINTENANCE CONTRACT TRANSMITTAL SHEET
Select One: New Malrrtenance Conftat
Custtamff Information
Customer Name: Port Everglades Attn Public Records
Address: 1850 Eger Dr, 6th FLR
City: Fort Lauderdale Stage: Fl. Zip Code: 33316
Payment Method: Cenlralmd Billing:
78105
Customer Contact
Customer Phone 8:
Customer Fax it:
Customer Cell if:
Customer E-Mail: PE_PublbmximQbrcftrd.org
ff YeSr Primary Account:
Account I(Itann etion Account ID pfacr ormf aheadyexlsfs)
Amount Name: Port Everglades Account Contact
Account Phone a:
AmountAddress: Account Fax it
State Zip Code: Account Cell S:
-- Account E-Mail: PF.Pubiaaoft@broward.org
County: graward Billing Irtfomration $save as Customer Salesperson: Schram Robert ❑
Route a & Mechanic: Te&nfetan Referral ❑Yea ONo
or
TaxExenort if Y%Needrax&oempttaLf wm
h Job Certified: NYer pmvldenecesswyp�ervwork
UnIt Inforinatlo[r - HAdWfionni Space Is NeedW, use Egrrlpmw set Up Fern location Name:
State IDS: Total 0 Units: 2 or More Manuk durer:
EJevtor Descdption: Type of Building:
Category: T%:
�pacftY Speed: 0 of Landings:
Required Safety Tests
Elevator Phone
Next Test Deis:
-Contract Information Warranty Start Date (if applicable):
Contract Type: FM Expiration Dom: June 30M,2021
Billing Start Date: July 1, 4019 ContractTerm 213,1130
Billing Cycle Beginning
Escalation Cycle: NONE
Billing Frequency. monthly Escalation Factor.
Contract Amount: $1,778,3PA.00 Customer PO 0.
PM Start Date: June 301h, 2019 Suspend/Resume:
PM Frequency: Men6My ' . w Suspend Reason:
Special Service Notes: EL $386 eacfr/ ESC $880 each Credit Hold:
Regular Time Calls: Covered Credit Hold Reason:
Overtime Cats: Covered Cancellation Date:
Oracle Paper. NO Cancellation Reason:
Pubfc BM: YES Are any invoices to be written off/Credited:
�
Speclaf Handing Instructions: C 3Maintenance Job g:
0 -
_eg Erdra Service Job it,
Entered by: Schram, Robert Approved By
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C
BWRD
UNTY
Finance and Administrative Services Department
PURCHASING DIVISION
115 S. Andrews Avenue, Room 212 • Fort Lauderdale, Florida 33301 • 954-357-6066 • FAX 954-357-8535
March 11, 2019
Robert Schram
Oracle Elevator
2315 Stirling Road
Ft. Lauderdale, FL 33312
Email: robert.schram(@oracleelevator.com
RE: Solicitation No. BLD2116389B1, Elevator and Escalator Maintenance and Repair -Port Everglades
Dear Mr. Butler:
This is to confirm that the Board of County Commissioners at its meeting held on March 5, 2019 under Agenda Item
No. 36, conditionally accepted your solicitation response on the above referenced solicitation subject to receipt and
acceptance of required insurance. All required documents have been received by the County and accepted.
A tabulation of all responses received is enclosed, with item(s) awarded to your firm indicated.
The Contract is in effect for the period beginning February 1, 2019 and ending January 31, 2021. Purchase Order(s)
will be placed as and when required.
Contacts are as follows:
• Contract Administrator is Robert Flint, Port Everglades Department, Operations Division, (954) 468-0218,
rflint(c�broward.org
• Contract Manager is Jouvens Adrien, Port Everglades Department, (954) 468-3500, lad rien(a_broward.org
A copy of this Notice, with a copy of your solicitation response, including all terms and conditions, is being forwarded
to all Using Agencies.
Thank you for your interest in doing business with Broward County.
Sincerely,
Brenda J. Billingsley, Director
Purchasing Division
Digtally signed by PLUNKETr
RANDALL DNl d—ty, dr—browaird, dcLbc,
u=Organization,o 13CC, ou=PU,
By: PLUNKETT ou= User s, cn=RANDALL PLUNKEIT
Date: 2019.03.11 11:38:33-09'00'
Purchasing Agent
C: Jouvens Adrien, Port Everglades Department
A Service of the Broward County Board of County Commissioners
Excellence in Public Procurement — Our Best. Nothing Less.
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C
BID TABULATION
Bid #BLD2116389B1
Elevator and Escalator Maintenance and Repair -Port Everglades
AWARDED BY THE BOARD OF COUNTY COMMISSIONERS ON MARCH 5, 2019, ITEM 36
Opened: 6/20/2018
Responses: 4
Declinations: 1
BRVARD
COUNTY
Item #
Item
Qty
Unit
thyssenkrupp Elevator
2801 SW 15th St.
Pompano Beach, FL
33069
Price Total
Oracle Elevator
2315 Stirling Rd.
Ft. Lauderdale, FL 33312
Price Total
Eastern Elevator Service
Inc.
2111 N. Commerce Pkwy.
Weston, FL 33326
Price Total
Schindler Elevator
13800 NW 2nd St., Ste. 140
Sunrise, FL 33325
Price Total
BLD211638961--01-01
Monthly
Maintenance -T1Montgomery Elevator #33213
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-02
Monthly
Maintenance -T1Montgomery Escalator #33212
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$321.00
$7,704.00
BLD2116389B1--01-03
Monthly
Maintenance - T2 thyssenkrupp Elevator #04-20000
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-04
Monthly
Maintenance - T2 thyssenkrupp Elevator #04-20001
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-05
Monthly
Maintenance -T2Montgomery Elevator #32853
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-06
Monthly
Maintenance -T2Montgomery Escalator #32852
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD211638961--01-07
Monthly
Maintenance -T2Montgomery Escalator #50024
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-08
Monthly
Maintenance - T2 Kone Escalator #1200070
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD211638961--01-09
Monthly
Maintenance -T4Schindler Elevator #1400164
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD2116389B1--01-10
Monthly
Maintenance -T4Schindler Elevator #1400165
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD211638961--01-11
Monthly
Maintenance -T4Schindler Escalator #1400168
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
Group 2, Port Facilities 5L
Monthly
Maintenance -T4 Schindler Escalator#1400169
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD211638961--01-13
Monthly
Maintenance -T18Montgomery Elevator #52122
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-14
Monthly
Maintenance - T18 Kone Elevator #08-00123
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD211638961--01-15
Monthly
Maintenance - T18 Kone Elevator #08-00122
24
month
$645.00
$15,480.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD2116389B1--01-16
Monthly
Maintenance - T18 Kone Elevator #09-00085
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD2116389B1--01-17
Monthly
Maintenance - T18 Kone Elevator #09-00086
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD2116389B1--01-18
Monthly
Maintenance - T18 Kone Elevator #09-00087
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD2116389B1--01-19
Monthly
Maintenance - T18 Kone Escalator #09-00090
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-20
Monthly
Maintenance - T18 Kone Escalator #08-00120
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD211638961--01-21
Monthly
Maintenance - T18 Kone Escalator #08-00121
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-22
Monthly
Maintenance - T18 Kone Escalator #09-00088
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-23
Monthly
Maintenance - T18 Kone Escalator #09-00089
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-24
Monthly
Maintenance - T18 Kone Escalator #09-00092
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD211638961--01-25
Monthly
Maintenance - T18 Kone Escalator #09-00091
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-26
Monthly
Maintenance -T18Montgomery Elevator #51136
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD211638961--01-27
Monthly
Maintenance - T19 Kone Escalator #1200087
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-28
Monthly
Maintenance - T19 Kone Escalator #1200088
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-29
Monthly
Maintenance - T19 Kone Elevator #1200089
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD2116389B1--01-30
Monthly
Maintenance - T19 Kone Elevator #1200090
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD211638961--01-31
Monthly
Maintenance -T21Montgomery Escalator #58365
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-32
Monthly
Maintenance - T21 Kone Escalator #1200091
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-33
Monthly
Maintenance - T21 Kone Escalator #1200092
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-34
Monthly
Maintenance - T21 Kone Elevator #1200093
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-35
Monthly
Maintenance - T21 Kone Elevator #1200094
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-36
Monthly
Maintenance -T21Montgomery Escalator #58366
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD211638961--01-37
Monthly
Maintenance - T21 Kone Elevator #58367
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD2116389B1--01-38
Monthly
Maintenance - T21 Kone Elevator #58368
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD2116389B1--01-39
Monthly
Maintenance -T26Montgomery Elevator #41110
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-40
Monthly
Maintenance -T26Montgomery Escalator #41114
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD211638961--01-41
Monthly
Maintenance -T26Schindler Escalator #1200086
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.001
$16,800.00
$1,081.00
$25,944.00
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C
BID TABULATION
Bid #BLD2116389B1
Elevator and Escalator Maintenance and Repair -Port Everglades
AWARDED BY THE BOARD OF COUNTY COMMISSIONERS ON MARCH 5, 2019, ITEM 36
Opened: 6/20/2018
Responses: 4
Declinations: 1
BRVARD
COUNTY
Item #
Item
Qty
Unit
thyssenkrupp Elevator
2801 SW 15th St.
Pompano Beach, FL
33069
Price Total
Oracle Elevator
2315 Stirling Rd.
Ft. Lauderdale, FL 33312
Price Total
Eastern Elevator Service
Inc.
2111 N. Commerce Pkwy.
Weston, FL 33326
Price Total
Schindler Elevator
13800 NW 2nd St., Ste. 140
Sunrise, FL 33325
Price Total
BLD2116389B1--01-42
Monthly
Maintenance -T26Schindler Escalator #1200081
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-43
Monthly
Maintenance -T26Schindler Escalator #1200084
24
month
$750.00
$18,000.00
$880.00
$21,120.00
$700.00
$16,800.00
$1,081.00
$25,944.00
BLD2116389B1--01-44
Monthly
Maintenance -T26Schindler Elevator #1200085
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-45
Monthly
Maintenance -T26Schindler Elevator #1200082
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD211638961--01-46
Monthly
Maintenance -T26Schindler Elevator #1200083
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-47
Monthly
Maintenance - T29 Kone Elevator #01-08644
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-48
Monthly
Maintenance - T29 Kone Elevator #01-08645
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-49
Monthly
Maintenance - T29 Kone Elevator #01-08643
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-50
Monthly
Maintenance-Admin. Bldg. Dover Elevator#39087
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD2116389B1--01-51
Monthly
Maintenance-Admin. Bldg. Dover Elevator#39279
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD2116389B1--01-52
Monthly
Maintenance-Admin. Bldg. Dover Elevator#39088
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$602.00
$14,448.00
BLD2116389B1--01-53
Monthly
Maintenance - HMT Dover Elevator #57740
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$531.00
$12,744.00
BLD2116389B1--01-54
Monthly
Maintenance - MPG Dover Elevator #47871
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-55
Monthly
Maintenance - MPG Dover Elevator #47868
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-56
Monthly
Maintenance - MPG Dover Elevator #47869
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-57
Monthly
Maintenance - MPG Dover Elevator #47870
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-58
Monthly
Maintenance - NPG Montgomery Elevator #43594
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$531.00
$12,744.00
BLD2116389B1--01-59
Monthly
Maintenance - NPG Montgomery Elevator #43593
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$531.00
$12,744.00
BLD211638961--01-60
Monthly
Maintenance - NPG Montgomery Elevator #43595
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$531.00
$12,744.00
BLD2116389B1--01-61
Monthly
Maintenance - NPG Montgomery Elevator #43596
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$531.00
$12,744.00
BLD2116389B1--01-62
Monthly
Maintenance - NPG Montgomery Elevator #43597
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$531.00
$12,744.00
BLD2116389B1--01-63
Monthly
Maintenance - NPG Montgomery Elevator #43598
24
month
$644.00
$15,456.00
$395.00
$9,480.00
$500.00
$12,000.00
$531.00
$12,744.00
BLD2116389B1--01-64
Monthly
Maintenance - NPG Schindler Elevator #02-05279
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-65
Monthly
Maintenance - Bldg. 611 Eastern Elevator #6978
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD211638961--01-66
Monthly
Maintenance - Bldg. 28 Dover Elevator #56713
24
month
$250.00
$6,000.00
$395.00
$9,480.00
$500.00
$12,000.00
$321.00
$7,704.00
BLD2116389B1--01-67
Labor: Mechanic Regular Hours
1000
hour
$131.00
$131,000.00
$195.00
$195,000.00
$186.00
$186,000.00
$195.00
$195,000.00
BLD2116389B1--01-68
Labor: Helper Regular Hours
800
hour
$86.00
$68,800.00
$158.00
$126,400.00
$168.00
$134,400.00
$156.00
$124,800.00
BLD2116389B1--01-69
Labor: Mechanic Overtime Hours
800
hour
$235.00
$188,000.00
$255.00
$204,000.00
$386.00
$308,800.00
$331.50
$265,200.00
BLD2116389B1--01-70
Labor: Helper Overtime Hours
600
hour
$116.00
$69,600.00
$190.00
$114,000.00
$186.00
$111,600.00
$265.20
$159,120.00
BLD2116389B1--01-71
Labor: Mechanic Standby Services (Reg. Hrs.)
800
hour
$131.00
$104,800.00
$255.00
$204,000.00
$186.00
$148,800.00
$195.00
$156,000.00
BLD2116389B1--01-72
Labor: Mechanic Standby Services (Overtime Hrs.)
200
hour
$235.00
$47,000.00
$255.00
$51,000.00
386.001
$77,200.00
$331.50
$66,300.00
Subtotals
1
$1,479,800.00
$1,787,800.00
$1,869,200.00
$2,005,860.00
Parts and Materials on Pass-Thru
Non -County Permits and Fees on Pass-Thru
2
2
year
year
1 $60,000.00
$3,000.00
$120,000.00
$6,000.00
$60,000.00
$3,000.00
$120,000.00
$6,000.00
$60,000.00
$3,000.00
$120,000.00
$6,000.00
$60,000.00
$3,000.00
$120,000.00
$6,000.00
$1,605,800.00
$1,913,800.00
$1,995,200.00
$2,131,860.00
REJ AWD
REJ - Rejected as non -responsive for taking exceptions to solicitation requirements
AWD - Recommendation for Award
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of
County Commissioners
Bid BLD2116389B1
E
Broward County Board of County Commissioners
6/24/2018 10:07 AM P. 1
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of
County Commissioners
Bid BLD2116389B1
Bid BLD2116389B1
Elevator and Escalator Maintenance and Repair -Port Everglades
Bid Number BLD211638961
Bid Title Elevator and Escalator Maintenance and Repair -Port Everglades
bicl Start L
Bid End D,
Question F
End Date
Bid Contac
Bid Contac
Contract E
Contract R
Prices Goc
Pre -Bid Cc
nts.
I, no
s is
Optional site visitation is scheduled to begin on May 21, 2018 at 10:00 AM.
Interested vendors should meet at the pre -bid conference location parking lot each day.
Parking is available at the meeting location.
Contact Jouvens Adrien, Port Everglades Dept. at (954) 468-3500 for questions regarding
meeting arrangements.
Security Requirements:
-In order to enter the Port, a valid photo I.D. is required.
6/24/2018 10:07 AM p. 2
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of Bid BLD2116389B1
County Commissioners
Come prepared with a copy of the solicitation.
If you require any auxiliary aids for communication, please call 357-6066 so that
arrangements can be made in advance.
Bid Comments Scope of Work: Provide all labor, equipment, materials, services and incidentals for Elevator and Escalator Maintenance and
Repair Services at the Broward County's Port Everglades for the Broward County Port Everglades Department on an open-end
contract basis.
This solicitation is open to the general marketplace.
Workforce One Investment Program applies to this contract.
section for additional information.
County/State License Requirements: In order to be considered a responsive and
work set forth in this solicitation, the Vendor must possess a specified license at the till
Instructions for requirements).
Bid Allowance Amounts: The solicitation includes pass-thru allowances. It is not nelWary to add yo Ilowance amounts
into your bid prices. BidSync should automatically add the total allowancounts inda ouric1 and will be reflected
on final bid tabulation. V�
Basis for Award: The County intends to award based on Group Total. A ms ust be priced to be considered
responsive for that group. A vendor desiring to offer "No Ch " n an ite up must indicate so by placing a $0.00 in the
offer field, and enter "No Charge" in the "Notes forY74
' erwise, group will be construed as incomplete and may
be rejected. Per Paragraph 10 of the General TermCounty rves the right to award as deemed in its best
interest.
Questions and Answers: The County pr s a Xaddenhe
for Ven7roTs to ask questions and seek clarification regarding
the requirements of the solicitation. All q s or clairies must be submitted through BidSync by the date and time
referenced in the solicitation docume ng any County will respond to all questions via BidSync.
Submittals: Vendor MUST su it Rs solicitatowonse electronically and MUST confirm its submittal in order for the County to
receive a valid response thro dSync. Refer Purchasing Division website or contact BidSync for submittal
instructions. It is the Vendor's so onsibility to a its response is submitted and received through BidSync by the date
and time specified in the solicitation. ounty will not consider solicitation responses received by other means. Vendors are
encouraged to s espo in advance of the due date and time specified in the solicitation
document. In the having difficulty submitting the solicitation document through
BidSync, immediatel 'fy the Pur g Agent and then contact BidSync for technical assistance.
rains the same.
Visitations has been replaced with the attachment provided herein.
Jun 4, 2018:
i No. 2
pening Date is revised to June 20, 2018 at 2:00 P.M.
Addendum # 1
New Documents Site Visitation Schedule Addendum 1.pdf
Removed Documents Site Visitation Schedule, BLD2116389B1.pdf
Addendum # 2
6/24/2018 10:07 AM p. 3
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of Bid BLD2116389B1
County Commissioners
I Previous End Date Jun 6, 2018 2:00:00 PM EDT New End Date Jun 20, 2018 2:00:00 PM EDT I
Item
Quantity
Unit Prio
Delivery
Descript
Monthly I
Terminal
Unit Prio
Extender
Item
Quantity
Unit Prio
Delivery
Descript
Monthly I
Terminal
Unit Prio
Extender
Item
Quantity
Unit Pria
Delivery
Item Response Form
BLD2116389B1--01-01 - Monthly Maintenance - T1 Montgomery Elevator #33213
24 month
Description
Monthly Maintenance - thyssenkrupp Elevator #04-20000 per Specifications and Requirements
Terminal #2
Unit Price shall be for each monthly service.
Extended price shall be for 2-year initial term.
Item BLD2116389131--01-04 - Monthly Maintenance - T2 thyssenkrupp Elevator #04-20001
Quantity 24 month
Unit Price
6/24/2018 10:07 AM p. 4
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C a,d County Board of
County Commissioners
Delivery Location Broward County Board of County Commissioners
No Location Specified
Qty 24
Description
Monthly Maintenance - thyssenkrupp Elevator #04-20001 per Specifications and Requirements
Terminal #2
Unit Price shall be for each monthly service.
Extended price shall be for 2-year initial term.
Item
Quantity
Unit Price
Delivery Lc
Descriptio
Monthly K
Terminal 4
Unit Price
Extended I
Item
Quantity
Unit Price
Delivery Lc
Descriptio
Monthly K
Terminal 4
Unit Price
Extended I
Item
Quantity
Unit Price
Delivery Lc
No Location Specified
Qty 24
Description
Monthly Maintenance - Montgomery Escalator #50024 per Specifications and Requirements
Terminal #2
Unit Price shall be for each monthly service.
Extended price shall be for 2-year initial term.
Bid BLD2116389B1
6/24/2018 10:07 AM p. 5
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of Bid BLD2116389B1
County Commissioners
Item BLD2116389B1--01-08 - Monthly Maintenance - T2 Kone Escalator #1200070
Quantity 24 month
Unit Price
Delivery Location Broward County Board of County Commissioners
No Location Specified
Qty 24
Descript'--
Monthly
Termina
Unit Pric
Extende
Item
Quantity
Unit Pric
Delivery
Descripl
Monthly
Termina
Unit Pric
Extende
Item
Quantity
Unit Pric
Delivery
Descripl
Monthly
Termina
Unit Pric
Extende
Item BLD2116389B1--01-11 - Monthly Maintenance - T4 Schindler Escalator #1400168
Quantity 24 month
Unit Price
Delivery Location Broward County Board of County Commissioners
No Location Specified
Qty 24
Description
Monthly Maintenance - Schindler Escalator #1400168 per Specifications and Requirements
6/24/2018 10:07 AM p. 6
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of
County Commissioners
Bid BLD2116389B1
Terminal #4
Unit Price shall be for each monthly service.
Extended price shall be for 2-year initial term.
Item
Quantity
Unit Price
Delivery
Descripi
Monthly
Termina
Unit Pric
Extende
Item
Quantity
Unit Pric
Delivery
Descripi
Monthly
Termina
Unit Pric
Extende
Item
Quantity
Unit Pric
Delivery
Descripi
Monthly
Terminai i i u
Unit Price shall be for each monthly service.
Extended price shall be for 2-year initial term.
BLD211638961--01-12 - Monthly Maintenance - T4 Schindler Escalator #1400169
24 month
Item BLD2116389B1--01-15 - Monthly Maintenance - T18 Kone Elevator#08-00122
Quantity 24 month
Unit Price
Delivery Location Broward County Board of County Commissioners
6/24/2018 10:07 AM p. 7
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C a,d County Board of
County Commissioners
No Location Specified
Bid BLD2116389B1
Qty 24
Description
Monthly Maintenance - Kone Elevator #08-00122 per Specifications and Requirements
Terminal #18
Unit Price shall be for each monthly service.
Extended price shall be for 2-year initial term.
Item
Quantity
Unit Pria
Delivery
Descript
Monthly I
Terminal
Unit Prici
Extender
Item
Quantity
Unit Prici
Delivery
Descript
Monthly I
Terminal
Unit Prici
Extender
Item
Quantity
Unit Prici
Delivery
Qty 24
Description
Monthly Maintenance - Kone Elevator #09-00087 per Specifications and Requirements
Terminal #18
Unit Price shall be for each monthly service.
Extended price shall be for 2-year initial term.
6/24/2018 10:07 AM p. 8
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of Bid BLD2116389B1
County Commissioners
Item BLD2116389B1--01-19 - Monthly Maintenance - T18 Kone Escalator #09-00090
Quantity 24 month
Unit Price
Delivery Location Broward County Board of County Commissioners
No Location Specified
Description
Monthly
Termina
Unit Pric
Extende
Item
Quantity
Unit Pric
Delivery
Descripl
Monthly
Termina
Unit Pric
Extende
Item
Quantity
Unit Pric
Delivery
Descripl
Monthly
Termina
Unit Pric
Extende
Item
Quantity
Unit Price
Delivery Location
Qty 24
24 month
Broward County Board of County Commissioners
No Location Specified
Qty 24
Description
Monthly Maintenance - Kone Escalator #09.00088 per Specifications and Requirements
Terminal #18
6/24/2018 10:07 AM P. 9
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of
County Commissioners
Bid BLD2116389B1
Unit Price shall be for each monthly service.
Extended price shall be for 2-year initial term.
Item BLD2116389B1--01-23 - Monthly Maintenance - T18 Kone Escalator #09-00089
Quantity 24 month
Unit Price
Delivery Location Broward Countv Board of Countv Commissioners
Descripl
Monthly
Termina
Unit Pric
Extende
Item
Quantity
Unit Pric
Delivery
Descripl
Monthly
Termina
Unit Pric
Extende
Item
Quantity
Unit Pric
Delivery
Descripl
Monthly
Termina
Unit Pric
Extended price shall be for 2-year initial term.
Item
Quantity
Unit Price
Delivery Location
BLD211638961--01-26 - Monthly Maintenance - T18 Montgomery Elevator #51136
24 month
Broward County Board of County Commissioners
No Location Specified
6/24/2018 10:07 AM P. 10
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of
County Commissioners
Qty 24
Bid BLD2116389B1
Description
Monthly Maintenance - Montgomery Elevator #51136 per Specifications and Requirements
Terminal #18
Unit Price shall be for each monthly service.
Extended price shall be for 2-year initial term.
Item
Quantity
Unit Pricl
Delivery
Descript
Monthly I
Terminal
Unit Pria
Extender
Item
Quantity
Unit Pria
Delivery
Descript
Monthly I
Terminal
Unit Pria
Extender
Item
Quantity
Unit Pria
Delivery
w r1911wzQoni__n1_77 _ KA—tkI,, T10 Le.,.,o 4#1innnQ7
Qty 24
Description
Monthly Maintenance - Kone Elevator #1200089 per Specifications and Requirements
Terminal #19
Unit Price shall be for each monthly service.
Extended price shall be for 2-year initial term.
Item BLD2116389B1--01-30 - Monthly Maintenance - T19 Kone Elevator #1200090
Quantity 24 month
6/24/2018 10:07 AM P. 11
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C a,d County Board of
County Commissioners
Unit Price
Delivery Location Broward County Board of County Commissioners
No Location Specified
Qty 24
Description
Monthly Maintenance - Kone Elevator #1200090 per Specifications and Requirements
Terminal #19
Unit Price shall be for each monthly service.
Extended price shall be for 2-year initial term.
Item
Quantity
Unit Price
Delivery Location
BLD211638961--01-31 - Monthly Maintenance - T21 Montgomery E
24 month
Broward County Board of County Commissioners
No Location Specified
Description
Monthly Maintenance - Montgomery Escalator #58365 per Specifications
Terminal #21
Unit Price shall be for each monthly service.
Extended price shall be for 2-year initial term. 4?
Item
Quantity
Unit Price
Delivery Location
Description
Monthly Maintenance -
Terminal #21
Unit Price shall be for
Extended pricaw
Item \
Quantity
Unit Price
Delivery Location
BLD211638961--01-32-
24 month -
T21 Kone Escalator #1200091
my Commissioners
cations and Requirements
f16389B1--01-33 - Monthly Maintenance - T21 Kone Escalator #1200092
nth
Broward County Board of County Commissioners
No Location Specified
Qty 24
Description
Monthly Maintenance - Kone Escalator #1200092 per Specifications and Requirements
Terminal #21
Unit Price shall be for each monthly service.
Extended price shall be for 2-year initial term.
Bid BLD2116389B1
6/24/2018 10:07 AM p. 12
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of
County Commissioners
Bid BLD2116389B1
Item BLD211638961--01-34 -Monthly Maintenance - T21 Kone Elevator #1200093
Quantity 24 month
Unit Price
Delivery Location Broward County Board of County Commissioners
No Location Specified
Descripi
Monthly h
Terminal i
Unit Price
Extended
Item
Quantity
Unit Pric
Delivery
Descripi
Monthly
Termina
Unit Pric
Extende
Item
Quantity
Unit Pric
Delivery
Descripi
Monthly
Termina
Unit Pric
Extende
Item
Quantity
Unit Price
Delivery Location
BLD211638961--01-37 - Monthly Maintenance - T21 Kone Elevator #58367
24 month
Broward County Board of County Commissioners
No Location Specified
Qty 24
6/24/2018 10:07 AM p. 13
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of
County Commissioners
Description
Monthly Maintenance - Kone Elevator #58367 per Specifications and Requirements
Terminal #21
Unit Price shall be for each monthly service.
Extended price shall be for 2-year initial term.
Item
Quantity
Unit Pria
Delivery
Descript
Monthly I
Terminal
Unit Pria
Extender
Item
Quantity
Unit Pria
Delivery
Descript
Monthly I
Terminal
Unit Pria
Extender
Item
Quantity
Unit Pria
Delivery
BLD2116389B1--01-38 - Monthly Maintenance - T21 Kone Elevator #58368
24 month
uescription
Monthly Maintenance - Montgomery Escalator #41114 per Specifications and Requirements
Terminal #26
Unit Price shall be for each monthly service.
Extended price shall be for 2-year initial term.
Item BLD2116389B1--01-41 - Monthly Maintenance - T26 Schindler Escalator #1200086
Quantity 24 month
Unit Price
Bid BLD2116389B1
6/24/2018 10:07 AM p. 14
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C a,d County Board of
County Commissioners
Delivery Location Broward County Board of County Commissioners
No Location Specified
Qty 24
Description
Monthly Maintenance - Schindler Escalator #1200086 per Specifications and Requirements
Terminal #26
Unit Price shall be for each monthly service.
Extended price shall be for 2-year initial term.
Item
Quantity
Unit Price
Delivery Lc
Descriptio
Monthly K
Terminal �
Unit Price
Extended I
Item
Quantity
Unit Price
Delivery Lc
Descriptio
Monthly K
Terminal �
Unit Price
Extended I
Item
Quantity
Unit Price
Delivery Lc
No Location Specified
Qty 24
Description
Monthly Maintenance - Schindler Elevator #1200085 per Specifications and Requirements
Terminal #26
Unit Price shall be for each monthly service.
Extended price shall be for 2-year initial term.
Bid BLD2116389B1
6/24/2018 10:07 AM p. 15
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of Bid BLD2116389B1
County Commissioners
Item BLD2116389B1--01-45 - Monthly Maintenance - T26 Schindler Elevator #1200082
Quantity 24 month
Unit Price
Delivery Location Broward County Board of County Commissioners
No Location Specified
Qty 24
Descript'--
Monthly
Termina
Unit Pric
Extende
Item
Quantity
Unit Pric
Delivery
Descripl
Monthly
Termina
Unit Pric
Extende
Item
Quantity
Unit Pric
Delivery
Descripl
Monthly
Termina
Unit Pric
Extende
Item BLD2116389B1--01-48 - Monthly Maintenance - T29 Kone Elevator#01-08645
Quantity 24 month
Unit Price
Delivery Location Broward County Board of County Commissioners
No Location Specified
Qty 24
Description
Monthly Maintenance - Kone Elevator #01-08645 per Specifications and Requirements
6/24/2018 10:07 AM p. 16
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of
County Commissioners
Bid BLD2116389B1
Terminal #29
Unit Price shall be for each monthly service.
Extended price shall be for 2-year initial term.
Item
Quantity
Unit Price
Delivery
Descripl
Monthly
Termina
Unit Pric
Extende
Item
Quantity
Unit Pric
Delivery
Descripl
Monthly
Admin. E
Unit Pric
Extende
Item
Quantity
Unit Pric
Delivery
Descripl
Monthly
Admin. Miming
Unit Price shall be for each monthly service.
Extended price shall be for 2-year initial term.
BLD2116389B1--01-49 - Monthly Maintenance - T29 Kone Elevator#01-08643
24 month
Item BLD2116389B1--01-52 - Monthly Maintenance - Admin. Bldg. Dover Elevator #39088
Quantity 24 month
Unit Price
Delivery Location Broward County Board of County Commissioners
6/24/2018 10:07 AM p. 17
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C a,d County Board of
County Commissioners
No Location Specified
Bid BLD2116389B1
Qty 24
Description
Monthly Maintenance - Dover Elevator #39088 per Specifications and Requirements
Admin. Building
Unit Price shall be for each monthly service.
Extended price shall be for 2-year initial term.
Item
Quantity
Unit Price
Delivery Location
BLD2116389B1--01-53 - Monthly Maintenance - HMT Dover Elevator #577
24 month ,
Broward County Board of County Commissioners
No Location Specified
Description
Monthly Maintenance - Dover Elevator #57740 per Specifications and Requireme
Harbor Master Tower (HMT)
Unit Price shall be for each monthly service.
Extended price shall be for 2-year initial term. 'Allibil
Item
Quantity
Unit Price
Delivery Location
BLD2116389B1--01-54 - Month
24 month
Broward County Boar o Cour
No Location Specified
Description
Monthly Maintenance - Dover E
Midport Parking Garage (MP
Unit Price shall be for eac r
Extended price shall be f -ye
Item
Quantity
Unit Price
Delivery L
r Elevator #47871
s and Requirements
-55 - Monthly Maintenance - MPG Dover Elevator #47868
rd County Board of County Commissioners
Qty 24
Description
Monthly Maintenance - Dover Elevator #47868 per Specifications and Requirements
Midport Parking Garage (MPG)
Unit Price shall be for each monthly service.
Extended price shall be for 2-year initial term.
