fac004-12 title: elevator modernization housewright ... · department, 969 learning way, 102a...

45
Invitation to Bid (ITB) FAC004-12 Title: Elevator Modernization Housewright Location: FSU, 969 Learning Way, 114MMA The Florida State University Facilities Purchasing will receive sealed bids until the dates and times shown for the following projects. Bids may be brought to the bid opening or sent to: Florida State University Facilities Maintenance, Purchasing 102A Mendenhall Building A Tallahassee, Florida 32306 prior to bid opening. Bidder must reference bid number, opening date and time on outside of bid package to insure proper acceptance. Bids submitted by facsimile are not acceptable. For information relating to the Invitation(s) to Bid, contact the Bid Number FAC004-12 Procurement Associate: Betty-Jean (BJ) Lewis, Facilities Mandatory Pre-Bid: July 12, 2012 @ 10:00 a.m. Location: FSU, 969 Learning Way, 118 MMA Questions: July 17, 2012 by 4:00 p.m. Answers: July 23, 2012 by 2:00 p.m. Public Bid Opening: July 31, 2012 Time: 2:00 p.m. Location: FSU, 969 Learning Way, 114 MMA Bid Documents: Electric Oil-hydraulic passenger elevator modernization at Housewright Building Contact Person: Betty-Jean (BJ) Lewis; [email protected]

Upload: nguyentuong

Post on 01-Oct-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

Invitation to Bid (ITB) FAC004-12

Title: Elevator Modernization Housewright Location: FSU, 969 Learning Way, 114MMA

The Florida State University Facilities Purchasing will receive sealed bids until the dates and times shown for the following projects. Bids may be brought to the bid opening or sent to: Florida State University Facilities Maintenance, Purchasing 102A Mendenhall Building A Tallahassee, Florida 32306 prior to bid opening. Bidder must reference bid number, opening date and time on outside of bid package to insure proper acceptance. Bids submitted by facsimile are not acceptable. For information relating to the Invitation(s) to Bid, contact the Bid Number FAC004-12 Procurement Associate: Betty-Jean (BJ) Lewis, Facilities Mandatory Pre-Bid: July 12, 2012 @ 10:00 a.m. Location: FSU, 969 Learning Way, 118 MMA Questions: July 17, 2012 by 4:00 p.m. Answers: July 23, 2012 by 2:00 p.m. Public Bid Opening: July 31, 2012 Time: 2:00 p.m. Location: FSU, 969 Learning Way, 114 MMA Bid Documents: Electric Oil-hydraulic passenger elevator modernization at

Housewright Building Contact Person: Betty-Jean (BJ) Lewis; [email protected]

NOTICE TO BIDDERS THERE WILL BE A PUBLIC BID OPENING BID NUMBER: FAC004-12 Purchasing Agent: B.J. Lewis, Facilities Purchasing Location: 969 Learning Way, 102A MMA, FSU Campus Tallahassee, Florida 32306 TITLE: Elevator Modernization Housewright Public Bid Opening: July 31, 2012 @ 2:00 p.m. Location: 969 Learning Way, 114 MMA Bids may be brought directly to the bid opening or delivered to the Facilities Purchasing Department, 969 Learning Way, 102A Mendenhall Building A, Tallahassee, Florida 32306 prior to the scheduled opening time. Bids, which for any reason, are not delivered to this location at the prescribed time will not be considered. Delivery of a bid to the University Post Office or any other point on the University campus other than the Facilities Purchasing Department Office is not acceptable. It is the bidder’s responsibility to insure that his/her bid is delivered at the proper time and place for the bid opening. To insure your BID or NO BID response remains sealed until opening time, place BID NUMBER, DATE, AND TIME OF OPENING ON OUTSIDE envelope of Federal Express package, etc. Please indicate on envelope if this is a “NO BID” Failure to comply with any of the above conditions may be grounds to reject the offending vendor’s bid. I certify by the signing of this invitation to bid that the prices offered to Florida State University on the items included are less than or equal to those offered other stat universities for the same or similar items. Betty-Jean (BJ) Lewis, Procurement Associate Facilities, Florida State University 969 Learning Way 102A Mendenhall, Building A (P) 850-644-7639; (F) 850-644-5071 [email protected]

INVITATION TO BID

ITB #FAC004-12

Elevator Modernization Housewright

The following is the anticipated timetable for the procurement process. The University reserves the right to adjust the schedule, as it deems necessary.

EVENT DATE TIME (EDST)

University Issues ITB Invitation July 5, 2012 8:00 AM

Advertisement posted on the Weekly (FAC IT Web Page) July 5, 2012 8:00 AM

Mandatory on site pre-bid meeting (969 Learning Way, 118 MMA) July 12, 2012 10:00 AM

Questions submitted by potential bidders July 17, 2012 4:00 PM

Answers returned to potential bidders July 23, 2012 2:00 PM

Public Bid Open July 31, 201 2:00 PM

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 1

Invitation to Bid

Bid #FAC004-12

Title: Elevator Modernization Housewright

SECTION 14221 – ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION

PART 1 – GENERAL

1.01 SUMMARY

A. Section Includes: Lump Sum Contract involving the modernization of One (1) existing National Elevator Corporation brand electric oil-hydraulic passenger elevator, identified by State of Florida serial number 27076, and additional work as required hereinafter. The work on this elevator, and related work, includes tools, scaffolding, hoists, ladders, scheduling, warranties, labor, supervision, insurance, and all other elevator and building work specified hereinafter. Refer to the Bidding Instructions, FSU Requirements, General Conditions, and any Special Conditions, for instructions or requirements pertaining to complete site examination, pre-bid conference or inspection, project schedule, submittals, working hours required and project schedule, as well as all other project requirements associated with this contract. Elevator modernization work includes, but is not limited to, the following: 1. Provide new: highest quality commercial grade electric oil-hydraulic passenger elevator

equipment specified hereinafter, including: oil-hydraulic pumping unit assembly complete with 25 horsepower submergible type electric drive motor; electrically operated hydraulic fluid cooler assembly; door operator machine and all car door related door equipment; all new schedule 80 threaded oil line piping from hydraulic cylinder to the elevator hydraulic pumping unit; hydraulic pressure over-speed valve in pit area; signal fixtures complete; two (2) new oil shut-off valves and new low friction type hydraulic cylinder packing and seals; new high quality mineral based petroleum hydraulic fluid; and other work as specified hereinafter.

2. Provide new: complete hoist way and car door hanger equipment and tracks; interlock and interlock release equipment at all floors; door equipment hardware at all floors; door closers at all floors, and other door equipment. Door equipment shall be coated with effective materials to reduce long term rust or corrosion.

3. Provide new: elevator electronic type programmable control systems, designed especially for elevators; programmable motor starter system; electronic type battery powered emergency lowering system with gel-cell storage battery; complete elevator wiring, trail cables and all other electrical connections or conductors.

4. Provide new: accessibility provisions for physically handicapped or disabled persons, including suitable markings on car operating station, and hoist way door frames.

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 2

5. Provide new: all safety devices and speed controls, as well as those required by the specified elevator code, which are required to operate elevator systems to function safely and reliably at the speed and capacity that the original elevator equipment was designed to provide. Include the required emergency stopping switches at top and bottom landing.

6. Provide new: complete car interior work as specified hereinafter, including cab wall decorative panels, cab lighting, cab ceiling work, car operating panel, all as required hereinafter.

7. Provide new: surface mounted landing signal fixtures, slim line design. 8. Provide new: hoist way electrical switches, cams and mounting brackets in all locations. 9. Provide new: all painting work as specified hereinafter. 10. Provide new: complete railing for the top of the elevator car, as required by the elevator

code. 11. Provide new: one (1) steel ladder in the pit area to extend at least 48” above the lowest

landing threshold. Comply with the required ladder design and clearance dimensions. Ladder shall be completely painted before or after installation.

12. Provide new: any other devices or equipment that is required to replace any existing equipment or is newly required by the ASME A17.1-2010 Safety Code for Elevators and Escalators, including all addenda published for that code edition.

13. Provide all other elevator work, tools, materials, supervision, coordination and systems required to restore the elevators system to proper and complete operation, as well as that required by the elevator and other applicable codes. Work shall be performed during regular working hours of the elevator trade. When the elevator is removed from service, the work shall progress, without delays, until full completion.

14. Remove scrap elevator materials from the site, on a daily basis, including the hydraulic fluid which is being removed from the system. All scrap materials shall become the property and responsibility of the Elevator Contactor immediately, upon removal from the elevator. Lawful disposal is the responsibility of the Elevator Contractor.

15. Provide twenty-four (24) months of warranty and elevator maintenance work, as specified hereinafter.

16. Provide all safety related work, including full height barricades at any opening where work is being performed, all safety protection for all workmen, students, clients, staff and Owner’s employees while the Elevator Contractor is on the site. No open hoist way openings are to be left unattended at any time. Openings are required to be locked at all times unless being utilized by employees of the Elevator Contractor. Safety is extremely critical in this building, and all safety provisions are subject to approval by the Owner, Project Manager and Elevator Consultant. At the end of each workday, all hoist way and machine room areas must be secured to prevent unauthorized entry.

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 3

B. Related Work That is Required, shall be provided by Owner, to comply with all of the project and code related requirements: 1. General Construction Work:

a. Grouting or plastering of any existing non-essential holes, recesses or voids in the hoist way, pit or machine room walls to improve fireproofing of the structure.

b. Sign on machine room door should read “Danger – Elevator Equipment – Authorized Personnel Only.” The door lock shall require a key to enter each time, and must be at least security required by ASME A17.1-2010 Safety Code for Elevators. Door lock shall not be of the type that can be left in unlocked condition.

c. Cover over any piping or conduit that may be in the elevator hoist way, pit area or in machine room area that is not related to the new elevator control circuitry.

d. Coordinate all work on the project to accomplish a complete appearance to the project. e. Paint machine room walls, door and door frame. Avoid all over-spray that could

damage the elevator equipment and elevator controls. 2. Division 15 Work:

a. Any required work under this division shall be provided by Owner, including air conditioning, sump pump, sprinklers, and related work.

3. Division 16 Work:

a. Provide all new electrical service to elevator electrical controller panel, including wiring, conduit, approved lockable (in off position) disconnect, positive electrical grounds and other associated work, unless the existing equipment meets the current NEC. The power disconnect shall be equipped with dual element fuses of the size required by the elevator contractor. Include rejection clips in the power disconnects to prevent oversize fuses being installed in disconnects. These disconnects shall be located inside the elevator machine room, very near the lock side of access door to the machine room area. The disconnect switch shall be equipped with an electrical interlock switch that will prevent the elevator from lowering down automatically if the disconnect is manually opened during maintenance operations. Disconnects must be marked as to function, and the location from where the disconnect equipment is being fed.

b. The machine room area shall receive additional lighting to meet the NEC and elevator code. The minimum lighting level in the machine room shall be 19 foot candles, measured at the floor level, throughout the room. No dark areas are permitted, and the interior of the elevator controller panels shall be illuminated without the need for additional hand-held lighting. The light switch shall be just inside the machine room, on the lock side of the door frame. Lighting shall be guarded to prevent dislocation and

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 4

falling onto technicians. Include an approved, battery powered emergency lighting fixture in the machine room.

c. Provide at least two (2) duplex type GFCI protected electrical outlets in the machine room, located where required by the Elevator Contractor.

d. Provide a power supply for the battery powered emergency lighting system in the machine room area.

e. Provide a fused, lockable (in off position) disconnect for each elevator car lights and alarm bell circuit. The disconnect switches shall be located on the wall near the machine room access doorway. Disconnect shall be thirty (30) amps., fused at 20 amps. The disconnect switches must be marked as to their purpose, as well as the location from which the disconnect switches are being fed.

f. Provide separate junction box, and wiring to elevator controller panel, for the emergency telephone devices for the elevator cab. The wiring to the junction box from outside the building shall be by Owner, or as otherwise determined.

g. Fire recall service for the elevators requires an addressable system with at least three (3) separate zones for the elevator system. The separate zones shall be dedicated as follows: 1) If a smoke detector or heat detector in the machine room or hoist way area is

activated, the elevators will return to the main floor. The jewels in the car and at the main floor will also flash if this condition exists.

2) If a smoke or heat detector at any floor other than the main floor is activated, the elevators will return to the main floor level.

3) If a smoke or heat detector at the main floor is activated, the elevators will travel to the floor above the main floor.

The Elevator Contractor shall be responsible for installation of all sensors, wiring and controls for the smoke and heat detector system, and connect the appropriate wiring to the elevator controller panels at the direction of the Elevator Contractor. Elevator Contractor shall fully cooperate with hired Electrical Contactor during the inspections, testing and operational evaluations of the detector system in connection with the elevator work. This detector system must be fully functional in order to gain approval to return the elevator to regular service for the building. Heat detectors are required at all open landings, as required by Fire Code. These requirements and associated equipment shall be provided by FSU.

h. Power supply and disconnect for the air conditioning air handler equipment, if required for this installation.

i. Lighting for the elevator pit areas. The pit shall have at least two (2) lights of suitable output to provide at least 10 foot candles throughout the pit areas, measured at the pit

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 5

floor. No shadows are permitted. Lighting should be covered. The light switches shall be located in the locations directed by the Elevator Contractor, near the top of the pit access ladder.

j. Provide duplex type GFCI protected electrical outlet in elevator pit area. Locate where required by the Elevator Contractor.

k. Provide non-GFCI protected single outlet in the pit for use when a sump pump is installed. The outlet shall be marked “For sump pump use only. Do not use for power tools or lighting.” Provide a new pump of adequate capacity to meet the code, as may be required.

l. In the event sprinklers are required in the machine room and hoist way areas, a shunt trip type disconnecting device shall be provided to disconnect power before water can be applied to the elevator machinery areas. All such wiring, equipment and related devices shall be installed by the Electrical Contractor, at the expense of the Elevator Contractor.

m. Cooperation and coordination with FSU Communications toward the installation of surface mounted card readers at first floor hoist way opening which are to restrict the operation of elevator to staff and students with proper identification cards.

n. Any additional electrical work, systems and other work as may be required by applicable codes or the Owner.

