Loading...
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