6/24/2018 10:07 AM p. 18
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of
County Commissioners
Item BLD211638961--01-56 - Monthly Maintenance - MPG Dover Elevator #47869
Quantity 24 month
Unit Price
Delivery Location Broward County Board of County Commissioners
No Location Specified
Description
Monthly
Midport
Unit Pric
Extende
Item
Quantity
Unit Pric
Delivery
Descripl
Monthly
Midport
Unit Pric
Extende
Item
Quantity
Unit Pric
Delivery
Descripl
Monthly
Northpoi
Unit Pric
Extende
Item
Quantity
Unit Price
Delivery Location
Qty 24
24 month
Broward County Board of County Commissioners
No Location Specified
Qty 24
Description
Monthly Maintenance - Montgomery Elevator #43593 per Specifications and Requirements
Northport Parking Garage (NPG)
Bid BLD2116389B1
6/24/2018 10:07 AM P. 19
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of
County Commissioners
Bid BLD2116389B1
Unit Price shall be for each monthly service.
Extended price shall be for 2-year initial term.
Item BLD2116389B1--01-60 - Monthly Maintenance - NPG Montgomery Elevator #43595
Quantity 24 month
Unit Price
Delivery Location Broward Countv Board of Countv Commissioners
Descripl
Monthly
Northpoi
Unit Pric
Extende
Item
Quantity
Unit Pric
Delivery
Descripl
Monthly
Northpoi
Unit Pric
Extende
Item
Quantity
Unit Pric
Delivery
Descripl
Monthly
Northpoi
Unit Pric
Extended price shall be for 2-year initial term.
Item
Quantity
Unit Price
Delivery Location
BLD211638961--01-63 - Monthly Maintenance - NPG Montgomery Elevator #43598
24 month
Broward County Board of County Commissioners
No Location Specified
6/24/2018 10:07 AM p. 20
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of
County Commissioners
Qty 24
Bid BLD2116389B1
Description
Monthly Maintenance - Montgomery Elevator #43598 per Specifications and Requirements
Northport Parking Garage (NPG)
Unit Price shall be for each monthly service.
Extended price shall be for 2-year initial term.
Item
Quantity
Unit Price
Delivery Location
BLD211638961--01-64 - Monthly Maintenance - NPG Schindler Elevator #02-0
24 month
Broward County Board of County Commissioners
No Location Specified -
Description
Monthly Maintenance - Schindler Elevator #02-05279 per Specifications and Requirements
Northport Parking Garage (NPG)
Unit Price shall be for each monthly service. It
Extended price shall be for 2-year initial term.
Item
Quantity
Unit Price
Delivery Location
BLD211638961--01-65 - Monthly Ma
24 month 4
Broward County Board
No Location Specified
Description
Monthly Maintenance - Eastern El
Building #611
Unit Price shall be for each mo
Extended price shall be for
Item
Quantity
Unit Price
Delivery
Qty 24
ns and Requirements
rn Elevator #6978
-66 - Monthly Maintenance - Bldg. 28 Dover Elevator #56713
County Board of County Commissioners
Description
Monthly Maintenance - Dover Elevator #56713 per Specifications and Requirements
Building #28
Unit Price shall be for each monthly service.
Extended price shall be for 2-year initial term.
Item BLD211638961--01-67 - Labor: Mechanic, Regular Hours
Quantity 1000 hour
6/24/2018 10:07 AM p. 21
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of
County Commissioners
Bid BLD2116389B1
Unit Price
Delivery Location Broward County Board of County Commissioners
No Location Specified
Qty 1000
Description
Mechanic Labor, Regular Hours per Specifications and Requirements
For non -covered repair service and additional work not specified.
8:00 a.m. to 5:00 D.m.. Mondav thru Friday. includina holidays.
Unit Price
Billing sha
Extended
Item
Quantity
Unit Pric
Delivery
Descript
Helper L
For non-
8:00 a.m
Unit Pric
Billing sf
Extender
Item
Quantity
Unit Pric
Delivery
Descript
Mechani
For non-
5:01 p.m
Unit Pric
Billing sf
Extender
Item BLD211638961--01-70 - Labor: Helper, Overtime Hours
Quantity 600 hour
Unit Price
Delivery Location Broward County Board of County Commissioners
No Location Specified
6/24/2018 10:07 AM p. 22
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C a,d County Board of
County Commissioners
Qty 600
Bid BLD2116389B1
Description
Helper Labor, Overtime Hours, including holidays per Specifications and Requirements
For non -covered repair service and additional work not specified.
5:01 p.m. to 7:59 a.m., Monday thru Friday, all hours Saturday and Sunday, including holidays.
Unit Price shall be for each hour service.
Billing shall be pro -rated to nearest quarter hour.
Extended price shall be for 2-year initial term.
Item
Quantity
Unit Price
Delivery L
Descriptic
Labor: Me
For non -cc
Saturday 2
Unit Price
Billing she
Extended
Item
Quantity
Unit Price
Delivery L
Descriptic
Labor: Me
For non -cc
Saturday 2
Unit Price
Billing she
Extended
6/24/2018 10:07 AM p. 23
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C a,d County Board of
County Commissioners
BLD2116389B1
Bid Contact John Nugent
john.nugent@oracleelevator.com
Ph 954-931-8578
BLD2116389B1 --01 -01 Monthly Supplier
Maintenance Product
- T1 Code:
Montgomery Supplier
Elevator Notes:
#33213 we are not
sure we
the error
is coming
from as
we placed
no
alternate
offer for
#33213.
Supplier
Product
Code:
BLD2116389B1--01-02 Monthly Supp'
Maintenance Produ Mq
- T1 Code:
Montgome
Escalator *a"
Address 2315 Stirling Road
FORT LAUDERDALE, FL 33312
Alt 1 - $0.00 24 / month $0.
Y
BLD2116389B1 --01 -03
onthly
pli
First Offer - $395.00
24/month $9,480.00 Y
aintenance
uct
2
C
enkrupp
El
2 00
BLD211 B1--01jnt
thly
Supplier
First Offer - $395.00
24/month $9,480.00 Y
enance
Product
Code:
thyssenkrupp
Elevator #04-
20001
BLD2116389B1--01-05
Monthly
Supplier
First Offer - $395.00
24/month $9,480.00 Y
Maintenance
Product
- T2
Code:
Montgomery
Elevator
#32853
6/21 /2018
BidSync
p. 121
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C a,d County Board of
County Commissioners
BLD2116389B1--01-06 Monthly Supplier First Offer - $880.00 24/month $21,120.00
Maintenance Product
- T2 Code:
Montgomery
Escalator
#32852
BLD2116389B1
Y
BLD2116389B1--01-07 Monthly Supplier First Offer - $880.00 24/month $21,120.00 Y
Maintenance Product
- T2 Code:
Montgomery
Escalator
#50024
BLD2116389B1--01-08 Monthly Supplier First Offer - $880.00 24/month 120.00 Y
Maintenance Product
- T2 Kone Code:
Escalator
#1200070
BLD2116389B1--01-09 Monthly Supplier First Offer - $395. /month 0 Y
Maintenance Product
- T4 Code:
Schindler
Elevator
#1400164
BLD2116389B1--01-10 Monthly Supplier t 4/month $9,480.00 Y
Maintenance Product
- T4 Code:
Schindler
Elevator `
#1400165
BLD2116389B1--01-11 Monthly
Maintena
- T4
ier First Offer - $880.00 24/month $21,120.00 Y
BLD2116389B1-- 1-12 nthly
plier
First Offer - $880.00 24/month $21,120.00 Y
oduct
- T4
Code:
'ndler
E Iator
00169
BLD2116389131 3 Monthly
Supplier
First Offer - $395.00 24 / month $9,480.00 Y
Maintenance
Product
- T18
Code:
Montgomery
Elevator
#52122
BLD2116389B1--01-14 Monthly
Supplier
First Offer - $395.00 24/month $9,480.00 Y
Maintenance
Product
- T18 Kone
Code:
Elevator #08-
6/21 /2018 BidSync p. 122
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C a,d County Board of
County Commissioners
00123
BLD2116389B1
BLD2116389B1--01-15
Monthly
Supplier
First Offer -
$395.00
24/month
$9,480.00
Y
Maintenance
Product
- T18 Kone
Code:
Elevator #08-
00122
BLD2116389B1--01-16
Monthly
Supplier
First Offer -
$395.00
24/month
$9,480.00
Y
Maintenance
Product
- T18 Kone
Code:
Elevator #09-
00085
BLD2116389B1--01-17
Monthly
Supplier
First Offer -
$395.00
24/month
$9,480.00
Y
Maintenance
Product
- T18 Kone
Code:
Elevator #09-
00086
BLD2116389B1--01-18
Monthly
Supplier
First Offer -
$395.0
24/mont
Y
Maintenance
Product
- T18 Kone
Code:
Elevator #09-
00087
BLD2116389B1--01-19
Monthly
Supplier
Firs er -
$ 00
onth
$21,120.00
Y
Maintenance
Product
- T18 Kone
Code:
Escalator
#09-00090
BLD2116389131--01-20
Monthly
Supp
Fir fer -
$880.00
24/month
$21,120.00
Y
Maintenance
Produc
- T18 Kone
Code:
Escalator
#08-00120
BLD2116389131--01-21Cintenance
up
First Offer -
$880.00
24/month
$21,120.00
Y
duc
Alft
BLD211 9B1j09-00088
thly
Supplier
First Offer -
$880.00
24/month
$21,120.00
Y
tenance
Product
Kone
Code:
lator
BLD2116389131--01-23
Monthly
Supplier
First Offer -
$880.00
24/month
$21,120.00
Y
Maintenance
Product
- T18 Kone
Code:
Escalator
#09-00089
BLD2116389131--01-24
Monthly
Supplier
First Offer -
$880.00
24/month
$21,120.00
Y
Maintenance
Product
- T18 Kone
Code:
Escalator
6/21/2018 BidSync p. 123
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C a,d County Board of
County Commissioners
#09-00092
BLD2116389B1
BLD2116389131--01-25 Monthly Supplier First Offer - $880.00 24/month $21,120.00 Y
Maintenance Product
- T18 Kone Code:
Escalator
#09-00091
BLD2116389131--01-26 Monthly Supplier First Offer - $395.00 24/month $9,480.00 Y
Maintenance Product
- T18 Code:
Montgomery
Elevator
#51136 4
BLD2116389B1--01-27 Monthly Supplier First Offer - $880.00 24/mon 20.00 `Y
Maintenance Product
- T19 Kone Code:
Escalator
#1200087
BLD2116389131--01-28 Monthly Supplier First Offer - $880. nth $ , 00 Y
Maintenance Product
- T19 Kone Code:
Escalator
#1200088 je,
BLD2116389B1--01-29 Monthly Supplier Fst r - month $9,480.00 Y
Maintenance Product
- T19 Kone Code:
Elevator
#1200089
BLD2116389131--01-30 Monthly Supplie First OW - $395.00 24/month $9,480.00 Y
Maintenance Product
- T19 Kone
Elevator
BLD2116389131--01-31
76%First Offer - $880.00 24/month $21,120.00 Y
u ct
BLD2116 1 01 32 nthly
Supplier First Offer - $880.00 24/month $21,120.00 Y
intenance
Product
T21 Kone
Code:
Escalator
#1200091
BLD2116389131--01-33 Monthly
Supplier First Offer - $880.00 24/month $21,120.00 Y
Maintenance
Product
- T21 Kone
Code:
Escalator
#1200092
BLD2116389131--01-34 Monthly Supplier First Offer - $395.00 24/month $9,480.00 Y
Maintenance Product
6/21 /2018 BidSync p. 124
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C a,d County Board of
County Commissioners
- T21 Kone Code:
Elevator
#1200093
BLD2116389B1
BLD2116389131--01-35
Monthly
Supplier
First Offer -
$395.00
24/month
$9,480.00
Y
Maintenance
Product
- T21 Kone
Code:
Elevator
#1200094,
BLD2116389131--01-36
Monthly
Supplier
First Offer -
$880.00
24/month
$21,120.0
Y
Maintenance
Product
- T21
Code:
Montgomery
Escalator
#58366
BLD2116389131--01-37
Monthly
Supplier
First Offer -
$395.00
24/m h
$9,480.
Y
Maintenance
Product
- T21 Kone
Code:
Elevator
#58367
BLD2116389131--01-38
Monthly
Supplier
First Offer -
395.00
'qqqt
onth
9,480.00
Y
Maintenance
Product
- T21 Kone
Code:
Elevator
#58368
Ajo
BLD2116389131--01-39 Monthly Supplier irst Offer 95.00 24/month $9,480.00 Y
Maintenance Product
- T26 Code:
Montgomery
Elevator
#41110
BLD2116389B1--01-40 Monthly Xher st Offer - $880.00 24/month $21,120.00 Y
M
BLD2116 1--01-41
Mo
upplier
First Offer - $880.00
24/month $21,120.00 Y
tenance
Product
Code:
ndler
calator
#1200086
BLD2116389B1--01-42
Monthly
Supplier
First Offer - $880.00
24/month $21,120.00 Y
Maintenance
Product
- T26
Code:
Schindler
Escalator
#1200081
BLD2116389B1--01-43
Monthly
Supplier
First Offer - $880.00
24/month $21,120.00 Y
Maintenance
Product
6/21 /2018
BidSync
p. 125
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C a,d County Board of
County Commissioners
- T26
Code:
Schindler
Escalator
#1200084
BLD2116389B1--01-44 Monthly
Supplier First Offer - $395.00 24/month $9,480.00
Maintenance
Product
- T26
Code:
Schindler
Elevator
#1200085
,
BLD2116389B1
Y
BLD2116389B1--01-45 Monthly Supplier First Offer - $395.00 24/month $9, Y
Maintenance Product
- T26 Code:
Schindler
Elevator
#1200082
BLD2116389B1--01-46 Monthly Supplier First Offer - $395.00 24/mo a,48O Y
Maintenance Product
- T26 Code:
Schindler
Elevator
#1200083
BLD2116389B1--01-47
Monthly
Supplier
Fir fer -
2 onth
$9,480.00
Y
Maintenance
Product
- T29 Kone
Code:
Elevator #01 -
08644
4tA
BLD2116389B1--01-48
Monthly
Supp
Firs r - $395.00
24/month
$9,480.00
Y
Maintenance
Product
- T29 Kone
e:
Elevator #0
08645
BLD2116389B1 --01
-49
nthly
pp
First Offer - $395.00
24/month
$9,480.00
Y
aintenance
uct
T29 Kone
C
ator #01-
0
BLD211ki
nthly
Supplier
First Offer - $395.00
24/month
$9,480.00
Y
tenance
Product
min.
Code:
Dover
Elevator
#39087
BLD2116389B1--01-51 Monthly Supplier First Offer - $395.00 24/month $9,480.00 Y
Maintenance Product
- Admin. Code:
Bldg. Dover
Elevator
#39279
BLD2116389B1--01-52 Monthly Supplier First Offer - $395.00 24/month $9,480.00 Y
6/21 /2018 BidSync p. 126
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C a,d County Board of
County Commissioners
Maintenance Product
- Admin. Code:
Bldg. Dover
Elevator
#39088
BLD2116389B1
BLD2116389B1--01-53 Monthly Supplier First Offer - $395.00 24/month $9,480.00 Y
Maintenance Product
- HMT Dover Code:
Elevator ,
#57740
BLD2116389B1--01-54 Monthly Supplier First Offer - $395.00 24/month $9, Y
Maintenance Product
- MPG Dover Code:
Elevator
#47871
BLD2116389B1--01-55 Monthly Supplier First Offer - $395.00 24/m $9,480. Y
Maintenance Product
- MPG Dover Code:
Elevator
#47868
BLD2116389B1--01-56 Monthly Supplier First Off .00 / month $9,480.00 Y
Maintenance Product
- MPG Dover Code:
Elevator
#47869
BLD2116389B1--01-57 Monthly Supplier t Offer - 00 24/month $9,480.00 Y
Maintenance Produ
- MPG Dover Code:
Elevator
#47870
BLD2116389B1--01-58 Monthly Xher st Offer - $395.00 24/month $9,480.00 Y
M
BLD2116 1--01-59
Mo
upplier
First Offer - $395.00
24/month $9,480.00 Y
tenance
Product
Code:
tgomery
evator
#43593
BLD2116389B1--01-60
Monthly
Supplier
First Offer - $395.00
24/month $9,480.00 Y
Maintenance
Product
- NPG
Code:
Montgomery
Elevator
#43595
BLD2116389B1 --01
-61 Monthly
Supplier
First Offer - $395.00
24/month $9,480.00 Y
Maintenance
Product
6/21 /2018
BidSync
p. 127
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C a,d County Board of
County Commissioners
- NPG Code:
Montgomery
Elevator
#43596
BLD2116389B1--01-62 Monthly Supplier First Offer - $395.00 24/month $9,480.00
Maintenance Product
- NPG Code:
Montgomery
Elevator
#43597 ,
BLD2116389B1
Y
BLD2116389B1--01-63 Monthly Supplier First Offer - $395.00 24/month $9, Y
Maintenance Product
- NPG Code:
Montgomery
Elevator
#43598
BLD2116389B1--01-64 Monthly Supplier First Offer - $395.00 24/mo a,48O Y
Maintenance Product
- NPG Code:
Schindler
Elevator #02
05279
BLD2116389B1--01-65 Monthly
Supplier
Fir fer - 2 onth $9,480.00 Y
Maintenance
Product
- Bldg. 611
Code:
Eastern
Elevator
*A
#6978
BLD2116389B1--01-66 Monthly
Supplier
First O - $395.00 24/month $9,480.00 Y
Maintenanc
uct
- Bldg. 28
Dover
j713
BLD2116389B1 01 67 abort
S lier
First Offer - $195.00 1000 /hour $195,000.00 Y
hanic,
P uct
R
de:
Hours
BLD211 9B1jor:
Supplier
First Offer - $158.00
800/hour $126,400.00 Y
er,
Product
ular
Code:
Hours
BLD2116389B1--01-69 Labor:
Supplier
First Offer - $255.00
800/hour $204,000.00 Y
Mechanic,
Product
Overtime
Code:
Hours
BLD2116389B1--01-70 Labor:
Supplier
First Offer - $190.00
600/hour $114,000.00 Y
Helper,
Product
Overtime
Code:
Hours
6/21 /2018
BidSync
p. 128
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C a,d County Board of BLD2116389B1
County Commissioners
BLD2116389B1 --01 -71 Labor: Supplier First Offer - $255.00 800/hour $204,000.00 Y
Mechanic, Product
Standby Code:
Services
(Reg. Hrs.)
BLD2116389B1--01-72 Labor: Supplier First Offer - $255.00 200/hour $51,000.00 Y
Mechanic, Product
Standby Code:
Services
(Overtime
Hrs.) 'it
Bid Allowance
$126, 000.00
00
6/21/2018
BidSync p. 129
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C a,d County Board of
County Commissioners
BLD2116389B1
Item: Monthly Maintenance - T1 Montgomery Elevator #33213
PortEverglades_Maintenance_060618.xlsx
PortEverglades_MajorRepair_Cleandowns_060618.xlsx
PortEvernlariPG Parindir`TPgts n6nmR xlGx
6/21 /2018 BidSync p. 130
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of
County Commissioners
Bid BLD2116389B1
SPECIAL INSTRUCTIONS TO VENDORS (IN ADDITION TO GENERAL CONDITIONS)
ELEVATOR AND ESCALATOR MAINTENANCE AND REPAIR - PORT EVERGLADES
A. Scope:
Vendors are invited to respond for an open-end contract to provide Elevator and Escalator
Maintenance and Repair Services for the Broward County Port Everglades Department.
F:3
The initial contract period shall start on date of award, or upon expiration of the c nt contract,
whichever is later and shall terminate two-(2) years from that date. The Dire urchasing
v may renew this contract for three-(3) one-year periods subject to or tance,
satisfactory performance and determination that renewal will be in th st intere the
County. Notification of Intent to Renew will be sent in advance of expir e of this co t.
The Vendor will complete delivery and the County will receive deliv on any orrs mailed to
the Vendor prior to the date of expiration.
All prices, terms and conditions shall remain fixed for th o-yea�rj period of the
contract. Following the initial contract period, price increas ma%y epted by the Director
of Purchasing in accordance with the procedure describedVs n , Price Adjustment
Clauses, of this document. w
No guarantee is expressed or
purchased under any open-end
purposes only. The Board of I
orders as and when required, (
release partial quantities or, is
County agencies, make randA
open end contract or, any co
acceptable without a written ord
Such order will contain uan
urgently required, the
writing.
d as We tot uantity commodities/services to be
act. s to 1 be used for bid comparison
y mmi rs reserves the right to: issue purchase
a blanke chase order for individual agencies and
is ions for of direct purchase orders by various
gin- t purchases for any or all of the item(s) on any
)n of t receding. No delivery shall become due or be
the Coun unless otherwise provided for in the contract.
JrLof delivery and other pertinent data. However, on items
n telephone notice, to be confirmed by an order in
riTs, are included hereto and made a part hereof. Whenever the
a third party (i.e. manufacturer, applicator, subcontractor, etc.)
or through the third party.
a=the Vendor must, on an overall basis, be equal or greater in quality or
the Specifications and Requirements. Broward County reserves the right to
of what is equal and acceptable. Submittals that do not comply with
Requirements are subject to rejection.
C. Office of Economic and Small Business Requirements:
Not applicable to this solicitation.
D. Federal Transit Administration Requirements:
Not applicable to this solicitation.
E. Vendor Responsibilities:
The Vendor will be responsible for the provision, installation (if applicable, per Specifications
and Requirements) and performance of all equipment, materials, services, etc. offered in his or
6/24/2018 10:07 AM p. 24
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of
County Commissioners
Bid BLD2116389B1
F
9
W
her submittal. The Vendor is in no way relieved of the responsibility for the performance of all
equipment furnished, or of assuring the timely delivery of materials, equipment, etc. even
though it is not of his or her own manufacture.
Maintenance and Service Requirements:
Scheduled preventive maintenance visits, in the frequency specified within the specifications
and requirements includes cleaning, inspection, and replace parts, which appear worn, and in
need of replacing.
All parts, labor and travel, including consumable items, are to be included.
All maintenance
technicians.
Response time shall be as indicated within the specifications and
cannot meet this response time may be deemed non -responsive.
Payments will be made in arrears, after receipt and a
Licensing Requirements:
Proof of licensing should be returned with the Vendor's su
the Vendor must submit within three business of
deemed non -responsive for failure to fully com@10Withi ;
In order to be considered a responsible
this solicitation, the Vendor shall POSSE
State registration, if applicable)
competency that meets or excee
specified, as determined by th Cunt
solicitation.
Any
subs
ator
ndors who
ed with submittal,
Vendor may be
RNNWF the scope of work set forth in
owing licenses (including any specified
icitation submittal. Any certificate of
roan legally perform the scope of work
gyred responsible and responsive to the
RED ELEVATOR COMPANY
TOR INSTALLATION AND MAINTENANCE
DORY — CLASS "E" CONTRACTOR — DOE1 B
n the scope of the above contract must be performed by a licensed
requirements,
SPECIFICATIONS
REQUIREMENTS,
Proof of certification should be returned with the Vendor's submittal. If not provided with
submittal, the Vendor must submit within three-(3) business days of County's request. Vendor
may be deemed non -responsive for failure to fully comply within stated timeframes.
I. Public Bid Disclosure Act:
In compliance with the Public Bid Disclosure Act, Section 218.80, Florida Statutes, each permit,
license and/or fee which the Contractor will have to pay the County by virtue of this work/project
(before or during construction) is set forth below and includes the dollar amount or the
percentage method or unit method to be paid of all permits, licenses and/or fees which includes
6/24/2018 10:07 AM p. 25
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of
County Commissioners
Bid BLD2116389B1
J
K
but is not limited to all licensing fees, permit fees, impact fees, inspection fees and certificates of
occupancy (CO).
Broward County Port Everglades Department will be responsible
for all permits and fees imposed on the work by Broward County
Commission Agencies for their projects. The Contractor is
responsible for applying for the permit and must contact the
Project Manager to arrange for payment directly to the issuing
entity, however*
Licenses, permits and fees which may be required by The State of Florida,
other local governmental entities are not included in the above list and v
"pass-thru" basis per Section M, Payment. �
Permits and Fees: (for Agencies other than Broward County Commi
The Vendor shall procure and pay for all permits and licenses, ch
notices necessary and incidental to the due and lawful prosecution
permits, fees, etc., shall be included in price bid except w re not
requirements.
Allowance (PASS-THRU) Items: (Estimated Total $63,000.0
The total annual amount for allowance items is ante
the total price bid.
PARTS AND MATERIALS:
Estimated in the amount of
NON -COUNTY AGEN
Estimated in the amou
es or by
a a cost
nd give all
cost of all
cations and
be automatically included in
thru cMt allowances shall
3 TO VENDORS, Section M.
with
WR41Wnty elects to have the Contractor supply parts or
rices for same have been established in this contract, the cost
, on a "Pass-Thru" basis, i.e., the Contractor will charge the
I invoice prices he or she is charged by his or her suppliers,
d taxes. A copy of the Contractor's invoice(s) from supplier for
aterials shall be submitted with the Contractor's invoice for
where the contractor manufactures his or her own parts, he or
sha9WMWarge the County a price no higher than he or she charges his or her
dpst favored customer. The County reserves the right to request verification.
Prof of the pass-thru cost shall be submitted with invoice to Accounting in order
invoice to be processed for payment, with a copy of the costs invoice sent to
the Project Manager or Building Manager of the Agency requesting the services.
No markup will be permitted for these pass-thru costs. County reserves the
option to purchase and furnish parts if County determines that the prices
submitted by Contractor are not fair and reasonable.
6/24/2018 10:07 AM p. 26
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of
County Commissioners
Bid BLD2116389B1
L.
2. PASS-THRU ITEMS
1) PARTS AND MATERIALS
Description:
Payments for undefined and unanticipated parts, materials and
miscellaneous items required to complete a project for repair or other
maintenance work on elevators and escalators, which are not included in the
contract. Payment will be made at Contractor's cost with no "mark-up" and
shall be approved by the Contract Administrator or designee.
NON -COUNTY AGENCY PERMITS AND FEES
Description:
Measurement for payment for non-Broward County permitfswil ased
upon the actual permit fees paid by Contractor to the agencies ing
jurisdiction for services to the locations, all in acc ance with the Co act
Documents. A copy of the governmental entity's voice(s) f ermits/fees
must be submitted with the Contractor's invoice payment. he County
reserves the right to request verification for costs o mits/fee
Prevailing Wage Rates:
Not applicable, projects exceeding the $250,000 limit of
Code of Ordinances are prohibited under this contract.
Payment:
Purchase Orders will be issued for each i
successful bidder(s) after award A
for all goods and services shall
Statutes, Section 218.70, Florid
Payment Ordinance (No. 89-49)
Section 11 of the GENERA
Requirements of this solicitatio
If the solicitatio
identified types
the Broward County
i67s
an as -needed basis to the
specified herein. Payment
manner and in accordance with Florida
Act and the Broward County Prompt
nt shall be made in accordance with
Section 32 of the Specifications and
nce amount for permits, parts on a pass thru, or other
p1lowing shall apply to payment of allowances:
and scope of allowance is identified in the solicitation's
uirements.
amount is an estimate only; payment is not guaranteed and is
�d on actual costs incurred by the Vendor for the identified
Contract Administrator or designee must authorize use of any allowances
r Specifications and Requirements) prior to Vendor incurring costs related to
allowance amount.
d. No markup or additional fees are allowed on payment of allowance items. This
includes, but is not limited to, overhead, profit, "runner's fees", etc.
e. Allowances for Permit Fees: Payment for permit fees does not include licenses,
permit expediting services, re -inspection fees, and expired permit fees. Proof of
permit fee(s) shall be submitted with Vendor's invoice for payment.
f. Allowance for Parts on a Pass-Thru: Vendor must charge the County the same
invoice prices as it is charged by its suppliers. A copy of the Vendor's invoice(s)
6/24/2018 10:07 AM p. 27
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of
County Commissioners
Bid BLD2116389B1
from supplier(s) for approved parts and materials shall be submitted with the
Vendor's invoice for payment. In cases where the Vendor manufactures its own
parts, Vendor will charge the County a price no higher than it charges its most
favored customer.
N. Price Adjustment Clauses:
The Per Unit Maintenance and Repair Prices on the Item Response Form are comprised
of two components: 1) labor and 2) materials. The labor component is Armed to
comprise ninety percent (90%) of the unit price, and the materials compon s deemed
to comprise ten percent (10%) of the unit price. Example: if th price for
41
maintenance and repair of an escalator is $1,000.00 per month, th o Pon,
would be equal to $900.00/month and the materials component d be
$100.00/month. -
Prices as reflected on the Item Response Form shall be ap
(2) years from the Effective Date of the Contract. Pricing for
subject to adjustments, upward or downward, on each Anni
with the subsections below:
Not less than one hundred
period, Contractor may make
the Broward County Director
the Contract Administrator
adjustment is limited to 0
change of plus or minus th
Prices and/or Mechal�'&ab
od of two -
is shall be
ccoraance
Pki�ment
ys prior to renewal addressed to
ctor of Purchasing) through
contract year. The price
(tract year and a maximum
nit Maintenance and Repair
ct will not be subject to any
Materials Pric diu nts: ThWontractor shall provide the Contract
Administrato i h copie the published Producer Price Index (PPI) for the
preceding t months m the date of application along with the
Contractor's ca tions for a percentage of change in the PPI and the
resu it
decrease in the materials component of the Per Unit
Maint Price. The PPI used for the calculation will be the
!adjustm
ce ice Index for Metal and Metal Products, Commodity No. 10,
10, Group: Metal and Metal Products, Item: Metal and Metal
s ished by the Bureau of Labor and Statistics per the latest
. Contract Administrator will confirm the accuracy of all price
sprior to implementation on each Contract Anniversary Date.
g n the PPI indexes that result in a deductive price adjustment shall
e the Contractor of its obligation to provide the information described
herein by each Anniversary Date, but if Contractor fails to provide the
information relating to a deductive price adjustment, the County reserves the
right to make such adjustment on its own.
Labor Price Adjustments: The Contractor shall provide the Contract
Administrator with copies of the Mechanic Rate published and in effect at the
time of the application for price adjustment, along with the Contractor's
calculations for the percentage of change in the Mechanic Rate and the
resulting increase or decrease in the labor component of the Per Unit
Maintenance and Repair Prices. The Mechanics Rate used for the
calculations will be those rates published by the National Elevator Industry,
Inc. (N.E.I.I.) for the International Union of Elevator Constructors, Local 71
Miami, Florida. Fringe benefits will not be considered in the calculations. The
Contract Administrator will confirm the accuracy of all price adjustments prior
6/24/2018 10:07 AM p. 28
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of
County Commissioners
Bid BLD2116389B1
d)
to implementation on the Contract Anniversary Date. Changes in the
Mechanics Rate that result in deductive price adjustment shall not relieve the
Contractor of its obligation to provide the information described herein by
each Anniversary Date, but if Contractor fails to provide the information
relating to a deductive price adjustment, the County reserves the right to
make such adjustment on its own.
Annual price adjustments may either increase or decrease one or both of the
unit price components. The Additional Work Labor rate shall also adjusted
annually to reflect any change made to the labor component o Per nit
Maintenance and Repair Prices. If the Mechanic Rate is ad' basedUon
the calculations described above, the Helper Rate shall aIff
e sted by
the same percentage of change used/calculated for the Mechanic Ntrnly
he
Additional Work Labor Rate (Mechanic and Helper a adju
once a year, and shall become effective on the Coct Anniversary
The Contractor's failure to provide the required
price increase by the deadline established in Sectic
a waiver of the price adjustment and th Per Un
shall remain unchanged for the upcominbQL
All submissions shall be presented
Form and with copies of the ap
and all calculations used to s
adjustments to increase uni ces
Under no circumsta
decrease) for the i
(individually) excegJ
ation for a
>e deemed
ibor Rates
the Item Response
sexes nd Mechanics Rate
cents. Late submissions for
nsidered.
t of adjustment
ince components of labor
%) for any Contract Year.
ease or
material
to thlWontractor by the Director of Purchasing
accept the price increase.
acCVance of such revision, the Contract
is of one hundred twenty days-(120) days
cation from the Director of Purchasing.
may be
from the
plete delivery and the County will receive delivery on any orders
rior to the termination date even if no increase is granted by
;i ailure to complete delivery could cause the Contractor to be
business with the County according to Section 21.119 of the
rement Code, Authority to Debar or Suspend.
e
.Mgffirm for the duration of the initial two-year period of the Contract. Any
ate ses in costs during the initial two-year period of the Contract must be
n prices set forth in the Item Response Form. Except as permitted above, the
all not be obligated to renegotiate or increase any price for any work based on
mistake or miscalculation of prices, underestimation of costs, or for any other
All of the overhead costs, including, but not limited to, costs of the required
and insurance coverages, shall be included in such prices listed in the Item
Response Form.