1.02 SUBMITTALS

A. Submit all shop drawings and submittals to the Owner, as directed, within the time frame shown in the bid documents. In the event the bid documents do not specifically specify the time period required for performance of this function, all such documents shall be submitted within thirty (30) days after award of contract or “notice to proceed.” All approval related materials should be submitted at the same time, and not in a piecemeal fashion.

B. Product data: Submit product data and/or shop drawings, cuts and similar items for the following items (Provide six {6} copies of each: 1. Elevator car enclosure renovation work, door hanger and track equipment, interlocks, door

closers, door operator equipment, car door clutch, electronic type door protective screen, car top inspection station, additional lighting on car top, and related items.

2. Oil-hydraulic pumping unit assembly, programmable motor starter assembly, programmable elevator electrical controllers, car operating panel, landing signal fixtures, emergency communication devices, elevator emergency intercommunication equipment, and similar devices.

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 6

3. Hoist way door panels, and door related components such as guide shoes, fire guard assemblies and other features.

4. Hydraulic pressure over-speed or pipe rupture valve, pressure shut-off valves, thermostatically controlled oil-cooler assembly, schedule 80 piping and forged steel piping fittings, and related mechanical system equipment.

5. Details pertaining to adjustable type, dual thermostat type design, oil viscosity control system. Resistance type heaters for heating the oil are not acceptable.

6. Low friction hydraulic cylinder packing and seals. 7. Oil cooler filtering feature. 8. Cab operating station and landing signal fixtures complete. 9. Hoist way entrance frame marking devices for handicapped persons. 10. Cab lighting fixtures and system complete, “lite wizard” automatic lighting control system,

LED emergency car lighting systems, cab exhaust blower, alarm bell system, etc. 11. Mineral oil petroleum based hydraulic fluid.

C. Shop drawings (Provide six {6} copies of all shop drawings:

1. Show equipment arrangement in the machine room. 2. On the shop drawings, indicate the equipment to be retained and the equipment that will

be new. 3. Indicate the elevator system capacity, sizes, safety features, finishes and other pertinent

information. 4. Show floors served and travel distances. 5. Indicate all electrical power requirements and the branch circuit protection device

recommendations. D. Finish Selection: Submit cab finish material samples & cab operating panel finish samples.

Provide six (6) samples of each item for approval, adequately marked as to the location for the material. The samples shall include the type 304 stainless steel, with no. 4 satin finish for all locations. Additionally, samples of the finish on the cab wall fixed and removable panels shall be provided. Sizes of the samples shall be approximately 4” or larger, either square or rectangle. All of the samples shall be provided to the Owner, as directed in the bid documents.

E. Certificates: Alteration or installation permits, inspection reports and acceptance certificates for the elevator work, shall be provided. Six (6) copies of each of the documents shall be provided to the Architect or Owner, as directed in the bid documents.

F. Operation & maintenance equipment, and other such data (specifically designed for this project) shall be submitted to the Owner, including the following items:

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 7

1. Provide four (4) copies of all elevator equipment: installation instructions; adjustment instructions; maintenance recommendations; parts lists; lists of recommended spare parts and trouble-shooting instructions for the elevator controller equipment; oil-hydraulic pumping unit assembly information; oil control valve assembly information; sound and vibration isolation couplings replacement and parts information; oil-hydraulic silencer unit repairs and parts information; pressure line over-speed or pipe rupture valve assembly adjustments and testing information; electric drive motor information; hydraulic pump assembly information; door operator equipment troubleshooting and repair information; roller guide assembly adjustment and repair information; door hanger equipment and interlock adjustment and repair information; door closers adjustments; hydraulic cylinder packing and seals repair information; signal fixtures component information; electronic safety edge equipment adjustment and repair information; car door clutch adjustment; car door restrictor device adjustment; and any other mechanical or electrical devices provided under this contract. Provide the four (4) copies of all of this information, in heavy duty, oversized, three (3) ring binders, which must be project specific in terms of details. Include reduced size ”as-built” electrical wiring diagrams in the project manuals. Include drawings and lists of all field wiring “pull sheets” or wiring connections used throughout the elevator system.

2. The four (4) copies of the project manuals must also include all of the necessary information necessary for reliable elevator contractor to efficiently trouble-shoot, maintain, service, adjust parameters, test or otherwise evaluate and suitably alter performance of the equipment, including elevator control, door operators and signal fixtures. This information shall include all necessary SIM cards (one copy of these cards for each elevator), passwords, legends, reference codes, key words, descriptions that activate the diagnostic portion of the controllers, door operators and other control devices. The manuals shall include all necessary instructions on how to change the parameters that impact safety of operation during normal operation and during scheduled testing of the equipment. Elevator Contractor shall not withhold any information or documents, whatsoever, which restricts the repairs, troubleshooting, testing and maintenance capabilities for the elevator control system, or door operator controls, to those personnel in the direct employment the Elevator Manufacturer or Elevator Contractor.

3. Provide one (1) archival copy of any computer chips, SIM cards, other programmed items or devices, or software type programs, to the Owner for future use, that are required to restore the elevator equipment to normal operation, perform adjustments, engage in complete testing, operational parameter adjustment or other related work whatsoever, after a major controller parts replacement, lightning strike, power surge or if any of these items may be needed for any such event. If any changes, whatsoever, occur to the software or programming, during the two (2) year warranty and maintenance period, a revised set of

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 8

software or electronic chips shall be automatically provided to the Owner, and without any charge to the Owner.

4. Provide one (1) complete set of reproducible, “as-built,” electrical wiring diagrams, 24 pound, high rag content paper, printed with black on white paper background. These drawings shall be presented in a heavy gauge paper or plastic roll with screw-on top, labeled for the elevator project.

5. Provide one (1) complete set of “as-built” electrical wiring diagrams, measuring 8.5” by 11,” or 8.5” by 14,” designed for mounting on a sturdy wall rack to be mounted on the wall of the elevator machine room. All drawing pages shall be laminated with clear plastic to protect the drawings while being used to trouble-shoot the elevator equipment. The pages of the drawings shall be easily removable from the wall rack.

6. Provide one (1) each type of all hand held type computers, or similar adjustment tools, that are necessary for efficient maintenance, adjusting, testing and trouble-shooting work on any of the elevator electrical control equipment, including that of the door operator or other electronic components. These tools shall be electronically serialized for this project, and not usable on any other elevator equipment.

7. At bid time, Elevator Contractor shall provide a letter stating that the Elevator Contractor shall provide all necessary special tools, equipment or all other similar devices, whatsoever, shall be provided to the Owner, along with all of the required manuals, and other support materials and information listed shown above. Additionally, the Elevator Contractor shall confirm that all proprietary parts, equipment, and supplies shall be sold to the Owner, as well as any elevator maintenance and repair contractor hired by the Owner, at the standard price and delivery terms for such items. This letter shall be signed by an executive officer of the elevator contractor bidder. Bidders who fail to provide this letter of confirmation shall be considered non responsive to the bid requirements.

1.03 QUALITY ASSURANCE

A. Elevator Manufacturer/Contractor Qualifications: Only prior approved, whose names are listed herein, Manufacturer/Elevator Contractors, regularly engaged in elevator systems manufacturing/contractor activities, equipment of the type required for this project, are invited to bid on the work herein specified for this solicitation: 1. The manufacturer of the new or replacement components must be a firm whose name is

listed among the prior approved manufacturers. The approved manufacturers/contractors are: Otis Elevator Company, Kone Elevator and ThyssenKrupp Elevator Corporation, subject to the complete compliance with the design and product requirements specifically included hereinafter. Firms are not approved in name only, and must fully comply with technical specifications, and all requirements, to be approved.

2. The major parts of the elevator equipment shall be manufactured in North America.

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 9

3. The manufacturer shall have a documented, on-going, quality assurance program. The

details of the quality assurance program shall be available to the Owner, if requested. 4. Only new components shall be acceptable. No rebuilt, reconditioned or used equipment is

allowed to be brought onto this worksite by the Elevator Installed. The only previously used equipment components are the items clearly identified hereinafter.

5. In the interest of maintaining the highest level of quality, and the increased life span of the elevator systems specified hereinafter, the following components of this elevator system shall be designed, manufactured and installed by the Elevator Contractor listed in no. 1 above: a. Hydraulic pumping unit assembly, complete. b. Door operator equipment and door electronic controls, including car door hanger

equipment, for the car door. c. Elevator Electronic Control Assembly, complete. d. Signal fixtures, for both car operation and at landings, complete. e. Car top operating station, complete. f. Elevator floor selector equipment, complete. g. Elevator cab enclosure, complete. The Elevator Manufacturer/Contractor is permitted

to contract with one of the following cab interior vendors: Retro, AECI, or E-Cab to renovate for this cab.

h. Car door panel. i. Sound isolation and sound reduction couplings, as specified herein. j. Hydraulic silencer, as specified herein. k. Elevator Contractor is not permitted to purchase any of the above items from outside

sources, except for cab interior work. Components shall be designed and manufactured within facilities owned and operated entirely by the Elevator Manufacturer/Contractor, and not subcontracted to other vendors/manufacturers.

B. Elevator Manufacturer/Contractor Qualifications: The elevator equipment manufacturer must

have a local office facility, which consists of a highly established elevator sales, elevator maintenance service and elevator repair service office facility within ten (10) miles of the campus of Florida State University, prior to bidding on the work required for this elevator. Response time to call-backs and emergency repairs is highly critical to the Owner. Local office facility shall have sufficient personnel, including a local office manager, office assistant, supervision of work forces, local construction and maintenance personnel, and any other personnel necessary to provide high quality elevator related services to Owners. A local parts and tool warehouse facility, without a permanently established staff of personnel, is not acceptable as a local office. The Owner reserves the right to visit a local office facility and

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 10

interview the staff for acceptability before award of any contract for work included in these specifications. The bidder shall agree, when submitting a bid on this work, to the Owner having the right to award this contract to the firm, in the sole opinion of the Owner, is the best qualified to perform the work required herein.

C. Regulatory Requirements: 1. ASME A17.1-2010 Safety Code for Elevators & Escalators, including all published addenda, or

the latest elevator code edition adopted by the State of Florida Legislation. 2. Florida Building Code, 2010 Edition, except that the elevator code shall be ASME A17.1-

2010 edition. 3. NFPA 70, Latest Edition. 4. ASME A17.5 Code for Elevator and Escalator Electrical Equipment, latest edition. 5. Americans with Disabilities Act – Accessibility Guidelines (ADAAG) 6. Florida State 399, Chapter 30; Florida 4A-47; Florida Chapter 61-C5 Elevator Safety Code 7. AWS Standards – American Welding Society, latest requirements. 8. Any other State, Federal or Local requirements, include fire, life safety and other codes.

D. Fire-rated Entrance Assemblies: The new replacement hoist way door tracks, hanger

equipment interlocks, and other door related hardware shall comply with the applicable requirements, standards and codes, and shall have applicable labels.

E. Inspection and Testing: Elevator Contractor shall obtain and pay for all required inspections, installation or alteration permits and fees associated with the elevator work under this contract. 1. Secure all State of Florida required permits and pay all associated fees. 2. Secure and pay for all locally required permits, and inspection fees, for any and all work

required in addition to the elevator work. 3. Arrange and pay for the required inspections and tests to be performed in the presence of a

State of Florida licensed “CEI” (QEI) elevator inspector. This elevator inspector shall not be currently or previously employed by the Elevator Contractor.

4. Tests after alteration of this elevator equipment shall include portable test weights equal to the lifting capacity of the elevator, plus additional amount of weights for testing the relief pressure.

5. Additionally, the Elevator Contractor shall arrange and pay for two (2) additional annual inspections of the elevator equipment, one (1) time at the end of one year, and one (1) time near the end of the second year of the warranty and maintenance provisions, so that the Owner can obtain operating certificates for this elevator. All provisions shown in no. 2 above shall apply.

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 11

6. Copies of all such documents shall be submitted with the turn-over documents, in the quantities required.

1.04 DELIVERY, STORAGE, HANDLING, SCHEDULING AND SITE RENOVATION WORK

A. Deliver elevator materials, components, and equipment in manufacturer’s protective packaging. All packaging and related refuse shall be properly disposed of at the expense of the Elevator Contractor.

B. Store materials in a dry protected area. Protect and handle the materials in accordance with manufacturer’s recommendations to prevent damage to materials. Elevator Contractor shall arrange and pay for all off-site storage facilities that he may need in the execution of this contract. The Owner shall not incur any additional costs for storage, demurrage, handling or other material related storage expenses. Protected storage at the building is extremely limited; consequently, the Elevator Contactor should anticipate the need for off-site storage for the elevator related materials.

C. Equipment not being retained and reused in the execution of this contract shall be promptly removed from the site at the sole expense of the Elevator Contractor. The materials removed from the elevator systems shall be regularly removed from the building and not allowed to accumulate at the site. Under no circumstances shall the Elevator Contractor reuse or incorporate any of the materials removed from the elevator system on any other elevator located on the Florida State University Campus.

D. Elevator work on this project shall be performed on a one (1) shift per day, one (1) crew per

shift, five (5) days per week, except on legal holidays as may be applicable due to union or other agreements. Full cooperation of Elevator Contractor is expected and required, in order to keep the project execution time to the minimum required for this type of renovation project. Working in concert with other trades in the coordination and performance of the work is absolutely necessary.

E. The Elevator Contractor shall be responsible for any demolition and repairs associated with delivery and installation of the elevator equipment. Sufficient care must be taken by the Elevator Contractor to protect the building structure, systems, walls, roof and surrounding surfaces from damage. Perform cutting and patching for installation of flush mounted signal fixtures at each landing, while avoiding excessive cutting that will require additional repairs.

F. This is a “time is of the essence” contract. Elevator Contractor shall commence and complete the work as quickly as possible, after award of the work.

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 12

1.05 PROJECT CONDITIONS

A. Prohibited Use: The elevator shall not be used for construction purposes, or public conveyance, until the elevator renovation work has been completely finalized, and approved by Owner and Elevator Consultant.

B. Painting: Except as otherwise indicated in the elevator technical specifications, the following

painting work shall be required by the Elevator Contractor: 1. Paint all elevator equipment in the hoist way, including car frame, edges and bottom of

platform, car sling, guide rails & brackets, buffers and buffer supports, top of hydraulic cylinder, hydraulic piping and all fittings, elevator support beams, pit channels, backs and edges of the hoist way door panels, door headers and supports, fascias, toe guards and dust covers, pit ladder and all other exposed metals. High quality, very effective rust inhibitive formula, machinery enamel shall be used for coating all of the surfaces. Apply more than one (1) coat if required for full coverage of the equipment.

2. Repaint all of the new elevator equipment in the machine room, including oil-hydraulic pumping unit, hydraulic piping, elevator electrical controller panels, and all of the other components in the machine room area, after installation of the equipment. Any machinery that has a high quality, un-damaged, powder coating finish applied at the factory, does not require recoating if the finish remains without damage after installation.

3. Clean guide rails, and paint the non-machined areas. 4. Machine room floor only. Machine room floor area shall be painted with light gray colored,

gloss finish, heavy duty floor and deck enamel. 5. Painting products shall be of the highest quality paints, available from the following brands:

Sherwin Williams, Pratt & Lambert or Martin Senour. 6. Painting shall be professionally applied, and subject to approval by Owner and Elevator

Consultants. 7. All painting, except low odor paint applications, shall be performed by the Elevator

Contractor in a manner that will permit the paint fumes to be exhausted from the hoist way and machine room area in a manner that will prevent circulation though the building. Exhaust fans or blowers shall be required for the removing paint fumes.

1.06 PRE-BID & PRE-CONSTRUCTION CONFERENCE REQUIREMENTS

A. Elevator Conferences: Bidders are required to attend a pre-bid conference, prior to submitting a bid for this work. Additionally, a pre-construction is required. The conferences shall be at the time and locations advised by the Owner. Bids from Elevator Contractors who do not attend the pre-bid conference will not be accepted.

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 13

1.07 WARRANTY

A. Warranty certificates: Submit elevator manufacturer’s and Elevator Contractor’s type written project warranty certificates agreeing to repair, restore or replace materials having defects in the elevator work and materials furnished under this contract, including all associated labor and materials that are reworked, replaced or reconditioned as a requirement of this contract. The warranty shall be for a period of at least twenty-four (24) months from the date of Final Completion of all elevator work included in this contract. The date of the Final Completion shall be as determined by representatives of Elevator Contractor, Owner, Architect and Elevator Consultant.

B. Non-warranty parts and equipment: The only parts or equipment that the Elevator Contractor

shall not be required to furnish as part of his responsibility are those made necessary as a result of major acts of vandalism, fire, floors, windstorm, civil disturbances or other major losses. Repairs made necessary by minor acts of vandalism, abuse or misuse are to be included in the work to be performed by this Elevator Contractor.

1.08 ELEVATOR MAINTENANCE

A. Furnish complete elevator maintenance and call-back service, for a period of no less than twenty-four (24) months after all of the elevator renovation work has been completed and accepted by Owner, under this contract. The complete maintenance shall include the following: 1. At least two (2) hours in the building, per month, based on semi-monthly examinations.

Scheduled maintenance shall be a minimum of two (2) hours in the building, per month, not including call-backs, repairs, tests, travel time and non-related routine maintenance work.

2. Routine maintenance shall be performed during regular time hours, semi-monthly. 3. Call-backs, unscheduled repairs, adjustments and other required scheduled or unscheduled work hall be provided on 24 hours per day basis, seven days per week, 365 days per year, including all holidays.

4. Elevator contractor shall respond to regular time call-backs within 30 minutes from the time the call is placed indicating that service or repairs are needed. Response time to overtime call-backs, or to those which occur on holidays, shall be no more than one (1) hour, regardless of the time of day. These time periods are based on the arrival time from the time the building from the time the trouble call is transmitted to the Elevator Contractor.

5. All elevator work shall be performed by only certified elevator mechanics with current State of Florida “Certificate of Competency” & “Certified Elevator Technicians” cards. Mechanic’s helpers or temporary mechanics are not permitted to answer call-backs, nor can they perform any work other than cleaning and painting, except assisting mechanics.

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 14

6. All elevator maintenance or repair work on the site shall be documented, including routine service or maintenance work. FSU has in place a standardized reporting system which must be utilized by the Elevator Contractor to report all work on the elevator, including maintenance work, call-backs and related events. Additionally, paper maintenance reports and schedules shall be kept at the site. The maintenance records shall be signed by an approved designee of the Owner confirming the arrival time, work time and departure time. All paperwork shall comply with all current requirements of FSU, and must be promptly submitted to the appropriate person no later than three days from the time the work is completed.

7. Elevator maintenance shall include all of the necessary tools, parts, lubricants, cleaning compounds, paint, wiping cloths, fuses and other supplies; all of the adjustments, repairs, tests, and other work; all as necessary to keep the elevator equipment in “like-new” condition. No after-market, rebuilt or used parts are allowed to be brought onto the campus.

8. Elevator Contractor shall not permit excessive call-backs or operational failures to occur on these elevators. If excessive call-backs or operational failures are not corrected within a reasonable time period, in the sole opinion of and the discretion of the Owner, the Owner shall have the right to retain the services of another reputable elevator maintenance company to repair the elevators. The Elevator Contractor shall be required to make payment for such costs incurred by the Owner.

9. The Elevator Contractor must maintain an office fully staffed for sales, maintenance and repair work within ten (10) miles of the Tallahassee campus of Florida State University during the time this maintenance work is being performed. Elevator Contractor shall not sub-contract any elevator maintenance to another firm, and must use his or her employees for the required work.

10. At, or near, the end of the previously specified warranty, repair and maintenance period, the elevator contractor shall perform all of the following work: a. Clean all of the elevator equipment in the hoist way, on car top, door operator and

hanger equipment, and in machine room area. b. Make any adjustments necessary to comply with these specifications and requirements

of the elevator code. Elevator must operate smoothly, quietly and without vibrations. c. Verify that the door operation performance, and smoothness of operation, is as

specified herein. This includes door closing times, door opening times, door closing pressure, door stand open time, door up-thrust rollers, electric safety devices, etc.

d. Verify that the leveling accuracy is as specified herein, and make all required adjustments to comply with the specifications contained hereinafter.

e. Remove any squeaks or rattles. f. Examine and tighten all cab accessory components.

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 15

g. Renew the proper level of hydraulic fluid in the reservoir. h. Check and adjust, as necessary, the hoist way interlocks and release mechanisms. i. Thoroughly clean the elevator controller interiors. j. Replace the door guide shoes on main floor and car doors. Replace any other guide

shoes as may be appropriate, based on wear and tear. k. Adjust the slide guide assemblies. Replace any worn or damaged guide assemblies. l. Replace the hydraulic cylinder packing and seals if the leakage is more than 6 ounces of

fluid per month. m. Verify that the oil cooler systems and oil viscosity control systems are functioning

properly, including the thermostat settings. n. Perform all tests required for annual inspection, including hiring and paying for a “CEI”

licensed elevator inspector to witness all tests. Elevator inspector shall not be a current of former employee of the Elevator Contractor.

o. Provide the Owner with a complete, certified, list of work performed under these end of warranty and maintenance requirements.

p. Elevator Contractor shall notify the Owner’s representative at least ten (10) days in advance prior to performing the this work so that the Owner can verify the work as it is being performed.

q. Failure to comply with all of these requirements shall render the Elevator Contractor in contract default, and subject to full recourse by the Owner (FSU).

PART 2 – PRODUCTS 2.01 MANUFACTURERS

A. Manufacturer: Only products manufactured by the following manufacturers will be acceptable on this project, and the named products are subject to complete compliance with the technical specification requirements listed hereinafter. 1. Otis Elevator Company 2. Kone Elevator 3. ThyssenKrupp Elevator Corporation

2.02 MATERIALS, GENERAL

A. Materials, patterns and finishes: As selected by the Architect from the manufacturer’s patterns and finishes for this project.

B. Steel: 1. Shapes and bars: ASTM A 336

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 16

2. Sheets: ASTM A 336, cold rolled sheet, commercial quality, class 1, matte finish, stretcher leveled.

3. Finish: Factory applied, baked-on finish.

C. Stainless steel: 1. Sheets, shapes and bars: ASTM A 276, type 304. 2. Tubing: NAAMM no. 4 stain finish, or any other surface finish as selected by Owner.

D. Aluminum:

1. Sheet and plate: ASTM B 209, alloy 6063-752 2. Extrusions: ASTM B 221, alloy 6063-T52

E. Finish flooring on platform: Supplied and installed by Owner. Owner shall select color of the materials for flooring. Provide highest quality resilient flooring, Nora Brand rubber tiles.

2.03 HOIST WAY AND MACHINE ROOM EQUIPMENT

A. Platform: The existing platform shall be retained and reused, with the following work: 1. Retain the existing platform and related equipment. 2. Clean and paint all of the metal on the platform assembly before the cab is installed. 3. Install new galvanized metal toe guard on platform to comply with elevator code. Paint toe

guard or safety apron with two (2) coats of high gloss black paint. 4. Tighten all bolts and fastenings. 5. Owner will not accept any additional charges associated with reuse of the platform.

B. Car sling Equipment: The existing car sling and related hardware shall be retained and reused.

Include the following work: 1. Clean all of the car sling equipment, removing all dirt and debris. 2. Paint all of the car sling equipment. 3. Adjust the brace rods, as necessary. 4. Owner will not accept any additional charges in connection with repairs, replacements or

reconditioning of the safety equipment.

C. Guide rails: The existing car guide rails shall be retained in their present location. Check the security of mounting of the guide rails, provide any necessary fastenings as may be necessary to comply with the latest elevator code. Clean and paint the guide rails (except for the machined surfaces) and brackets.

D. Guides: The existing guide assemblies shall be retained and reused. Any damaged guides shall be brought to the attention of the Owner before reuse. Adjust the guide assemblies to provide proper guidance and safety of operation.

E. Buffers: The existing buffers under the car shall be retained and reused. Buffers must be

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 17

painted and reinstalled in present locations. No additional costs, associated with reuse of buffers or buffer support channels, will be accepted by the Owner.

F. Oil-Hydraulic Pumping Unit: Furnish and install a new oil-hydraulic pumping unit comprised of a

submergible type electric drive motor, submergible pump assembly, oil-control valve assembly, oil reservoir with cover and associated hydraulic piping materials. The following requirements apply to this unit: 1. A rubber isolated metal frame shall be provided for suspension of pump and motor, to

isolate the pump, motor and valve assembly components from the reservoir assembly. 2. The wiring from the motor and valves shall have devices on the conductors to prevent oil for

wicking out of the reservoir. 3. Provide a tight fitting cover on reservoir, with an accurate method of checking the oil level

without necessity of removing the cover. Modify the tank cover to accommodate a bracket for the fittings associated with the oil cooler inlet and outlet hoses, which connect with the reservoir.

4. Oil control valve shall be located inside the reservoir, under the tank cover, above the oil level in the tank.

5. Drain valve connection on reservoir for use if the tank requires drainage for cleaning or other maintenance.

6. Highly effective vibration isolation pads shall be mounted under each corner of the pumping unit. Thickness of the isolation under each corner of the tank assembly shall be at least 1.5 inches, using highly effective rubber and fabric materials designed to support the weight of a fully loaded reservoir.

7. Provide viscosity control feature to maintain minimum oil temperature by operating the pumping unit to warm the oil. Tank heaters are not acceptable. Provide dual thermostats, highly accurate thermostats, for oil viscosity control operation. Accuracy of the thermostats controlling the oil viscosity control shall be within 1.5 degrees +/- of the temperature in the bottom of the reservoir.

8. The pump and motor assembly shall be completely submerged in the oil supply in the reservoir. The quantity of fluid in the reservoir should be at least 25 additional gallons above the amount to safely and quietly move the elevator to the top landing.

9. Either inside or near the pumping unit, install two (2) highly effective sound and vibration isolation couplings in the oil pressure line. Sound isolation couplings shall be equal to ThyssenKrupp Elevator design no. 9814929, in every respect, with threaded pipe connections.

10. Either inside or near the pumping unit, install a highly effective hydraulic silencer unit that has dual rubber pad components inside the unit, for absorbing of vibrations and noise from the pump assembly. The design of the silencer shall allow for periodic replacement of the

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 18

rubber pads without removal of the unit from the hydraulic piping. Silencer shall be equal to ThyssenKrupp Elevator model no. 9817529, with threaded piping connections. Unit shall have bolts around the perimeter to control leakage and allow ease of maintenance. Silencer unit that does not meet these requirements is not acceptable.

11. Provide suitable connections for attachment of oil cooler hoses, in a professional manner, as well as the adjustable oil temperature thermostat assembly. Use an adapter plate, with suitable fittings, attached to the end of the reservoir tank.