5. The Contractor shall provide on the Item Response Form its hourly rate for Additional
Working Hours for Mechanic and Helper for the initial two-year period. The hourly rate
shall include the Contractor's portion of social security taxes, unemployment taxes and
all other compulsory payroll taxes, worker's compensation insurance costs, costs of any
health insurance or other fringe benefit provided to employees, uniform costs, costs of
bonds and insurance coverage, travel costs, training costs, other overhead costs, profit
margin and any other costs or fees the Contractor would expect to receive or recover
6/24/2018 10:07 AM p. 29
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of
County Commissioners
Bid BLD2116389B1
.9
from the County in performing elevator and escalator maintenance and repair.
Basis of Award:
Section 10 of the General Conditions is replaced by the following:
Although the intended Basis of Award may be stipulated herein, the County still reserves the
right to award on an item by item basis, group by group basis, total bid price basis, or any
combination thereof, or reject bids in the same aforementioned per basis manner. Therefore,
Bidders must bid on all items for award consideration as described herein. Failure to bid on all
items may result in rejection of bid. A Bidder desiring to offer "No Charge" on an Od
within a
group or total bid price basis must indicate by placing a $0.00 in the offer fieldnter "No
Charge" in the "Notes for Buyer" section in Bid Sync; otherwise, the group wi
incomplete and bid may be rejected. The County reserves the right to ma mul
under this contract, as deemed in its best interest. In the event the Cou ercis
the low, responsive, responsible Bidder will be designated as the Prim or. 1
responsive, responsible Bidder will be designated as the Seconda endor, an
determined by the County. The County reserves the right to give tech
irregularities and to reject any or all responses, as it deems appropria
as
rds
1ht,
as
ind
6/24/2018 10:07 AM p. 30
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C a,d County Board of
County Commissioners
BLD2116389B1
SUBMITTAL CHECKLIST
A.
Certificate of Competency for Mechanics and
INCLUDED: pYES ❑ NO
Supervisors per Section 4.3, QUALIFICATIONS
B.
Attachment "A", PERSONNEL LISTING
INCLUDED: DYES ONO
C.
Technical Support Information for Predictive
INCLUDED: RYES ❑N
Maintenance per Section 15.2
D.
Sample Maintenance Checklist per Section 17,
INCLUDED: DYES
SUBMITTALS
*4r X
E.
Schedule of Maintenance per Section 17,
INCLUDED: ❑ NO
SUBMITTALS
F.
Schedule of Periodic Tests per Section 17,
INCLUDED: YES ❑
SUBMITTALS
G.
Schedule of Major Repairs And Routine Clean
IN ED: O
Downs per Section 17, SUBMITTALS
H.
Copy of License per Section G, SPECIAL
INC [:]NO
INSTRUCTIONS TO BIDDERS
1. SCOPE:
1.1.
x
Broward County is requesting
Elevator/Escalator Preven
vendor (CONTRACTOR
optimum performance o e
CONTRACTOR to ly
penalty or terminating t r
Iinten
give
s to es-Mlish a contract (Contract) for
Services, as specified herein from a
p ro oand professional service to achieve
cove d by this Contract. Any failure of the
conditions may be cause for imposing a
also Paragraph 9, Contract Enforcement)
>e onsible for furnishing all labor, tools, materials,
ft lete mechanical maintenance service, preventive
cy see and replacement of worn or defective parts and
d escalators located at Port Everglades as specified and as
Lof the contract.
contract is to have a continuing system of preventive
ide necessary, systematic, periodic service and maintenance
calator(s), and moving sidewalk(s) listed in this bid.
rican National Standard Institute.
erican Society of Mechanical Engineers.
=HORITY HAVING JURISDICTION (AHJ) - Broward County is an "Authority Having
Jurisdiction (AHJ)," as such term is defined in ASME A17.1 . An AHJ is the
organization, office, or individual responsible for enforcement of ASME A17.1. Where
compliance with this code has been mandated by legislation or regulation, the
"Authority Having Jurisdiction" is the regulatory authority responsible for the
administration and enforcement of the applicable legislation or regulation governing
the design, construction, installation, operation, inspection, testing, maintenance, or
alteration of equipment covered by ASME A17.1.
2.4. CALLBACK - refers to a request, which requires a check of an elevator other than the
regularly scheduled maintenance usually during regular working hours. Callback
6/21 /2018 BidSync p. 140
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of
County Commissioners
Bid BLD2116389B1
paid for trouble shooting and/or diagnostic services. Replacement of burnt -out bulbs
shall not be considered a callback. (See also Section 2.15, Emergency callback
service and Sections 10 through 12)
2.5. CALL BACK (EMERGENCY) SERVICE - means a check of a system other than the
regularly scheduled maintenance and is subject to a response time. The Project
Manager or designee shall request emergency callback service. Emergency
acknowledgement shall be within 15 minutes by phone and response time to be at
the designated site shall be within one hour (1) from phone acknowledgement, unless
other arrangements are made during phone acknowledgement with Project Manager
or designee. This applies to response time 24 hours a day, seven (7) da week
and 365 days. This is considered part of the Contract and no additiona rges will
be paid for trouble shooting and/or diagnostic services.
2.6. CERTIFICATE OF COMPETENCY (CC) - "Certificate of CompetTncy" (I
credential that certifies that the holder is qualified to becom
Technician but does not authorize any work to be perfo d o
escalators.
- Broward County
ELEVATOR MECHANIC - "Elevator mechanic" me
(CET), which is a person qualified to service, ret
and escalators in the State of Florida. _
ELEVATOR HELPER or HELPER -
direct supervision of an elevator ce
maintain, or repair any vertical corn
designated/classified as an Ap
circumstances will a Probat1
considered an Elevator H b
EQUIPMENT OR UNIT
Elevators, Escalators'
FOREMAN/SUPERVIS
person who is
and Helpers, o
provides ica
-tified Elel
elevators
sa
Wl5r Technician
sts on elevators
Qourth-Year,
rforming work under the
holder to construct, install,
Iper may be
but under no
or Second -Year apprentice be
.with the terms of the Contract.
ay be used interchangeably and refers to the
walks covered under the Contract.
ese termsXre used interchangeably to refer to the
Oordinating the work efforts of the Elevator Mechanics
itical repairs and Additional Work projects, and
ohe Elevator Mechanics and Helpers. This person
ensures the parts inventory is maintained, and
ight of completed work.
I trade recognized holiday.
k0
U OF OPE TION - for the purpose of this contract, hours of operation are
ent per day, seven days per week, and fifty-two weeks per year
(24/7/J6 ould additional mechanics or helpers be required to perform regular or
routin aintenance, hourly rates shall be based on:
• Reg Hours:
8:00 a.m. to 5:00 p.m., Monday thru Friday, including holidays
•qgWWme Hours:
5:01 p.m. to 7:59 a.m., Monday thru Friday, all hours Saturday and
Sunday, including holidays
• Standby Regular
7:00 a.m. - 2:00 p.m., Saturday & Sunday including holidays
Hours:
Standby Overtime
All other hours, Saturday & Sunday including holidays
Hours:
2.14.1 Holiday hours must be included, CONTRACTOR must be onsite upon
request.
6/24/2018 10:07 AM p. 32
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of Bid BLD2116389B1
County Commissioners
2.15. INSPECTOR - "Inspector" means a Qualified Elevator Inspector (QEI), which is a
person who holds a Certified Elevator Inspector (CEI) license and is qualified to
witness inspections and testing on elevators and escalators in the State of Florida.
2.16. IUEC - International Union of Elevator Contractors
2.17. MAINTENANCE CONTROL PROGRAM (MCP) - "Maintenance Control
Program" (MCP) is a documented set of maintenance tasks, maintenance
procedures, examinations, and tests to ensure that equipment is maintained in
compliance with the requirements of ASME A17.1-2013, Section 8.6.
2.18. MAY - denotes the permissive. Failure to comply with "may" generally wil t be a
matter of responsiveness.
2.19. MUST - denotes the imperative. Failure to comply with a "must" directi
be a matter of responsiveness.
OBSOLETE PARTS - parts and components for equipment e
from original installation date, or no longer available fro
manufacturer or an industry parts supplier, replacement onl
OVERTIME LABOR HOURS -
Friday, including holidays.
PARTS ON A PASS-THRU - the CONTRACTOR
prices he or she is charged by his or her suppliers
of CONTRACTOR's supplier invoice(s) for such
CONTRACTOR's invoice for payment. -
PORT - Broward County Port Everg
PREDICTIVE MAINTENANCE - an c
usage of the elevators and esc
occur, taking corrective acti ri
cost effective. PredictivaMP11111111111lob
PREVENTIVE MAINTI
cleaning, and similar
from occurrinuiurim
enerally
years o e
)rl final equipm
J
n.
day thru
he same
ht and taxes. Copy
Ribmitted with the
J�f�fh that measures the actual
al redicting failures before they
uipment malfunction and to be more
nbined with scheduled preventive
maintenance inspections, tests, adjustments,
kwith the intention of preventing malfunctions
-771 EE - responsible for ensuring that the provisions of
d wl both the COUNTY and the CONTRACTOR. The
of the Project Manager are to coordinate and communicate
kand to manage and supervise provided work under the
e Contract.
amount is when an elevator, escalator, or moving sidewalk is
removed from service other than at the beginning of the month.
", EWMR HOURS - shall be from 8:00 a.m. to 5:00 p.m., Monday thru
cluding holidays.
REPAR the corrective action taken, through the replacement of parts and/or
.22.raphents, for the purpose of restoring, or reestablishing the level of safety,
OFFStion, design, and/or performance characteristics, as determined by the original
equipment manufacturer, applicable code requirement, or the PORT.
2.30. RESPONSE TIME - the time from when the CONTRACTOR's dispatch operator
receives a phone call from the COUNTY to the time a service technician arrives on -
site.
2.31. SHALL - denotes the imperative. Failure to comply with a "shall" directive will generally
be a matter of responsiveness.
2.32. SHOULD - denotes the permissive. Failure to comply with "may" generally will not be a
matter of responsiveness.
2.33. STANDBY REGULAR HOURLY CHARGES - means services of an Elevator Mechanic
6/24/2018 10:07 AM p. 33
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of
County Commissioners
Bid BLD2116389B1
to be on -site every Saturday & Sunday from 7:00 a.m. - 2:00 p.m., including holidays.
2.34. STANDBY OVERTIME HOURLY CHARGES - means services of an Elevator
Mechanic to be on -site every Saturday & Sunday beyond standby regular hours,
including holidays.
2.35. UPGRADES - to improve the function/ ability or to increase the value of the equipment
or service.
2.36. USING DIVISION (AGENCY) -the Division that is requesting the service on this
competitive solicitation.
American National Standard Institute (ANSI)
Americans with Disabilities Act (ADA)
ASME Inspector's Manual
Florida Elevator Code: (Chapter 61 C-5)
Florida Statutes (Section 212.08 - Sales Te
Florida Statutes Title XXIX, Chapter 399 (El
National Elevator Industry Field Emaig`es'
State of Florida, Department of
Marshal, Chapter 4A4 7 Uniform Fi
VALUE ADDED PARTNERSHIP:
Broward County desires a relationship
shared. Among these goals are:
Fair and equitable treatment
Contractor expertise in m
discuss with Project
product substitution, 0161we
4. QUALIFICATIONS:
ich common goals are
Ion. Contractors are encouraged to
w7yrs in which costs can be reduced by
or other acceptable means.
free to exercise the right to evaluate qualifications
mance rd of CONTRACTOR with the COUNTY itself,
oration of like size, or private corporations during the past
h autions are deemed to be in the public interest as much
fail e or inability to furnish items/services within prescribed
rgencies and pose unnecessary hardship on both the COUNTY
ration and the public at large.
4 CONTR7�� should include with their bid and must provide within three-(3)
busi s days of County request the names, job title, years of experience and any
certifi ions of employees that will perform work on County equipment as part of
this itract (Attachment "A", PERSONNEL LISTING). Contactor shall specify the
s) of the primary route mechanics for each location, along with a brief
sume. Therefore, the staff person should be written in the lines provided as -
"John Smith, Elevator Mechanic, LEED, 5 years".
4.2.1. The CONTRACTOR shall only use skilled, competent, trained elevator and/or
escalator personnel having a minimum experience of three-(3) years as an
elevator and/or escalator mechanic in maintaining elevator and/or escalator
systems similar to those listed on the price sheets.
4.3. The Mechanical Supervisor and all Elevator Mechanics who will perform work under
this contract shall have, prior to performing any work, a Certificate of Competency
(CC card) issued by the Florida Department of Business and Professional
Regulation, Division of Hotels and Restaurants, Bureau of Elevator Safety and shall
6/24/2018 10:07 AM p. 34
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of
County Commissioners
Bid BLD2116389B1
renew it continuously during the contract period and any renewals. Such
documentation should be included in the bid submittal and must be provided within
three-(3) business days of COUNTY request for current supervisors and
mechanics. CC card for future supervisors and mechanics shall be submitted to
the COUNTY upon request.
4.3.1. Helpers and apprentice mechanics may be used solely as an assistant and
only under the direct supervision of certified mechanics, except as authorized
by the Project Manager.
4.4. Bids will only be accepted from firms that have service and warehouse f ilities
located in Broward, Miami -Dade, or Palm Beach County to provide local s and
repair service.
4.4.1. CONTRACTOR shall maintain a business office located within ar iami-
Dade, or Palm Beach Counties. A competent company representative w n
be contacted during normal & outside working hours an authorize
discuss matters pertaining to the Contract shall staff the
ice.
4.4.2. CONTRACTOR's facilities should be equipped with:
4.5.
4.4.2.1. Machine shop facilities containing a minimu two lathe forklifts,
scissor lifts, drill press, power hacks milling e a ten -ton
hydraulic press. One of the lathes s ab ndling stock
minimum 18" x 60".
4.4.2.2. Turning tools capable of tyg an Ing m chine and motor
generator commutator.
4.4.2.3. Machine tools capabturni
the machine.
ain ma&r drive sheave grooves on
g ammeters, reversing voltmeters, and
king voltages from 0 to 600 volts AC or
equipment on hand for adequate testing and
ks and for preventive maintenance.
CONTRACTOR may have replacement parts,
machines and tools unnecessary.
.RACTOTZTThain operating facilities should be equipped with a
air shop capable of rewinding field coils, brake coils and
r r use in elevators and/or escalators similar to those
d in he specification or CONTRACTOR is to supply the name
dress of a separate business or company, which they may
tract with for this service.
01% local facility shall be conveniently located for response time (See
also Section 2.29, Response Time) to the equipment being served and
be equipped with spare parts as specified in Section 23, Replacement
Parts.
FJ&WOUNTY reserves the right to perform an inspection of this repair and
warehouse facilities during the evaluation period and any time during the term of the
contract and to use this inspection as a means for determining CONTRACTOR's
evaluation score. The acceptable size, location, level of security and functionality of
the facilities shall be determined by the COUNTY in consideration of the bid.
4.6. CONTRACTOR shall be fully equipped and capable of meeting all specifications and
requirement of this Invitation for Bid (IFB). CONTRACTOR shall list the source and
location of major replacement parts such as but not limited to, computer boards,
rotating elements, worms, gears, commutator bars, field coils, and armatures for
drive machines.
4.7. CONTRACTOR may be required to attend a pre -bid meeting to meet with Purchasing
6/24/2018 10:07 AM p. 35
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of
County Commissioners
Bid BLD2116389B1
and the Using Division(s) prior to bid submittal. The purpose of this meeting will be
to review the contract requirements and County procedures and meet with the
people who will be responsible for making sure the work is done correctly.
CONTRACTOR may be required to bring the following personnel to the meeting; the
company President or District Manager, the Service Manager, Accounting person
and actual service mechanic who will most likely be the person responsible for
maintenance and repairs. Failure of the CONTRACTOR to attend the meeting may
be cause for their company to be deemed Non -Responsive and have their bid
rejected.
5. QUALITY CONTRACT CLAUSE:
The CONTRACTOR shall establish a complete Maintenance Control
in accordance with ASME A17.1-2013, section 8.6 to assure the rec
Contract are provided as specified. The CONTRACTOR's
program should be provided to the Project manager or design e;
program will include, but not limited to the following:
A MPC schedule covering each of the elevators and
price sheets shall be provided within 10 days of P
request and shall be viewable on -site by elev% ersc
of acceptance inspection and test or from th
alteration.
MCP shall include, but not be lim
maintenance procedures, and ex
requirement. Where maint
examinations or tests have e
MCP shall be updated. M ho
basis specific per buil ocatio
MPC.
MCP shall referE
A17.1-2013, sei
completion of all
section 8Amw.__
le Co quired maintenance tasks,
and s listed with the associated
s, ma enance procedures, or
17.1-2013, section 8.6, the
ify units o be inspected on a scheduled
st the individuals who will be doing the
documentation needed to fulfill ASME
maintenance records that record the
;e tasks specified in ASME A17.1-2013,
yur-RopmWquarterly maintenance audits on randomly selected
,alator equipment. The Project Manager reserves the right to
nce auditor. All fees relating to such quarterly maintenance
nsibility of the CONTRACTOR and shall be paid to the
ction auditing company.
ifying deficiencies in the quality of services performed before the
nce is unacceptable.
Ta CONTRACTOR shall perform an annual survey through a third party for all
vators and escalators to verify that the unit conforms to manufacturer's
inal specifications. A copy of all annual surveys and field audits relating to the
UNTY's elevators and escalators listed on the Contract shall be provided to
the Project Manager per each location. The annual surveys for the elevators and
escalators should be provided to the Project Manager for review three to six
months prior to the expiration of each contract period.
5.1.7. CONTRACTOR shall have a plan in place to periodically conduct field audits of all
personnel working on the Contract to maintain quality standards. Plan shall be
provided to the Project Manager upon request.
5.2. CONTRACTOR's performance and timely response to service/repair calls shall be
carefully monitored. Failure to adhere to the fifteen-(15) minute response time by
phone and one-(1) hour on -site response time may be cause to terminate the
Contract. Response time shall apply to both business and non -business hours and
6/24/2018 10:07 AM p. 36
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of Bid BLD2116389B1
County Commissioners
include weekends and holidays.
6. CONTRACTOR RESPONSIBILITIES:
6.1. Provide competent supervision.
6.2. Provide competent trained workers, familiar with all manufacturer(s) for equipment
listed in this bid. CONTRACTOR agrees to utilize only experienced responsible
people in the performance of work.
6.3. CONTRACTOR employees shall be trained in accident prevention and provide
barricades necessary to protect persons or property against injury or da and
at all times, be responsible for any such damage or injury that occurs a esult of
their fault or negligence.
Access to the Port's secured areas is limited to those in
with personal identification badges and dockside vehic
vehicles are allowed within secure areas of the Port (i.
areas, petroleum piers, container yards, aprons).
CONTRACTOR vehicles that have permane
panel(s), may gain access to certain a
satisfactory arrangements shall be made wl
County Sheriff s Office. Dockside vehic
CONTRACTOR vehicles that freauemd&&Poi
All of the CONTRACTOR's e
required to have a Port Identify
the CONTRACTOR's per r
uniforms with CONTRA'
Personal identifi
vehicle permits ;
s Office. The fe
follows:
lades Broward
required for
�ctors, and personnel are
rking within the Port. All of
ctive and neat appearing
1CMILidentification badges, and dockside
the PW Everglades Broward County Sheriff
the identification badges and permits is all
nspo r Identification Credential Badge (TWIC) ... $125.25 each
All fees su t to ange*
dividuals r firing identification badges and dockside permits shall fill out an
licatio m. Forms are available at the Port Public Safety Building. A
(:icr ground check will be conducted on all individuals applying for
i ntification badges and permits. Those individuals who fail the background
ck will not be issued an identification badge or dockside permit.
NTRACTOR is responsible for ensuring acquisition of all necessary
curity badges, vehicle permits and Security Services from all entities having
regulatory jurisdiction of the sites. All security costs, and time associated with
obtaining security clearance, will be at CONTRACTOR's cost and will not be
reimbursed by the COUNTY.
6.5. All employees of the CONTACTOR shall be considered to be, at all times, the sole
employees of the CONTRACTOR, under his sole discretion and not an employee or
agent of Broward County. Broward County may require the CONTRACTOR to
remove an employee it deems careless, incompetent, insubordinate or otherwise
objectionable and whose continued presence on COUNTY property is not in the
best interest of the COUNTY.
6.7. The CONTRACTOR shall be responsible on a daily basis to maintain a clean work
6/24/2018 10:07 AM p. 37
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of
County Commissioners
Bid BLD2116389B1
site, to remove debris, and to dispose of it properly at the CONTRACTOR's
expense. CONTRACTOR will be responsible for disposal of hazardous waste
materials that may be a result of maintenance or repair work performed, at the
CONTRACTOR's expense. CONTRACTOR shall contact the Environmental
Protection and Growth Management Department whenever disposing of hazardous
material for proper disposal instructions. This requirement shall be solely the
CONTRACTOR's responsibility. CONTRACTOR shall keep the Project Manager
informed.
The CONTRACTOR shall be responsible for obtaining and paying
permits/inspection fees required for repairs. CONTRACTOR will in
COUNTY for reimbursement. Permits/fees shall be on a "pass-thru' ba
Section 32, Payment). CONTRACTOR shall comply with all law
regulations, and building code requirements applicable to the wor ontE
herein. Damages, penalties, and or fines imposed on th UNT'
CONTRACTOR for failure to obtain required licenses, pe fines
borne by the CONTRACTOR. �A
CONTRACTOR shall provide at its own expense an interp er with any ployee
who cannot speak English that is sent to a COUNTY site to aintenag7repairs.
The CONTRACTOR shall be responsible fo airs, e of all
equipment, parts, and services specified in this NTR TOR is in no
way relieved of the responsibility for the performa o ent, parts, and
repairs furnished, or assuring the timely ry of als, parts, even if it is not
of their manufacturer.
The CONTRACTOR on this proj hall b miliar h all applicable Federal,
State, County, City, and Local a R Codes, and be governed
accordingly as they will apply is p and the actions or operations of those
engaged in the work or co ning mat s used. CONTRACTOR shall ask for
and receive any required ' S.
CONTRACTOR sh assign a ice representative who will visit the Project
Manager on a regula eduled ' to discuss the elevator/escalator needs,
service and any matter r g to the aintenance of the elevators/escalators. This
should be co ith nnual survey and contract renewal period.
The CONTRA s ponsible for notifying the Project Manager of any
warran,Jj@0W1&ua es, and the terms contained therein, covering replacement
6.14. C RACTO all responsible for training all Port personnel assigned to
Bro rd County ilities in procedures to be taken when an elevator/escalator
ut wn. Thi cludes what to look for and what steps should be taken before
Ming In order to reduce unnecessary callbacks.
6 The fining should be done at least once a year or when requested by the Project
Mana r or designee. CONTRACTOR shall put the procedures in writing and
provi to Project Manager for reference. However, this in no way relieves
ACTOR of responding to callbacks when requested.
6.16. e CONTRACTOR's service manager, office personnel and each mechanic and
backup personnel who will be performing service for the Contract shall read and be
familiar with the requirements of the Contract. The CONTRACTOR shall document
this requirement.
6.17. No travel time shall be paid for any service call - emergency, or routine services.
CONTRACTOR should factor any cost of travel into base bid prices; no additional or
separate charges will be accepted.
7. HURRICANE, SEVERE TROPICAL STORM, OR EXTREME WEATHER CONDITION
RECOVERY:
6/24/2018 10:07 AM p. 38
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of
County Commissioners
Bid BLD2116389B1
7.1. In the event of a hurricane, it shall be the responsibility of the CONTRACTOR to
immediately arrange with Project Manager or designee to inspect and determine if all
equipment is operational and ready for use when power is available. The COUNTY
acknowledges that not all problems may be recognized until power is available.
However, this in no way relieves CONTRACTOR from making an immediately
assessment of the equipment and make sure obvious problems are corrected.
8. BROWARD COUNTY RESPONSIBILITIES:
Provide suitable ventilation and cooling equipment, if required, to maintain the
room temperature between 45°F and 95°F. The relative humidity should ry
85 percent non -condensing. A
8.2. Provide electrical power for the elevator.
Provide one-(1) outside telephone line to the elevator machine
to and from a toll -free number at a dispatching center. The tel
be a separate line dedicated to the remote monitoring ma
�
may be an existing line.
Provide a reasonable safe and dry on -site storage area for elea
Provide a standby power unit and a means for igniti t will c
to the elevator disconnect switches to operate one
rated speed only where generator or alternate pow our
g,
8.6. Provide conduit between the elevator
master station and elevator monitorinc
9. CONTRACT ENFORCEMENT:
9.1. In order to assure that Browar unty ves the quality of service and response
necessary to ensure the of the engers and achieve the maximum
desired life cycle of th ve equipme the Project Manager may impose
adjustments to mon mainte a charge to reflect the failure to perform in
accordance with the act.
9.2. CONTRACTOR agrees t the adjus ment may be deducted from the monthly
contract am t d including the full monthly contract price of the
affected equip
9.3. After thr ed incidents within a 12 months period at any location receiving
serv' under Co ct, the CONTRACTOR shall be placed on written notice
tha ach occur e a r that date will result in an adjustment per the schedule
sta below. Wh there is more than one piece of equipment at the location, the
p ate perc ge will be deducted from the unit with the highest monthly cost.
9(9.4.1.
ustm a based on the following schedule:
L Response to emergency callbacks
( r 24 hours from time of receipt of County request) ... 10% of monthly charge
o Response to emergency callbacks
(24 hours from time of receipt of County request ... 15% of monthly charge per
occurrence.
9.4.3. Non -Performance ... 30% of monthly charge per occurrence.
9.4.3.1. Deduction for non-performance shall include but not limited to, similar
failure of equipment more than three times for a total down time of five-
(5) hours or more per elevator and ten-(10) hours or more for
escalators, excluding response time, occurring within a 12-months
period; or as per National Elevator Industry Code and Standards (latest
6/24/2018 10:07 AM p. 39
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of
County Commissioners
Bid BLD2116389B1
edition).
9.4.3.2. Non -Performance shall also include failure to take corrective actions
indicated on statutory inspection reports by the inspectors as well as
failure to send mandatory compliance reports as stipulated in the
Elevator Inspection Report and Order Requiring Correction. All
deficiencies found by the inspectors shall be corrected within thirty-
(30) days. Any deficiencies found during the quarterly maintenance
audits that are not corrected within thirty-(30) days shall be considered
non-performance.
9.4.3.2. Non-performance will include failure to take corrective action Icated
on statutory inspection reports by the inspectors and sen ndatory
compliance reports as stipulated in the "Elevator Inspec ' rt and
Ordering Correction".
9.4.4. Shut down due to lack of parts exceeding
72 hours ... 100% of daily charge per each day for the 1
unit is inoperative.
9.4.4.1. Daily charge shall be a pro-rata amount of the
charge. (See Section 2, Definitions finitio
and emergency callback service.)
Jdaysthe
enance
service
9.4.5. Late invoice exceeding 45 days after completioij&� o?Worrectly prepared
invoices returned to the CONTRAClNIAkr cor on ............. 10% of invoice
per occurrence.
9.5. In as much as it is the desire of Cou i uch deductions, and to
encourage the CONTRALTO '
to the number of times no
Project Manager may, u
amount of the adjustor aft
within the same 12- the perio .
10. EMERGENCY SERVICES:
10.1. The CONTRA a emergency callback service for all equipment
covered b the act, twe
o wl ontract, there will be a limit
plian 'th the Contract will be tolerated. The ritten no to the CONTRACTOR, double the
third re at offense incurring an adjustment
e
our-(24) hours a day, seven-(7) days a week at no
aid th UNTY. A "Callback Service" shall be defined as a customer
req t that r ' es eck of an elevator other than the regularly scheduled
mai Hance.
10.2. In th ent the C TRACTOR is called for emergency service and it is determined
JO"t er C RACTOR (i.e., electrical, telephone) is responsible, there will be
no char OUNTY for the call.
11. EIVWGENCY RMPONSE TIME:
11. aONWCTOR shall respond by phone to all requests for emergency callback service
fifteen-(15) minutes after receiving the call from the Project Manager.
Response time on -site for emergency callback service shall not exceed one hour,
unless other arrangements have been made with the Project Manager.
11.2. Under no circumstances shall an elevator/escalator mechanic leave an on -site
response when an elevator/escalator is not working without contacting the Project
Manager or designee to report the status of the work and/or to see if overtime is
authorized to get the equipment in working order.
12. EMERGENCY SIGNAL MONITORING:
12.1. The CONTRACTOR shall provide 24 hour/seven days per week, monitoring services
6/24/2018 10:07 AM p. 40
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of
County Commissioners
Bid BLD2116389B1
of elevator emergency signaling devices for elevators at various Port locations.
Monitoring Signal shall be by Central Station.
12.2. All dialer signal shall be tested annually to verify proper programming. If
CONTRACTOR changes monitoring central stations during contract, all elevators
shall be retested at CONTRACTOR's cost (no additional charge to the COUNTY).
12.2.1. Reprogramming all Existing Dialers (in order to meet requirements of the
Contract): Upon award of the Contract and notice from Project Manager,
CONTRACTOR will be required to reprogram (or transfer service) all existing
dialers within two-(2) weeks. AL
Install and Program New Dialers: (as needed) to telephone num
and requested by the Port or as required by the monitoring fac
signals. 4
All materials, labor, and workmanship for replacement par
fully warranted and guaranteed for a minimum of one
completion and acceptance.
CONTRACTOR shall expressly warrant that all red
from defects, warranted for the merchantat
performance specifications of the original equipme
14. QUALITY OF WORK:
Where not more specifically des
specifications, quality of work sh I
best standards and accepted
items of fabrications, constr n,
completion of the service
execute all work.
15. PREDICTIVE MAINTENANCE:
16. G
PF
of the rlous sections of these
ethods and operations of
Tdes Involved, and shall include all
regularly furnished, or required form
it their respective lines of work shall
e installed on all equipment capable of utilizing it.
vices on equipment to monitor the use of the
cation required to maintain a predictive maintenance
Ja
t WWtheir bid and must provide within three-(3) business days
st detailed information on technical support available to their
. Contractors who offer this service should have similar
nce remote monitoring at other locations in Broward, Dade, or
my and be able to provide a demonstration if requested.
)ULWiFhe regular, normal working hours of the industry CONTRACTOR shall furnish
tenance and repair service on the elevators as listed, which includes regular and
systematic inspections at not less than the frequency indicated on Item Response
Form Sheets.
16.1.1. CONTRACTOR shall provide all require CONTRACTOR shall provide
mandatory bi-weekly visits at a minimum 60 minutes per unit per visit.
16.1.2. CONTRACTOR shall also provide emergency callback service during or outside
of normal working hours, including weekends & holidays.
16.2. CONTRACTOR shall provide all required parts and materials to maintain all
equipment listed on the Item Response Form Sheets. Cost for parts, components
and materials listed in Section 23, Replacement Parts, below, shall be included in the
6/24/2018 10:07 AM p. 41
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of
County Commissioners
Bid BLD2116389B1
monthly maintenance cost on Item Response Form Sheets. Payment for parts,
components and materials not included below, shall be at CONTRACTOR's cost
(See also Sections 33.11 and 33.12).
16.3. The maintenance personnel representing the CONTRACTOR shall report to the
Project Manager or designee at each location before starting any service work. When
work is completed, the technician shall provide a readable work ticket, detailing all
services performed, and have it signed by the Project Manager or designee. The
CONTRACTOR shall also maintain all service records for each elevator & escalator
in the Contract in paper and electronic format.
Service mechanic shall repair any observed defects
maintenance visit.
In the event the CONTRACTOR discovers a unit requiring major
regularly scheduled preventive maintenance that is not covered by
CONTRACTOR shall promptly notify the Project Manager.
The COUNTY shall authorize any work not covered
Any such repairs or recommendations should be re
CONTRACTOR agrees to provide the COUNTY w' ritten e�repairs or
upgrades when requested. The estimate shall b the requirements of
labor hours, parts and materials, etc., for a speci ep timates shall be
broken down by hours per repairperso a se price or each part and
materials. Date and time of completi irs s be included for approval.
Lump sum estimates shall not be pted a als ection 34, Quotations for
Repairs/Upgrades). _
16.7. The County will not pay for trav e.
16.8. All work shall be perform ccordan it1996 ANSI/ASME A17, or latest
edition, and the Florida ss Code.
16.9. CONTRACTOR will b, esponsib all costs for repairs due to failure to provide
preventive maintenanc
16.10. CONTRACTO ill be res ible for the disposal of all hazardous waste materials
that are a res or repair work performed by the CONTRACTOR or
his employees.
16.11. CO R provide Project Manager a written report after each
ins p ion/mai an each location. The report shall include the checklist of all
ite inspected, a readings taken and all tasks performed for each piece of
equ ent, and s I be readable.
ljow e TRA R shall maintain all equipment under the Contract in first-class
operati ion to comply with all requirements of the latest editions of ASME
Q
safety Code Manual), ASME A17.3 (Elevator and Escalator Code
ments for Alterations, Maintenance and Existing Installation); the latest
f Florida Accessibility Code as it relates to elevators and escalators, and all
ble laws, regulations, ordinances, codes, etc. The latest edition of
ME codes and inspector's manual shall be used as a guide to establish that
the equipment is operating safely.
16.13. Cleanliness of the machine rooms is considered essential and is the responsibility of
the CONTRACTOR.
16.14. The CONTRACTOR shall maintain the efficiency, safety, and rated speeds of the
units including full running speed, acceleration, deceleration, landing and leveling
and floor -to floor time including door opening and closing time where power -door -
operation exists, all per manufacturer's specifications or by code requirements.
16.15. CONTRACTOR shall coordinate any major shut downs for preventative
maintenance with the Project Manager or designee at each location. In the event the
6/24/2018 10:07 AM p. 42
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of Bid BLD2116389B1
County Commissioners
Project Manager requests preventive maintenance or major repairs to be performed
after normal working hours, weekends or recognized holidays of the elevator trade,
CONTRACTOR will be compensated as per Sections 33.5 and 33.6, Payment.
17. SUBMITTALS:
CONTRACTOR should include with their bid and must provide within three-(3) business days
of County request the following:
17.1. Sample Maintenance Checklist
Schedule of maintenance for each type of equipment and the estimated
week, per unit for inspections and preventive maintenance to be performg
Schedule of code required periodic tests for witness purposes
repairs and routine clean downs.
18. ACCIDENT PREVENTION AND BARRICADES:
Precautions shall be exercised at all times for the protection
All contractors and sub -contractors shall conform to all
Health Administration (OSHA), State and County regulation
the Terms and Conditions of this contract. Any fi vie
authorities because of failure to comply with these
by the CONTRACTOR responsible for same. Th O
barricades when work is performed in ar ravers
necessary by the Project Manager. tion e
including failure to barricade, may It in t follo
manager:
Warning to the
2nd Offense: Warnin
employee from the CQ
3rd Offense: Potential c'
the CONTRACTOR.
19. SCHEDULED EQUIPM
upational fety and
ile perfo ng under
d b -mentioned
is sha a borne solely
R shall provide
peop , or when deemed
quired safety standards,
sanctions by the Project
ontract or fine up to $10,000.00 imposed on
conduct regularly scheduled evaluations of equipment
r speed, door operations, riding quality, and car leveling.
3ti3Fs, the CONTRACTOR shall perform adjustments, repairs,
quired to maintain manufacturer's operating performance. A
shall be furnished to the Project Manager (See also Sections
)nt evaluations shall be performed as per the approved preventive
nce schedule at least once a year. The evaluations shall be presented and
r with the Project Manager by the service mechanic or CONTRACTOR's
20. PREVENTIVE MAINTENANCE SCHEDULE:
20.1. CONTRACTOR shall prior to award, submit a preventive maintenance schedule for
each elevator and escalator on the Item Response Form Sheets.
20.1.1. Preventive maintenance shall consist of bi-weekly visits per month per unit. Each
visit shall be sixty-(60) minutes in duration or more if needed.
20.2. CONTRACTOR shall furnish a qualified elevator mechanic on the job site for
performance of preventive maintenance. The elevator/escalator mechanic shall
complete the scheduled maintenance procedures before leaving any job site. Under
no circumstances shall a mechanic be called away from the job site until the
6/24/2018 10:07 AM p. 43
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of Bid BLD2116389B1
County Commissioners
scheduled maintenance is completed.
20.3. The service mechanic(s) shall check -in at the manager's or maintenance office as
instructed by the Project Manager or his designee at each location, when they arrive
and when they leave the job site. Copies of mechanic's time tickets, verifying time
spent with each elevator/escalator shall be left with the building manager or
maintenance supervisor as instructed by the Project Manager.
20.4. Service mechanic(s) shall also maintain a record of maintenance/inspections
performed. This record shall be initialed and dated by the mechanic at the time of
service. The record shall be locked in the mechanical room ff each
elevator/escalator.
The service mechanic(s) should have read and be familiar with all the
the Contract.
The following examination frequency shall be observed, as mi
more frequently as recommended by the manufacturer), exceA
TYPE EQUIPMENT
Hydraulic Elevators
Geared Traction Elevators
Gearless Traction Elevators
Electric Elevators
Roped Elevators
Escalators
A minimum of 277 hours per
escalator clean -downs shall
Technician (CET) from M�
which shall total 163 hou
remaining 114 hours p 1
shall apply for the units at
21. SCHEDU
FREQUENCY OF
Monthly
Monthly
Monthly
Monthly
ance, repairs (including callbacks), and
d shall consist of one-(1) Resident
. to 4:30 p.m., excluding holidays,
( ) Helper (a CC holder) performing the
;ally, the following minimum guidelines
Repair, Callback, and
Escalator
Where applicable, the CONTRACTOR shall perform, but shall not be limited to the following
maintenance procedures:
21.1. The CONTRACTOR shall maintain, at all times, the original contract speed in feet per
minute, unless otherwise instructed by the Project Manager. CONTRACTOR shall
perform all adjustment required to maintain the proper door opening and closing time,
within limits of applicable codes. Operating systems for each unit or group of units
shall be checked continuously and necessary tests and corrections will be done to
ensure all circuits are correct and time settings are properly adjusted.
6/24/2018 10:07 AM p. 44
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of
County Commissioners
Bid BLD2116389B1
21.2. The CONTRACTOR shall keep guide rails properly lubricated, except where roller
guides are used and replace guide shoe gibes or rollers, when required to provide
smooth and quiet operation. Control cables shall be replaced when required, or as
provide for in the maintenance schedule whichever comes first. The CONTRACTOR
shall annually clean the elevator hoist -way and related equipment, including rails,
inductors, hoist -way door hangers and tracks, related devices, switches, buffers, car
tops and pit areas.
21.3. If applicable, the gear case shall be drained and flushed to remove sediment and grit,
and refilled with new gear oil as per manufacturer's specifications. All Iubrica is used
shall be according to manufacturer's specifications or better.
21.4. CONTRACTOR shall be responsible for replacing all wire rope often as
necessary to maintain an appropriate factor of safety, according t n turer's
specifications, and equalize the tension on hoisting ropes, re-socke ropes rum
machines and replace conductor cables and hoist -way and mq�glevator
Adjustment shall be made to elevators in accordance with th riginal manufacturers
specifications to maintain the original contact speed, the o final perfor ce time,
including acceleration and deceleration, as designed by t riginal ma facturer.
The CONTRACTOR shall perform adjustments required to in the inal door
opening and closing times, or as otherwise agr 'thin th applicable
codes.
CONTRACTOR shall check the group dispatchi s d make tests to
determine if circuits and time settings ar rly a ed, and make adjustments
necessary for the system to perform sig by th riginal manufacturer.
During the term of the Contract, f II ma er nits with microprocessor
controllers, the CONTRAd-0 a t-ftware upgrades developed
and released for general is tion s the installation of the existing controller
hardware. For units man red by th NTRACTOR, all controller software
upgrades shall be broug t e.
The elevator machin4likorns, sedllftary areas, elevator hoist -ways, and pit areas
shall be kept clean at es. CO CTOR will be responsible for keeping the
machine rooms, the exte f the machinery, and any other parts of the equipment
subject to ru I identified and presentable at all times. During the
course of eacr?%LamTrrM94WW1 accumulated refuse in the pit areas shall be
disc ar t fumes associated with painting, the CONTRACTOR shall
obta' ermis an ordinate with the Project Manager and/or building manager
for appropria ime schedule the painting (See also Section 31, Work Hours).
CO RACTOR II examine, clean, lubricate, adjust, and repair or replace the
OII g safe devices according to the CONTRACTOR's approved
aint is replacement schedule: interlocks and door closers, car and
count elg buffers, overspeed governors, governor tension sheaves assemblies
and and counterweight safeties limit switches, landing switches, slowdown
switc , door protective devices, and alarm bells.
RACTOR shall equalize the tension in all hoist -way ropes and replace all wire
and fastening as per ANSI A17.1 Code, latest edition.
21.11. CONTRACTOR shall examine, re -groove, or replace all sheaves, governor tension
sheaves, secondary or deflection sheaves, and compensating sheaves according to
the approved manufacturer's maintenance/replacement parts schedule.
21.12. CONTRACTOR shall examine, lubricate, adjust, repair or replace the following
accessory equipment according to the approved preventive maintenance schedule:
elevator intercommunications systems, car and corridor operating pushbuttons, load
weighing equipment, all hall lanterns, car position and hall position indicators, lobby
control panels, car operating panels and all other signal and accessory facilities
furnished and installed as a part of the whole equipment.
6/24/2018 10:07 AM p. 45
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of Bid BLD2116389B1
County Commissioners
22. SCHEDULED PREVENTIVE MAINTENANCE SERVICE/ESCALATORS:
22.1. CONTRACTOR shall regularly and systematically examine, clean, lubricate, adjust,
repair or replace parts according to the approved manufacturer's preventive
maintenance schedule.
22.2. CONTRACTOR shall perform a total clean down of escalator equipment, including
pits, pans, and balustrade interiors, as per the preventive maintenance guide but not
exceed one-(1) year intervals. Handrails shall be waxed to provide smooth, quiet
operation.
Balustrades, decks, skirt panels, anti -slide devices, and guards shall b
regularly, adjusted, properly fastened, and aligned. The CONTRAC
responsible for advising the Project Manager or designee at each
necessity to replace these products, but the CONTRACTOR shall noThe
for the cost of the replacements. The CONTRACTOR shall pro es
"Pass-Thru Basis" when authorized by the Project Manager.
CONTRACTOR shall perform exterior cleaning of escalator
by an outside vendor that is independent of the CONTRAC-
at no cost to the COUNTY and scheduled with Project Man;
copies of a report resulting from this cleaning woV44;
the Project Manager.
23. REPLACEMENT PARTS:
The examinations will include inspections, lu
warrant, repair or replacement of the followi,
shall be included in the monthly maintenanf&
Controllers, selecto
solid-state compon4
transformers,
microcomputer de
driving equipment, s
cleaning and if conditions
ointenance schedule and
tchinpipment, all relays, and relay panels,
cers, re stors, condensers, power amplifiers,
oidashpots, timing devices, computer and
or cable or tapes, mechanical and electrical
and position indicating equipment.
rators, landing and car door contacts, hangers,
r , door protective devices, load weighing equipment,
g, car safety mechanisms, platforms, platform flooring, car
lures, cab fan and fan motors, car and counterweight guide
rs and gibs, and emergency car lighting, and Fireman's
t. Seismic actuating and derailment devices and collision
M111111JEWeared and gearless, worms, gears, thrust bearings, drive sheaves,
Ave sheave shaft bearings, brakes and brake pulleys, brake coils, brake shoes,
li gs and pins, contacts, linings, and component parts.
F
st-way door interlocks and hangers, bottom door guides, manual door closers
auxiliary door closing devices, operator, car door hanger, car door contacts,
door light ray devises, wire ropes, hoisting ropes, re -socket ropes for drum
machines, winding and coils, conductor cables and hoist way and machine -
elevator wiring.
23.1.5. Motors, selector motors, exciter and regulator, motor generators, motor windings,
rotating elements, commutators, brushes, brush holders, and bearings,
shafters, silicon control reifies, reactors, filters, heat sinks, amp traps and all
control components.
23.1.6. Governors, governor sheaves and shaft assemblies, bearings, contacts,
governor jaws, deflector or secondary sheaves, car and counterweight buffers,
car and counterweight guide rails, car and counterweight sheaves assemblies,
6/24/2018 10:07 AM p. 46
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of
County Commissioners
Bid BLD2116389B1
top and bottom limit switches, governor tension sheaves assemblies, and
compensating sheave assemblies.
23.1.7. Pumps, pump motors operating valves, valve motors, leveling valves, plunger
packs, exposed piping, above ground plungers and cylinders, and hydraulic fluid
tanks, hydraulic fluid oil as needed in plunger, electric elevator equipment and
any other elevator equipment or controls not named.
23.2. PARTS, HYDRAULIC ELEVATOR:
23.2.1. Power plant complete, consisting of its enclosure, pump, motor power
transmission elements between the pump and motor, valves of ey�r kind,
strainers, mufflers, gaskets, and all other accessories.
Entire jack unit, including everything except excluded items listed
All electrical wiring, conduit, ducts, traveling cables, etc., from
elevator equipment of every kind to the mainline disconne
way outlets.
All piping, fittings and accessories, such as vibration d
between the pumping plant and jack unit.
All heating and cooling elements, facilities
controlling the oil temperature and hydraulic fl4
All other miscellaneous equipment, materials,
make-up of the complete elevator not mentions
PARTS, ESCALATOR:
Escalator handrails, handrail
tracks and handrail guide rollE
step trends, step wXee
plates, floor/landingl
brakes.
Escalator upper
newel bearings
and comb lights.
han 'I brush guards, handrails
steps demarcation strips,
step ax a bushings, comb and comb
rnal gearing, drive chains, motor and
bearings, tension sprocket bearings, upper
wrings, demarcation lights, and under step
Ii motor and brakes, controllers and switches, worms
ts, windings, commutators and rotating elements,
ies and relays, resistors and magnet frames, demarcation
lers, sprockets, pulleys, and gears, drive belts and timing
it, lubricators, and safety devices.
ators: Iff following equipment parts and components are not covered by
interior of car enclosure, finished floor covering, interior paneling,
panels, wall panels, hung ceilings, light diffusers and light bulbs, handrails,
ors, carpets, hoist -way enclosure, hoist way gates and door; the installation
sw attachments on the equipment that are non-existent on the award date of
contract.
Elevators -Hydraulic: The following is not covered by this contract: Underground
piping, if any, between the pumping unit and jack unit, cylinder for the jack, jack
casing and well hole casing. Escalators -renewal or refinishing of balustrades,
trim and moldings, lighting and power lines to escalators.
23.4.3. CONTRACTOR shall not be required to install new attachments as may be
recommended or directed by insurance companies, federal, state, municipal or
government authorities, subsequent to the award date of the Contract.
23.4.4. Work due to the result of abuse, physical damage, and work not covered under
routine and preventive maintenance and repair service. CONTRACTOR shall
assume the responsibility to provide the burden of proof that the cause of the
6/24/2018 10:07 AM p. 47
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of
County Commissioners
Bid BLD2116389B1
elevator malfunction was due to abuse. The elevator shall be taken out of
operation until the Project Manager inspects the damages and authorizes work
to be performed. CONTRACTOR shall provide a cast estimate and receive
approval from the Project Manager prior to any work being performed.
24. SPARE REPLACEMENT PARTS:
24.1. During the term of the Contract, the CONTRACTOR will maintain, either in the
elevator machine room or on service mechanic's truck, a supply of frequently used
replacement parts and lubricants to meet the specific requirements of the elevators
and escalators on the Contract. Replacement parts stored in any elevatkircallator
machine room will remain the CONTRACTOR's property until installeNTY
units. CONTRACTOR will replace parts in the machine room and/uck
and CONTRACTOR's local warehouse as the parts are used.
Replacement parts should be those manufactured by an e manufac�
(OEM). If OEM parts are not available, parts equal in qu manufactured b
reputable, acceptable manufacturer may be substituted as proved by e Project
Manager. Lubricants used shall be those recommended by nufacturer elevator
or better and lubrication shall be performed in accordan ith ma cturer's
engineering specifications and requirements.
Major component parts for all manufacturer's ele to scalators should be
available in CONTRACTOR's warehouse so that air ompleted within
four-(4) hours, unless other arrangemen mad Project Manager. Service
mechanic shall keep the Project Ma r i med out any repair delays. This
inventory includes, but is not limite gene or rota elements, door operator
motors, generator and motor br s co contacts, selector switch
contacts, motor rotating ele ts, magne s, solid-state components, all
microprocessor equipmen ed in the ator and escalator systems, selector
tapes and door operator
All microprocessor pr to circui rds and solid-state components should be the
original manufacturerts only.
25. OBSOLETE PARTS
Prior to award, t co CONTRACTOR shall identify elevators/escalators
with obst likely to be required during the contract period. The list and
the :)a
arts shall be provided to the Project Manager. The Project
Ma ew obsolete parts the CONTRACTOR shall be required to
sto . TACTOR shall stock only the obsolete parts requested by the
Proj a parts shall be available within 30 days after requested by the
oje nd shall be stored on site. The County will reimburse the
ONTRthe parts, as they are needed at the CONTRACTOR's cost. At
the c lusion of the Contract, the COUNTY shall purchase any obsolete parts that
were uested and have not been used.
26. PAR
26.1. The CONTRACTOR shall identify common parts, not obsolete, for the
elevators/escalators on this contract and shall maintain these parts at the job site and
in stock in order the keep the equipment in working order with little or no down time.
27. WIRING DIAGRAMS:
27.1. The County will provide the original wiring diagrams. CONTRACTOR shall maintain
the original wiring diagrams with any modifications to the diagrams in each machine
room. The diagrams shall remain the property of the COUNTY and shall be returned
to the COUNTY at the expiration or termination of the Contract.
6/24/2018 10:07 AM p. 48
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of
County Commissioners
28. DIAGNOSTIC EQUIPMENT AND SPECIAL TOOLS:
Bid BLD2116389B1
28.1. The CONTRACTOR shall prove they have the necessary tools, equipment and trained
personnel for each specific unit in all groups they are awarded and are responsible
for maintenance.
28.2. The CONTRACTOR's service technicians shall carry diagnostic equipment designed
to analyze programming and microprocessor function and malfunctions for all
elevators and escalators for all manufacturer's equipment in all groups they are
awarded and are responsible for maintenance.
The CONTRACTOR shall have all special tools required to maintain el
escalators in top working order. This includes, but not limited to wheel
curlers, chain breakers and all diagnostic service tools fo
microprocessor-based systems.
29. SAFETY TESTS SCHEDULE:
CONTRACTOR shall prepare an inspections and test sch lejfive
el*.tors in a
spreadsheet type format, outlining all required routine and rions and
tests, and the dates to be performed. This schedule shall ar period
from the Contract start date.
All required inspections and tests shall be perform du first six months after
award of the Contract and during the first six month a periods. The test
schedule shall be coordinated with the PraidOManaa each location.
30. SAFETY TESTS:
All tests shall be witnessed by
ASME QEI-1) selected b
CONTRACTOR shall be
Project Manager.
CONTRACTOR shalM
annual safety tests, a
Standard Safet Coc
1996 or lates
tests as requir
Contraclimmum.,
Spector (QEI) (as defined by
roject Manager or designee. The
2rdinating tests with the QEI and the
ine all safety devices and governors, make
pe s and safety tests as required by American
ors, umbwaiters and Escalators, ASME A17-1-
FOR shall perform five-year full load and full speed
ndustrial Commission during the first year of the
Df all tests shall be submitted and reviewed with the Project
ach location within thirty-(30) days following completion of
30 ac Elevat - CONTRACTOR shall routinely examine safety devices and
govern raction elevators. CONTRACTOR will conduct an annual no load
test. ring the first year of the Contract, the CONTRACTOR will conduct a full load,
fulls ed test of safety mechanisms, overspeed governors, and car and
coun eight buffers. The governor should be recalibrated and sealed for proper
g speed and elevator car balances shall be checked and corrected where
ded. A detailed report on each elevator or bank of elevators shall be provided to
the Project Manager.
30.5. Hydraulic Elevators- CONTRACTOR shall perform an annual no load test and annual
pressure relief valve test for all hydraulic elevators in accordance with Section 1001
ANSI A17.1 code, latest edition and provide a copy of the report to the Project
Manager.
30.6. Roped Hydraulic Elevators- CONTRACTOR shall routinely examine safety devices
and governors, conduct an annual no load test, annual pressure relief valve test, and
during the first year of the contract a full load, full speed test of safety mechanisms,
overspeed governors, and car buffers. Governor shall be recalibrated and sealed for
6/24/2018 10:07 AM p. 49
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of Bid BLD2116389B1
County Commissioners
proper tripping speed, if necessary.
30.7. Escalators- CONTRACTOR shall perform an annual test of all operating and safety
devices and governors. These tests shall be conducted in the presence of the Project
Manager or designee, as well as the County Inspector. CONTRACTOR shall perform
any additional local, county, or State required tests.
30.8. Firefighter's Service Test - Elevator units provided with firefighters' service shall be
tested monthly by code as part of the routine preventive maintenance by the Project
Manager or designee.
The importance of the elevators and escalators covered by the Contract re
We e that
they be maintained in a satisfactory and safe operating condition in accoiWce
with
these specifications. The COUNTY reserves the right to make indeJWnt
tests
when advisable, to determine that the requirements of the Contract aa4IMei Ifilled.
Should it be found that the required standards are not being satisfactorily mai ed,
the COUNTY may immediately require the CONTR to place
elevators/escalators in condition to meet contrac equirements. Th
CONTRACTOR's failure to comply with such a requirem within thir (30) days
shall constitute a circumstance under which the COU Y may ter ate the
contract. If the equipment is not promptly brought up to stan the CgrTY may
enter into an agreement with others to perform su and c otal cost to
the CONTRACTOR.
The ASME A17.1 and Florida Statutes Chapter 399 d o17.1 requires that
all periodic safety tests and inspections ators alators, moving walks and
other equipment to be witnesses b ua d El for Inspector. The Project
Manager reserves the right to selec own ified El for Inspector to witness all
inspections and tests. All fees la to Ions and testing will be the
responsibility of the CONTR R a all be paid to the designated inspection
company. The fee scheduk et forth in tion 32, Payment.
All safety tests shall re a ack insp on if one or more violations is found
during periodic insp tions an ts. All fees incurred because of a callback
inspection are the res ibility of t NTRACTOR. The fee schedule is set forth
in Section 32, Payment.
Annual and fi that are scheduled for a particular day and time are
critical to both p ' s. ess practices dictate that reasonable notice should
be giv Dd Lther party in the event that scheduled safety tests shall be
can cheduled work may not be negatively impacted and either
pa ay s s dule to minimize cost. If a scheduled safety test shall be
ca Iled, the cancelling party shall be given to the other party by no later
tha 30 e prior normal business day. Failure of the CONTRACTOR to
Wovi to the Project Manager as described above shall result in a
moneta of $500.00 for each such incident, to be paid by the
CON*ACTOR to the COUNTY.
:Ieriodjrtests and inspections as prescribed by ASME A17.1 shall not be considered
as of the preventive maintenance schedule described in Section 21 above or as
of the maintenance control program discussed in Section 5.1 above. The hours
expended on periodic tests and inspections are separate from the hours prescribed
in the minimum maintenance schedule and the maintenance control program. The
Contractor shall perform all periodic tests and inspections at no cost to the COUNTY
as per Florida Statutes Chapter 399.
31. WORK HOURS:
31.1. See DEFINITIONS for specific hours for Regular, Overtime, Standby Regular and
Standby Overtime work hours. Work may continue past a normal eight-(8) hour shift,
if needed. The Project Manager or designee prior to work being performed shall
approve overtime hours.
6/24/2018 10:07 AM P. 50
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of
County Commissioners
Bid BLD2116389B1
31.1.1. Designated union holidays are New Year's Day, Memorial Day, Independence
Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving
Day, and Christmas Day.
31.2. All maintenance procedures and repairs should be performed during regular working
hours, Monday thru Friday, except for holidays, unless requested and scheduled by
the Project Manager or designee. Lamp and signal replacements will be performed
during regular maintenance service.
31.3. CONTRACTOR should perform all preventive maintenance and minor adjustment
callback services during regular working hours on regular working da of the
elevator trade, with exception of emergency callback service, which shall vailable
twenty-four-(24) hours, seven-(7) days a week.
CONTRACTOR shall coordinate any major shutdowns for prevent
with the Project Manager or designee at each location. In th
Manager requests preventive maintenance or major repair
normal working hours, the CONTRACTOR will be compen ed a:
Payment.
32. PAYMENT/FEES:
CONTRACTOR shall submit monthly invoices forVine
ce wi��'R�e appropriate
purchase order number and work location. The submitted to the
COUNTY using department(s) that reque theroug a purchase order.
The invoices shall reflect standard servieContract.
CONTRACTOR shall submit a sep
County department that has requ
in the Contract. The date of t
from the completion of
emergency or additional
parts, in addition to a full
JF with p hase order number to the
Itional service not specified
not ex eed thirty-(30) calendar days
additional service. The invoice for
�ior (hours worked and labor rate) and
c performed.
Failure to comply with Bove req ents will result in return of invoices and delay
of payment. The CO Y may d uct 10% of the total invoice to recover
administrative1ha
for the itional burden of processing an incorrect invoice.
When and as aharges shall be pro -rated on a daily basis, using 30
days pe is.
Prev e m na erformed after normal work hours shall be approved in
adv ce. The C TR To
will be compensated at an hourly rate equal to the
diff nce betwe the rate for regular hours and overtime hours as offered on the
Ite sponse F Sheets.
w1. T e of the cost of overtime hours less the cost of regular hours equals
1pensated
hour y rate for scheduled after hour preventive maintenance.
2.5.2.eduled repairs after normal working hours shall be approved and will be
at the overtime hours offered on the Item Response Form Sheets.
32.6nt for repair service labor and additional work not specified be in accordance
with rates specified on the Item Response Form Sheets. The hourly rates quoted on
the Item Response Form Sheets shall include full compensation for labor, equipment
use, and any other cost to the CONTRACTOR for labor. The CONTRACTOR shall
comply with minimum wage standards and any other applicable laws of Broward
County and the State of Florida.
32.7. All hourly rates shall be pro -rated and billed to the closest quarter-(1/4) hour increment,
e.g. 1-15 min. ='/4 hour, 16-30 min. ='/2 hour, 31-45 min. = 1/4 hour. Only time on the
job site shall be invoiced. The County will not pay for travel time. The Project Manager
will verify all hours.
32.8. The COUNTY agrees to pay the CONTRACTOR at the prices quoted on the Item
6/24/2018 10:07 AM P. 51
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of
County Commissioners
Bid BLD2116389B1
Response Form sheets for regular and overtime labor as may be needed for services
described below, except as otherwise noted. Such work shall only be performed
when authorized by the Project Manager.
32.8.1. Maintenance of: cabs, including wall panels, floor, lighting tubes and lamps,
elevator handrails; cab and hoist way door panels, frames, sills; steel guide rail
replacement; heat and smoke sensors; power feeder switched, their wiring and
fusing; hydraulic cylinder and piping, if located underground; removal and/or
refinishing of balustrades and trim moldings of escalators. Note: If repair, and/or
replacement, and/or refinishing of any of the above items are necessit ted due
to the act or omission of the CONTRACTOR, such cost shall be bo by the
CONTRACTOR, at no cost to the COUNTY. The CONTRACT shall be
obligated to advise the COUNTY as soon as practicable, of any which
may adversely affect the above equipment, the correction of w h is ithin
the CONTRACTOR's control.
Repair or replacement which is necessitated by reasofnegli—gence, acciddlRor misuse of equipment and apparatus including doornce, car fixtures or
due to any other causes beyond the CONTRACTOntrol; in
lation of
new attachments or features on the elevator and/or esc r equip t that are
non-existent on the date of the Contract; m cation t ization of
existing equipment not otherwise included; t7ts mmended or
directed by insurance companies, state, m icipr governmental
authorities, which are either unsched at th y ONTRACTOR or
not required by the Contract.
Emergency call back service after
regular monthly service charge ?
hours shall be included in the raWe
The prices quoted ur
providing labor, parts,
and all other services
and additional work A
for preventive mainte
Contract.
shall be included in the
ice after normal working
61111knce Service shall include all cost for
an orming emergency callback service
ontract except for scheduled repair services
contract. No additional labor will be charged
►allback service, unless provided for in the
r parts and materials not included in Sections 20
tenance, In addition to any non -County permits/fees shall be
's cost as a "pass thru" (See also Special Instructions to
Th ONTRAC R shall provide all required parts and materials to maintain
equ ent listed Item Response Form sheets. The cost for items not included in
WevellillhLM.Wiffhance will be "Pass Thru", i.e. the CONTRACTOR will charge the
Count i11W111T5me invoice prices charged by their suppliers. A copy of the
CON ACTOR's invoice(s) from their supplier for such parts and materials shall be
submNed with the CONTRACTOR's invoice for payment. In cases where the
CO ACTOR manufacturers their own parts, the CONTRACTOR shall charge the
JAWy a price no higher than they charge their most favored customer. The County
reserves the right to request verification.
32.13. All invoices shall have the COUNTY purchase order number; for any labor and parts
other than preventive maintenance, the invoice shall indicate the specific unit, location
and date on which the work was done. Copies of invoices shall be provided to the
Project Manager for payment.
32.14. The quarterly maintenance audit fee shall be $2,000.00 per audit, and there shall be
four (4) audits per year, for a total fee of $8,000.00 per year. The following fees
schedule shall apply for periodic inspections and testing:
I CATEGORY 1 1 CATEGORY 3 1 CATEGORY 5
6/24/2018 10:07 AM p. 52
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of
County Commissioners
Bid BLD2116389B1
32.15
32.16
32.17
Hydraulic Elevator: $125.00
Hydraulic Elevator:
Hydraulic Elevator:
$200.00
$300.00
Electric Elevator: $200.00
_
Electric Elevator:
$300.00
Escalator: $300.00
-
-
Call back inspection fees shall be $75 per inspection.
The CONTRACTOR shall pay fees for Section 32.14 and 32.15 within ays of
service.
Inspections and testing work for Category 1, 3 and 5 shall be perform a dance
with ASME A17.
33. QUOTATION FOR REPAIRS/UPGRADES:
In the event the CONTRACTOR discovers a unit requiring major re it during thIlegularly
scheduled maintenance, CONTRACTOR will promptly notify the ject Man er. The
CONTRACTOR will perform only major repair work, modern' ate ion, or J%Qolbrized by
the COUNTY.
33.1. Written Estimates
33.1.1. The CONTRACTOR agrees to provi E
major repairs/modernization/upgr
estimate shall be based on the ireme
etc., for a specific repair job. tima
repairperson and a separ pr a
completion of repairs I be in ed
accepted.
CO ith aTivritten estimate for
five days when requested. The
of la hours, parts and materials,
s Who roken down by hours per
aterials. Estimated time for
Lump sum estimates shall not be
33.1.2. If requested, the OMTRA shall inCfude with the written estimate the cost
of new equipme rsus t elWir of the unit. Quotation shall remain firm for
thirty-(30) days. A imate ana4hotation preparation shall be provided at no
cost or ob ' tion to th OUNTY.
33.1.3. The COU V travel time (See also Section 32.7, Payment).
33.1.4. All all erformed in accordance with ASME A17.3, or latest edition.
.5.Xit%ifieor
TY reserves the right to competitively bid all work not
fificaauthorized in these specifications.
34. TERMI N LOCATI
3Un
NTY shall sell, vacate, abandon, or otherwise dispose of a location
his contract applies, all existing contracts or agreements or services
to such location, the portion of this contract that applies to such location is so
d. The COUNTY shall give the CONTRACTOR written notice of such
of locations at a minimum of thirty-(30) calendar days in advance.
35. LIQUIDATED DAMAGES:
Upon failure of CONTRACTOR to complete a project within the specified time frame stated on
the Purchase Order (P.O.) or within the time frame agreed upon with the Project Manager or
designee; CONTRACTOR shall pay to the COUNTY the sum of five hundred dollars ($500.00)
for each calendar day after the time specified or agreed upon for final completion of project.