12. Repaint the pumping unit assembly when work has been completed on the equipment.

G. Hydraulic Fluid Cooler: Furnish and install a fully automatic hydraulic fluid or oil cooler assembly in the elevator machine room, with suitable piping or hose connections to the pumping unit reservoir. The oil cooler shall be accurately, thermostatically controlled, to operate when the oil in the reservoir reaches a temperature that requires suitable cooling to allow the elevator to operate safely and properly. The pump, exchanger, motor starter and motor shall be a unitized design, providing approximately 26,000 BTU’s heat exchange capacity, and developed especially for elevator service. The pump shall be screw type, designed for efficient, quiet operation. Geared pumps are not acceptable. Include all necessary equipment to provide a fully functional system. The system shall be equal to the hydraulic oil cooler products manufactured by SIEM, available from Hydrastar, 3 Tice Road, Franklin Lakes, NJ 07417. Contact: Robert Coda, phone no. 201.485.7300, extension 307. Oil cooler assembly shall include the following features: 1. Shall include a manufacturer’s standard thermostat arrangement, which maintains

temperature within the following: a. Initiates cooler operation at approximately 90 degrees F, plus or minus 1.5 degrees F.

Suspend cooler operation when the temperature decreases to below 90 degrees. 2. Screw on filter which is rated at 20-25 microns of filtration. Provide two (2) spare filters, for

future use. 3. Provide a filter warning feature on the unit, which indicates the filter should be replaced. 4. Provide a bracket, with suitable fittings, which attaches to the reservoir wall for attachment

of the circulation hoses, and to protect them from damage caused by the tank cover. 5. Brackets or supports to attach the cooler assembly to the end of the pumping unit assembly.

H. Oil-Hydraulic Piping Components: Remove and replace the exposed hydraulic piping in the machine room and hoist way areas. New piping shall be schedule 80 type with screw type joints and forged steel fittings. The piping shall be sealed with “Expando” brand pipe joint compound to avoid leakage. Provide suitable pipe support stands or supports, for isolation of the piping from the building, walls, pumping unit and all other surfaces, with rubber at least 1“ thickness when compressed. The use of “Victaulic” or similar brand fittings shall be limited to no more

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 19

than one (1) in hoist way/pit area and one (1) in the machine room. Where clamp type fittings require utilization, they shall be new, and have new rubber gaskets or seals.

I. Pressure Line Shut-off Valves: Provide a new pressure line shut-off valve in the machine room,

and a new shut-off valve in the pit area, mounted adjacent to the pipe rupture valve. The pit shut-off valve shall have a sign which warns “Danger - This Shut-off Valve Shall Not Be Used for Testing.”

J. Pipe Rupture Valve: The pressure piping in the pit shall have a pipe rupture or over-speed valve, to be mounted as close as possible to the hydraulic cylinder. This valve shall be adjusted for proper operation and sealed, once the testing has been completed. The valve shall stop and hold the elevator if the valve detects an over-speed in the down direction. Install a visible seal on the valve assembly after final adjustments have been completed.

K. Hydraulic Cylinder Repair Work: Remove and replace the seals, packing and gaskets on the

hydraulic cylinder assembly. Check the entire surface of the hydraulic cylinder plunger to determine if there is any surface damage, which must be corrected or repaired by this Elevator Contractor. If the repair work does not correct the leakage, the remedial work is not considered as acceptable. Any leakage of more than 6 fluid ounces per month is not acceptable, and must be corrected by the Elevator Contractor.

Provide a drip line from cylinder to a new metal or plastic five (5) gallon weep collection container to be installed in the pit area near the cylinder.

L. Hydraulic Fluid: The existing hydraulic fluid shall be completely removed from the system,

including that which is in the cylinder, and completely replaced, as followings: 1. The existing fluid shall be captured, and disposed of in a lawful manner. Avoid spillage. 2. The system shall be filled with entirely new fluid, using mineral oil, petroleum based,

hydraulic fluid of high quality, containing suitable additives to enhance anti-foaming, anti-wear properties, and anti-oxidation of the fluid.

M. Elevator Operational Performance Requirements: This elevator shall be installed and adjusted

to provide the following performance standards: 1. The up-speed shall be 125 feet per minute, with no more than 500 pounds on the elevator. 2. The down speed shall be set at 140 feet per minute, with no more than 500 pounds on the

elevator. 3. The travel time, from floor to floor level in the up-direction, with not more than 500 pounds

on the car, shall be no more than 18.5 seconds. The time shall be measured from the time the elevator starts to move until the elevator stops at the next floor level.

4. The travel time, from floor to floor level in the down direction, with no more than 500 pounds on the car, shall be no more than 18.0 seconds.

5. Leveling speed of elevator: 15 feet per minute, both directions, with 500 pounds on the car platform, during operation with hydraulic fluid within the normal operating temperature

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 20

range. Floor leveling accuracy at each floor shall be within 3/16” in both directions of travel. Normal operating temperature range of fluid shall be 74 degrees to 100 degrees F.

6. Electronic Starter Adjustment and Function: Limit the maximum in-rush current to three (3) times the full load running current. This applies to elevator travel in down direction only.

7. Oil viscosity control temperature setting: The oil viscosity control feature shall commence heating the fluid in the event the temperature of the fluid lowers to below 73 degrees F. The fluid heating shall be suspended when the temperature reaches 75 degrees F.

8. Oil cooler setting: Oil cooler shall commence operation when the temperature reaches 90 degrees F.

N. Automatic terminal limits and directional limits: The existing equipment shall be completely

removed and replaced with new equipment that functions as needed to meet the new elevator code requirements and the project conditions. All metal work shall be painted.

O. Automatic self-leveling: The existing leveling devices and equipment shall be completely removed and replaced with new equipment that meets the new elevator code and requirements for this project. Self-leveling shall, within its zone, be within 3/16” of the floor level as it automatically levels into the floor, irrespective of the load on the car or the direction of travel. Any metal work in the hoist way shall be painted.

P. Door operator: The existing door operator shall be removed and replaced with completely new

harmonic motion type door operator equipment with the following design and features: 1. Heavy-duty gearless type, using harmonic motion design. Light weight, linear motion type

operator machine is not acceptable. 2. Heavy-duty drive motor, ½ horsepower alternating current type. 3. Precise encoder on the drive motor shaft. Operators that do not have encoders are not

acceptable. 4. Completely “closed-loop” design system. 5. Door position recognition. 6. Door velocity regulation. 7. Door motor current monitoring control and regulation. 8. Door closing pressure regulation. Set door pressure at 18 pounds. 9. Immediate door reversal shall occur if closing door is obstructed and door pressure of 18

pounds is exceeded for any reason. 10. Include elevator code required car door restrictor device to prevent opening car door more

than 4” when the car is outside the designated landing zone. 11. Include high quality car door clutch assembly, or suitable similar device, to unlock the hoist

way doors. 12. Door obstruction warning. If door opening is obstructed for 15 seconds (adjustable timer

design of 12 to 30 seconds), an audible warning shall occur and continue to sound until the doorway is cleared; however, doors do not attempt to close so long as the doorway is obstructed. When the door opening has been cleared, the door shall close at normal speed, with the audible sound continuing until the door is completely closed.

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 21

13. Door close watchdog: If the doors are closing, but do not completely close after a programmable time period, the doors will recycle open for twelve (12) times to try to correct the fault, before the elevator is automatically removed from service. The recycling program shall be adjustable for up to 15 times.

14. Door close assist: When the doors have failed to fully close and are in the recycle mode, the door drive motor shall have increased torque applied to possibly overcome mechanical or differential air pressure, and allow the door to close. Door close assist torque shall never exceed 28 pounds of pressure during any closing operation.

15. Door open time saver: If the car is stopping in response to a car call assignment (not coincidental call), the current door open time is changed to a shorter field programmable time when the electronic door detection system is activated by a passenger passing through the doorway.

16. Door time variable: When the car stops to respond to hall call only, the door time shall be reduced after the door detection device is activated and car-call button is pushed.

17. Operators without all of these features are not acceptable. 18. Door opening time, measured from door closed position, shall be 2.1 seconds. 19. Door closing time, measured from door open position, shall be 3.8 seconds.

Q. Door safety screen: Replace existing door protection with new detector device. The elevator car

doors shall be equipped with high quality Janus Panaforty electronic edge with standard features.

2.04 HOIST WAY ENTRANCES

A. Doors: The existing single panel, side-sliding, type doors shall all be retained and reused: 1. Furnish and install new components, as follows: door tracks, door hangers and rollers, door

interlocks, door interlock release mechanisms, door closers, and miscellaneous hardware. 2. After painting the rear side of all door panels and door edges, install or paint the appropriate

floor numbers on the rear of the door panels. 3. Provide new heavy duty door guide shoes (two per door panel), and fire protection tabs.

New guides shall be of the proper width for the existing threshold grooves. 4. The thresholds for the door guide shoes shall be thoroughly cleaned and polished. Remove

any burrs from grooves and top surfaces that might damage the new guide shoes. 5. Install new door bumpers to cushion the doors, and for quality performance standards. 6. Thoroughly clean the stainless steel surfaces using a suitable cleaning product designed for

stainless steel surfaces, in a professional manner.

B. Frames: The existing hoist way door frames shall be retained. The door frames shall receive the following work. 1. The frames shall be professionally cleaned of all soil and debris, by using a suitable stainless

steel cleaner and graining materials in a professional manner. 2. Check to verify that all frames have been suitably grouted on the rear side in order comply

with the fire code regulations. Elevator Contractor shall add any additional grouting, if necessary, to meet the fire code.

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 22

3. Replace any missing door frame identification plates matching the existing plates. All plates must meet the ASME A117.1 requirements in terms of contrasting colors. Pin the identification plates to secure them against unauthorized removal. The frame identification plates shall be manufactured by Entrada, Inc., using heavy cast stainless steel plates with black background finish. Paint the pins or countersunk screws to match the background color, using the same type of background black finish.

C. Headers, fascia, toe guards and dust covers: The existing headers, fascia, toe guards and dust

covers shall be retained and reused under this contract, with the following work: 1. The header equipment shall all be cleaned and painted as part of this contract, prior to

installing new door track assemblies. If the headers are replaced, the new headers must be at least 10 gauge thickness cold rolled steel with enamel finish.

2. The fascias, toe guards and dust covers shall be cleaned and repainted. Any of the equipment that is damaged shall be replaced with new materials under this contract.

3. Any additional equipment of this type, as may be needed, shall be included in the Elevator Contractor bid for this work.

4. All work shall comply with the elevator code.

D. Interlocks: The existing interlocks and interlock release mechanisms shall be removed and replaced with completely new equipment. All equipment shall meet the elevator code requirements. Adjust the equipment to provide safe, reliable operation.

E. Door hangers, tracks, relating equipment and door closers: The existing equipment in this category shall be removed and completely replaced with new materials. The following requirements shall apply: 1. Hanger rollers or sheaves shall be high pressure type rubber tires or polyurethane materials,

with sealed ball bearings to retain the grease. Rollers shall be designed for long life operation, and have corrosion resistant chassis.

2. Hangers shall be adjustable type, with roller type up-thrusts to control the distance between the roller and bottom of the door tracks. Adjust the up-thrust rollers to .005” clearance. Hangers shall be coated with corrosion resistant materials to retard deterioration. Hangers

shall be properly aligned with the door/track to prevent squeaking noises when the doors open and close.

3. Tracks shall be drawn or machined shapes, smooth surfaces and shaped to confirm to the shape of the hanger rollers. All tracks shall be suitably coated to resist rust or corrosion.

4. Provide all new door system relating cables, sheaves, adjusters, fasteners and other such components.

5. Provide all new heavy duty reel type door closer devices, designed for quiet operation. 6. Provide equipment with the required labels, as required by elevator code. 7. GAL brand heavy duty hangers, rollers, tracks, closers, interlocks, interlock release

mechanisms and related hardware, with rust and corrosion resistant coating applied at the factory. This firm is an acceptable vendor considering the door panels are already prepared for GAL brand products.

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 23

2.05 ELEVATOR ELECTRICAL CONTROL SYSTEMS

A. Motor controls: The elevator motor starter controls shall be microprocessor type, software oriented, suitably programmable to operate efficiently, and to reduce the in-rush current to approximately three (3) times the full load running current. The system shall also monitor phase reversal, line phase loss and a variety of other protective features that enhance the elevator equipment operating safety and service life.

B. Elevator single car control system: The existing electro-mechanical type elevator controller

system shall be removed from the elevator and completely replaced with new microprocessor based and software oriented equipment. The system shall operate in real time, continuously analyzing the position and condition of the elevator. Control of the elevator shall be by means of push-buttons located in the elevator, “up-down” pushbuttons at each intermediate floor and single call buttons at each terminal floor. The operation shall be single car type microprocessor type utilizing the latest state of the art technology especially designed for elevator controls to maximize the level of efficiency in serving the varying traffic needs in the building, while minimizing the passenger waiting and travel times. The elevator control system shall be capable of providing serial communications with the signal fixtures in the elevator car and at the landings. The elevator control system shall be fully capable of automatically resetting and resuming normal operation after a power failure, unless the system has been damaged by the power failure, or an electrical overload has been tripped. Controller design features shall be equal to ThyssenKrupp Elevator TAC 32 or Otis 211. Controller cabinet design and finish shall match the requirements listed hereinafter. Additionally, include the following features in the new elevator control systems: 1. Meet all requirements of ASME A17.1-2004 Safety Code for Elevators, and all published

addenda. 2. Main floor coverage during light duty traffic. 3. Independent service operation, from key switch in car service cabinet. 4. Emergency power operation features, operational delays for power transfer, and other

emergency power features. This is for future operation, as elected by the Owner. 5. Emergency lowering system, using a gel-cell battery system to lower the elevator to the

bottom landing in case of power failure. 6. Landing mounted lantern operation, including electronic chime operation. 7. Firemen’s recall, Phase 1 & Phase 2. Include feature that flashes the firemen’s jewel in car

panel and main floor stations when smoke or fire is in the machine room or hoist way areas. 8. Door operator control interface. 9. Digital car and landing position indictor indicators, plus direction arrows. 10. Emergency recall operation feature, with special key switch at main floor location. Cancels

car and landing calls on first available car, returning car to main landing for emergency use only.