36. ADDITION/DELETION OF UNITS:
36.1. The COUNTY reserves the right to add additional elevators or escalators to the Contract
as such systems may be installed. The COUNTY also reserves the right to delete units
6/24/2018 10:07 AM p. 53
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of
County Commissioners
Bid BLD2116389B1
from the Contract in the best interest of the COUNTY. If adding locations or services,
CONTRACTOR shall quote price for services required for the equipment for the
duration of the Contract. Price to be mutually agreed upon by CONTRACTOR and
COUNTY, and in line with locations or services of similar size or scope for which
already contracted. The Director of Purchasing shall approve any adjustment in price.
END OF SECTION
6/24/2018 10:07 AM p. 54
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C a,d County Board of
County Commissioners
BLD2116389B1
GENERAL CONDITIONS
Quotation Requests and Invitations for Bids
These are standard instructions for Quotation Requests and Invitations for Bid and issued by the
Broward County Board of County Commissioners (County). The County may delete, supersede,
or modify any of these standard instructions for a particular contract by indicating such nge in
the Special Instructions to Vendors or in the line item. By acceptance of a purch order or
award notification issued by the County, Vendor agrees that the provisions incl hin this
solicitation, which upon award serves as the executed contract, shall prevail ov ny cting
provision within any standard form contract of the Vendor regardless of any uage in r':
contract to the contrary. Digital versions of this solicitation are provided convenienc
the Vendor. Any material modification of the solicitation and/or any alt tion of the verbiage Is
expressly prohibited and is not enforceable. Any alteration may rende e Vendor'sbmission
void and bar the Vendor from consideration in connection with this solid 'on.
1. Execution of Solicitation Response:
(a) BY SUBMITTING THIS FORM WITH AN ELECTR
ACKNOWLEDGES AND ACCEPTS ALL GENERAL
INSTRUCTIONS. The individual submitting is a ed Ito
solicitation response on behalf of the Vend in ated
Principal, designation letter by Dire ctor/Cor to O r, or
bind on behalf of the Vendor. Solicitatio r nse
authorized to bind the Vendor. Electro ign or digita
effect as an original signature.
(b)
(c)
(d)
(e)
ATURE, VENDOR
N AND SPECIAL
electronically accept) this
Certificate as to Corporate
r business authorization to
a signature of an individual
Ignatures shall have the same
I certify that the Vendor's resp ade wit prior understanding, agreement, or
connection with any corpora t fir person ubmitting a response for the same
items/services, and is in all ects fair a ithout collusion or fraud. I also certify that the
Vendor agrees to abide by al s and c 'tions of this solicitation, acknowledge and
accept all of the solicit ion pages well as any special instructions sheet(s).
No award will be ma is delinquent in payment of any taxes, fees, fines,
contractual debts, judg or a r debts due and owed to the County, or is in default
y contr e ory obligation to the County. By submitting this solicitation
ise, V or atte ha not delinquent in payment of any such debts due and owed
Cou , nor is it in fau n any contractual or regulatory obligation to the County. In
rent Vendor's tement is discovered to be false, Vendor will be subject to
nt the Co u may terminate any contract it has with Vendor.
rtifi ing this solicitation response that no principals or corporate officers
firm we Ipals or corporate officers in any other firm which was suspended or
�ed fro oing business with Broward County within the last three years, unless noted
respon
bmitY this solicitation response, Vendor attests that any and all statements, oral,
writi@�Pherwise, made in support of this response, are accurate, true and correct.
Vendor acknowledges that inaccurate, untruthful, or incorrect statements made in support of
this response may be used by the County as a basis for rejection, rescission of the award, or
termination of the contract and may also serve as the basis for debarment of Vendor
pursuant to Section 21.119 of the Broward County Procurement Code.
2. Withdrawal:
No Vendor may withdraw its solicitation response before the expiration of 120 days from the date
of opening. Any response altering the 120 day requirement shall be deemed non -responsive.
3. Submission of Bids and Quotations:
Vendor's solicitation response must be submitted electronically through BidSync, the County's
6/21 /2018 BidSync p. 164
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of
County Commissioners
Bid BLD2116389B1
is submitted and received through BidSync by the date and time specified in the solicitation. The
County will not consider solicitation responses received by other means. Any timeframe
references are in Eastern Standard Time. The official time for electronic submittals is BidSync's
servers, as synchronized with the atomic clock. All parties without reservation will accept the
official time.
4. Bid Opening (Invitation for Bids only):
All bids received shall be publicly opened in the presence of one or more witnesses at the
Purchasing Division office, located at 115 S. Andrews Avenue, Room 212, Fort Lauderdale, FL
33301, or other designated County location as posted in the Purchasing Division offi s. The
Purchasing Division will decrypt responses received in BidSync immediately fo Ing the
designated bid end date and time.
Addenda:
Broward County reserves the right to amend this solicitation prior to the o date indi
Only written addenda are binding. If, upon review, material errors ins Ifica ions are fou
contact the Purchasing Division immediately, prior to opening date allow for view and
subsequent clarification on the part of Broward County. Vendors II be resp sible for
obtaining, reviewing and acknowledging each addendum.
Prices, Terms, and Payments:
Firm prices shall be provided and include all handling, set s nd inside delivery
charges to the destination shown herein unless otherwise indic
(a) The Vendor: In submitting this solicitation res ifies t the prices provided herein
are not higher than the prices at which th me c modit s) or service(s) is sold in
approximately similar quantities under ar t ditions to any purchaser
whomsoever.
(b) F.O.B.: Unless otherwise specifie ces sha provided as F.O.B. Destination, freight
included and inclusive of all cost t and/or ated applicable fuel costs should be
considered and included in the es p ed.
(c) Ties: The Purchasing Divisi ill break sponses in accordance with the Procurement
Code.
(d) Taxes: Broward Cou
is exem om Federal Excise and Florida Sales taxes on direct
purchase of tangible
n numbers appear on purchase order. The Vendor
shall pay all applicable
, cons and use, or other similar taxes required by law. The
Vendor is res or
wing the pertinent State Statutes involving the sales tax and
complying all req
e
(e) Discount Vendors
of r a cash discount for prompt payment. However, such
discounts not be con
ered in determining the lowest net cost for evaluation purposes.
Veg�Lsh reflect
discounts to be considered in the evaluation in the unit prices
(f) istakes: en —are cautioned to examine all specifications, drawings, delivery
structI ns, it prices, extensions, and all other special conditions pertaining to this
citation. F re of the Vendor to examine all pertinent documents shall not entitle them to
a ief the conditions imposed in the contract. In case of mistakes in extension, the
unit all govern. Multiplication or addition errors are deemed clerical errors and shall be
corrected by the County.
(g) Ordering: The County reserves the right to purchase commodities/services specified herein
through contracts established by other governmental agencies or through separate
procurement actions due to unique or special needs. If an urgent delivery is required, within a
shorter period than the delivery time specified in the contract and if the seller is unable to
comply therewith, the County reserves the right to obtain such delivery from others without
penalty or prejudice to the County or to the seller.
7. Open -End Contract:
No guarantee is expressed or implied as to the total quantity of commodities/services to be
6/24/2018 10:07 AM p. 56
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of
County Commissioners
Bid BLD2116389B1
purchased under any open-end contract. Estimated quantities will be used for comparison
purposes only. The County reserves the right to issue purchase orders as and when required, or,
issue a blanket purchase order for individual agencies and release partial quantities or, issue
instructions for use of direct Purchase Orders by various County agencies, or, any combination
of the preceding. No delivery shall become due or be acceptable without a written order or
shipping instruction by the County, unless otherwise provided in the contract. Such order will
contain the quantity, time of delivery and other pertinent data. However, on items urgently
required, the seller may be given telephone notice, to be confirmed by an order in writing.
8. Contract Period (Open -End Contract):
The initial contract period shall start and terminate as indicated in the Special Ins ions to
Vendors. The Vendor will complete delivery and the County will receive delivery y orders
transmitted to the Vendor prior to the expiration date. The Director of Purchasin y w this
contract subject to Vendor acceptance, satisfactory performance, and determinate hat
renewal is in the best interest of the County. The County will providrnl
on of Int
Renew in advance of the contract expiration date. All prices, terms ashall rem
firm for the initial period of the contract and for any renewal perioubjq& to price
adjustment specified as a "special condition" hereto. In the event se ces will
end because of contract expiration, the Vendor shall
direction of the Director of Purchasing. The extension
than ninety (90) days beyond the expiration date of the
shall be compensated for the service at the rate in effect
invoked by the County. -
Fixed Contract Quantities:
Purchase order(s) for full quantities will be
award and receipt of all required docume
of the originally specified quantities may (
date of award, provided the Vendor
and conditions.
10. Awards:
If a specific basis of award is not
shall be to the responsi
written specifications. As e:
make award(s) by ' al
or any combina ' er h
A Vendor des
the offer field,
11. Payment:
continuethe sere at the
RIN#M&VrEt for more
ntract. The Vendor
kbension clause is
ndor(s) after notification of
;t qua (ties up to twenty (20) percent
the expiration of one (1) year after the
i quantities at the same prices, terms
shed in thfe Special Instructions to Vendors, the award
W
west responsive solicitation response meeting the
f the County may require, the right is reserved to
ities/ services, group of commodities/services, all or none
roup is specified, all items within the group must be priced.
offer " harTe" on an item in a group must indicate by placing a $0.00 in
inter "No arge" in the "Notes for Buyer" section in BidSync; otherwise the
ued aWinty
mplete and may be rejected. However, if Vendors do not offer all
reserves the right to award on an item by item basis. When a
or variable quantities and the group shows evidence of unbalanced prices,
;ponse may be rejected. The Director of Purchasing, or the Board of County
✓hichever is applicable, reserves the right to waive technicalities and
reject any or all responses.
Payment for all goods and services, requested by a purchase order, shall be made in a timely
manner and in accordance with Local Government Prompt Payment Act, Section 218.70, Florida
Statutes, and the Prompt Payment Policy, Section No. 1-51.6, Broward County Code of
Ordinances. All applications for payment shall be submitted to the address indicated in the
purchase order. The County will pay the Vendor after receipt, acceptance, and proper invoice is
received. Invoices must bear the purchase order number.
12. Termination:
(a) Availability of Funds: If the term of this contract extends beyond a single fiscal year of the
6/24/2018 10:07 AM p. 57
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of
County Commissioners
Bid BLD2116389B1
County, the continuation of this contract beyond the end of any fiscal year shall be subject to
the availability of funds from the County in accordance with Chapter 129, Florida Statutes
(Florida Statutes). The Broward County Board of County Commissioners shall be the final
authority as to availability of funds and how such available funds are to be allotted and
expended. In the event funds for this project/purchase are not made available or otherwise
allocated, the County may terminate this contract upon thirty (30) days prior written notice to
the Vendor.
(b) Non Performance: The Awarding Authority may terminate the contract for cause if the party
in breach has not corrected the breach within ten (10) days after written notice from the
aggrieved party identifying the breach. Cause for termination shall include, but notj&imited
to, failure to suitably perform the work, failure to suitably deliver goods in accord with the
specifications and instructions in this solicitation, failure to continuously perfor ork in a
manner calculated to meet or accomplish the objectives of the County a t fo this
solicitation, or multiple breach of the provisions of this solicitation notwit tanding er
any such breach was previously waived or cured.
(c) For Convenience: The Awarding Authority may terminate the con4be
for convenience up n
no less than thirty (30) days written notice. In the event the cact is ter ated for
convenience, Vendor shall be paid for any goods properly delivend servic properly
performed to the date the contract is terminated; howeve upon otifieCounty's
election to terminate, Vendor shall cease any deliveries, t or c goods, and
refrain from performing further services or incurring additi I?unty's
s under the terms of
the contract. In no event will payment be made for lost or fut . or acknowledges
and agrees that is has received good, valuable icienration from County, the
receipt and adequacy of which are hereby ac wle d for right to terminate this
contract for convenience.
13. Conditions and Packaging:
Unless otherwise stated in the soli
deliveries must consist only of nE
production model available at the ti
packaged for shipment by com
packaged shall bear a label, i
manufacturer or suppli urch
specifications, or other a
14. Safety Standards:
or sped1WIly ordered from an accepted price list,
used go and shall be the current standards
licitation sponse. The goods must be suitably
container or multiple units or items otherwise
encl other legible markings stating name of
er number and any other markings required by
Lidentifying Vendor and purchase order number.
Unless otherwis u . t licitation, all manufactured items and fabricated assemblies
shall comply w applicab
hele uir nts of the Occupational Safety and Health Act (OSHA) and
reund
a
n
any standard er. II sources of energy associated with machinery/equipment
purchased sh capable being locked -out in accordance with OSHA 29 CFR 1910.147,
Haz ECo I. In compliance with OSHA 29 CFR 1910.1200, Hazard
Co unication St and Chapter 442, Florida Statutes, Occupational Safety and Health,
an heroical s tance delivered from a contract resulting from this solicitation must be
co iant with th lobal Harmonized System (GHS) for Hazard Communication accompanied
by a ety Dat heet (SDS) consisting of 16 sections. A Safety Data Sheet (SDS) shall also
be sub a Broward County Risk Management Division, 115 South Andrews Avenue,
Room 218, ort Lauderdale, FL 33301-1803.
15. Non -Conformance to Contract Conditions:
The County may withhold acceptance of, or reject any items which are found, upon examination,
not to meet the specification requirements. Upon written notification (mail, email, or fax) of
rejection, items shall be removed within five (5) calendar days by the Vendor at its expense and
redelivered at its expense. The County regards rejected goods left longer than thirty (30) days as
abandoned and the County has the right to dispose of them as its own property. On foodstuffs
and drugs, no written notice of rejection need be given. Upon verbal notice to do so, the Vendor
shall immediately remove and replace such rejected merchandise at its expense. Rejection for
non-conformance, failure to provide services conforming to specifications, or failure to meet
6/24/2018 10:07 AM p. 58
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of
County Commissioners
delivery schedules may result in Vendor being found in default.
Bid BLD2116389B1
16. Inspection, Acceptance and Title:
Inspection and acceptance will be at delivery destination unless otherwise specified. Title and
risk of loss or damage to all items shall be the responsibility of the Vendor until accepted by the
County.
17. Governmental Restrictions:
In the event any governmental restrictions may be imposed which would necessitate alteration of
the material quality, workmanship or performance of the items offered on this sol' itation
response prior to its delivery, it shall be the responsibility of the successful Vendor t tify the
County at once, indicating in its letter the specific regulation which required aeation. The
County reserves the right to accept any such alteration, including any priments
occasioned thereby, or to cancel the contract at no further expense to the Coun
18. Legal Requirements:
19
Applicable provisions of all Federal, State of Florida, County and local la . and of all dinances,
rules and regulations including the Broward County Procurem t Code sh govern
development, submittal and evaluation of responses received in re se heret nd shall
govern any and all claims and disputes which may arise tween p (s mitting a
response hereto and the County by and through its offi loye authorized
representative, or any other person natural or otherwise in ad 'on sultant agreement.
Lack of knowledge by any Vendor shall not constitute a recog a against the legal
effect thereof.
Indemnification:
Vendor shall at all times hereafter indem if Id defend County and all of
County's current and former officers, age ery nd employees (collectively, "Indemnified
Party") from and against any and all c es of acts emands, claims, losses, liabilities and
expenditures of any kind, including s' fees, c costs, and expenses (collectively, a
"Claim"), raised or asserted by any erson ntity not party to this Contract, which Claim is
caused or alleged to be caused, hole or in by any intentional, reckless or negligent act
or omission of Vendor, its current ormer of I s, employees, agents, or servants, arising
from, relating to, or in con tion with Contract. In the event any Claim is brought against an
Indemnified Party, Venddl notice from County, defend each Indemnified Party
against each such Claim b unse ctory to County or, at County's option, pay for an
attorney selected un torney to defend the Indemnified Party. The obligations of this
section shall ive th it P or earlier termination of this Contract. To the extent
considered ne ssary by t on ct Administrator and the County Attorney, any sums due
Vendor unde is Contra may be retained by County until all of County's claims for
indem on suant to Contract have been settled or otherwise resolved. Any amount
with I not o payment of interest by County.
Fo onstructio ntracts, Vendor shall indemnify and hold harmless County, its officers and
em yees, from bilities, damages, losses, and costs, including, but not limited to, reasonable
atto s' fees, he extent caused by the negligence, recklessness, or intentionally wrongful
misco ndor and persons employed or utilized by Vendor in the performance of this
Contract. o e extent considered necessary by Contract Administrator and County Attorney,
any sums due Vendor under this Contract may be retained by County until all of County's claims
for indemnification pursuant to this Contract have been settled or otherwise resolved, and any
amount withheld shall not be subject to payment of interest by County. The indemnifications shall
survive the expiration or earlier termination of this Contract.
20. Notice:
Written notice provided pursuant to this contract shall be sent by certified United States Mail,
postage prepaid, return receipt requested, or by hand -delivery with a request for a written receipt
of acknowledgment of delivery, addressed to the party for whom it is intended at the place last
specified. The place for giving notice shall remain the same as set forth herein until changed in
6/24/2018 10:07 AM P. 59
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of Bid BLD2116389B1
County Commissioners
writing in the manner provided in this section. For the present, the County designates:
Director, Broward County Purchasing Division
115 S. Andrews Avenue, Room 212
Fort Lauderdale, FL 33301-1801
Vendor shall identify in the solicitation response a designated person and address to whom
notice shall be sent when required by the contract.
21. Jurisdiction, Venue, Waiver of Jury Trial:
The contract shall be interpreted and construed in accordance with and governed by laws of
the state of Florida. Any controversies or legal problems arising out of the contract r action
involving the enforcement or interpretation of any rights hereunder shall be I to the
jurisdiction of the State courts of the Seventeenth Judicial Circuit of Broward County, Flo the
venue situs, and shall be governed by the laws of the state of Florida ering int s
contract, Vendor and County hereby expressly waive any rights either p may ave to a tria
jury of any civil litigation related to this contract. If any party demand jury trial i n lawsuit
arising out of the contract and fails to withdraw the request after written tice by the er party,
the party making the request for jury trial shall be liable for the reason attorne fees and
costs of the party contesting the request for jury trial.
22. Patents and Royalties:
23.
24.
The Vendor, without exception, shall indemnify and s
officers, agents and employees from liability of a
attorney's fees, costs and expenses for or cc
unpatented invention, process, or article m factu
contract, including its use by the County. e
covered by letters, patent or copyright, ' utua
that the prices shall include all royalt' cost arisi
materials in any way involved in th or is provisi
termination of the contract.
ve har d dWnd the County, its
or k including but not limited to
0 of a opyrighted, patented or
se the performance of the
design, device, or materials
reed and understood without exception
om the use of such design, device, or
hall survive the expiration or earlier
itract or assign the performance required by
ie Director of Purchasing. Any award issued
ich may become due hereunder are not
except with the prior written consent of the
The Co Nill consid olicitation responses from firms normally engaged in providing the
type mo es, or construction specified herein. Vendor must have adequate
or ization, fa ' ities, equipment, and personnel to ensure prompt and efficient service to
Co ty. The C ty reserves the right to inspect the facilities, equipment, personnel and
org ation or t ke any other action necessary to determine ability to perform in accordance
with 'fica ' terms and conditions. The County will determine whether the evidence of
ability to is satisfactory and reserves the right to reject responses where evidence or
evaluation is determined to indicate inability to perform. The County reserves the right to consider
a Vendor's history of any and all types of citations and/or violations, including those relating to
suspensions, debarments, or environmental regulations in determining responsibility. Vendor
should submit with its solicitation response a complete history of all citations and/or violations
notices and dispositions thereof. Failure of a Vendor to submit such information may be grounds
for termination of any contract awarded to successful Vendor. Vendor shall notify the County
immediately of notice of any citations or violations which they may receive after the opening date
and during the time of performance under any contract awarded to them.
25. Affiliated Companies Entities of the Principal(s):
6/24/2018 10:07 AM p. 60
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of
County Commissioners
Bid BLD2116389B1
To ensure the vendor has the capability in all respects to perform fully the contract requirements,
and the integrity and reliability which will assure good faith performance of the vendor, all vendors
are required to disclose the names and addresses of entities with whom the principal(s) of the
proposing vendor have been affiliated for a period of with over the last five (5) years from the
solicitation opening deadline for the County's review of contract performance evaluations and the
history of County Business Enterprise compliance with the County's Small Business Program,
including CBE, DBE and SBE goal attainment requirements for all entities affiliated with the
principal(s). Affiliated entities of the principal(s) are those entities related to the vendor by the
sharing of stock or other means of control, including but not limited to a subsidiary, parent or
sibling entity. A&
26. Equal Employment Opportunity:
No Vendor shall discriminate against any employee or applicant for employ rf b se of
race, religion, age, color, sex or national origin, sexual orientation (including but not Ii to
Broward County Code, Chapter 161/2), marital status, political affiliation, or physi r
mental handicap if qualified. Vendor shall take affirmative action to e!eJ
e that applicants
employed, and that employees are treated during their employment wi regard t eir race,
religion, age, color, sex or national origin, sexual orientation, maritals, politica ffiliation,
disability, or physical or mental handicap. Such actions shall includeof be li ed to the
following: employment, upgrading, demotion, or transfer, rec nt odvertising,
layoff or termination, rates of pay or other forms of compe elec Ion of training,
including apprenticeship. The Vendor agrees to post in c pi ces available to
employees and applicants for employment, notice tting a provisions of this non-
discrimination clause.
The Vendor selected to perform work on a Co prof
language in its contracts with any subcon c or
assisted by U.S. Department of Tr, ion
requirements in Title 49 C.F.R. Parts d 26. The
of and will comply with this nondiscr' a clause. R
is a material breach of the contr ct, and m sult in
other remedy as the County deelppropriat .
27. Modifications:
9AVust ine the foregoing or similar
pRaeoloWnts, except that any project
shall comply with the non-discrimination
Lntractors, if any, will be made aware
e to comply with above requirements
the termination of this contract or such
All changes to purchase issuance of a change order. Any modifications or
changes to any contract re I a result of this solicitation must be by written
amendment with t�or and of equal dignity prior to the initiation of any such change.
28. Resolution ofXotested McitaWs and Proposed Awards:
In accordance 61th Sections Z.118 and 21.120 of the Broward County Procurement Code, if a
Vendor i nds rotest a citation or proposed award of a contract the following apply:
(a) pro est c he solicitation or other solicitation specifications, or requirements
ust bdwri
and received by the County within seven (7) business days from the posting
the snor addendum on the Purchasing Division's website. Such protest must be
de ig to the Director of Purchasing. Failure to timely protest solicitation
sor requirements is a waiver of the ability to protest the specifications or
requlr
(b) Any protest concerning a solicitation or proposed award above the authority of the Director of
Purchasing, after the opening, shall be submitted in writing and received by the County within
five (5) business days from the posting of the recommendation for award on the Purchasing
Division's website. Such protest must be made in writing to the Director of Purchasing.
(c) Any actual or prospective Vendor or offeror who has a substantial interest in and is aggrieved
in connection with proposed award of a contract which does not exceed the amount of the
award authority of the Director of Purchasing, may protest to the Director of Purchasing. The
protest shall be submitted in writing and received within three (3) business days from the
posting of the recommendation of award on the Purchasing Division's website.
(d) For purposes of this section, a business day is defined as Monday through Friday between
6/24/2018 10:07 AM p. 61
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of Bid BLD2116389B1
County Commissioners
8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a
solicitation or proposed contract award shall be a waiver of the Vendor's right to protest.
(e) As a condition of initiating any protest, the protestor shall present the Director of Purchasing a
nonrefundable filing fee. The filing fee shall be based upon the estimated contract amount.
For purposes of the protest, the estimated contract amount shall be the contract amount
submitted by the protestor. If no contract amount was submitted, the estimated contract
amount shall be the County's estimated contract price for the project. The County may
accept cash, money order, certified check, or cashier's check, payable to Broward County
Board of Commissioners. The filing fees are as follows:
Estimated Contract Amount
Filing Fee
$30,000 - $250,000
$500
$250,001 - $500,000
$1,000
$500,001 - $5 million
$3,000 Apr I
Over $5 million
$5 000
29. Public Entity Crimes Act:
Vendor represents that its response to this solicitation will
Act, Section 287.133, Florida Statutes, which essentially K
entity, may not transact any business with a Vendor' E
in Purchasing Categories, Section 287.017, Flor to
period of 36 months from the date of being ed o
represents that its response to this solicit tl s n
287.134, Florida Statutes, which essentia ate he
business with an entity that is on the Di inatory or
have discriminated as defined there' ion of thi
County purchase and may result in arm
30. Purchase by Other Govern men'lWgenciee
VJ
Ini Public Entity Crimes
unty, as a public
reshold amount provided
tegory two purchases for a
ted Vendor List. Vendor
of Discrimination, Section
as a public entity, cannot do
List i.e., has been found by a court to
Lion shall result in cancellation of the
Each governmental unit which avails f of this contract will establish its own contract, place its
own orders, issue its ow r be invoiced therefrom and make its own payments
and issue its own exempt I quired by the Vendor. It is understood and agreed
that Broward Cou t a Ily bound party to any contractual agreement made between
any other gover nta n Vendor as a result of this solicitation.
31. Public Recor
The County is
blic agen ubject to Chapter 119, Florida Statutes Any material submitted in
respo is
itatio I become a public document pursuant to Section 119.071, Florida
Sta s. This inclu
rial which the responding Vendor might consider to be confidential or
a t e secret.
claim of confidentially is waived upon submission, effective after opening
pu nt to Secti
119.071, Florida Statutes. As required by Chapter 119, Florida Statutes, the
Con for and
subcontractors for services shall comply with Florida's Public Records Law.
Speci
ontractor and subcontractors shall:
(a) Keep and maintain public records that ordinarily and necessarily would be required by the
County in order to perform the service;
(b) Provide the public with access to such public records on the same terms and conditions that
the County would provide the records and at a cost that does not exceed that provided in
Chapter 119, Florida Statutes, or as otherwise provided by law;
(c) Ensure that public records that are exempt or that are confidential and exempt from public
record requirements are not disclosed except as authorized by law; and
(d) Meet all requirements for retaining public records and transfer to the County, at no cost, all
public records in possession of the Vendor upon termination of the contract and destroy any
duplicate public records that are exempt or confidential and exempt. All records stored
6/24/2018 10:07 AM p. 62
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of
County Commissioners
Bid BLD2116389B1
electronically must be provided to the County in a format that is compatible with the
information technology systems of the agency.
(e) The failure of Contractor to comply with the provisions set forth in this Article shall constitute a
Default and Breach of this Contract and the County shall enforce the Default in accordance
with the provisions set forth in the General Conditions, Article 12.
32. Audit Right and Retention Records:
33.
County shall have the right to audit the books, records, and accounts of awarded Vendor that are
related to this contract. Vendor shall keep such books, records, and accounts as may be
necessary in order to record complete and correct entries to the contract.
Vendor shall preserve and make available, at reasonable times for examination audit by
County, all financial records, supporting documents, statistical records, other
documents pertinent to this agreement for the required retention period of t lori ublic
Records Act (Chapter 119, Florida Statutes), if applicable, or if the Florida P Record is
not applicable, for a minimum period of three (3) years after terminatio contract. 1
audit has been initiated and audit findings have not been resolved a e end of th retention
period of three (3) years, whichever is longer, the books, records and a ounts shall retained
until resolution of the audit findings. If the Florida Public Records Act is ermined b ounty to
be applicable to Vendor's records, Vendor shall comply with require ther however,
no confidentiality or nondisclosure requirement of either fede to la violated by
Vendor. Any incomplete or incorrect entry in such books, reco a nts shall be a basis
for County's disallowance and recovery of any payment upon s
The entire chapter of the Broward
Purchasing Division's website at: ww,
34. Ownership of Documents:
35.
All finished or unfinished docum
photographs, specifications and rer
contract shall become the prop
completed or not, and shall be de
receipt of the written notice of termir
due to Vendor until Vendor
, ta, studi urveys, drawings, maps, models,
s pr ed or pro'Wed by Vendor in connection with this
of Coun ether the Project for which they are made is
d to Con Administrator within fifteen (15) days of the
If applicable, County may withhold any payments then
provisions of this section.
It is the VendCta
ilitl\comply with all state and local business requirements. All
corporations atnershl us ve the authority to transact business in the State of Florida
and be in gooding wit e Florida Secretary of State. For further information, contact the
Florida Departf State, ision of Corporations.
The will endor's business status based on the information provided in
res nse to this Iicl on. If the Vendor is an out-of-state or foreign corporation or partnership,
th endor shou�btain the authority to conduct business in the State of Florida.
36. Cor1W Silencjprdinance (Invitations for Bids):
In acc794QJAJWith Cone of Silence Ordinance, Section 1-266, Broward County Code of
Ordinances, provides that after the advertisement of the solicitation, potential Vendors and their
representatives are substantially restricted from communicating regarding the solicitation with
the County Administrator, Deputy County Administrator, Assistant County Administrator,
Assistants to the County Administrator, their respective support staff, or any or any staff person
that is to evaluate or recommend selection in this solicitation process.
(a) For Invitations for Bids, the Cone of Silence shall be in effect for staff involved in the award
decision process at the time of the solicitation advertisement. The Cone of Silence shall be in
effect for the Board of County Commissioners and their staff upon bid opening for the
solicitation.
(b) The Cone of Silence terminates when the County Commission or other awarding authority
6/24/2018 10:07 AM p. 63
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of
County Commissioners
Bid BLD2116389B1
takes action which ends the solicitation.
(c) Any violations of this ordinance by any representative of the Vendor, including owner,
employee, consultant, lobbyist, or actual or potential subcontractor or subconsultant may be
reported to the County's Office of Professional Standards. If there is a determination of
violation, a fine shall be imposed against the Vendor as provided in the County Code of
Ordinances. Additionally, a determination of violation shall render any award to a Vendor who
is found to have violated the Ordinance voidable, at the sole discretion of the Board of County
Commissioners.
37. Contingency Fees:
By submission of this solicitation response, Vendor certifies that no contin y fees
(sometimes known as a finder's fee) have been paid to any person or organizatio er than a
bona -fide employee working solely for the Vendor to secure a contract made s to this
solicitation. Violation of this policy may result in termination of any resultant contrac L
r
possible debarment of the Vendor.AaW
38. Local Business Tax Receipt Requirements:
All Vendors maintaining a business address within Broward County mudi
County Local Business Tax Receipt issued by the Broward Coun
Treasury Division prior to recommendation for award. Fq&j& to do
solicitation response being deemed non -responsive. For fagW7NqMjjLr
renewing your firm's Local Business Tax Receipt, contact th ec
Division at (954) 357-6200.
39. Battery Disposal:
The Vendor must deliver, furnish, recycle and
all applicable local, state and federal laws.
40. Dun & Bradstreet Report Requirem
The County may review the Vendor
Vendor's responsibility when being e
41. Code Requirements:
42
43
The Vendor and his or h
Federal, State, County, a
as they will apply to this
concerning materWkM
In accordancE
presence of a
property.
e
a cont
award.
ave a currdl Broward
ijecords, Zxes and
jjff It in your
obtaining or
s and Treasury
ucts in accordance with
nce to assist in determining a
rs on this project must be familiar with all applicable
Ak Regulations or Codes and be governed accordingly
9WWns or operations of those engaged in the work or
shall ask for and receive any required inspections.
ulation 29 CFR 1926.1101(k) (2), Vendors are notified of the
ig material and/or presumed asbestos containing material at
w s, when required, shall be free of charge. If not mutilated or destroyed in the
/ or will be notified to remove same at their expense. If samples are not
rirty (30) calendar days after written notice to the Vendor, they shall be
abandoned and the County shall have the right to dispose of them as its own
44. Vendor Responsibilities:
Unless otherwise specified, Vendor will be responsible for the provision, installation and
performance of all equipment, materials, services, etc. offered in their response. Vendor is in no
way relieved of the responsibility for the performance of all equipment furnished, or of assuring
the timely delivery of materials, equipment, etc. even though it is not of their own manufacture.
45. Vendor Evaluation:
The Contract Administrator will document the Vendor's performance by completing a
6/24/2018 10:07 AM p. 64
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of
County Commissioners
Bid BLD2116389B1
Performance Evaluation Form. A blank Performance Evaluation Form may be viewed at:
broward.org/Purchasing/documents/vendorperformanceevaluationrequirements.pdf.
An interim performance evaluation of the successful Vendor may be submitted by the Contract
Administrator during completion of the Project. A final performance evaluation shall be submitted
when the Request for Final Payment to the Vendor is forwarded for approval. In either situation,
the completed evaluation(s) shall be forwarded to the Director of Purchasing who shall provide a
copy to the successful Vendor upon request. Said evaluation(s) may be used by the County as a
factor in considering the responsibility of the Vendor for future solicitations.
46. Warranties and Guarantees:
The Vendor shall obtain all manufacturers' warranties and guarantees of all e9illffment and
materials required by this solicitation and any resultant orders in the name of the d shall
deliver same to point of delivery.
47. "Or Equal" Clause:
Whenever a material, article or piece of equipment is identified in the
including plans and specifications, by reference to manufacturers'
names, catalog numbers, or otherwise, any such reference is intend
standard; and, unless it is followed by the words "no substitution is per
fit, function and quality, any material, article, or equipment oV
which will perform or serve the requirements of the general
acceptable provided the materials, article or equipment so pro
County, equal in substance, quality, and functio de
determined in a reasonable manner and at the sol scr n o
Lnd
n document,
' n s, trade
to ablish a
c of form,
nd vendors
4 11;ole
nsidered equally opinion of the
the equivalent shall be
6/24/2018 10:07 AM p. 65
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C a,d County Board of BLD2116389B1
County Commissioners
VENDOR QUESTIONNAIRE
Quotations and Invitations for Bids
The completed Vendor Questionnaire should be submitted with the solicitation response. If not submitted with
solicitation response, it must be submitted within three business days of County's request. Failure to timely submit
may affect may result in Vendor being deemed non -responsive.
If a response requires additional information, the Vendor should upload a written detailed
should be numbered to match the question number. The completed questionnaire and
become part of the procurement record. It is imperative that the person completing the
about the proposing Vendor's business and operations.
1. Legal business name: Oracle Elevator Company
2. Doing Business As/Fictitious Name (if applicable): Oracle Elevator
3. Federal Employer I.D. no. (FEIN): 59-2239761
4. Dun and Bradstreet No.: 87-672-6266
5. Website address (if applicable): www.oraclee
6. Principal place of business address: 2315 Sti
7. Office location responsible for this pro
8. Telephone no.: 9549860991
Fax no.: 9549651520
9. Type of business (check ao
RI Corporation (s
[l Sole Propri r
CI Li ab Comps
[l mited Partnaiship
CI
CI Othe
fy
incorporation): FL
p (State and County filled in)
10. AUTHORIZED CONTACT(S) FOR YOUR FIRM:
Name: Yhamil Aponte
Title: Service Manager
Ft. Lauderdale FL, 33312
; each response
responses will
wledgeable
6/21 /2018 BidSync p. 175
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C _._..ard County Board of
County Commissioners
8LD2116389B1
E-mail: yhamil.apontel@oracleelevator.com
Telephone No.: 954-986-0991
Name: Robert Schram
Title: Business Development Manager
E-mail: robert.schram@oracleelevator.com
Telephone No.: 954-985-0991
Generic e-mail address for purchase orders: Accounts Payable & Accou
AR@oracl ee levator, comma
(Broward County auto distributes purchase orders from its financial system. To
purchase order, it is suggested a company accessible e-mail address is useg,Eft,
11. List name and title of each principal, owner, officer, and major shareho
Paul Bell iveau
12. Affiliated Entities of the Principals): List the
principal(s) over the last five (5) years (from the
Vendor with the County. Affiliated entities qW1
sharing of stock or other means of contrgWcIt
15. S
16.
eceivable <AP,
receives a
n1laddre s of `affiliated entities" of the Vendor
nin adline) that have acted as a prime
e entities related to the vendor by the
not limited to a subsidiary, parent or sibling entity.
)r predecessor organization(s) been debarred or
within the last three years? If yes, specify details
Is, officers or predecessor organization(s) ever been
ny government entity? If yes, specify details in an attached
the reinstatement date, if granted.
❑ Yes 2 No
❑ Yes JZ No'
rvices or commodities your firm offers: Maintenance, Repair, modernization
your firm been in business while providing the services and/or products offered within
17. Is your firm's business regularly engaged in and routinely selling the product($) or
services offered within this solicitation?
18. Does your firm affirm that it is currently authorized by the manufacturer as a
dealer/seller of the product(s) offered herein, and warranty offered is the
manufacturer's warranty with Broward County recorded as the original purchaser?
The County reserves the right to verify prior to a recommendation of award.
lR1 Yes ❑ No
❑ Yes ❑ No
NIA (if service)
6/21/2018 BidSync P. 176
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C a,d County Board of BLD2116389B1
County Commissioners
19. Has your firm ever failed to complete any services and/or delivery of products during [I Yes [I No
the last three (3) years? If yes, specify details in an attached written response.
20. Is your firm or any of its principals or officers currently principals or officers of another [I Yes [I No
organization? If yes, specify details in an attached written response.
21. Have any voluntary or involuntary bankruptcy petitions been filed by or against your [I Yes CI No
firm, its parent or subsidiaries or predecessor organizations during the last three
years? If yes, specify details in an attached written response.
22. Has your firm's surety ever intervened to assist in the completion of a contract or ha
Performance and/or Payment Bond claims been made to your firm o
0
predecessor's sureties during the last three years? If yes, specify detail
attached a written response, including contact information for owner and urs
23. If requested, will your firm extend the same price, terms and conUpnd
governmental entities during the period covered by this contract?
24. Would your firm accept a Visa credit card as payment from roward
additional fees or change to bid price? Procurement Cont r b
designated for procurement card (p-card) by Director of P a se prior to
ordering.
25. Living Wage solicitations only: In determining wha fisca cts(s) are a result
of the Ordinance for this solicitation, provide t to for i mational purposes
only. Response is not considered in determin' he aw of this ntract.
Living Wage had an effect on the prici
If yes, Living Wage increased the prig
[7fl No
[l No
[l No
26. Non -Collusion Certification: VendorThall di3llfte, to their`Fiest knowledge, any Broward County officer or
employee, or any relative of an h officer ployee as defined in Section 112.3135 (1) (c), Florida
Statutes, who is an officer or dire f, or has terial interest in, the Vendor's business, who is in a
position to influence this procuremen . Browar County officer or employee who has any input into the
writing of specifications citation of offers, decision to award, evaluation of offers, or any
other activity pertinent to th ocur resumed, for purposes hereof, to be in a position to influence
this procurement of ndor to disclose any relationship described herein shall be reason for
debarment in an .. h t rovisions of the Broward County Procurement Code.
Select One:
2 Vendor ifies that t offer is made independently and free from collusion; or
MMYRT-names of officers or employees who have a material interest in this procurement
a position to influence this procurement. Vendor must include a list of name(s), and
iip(s) with its submittal.
Quest30 are only applicable to service contracts or a construction contracts (repair, maintain or
furnish and install) solicitations:
27. What similar on -going contracts is your firm currently working on? If additional space is required, provide on
separate sheet. Florida Atlantic University; City of Sunrise
28. Has your firm completely inspected the project site(s) prior to submitting response? CI Yes [I No
29. Will your firm need to rent or purchase any equipment for this contract? If yes, please [] Yes [J No
specify details in an attached a written response.
6/21/2018 BidSync p. 177
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C a,d County Board of
County Commissioners
BLD2116389B1
30. What equipment does your firm own that is available for this contract? Digital Tools
Warehouse of door components
31
Provide at least three (3) individuals, corporations, agencies, or institutions for which your firm has
completed work of a similar nature or in which your firm sold similar commodities in the past three (3) years.
Contact persons shall have personal knowledge of the referenced project/contract. Only one (1) Broward
County Board of County Commissioners agency reference may be submitted. If any of the following
references are inaccessible or not relevant, additional references may be requested by thACounty.
Reference 1:
Scope of Work: Mainteance
Contract/Project Title: FAU- Boca Raton
Agency:
Contact Name/Title: Dan Fitoiu/ Director
Contact Telephone: 561-297-4930
Email: dfitoiu@fau.edu
Contract/Project Dates (Month and Year): 2015- current
Contract Amount: 25,000
Reference 2:
Scope of Work: Repairs
Contract/Project Title: Broward Health
Agency: Various Locations
Contact Name/Title: Scott Torres,
Contact Telephone: 954-275-02&,
Email: storres@browardhealth.0
Contract/Project Dates ( nd Ye
Contract Amount: 0.00
Reference 3:
Scope of Worl
Contract/Prof(
AgeQjl�is
C act Name/Title�Raphaelson
C tact Teleph 954-888-6016
E - mpacitt' unrisefl.gov
Cont Dates (Month and Year): 2013-current
Contract Amount: 20,000
6/21 /2018 BidSync p. 178
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C _-d County Board of BLD2116389B1
County Commissioners
ELEVATOR AND ESCALATOR MAINTENANCE AND REPAIR
ATTACHMENT "A"
PERSONNEL LISTING
Edwin Cintron
Eduardo Souza
6/21 /2018 BidSync p. 179
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C a,d County Board of
County Commissioners
BLD2116389B1
Insurance Requirements: (Refer to the Insurance Requirement Form)
A. The insurance requirement designated in the Insurance Requirement Form indicates the
minimum coverage required for the scope of work, as determined by the Risk Management
Division. Vendor shall provide verification of compliance such as a Certificate of Insurance,
or a letter of verification from the Vendor's insurance agent/broker, which states the ility of
the Vendor to meet the requirements upon award. The verification must be sub d within
three business days of County's request. Vendor may be deemed non-respo or failure
to fully comply within stated timeframes. Final award shall be subjec re ' t and
acceptance by the County of proof of meeting all insurance requirements of the bid.
B. Without limiting any of the other obligations or liabilities of Vendor, V or shall provide, p
for, and maintain on a primary basis in force until all of its work to pJranceR
der this
Contract has been completed and accepted by County (or for su dfied), at
least the minimum insurance coverage and limits set forth in the irement
Form under the following conditions listed below. If a or poliated on
Insurance Requirementcertificate by a checked box, it is d as a condition of this
contract.
Commercial General Liability with minimu I
for bodily injury and property damage, a hen
County is to be expressly included a Ad
County arising out of operations p m
acts or omissions of Vendor in ection
Vendor uses a subcontract Vendor
County as an Additional Ins
2. Business Automobile LiabiM
for bodily injury and prope
certificate of ins A"
Broward County.
Note: In
will be
�
vehicl
rance rmq
le by a thl
re requin
rage
Pnce, combined single limit
inimum limit per aggregate.
d in the name of Broward
or on behalf of Vendor, or
eneral supervision of such operation. If
kkI require that subcontractor names
minim limits per occurrence, combined single limit
mage. Scheduled autos shall be listed on Vendor's
k be named as an additional insured in the name of
�fflllll&s for Automobile Liability are not applicable where delivery
art arrier. All vendors that will be making deliveries in their own
provide proof of insurance for Automobile Liability and other
indicated on the Insurance Requirement certificate, prior to
being made by a third party carrier, other pertinent coverages
Requirement certificate are still required.
uld indicate how product is being delivered:
ne: Oracle Elevator Company
Company Vehicle:
Yes 0 or No ❑
If Common Carrier (indicate carrier): National Fire Insurance Co. of Hartford
Other: john.nugent@oracleelevator.com
3. Workers' Compensation insurance to apply for all employees in compliance with Chapter
440, the "Workers' Compensation Law" of the State of Florida and all applicable federal
6/21 /2018 BidSync p. 180
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of Bid BLD2116389B1
County Commissioners
laws. The policy must include Employers' Liability with minimum limits each accident. If
any operations are to be undertaken on or about navigable waters, coverage must be
included for the U.S. Longshoremen & Harbor Workers Act and Jones Act.
4. Excess Liability/Umbrella Insurance may be used to satisfy the minimum liability limits
required; however, the annual aggregate limit shall not be less than the highest "each
occurrence" limit for the underlying liability policy. Vendor shall endorse County as an
Additional Insured unless the policy provides coverage on a pure/true "Follow -form"
basis.
5. Builder's Risk or equivalent coverage (such as Property Insurance or Install Floater)
is required as a condition precedent to the issuance of the Second Notice ceed for
projects involving but not limited to: changes to a building's structura m work
compromising the exterior of the building for any extended period of time, installat f a
large single component, or remodeling where the cost of remode ' % or mor
value of the property. Coverage shall be, "All Risks" Com ed Value form with a
deductible not to exceed Ten Thousand Dollars ($10,000.00 ach claim all perils
except for wind and flood.
6. For the peril of wind, the Vendor shall maintain a ded at is Ily feasible
which does not exceed five percent (5%) of the value t ct price. Such Policy
shall reflect Broward County as an additional loss paye
7. For the peril of flood, coverage must be aff d he le r of the total insurable value
8. The County reserves th r
materials, equipment ani
such materials, equipment
temporarily locate way
Vendor's or sub c
interruption or time en
of such buildings or structures, and th ximu moun flood insurance coverage
available under the National Flood Pro aintain a deductible that is
commercially feasible and does n cee ercent /o) of the value of the Contract
price. Such Policy shall reflect and Cou an additional loss payee.
t to ide Prop rty Insurance covering the Project,
plies int d for specific installation in the Project while
supplies ocated at the Project site, in transit, or while
Project site. This coverage will not cover any of the
equipment, machinery or provide any business
to the Vendor(s).
ase Property Insurance or provide for coverage under its
for is Project, then the insurance required to be carried by the
to account for the insurance being provided by the County. Such
;lude execution of Waiver of Subrogation documentation.
claim occurs for this Project and is made upon the County's insurance
her than a windstorm, Vendor will pay at least Ten Thousand Dollars
of the deductible amount for such claim.
��rof Occupancy Clause or Warranty: Policy must be specifically endorsed to
eliminate any "Occupancy Clause" or similar warranty or representation that the building
(s), addition(s) or structure(s) in the course of construction shall not be occupied without
specific endorsement of the policy. The Policy must be endorsed to provide that the
Builder's Risk coverage will continue to apply until final acceptance by County.
12. Pollution Liability or Environmental Impairment Liability: including clean-up costs, with
minimum limits per claim, subject to a maximum deductible per claim. Such policy shall
remain in force for the minimum length of time indicated, include an annual policy
aggregate and name Broward County as an Additional Insured. Vendor shall be
responsible for all deductibles in the event of a claim.
6/24/2018 10:07 AM p. 73
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of
County Commissioners
Bid BLD2116389B1
C.
FBI
E
F
13. Professional Liability Insurance with minimum limits for each claim, subject to a
maximum deductible per claim. Such policy shall remain in force for the minimum length
of time indicated. Vendor shall notify County in writing within thirty (30) days of any claim
filed or made against its Professional Liability Insurance policy. Vendor shall be
responsible for all deductibles in the event of a claim. The deductible shall be indicated on
the Vendor's Certificate of Insurance.
Coverage must be afforded on a form no more restrictive than the latest edition of the
respective policy form as filed by the Insurance Services Office. If the initial in rance
expires prior to the completion and acceptance of the Work, renewal certificat all be
furnished upon expiration. County reserves the right to obtain a certifie y of any
insurance policy required by this Section within fifteen (15) calendar days of It equest
by County.
Notice of Cancellation and/or Restriction: the policy(ies) must be en
County with at least thirty (30) days' notice of cancellation and/or r
The official title of the Certificate Holder is Broward County
insurance documentation.
Broward County's Risk Management Division reserves
review and revise any insurance requirements aJ& ti
amendments, not limited to deductibles, limi
insurance market conditions affecting the av ility
in the scope of work/specifications affectin appl'
Mthe obligation, to
ac ewal and/or any
endorsements based on
ty of coverage; or changes
6/24/2018 10:07 AM p. 74
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of
County Commissioners
Bid BLD2116389B1
Insurance Requirement
The following coverage is deemed the minimum insurance required for this project. The selected firm must be prepared to provide
oroof of insurance commensurate with or in excess of this reouirement. Anv deviation is subiect to the aaoroval of Risk Management
TYPE OF INSURANCE
Limits on Liability in Thousands of Dollars
Each Occurrence
Aggregate
GENERAL LIABILITY - Broad form
Bodily Injury
[x] Commercial General Liability
[x ] Premises —Operations
Property Damage
Bodily Injury and
Property Damage
Combined
$1 mil
[x J XCU Explosion/Collapse/Underground
[x] Products/Completed Operations Hazard
[x] Contractual Insurance
[x] Broad Form Property Damage
[x ] Independent Contractors
Personal Injury
[x ] Personal Injury
[ ] Other:
AUTO LIABILITY
Bodily Injury (each
[x] Comprehensive Form
person)
[x] Owned
[x] Hired
[x] Non -owned
Bodily Injury (each
accident]
Property Dama e
[x] Any Auto If applicable
Bodily In' n
$ 5
Prope mage
Cc d
EXCESS LIABILITY
ily
[ ] Umbrella Form
roperty e
[ ] Other than Umbrella Form
Combined
[X] WORKER'S COMPENSATION
h accident)
STATUTORY
[X] EMPLOYER'S LIABILITY
$ 500 k 1 accident
[ ] POLLUTION LIABILITY
Claims -made form
/ Extended Reporting Period of yr.
Deductible not to exceed: $
[ ] BUILDER'S ( or Pro Co e]
Maximum Deductible: $10 k
Completed
"Special Cause Loss Form" WI
AND FLOOD C rage must rem in force until
written final acc ce by County
DIED for WIND or WIND 8! FLOOD not to
exceed 5% of completed value
Value
Allow
CONTRACTOR IS RESPONSIBLE FOR DEDUCTIBLE
[ stallation floa
Maximum Deductible:
$10 k
if Builder's or other equivalent
overage is n rovlded.
CONTRACTOR IS
RESPONSIBLE FOR
DEDUCTIBLE
Completed
Value
Descnphon anonsNemves
"Broward County" must be Certificate Holder and endorsed as an Additional Insured for General Liability.
Reference: Elevator & Escalator Maintenance -Repair Services,
CANCELLATION: Thirty (30) Day written notice of cancellation is required to the Certificate Bolder.
Certificate Holder:
Broward County
Q5 R. �+ G9 RYs gn tlb CANLOS GE AGJEARA
1850 Eller Drive
U
r.LaL°S DE U GVEaaA [n
RSL YlxLCErEMSL rAwrlLCE! CAR10 DE AGVEFu
Fort Lauderdale, FL 33316
eVfu'E SS FRlitlRSrNL�lOp W6tl1 oam, 701e.01,,6as»2a1 asroa'
rtanuoE! naone,�,oaa.re,.�,:iin:3
v�Risk
Attn: Peggy Cadeaux
Management Division
InsuranceRequirementForm Revised 2012
VALID FOR ONE YEAR FROM THE DATE OF SIGNATURE
6/24/2018 10:07 AM p. 75
DATE (MM/DDIYYYY)
DocuSign Envelope ID: 4DOD64E7-7415-4796-B553-F1C8C4430A1C
A`�RD® CERTIFICATE OF LIABILITY INSURANCE
7/1/2019 1 3nl2019
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the pollcy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER Lockton Insurance Brokers,LLC CONTACT
NAME:
CA License #OF15767 PHONE FAX
725 S. Figueroa Street, 35th fl. Ems -MAIL
EzH: c No
Los Angeles CA 90017 ADDRESS:
213-689-0065 INSURE AFFORDING COVERAGIff NAIC It
INSURER A: Everest National Insurance any 10120
INSURED Oracle Elevator Company INSURER B : Transportation Insurance 20494
1429777 c/o Oracle Elevator Holdco, Inc. INSURER C: Continental Casualty_m an 20443
8800 Grand Oak Cir., Ste. 550 INSURER D%L
Tampa FL 33637 �C11DCO
UUVtKAUt5 UKAELUI CERTIFICATE NUMBER: 15934995
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE I
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR O'
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DES
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUC AID C
VSR ADD L SUBRI POLIC
.TR TYPE OF INSURANCE POLICY NUMBER MMII Y
A X COMMERCIAL GENERAL LIABILITY Y N
CF1GL00190181 7/1/2018 7/1/
I CLAIMS -MADE rx_1 OCCUR
X Proi Gen A 1 OM
X ; SIR: $25,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY JECT- LOC I _
$ hAUTOMOBILE LIABILITY
ANY AUTO
OWNED
AUTOS ONLY
HIRED
AUTOS ONLY
A I UMBRELLA LIAB
I X EXCESS LIAB
N i N
SCHEDULED
AUTOS
NON -OWNED
AUTOS ONLY
OCCUR j N N XC1E 4181
CLAIMS -MADE
WORKERS COMPENSATION
C AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXEC
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS 11
C Installation Property
DESCRIPTION OF O TIONS / LOCA1
RE: Elevator & lator Maintenat
issued or approv the insurance
CERTIFICATE HOLDER
15934995
Broward County
Attn: Peggy Cadeaux
1850 Eller Dr.
Fort Lauderdale, FL 33316
1►1
19
6050434104
RED NAMED AEME FOR THE POLICY PERIOD
DOCUMENT RESPECT TO WHICH THIS
HEREIN I BJECT TO ALL THE TERMS,
al MoEXP
LIMITS
H OCCURRENCE $ 1 10O 000
AGE TO RE TED ,
12019 1/1/2020
7/1/2011 7/1/2019
1/1/2019 1/1/2020
1/1/2019 l/I/2020
one
PERSONAL
PRODUCTS - COMP/OP AGG
- $ 3,000,000
$
_
COMBINED SINGLE LIMIT
{Ea accidents
$ 1,000,000
BODILY INJURY (Per person)
$ XXXX�
^BODILY INJURY (Per accident)
$ XXXXxxx
PROPERTY DAMAGE
_LPer accident}
$ XxxX=
$ xx=xxX
EACH OCCURRENCE
$ 10,000,000
AGGREGATE $ 10,000,000
1 $ XXXXXXX X
E.L. EACH ACCIDENT $ 1
E.L. DISEASE - EA EMPLOYEE $ 1
E.L. DISEASE - POLICY LIMIT $ 1
Limit: $2,058,681
CUES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required)
Service. Broward County is an Additional Insured to the a ent provided the olic la i a e or dors ent
DigitaIi slgnec�' y for na 'ern Amy rlw
DN: cn=Normagene Dmytriw, o, ou,
email=ndmytriw@broward.org, c=US
Date: 2019.03.08 16:18:10-05'00'
See
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED
©1088-201S ACGMD CORPORATION. All rights reserved.
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD
DocuSign Envelope ID: 41DOD64E7-7415-47913-13553-F1CK4430MC
Attachment Code: D533288 Certificate ID: 15934995
POLICY NUMBER: CFIGLOO190181 COMMERCIAL GENERAL LIABILITY
CG 20 10 0413
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR
CG 20 10 04 13 © ISO Properties, Inc., 2012 Page 1 of 2
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1CK4430MC
Attachment Code: D533288 Certificate ID: 15934995
With respect to the insurance afforded to these
additional insureds, the following is added to Section III -
Limits Of Insurance:
If coverage provided to the additional insured Is
required by a contract or agreement the most we will
pay on behalf of the additional insured is the amount of
insurance:
Available under the applicable Limits of
Insurance shown in the Declarations;
whichever is less.
This endorsement shall
applicable Limits of Insi
Declarations. /
Page 2 of 2
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C
Attachment Code: D534943 Certificate ID: 15934995
POLICY NUMBER: CF1 GL00190181
COMMERCIAL GENERAL LIABILITY
CG 20 37 04 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED
OPERATIONS
This endorsement modifies insurance provided under the following. -
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART
SCHEDULE / N�6
Name Of Additional insured Person(s)
Or Organization(s)
Location And Descri PC
A Com pleted O perations
Any person or organization that entered into a
written contract with the Named Insured requiring
such persontsj or organization(s) to be named as
an additional insured
i
Any location for w
was performed for
organization(s) for
the Tamed ured's work
h person(sj
ompleted rations.
Information required to complete this ScWe, if not shotilftye, will be shown in the Declarations.
A. Section 11- Who Is An Insured is amen include as an
additional insured the pe organiz ] shown in
the Schaduie, but only r bodily
Injury" or "property damage ed, n art, by
your work at the I des d and described in the
Schedule of
t p ed for that additional
insured and ' ded in th duc pleted operations
hazard"
However:
1. The insu ce afforded to h additional insured only
a lies to xtent permltt y law; and
age ded tot ditianal insured is required
y a contnac t, the insurance afforded to
such addition i insu will not be broader than that which
you are regftd by the contract or agreement to provide
for such addWal insured.
B. With respect to the insurance afforded to these additional
insureds, the following is added to Section III - Limits Of
Insurance:
It coverage provided to the additional insured is
required by a contract or agreement, the most we
will pay on behalf of the additional insured is the
amount of insurance:
1. Required by the contractor agreement; or
2. Available under applicable Limits of Insurance shown
in the Declarations;
whichever is less.
This endorsement shall not increase the applicable
Limits of Insurance shown in the Declarations.
CG 20 37 04 13 9 Insurance Services Office, Inc., 2012 Page 1 of 1
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of Bid BLD2116389B1
County Commissioners
Security Requirements - Port Everglades
A. The Port Everglades Department requires persons to present, at port entry, a valid
driver's license, and valid reason for wishing to be granted port access in order to obtain
a temporary/visitor ID badge. For persons who will visit the Port more than 15 times in a
90 day period, a permanent identification badge must be obtained and paid for by the
contractor for all employees, subcontractors, agents and servants visiting or wo ing on
the port project. A restricted access badge application process will include I rprints
and a comprehensive background check. Badges must be renewed ann and the
fees paid pursuant to Broward County Administrative Code, Section 4 further
information, please call 954-765-4225.
B. All vehicles that are used regularly on the dock apron must ha OWMckside ParAft
Permit. Only a limited number of permits will be issued per b ess entity. The feels
$100.00 per permit/vehicle. Individuals requesting a permit m t possess alid Port -
issued Restricted Access Area badge with a "Dock" destination equests f ockside
Parking Permits must be submitted in writing, on com any lett d, to t D Badge
Office. Applicants must demonstrate a need for ac the do Requests
shall be investigated, and approved, if appropriate ju I rove ed. Supporting
documentation must be supplied, if requested. Dock rmi transferable and
must be affixed to the lower left corner of the itted is win shield. Should the
permit holder wish to transfer the permit to vehi during the term of issuance,
the permit will be removed and excha at n harg r a new permit. Only one
business entity representative will b rmitt e k at a time at the vessel
location. �&
C. The Federal Government h\Porglades.
�ments for a Transportation Worker
Identification Credential (rs el requiring unescorted access to
designated secure areas it In The contractor will be responsible for
complying with the applic Tents. For further information, please call 1-
855-347-8371, or go on line tgov/for-industry/twic.
6/24/2018 10:07 AM p. 76
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of Bid BLD2116389B1
County Commissioners
Litigation History Requirement
A. The County will consider a Vendor's litigation history information in its review and determination of
responsibility. All Vendors are required to disclose to the County all "material" cases filed or resolved in the
three (3) year period ending with the solicitation response due date, whether such cases were brought by
or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. If the
Vendor is a joint venture, the information provided should encompass the joint venture (if it is not newly
formed for purposes of responding to the solicitation) and each of the entities forming tlWWoint venture.
B. For each material case, the Vendor is required to provide all information identified, gation History
Form.
C. For purpose of this disclosure requirement, a "case" includes lawsu
arbitrations. A case is considered to be "material" if it relates, in whole A
C
1. A similar type of work that the Vendor is seeking to perform
solicitation;
2. An allegation of negligence, error or omissions, or actic
principals or agents who would be performing work u
3. A Vendor's default, termination, suspension, failure7peconnection with any contract;
4. The financial condition of the Vendor, includj�ank
or
A criminal proceeding or hearing co
principals (including officers) wer%
Notwithstanding the descriptions I
if the claims raised in the case in
claim filed by the Vendor.
E. A Vendor is also required to
any of the Vendor's suk�r
F. Failure to disclose any
ing
nistrative ngs and
Opart, to any of the owing:
the CountAder the current
1LtUgffndor or any of its
ation;
mproper performance in
petition (voluntary and involuntary);
-relMd offenses in which the Vendor or its
5 above, a case is not considered to be "material"
auto negligence, personal injury, or a proof of
the Coul?Wny and all case(s) that exist between the County and
konsultants proposed to work on this project.
ise, rovide all requested information in connection with each such
being deemed non -responsive. Prior to making such determination, the
hLy the submittal and to explain why an undisclosed case is not material.
6/24/2018 10:07 AM p. 77
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C a,d County Board of
County Commissioners
BLD2116389B1
Litigation History Requirement
A. The County will consider a Vendor's litigation history information in its review and
determination of responsibility. All Vendors are required to disclose to the County all
"material" cases filed or resolved in the three (3) year period ending with the solicitation
response due date, whether such cases were brought by or against the Vendor, a parent
or subsidiary of the Vendor, or any predecessor organization. If the Vendor is a jo' enture,
the information provided should encompass the joint venture (if it is not ne rmed for
purposes of responding to the solicitation) and each of the entities forming t in ture.
B. For each material case, the Vendor is required to provide all info
Litigation History Form.
C. For purpose of this disclosure requirement, a "case" includ(
hearings and arbitrations. A case is considered to be "material"
part, to any of the following: _
X
E.
F
2.
A similar type of work that the Vendor is seeking to
current solicitation;
An allegation of negligence, error or o r ma
any of its principals or agents who uld b erfor
solicitation;
A Vendor's default, termina ion,
performance in connection w' ny con
Iftientified, 01%
uits, ad istrative
ates, in ole or in
my under the
;tice against the Vendor or
g work under the current
e to perform, or improper
The financial condition of t or, inclu any bankruptcy petition (voluntary and
involuntary); or
A criminal proceeding& hearing erning business -related offenses in which the
Vendor or its principals lu( o ) were/are defendants.
Notwithstanding the d/
be "material" if the cl
personal injuryjay
paragraphs 1 - 5 above, a case is not considered to
►case involve only garnishment, auto negligence,
r the Vendor.
dis'Wse to the County any and all case(s) that exist between the
dor's subcontractors/subconsultants proposed to work on this
5791111111111111irmaterial case, or to provide all requested information in connection
i case, may result in the Vendor being deemed non -responsive. Prior to
etermination, the Vendor will have the ability to clarify the submittal and to
undisclosed case is not material.
6/21 /2018 BidSync p. 184
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C a,d County Board of
County Commissioners
BLD2116389B1
LITIGATION HISTORY FORM
The completed form(s) should be returned with the Vendor's submittal. If not provided with submittal,
the Vendor must submit within three business days of County's request. Vendor may be deemed
non -responsive for failure to fully comply within stated timeframes.
0 There are no material cases for this Vendor; or
❑ Material Case(s) are disclosed below:
Is this for a: (check type)
If Yes, Name of Parent/Subsidiary/Predecessor:
❑ Parent, ❑ Subsidiary, or
❑ Predecessor Firm?
or No ❑
Party
Vendor is Plaintiff ❑ Vendor i Cefendant
Case Number, Name,
and Date Filed
Name of Court or other
tribunal
Ban tcy ivil Criminal ❑
Type of Case
A i tory ❑
Claim or Cause of Action and
Brief description of each
Count
Brief description of the
Subject Matter and Project
Involved
Pending ❑ Settled ❑ Dismissed ❑
Dispositio a
(Attach copy of a applicable
Judgment Vendor's Favor ❑ Judgment Against Vendor ❑
Judgment, S ment
Agree MIWAW S ction
If Judgment Against, is Judgment Satisfied? Yes ❑ No ❑
Judgment.
Qpuel
Name:
Email:
Telephone Number:
Vendor Name: Oracle Elevator
6/21 /2018 BidSync p. 185
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C a,d County Board of
County Commissioners
BLD2116389B1
DOMESTIC PARTNERSHIP REQUIREMENTS CERTIFICATION FORM
The completed and signed form should be returned with the Vendor's submittal. If not provided with
submittal, the Vendor must submit within three business days of County's request. Vendor may be
deemed non -responsive for failure to fully comply within stated timeframes.
The Domestic Partnership Act, Section 16'/2 -157, Broward County Code of Ordin es, as
amended, requires all Vendors contracting with the County, in an amount over $100 provide
benefits to Domestic Partners of its employees, on the same basis as it provi efits to
employees spouses, with certain exceptions as provided by the Ordinance.
For all submittals over $100,000.00, the Vendor, by virtue of the signaturring:
ertifies tha
aware of the requirements of Broward County's Domestic Partnershipon 16-'/2 -1
Broward County Code of Ordinances, as amended; and certifies the folhed�nly one
below).