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 24

11. Floor passing chime. 12. Door obstruction signal, with audible sound, shall function entirely without door closure

until doorway is cleared of obstructions, during the normal nudging period. 13. Cab lighting control alert system shall signal the cab lighting control system that it is safe to

turn off the lighting and cab exhaust blower. Controller shall provide a “safe signal” to alert the “lite wizard” to extinguish the lighting and blower. When a landing call is placed, the cab lighting and exhaust blower shall be re-energized.

14. Controller shall have hinged door(s). Controllers without hinged doors are not acceptable. 15. Controller shall have cooling fans, where appropriate for conditions. 16. Controller shall be designed for wall mounting or access from one side only. 17. Controller shall have a baked-on, factory applied finish on the enclosure and door.

Galvanized metal controller panels are not acceptable. 18. Oil viscosity control system to operate the pumping unit for warming the hydraulic fluid.

Electronic controls and digitally controlled accuracy for thermostats is required. 19. Hoist way access switch operation and controls, top and bottom landings. 20. Design the control system for three (3) landings. 21. Any other features required by code or appropriate project conditions.

C. Top of car inspection station: Completely new elevator code approved car top inspection station

shall be installed on the top of the elevator cab. The station shall contain all of the necessary operating devices required by code. Provide two (2) car top lights, for illuminating the work area. One (1) light shall be mounted on a self coiling cord arrangement. Car top station shall be mounted for easy access without the need to get on the car top to gain control of the car. Lamps for work lights shall be compact fluorescent type equal to 150 watts output. Suitable lamp guards are required. Include a duplex type GFCI protected electrical outlet.

D. Hoist way access control: New elevator system shall include new hoist way access control at top and bottom landings. Key switch shall be in cab mounted service cabinet, plus at top and bottom landings, located in the call stations. Comply with all code requirements for hoist way access control operation.

2.06 ELEVATOR OPERATING AND SIGNAL DEVICES

A. Car operating station or panel: The existing car operating panel shall be removed and completely replaced with all new equipment of the following design: 1. Full height, extra wide, applied panel type, stainless steel panel, with heavy duty hinges,

vandal resistant screws for security and with suitable adjustments to alleviate rattles and warping. Design the applied panel type operating panel to permit a custom design appearance. Install a suitably sized recessed metal box to enclose the signal devices behind the cover plate. Swing plate type cover is not acceptable.

2. Incorporation of all new floor selection buttons, arranged in a vertical line. Buttons shall be vandal resistant type, polished stainless steel, with positive stops and center jewels for illumination with red LED lamps.

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 25

3. Lower portion of operating panel shall have door control buttons, keyed stop switch and alarm button. Alarm button shall have a center jewel that illuminates red when button is pushed.

4. Electronic chime to indicate passing of floors. 5. Provide an elevator car overload jewel and audible alarm. 6. Upper portion of the control station shall contain a tight fitting stainless steel cabinet door

covering the firemen’s control buttons and features. Door shall have a lock that meets the latest fire code requirements. Phase II operation instructions shall be laminated to interior of the cabinet door.

7. Include firemen’s jewel that flashes when fire or smoke is in the machine room or at a landing.

8. Include engraving for elevator serial number at the top of the panel. 9. Below the elevator number, locate a digital type car position indictor and direction indicator

in a flush mounted design with red plastic lens. 10. Near the top of the panel, locate a no smoking sign, engraved in words and the international

symbol. 11. Below the operating buttons, locate the hands-free emergency telephone device, mounted

behind the front return panel. Include an indicator light and flush mounted instruction plate for operating the phone. The phone shall be Rath-Microtech brand, model and type of communication system, which fully complies with the equipment currently being installed by Telecommunications Department, Florida State University. Verify the design requirements prior to purchase of the phone equipment.

12. Below the emergency telephone device, provide an elevator service cabinet with a tight fitting stainless steel door. Cabinet door shall be large enough to contain a completely flush mounted, clear, Lexan brand certificate cover large enough to accommodate the State of Florida elevator operating certificate of standard size. Door shall have a suitable keyed lock. Cabinet shall contain the following items: a. Keyed independent service switch. b. Keyed light switch. c. Keyed three position exhaust blower switch. (off-low-high) d. Keyed hoist way access switch. e. Keyed emergency light test switch. f. Any other project requirements.

13. Duplex type, gray colored, GFCI protected, grounded, electrical outlet in the lower portion of the car operating panel. Attach flush mounted outlet from rear of the panel.

14. Provide engraving for elevator lifting capacity in both pounds and number of people. 15. All markings shall be fastened from the rear, and be easily replaceable if they become

damaged. No markings shall appear to be surface mounted type.

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 26

16. No exposed fasteners shall be used on car operating panel. 17. Stainless steel panel shall be type 304, with no. 4 satin finish. All buttons shall be polished

stainless steel materials. 18. All display lamps shall be high intensity LED type. 19. Swing type front return panel, when completed with all operating devices and features, shall

be of professional design, heavy duty quality, and shall fit-up well in the elevator cab structure.

20. Any additional features as may be required to meet the ASME A17.1-2010 Safety Code. 21. Provide spare components as listed separately in these specifications.

B. Car arrival lanterns: New car arrival lanterns shall be furnished and installed above each landing

opening. The design shall be include stainless steel, vandal resistant covers, and include an electronic chime and high intensity brilliant white and brilliant red LED lamps. Chimes shall sound one (1) time for up traveling car and two (2) times for down traveling car. Audible chime sound level shall be easily adjustable by the elevator maintenance technicians. The existing lantern boxes can be retained and reused, if location and box size is suitable for continued use. Cover plates shall be held in place with countersunk spanner head screws of matching material. Combine a digital type car position indicator, with direction arrows, at the bottom landing, in the fixture location already used for that purpose.

C. Landing stations: All of the existing landing stations shall be removed and replaced with new

slim line type, easy riser design, landing stations designed as follows: 1. Provide one (1) riser of signal fixtures at each landing, located adjacent to the hoist way door

frames. 2. The type 304 stainless steel cover plates shall be large enough to incorporate all of the

features to be included in the stations. Cover plates shall be constructed of at least 12 gauge thickness, with the edges and corners slightly smoothed to remove sharpness.

3. Provide durable plastic inserts, in the upper portion of the stations, indicating the code approved warning regarding using elevators in the event of fire or other emergency. Includes pictograph and lettering, as required. Provide additional metal backing support on back side of plastic inserts to reduce breakage due to vandalism.

4. Call buttons shall be vandal resistant, polished stainless steel, with center jewels with LED lamps, and positive stop action.

5. Firemen’s recall, Phase I operation, using latest Florida code approved key lock assembly. Include required instructions for operation, inset into the cover plate using a durable plastic insert with reinforced metal backing plate to reduce failure from vandalism.

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 27

6. Include the firemen’s jewel that flashes when the fire or smoke is in the machine room or hoist way areas. Vandal resistant design is preferable.

7. All lamps shall be high intensity LED type. 8. Provide digital car position indicators in landing station for all floors other than main floor. 9. Use countersunk, matching materials, vandal resistant screws to secure the covers. 10. Locate the height of the stations to comply with current code requirements. 11. Provide an emergency call key switch in the main landing station that can be used to call an

elevator in a medical emergency situation. Key switch shall be same as independent service switch key.

12. Hoist way access switches at top and bottom floors, in landing stations. 13. Provide any additional features as required for this project or elevator code. 14. Fixture design shall include serial communication features. 15. Metal boxes must meet all labeling and space requirements. 16. Work with the FSU Communications Department for connection of the landing mounted

card reader, intended to restrict use of the elevator to those with student or staff identification cards.

D. Emergency key box: A new key box shall be mounted in the elevator machine room. The box shall be extremely heavy gauge materials, designed to be highly vandal resistant, and securely bolted to the wall. The cover shall be hinged, and contain a lock of the type that is used on the phase II firemen’s control box in the elevator cabs, if possible. This box shall contain a copy of all keys used in connection with the elevator operation, and accessible to fire department only. Include wording on the cover plate indicating the following –“ELEVATOR KEYS – FOR FIRE DEPARTMENT EMERGENCY USE ONLY.”

2.07 ELEVATOR CAB ENCLOSURE

A. Elevator cab: The existing elevator cab structure shall be completely renovated with new cab finish materials, with the following design and features: 1. Three (3) walls of the elevator cab shall be faced with Rigidized Texture 5-WL # 4 stainless

steel, 18 gauge, as a 36” high wainscot. 2. Three (3) walls, from the tops of the 36” high wainscot, up to the canopy of the elevator cab,

shall be covered with new standard grade flat plastic laminate, mounted on the same plane as the materials shown in item no. 1 above. The joint between the stainless steel and laminate plastic shall be provided with a suitable matching stainless steel trim to protect the joint edges from damage or sharpness.

3. Provide 2” by 3/8” solid type 304, no. 4 satin finish, stainless steel, flat bar type, handrails on

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 28

each of three (3) walls. The ends of the rails shall be returned towards the walls. Provide adequate supports to permit the rails to support at least 500 pounds of force on each rail.

4. The transom header, front return panel, and entrance column shall be covered with matching # 4 finish stainless steel, grade 304, at least 18 gauge.

5. The cab ceiling and lighting shall be as follows: a. Ceiling area shall be covered with standard grade, matt white laminate plastic, including

the finish on the exit hatch. b. Ceiling shall have a top emergency exit, neatly covered to plastic laminate without

obvious joints. An electrical switch shall be mounted on the top side of the opening to prevent elevator from operating unless the exit panel is closed and locked.

c. Include two (2) semi-flush mounted lighting fixtures in the ceiling, sized at 2’ X 2’ using long life type LED lamps, with approximately 2500 kelvin rating cool white output. Lighting shall have an aluminum welded perimeter frame. Lighting shall be centered on the ceiling. Lighting shall be low voltage type, equal to the LED lighting products manufactured by ECI, Cape Canaveral, Florida.

d. Incorporate emergency lighting into the low voltage ceiling lighting system. e. Lighting and exhaust blower shall be controlled by Electronics Control Incorporated

control device, “lite wizard,” which shall automatically turn off the car lighting and exhaust blower after ten (10) minutes of idle time. Lighting and exhaust blower shall be automatically restored after a landing button is pressed.

6. Base area around the three (3) sides of the cab, shall be reinforced with a 304, satin finished, 12 gauge stainless steel strip, approximately 5” high, attached in the field with high quality industrial grade stainless steel materials.

7. Cab door shall be replaced with a new door constructed entirely of stainless steel materials. Door shall have suitable reinforcement internally, construction shall be sandwich type door design, and equipped with two (2) door guide shoe assemblies.

8. Retain the existing threshold on the platform. 9. Provide a new two (2) speed exhaust blower, with at least 400 cubic feet per minute

capacity on high speed. Propeller fan is not acceptable. Exhaust blower shall automatically shut off when lights shut off automatically. Provided a matching white enamel finished grillwork for the exhaust blower.

10. Completely flush mounted certificate holder incorporated into service cabinet door of the car operating panel. Holder must accept standard size of State of Florida operating certificate.

11. Emergency telephone device shall be Rath Microtech, model no. 2100-967DVCA. Prior to purchase of the equipment, Elevator Contractor shall verify the model number by contacting Telecommunications Department of Florida State University. Incorporate into car panel.

12. Provide high quality, vinyl material, protection pads and stainless steel pad buttons. Install

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 29

buttons with screws coated with “Loctite” no. 290 tread sealer material to prevent removal without appropriate tools. Pads shall also cover the front return panel, in which cutouts shall be provided for operating devices.

13. Provide stainless steel type 304, with no. 4 satin finish, for all cab interior work. 14. Provide any additional features as required by elevator code. 15. Clean and polish the entire elevator cab prior to acceptance. 16. Furnish and install new cab flooring materials specified elsewhere. Flooring shall be Nora

rubber tile flooring of the highest quality, as selected by Owner. 2.08 ALARM BELL SYSTEM

A. Furnish and install new alarm bell system, to be provided on the elevator car. Provide system with dependable battery powered back-up system, as required by the elevator code.

2.09 CAR TOP RAILING SYSTEM

A. As required by current elevator code, furnish and install new car-top railing system for added protection for elevator technicians while working on the car top. Comply with all code requirements. Railing shall be free from rattles and squeaks.

2.10 PIT ACCESS LADDER

A. Furnish and install new pit ladder that extend at least 48” above the lowest landing. Ladder shall meet all requirements for that location and application.

2.11 ELEVATOR ELECTRICAL WIRING AND WORK REQUIREMENTS

A. Furnish and install all new electrical wiring conductors, cables, traveling cables. Install new NEC approved conduit, conduit fittings, electrical pull boxes, raceways and duct work were needed.

Elevator Contractor is permitted to reuse serviceable existing electrical conduit and electrical ductwork only, provided:

1. The materials are in the proper location for continued use. 2. The materials have not been damaged, and are unsuitable for continued use. 3. The materials meet the current NEC and ASME A17.5 rules and requirements. 4. The installation was neatly installed, and currently has a professional appearance. 5. Electrical equipment may not be reused if it is removed or relocated during the elevator

renovation.

B. Provide highest quality electrical conductors for elevator use, including that used for hoist way

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 30

and machine room wiring. The traveling cables shall be round design. Include at least 25% spares in all locations, including traveling cables, machine room wiring, hoist way wiring, and car wiring.

C. Include multiple Cat. 5 or 6 cables in the traveling cables for future use when security cameras, audio and other security devices are installed.

D. Provide suitable cables, with spare conductor cables, for telephone cables, emergency intercommunication system and other appropriate conductors, as required for the project.

E. All mechanical and electrical equipment must be suitably grounded under this contract.

F. Include new pit stop switch, located in the required location near the access ladder.

G. All electrical wiring in signal fixture locations, in controllers and other such locations shall be

neatly installed, tied and left in professional manner. Spares shall be bundled, tied and marked accordingly.

H. Coordinate and work with the FSU Communications Department, during the installation of the surface mounted landing mounted, card readers for landing call registration.

2.13 SPARE PARTS

A. Provide the following spare parts to the Owner at the conclusion of the installation work on this project: 1. Complete set of car operating buttons and electronic modules. 2. Complete set of markings for handicapped persons, for elevator car. 3. One (1) certificate holder Lexan cover. 4. One (1) of the position indicator lens covers, each size on the job. 5. Twelve (12) independent service keys. 6. One (1) ceiling lighting fixture lens frame. 7. Two (2) lenses for the cab lighting fixture. 8. Two (2) sets of all exposed jewels in car and landing stations.

PART 3 – EXECUTION 3.01 EXAMINATION

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 31

A. Before fabricating the equipment or commencing elevator installation work, inspect the complete hoist way and equipment, platform dimensions, machinery to be reused, pit area and machine room, as constructed or modified, verify all critical dimensions, and examine supporting structures and all other conditions under which elevator work is to be installed or performed. Do not proceed with the elevator installation/renovation work until all conditions have been reviewed and evaluated.

B. Installation constitutes acceptance of existing conditions and responsibility for completely satisfactory performance.

3.02 INSTALLATION

A. Install new elevator system components, and incorporate the equipment that is being retained and reused, in a completely satisfactory installation. 1. Work to be performed by completely competent, fully trained elevator installation

personnel in accordance with the requirements of ASME A17.1, elevator manufacturer’s installation instructions and approved shop drawings. All elevator mechanics working on this project shall hold current State of Florida “Certificate of Competency” and “Certified Elevator Technician” license cards. The use of “temporary or probationary” mechanics to perform work as an elevator mechanic is not acceptable on this contract.

2. Comply with the National Electrical Code and ASME A17.5 for elevator electrical work

required during installation of this equipment.

B. Perform work with skilled workmen under the direct control and supervision of the Elevator Contractor’s experienced foreman and superintendent. The Owner and Elevator Consultant shall reserve the right to interview all employees assigned to work on this project, and require that any unsuitable employees, in their sole opinion, be removed from the site.

C. Supply in time for installation by any other trades, any materials that are to be connected or otherwise incorporated into this project. Adhere to scheduling requirements.

D. Mount all moving elevator components on vibration absorbing mounts, designed to effectively prevent the transmissions to the structure, and eliminate sources of structure borne noise from the elevator system.

3.03 FIELD QUALITY CONTROL

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 32

A. Acceptance testing: Upon completion of the elevator installation work, and before use of the elevator equipment, performance acceptance tests are required to demonstrate that the equipment will sustain and lift the loads for which the elevator was initially designed. Test weights are required to perform these tests, and must be used to demonstrate the performance, in the presence of representatives of the Owner and Elevator Consultant, and a State of Florida licensed CEI (QEI) elevator inspector. Elevator inspector shall not be a former or current employee of the Elevator Contractor.

B. Advise the Owner, Elevator Consultant and CEI licensed elevator inspector at least seven (7) business days in advance of the date and time the testing is to be performed on the elevator equipment.

3.04 ADJUSTING WORK

A. Make all necessary adjustments of the operating devices and other such equipment to ensure elevator equipment operates smoothly and accurately. This work should be performed prior to performing the required tests and evaluations. Provide documentation that all load, safety, buffer and other tests have been performed in the presence of a certified elevator inspector.

3.05 CLEANING

A. Before final acceptance, remove all protective materials from the finished surfaces, including the plastic sheeting. All of the elevator equipment must be cleaned prior to Final Acceptance.

B. At completion of the elevator work, remove all tools, equipment, surplus materials and the like from the site. Remove all trash and debris during the clean-up. Thoroughly clean up all oil spills and residue.

3.06 DEMONSTRATION & TRAINING OF OWNER’S PERSONNEL

A. Instruct the Owner’s personnel in the proper use, operations and regular daily maintenance of the hydraulic elevator system. Provide information on the procurement of required materials associated with the routine maintenance of equipment and surfaces. Advise the Owner’s Personnel on the work that is required to keep the elevator equipment functional and long-lasting. Provide at least four (4) hours of training (not including travel time), by a fully trained instructor, to the Owner’s selected personnel.

B. Make a final check of the elevator operation, with the Owner and Elevator Consultant’s

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 33

personnel present, immediately prior to scheduled completion and Final Acceptance. 3.07 TURNOVER OF DOCUMENTS, TOOLS AND OTHER SUCH REQUIREMENTS

A. The Elevator Contractor shall turn over the previously specified documents and other project required materials.

B. The documents shall be provided to the Owner prior to Final Acceptance of the work.

C. Provide at least twelve (12) sets of all elevator keys to the Owner, except for the elevator door keys. Only six (6) hoist way door keys are to be provided.

3.08 COMPLETION DATE

A. The installation is not considered complete until the complete project has been considered to have been performed in a first-class, professional manner, and is completely acceptable to the Architect, Owner and Elevator Consultant. Further, all adjustments, load tests, performance tests and punch-lists must be completed. All required documents, special tools, archival information and the like, must be turned over to the Owner prior to establishing the final completion date.

B. The Owner, Elevator Contractor, Architect and Elevator Consultant must be in agreement as to the completion date and date the warranty and maintenance service shall commence.

3.09 ELEVATOR SCHEDULE

A. Number of elevators – One (1) National Elevator Corporation brand elevator to be modernized.

B. Elevator type – Electric Oil-Hydraulic passenger elevator.

C. Speed – Approximately 125 feet per minute. Set down speed at 150 feet per minute, in down

direction, with 500 pounds on the elevator.

D. Capacity – 2,400 pounds.

E. Control system – programmable, microprocessor type, all as specified herein.

F. Car size – approximately 5’-5” wide by 6-0” front to back. Elevator Contractor shall verify the

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 34

exact dimensions platform dimensions prior to developing the shop drawings and fabricating equipment.

G. Travel distance – retain the existing travel distance of approximately 38’-6”. Elevator contractor

shall measure the exact distance prior to bidding the elevator work.

H. Number of floors served – three (3) existing floors.

I. Number of openings served – three (3), all in line on front of elevator.

J. Door type – Single slide, side-sliding, 3’-0” wide by 7’-0” high.

K. Power supply – primary supply voltage is 480 volts, three phase, 60 cycles. Elevator Contractor shall verify the primary three phase voltage prior to fabrication of the equipment.

L. Elevator cab design – specifications as contained herein. Elevator Contractor shall verify the car platform size and car frame height prior to development of renovation work shop drawings for approval.

M. Warranty and maintenance period – twenty-four (24) months after completion.

N. Work at end of warranty and maintenance period – refer to paragraph 1.07, A, 13, for additional

requirements.

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 35

BONDS & INSURANCE 1. Bid Bonds The Bid Bond must be written by a Surety Company acceptable to the Owner and signed by a Florida Licensed Resident Agent who holds a current Power of Attorney from the Surety Company issuing the Bid Bond. 2. Payment & Performance Bonds For all projects in excess of $100,000 the Contractor shall furnish the Owner with a State of Florida 100% Labor and Materials Payment Bond and a Performance Bond. The cost of the Bonds shall be borne by the Contractor. Projects of $100,000 or less are exempt from the requirement to provide such Bonds. For projects requiring Payment and Performance Bonds, the Owner will provide to the Contractor a “Notice of Intent to Award Contract”. This Notice may be provided by email or letter and will instruct the Contractor to immediately acquire the Bonds for the project. Payment and Performance Bonds shall be acquired by the Contractor and submitted within 10 calendar days of the Notice of Intent to Award Contract, and must be received and accepted by the Owner prior to issuance of the Construction Contract Purchase Order. The Bonds must be written by a Surety Company acceptable to the Owner (see B-15) and signed or countersigned by a Florida Licensed Resident Agent who holds a current Power of Attorney from the Surety issuing the Bonds. The Bonds shall be accompanied by a duly authenticated or certified document, evidencing that the person executing the Bonds in behalf of the Surety had the authority to do so on the date of the Bonds. In the usual case the conferring of that authority has occurred prior to the date of the Bonds, and the document showing the date of appointment and enumeration of powers of the person executing the Bonds is accompanied by a certification that the appointment and powers have not been revoked and remain in effect. The date of that certification cannot be earlier than the date of the Bonds. The Bonds shall not be dated earlier than the Agreement. 3. Liability Insurance A current copy of the Contractor’s Certificate of Liability Insurance must be provided to the Owner prior to issuance of the Construction Contract Purchase Order. B-15 SURETY COMPANIES ACCEPTABLE TO THE FLORIDA STATE UNIVERSITY The surety for the Bid Bond does not necessarily have to be the same as for the Labor and Materials Payment and Performance Bonds. 1. Bid Bonds. To be acceptable to the Florida State University as Surety for Bid Bonds, a Surety Company must meet the following requirements at the time the Invitation to Bid is issued:

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 36

a. Be in good standing with the Florida Department of Insurance. b. Be authorized or approved to do business in the State of Florida. c. Be authorized to write Surety Bonds in the State of Florida. d. Have twice the minimum surplus and capital required by the Florida Insurance Code. e. Be in compliance with all other provisions of the Florida Insurance Code (no violation). f. Hold a current valid certificate of authority issued by the United States Department of Treasury under SS 31 USC 9304-9308. 2. Performance and Labor and Materials Payment Bonds To be acceptable to the Florida State University as Surety for Performance and Labor and Material Payment Bonds, a Surety Company must meet the following requirements at the time the Invitation to Bid is issued: a. Be in good standing with the Florida Department of Insurance. b. Be authorized to do business in the State of Florida. c. Be authorized to write Surety Bonds in the State of Florida. d. For projects for which the contract amount is $500,000 or less: (1) Have twice the minimum surplus and capital required by the Florida Insurance Code. (2) Be in compliance with all other provisions of Florida Insurance Code (no violation). (3) Hold a current valid certificate of authority issued by the United States Department of Treasury under SS 31 USC 9304-9308. e. For projects for which the contract amount is $500,000 or greater: (1) The Surety Company shall have been in business and have a record of successful continuous operation for at least five years, unless this provision is expressly deleted by addendum or by the Special Conditions to this Project Manual; and (2) Except for asbestos abatement contracts, for which a B rating is acceptable, the Surety Company shall have at least the following minimum ratings: CONTRACT AMOUNT BEST RATING REQUIRED FINANCIAL SIZE 500,000 to 749,999 A Class V 750,000 to 999,999 A Class VI 1,000,000 to 1,499,999 A Class VII 1,500,000 to 9,999,999 A Class VIII 10,000,000 or more A Class IX LISTING OF SUBCONTRACTORS Each Bidder shall submit with the Proposal a full and proper list of the subcontractors who will perform the work for each Division of the Specifications as indicated by the List

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 37

of Subcontractors Form contained in these specifications. The Bidder shall have determined to the Bidder's own complete satisfaction that a listed subcontractor has been successfully engaged in this particular type of business for a reasonable length of time, has successfully completed installations comparable to that which is required by this Agreement and is qualified both technically and financially to perform that pertinent subcontract for which the subcontractor is listed. Subcontractors shall be listed in such a way that their identities may not be confused with other subcontractors doing business under the same or similar name. The street address or telephone number or the registration or certification number may be given on the Proposal form for this purpose. If subcontractors will not be used and if the contractor is qualified to do listed work, contractor shall state in the proposal "subcontractor will not be used" on the appropriate line. In some instances, the Bidder may wish to divide a listed Division and award the subcontract to more than one subcontractor. In these cases, the Bidder must indicate on the List of Subcontractors Form that the Division has been divided, and note the subdivisions together with the proposed subcontractors in the spaces provided. Within 7 days after the Notice of Award the low Bidder shall confirm in writing subcontractor license registration or certification numbers, and in the event that the subcontractor is a corporation, the state corporate charter number shall also be noted. If the subcontractor is an out of state firm, the charter number with the Secretary of State to do business in the State of Florida should also be noted. After the reading of the Proposals, no change shall be made in the list of subcontractors, before or after the award of a Contract, without full justification and unless agreed to in writing by the Owner. PREPARATION AND SUBMISSION OF BIDS Each Proposal shall be submitted on the form contained in the bid prices shall be indicated thereon in proper spaces, for the entire Work and for all Alternates. In the event of a discrepancy in the bid amount on the Proposal between the numeric and written quotes, the written amount will govern. Each Proposal must give the full business address of the Bidder and state whether it is an individual, corporation or partnership. Proposals by a corporation must be signed with the legal name and seal of the corporation followed by the name of the state of its incorporation and the manual signature and designation of an officer, agent or other person authorized to bind the corporation. BID MODIFICATIONS: Bid modifications will be accepted from Bidders, if addressed as indicated on the Proposal Form and if received prior to the Opening of Bids. No bid modification will be accepted after the close of bidding has been announced. Modifications may be in the form of telegrams or may be indicated in the modification space provided on the Proposal Form.