01
The Vendor currently complies with the requirements of
Act and provides benefits to Domestic Partners of its
provides benefits to employees' spouses.
❑ 2. The Vendor will comply with the requireme
time of contract award and provide benefi
same basis as it provides benefits to empl('
❑ 3. The Vendor will not comply with the
The Vendor does not need
Partnership Act at time of aw
below).
The Vendor emp
Partnership
e same basis as it
estic Partnership Act at
of its employees on the
County's Domestic Partnership Act at
requirements of the County's Domestic
ving exception(s) applies: (check only one
entity, not -for -profit corporation, or charitable organization.
nization, association, society, or non-profit charitable or
benefits to employees' spouses.
r pro des an employee the cash equivalent of benefits. (Attach an affidavit in
with the Act stating the efforts taken to provide such benefits and the amount
;quivalent).
qqftawor cannot comply with the provisions of the Domestic Partnership Act because
it would violate the laws, rules or regulations of federal or state law or would violate or be
inconsistent with the terms or conditions of a grant or contract with the United States or
State of Florida. Indicate the law, statute or regulation (State the law, statute or regulation
and attach explanation of its applicability).
Robert Schram
AUTHORIZED SIGNATURE/ NAME
Business Development Manager 6/02/18
TITLE DATE
6/21 /2018 BidSync p. 187
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C a,d County Board of
County Commissioners
BLD2116389B1
DRUG -FREE WORKPLACE REQUIREMENT CERTIFICATION FORM
The completed and signed form should be returned with the Vendor's submittal. If not provided with
submittal, the Vendor must submit within three business days of County's request. Vendor may be
deemed non -responsive for failure to fully comply within stated timeframes.
Section 21.31.a. of the Broward County Procurement Code requires awards of all
solicitations requiring Board Award be made only to firms certifying the establishment
workplace. �
The undersigned vendor hereby certifies that it will provide a drug -free workpl
(1) Publishing a statement notifying its employees that the unlawful rr
dispensing, possession, or use of a controlled substance is prohibited
and specifying the actions that will be taken against employees for violE
(2) Establishing a continuing drug -free awareness program to inf its en
i. The dangers of drug abuse in the workplace;
ii. The offeror's policy of maintaining a drug -free workplace;
iii. Any available drug counseling, rehabilitation, and em oyee a
iv. The penalties that may be imposed upon employ rug a e
workplace;
(3) Giving all employees engaged in performance a con o
subparagraph (1);
violations occurring in the
the statement required by
(4) Notifying all employees, in writing, of t tatem equired by subparagraph (1),
condition of employment on a covere act, the a ee shall:
i. Abide by the terms of the stateme n
ii. Notify the employer in writi of the e eels conviction of, or plea of guilty or nolo
contendere to, any violation o apter 89 f any controlled substance law of the United
States or of any state, for a viola occurring the workplace NO later than five days after
such conviction.
(5) Notifying Broward Count ting within 10 calendar days after receiving notice
under subdivision abo rom an employee or otherwise receiving actual notice of such
conviction. The c the position title of the employee;
(6) Within 30 calen r days aft ce notice under subparagraph (4) of a conviction, taking one
of the followin ctions with pect to an employee who is convicted of a drug abuse violation
occurring in th rkplace:
i. Takjj0Wro pers el action against such employee, up to and including termination;
(7)
Robert Schram
h employee to participate satisfactorily in a drug abuse assistance or
rogram approved for such purposes by a federal, state, or local health, law
r other appropriate agency; and
th effort to maintain a drug -free workplace program through implementation of
(1) through (6).
AUTHORIZED SIGNATURE/ NAME
Business Development June 2,2018
Manager
TITLE
DATE
6/21 /2018 BidSync p. 188
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C a,d County Board of
County Commissioners
BLD2116389B1
LOCAL BUSINESS OR LOCALLY -HEADQUARTERED BUSINESS CERTIFICATION FORM
The completed and signed form and a copy of business's local business tax receipt (or if exempt,
documentation establishing physical presence at location for one year prior to bid submission)
should be returned with the Vendor's submittal. If not provided with submittal, the Vendor must
submit within three business days of County's request. Failure to timely submit mayy
er the
business ineligible for application of the Local Preference.
This form is used to determine bidder's eligibility for Local Preference, in acco
74, et. seq., Broward County Code of Ordinances.
n 1-
If the low, responsive and responsible bidder is not a local or a locally-hea artered business, �i
and all eligible local businesses submitting a price within ten percent (1 /o) j
-local low
responsive and responsible bidder, and any and all eligible locally-h qusinesses
submitting a price within fifteen percent (15%) of the non -local low resp iponsible
bidder, then all eligible bidders shall have an opportunity to sub best anual to or
lower than the low bid.
If the low responsive and responsible bidder is a local iness, t a to ally -headquartered
business, then any and all locally -headquartered b s su Itting a bid price within five
percent (5%) of the local low bidder shall have an o unit sub best and final bid equal to
or lower than the low bid.
Bidders must be determined responsive
Award, if any, shall be made to the respg
final bid, regardless of location. 4
A Local Business is a business which
A. possesses a valid local busin
physical presence
B. has a physical buss a
operates or b ss
C. is in an are ne e
D. provides ubstantial po
A Locally-Headqu
Brc c
di tion. cc
Vendor
F/71 Local Business
rior to submitting a best and final bid.
ple bidder offering the lowest best and
receiTt (or if exempt, documentation establishing
t least one year prior to bid submission;
gated within Broward County which the business
uct of the business; and
ht of goods and/or services being offered from that location.
1 Busin# is a local business which has its principal place of business in
ri al place of business is defined as the nerve center of overall
ordination of activities of the business. If a business only has one
n shall be considered the principle place of business.
Vendor hereby certifies it is a:
❑ Locally -Headquartered Business
Local or Locally -Headquartered Business Address: 2315 Stirling Road Ft. Lauderdale FL 33312
❑ Vendor is not a Local Business or Locally -Headquartered Business in Broward County
Schram Robert
AUTHORIZED SIGNATURE/ NAME
BDM Oracle 06/02/18
TITLE COMPANY DATE
6/21 /2018 BidSync p. 189
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C a,d County Board of BLD2116389B1
County Commissioners
SCRUTINIZED COMPANIES LIST REQUIREMENT CERTIFICATION FORM
The completed and signed form(s) should be returned with the Vendor's submittal. If not provided with submittal,
the Vendor must submit within three business days of County's request. Vendor may be deemed non
responsive for failure to fully comply within stated timeframes.
Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan
Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Co
Israel List is prohibited from submitting a response to a solicitation for goods or services
greater than $1 million.
The Vendor, by virtue of the signature below, certifies that:
The Vendor, owners, or principals are aware of the requirements of
215.4725 Florida Statutes, regarding Companies on the Scrutinized Cc
List, the Scrutinized Companies with Activities in the Iran Petroleum Ene
Companies that Boycott Israel List; and
The Vendor, owners, or principals, are eligible to participate in
the Scrutinized Companies with Activities in Sudan List the S
Iran Petroleum Energy Sector List, or the Scrutiniz�a
If awarded the Contract, the Vendor, owners,
any of its principals are placed on the Scrutini:
Companies with Activities in the Iran Pet
Boycott Israel List.
Robert Schram
Authorized Signature/Name
Rhe Scrutinized
ies that Boycott
Lunt equal to or
, 215.473, and
vities in Sudan
the Scrutinized
nd are not listed on either
Conies with Activities in the
?tBovy*cottlsrael List; and
lately notify the County in writing if
vities in Sudan List, the Scrutinized
, or the Scrutinized Companies that
Oracle Elevator
Vendor Name
6/21 /2018 BidSync P. 191
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C a,d County Board of BLD2116389B1
County Commissioners
SUBCONTRACTORS/SUBCONSULTANTS/SUPPLIERS REQUIREMENT FORM
The completed and signed form(s) should be returned with the Vendor's submittal. If not provided with submittal, the
Vendor must submit within three business days of County's request. Vendor may be deemed non -responsive for failure
to fully comply within stated timeframes.
A. The Vendor shall submit a listing of all subcontractors, subconsultants and major material stamr
(firms), if any,
and the portion of the contract they will perform. A major material supplier is considered that provides
construction material for construction contracts, or commodities for service contracts iof $50,000, to
the Vendor.
B. If participation goals apply to the contract, only non -certified firms shall be
firm is a firm that is not listed as a firm for attainment of participation goals
Disadvantaged Business Enterprise), If applicable to the solicitation.
C. This list shall be kept up-to-date for the duration of the contract. If subcontrac
stated, this does not relieve the Vendor from the prime responsibility
performance under any awarded contract.
D. After completion of the contract/final payment, the Vendor shall Vne
subconsultants, and suppliers that performed or provided servi
E. The Vendor has confirmed that none of the recommended subc
(s), officer(s), affiliate(s) or any other related companie be
County or any other governmental agency.
-cerlified
se or
or suppliers are
to satisfactory
Certified subcontractors,
referenced contract.
OLWultants, or suppliers' principal
from doing business with Broward
If none, state "none" on this form. Use additional sheet neede endor s Id scan and upload any additional form
(s) in BidSync.
1. Subcontracted Firm's Name: None
Subcontracted Firm's Address:
Subcontracted Firm's Telephon mber:
Contact Person's Name and Posi
Contact Person's E-
Estimated Subcon ct/Supplies C act Amount:
Type of Wo upp rovided:
2. Sub racted Firm's me: None
Subcon R ddress:
Contact Person's Name and Position:
Contact Person's E-Mail Address:
Estimated Subcontract/Supplies Contract Amount:
Type of Work/Supplies Provided:
6/21/2018 BidSync
Subcontracted Firm's Telephone Number:
p. 192
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C a,d County Board of
County Commissioners
BLD2116389B1
3. Subcontracted Firm's Name: None
Subcontracted Firm's Address:
Subcontracted Firm's Telephone Number:
Contact Person's Name and Position:
Contact Person's E-Mail Address:
Estimated Subcontract/Supplies Contract Amount:
Type of Work/Supplies Provided:
4. Subcontracted Firm's Name: None
Subcontracted Firm's Address:
Subcontracted Firm's Telephone Number:
Contact Person's Name and Position:
Contact Person's E-Mail Address:
Estimated Subcontract/Supplies Contract Amount:
Type of Work/Supplies Provided:
I certify that the information submitted in this
Robert Schram
Authorized Signature/Name
ness uevi
Title
Oracle Elevator
Vendor Name
June 2 2018
Date
6/21 /2018 BidSync p. 193
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C a,d County Board of
County Commissioners
BLD2116389B1
Workforce Investment Program Requirements:
A. In accordance with Broward County Workforce Investment Program, Administrative Code,
Section 19.211, the Workforce Investment Program (Program) this solicitation is a covered
contract if the open-end contract award value exceeds $500,000 per year or if the individual
project value exceeds $500,000 under a fixed -term contract. The Program en rages
Vendors to utilize CareerSource Broward (CareerSouce) and their contract p rs as a
first source for employment candidates for work on County -funded projects, a courages
investment in Broward County economic development through the hiring c ically
disadvantaged or hard -to -hire individuals.
B. Compliance with the Program, including compliance with First Iturce Refeel and the
Qualifying New Hires goals, is a matter of responsibility. Ve r should mit the
Workforce Investment Program Certification Form wit its respo f not ided with
solicitation submittal, the Vendor must supply within sine of County's
request. Vendor may be deemed non -responsible fo ilu mply within stated
timeframes.
C. The following is a summary of requiremen ntai gram. This summary is not
all-inclusive of the requirements of the gr ere is conflict between the following
summary and the language in the ram, th guage in the Program shall prevail. In
compliance with the Program, Ve d/or its s ntractors) shall agree to:
use good faith effq
award of this contra
urce Referral goal for vacancies that result from
that are the direct result of this contract, exclusively with
5) business days;
;areerSource's Qualified Referrals and use good faith efforts to
rrals that appear to meet the required qualifications;
th efforts to hire Qualifying New Hires (as defined by the Program) for at least
1 (50%) of the vacancies (rounded up) that are the direct result of this contract;
;d worker's written certification, attesting to a status as a Qualifying New Hire,
Ily Disadvantaged Worker, or Hard -to -Hire worker (if applicable);
7. retain records relating to Program requirements, including: records of all applicable
vacancies; job order requests to CareerSource; qualified referral lists; and records of
candidates interviewed and the outcome of the interviews.
8. provide to the County any documents and records demonstrating Vendor's compliance
and good faith efforts to comply with the Program;
9. submit to the County an annual report by January 31 st and within 30 days of contract
completion or expiration; and
6/21 /2018 BidSync
p. 194
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C a,d County Board of
County Commissioners
10. ensure that all of its subcontractors comply with the requirements of the Program.
BLD2116389B1
D. Further information about the Program, Vendor's obligations, and the Qualifying New Hire's
certification form may be obtained on the Office of Economic and Small Business
Development website:
E.
F
broward.org/econdev/Pages/WorkforcelnvestmentProgram.aspx. Vendor is responsible for
reading and understanding requirements of the Program.
Subcontractors: Vendor's subcontractors shall use good faith efforts to meet F1q
Referral and the Qualifying New Hires goals, in accordance with the Program. The
shall include in any subcontracts a requirement that the all subcontr omply
Program requirements. The Vendor shall be responsible f ompliance
subcontractor with the Program as it applies to their subcontract. it
Reporting: Vendor shall maintain and make available td
documenting Vendor's compliance and its subcontractors
of the Program, and shall submit the required reports to tf
by January 31 and within thirty (30) days after t sn
comply with reporting requirements shall conAWtea tE
G. Evaluation: The Contract Admini
efforts as part of the Vendor's P
H. Failure to demonstrate good
New Hires goal shall 410"
by a
MPM all records
Ilb th the requirements
ct Inistrator annually
contract. Failure to timely
;h of this contract.
the Vendor's compliance and good faith
its to meWthe First Source Referral and the Qualifying
trial breach of this contract.
6/21 /2018 BidSync p. 195
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C a,d County Board of
County Commissioners
BLD2116389B1
WORKFORCE INVESTMENT PROGRAM CERTIFICATION FORM
This form(s) should be returned with the Vendor's submittal. If not provided with solicitation
submittal, the Vendor must supply information within three business days of County's request.
Vendor may be deemed non -responsible for failure to comply within stated timeframes.
In accordance with the Workforce Investment Program:
Oracle Elevator (Vendor) agrees to be bound to the contractual obligations
Investment Program, Broward County Administrative Code Section 19.211OOH
good faith efforts to meet the First Source Referral Goal and the Qualifying
The statement must be signed by an authorized signatory of the firm.
statement from the Vendor is a matter of responsibility. A firm no IN
this regard will be found "non -responsible" to the solicitation and
award.
Robert Schram
AUTHORIZED SIGNATURE/NAME
6/21 /2018 BidSync p. 196
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of Bid BLD2116389B1
County Commissioners
Living Wage Ordinance Requirements:
A. The County's estimated annual value of this contract is $100,000.00 or greater,
therefore, the Living Wage Ordinance Section 26-100, is applicable.
C
G
The following is a summary of requirements contained the Living Wage Ordinance. This
summary is not all-inclusive of the requirements of the Ordinance. If there is any conflict
between the following summary and the language in the Living Wage Ord' nce, the
language in the Living Wage Ordinance shall prevail. These terms may s ement the
specific requirements of the Living Wage Ordinance in order to effectuat z tent.
In accordance v
minimum hourly
adjusted.
Ordinance, the
►vees covered
There will be no increase in contract prices paid by the
to any increase in wages required to be paid to employ
Wage Ordinance. ANN,.-
The Living Wage Ordinance Compliance Affidavi
Vendor's submittal. If not provided with submittal, tl
business days of County's request. Vendge c
fully comply within stated timeframes.
Further information
be obtained
The Vendor, under t
Ordinance must comp
the Living Wage Ordin
provisions of th�
compliance.
rrent
L as
endordue
the Living
be returned with the
r m submit within three
non -responsive for failure to
' Living Wage Ordinance, may
Division's website at:
contract -awarded subject to the Living Wage
NqOWents. By responding to a solicitation including
men Vendor is hereby agreeing to comply with the
acknowledges awareness of the penalties for non-
uir ts: All covered employees, including those of the Vendor's
tors, di rvices pursuant to the Vendor's contract, shall be paid wage
.,cordan with e Living Wage Ordinance, as adjusted. The Vendor and
Ibcontrac s, hereinafter referred to as "covered employer" may comply with
wage pr sion by choosing to pay no less than the lower specified hourly
d employer also provides health benefits to its covered employees.
9 Ision of health care benefits must be submitted to the County to qualify
g wage rate for employees with health care benefits.
/livered employees shall be
subsequent deduction or rebate
rates in accordance with federal
and similar wage laws.
paid not less than bi-weekly
The covered employer shall pay
and all other applicable laws such
and without
living wage
as overtime
2. The covered employer must post in a prominent place at the site of the work and
where paychecks are distributed, a notice (Living Wage rates poster) specifying
the wages/benefits to be paid under the Living Wage Ordinance. This poster will
be made available by the County. Vendors shall provide a copy of the
requirements of the Living Wage Ordinance to any subcontractor submitting a
bid/quote/proposal for a subcontract under this contract, prior to their submitting
6/24/2018 10:07 AM P. 90
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of Bid BLD2116389B1
County Commissioners
a bid to the Vendor.
3. The covered employer shall provide the three -language statement to each
covered employee with the employee's first paycheck and every six (6) months
thereafter in the manner set forth by the Living Wage Ordinance.
Living Wage - Indexing: The living wage rate and the health benefits payment shall be
annually indexed to inflation consistent with indexing methodology set forth i e Living
Wage Ordinance. The living wage rates will be published by the County n annual
basis.
Sanctions for Unpaid Wages: In the event of any underpayment of rewired rates
by the covered employer, civil and/or administrative penar
be asse to
include sanctioning a covered employer by requiring the covoyer to pay ge
restitution to the affected employee or subcontractor or by of of itctioning in
accordance with the Living Wage Ordinance.
Payroll; Basic Records; Reporting: Each covered e
for all covered employees and basic records relatinI
a period of three (3) years beyond the termination
covered employer shall make the covered em loyee
for inspection, copying or transcription by ed
period of three years from the terminati ate n)
permit such representative to inter emp
submit the required reports upon or
for termination of the contract. ser ontract
er shal yroll records
nd snTwEpreserve them for
ex if this contract. The
rec s required available
sentatives of the County for a
ty Service Contract, and shall
lu working hours. Failure to
�6rds available may be grounds
is responsible for the submission
of the information required Living Ordinance and for the maintenance of
records and provision of a s me by a ered subcontractors.
The covered e ter shall It the payroll information required every six
months, to the app le using ncy's Contract Administrator, including a copy
of the co4&WQ payr r one payroll period showing employer's payroll records
for each working on the contract for covered services.
overed employer may request and obtain an exemption from
n report and file payroll records every six months from the
-cha ng. Covered employers may submit an original Application
i From Living Wage Ordinance Reporting Requirements Form
n exemption from these reporting requirements, prior to award.
iit timely may result in rejection of Application for Exemption.
Exemptions based on Wage History or Contractual Obligations (ex.
Collective Bargaining Agreements) may be granted by the Director of
Purchasing prior to contract award; however, an exemption may be
canceled at any time by written notice to the covered employer.
The reporting exemption does not apply to any new covered employees
hired after the date the exemption was granted. For newly hired covered
employees, the covered employer may submit an additional exemption
application to the Contract Administrator prior to the renewal of contract
by the County.
6/24/2018 10:07 AM P. 91
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C and County Board of
County Commissioners
Bid BLD2116389B1
L. Subcontracts: Covered employees of Vendor's subcontractors, providing covered
services pursuant to the Vendor's contract, shall be paid wage rates, as adjusted, in
accordance with the Living Wage Ordinance. The Vendor shall insert in any
subcontracts the applicable clauses as required by the Living Wage Ordinance and also
a clause requiring the subcontractors to include these clauses in all other subcontracts.
The Vendor shall be responsible for compliance by any subcontractor with the Living
Wage Ordinance as it applies to their subcontract.
Complaints and Hearings; Termination and Debarment: If a covered emp
that he or she is not being paid in accordance with the Living WageJ
employee may file a complaint with the Office of Intergovern
Professional Standards in accordance with the County's Living a
Procedures. Complaints will be investigated, determination d,
afforded to the effected parties in accordance with the Count iving W�
Procedure. Covered employers found to have violated the L' g Wage C
suffer any or all sanctions provided for in the Living Wage dinance, it
restitution, damages, termination or suspension of pay under
termination of the contract, and debarment. The L'�'Wemployees with a private right of action in court.
F15 believes
inance the
irs and
plaint
is rrWngs
ComlVint
inance may
ding wage
contract,
so provides
6/24/2018 10:07 AM p. 92
DocuSign Envelope ID: 4DOD64E7-7415-4796-B553-F1C8C4430A1C
Broward County Board of
County Cornmisslorwm
Bid SL02116389B1
LIVING WAGE ORDINANCE COMPLIANCE AFFIDAVIT FORM
The completed and signed form should be returned with the Vendor's submittal. If not provided with submittal,
the Vendor must submit within three business days of County's request. Vendor may be deemed non -responsive
for failure to fully comply within stated timeframes. Vendor should scan and upload the completed, signed
form(s) in Bid$ync,
Covered Emplo er: Oracle Elevator Compan
Address 2316 Stirling Reed Ft. Lauderdale FL, 33312
Local Contact Johnathan Rutz E-Mail Address, ohnathan,rulz E are aEor cam
Address: 2315 SfirHq2 Road Ft. Lauderdale FL =12
Contract Amount $1,778,320.00 - -
Using Agency Served:
5o1i[bVon No. and Title: t3LD211M9a1
By signing below 1 hereby certify that the covered employees listed below: (please check one
A. R Receive a minimum pay of 1 8•00 per hour and are provided health ben,
S. ❑ Receive a minimum pay of $_ per hour and are not p Ith I
Provide names of hourfy employees and their job classificafions providing covered
Name
Jose Rodriguez
Orlando Valle
Alex Reyes
Tyrone Clernens
I Michael A. West
Print I�amej
(1) 1 have the authority to sign
Vendor certifies that it shall:
a)
b)
C)
,lob Class A or B AimmieL N=
the format above, if needed)
Mator Company
(o ny3
ad at
per hour.
referenced contract:
Job Class A or B
Select
Select
Select
Select
hereby attest that
(2) the following information is true, complete and correct and (3) the
project, who are covered by the Living Wage Ordinance, as amended, in accordance
114LWage ordinance;
eff=t regarding wage rates with the employee's frst paycheck or direct deposit receipt as
, as amended; and
Is are provided under "A" above, the health care benefit meets the standard health benefit
(12)(b)(4), Florida Statutes, as amended. As a principle officer of the covered employer,'the
d Florida Statute has been reviewed and the covered employer's health plan meets all the
tended. Mchael A. Vilest
Raclonal Vice ftjddad
re Title
SCRIBED BEFORE ME this 10 day of
Ftovl d G
Personally Knoven
or Produced Identification
My commission expires:
FOR
ZO (SEA4
Type of Identification Produced:
82412018 10:07 AM A R3
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of Bid BLD2116389B1
County Commissioners
APPLICATION FOR EXEMPTION FROM LIVING WAGE ORDINANCE REPORTING REQUIREMENTS FORM
An original certification must be provided prior to award of the contract. Failure to submit timely upon request of the County
may result in rejection of Application for Exemption.
SECTION 1: COVERED EMPLOYER INFORMATION (SERVICE CONTRACTOR)
Company Name: Contact Person:
Company Address:
City: State:
SECTION 2: USING AGENCY AND SOLICITATION INFORMATION
Using Agency:
Solicitation No. and Title:
Using Agency Contact Name:
Contract Amount: $
Zip:
SECTION 3: EXEMPTION BASIS (Check one of the options below and submit
❑(LWO 26.103(f)(1); Wage History: Covered employer demonstra E
employees have been continuously paid the applicable living r
into the service contract.
Required documentation for this exemption basis: h prior
confirming this basis for exemption.
Phone:
Agency ConW Phone
u rtin tation as requested)
Kati of the Director of Purchasing that its covered
hig wages for at least one (1) year prior to entering
,jI reco or pay scale records (by job classifications)
❑(LWO 26.103(f)(2): Contractual: Covered emplo emonstra the satisfaction of the Director of Purchasing that the amounts
paid to its covered employees are required r are requi ursuant to a contractual obligation, such as a Collective
Bargaining Agreement (CBA), union scale, et
Required documentation for this exemp 'on basis: a copy of the CBA or other contractual agreement with this application
with the controlling language clearly mark r a letter fro union stating that the union contract requires the CBA to supersede
the LWO or other recognized company pa dule as th is for compensation provided that it exceeds the LWO wage rate
amounts.
(1) I have the authority
Company c f
s
greater t ii
Wage NFinance, a:
SWORN TO AN
STATE OF
COUNTY OF
hereby attest that
(Company)
compliance affidavit, (2) the following information is true, complete and correct and (3) the
employees providing covered services under this contract/project are at least equal to or
ption basis selected above and in accordance with wage rates and provisions of the Living
RIBED BEFORE ME this
11Jorary ruuuc Coign name of Norary ruuuc/
Personally Known
day of
My commission expires:
or Produced Identification Type of Identification Produced:
20
Title
(SEAL)
6/24/2018 10:07 AM p. 94
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of Bid BLD2116389B1
County Commissioners
ELEVATOR AND ESCALATOR MAINTENANCE AND REPAIR -PORT EVERGLADES
ADDENDUM NO. 1
DATE
DAY 1 May 21, 2018
DAY 2 May 22, 2018
DAY 3 May 23, 2018
Visitation: Start Time: Building: Address: Unit Type: Model #
Day 1
10:OOAM
Terminal 1
1800 S.E. 18th Street, Ft. Lauderdale
Montgomery Elevator
#33213
Montgomery Escalator
#33212
11:OOAM
Terminal 4
1800 S.E. 20th Street, Ft. Lauderdale
Schindler Elevator
64
Schindler Elevator
0165
e41400001168
Schindler Escalator
Schindler Esca
1400169
12:OOAM
Terminal 2
1801 S.E. 20th Street, Ft. Lauderdale
Thyssen Krupp Elevator
#0
evator
#04-2
ornery levator
#32853
Escalator
#32852
(ontgomery
omery Escalator
#50024
one Escalator
#1200070
1:OOPM
Terminal 18
1900 S.E. 32 Street Ho ood
ry Elev
#52122
Ko
#08-00123
Kone Elevator
#08-00122
evator
#09-00085
Kon Elevator
#09-00086
Kone Elevator
#09-00087
Kone Escalator
#09-00090
Kone Escalator
#08-00120
Kone Escalator
#08-00121
Kone Escalator
#09-00088
Kone Escalator
#09-00089
Kone Escalator
#09-00092
Kone Escalator
#09-00091
Montgomery Elevator
#51136
Day 2
8:30AM
Term
9 Eller Drive Holl wood
Kone Escalator
#1200087
Kone Escalator
#1200088
Kone Elevator
#1200089
Kone Elevator
#1200090
minal 21
2021 Eller Drive, Hollywood
Montgomery Escalator
#58365
Kone Escalator
#1200091
Kone Escalator
#1200092
Kone Elevator
#1200093
Kone Elevator
#1200094
Montgomery Escalator
#58366
Kone Elevator
#58367
Kone Elevator
#58368
10:30M
Terminal 26
2026 Eller Drive, Hollywood
Montgomery Elevator
#41110
Montgomery Escalator
#41114
Schindler Escalator
#1200086
ao
Schindler Escalator
#1200081
Schindler Escalator
#1200084
Schindler Evelator
#1200085
Schindler Evelator
#1200083
11:30AM
Terminal 29
2200 S.E. 35th Street, Hollywood
Kone Elevator
#01-08644
Kone Elevator
#01-08645
Kone Escalator
#01-08643
12:30PM
Admin Bldg.
1850 Eller Drive, Fort Lauderdale
Dover Elevator
#39087
Dover Elevator
#39279
Dover Elevator
#39088
6/24/2018 10:07 AM P. 95
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of Bid BLD2116389B1
County Commissioners
ELEVATOR AND ESCALATOR MAINTENANCE AND REPAIR -PORT EVERGLADES
ADDENDUM NO. 1
DATE
DAY 1 May 21, 2018
DAY 2 May 22, 2018
DAY 3 May 23, 2018
Visitation: Start Time: Building: Address: Unit Type: Model #
Day 3
8:30AM
Habor Master Tower
2020 Eller Drive, Hollywood
Dover Elevator
#57740
9:30AM
Midport Parking Garage
2020 Eller Drive, Hollywood
Dover Elevator
Dover Elevator
Dover Elevator
Dover Elevator
#47871
7868
1869
0#47870
10:30AM
Northport Parking Garage
2000 Eisenhower Blvd., Fort Lauderdale
Montgomeryfor
Montgomery Elevator
vator
vator
Contgomeryvator
vator
ator
94
435
#4"5 "i
#43597
43598
02-05279
11:30AM
Building #611
2550 Eisenhower Blvd. Fo uderdale
Elevato
#6978
12:30PM
Building #28
2051 S.E. 35th Street H ood
Dover Elevator
#56713
6/24/2018 10:07 AM p. 96
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
BUREAU OF ELEVATOR SAFETY
2801 BLAIR STONE ROAD
TALLAHASSEE FL 32399-1013
E*riftn daite: DEC 31, 2018
REQUIRED TO CARRY OR BE GQ'. RED
BY GENERAL LIABILITY IN%
ORACLE ELEVATOR COMPAN%r.
2315-snRLINO ROAD
FORT LAUDERDALE ..., . FL 33312
850-487-1395
NON-
TRANSFERABLE.
,1
NN
````
DocuSign Envelope ID: 4D0D64E7-7415-479B-B553-F1 C8C4430A1 C
Congratulations! With this license you become one of the nearly
one million Floridians licensed by the Department of Business and
Professional Regulation. Our professionals and businesses range
to brokers, from boxers to barbeque
_r _
-Q
SA"from
USIf�IEAQ
architects yacht
staurants, and they keep Florida's economy strong-
= pRQ .
very day we work to improve the way we do business in order
• -
.
to serve you better. For information about our services, please
loogg w onto wwmyffori�dalleense.corn. There find
- -
you can more
in of about our divisions the regulations that impact
� g ''
"--
and
you, subscribe to department newsletters and learn more about
the Departments initiatives.
$> M
- -
� # l -^- -
RRY. R
INl
S - 60Y�fl�
L1RP'NCE
Our mission at the Department is: License Effic#ently, Regulate
��,. ABILITY
r
"� `•
Fairly. We constantly strive to serve you better so that you can
serve your customers. Thank you for doing business in Florida,i
�- -
r b nit
r -�
a L .. fit .
and congratulations on your newlicense!
� �.�'�,��"
I4
.... ..... ...... .............. .......--❑ETACH.-HERE .......................... -
RIGID SCO7T, GOVERNOR
•; �.: _ .._,; . -- - - -SURE
.-- taus
s Al"UEt -
�"� r
Iii ZACHEM, SECRETARY
'iN�y•S
4
W14-
rl _
fir- `•��
- t� ti� t1�'
��
�� ,ten
�■
L•.�7
tiy-
d�
DISPLAYAS REQUIRED BY CAW SEGO L1712030043012
DocuSign Envelope ID: 4D0D64E7-7415-479B-B553-F1CK4430A1C
Congratulations! With this license you become one of the nearly
one million Floridians licensed by the Department of Business and
Professional Regulation. Our professionals and businesses range
from architects to yacht brokers, from boxers to barbeque
Istaurants, and they keep Florida's economy strong.
very day we work to improve the way we do business in order
to serve -you better. For information about our services, please
tog onto www.myfloridalicenss.com. There you can find more
information about our divisions and the regulations that impact
you, subscribe to department newsletters and team more shout
the Department's initiatives.
Our mission at the Department is: License Ef Ociently, Regulate
Fairly. We constantly strive to serve you better so that you can
serve your customers. Thank you for doing business in Florida,
and congratulations an your new license!
I
=� -OUS MESS AND ' •
r _ 0 e otgAL; ROdkiLA�fDN'
�i ISSUED- ,#}'fA
COPFic ttbF COMPETEtJ&
rya
" JC�A'�,1,7fi COMF'ETE�FGY H{lt DES
r�fdUif3I=FJY� CARRY"dR I�� C4VEREC: ` - � --
� GENERA LJJAB[LfTY INSURANC
EM, SECRETARY
NOW .