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 38

IMPORTANT NOTE: Modifications indicated on the outside of the sealed bid envelope and unsigned modifications will have no status and will not be a consideration of the bid award, but will not serve to disqualify the Bidder. Modifications to a bid will be read by the Contract Administrator during the reading of the formal bid. WITHDRAWAL OF BIDS Bids may be withdrawn on written request to the Contract Administrator and must be received from Bidders prior to the time of posting the Notice of Award. Further, the University reserves the right to reject a request for the withdrawal of a bid received after the posting of the Notice of Award as the best interest of the University may dictate DISQUALIFICATION OF BIDS By submittal of a Proposal, a Bidder professes not to be disqualified from bidding State work nor under suspension resulting from conviction of contract crime including any act prohibited by state or federal criminal law which involves fraud, bribery, collusion, conspiracy, violation of state or federal antitrust laws, or material misrepresentation committed in any federal or state jurisdiction with respect to public contract. More than one bid from and individual, firm, partnership, corporation or association under the same or different names will not be considered. Reasonable grounds for believing that a Bidder has an interest in more than one Proposal for the same Work will cause rejection of all Proposals in which such Bidders are believed to have an interest. Any or all Proposals will be rejected if there is reason to believe that collusion exists among the Bidders; participants in such collusion will be subject to disqualification procedures pursuant to rule 6C-14.022, F.A.C. Proposals containing prices that are obviously unbalanced may be rejected by the Owner. Falsification of any entry made on a Bidder's Proposal will be deemed a material irregularity and will be grounds for rejection. REJECTION OF BIDS The Owner reserves the right to reject any and all bids when in the opinion of the Owner such rejection is in the interest of the State of Florida. BID PROTEST To be considered, a bid protest must be received by the Associate Vice President for Administrative Affairs, Room 116 Mendenhall Building ‘A’, Florida State University, Tallahassee, Florida 32306-4149, as provided in Section 120.53 Florida Statutes. Failure to file a notice of protest in this manner shall constitute a waiver of the Bidder's right to proceedings under Chapter 120, Florida Statutes. CONTRACT AWARD The Contract will be awarded by the Florida State University to the lowest qualified Bidder provided the bid is reasonable and it is in the best interest of the Owner to accept it. The contract award will be made to that responsive Bidder submitting the low aggregate bid within the pre-established construction budget. The aggregate bid shall consist of the base bid plus accepted additive alternate bids, or less accepted deductive

HOUSEWRIGHT MUSIC BUILDING, ELEVATOR NO. 27076 FLORIDA STATE UNIVERSITY

DCSI 06/11/2012 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR MODERNIZATION 14220- 39

alternate bids. If the base bid exceeds the amount of the pre-established construction budget, the Owner may reject all bids. SPECIAL CONDITIONS Bidders shall be thoroughly familiar with the Special Conditions and shall strictly adhere to their requirements.

The Florida State University Facilities Operations and Maintenance Purchasing Agent 114F Mendenhall Building A Tallahassee, Florida 32306-4150 P: (850) 644-7639 F: (850) 644-5071

BIDDER PRICE SHEET BID NUMBER: FAC004-12

DATE: July 31, 2012 LOCATION: FSU, 969 Learning Way, 114 MMA

TIME: 2:00 p.m.

PROJECT: Elevator Modernization Housewright

____________________________________________________ COMPANY NAME ____________________________________________________ CONTACT PERSON _________________________ / _________________________ PHONE NUMBER FAX NUMBER ____________________________________________________ E-MAIL ADDRESS BASE BID: _________________________ ____________________________________________________ Print Individual or Firm Name (Apply Seal if Corporation) SIGNATURE: ________________________________ TITLE: ______________________________________

BID NUMBER

IFAC004- 12

UNIVERSITY MAI LIN G DATE

7/6/1 2

FLORI DA STATE UNIVERSITY

INVITATION TO BID BI DDER ACKNOWLEDGEMENT FORMBID TITLE

Elevator Modern ization Housew right Submit

Proposal To:

Florida State University FO&M Purchasing 114 Mendenhal r Bldg A Tallahassee, FL 32306 ATTN: BJ Lewis, (850)644-7639

BIDS WILL BE OPENED AT

July 31, 2012 em2:00p.m. ! FSU. Facilities, 969 Learning Way, room 114MMA and may not be with drawn within 45 days aftor such date and time.

CORPORATE CHARTER NO. F . E.I . O.lS . S .NO.

1--------------'-------------;F£AS:NRRNJBD

I cer ty th at this bId is ma de without prior unde rstandi ng, agreem ent, or connection with any corporatJOn, firm or person

submitting a bid for the same ma tenals, su pplies or eq uipment, and is in all respects fair and without colluSIOn or frau d. I agree to abide by all conditions of th is bid and certJfy th at I am authorized to sign th is bid for the bidder and Illat the bidder

;s in compliance with all req uirements of the Invita tion to Bid, including but not limited to cet1ificatlon reqUirements. In sub­

miffing a bid to the Florida State University , the bidder offers and agrees that If the bid IS accepted . the bidder Wlf1 convey.

sell, ass ign or transfer to the Florida St ate University al l nghts, tllie and mterest In and to ail cau ses of act ion It may now Or

hereafter acquire under the Antl-trust laws of th e United States and the State of Florida for price fiXing rela ti ng 10 the par­

ticula r commodllJes or services pu rchased or acquired by the Florida State Universi ty . At the University'S disc.re tlOIl I such

assignment shall be made and become effective at the lime the University tenders final payment to the bidder

Bids not rocojvad .t the exact above loeation, by the appointed hour and dale, wi ll no be

considered

IDE LI VERY WILL BE CASH DISCOUNT TERMS

AREA CODE ITELEPHONE NO. ITOLL-FREE NO.

AUTHORIZED SIGNATURE (MANUAL)

AUTHORIZED SIGNATURE (TYPED) TITLE

GENERAL CONDITIONS

BID SUBMISSION. All bids must contain this Acknov.1edgement Form w,th a manuat Signature (or a facs,mlle) in the appropriate space above. Bid responses must be typed except for those areas where th e bid speCifi cally

allows hand writte n entries. If submitted by mall. do not Include more than one bid in an envelope The fa ce of

the envelope shall contaIn the above address, the date and trm & of the bid opening and the bid number Bids not

submitted on any attached bId form or In another speCified media may be rejected Any manual changes made

to a bId price must be Inlhaled . Al l bids are subject to the condItIons speCified herein . Any bid that does not

comply Wi th these condition wil l be rejected.

1. BtD DELIVERY. Bids must be del,vered and avaitabte to be publicly displayed at the address, date and time specified above unless the bid specjflcally sta tes otherwIse The clock in th e lobby of the Purchasing

Depa rtment shaH be the offloa! ti mepiece far detemil'llng jf a bid has been received in a tunely manner Bids

'llrtuch for any reascn are not available at this location at the prescribed lime and date, will not be conSIdered.

1\ IS the bidders responsibIlity to assure that hiS bid IS delivered on the correct dale and time and at the spec­

Ified location. If the bid speCifications specifically aHow submission by fax, the date and lime printed on the

copy of the bid received in the Purcha Sing Department WIll be the official date and ti me of the bid's rece ipt

Delivery of a bid document to the UniverSity Po st Office or any other place on the Umverslty campus IS not

acceptable. Timely delivery of the bid ilseil to the specified location is required. Offers by telephone are not

acceptable under any Circum stances.

2. NO BID SUBMtTIED: It not submitt ing a bid, respond by retum,ng only thIS acknowledgement form \V,tI1 the statement, "NO 810" written on It and a bnef explanation In the space proVIded above FaIlure to respond to

an Invita tion to Bid by not returnin g a bid or thIS acknowledgement form sh all result in removal of your fir

from the University's Bid/Proposal file. To qualify as a respondent , bidder must submi t a "NO BID" dnd it must

be received no later than the stated di splay date and time

3. TABULATION: Bid tabulations will be furn ished upon wntten reque st with an enclosed, se!f· addressed,

stamped envelope In accordance With s.1 19 07(3)(m) , Flonda Statutes , public review of responses to a

competitive sollcllalJon may be denied until the nalice of a deciSion IS po sted or untJI1 0 days after the com·

petJflve soliCitation di splay, wh,,:.hever occurs fi rst

4. PRICES. TERMS and PAYMENT. Prices b,d shal l be f, rm and incfude all pa cking, handling, shippmg charge,

and dehvery to the destinatiOn shown herein

(a) TAXES: Flonda State University does not pay Federal EXCIse or Flonda Sa les Tax on direct pu rchases of tangible personal property, Th e appropria te exemption numberwlil be printed on the face of the pu r­

chase order. ThIS exemption does not apply to purchases of ta ngible personal property ma de by can·

tractors who use the tangible personal property or service In the performance of contra cts for the

Improvement of Umverslty-mVr1ad real property as defined m Chapter 192, FS.

(b) DISCOUNTS: Bidde rs may oUe r a cash discount fer prompt payment However, such dIScou nts shat l not be conSidered In de termlOing the lowest net cost for bid evaluation purposes. Discounts Will be com·

puted from the date of satlsfactar'l delivery at pl ace of acceptance or from re ceipt of a correct Invoice

at t.he office specifIed, whichever is later Bidders are encouraged to reflect cash discounts In the unit

pnces proposed.

(c) MISTAKES: Bidders are expected to examne the speCIfi cations. deli very schedule. bid pnces. exten Sions. and all instructions pertaining to supplies and servIces Fai lure to do so Wi ll be at bidders nsk In cas e

of m15take In extenSion, the unit pnce Will govem

(d) CONDITION AND PACKAGING It IS understood and agreed that any item oNered or shipped as a result

of thiS bid shall be a new. current standard production model available at the time of thiS bid. All con­

tainers shall be suitable for storage or shipment, and all pnces shall include standard commercial c1<·

aging.

(e) SAFETY STANDARDS. Unless otherwise stipulated in the bid , all manufactured items and fabn ealed assemb lies shaH comply with applicable requirements of Occupational Safety and Health Act and' aoy

standards thereunder.

(~ UNDERWRITERS' LABORATORtES: Unless otherwise stipulated in the bid, ail manufactured ilems and fa bncated as semblies sha ll carry U.l. approval and reexa mination Iisling where such has been estab­

lished.

(g) INVOtCtNG AN D PAYMENT The ccntractor shall be paid after delivery and acceplance of the goods, tess deduction ir any, an d submISSion to th e Umversl ty of a property certified invoice at the prices stipulate<r

on the purchase order Invoices shaJi contam the purchase order number An orig inal and three (3)

copies of the Invoice shaU be submitted. Fal!ure to follow these instructions may result In delay in pro­

ces sIO g invo,ces for payment. INTEREST PENAL TtES: Pay ment shall be made on accordance w,th Sec~on 216.422,F.S., Which proVKies that agenc,es have 5 work,ng days to ,nspect and approve goods and services unless b:d specl flcallons or the purchase order specifies otherwise. If payment IS not

made wlthm 40 days measured fro m the latter of th e date the correot inVOice IS recei ved or the goods

cr 5efVIceS are received! Inspected and approved, a separate interest penalty set by th e Comptroller pur­

su ant to Sechon 55.03 F, S . Will be due and payable in addition to the invoice amount To obtain the

appl,cable mlafll.t rate contact the Payabte & Disbursement Serv,ces at (850) 644·5021 . Paymen ts to health ca re proVId ers sh all be made not !Tiore than 35 days from the date the elig ib ili ty for payment is

determmed, aod lhe I nt~ fes t rate IS 1 % per month InVOIces retu rned to vendor due 10 errors will res ult

In payment delay. Interest penaltJes of less than S1. OO will not be paid unless the vendor requests pay­

men t InVO ice payment requ ltements do not start unti l a properly completed invoice is prOVi ded the

UnIversity A Ve ndor ombud sman. ,,'lhose dulles include acting as an advocate for vendors who may be

exponincmg problems ,n obtaining ti mely payment(s) from tI1e Univ ersity. may be contacted at (850) 4 10·9724. or by call,ng Ihe Slate Comptrollers Hotme, 1·800·848·3792.

5. DELIVERY Unless actuat date of delivery IS speClled (or Hspecif,ed deli very ca nnot be met) . show number

Of days req UIred to make del ive ry after receipt of purchase order In space provided. Delivery time may

become a ba SIS for making an award (see Special Conditions). Delivery shall be Within the normal '.vork5fl g hours of the usefl Monday throug h Friday, unless othetv",ise specified

6. MANUFAC TURER'S NAMES AND APPROVED EQUIVALENTS: Any manufacturers' na mes, trade nam es, brand names , or catalog numbers used In the speClfications are there for the purpose of establishing and

descnbiog general performance and quality levels Such references are not mtended to be restnclJVe. and

bids are inVi ted on comparable brands or products of any manufacturer. The bIdder may offer any equrva·

lent brand or product th at meels or exceeds the speCI fi cations for an item(s). However. a bidder shan not be

allowed to bid more than one brand or eqUivalent product on any one item It is the bidders respo nsitllfity

to select Ihc Sin gle equivalent brand or product that hiS firm sells which meets all specificatIOns and Is the

lowest in cast. It a bidder olds more than one eqUIvalent brand or product on an item, only th e eqUIvalent

brand or prO<luct offenng the lowest b,d shall be cons,dered, I a bid is based on an eqUIvalent brand or prod­

ut:t. the manufacturers name and numbe r must be lO dicated on the bid form. Bidder shall submit With hiS

bid wts. sketches, and descnptlVe literature . and/or complete specifications , Reference to literature su b·

milled with a previous tMd Will no t satiSfy thiS prOVision. The bidder shall also explaln;n detail tile reason(s)

why the proposed eqUIvalent '.wl meet the specificahons and not be considered an excepl!on th ereto. Flonda

Slate UniversI ty reserves the rig ht to determine acceptance or Item(s) as an approved eqUivalent. Bids which

do not comply With these requirements are subject to reJection. Bids lacking any wntten Indication of In tent

to bid an alternate brand will be re·ceJ'/ed and conSidered In complete compliance wIth the specifications as

listed on the bid form. The Director of Purchasing IS to be natil'led of any proposed changes In (a) maten­

als used, (b) manufactu ring process. or (c) constlUCl ion However, changes shall not be bind ing upon the

UniversIty unless eVidenced by an addendum Issued by the Purchasing Department.

7. CONFLICT OF INTEREST The award hereunder IS subject to the provisions of Chapler 112 F S Al l bidders

must disclose WIth thelf bid the name of any officer or agent 'N'ho IS also an employee of the State of Flonda, or any of its agenCies. Further, aU bid d.ers must disctose the na me of any Slate employee who owns, direct ­

ly or ind irectly, an Interest 01 five (5) percent or more In the bIdders fi rm or any of its branches.

6. AWARDS· The UniverSity reserves the nghllo make award{s) by Individual Item, group of items, al l or none,

or a combination thereof, to rejec t any and all bids or waive any minor Irregularity or technicality in bids

received . Wlen It is determined there IS competition to the lowest responsive bidder, eva luation of the other

bids IS not required Bidders are cautioned to make no assumption unless their bid has been evaluated as

being responSIve.

9. ADDITIONAL QUANTITIES: For a penod nol exceeding ninety (90) days from the dale of acceptance of th IS

offer by the buyer, the fight IS reserved to acqUIre additional quanlltles up to the amount shown on the b·ld,

but not to exceed S25,OOO, at the prices bid In thiS inVi tation. If additional quantities are not acceptable the

bid sheets rTlISI be noted "BID IS FOR SPECIFIED QUAINTTY ONLY '

10 SERVICE AND WARRANTY: Unless otherwISe speCIfied the bidder shall dehne any warranty service and

replacements that Will be prOVided during and subsequent to this contract. Bidders must exp lain on an

attached sheet to what e:<tenl warranty and serVice facili ties are provided.

11 . SAMPLES Samples of Items. when c.alled for, must be furnished free of expense, on or before bid opemng

Irme and date, and If not destroyed may . upon request be returned at the bidders expense Each individual

sample must be labeled WIth bidders name , manufacturers brand name and number, bid nu mber and item

reference A request for return of samples shall be accomparHed by ins tructions which inci ude shipping

authonzation and name of carrier and must be recel'Ied with your b id. J( Instructions are not received w\th ­

In th iS trme, the commodities shaU be disposed of by Florida State UniverSity.

12. NONCONFORMANCE TO CONTRACT CONDITIONS: Items may be tesled andlor Inspected for cempliance

with speCifIcation s by any appropriate te sting faci lities. Should the Items fa ll testmg, tile Univers ity may

require the vendor to reimburse the Unjver~jty for all co sts Incurred by the Unl'Vers!ty In connection W'lth the

examination . The data derived from any test for compliance with specifications are public records and open

to examination theretO III uccQtt.!ancc wi th Chapter II () F . S. I leITI Sdcli\'Cl \:d not conforllli ng to spt:ci lic~­

tons may be rejected and returned at vendors expense These Items and items not deHvered as per deliV­

ery date in bid and lor purchase order may result in bidder being found In default . In which event any and all

reprocurement costs may be charged against the defauttlng contractor. Any vio lation of the~e stipul ations

may also resuit 10:

(a) Suppliers name being removed from the Purchasing Departments vendor mailing list .

(b) All Sta te departments being adVISed nol to do bUSiness W1lh the supplier wilhout wrotten approval from

the DIVISion of PurchaSing until such time as the supplier reimburses the University for all reprocurement

and co\ler costs and ad Vi ses the Di'/lslOn of corrective action taken to preclude recurrence of such fail ­

ure to perform.

13. INSPECTION, ACCEPTANCE AND TITLE: Inspection and acceptance Will be the destination location unless

otherwise proVided. Title and risk of lass or damage to all Items shall be the responsibility of the contract

suppi l r unltl accepled by the UniverSity unless loss or damage results from negligence by the UniverSity

The contract supplIer shall be re sponsible for flhng, proceSSing and coHechng all damages claims. However,

to aSSIst rum In the expeditiOUS handling of damage cla,ms, t~le UniverSity will:

(a) Repon any eVidence of vi Sible damage on all copies of the dehvenng carrier's Bill of Lading.

(b) Report damage (VISIble and concealed) to the carrier and contract supplier, oonfirming such reports in

wnt1ng, withLn 15 days of delivery , requesting that the carrier ins pect the damaged merchand ise.

14 . INTERPRETATIONSIDISPUTES MY questions concerning cend,tlons and spea f,cations shall be directed In

wnting to the PurchaSing Office for receipt no later than two (2) days prior to the bid openmg. InqUIries must

reference the date of bid opening and bid number. No Interpretation shall be considered bInding unless pro­

vided in wnttng by the UniverSity 10 response to requests 10 full compliance With thi s prO VIs ion. Any person

who IS adversely affected by the Unlversi1y's deCision or intended decision concemlng a procurement solic­

itation or contract award and who wants to protest such deCision or intended deci sion shall file a protest In

ca mpliance With Section 120.57(3)(b), F .S. and Rule 6C· 18 055(3) Florida Administra tive Code. Failure to

file a protest WIthin the time preSCribed in Sectior. 120_S7(3)(b) F .5., and the bond required under Rule 60­

16.055(3) shall consti tute a waiver of proceedings.

15 NOTICE OF BID PROTEST BONDING REQUIREMENT M Y person wIlo files an action protesting a decSion

or in tended deasion by the UniverSity pursuant 10 Section 120.57(3)(b). F.S., Ru le 6C-1 8.055(3) and Rule

6C2-2.01 5(1 3) of lhe Flonda AdminIStratIOn C<lde (FAC) shall post Wllh the University al the lime of fil ing the

forma! wri tten "Notice of Protesl' a bond payable to the Unrverslty in an amount equal to 1 0 percent of the

to ta l dollar amount of bidders bid or S10,000, whichever is less. The bond shall be conditioned upon the

payment of all costs which may ce adjudged against the protestor in the admlOlstra tlve heanng in which the

act ion IS brought and In any subsequent appell ate court proceeding. In lieu of a bond, the UniverSIty may

accept a cashiers check or money order In the amount of the bond. FAILURE TO FILE THE PROPER BOND

AT THE llME OF FILING THE FORMAL PROTEST, IM LL RESULT IN A DENIAl. OF TH E PROTEST

16. GOVERNMENTAL RESTRICTIONS: In the evenl any governmental restncl ions may be i"'4'Osed wilich would

necess·ltate alteratJOn of the material quality workmanship or performance of the items offer"ed on this pro­

posal pnor 10 their delivery It shall be the responsibility of the successful bidder to notify the buyer at once,

indicating In his letter the specific regu lation which required an alteration The Univers ity reserves the righ t

to accept any such alteration, Induding any price adjustments occaSioned thereby, or to cancel the contract

at no expense to the University.

t 7. LEGAL REOUIR EMENTS. Applicable provisions of all Federal, State, county and 10caiiaIVs, and of all ordi­

nances, rules and regulatJons shall govern development. submittal and evaluallOn of all bids received In

response hereto and sha!l govern any response by the Florida State UOJverslty by and through Its offlcers l

employees, and authorized representat ives, or any other person, natural or othei"'Mse Lack of knowledge

by any bidder shall not consti tu te a cognizable defense against the legal effect thereof

18. PATENTS AND ROYALTIES: The bidder. Withou t exceplion. shall indemnify and save harmless Flonda State

University and Its employees from liability of any nature or kin d, Including cost and expenses for or on

account or any copynghted, patented, or unpatented Invention, process, or article manufactured or u.sed in

the performance ot the contract Indudlng Its use by Flonda State University If the bidder uses any deSign , d£llJ!ce, or materials covered by Istters, patent or copyright, it IS mutually agreed and understood without

exception that the bid pnce shalllncJude aU royaitles or cos t anslng from the use of soch design , deVICe, or

matena l~ in any way invo lved ,n the work.

19 ADVERTISING. In su bmitting a b.d bidder agrees not to use Ihe results therefrom as a part of commercial

adyertlsement

20. ASSIGNMENT My Purchase Order ISsued pursuant to th IS bid invitation and the monies wilich may become

due hereunder are not assIgnable except With the pnor written approva l of the Universi ty

21. LIABILITY. The suppl ier shall hold and save Florida State UniverSity, its officers, agents, and employees

harmless against dalms by third panies resulting from the suppliers breach of this contract or the supplIer's negligence

22. FACILITIES: The Un iversIty reserves the right to inspect the bidders faCil ities during normal business hours

Wlth poor notlte.

23. DISQUALIFICA1l0N OF BIDDER Only one bid from an indiVidual. firm, partnership, corporallon or assoa a­

tan under the same or different name·s Will be conSidered . Reasonable grounds for belieVing that a bidder

IS Involved In more than one bid for the same item Will be cause for relecllon of the highest bid In which such

bIdders are believed to be involved Any or all proposals will be rejected if there is reason to believe t.hat ool~

luslon exists bet\veen bidders Bids in wh ich the prices obviously are unbalanced WIll be subject to (ejec·

ton .

24. FLORIDA BIDDER. Florida State UniverSity shall give preference to bidders located Within the Siote wnen

awarding contracts whenever the commodI ty can be proVided at no greater expense than , and at a leYSI of

quality comparab le to that obtainable from a bidder located outSide the State.

25 POSTING OF BID TABULATION: A Tabula" on wil l1 recommended award(s) will be posled at the Purchasillg

Department for review by Interested parties shortly after the scheduled opening date of thiS Invita tJon to Brd,

and '.'J ill remain posted for a period of 72 hours, not tncluding Saturdays, Sundays and Holidays . Any per·

san who is affec ted adverse ly by the UniverSIty 's declsion or Intended deCISion in connection with thIS pro­

posal sha ll file a wri tten ~Nolrce of Protest" wi th the Director of Purchasing INithln 72 hours after the hour and

date listed on the "Proposal Tabulation" as the "PostIng Time Date." A ~ Notice of Protest' IS considered filed

when It is received at the address listed on the front of the Acknowledgment Form Failure to file a "Formal

Protest' and Ihe reqUired bond under Rule 6C-18.055(3) FAC . and 6C2·2 015(13), Within 1 0 days aft erli~

Ing the "Nol lce of Protest' shall consiltule a waiver of proceedings under Section 120.57(3), (b) , Florida

Statutes

26 PRIDE. It is expressly understood and agreed that arlic les available from the corporat ion Identified under

Chapter 946 F S., w'hlch are the subjec~ or reqUired to carry out any contract resulting from thi s bid, shall be

purchased from l a id corporation In the same manner and under the same procedures set forth in sectIOn

946515(2), and (4) . F.S.; and for purposes of thIS contract Ihe person, firm. or other bUSiness enllty car·

rying out the prOVisions of thiS con tract shall be deemed to be substlluted for the UOIverslty inso far as deaj·

ings With such corporation are concerned.

27. EOUAL OPPORTUNITY EMPLOYER The nondiscrimination clause centalned in Section 202. Exerubve Order

11 246 as amended by Execulive Order 11375. rela tive to Equal Employment Opportunity for all persons

Without regard to race, color, religion, sex or national origin, and the implementing rules and regulations pre.­

scribed by the Secretary of La bor are Incorporated herein

28. PUBliC RECORDS: Any malerial submitted in response 10 this Invilation to Bid wifl beceme a public docu­

menl pUr$U~lnl to Section 11 'l 07, F S. Th i ~ incl udes Illiltcrial which the responding bidd tr might con"S idc\'"

to be confidential or a trade secret Any claim of confiden tiality is waived upon submiSSion, effective after

opening pursuant to Section 119.07, F.S .

29. ADDITIONAL TERMS AND CONDITIONS: No add,t:onal tenns and cenditlons included with the bid response

shall be e'laluated or consIdered and any and all such additional terms and conditIons shall have no force

and effect and are mappIJcable to thiS bid. If submitted erther purposely through intent or deSign or Inadver­

tently appeanng separately In transmittal letters, specifica tions, literature , price lists or warranties It IS under­

stood and agreed the general and speCial conditions In thiS bid sollcitallon are the only conditions applicable

to th iS bid and the bidders authonzed signature affixed to the bidder acknowledgment form attests to thiS

30 PUBLIC ENTITY CRIME. A person or afliffa te who has been placed on the cenvicted vendor list follOWing a

conyictlon fo r a publrc entity. may not submit a bid on a contract With public entity for the construction Of

repai r of a public bUi lding or publiC waf may not submit bids on leases or real property to a public entity,

may not be awarded or perform wofi< as a contractor, supplier, subcontractor, or consultant under a contract

WIth any publ.c enti ty, and may not transact business With any public entity for a period of 36 months from

the date of being placed on the conVicted vendor hst.

31. UNAUTHORIlED ALIENS' The employmenl of unauthorized aliens by any Contractor is considered a viola­

tion of SeeUon 274A(e) of the Immigration and Nationality Act. If the contraclor knowingly employ s unau­

thonzed aliens such Violation shall be causa for unilateral cancellahon of any con tract resulting from thI S

InvitaltOn to Bid.

32. JLRJ~cnCl'J: krt psd'lase order a oortra1 resUting fron toor Invilalim 10 Bid "'" be geMmed by 8"d under the Junsdlctlon of the Law and Rules of Florida and any prov isions In connlct there with shall bo VOid

and of no e ffect

NOTE ANY AND A LL SPE CIAL C ONDITION S AND SPECIFICATIONS ATTACHED HERETO WHICH VARY FROM

T HESE GENERAL CON DITION S S HALL H AVE PREC EDENCE. WHEN EXECUTED T HIS SHEE T A N D THE

ACCOMPANYING BID CONSTITUTE AN OFFER FRO M THE BIDDER.

PUR 2 043 (Rev: 02/02/2000)