TRANSFERABLE.
Malt.w r 1
,di
Pilaf 17
DocuSign Envelope ID: 4D0D64E7-7415-479B-B553-F1 C8C4430A1 C
Congratulations! With this license you become one of the hearty
one migion Floridians licensed by the Department of Business and
Professional Regulation. Our professionals and businesses range
from architects to yacht brokers, from boxers to barbeque
-astaurants, and they keep Florida's economy strong.
a
rery day we work to improve the way we do business in order
to serve you better. For information about our services, please
lug onto www.myfforidalicerise.com. Ttfere you can find more
information about our divisions and the regulations that Impact
you, subscribe to department newsletters and learn more about
the Department's Initiatives.
Our mission at the Department is: License Efficiently, Regulate
Fairly. We constantly strive to serve you better so that you can
serve your customers, Thank you for doing business in Florida,
and congratulations on your new license!
DETACH HERE..... ........... ..........
RICK SCOTr, GOVERNOR
_TW
trnor: a rri "eefiaae: 9 l SV
SECRETARY
SE4 # L980110000097
DocuSign Envelope ID: 4D0D64E7-7415-479B-B553-F1 C8C4430A1 C JVr4m1P1/i11 4pjpmcm, aeLrcG[MRI
CUR
DEP�3RTNT-Bt[S!N a p.FQ ES7 „4 1�
_ - _� TAR A `^ ti •;; ,
l
r' f� �. +�. 'tip• ,#.
� _..�- r•• `- �,.-.��- _�•-� -�� ��� «....e. _�- _ • .. � � _-z;
-UrftOmv[sio o Iaa t�8 �S: k= _ �- :. ' '"' = ; `` -
. = �N' .�► L' :� NOW
TRANSFERABLE. `
••_ .. a - •�� lfABil`lT11V3iFti�CE "'�' ..• :tip'
N,
IssUr<o: nzro znjs DISPLAY A5 REQUIRED BYLAW sta 0000 .
DocuSign Envelope ID: 4D0D64E7-7415-479B-B553-F1 C8C4430A1 C
Congratulations! With this license you become one of the nearly
one million Floridians licensed by the Department of Business and
Professional Regulation. Our professionals and businesses range
from architects to yacht brokers, from boxers to barbeque
--%taurents, and they keep Florida's economy strong.
-very day we work to improve the way we do business in order
to serve you better. For information about our services, please
Iog www.myfloridalicense.com. wwmyfloridalicense.com. There you can find more
information about our divisions and the regulations that impact
you, subscribe to department newsletters and team more about
the Department's initiatives.
Our mission at the Department is: License Efficiently, Regulate
Fairly. We constantly strive to serve you better so that you can
serve your customers. Thank you for doing business in Florida,
and congratulations on your new license!
t STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND
PROFESSIONAL REGULATION
CC3554 WILIIrD. 12/ 3i 017
trEI�TiFIGPTE OF COMPETENCY
R00MG[Jig, JOSE M
liEOU ILD.'E VATOR TECHNICIAN
RE�L�}8#bT0-tARRY-411 BE COVERED
8�(J�t ERALt_IA$ILITY INSURANCE
t�•��RTfFlki7'p'nd�'f ikis �w+rra7Q �i►:3aa FS.
.................DETACH HERE......_...__......
RICK SCOTT, GOVERNOR JONAT
STATE OF FLORI
DEPARTMENT OF BUSINESS AND PROF EGU ON
611RF.�4U OF ELEVATOR.. ET
fOC"395"4
This CERITE D l EVATOR' f!�;fl 1C1,M
Nad 5elow is E ieRTIFfED-
Litsdet-#l4e..previsipns ofll;bio*r 39,9 FS,
y. �REQWJ D TO GA
'VLI■ Al. M
J .+ . 4 �� c• Ts , AC y
'. RfMAZ V.
; .l S ll�' -
'207n AAW : F4 s
v
ISSL;tD. i
iSPLAY A5 REQUIRED BY LAW
ZACHEM, SECRETARY
SEON L1712030000012
s
DocuSign Envelope ID: 4D0D64E7-7415-479B-B553-F1 C8C4430A1 C
Congratulations! With this license you become one of the nearly
one million Floridians licensed by the Department of Business and
Professional Regulation. Our professionals and businesses range
from architects to yacht brokers, from boxers to barbeque
•P-staurants, and they keep Florida's economy strong.
very day we work to improve the way we do business In order
to serve -you better. For Information about our services, please
tog onto www.rnyfloridaticense.com. There you can find more
information about our divisions and the regulations that impact
you, subscribe to department newsletters and learn more about
the Departments initiatives.
Our mission at the Department is: License Efficiently, Regulate
Fairly. We constantly strive to serve you better so that you can
serve your customers. Thank you for doing business in Florida,
and congratulations on your new license!
RICK SCOTT, GOVERNOR
STATE FLORIDAOF
DEPARTMTM ENTTOF8 USINE55 AN
PROFESSIONAL REGULATION
GC4107 iSSUEDI 01/11/2018
CERI IF1CATE OF COMPETENCY
VALLE, OR AND❑
CERTIFICATE OF COMPETENCY HOLDER
REQUIRED TO CARRY OR BE COVERED
BY GENERAL LIAWLITY INSiURANCE,&
LIS CJERTW11 i] and i:the'prQYi-Po
-F,�rl�ryd,re . QEcsi:2atia '-
.__ )ETACH.-HERE.
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PRO.FE
BUREAU OF ELEVATOR S.
The CERTIFICATE OF COMPETENCY HOLDER
Named below IS CERTIFIED
Under the provisions of Chapter 399 FS.
=viration date: DEC 31, 2018
REQUIRED TO CARRY OR
BY GENERAL LIABILITY IN
VALLE, ORLANDO
8886 SW 3 ST APT 204
PEMBROKE PINES i i_ 33028
LAY AS REQUIRED BY LAW
l
EM, SECRETARY
''1s
L1801110000117
DocuSign Envelope ID: 4D0D64E7-7415-479B-B553-F1 CK4430MC JUNMI rIMIY [1i11 Itivl• ar-►,rtr- IMIS 1
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
BUREAU OF ELEVATOR .$AFETY
'y.:'LJYG7Ua
r�r v - - Zvi 1VI N■
Named Mow ISitERTIRED
Un&rthe provisiodr of Chapter 399 FS.
Expiation date:- DEC 31,.2018
REQUIRED TO CARRY OR 8E CQYEREP
i 19Y GENERAL LIABILITY- IN3lJ. iGE
ZLEMENS TY�ONE G--` -
FORT i:ALtDEADALE FL 333 �
r
r
ISSUED: 021=018 DISPLAY A5 REWOED BY LAUD!
ON -
TRANSFERABLE.
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C
BRCWARD COUNTY LOCAL BUSINES x RECE
115 3, Andrews Ave., Rm. A-100, Ft. Lauderdale, F 954-83
VALID OCTOBER 1, 2017 THROUrTPTEI'=E�
❑IBA; Receipt 9-5897
BUSIne33 Name: Business
ELEVATOR COMPANY BUSine55 T OTHER TYPES CONTRAC
Type: EVATOR COMPAHYi
Owner Name; SILL MILLER ss Open /30/2007
Business Location.2315 STIRLING RO StatefC .446
FT LAUDER➢ALE Exem de:
Business Phone: ;
•r
Roams
.•i` , .• �-+1# y. � achfnes Professionals
r Vonding as only
Number of Mac Vending Type:
Tax AmounS Transfer Fe •";TiSF F 4 a• •na �: •Prior Years Cdlectian Cost Tp1al Paid
150.o0 0 o,00 0.00 0.00 150.t}0
T46
CEIPT
THIS BE A TAX
�5
T
BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS
This tax is levied for the privilege of doing business within Sroward County and Is
non -regulatory In nature. You must meet all County and/or Municipality planning
and zoning requirements, This Business Tax Receipt must be transferred when
the business is sold, business name has changed or you have moved the
business location. This receipt does not indicate that the business is legal or that
it is In compiJonce with State or local Iaws and fegulations.
Raceipt 01CP-16-00022365
RD _ Paid 09/06/2017 150.00
E, FL' 33312
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C
Ffs,111 Request for Taxpayer
(Rev. Novwrber2017) Identification Number and Certification
411 e;= it Go to wwwJm4or1FhnnM for Instructions and the latest InformsLlnn.
i MPI (ev Stsawn an your irwm tax return). Nvnex le required on thb fine; do not leave rids Else filar
;oracle Elevator Cpany . __.. __ —
--
2 Business nemakilao€rlragarded entity name, If different frorn roove
i
3 Check appmWete box for federal tax d 15111calkw of the person whose name is enlered on line 1. Check only one of the
fdknving swan boxes.
❑ €rrdivrduairsofe prCWWWr or 0 C Corporation ❑ 5 Corporation ❑ Pertrfen* ❑ Trust/estale
single- tuber LLC
[] L lrntted Liability coma a&W. Enter Lire tax Gleepif€udon (C=G cwpore on, 8 9 cogxNETIon, P=Partnsrsl O) i,
Note. Check the approprtate box in Ma line above fer the tax classiftation of the single-rnernbar owmT. Do not check
LLC If tie LLC is N EssWed es a sirfgfa-mamb w LLC that is dwW&TW from the owner urdew ft owner of the
m-"her LLC that 4 not disregarded from die ovAm for U.B. fbftgl tax purpose. OdwwL9% a ftia-main
Is disr"wded It= file owner aha M check She eppropdato box far fife tax ctessilicat€or+of ifs armor.
❑ Ottrev (see Itrr t x;tims)1-
-
'E Address fquir r, atierrt and epL or surce nv.) Sae Gietrvctons-- - Requ s name
OW Grand Dale Circle Suite-
-W My, state, and ZIP code
TITJL8 Fl, 33637
7 List e0courrt number(s1►� (oP��
D-Voi _ Taxpayer 1_dsntffic_ atio_n_Number MN) -. _ -- —lip
your TiN In tfte appropriate box. The TIN provided must match the 1 toI as
backup w€ Nmk fng. For kxWdLmk, this is generally your social security n (SS orvewe r,
redder+t alien, sole propriety , or disregarded enitty, sae the Irrstntati art €, r nTher
entities, it Is your employer idermfic.9on number qlJ 4, If you do not h nturrrber
Gil" form to the
requeste,r. Do not
mefvd to the IRS.
4 Fxempb" (oadw apply only to
ephiln en ' , not irrdivldusta; see
Page *-
coda flora))
nN, liter. - or
Note: If the account is if, mare than one name, see the instru r line What Name and Enpkj-- irisridfleeft number
hkenber To Give Lire Requester for gufdelims on whose nu enter.
dBr&c—ad n —
Under pBna3des of perjury,l certify that: -
1. The number shown on this form Is my conect tip
2.1 am not subject to backup withholding because:
Sarvl;ce t1RSy that I am suWad to ba hof,
no longer subject to bwkup wFtMtpidi
3. 1 am a U.S. citizen or rather U.S. parson t
4. The FATCA oodeW entered a (1
Gent xwwn lnstrttoSorts. Y ern
you have fmailed to report all and divid y
acquisition or abandonmen red pr
other than Interest and d you _: not req
Purpose of Form
519 - 2 2 39 T
Wn nu (or t am wahine for a number to be Issued to m eY, and
: from bafflLp wftFdto€ding, or (b) I have not been notified by the IrrierrW Revenue
of a fallure to report all interest or dividends, or (0 the IRS has nafiiied me that I am
loafing tat hI am exempt from FATCA repo rtlrig Is correct.
tiyou have been notified by the IRS that you are cumsntiy subject to backup withholding because
retum. Fr rad estate transactions, ftem 2 dean not apply. For mortgap interest paid.
1 of de.:; c:.ntribWom to in individual relvement arrangement ZiRA), and generally, payments
to sign th--:a-'icatier; but you must provide your cofret:t TIN. See the Instructions far Part 11, later.
es# information about developments
raucHons, such as "alation enacted
to wwwlrr.gov1FrtiarmlW.
An Individual or entity (Form W-9 requester) who is nsquired to file an
Inhxmettlon return with the IRS must obtain your owect taxpayer
identification nurnber (TIN) which may be your social security number
(8W. Individual taxpayer identification number (ITIM, adoption
taxpayer Idenliflcalion number (ATiN), or employer kWrlitkallion number
(EIN), to report on an Information retum the amount paid to you, ar ntteer
arnount reportable on an information return. Examples of information
returns Include, but we not Ifttlited to, #w following.
• Form 10994NT(interest earned or paid]
■ Form 100-DIV (dividends, including those from stocks or mutual
funds)
• Form 1099-MISC (various types of incame, prizes, awards, or gross
proceeds)
+ Form 1099-8 {stock or mutual fund sales and c laln other
transactions by brokers)
• Form 1089-5 (proceeds from real estate trane=ffons)
• Form 109E-M [marchant card and thlnd party notwork transactions)
• Form 1098 (homa morWaga interest), 1098-E (student lien interest),
1099-T (tuition}
• Form 1099-0 Omnaeierd de"
■ Form 1099-A {scquisitlon or abandonment of secured property)
Use Form W-9 only If you are a U.S. person {including a resident
aUen), to provide your correct TIN.
Ifyou do not return Form W-9 to the requester with a TIN ycu might
be subject to backup wit►rhok i ng: See What to bafto wtthhoiding.
later.
Cat No- 1 U281X Form till- (RE3v. 11 •xi117}
DocuSign Envelope ID: 41DOD64E7-7415-4798-13553-1`1C8C4430A1C
Orad. le Elevator 2315 Stirling Road - Ft. Lauderdale, Florida 33312 - (954) 986-0991 - (%6) 449-7455
For 24-Hour Emergency Service
Call
PREVENTIVE MAINTENANCE --- HYDRAULIC ELEVATORS
Account No
Jab Name
AFTER COMPLETION OF WORK PLACE CHECK MARK (�-) IN RESPECTIVE; FREE SPACE FOR SERVICE PERFORMEQ.
on every vind comp"[t the following!
1 See Cuslomef or his •epresemallve- cwfecl ill cdmptarnis
2 InSpecl maCha+e Ieem apurprnenl and Clean when neCe55ary
3 Ride [ar. Checking Oar unusual horse of apafalinn
A check condition of cal lop- prl eDu�pmenl- clean wher, necessary
S Lubffc7ie rlama as regvuetl
F
:E
C
e
e
x
Frequency of visits — Items 1. 2- 3. 1 8 S {chock space}
MACHIlIES�
M-Mninlamn ou +n lank al proper level
0-Check ler+s+on and weir of V polls
A�Ucdur Bearings — See moles mlg rnslfuclron
"hack far ayc67slve leaks around valves d pump
JACIt: tl:ompkase aaa#rnolYY
M-Check packvlg gland to see that loo much ad is not Carrying Through
M•Clleck phmger lot signs of leakage of fuss
CONTROLLERS:
M-Chock Conficls for excessive burning
SA-Claan with orower- Check align of swrlches, lubricate hinge pins
SA -Check all resistance sub" and grids
A -Clean lure and hollers
DOOR i GATE OPERATOR:
M-Creed & lubrrcata- Check key. Sal Straws d conlaM
$A -Check shah bearings ai+gRmsnt 3 operallon
CAR:
M-Choca phold Cell
M•CheiCk safety edge and retracrron
(}Check door conlacl
O•Chack leralrng swrlcMs
0-Check alarm Berl system
O-Check reining cam device- Chains end fasui
Q-Chick emiNgency swnch f � —i. = j
0 Cneck so$uslmem a} car shoes
SA -Chock Oar gibs kv wear AW
SA-Checi door up-mrust atl rH
SA-LubnColy gulde Shde sta
SA -Chet► contacts d swdChaS I bps+ aerial. cis ILb
A -Check cpojllppM
A -Check fflelaiing cable tension
A4CheCk s for cracks on be
A_Check readying places
A-LubrF=1 n of plower
M-PARTM/G cks as nqulnd)
SA -Clean charm, ayes
SA -Check door conlecl5
MOISTWAY:
A,Chnck fall Cvtltln contacts E clean
A�Csaan a check guide rely
A-lnap&V I+mlr swrlchou
A•Chack wear d rnsvrarron on traveling C-We
A-Cback }uncllnn boK CdWo
MMELLAMEvuS:
O-Cheek meal hne fuses Im healing
M-Check firemen's sesvlce cperat�dn
Iminals of malnrenance man
CODE — M-Monthly 0-Ousnerly SA.Semr-Annually A-Annualy
.SBS
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C
Station
Unit
Date
Day of Week
Mme
Terminal One (1)
Elevator
TBD
TBD
KIhr
Terminal One (1)
Escalator
TBD
TBD
r
Terminal Two (2)
Elevator
TBD
TBD
Terminal Two (2)
Elevator
TBD
TBD
1h
Terminal Two (2)
Elevator
TBD
TBD
1hr
Terminal Two (2)
Escalator
TBD
TBD IL
]MIJbIN,
Terminal Two (2)
Escalator
TBD
TBD IL
&r 3hr
Terminal Two (2)
Escalator
TBD
D
3hr
Terminal Two (2)
Escalator
TBD
3hr
Terminal Four (4)
Elevator
TBD
D
1hr
Terminal Four (4)
Elevator
T D
1hr
Terminal Four (4)
Escalator
TBD
3hr
Terminal Four (4)
Escalator
BD
TBD
3hr
Terminal Four (4)
Escalator
BD
TBD
3hr
Terminal Eighteen (18)
Elevator
D
1hr
Terminal Eighteen (18)
Elevat
T
TBD
1hr
Terminal Eighteen (18)
ElevatlW
I TBD
TBD
1hr
Terminal Eighteen (18)
Elevator
TBD
TBD
1hr
Terminal Eighteen (18)—Elevator
TBD
TBD
1hr
Terminal Eighteen (18)
BD
TBD
1hr
Terminal Eighteen (18)
atorWROWD
TBD
1hr
Terminal Eighteen (18)
F7MbLn r
TBD
TBD
3hr
Terminal Eighteen (18) AMW
-44OLscalaMh,
TBD
TBD
3hr
Terminal Eighteen (18) AF
11hip lato
TBD
TBD
3hr
Terminal Eighteen (18)
Terminal Eighteen (18)
Terminal Eightee
EMIator
E ator
lator
TBD
TBD
TBD
TBD
TBD
TBD
3hr
3hr
3hr
Terminal Eig
calator
TBD
TBD
3hr
Terminal N een (19)
Elevator
TBD
TBD
1hr
Terminal N teen (19) 1&
Elevator
TBD
TBD
1hr
V*%j6/21/2018 BidSync
BLD2116389B1
p. 131
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C
Broward County Board of
County Commissioners
Terminal Nineteen (19)
Escalator
TBD
TBD
3hr
Terminal Nineteen (19)
Escalator
TBD
TBD
3
Terminal Twenty One (21)
Elevator
TBD
TBD
r
Terminal Twenty One (21)
Elevator
TBD
TBD
hr
Terminal Twenty One (21)
Elevator
TBD
TBD
1hr
Terminal Twenty One (21)
Elevator
TBD
TBD
r
Terminal Twenty One (21)
Escalator
TBD
TBD
Terminal Twenty One (21)
Escalator
TBD
TBD
3h
Terminal Twenty One (21)
Escalator
TBD
TBD
hr
Terminal Twenty One (21)
Escalator
TBD
TBD IL
JjdPRqftb,
Terminal Twenty Six (26)
Elevator
TBD
TBD
1hr
Terminal Twenty Six (26)
Elevator
TBD
D
1hr
Terminal Twenty Six (26)
Elevator
TBD
1hr
Terminal Twenty Six (26)
Escalator
3hr
Terminal Twenty Six (26)
Escalator
3hr
Terminal Twenty Six (26)
Escalator
TBD
3hr
Terminal Twenty Six (26)
Escalator
kB
TBD
3hr
Terminal Twenty Nine (29)
Elevator
BD
1hr
Terminal Twenty Nine (29)
Elevator
D
1hr
Terminal Twenty Nine (29)
Escal
TB
TBD
3hr
Admin Building
Elevato
TBD
TBD
2hr
Admin Building
Elevator
TBD
TBD
2hr
Admin Building
;;tor
TBD
TBD
2hr
Harbor Master Tower
D
TBD
1hr
Midport Parking Garage
Iftotor
D
TBD
1hr
Midport Parking Garage
EI r
TBD
TBD
1hr
Midport Parking Garage AV'
-'RwLlevaIW
TBD
TBD
1hr
North Port Parking Garage
vator
TBD
TBD
1hr
North Port Parking Garage
Sator
TBD
TBD
1hr
North Port Parking Garage UL
ator
TBD
TBD
1hr
North Port Park e
vator
TBD
TBD
1hr
North Port PjjWg Garage
levator
TBD
TBD
1hr
North Port Ming Garage
Elevator
TBD
TBD
1hr
North Port rking Garage
Elevator
TBD
TBD
1hr
N*M6/21/2018 BidSync
BLD2116389B1
p 132
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430AlC
Broward County Board of
County Commissioners
North Port Parking Garage
Elevator
TBD
TBD
1hr
Building #611
Elevator
TBD
TBD
4®r
Building #611
Elevator
TBD
TBD
or
6/21/2018
BLD2116389B1
p.133
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C
Broward County Board of
County Commissioners
Station
Unit
Date
Day of Week
U#
Terminal One (1)
Elevator
TBD
TBD
D
Terminal One (1)
Escalator
TBD
TBD
kTinmenit
D
Terminal Two (2)
Elevator
TBD
TBD
D
Terminal Two (2)
Elevator
TBD
Terminal Two (2)
Elevator
TBD
lift
TB
Terminal Two (2)
Escalator
TBD
TB II&D
Terminal Two (2)
Escalator
TBD
TBD
D
Terminal Two (2)
Escalator
TBD
TBD
TBD
Terminal Two (2)
Escalator
TBD
TBD
TBD
Terminal Four (4)
Elevator
T
TBD
TBD
Terminal Four (4)
Elevator
I b3m
TBD
Terminal Four (4)
Escalator
jffBD
TBD
TBD
Terminal Four (4)
Escalator
TBD
TBD
TBD
Terminal Eighteen (18)
Elevator
TBD
TBD
TBD
Terminal Eighteen (18)
Elevator
D
TBD
TBD
Terminal Eighteen (18)
ElevaAL
TBD
TBD
Terminal Eighteen (18)
Elevat'ML
TB
TBD
TBD
Terminal Eighteen (18)
Elevator
TBD
TBD
TBD
Terminal Eighteen (18)
Elevator
TBD
TBD
TBD
Terminal Eighteen (18)
TBD
TBD
TBD
Terminal Eighteen (18)
latorMINWI
BD
TBD
TBD
Terminal Eighteen (18)
E or
TBD
TBD
TBD
Terminal Eighteen (18)
41MLscalIqM,TBD
TBD
TBD
Terminal Eighteen (18)
IqMalatol4W
TBD
TBD
TBD
Terminal Eighteen (18)
lator
TBD
TBD
TBD
Terminal Eighteen (18)
E lator
TBD
TBD
TBD
Terminal Eightee
alator
TBD
TBD
TBD
Terminal Nin
levator
TBD
TBD
TBD
Terminal N een (19)
Elevator
TBD
TBD
TBD
Terminal N teen (19) in
I Escalator
TBD
TBD
TBD
6/21/2018 NIOIJ BidSync
BLD2116389B1
p 134
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C
Broward County Board of BLD2116389B1
County Commissioners
Terminal Nineteen (19)
Escalator
TBD
TBD
TBD
Terminal Twenty One (21)
Elevator
TBD
TBD
Terminal Twenty One (21)
Elevator
TBD
TBD
TBD
Terminal Twenty One (21)
Elevator
TBD
TBD
TBD
Terminal Twenty One (21)
Elevator
TBD
TBD
TBD
Terminal Twenty One (21)
Escalator
TBD
TBD
TBD
Terminal Twenty One (21)
Escalator
TBD
T
BD
Terminal Twenty One (21)
Escalator
TBD
Terminal Twenty One (21)
Escalator
TBD
T
TBD
Terminal Twenty Six (26)
Elevator
TBD
TB
Terminal Twenty Six (26)
Elevator
TBD
I TR
7BD
Terminal Twenty Six (26)
Elevator
TBD
TBD
TBD
Terminal Twenty Six (26)
Escalator
TBDff
I R TBD IL
TBD
Terminal Twenty Six (26)
Escalator
T
I AW TBD
TBD
Terminal Twenty Six (26)
Escalator
TB
TBD
Terminal Twenty Six (26)
Escalator
BD
TBD
TBD
Terminal Twenty Nine (29)
Elevator
Awr TBD
TBD
TBD
Terminal Twenty Nine (29)
Elevator
TBD
TBD
TBD
Terminal Twenty Nine (29)
Escalator
D
TBD
TBD
Admin Building
Eleva
TBD
TBD
Admin Building
ElevatL4L
I TB
TBD
TBD
Admin Building
Elevator
TBD
TBD
TBD
Harbor Master Tower
ator
TBD
TBD
TBD
Midport Parking Garage
hTBD
TBD
TBD
Midport Parking Garage
InLato,
WTBD
TBD
TBD
Midport Parking Garage
E r
TBD
TBD
TBD
North Port Parking Garage
leva
TBD
TBD
TBD
North Port Parking Garage
I=vatoOW
TBD
TBD
TBD
North Port Parking Garage
ISator
TBD
TBD
TBD
North Port Parking Garage UL
ator
TBD
TBD
TBD
North Port Park e
vator
TBD
TBD
TBD
North Port PAWg Gar ge
levator
TBD
TBD
TBD
North Port ring Garage
Elevator
TBD
TBD
TBD
North Portrking Garage
Elevator
TBD
TBD
TBD
N*40*1
6/21/2018 BidSync
p 135
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C
6/21/2(
BLD2116389B1
p.136
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430AlC
Broward County Board of
County Commissioners
Station
Unit
Date
Day of Week
Time
Unit #
Terminal One (1)
Elevator
TBD
TBD
TBD
Terminal One (1)
Escalator
TBD
TBD
TBD
Terminal Two (2)
Elevator
TBD
TBD
TBD
Terminal Two (2)
Elevator
TBD
Terminal Two (2)
Elevator
TBD
TBD
Terminal Two (2)
Escalator
TBD
D
TBD
Terminal Two (2)
Escalator
TBD
TBD
Terminal Two (2)
Escalator
TBD
TBD
Terminal Two (2)
Escalator
TB
TBIM
TBD
Terminal Four (4)
Elevator
TBD
TBD
Terminal Four (4)
Elevator
TBD
Terminal Four (4)
Escalator
TB
TUD
TBD
Terminal Four (4)
Escalator
TBD
TBD
TBD
Terminal Four (4)
Elevator
TBD
TBD
TBD
Terminal Eighteen (18)
Elevator
TBD
TBD
TBD
Terminal Eighteen (18)
Elevat&L
WLD
TBD
TBD
Terminal Eighteen (18)
Eleva
rqmk
TBD
TBD
Terminal Eighteen (18)
Elevator
TOW
TBD
TBD
Terminal Eighteen (18)
Elevator
TBD
TBD
TBD
Terminal Eighteen (18)
TBD
TBD
Terminal Eighteen (18)
vator
D
TBD
TBD
Terminal Eighteen (18)
E or
ETBD
D
TBD
TBD
Terminal Eighteen (18)
sca
D
TBD
TBD
Terminal Eighteen (18)
alato
DE
TBD
TBD
Terminal Eighteen (18)
lator
TBD
TBD
TBD
Terminal Eighteen (18)
lator
TBD
TBD
TBD
Terminal Eightee
all tor
TBD
TBD
TBD
Terminal Eig
scalator
TBD
TBD
TBD
Terminal N' een (19)
Elevator
TBD
TBD
TBD
Terminal N teen (19)
Elevator
TBD
TBD
TBD
\M*l
6/21/2018 BidSync
BLD2116389B1
p 137
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430A1C
Broward County Board of BLD2116389B1
County Commissioners
Terminal Nineteen (19)
Escalator
TBD
TBD
TBD
Terminal Nineteen (19)
Escalator
TBD
TBD
BD
Terminal Twenty One (21)
Elevator
TBD
TBD
TBD
Terminal Twenty One (21)
Elevator
TBD
TBD
TBD
Terminal Twenty One (21)
Elevator
TBD
TBD
TBD
Terminal Twenty One (21)
Elevator
TBD
TBD
TBD
Terminal Twenty One (21)
Escalator
TBD
TBD
TBD
Terminal Twenty One (21)
Escalator
TBD
Terminal Twenty One (21)
Escalator
TBD
B
TBD
Terminal Twenty One (21)
Escalator
TBD
D
TBD
Terminal Twenty Six (26)
Elevator
TBD
TBD
Terminal Twenty Six (26)
Elevator
TBD
T
TBD
Terminal Twenty Six (26)
Elevator
TBA
TBD
Terminal Twenty Six (26)
Escalator
TBDIS
TBD
Terminal Twenty Six (26)
Escalator
TBD
Terminal Twenty Six (26)
Escalator
TBD
TBD
TBD
Terminal Twenty Six (26)
Escalator
TBD
TBD
TBD
Terminal Twenty Nine (29)
Elevator
TBD
TBD
TBD
Terminal Twenty Nine (29)
Elevator
TBD
TBD
TBD
Terminal Twenty Nine (29)
Escal
TBD
TBD
Admin Building
Elevat
TBD
TBD
Admin Building
Elevator
TBD
TBD
TBD
Admin Building
vator
TBD
TBD
TBD
Harbor Master Tower
MOIL TBD
TBD
TBD
Midport Parking Garage
ator
TBD
TBD
TBD
Midport Parking Garage
E r
TBD
TBD
TBD
Midport Parking Garage AV'
'4WIeva'W
TBD
TBD
TBD
North Port Parking Garage
I=vatorW
TBD
TBD
TBD
North Port Parking Garage
IWator
TBD
TBD
TBD
North Port Parking Garage UL
ator
TBD
TBD
TBD
North Port Park e
vator
TBD
TBD
TBD
North Port PjjWg Gar ge
levator
TBD
TBD
TBD
North Port ing Garage
Elevator
TBD
TBD
TBD
North Portrking Garage
Elevator
TBD
TBD
TBD
N*40*1
6/21/2018 BidSync
p 138
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C4430AlC
Broward County Board of BLD2116389B1
County Commissioners
North Port Parking Garage
Elevator
TBD
TBD TBD
Building #611
Elevator
TBD
TBD JABD
NJ
Building #611
Elevator
TBD
TBD TBD
or
6/21/2018
p.139
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C
From: Robert Schram
To: Plunkett, Randall
Cc: Todd Trnka
Subject: Oracle Elevator Process 15.2 Clarification
Date: Friday, August 24, 2018 3:31:55 PM
Attachments: Paaes from Solicitation BLD2116389B1-Personnel Listina .Ddf
Hi Randy,
t. (954) 391-5923
m. (954) 816-1739
e. robert.schrama—oracleelevator.com
a. 2315 Stirling Road, Ft Lauderdale, FL 33312
w. OracleElevator.com
DocuSign Envelope ID: 4DOD64E7-7415-479B-B553-F1C8C443OA1C and County Board of
County Commissioners
Bid BLD2116389B1
Question and Answers for Bid #BLD2116389B1 - Elevator and Escalator
Maintenance and Repair -Port Everglades
Question 1
In Regards to the proprietary equipment does the county have the manufacturer's
to acquire them?
When is the potential PM start date?
Have all inspection violations from 2017 annuals been resolved?
ex BCID#33213 (Submitted: May 24, 2018 12:32:26 PM EDT)
Answer
- The County does not own proprietary equipment tools. Bidders are responsible for
necessary to perform the work in accordance with Section 1.2 of the Specifications a
The Preventive Maintenance (PM) start date will be pre -arranged with the Project M
contract award. A contract start-up meeting will be held with the awarded vend an,
discussed at that time.
All inspection violations for 2017 are resolved. (Answered: Jun 1, 2018 11:55:3 ED
Question 2
Can you please confirm that there is no bid bond required for
(Submitted: May 31, 2018 10:03:20 AM EDT)
Answer 4
- There are no bonding requirements for this solicitatic�nsw
rgladelftd#BLD2116389B1.
31, 2018-10:04:50 AM EDT)
6/24/2018 10:07 AM p. 97